CONTRACT 7240 One Page Service AgreementAgreement No. 7240
r
zoervices • . . .
Below you will find a checklist relating to insurance and other requirements that are required for doing business with the City of El Segundo. Only
those Items checked -off are MANDATORY, hiowever if your standard policies exceed the minimurn requirements please include, The City
reserves the right to increase insurance limitsfcoverages based upon the scope and type of services. Please find additional terms and
conditions, including additional insurance provision% on the following pages. This is not,a purchase order or an authorization to begin work,
® Conyrehenslve General Llabili At least $1,000,000 per occurrence. See Section 12 for additional insurance and endorsement
requirements.
® Business Auto Liability: At least: $1,000,000 per occurrence. (If not provided, Seller affirms that it will not use an auto to perform work.)
See Section 12 for additional insurance and endorsement requirements.
1Z Workers' Compensation_ Insurance: Statutory requirement with waiver of subrogation. (If not provided, Seller affirms that it has no
employees.)
® Business License: Seller must have a current City of El Segundo license on file at City Hall or purchase said license (at no cost to the
City).
0 Permits: Plans must be approved and permit(s) issued (no fee) by the Planning and Building Safety if appropriate. Call the Planning
Manager @ (310) 524-2340 if you have questions.
❑ Coigy of valid icture I.Lt, (Drivers license etc.)
PLEASE NOTE: ALL APPLICABLE INFORMATION LISTED ABOVE MUST BE OBTAINED AND ON FILE, PRIOR TO THE ISSUANCE OF A CITY
PURCHASE ORDER BEING SENT TO YOU BY THE PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY.
Submitted' by (complete all blanks): COLOR C01DY IZII "', UtRIED BACK "rO TI°li a rY
Company Name: L.A. HIGH TECH ENTERPRISES, I1\
DBA HIGH-TECH SYSTEMS I HIGH-TECH SECURITY
Company Street Address: 8726 S. Sepulveda Blvd. #A
Vendor's Authorized Signature:_�_F
By: (Print Name & Title): Raymond Fouladian, President
Vendor's Authorized Signature:_�_F
By: (Print Name & Title): Raymond Fouladian, Secretary
City, State, Zip: Los Angeles, CA 90045 Date Signed: March 14, 2025
Phone: (310) 736-4140 FAX:(323)320-4376
Vendor's Email address: info@hightechlas.com Vendor's Website: www.HighTechLAX.com
Date Initiated: March 13, 2025
Date Approved:
Date Approved:
City Clerk
20250314T2306-YuX1h15MXb3N71Xp.docx
Agreement No. 7240
1.GENERALLY. The materials, supplies, or services (collectively,
Purchase`) covered by this services agreement and purchase order
('order") must be furnished by Seiler subject to all the terms and
conditions contained in this order 'which Seller, in accepting this order,
agrees to be bound by and comply with in all particulars. No other terms
or conditions are binding upon the parties unless subsequently agreed to
in writing. Written acceptance or shipment of all or any portion of the
Purchase covered by this order constitutes unqualified acceptance of all
terms and conditions in this order. The terms of any proposal referred to
in this order are included and made a part of the order only to the extent
it specified the Purchase ordered, the price, and the delivery, and then
only to the extent that such terms are consistent with the terms and
conditions of this order.
2,INSPECTION. The Purchase furnished must be exactly as specified in
this order, free from all defects in Seller's performance, design,
workmanship, and materials, and, except as otherwise provided, is
subject to inspection and test by City at all times and places. If, before
final acceptance, any Purchase is found to be incomplete, or not as
specified, City may reject it, require .Seller to correct it without charge, or
require delivery of such Purchase at a reduction In price that is equitable
tinder the circurnstances, If seller is unable or refuses to correct such.
items within a time deemed reasonable by City, City may terminate the
order in whole or in part. Seller bears all risks as to rejected Purchases
and, in addition to any costs for which Seller may become liable to City
under other provisions of this order, must reimburse City for all
transportation costs, other related costs incurred, or payments to Seller in
accordance with the terms of this order for unaccepted Purchases.
Notwithstanding City's acceptance of any Purchase, Seller is liable for
latent defects, fraud, or such gross mistakes as constitute fraud.
3.CHANGES. City may make changes within the general scope of this
order in drawings and specifications for specially manufactured supplies,
place of delivery, method of shipment or packing of the order by giving
notice to Seller and subsequently confirming such changes in writing. If
such changes affect the cost of or the time required for performance of
this order, an equitable adjustment in the price or delivery or both must
be made. No change by Seller is allowed without City's written approval.
Any claim by Seller for an adjustment under this section must be made in
writing within thirty (30) days from the date of receipt by Seller of
notification of such change unless City waives this condition in writing.
Nothing in this section excuses Seller from proceeding with performance
of the order as changed.
4. TERMINATION. City may terminate this order at any time, either
verbally or in writing, with or without cause. Should termination occur,
City will pay Seiler as fullperformance until such termination the unit or
pro rata order price for the performed and accepted portion of the
Purchase. City may provide written notice of termination for Seller's
default if Seller refuses or fails to comply with this order, If Seller does
not cure such failure within a reasonable time period, or fails to perform
the Purchase within the time specified (or allowed by extension), Seller
will be liable to City for any excess costs incurred by City.
5.TERM I TIME EXTENSION. This Agreement's term will be from March
13, 2025 to March 12, 2028. City may extend the time for completion if,
in City's sole determination, Seller was delayed because of causes
beyond Seller's control and without Seller's fault or negligence. In the
event delay was caused by City, Seller's sole remedy is limited to
recovering money actually and necessarily expended by Seller because
of the delay; there is no right to recover anticipated profit.
6.REMEDIES CUMULATIVE. City's rights and remedies under this order
are not exclusive and are in addition to any legal rights and remedies.
TTITLE. Title to materials and supplies purchased under this order pass
directly from Seller to City upon City's written acceptance fallowing an
actual inspection and Ci 's o ortuni to reject.
endorsement confirming City has been given additional insured status
under the Seller's General Liability policy, and such other evidence of
insurance or copies of policies as may be reasonably required by City
from time to time. Insurance must be placed with insurers with a current
20250314T2306-YuX1h15MXb3N7 ft.docx
&PAYMENT, City will pay Seller after receiving acceptable invoices for
materials and 'supplies delivered and accepted or services rendered and
accepted. City will riot, pay cartage, shipping, packaging or boxing
expenses unless specified in this order, Drafts will not be honored.
B.INDEMNIPICATION. Seller agrees to indemnify and hold City
harmless from and against any claim, action, damages, costs (including,
without limitation, attorney's fees), injuries, or liability, arising out of the
Purchase or the order, or their performance. Should City be named in
any suit, or should any claim be brought against it by suit or otherwise"
whether the same be groundless or not,arising out of the Purchase or
order„ or their performance, Seller will! defend City ('at City's request grid
with counsel satisfactory to City) and indemnify City for any judgment
rendered against it or any sums paid out in settlement or otherwise, For
purposes of this section City" includes City's officers, elected officials„
and employees. It is expressly understood avid agreed that the foregoing
provisions will survive termination of this order. The requirements as to
the types and limits of insurance coverage to be maintained by Seller,
and any approval of such insurance by City, are riot 'intended to and will
not in any manner limit or qualify the liabilities and obligations otherwise
as'surned by Seller pursuant to this order„ including, withoutlimitation, to
the provisions concerning indemnification.
10.WARRANTY. Seller agrees that the Purchase is covered by the most
favorable commercial warranties the Seller gives to any customer for the
same or substantially similar supplies or services, or such other more
favorable warranties' as is specified in this order. Warranties will be
effective notwithstanding any inspection or acceptance of the Purchase
by City.
11.ASSIGNMENT. City may assign this order. Except as to any payment
due under this order, Seller may not assign or subcontract the order
without City's written approval. Should City give consent, it will not
relieve Seller frorii any obligations under this order and any transferee or
subcontractor will be considered Seller's agent.
12.INSURANCE. Commercial general liability ("CGL") insurance must
meet or exceed the requirements of ISO-CGL Form No. Form CG 00 01
04 1„ or equivalent, covering CGL on an "occurrence" basis, including
property damage, bodily injury and personal & advertising injury. If a
general aggregate limit applies, either the general aggregate limit shall
apply separately to this projecUlocation (ISO CG 25 03 or 25 04) or the
general aggregate limit shall be twice the required occurrence limit. For
automobiles, the insurance must meet or exceed the requirements of
Insurance Services Office Form Number CA 0001 covering Code 1 (any
auto), or, if 'Seller provides proof of a personal automobile policy, such
personal policy must include and indicate business venture coverage
with limits no less than $1,000,000 per accident for bodily injury and
property damage, If Seller has no owned autos, Code 8 (hired) and 0
(non -owned)" with limits no less than $1,000,000 per accident for bodily
injury and property damage must be included in coverage. The amount of
insurance required will be a cornbine�d single limit per occurrence for
bodily injury, personal injury„ and property damage for the policy
coverage Liability policies will be endorsed to name City, its officials, and
employees as "'additional insureds" under said insurance coverage and to
state that such insurance will be deemed "primary" such that any other
Insurance that may be carried by City will be excess thereto. City's
additional insured status will apply wish respect to liability and defense of
suits arising out of Seller's acts or omissions, Such insurance will be on
an "occurrence," not a "clairns made,"' basis and will not be cancelable or
subject to reduction except upon thirty (30) days prior written notice to
City, and the notice must include any necessary endorsement to facilitate
such notice to City. See below for required endorsement language
pertinent to the insurance requirements. Seller will furnish valid
Certificates of Insurance to City evidencing maintenance of the insurance
re uired under this A reement, a co of an additional insured
of Child Abuse Prevention in the State Department of Social Services.
Seller affirms and agrees that the background and reporting training will
be completed before beginning performance under this Agreement.
Upon City request, Seller will promptly furnish proof of completion of
Agreement No. 7240
A.M. Best Company Rating equivalent to at least a Rating of "A:VII."
Insurance endorsements must contain the following language: (i)
Additional insured endorsement with this language: "The City of El
Segundo, its elected and appointed officials, employees, and volunteers
as additional insureds," through ISO Form CG 2010 1185 or CG 20 10
with CG 20 37; (ii) Cancellation endorsement with this language: "The
City of El Segundo will receive thirty (30) days written notice in the event
of cancellation, nonrenewed or reduction." (iii) Primary and Non -
Contributory endorsement with this language: "Coverage is primary and
non-contributory such that any other insurance that may be carried by the
City will be excess thereto,"
13.PERMITS. Seller must procure all necessary permits and licenses,
and abide by all federal, state, and local laws, for performing this order.
14.INDEPENDENT CONTRACTOR. City and Seller agree that Seller will
act as an independent contractor and will have control of all work and the
manner in which is it performed. Seller will be free to contract for similar
service to be performed for other employers while under contract with
City. Seller is not an agent or employee of City and is not entitled to
participate in any pension plan, insurance, bonus or similar benefits City
provides for its employees. Any provision in this order that may appear to
give City the right to direct Seller as to the details of doing the work or to
exercise a measure of control over the work means that Seller will follow
the direction of the City as to end results of the work only.
15.WAIVER. City's review or acceptance of, or payment for, work
product prepared by Seller under this order will not be construed to
operate as a waiver of any rights City may have under this Agreement or
of any cause of action arising from Seller's performance. A waiver by City
of any breach of any term, covenant, or condition contained in this order
will not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant, or condition contained in this order, whether
of the same or different character.
16.INTERPRETATION. This Agreement was drafted in, and will be
construed in accordance with the laws of the State of California, and
exclusive venue for any action involving this agreement will be in Los
Angeles County.
17. ARTIFICIAL INTELLIGENCE. Seller must not utilize, employ, or
incorporate any form artificial intelligence, machine learning, or other
similar technologies (collectively, "Al") in the provision of services in this
Agreement without City's express written consent. The Al prohibition set
forth directly above will not apply to general business tools and software
that may have Al components but are not directly involved in the
execution or delivery of professional services that this Agreement covers,
provided that such tools and software do not significantly impact the
quality or nature of such services. Seller must promptly notify City, in
writing, of any proposal to employ Al in connection its provision of
services to the City under this Agreement. City will have the sole
discretion to grant or deny such proposal.
18. BACKGROUND CHECK; FINGERPRINTING; ASSOCIATED
TRAINING. If Seller's work involves contact with minors, before
conducting any performance of this Agreement, all Seller's employees,
subcontractors, volunteers, or other agents that will perform Seller's work
under this Agreement must submit to and pass a background/fingerprint
investigation conducted or approved by City. Seller affirms and attests
that its employees, subcontractors, volunteers, or other agents that will
perform Seller's work under this Agreement have completed training in
child abuse and neglect identification and training in child abuse and
neglect reporting, which may be met by completing the online mandated
reporter training provided by the Office
20250314T2306-YuX1h15MXb3N71Xp.docx
such mandated reporter training to City, but in no event no later than two
business days following City's request.
19. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. In
accordance with Government Code §16.5, the parties agree that this
Amendment will be considered signed when the signature of a parry is
delivered by electronic transmission. Such electronic signature will be
treated in all respects as having the same effect as an original signature.
Seller warrants that its signatory (or signatories, as applicable) to this
Agreement has the legal authority to enter this Agreement and bind
Seller accordingly.
20. CONSISTENCY. In interpreting this Agreement and resolving any
ambiguities, this Agreement takes precedence over any attached exhibit
with conflicting provisions.
21. CONSIDERATION. As consideration, City agrees to pay Seller for
Seller's services not to exceed a total of $18,270.70 for the work. City
will pay for work as specified in the attached Exhibit "A," which is
Incorporated by reference.
22. EXHIBITS. Exhibit "A", Proposal #62296 dated January 15, 2025
Agreement No. 7240
Exhibit "A"
LA High Tech Enterprises INC
Proposal
DBA High -Tech Security (Lic 977286/AC08082)
8726 S. Sepulveda Blvd. #A
Los Angeles, CA 90045
+1 3107364140
rT
Info@HighTechLAX.com
S
V R I T Y
www.HighTechLAX.com
LOW V O L T A G E
L
Jose Calderon
City of El Segundo
350 Main St.
El Segundo, CA 90245-3813
62296 01 /15/2025
32C-H5A-4MH-30
4x 8MP (32MP) 360 Degree Max
3
3,409.00 10,227.00T
Camera
24C-H5A-3MH-30
3X8MP, WDR, 270 degree max
1
2„859.00 2,859.00T
field of view, Light catcher, 3.3-
5.7MM, 30 Days Retention
AVIGILON; H5AMH-
Avigilon Outdoor pendant mount
3
199.28 597.84T
AD-PEND1
adapter. For use with the Avigilon
H5A
Multisensor
AVIGILON; H5AMH-
Avigilon Dome bubble and cover,
4
199.28 797.12T
DO-COVR1
for outdoor surface mount or
pendant mount,
clear. For use with the Avigilon H5A
Multisensor
NPTA-1001
Avigilon 1.5 inch NPT Adapter for
2
65.67 131.34T
Large Pendant Mount Camera
AVIGILON; RFMNT-
Avigilon Rooftop Arm Mount Large
1
808.00 808.00T
2001
for Outdoor Pendant Camera
AVIGILON; WLMT-1001
Avigilon Wall Mount for large
1
121.32 121.32T
pendant camera
H4AMH-AD-IRIL1
Avigilon
4
389.40 1,557.60T
Optional IR illuminator ring, up to
30m (100ft), for use with H4AMH-
DO-COVR1
AVIGILON; POE60U-
Avigilon Gigabit 802.3bt 60 W PoE
4
177.00 708.00T
1 BTE
Injector, Indoor, single PoE
AVA; AWA-CLD-3Y
Ava Aware License 3 years
4
499.00 1,996.00
Services
Location 12: Racquetball Building
1
0.00 O.00T
East Exterior Wall (360 Roof
Parapet)
Agreement No. 7240
Location 13: Wall Above Ped Gate
Leading from Employee Lot to
Pedestrian Gate (270 Wall Mount)
Location 14: Balcony of Chief
Police (360 Surface Mount)
Location 15: Covered Parking Area
(360 Pendant Mount)
SUBTOTAL
DISCOUNT
TAX
TOTAL
Accepted By Accepted Date
19,803.22
-2,970.45
1,437.93
$18,270.70