CONTRACT 7338 One Page Service Agreement CLOSEDAgreement No. 7338
tV 4 C�
+�
Services Agreement
v.. 40,O
EGt3
CONTRACTOR: Chris Roque DATE: June 2, 2025
Below you will find a checklist relating to the requirements for doing business with the City of El Segundo. Only those items checked -off are
MANDATORY. Please find additional terms and conditions on the following pages. This is not a purchase order or an
authorization to begin work.
❑ Comprehensive en rSk'_Liabiliity; At least $1,000,000 per occurrence. See Section 12 for additional insurance and endorsement
requirements.
❑ Business Auto Liabilit : At least: $1,000,000 per occurrence. [Waived by City Council via agenda item B.10 (February 18, 2025)
for "low risk" work within $15,000 per year]
❑ Wt rkars° Comp ttsatroa lrrsurar ce: Statutory requirement with waiver of subro ation. (If not provided, Contractor affirms that it
has no employees.)
® Business License: Contractor must have a current City of El Segundo license on file at City Hall or purchase said license (at no
cost to the City).
❑ 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.
® Copy of vaiid picture I.D. (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.
ubmutted (complete all blanks): COB,,,,OIR COPY REQUIRED (BACK TO 'IrHE CITY
Company Name: By (Print name & title):
Chris Roque Chris Roque - man, myth, legend
Company Street Address' Vendor's A orized Si�.nature required:
4126 Inglewood Blvd. � v u �, �Y,, to
City, State, Zip: Date signed: `
Los Angeles, CA 90066 6/17/2025
Phone: FAX: None
_310-218-7655
Vendor's Email address: Vendor's Web site: None
Christopher. an.rRque ,gmail.com -
Chris Roque
Contractor
6/17/2025
Date
Originator/Department Contact: Rvan DPina.dn ....,- Date initiated: 6.2.25
Department Head Approval: Date Approved� It) m ° 2
Insurance Approval: I I %LOVk L/
ry
C 1��
City Att rne
i
_ � iA
City Manager
City
Agreement No. 7338
1.GENERALLY. The materials, supplies, or services (collectively,
"Purchase") covered by this services agreement and purchase order
("order") must be furnished by Contractor subject to all the terms and
conditions contained in this order which Contractor, 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.CHANGES. No change by Contractor is allowed without City's written
approval. Any claim by Contractor for an adjustment under this section
must be made in writing within thirty (30) days from the date of receipt by
Contractor of notification of such change unless City waives this
condition in writing. Nothing in this section excuses Contractor from
proceeding with performance of the order as changed.
3. TERMINATION. City may terminate this order at any time, either
verbally or in writing, with or without cause. Should termination occur,
City will pay Contractor as full performance 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 Contractor's
default if Contractor refuses or fails to comply with this order. If
Contractor does not cure such failure within a reasonable time period, or
fails to perform the Purchase within the time specified (or allowed by
extension), Contractor will be liable to City for any excess costs incurred
by City.
4. DATE OF PERFORMANCE: This Agreement's term shall be in effect
from the date of signing to the completion of services to be performed.
Such services shall be performed on July 4, 2025. In the event delay
was caused by City, Contractor's sole remedy is limited to recovering
money actually and necessarily expended by Contractor because of the
delay; there is no right to recover anticipated profit.
&REMEDIES CUMULATIVE. City's rights and remedies under this order
are not exclusive and are in addition to any legal rights and remedies.
6.PAYMENT. City will pay Contractor after receiving acceptable
invoices for materials and supplies delivered and accepted or services
rendered and accepted. City will not pay cartage, shipping, packaging or
boxing expenses unless specified in this order. Drafts will not be
honored.
9.INDEMNIFICATION. Contractor agrees to indemnify and hold City
harmless from and against any and all claims, 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, Contractor will defend City (at
City's request and 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 and 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 Contractor, and any approval of such insurance by City,
are not intended to and will not in any manner limit or qualify the
liabilities and obligations otherwise assumed by Contractor pursuant to
this order, including, without limitation, to the provisions concerning
indemnification. See Section B for further indemnification language.
10.WARRANTY. Contractor agrees that the Purchase is covered by the
most favorable commercial warranties the Contractor 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, Contractor may not assign or subcontract
the order without City's written approval. Should City give consent, it will
not relieve Contractor from any obligations under this order and any
transferee or subcontractor will be considered Contractor's agent.
12.INSURANCE. If required by this Agreement: Commercial general
liability ("CGL") insurance must meet or exceed the requirements of ISO-
CGL Form No. Form CG 00 0104 13, 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 project/location
(ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the
required occurrence limit. The amount of insurance required will be a
combined 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 with respect to liability and defense of suits arising out of
Contractor's acts or omissions. Such insurance will be on an
"occurrence," not a "claims 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. Contractor will furnish
valid Certificates of Insurance to City evidencing maintenance of the
insurance required under this Agreement, a copy of an Additional
Insured endorsement confirming City has been given Additional Insured
status under the Contractor'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 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,
volunteers as additional insureds," through ISO Form CG 20 10 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)
Primaryand 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. Contractor 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 Contractor agree that
Contractor will act as an independent contractor and will have control of
all work and the manner in which is it performed. Contractor will be free
to contract for similar service to be performed for other employers while
under contract with City. Contractor 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 Contractor as to the
details of doing the work or to exercise a measure of control over the
work means that Contractor will follow the direction of the City as to end
results of the work only.
Agreement No. 7338
15.WAIVER. City's review or acceptance of, or payment for, work
product prepared by Contractor 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 Contractor'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.
%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. Contractor 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 AI 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. Contractor 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. Unless already required on Page 1 of this Agreement, if
Contractor's work involves contact with minors, before conducting any
performance of this Agreement, all Contractor's employees,
subcontractors, volunteers, or other agents that will perform Contractor's
work under this Agreement must submit to and pass a
background/fingerprint investigation conducted or approved by City.
Contractor affirms and attests that its employees, subcontractors,
volunteers, or other agents that will perform Contractor'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 of Child Abuse Prevention in the State
Department of Social Services. Contractor affirms and agrees that the
background and reporting training will be completed before beginning
performance under this Agreement. Upon City request, Contractor will
promptly furnish proof of completion of 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 and
accordance with Government Code §16.5, the parties agree that this
Amendment will be considered signed when the signature of a party is
delivered by electronic transmission. Such electronic signature will be
treated in all respects as having the same effect as an original signature.
Contractor warrants that its signatory (or signatories, as applicable) to
this Agreement has the legal authority to enter this Agreement and bind
Contractor 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 Contractor
for Contractor's services not to exceed a total of $600 for the work,
however, total compensation must not exceed $15,000 per year. City will
pay for work as specified in the attached Exhibit "A," which is
incorporated by reference. Contractor affirms and covenants that this
Agreement constitutes a "low risk" contract, as described in Section 7 of
City Council Resolution No. 4813.
22. EXHIBITS. EXHIBIT "A" — Scope of Work and Biling Details
23. WAIVER/RELEASE. Contractor agrees to the waiver and release
terms set forth in Exhibit "B" to this Agreement.
Agreement No. 7338
Exhibit "A"
Scope of Work/Billing Details
Vendor will MC the July 4th event.
Vendor will be on stage calling games and making general announcements throughout the day.:
Date: July 4, 2025
Time: 10AM — 3PM
Rate: $600
Agreement No. 7338
Exhibit "B"
Waiver/Liability Release
In consideration of my performance as Master of Ceremonies ("MC") at the El Segundo 41h of July Celebration ("41h of July")
CONTRACTOR agrees to the following:
1. 1 agree to assume all risks which may be associated with or may result from my MC duties in the 41, of July event, without
limitation.
2. In addition, I certify that I have medical insurance to cover the cost of any emergency or other medical care that I may receive
for an injury on July 4, 2025. Alternatively, I certify that if I do not have medical insurance, I will be personally responsible for
the cost of any emergency or other medical care that I receive that is not covered under applicable workers compensation
benefits.
3. Before July 4, 2025, 1 will submit to and pass a background, fingerprint investigation conducted by the City.
4. Based upon this information and understanding (including any additional information or understandings that can be
reasonably inferred) I covenant on behalf of myself not to sue the City of El Segundo, its elected and appointed officials,
agents, volunteers, and employees ("Releasees"). In addition, I release, waive, and discharge Releasees from all liability to
me for any loss or damage, and any claim or demands on account of personal or property injury or because of my death,
whether caused by Releasees' negligence or otherwise, while performing my MC duties,
5. 1 agree to indemnify and hold the Releasees harmless from and against any and all claims arising from my MC duties, whether
caused by Releasees' negligence or otherwise. I will pay all costs incident to any claim, including, without limitation, attorneys'
fees.
6. 1 expressly agree that the foregoing release, waiver, and indemnity agreement is intended to be as broad and inclusive as is
permitted by the law of the state of California and that if any portion is held invalid, it is agreed that the balance will,
notwithstanding, continue in full legal force and effect.
I have read and voluntarily sign this waiver and agreement, and further agree that no oral representations, statements, or inducement
apart from the foregoing written agreement were made.