Loading...
CONTRACT 7422 Maintenance and Repair AgreementDocusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 ON -CALL MAINTENANCE AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND HCI SYSTEMS INC. GM 25-15 ON CALL FIRE ALARM AND SPRINKLER TESTING This ON -CALL MAINTENANCE AGREEMENT ("Agreement") is made and entered into as of this 1 ST day of JULY 2025 ("Effective Date") by and between the City of El Segundo, a general law city and municipal corporation ("City") and HCI SYSTEMS INC a CALIFORNIA CORPORATION ("Contractor"). The Parties agree as follows: 1. WORK. A. Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit "A" and incorporated herein by reference ("Services" or "Work"). B. The specific services required of Contractor under this Agreement will consist of the tasks and obligations defined in one or more Task Orders approved by the City and Contractor, in response to specific project scoped of work and services requested by the City. Any duly executed and approved Task Order will become a part of this Agreement. All Task Orders up to twenty-five thousand dollars ($25,000) may be approved by the Director of Public Works or designee. All Task Orders over $25,000 require approval of the City Manager. The standard form for the Task Order is set forth in Exhibit "B." No Services shall be provided until the Task Order is approved by the appropriate party. C. Services required by the City will be provided on an as -needed basis with City determining and advising Contractor as to when specific services are required to be performed or completed by the Contractor. D. Contractor will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, and equipment, necessary or proper to perform and complete the work and provide the services required of Contractor by this Agreement. 2. TERM. The term of this Agreement shall be from the Effective Date as set forth in the first paragraph of this Contract to JULY 1. 2025 TO JUNE 30,2026 unless terminated earlier in accordance with the terms of this Agreement. The Agreement may be renewed upon mutual consent of the Parties and the appropriate approvals. Docusign Envelope ID: D483FEB9-43DC-499B-BB2D-C94999BE7905 Agreement No. 7422 3. COMPENSATION. A. City shall pay Contractor for the on -call Services as set forth by all Task Orders in accordance with the Contractor's billing rates in Exhibit "A." Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without prior written approval of the City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed fifty thousand dollars ($50,000) per fiscal year, without prior written amendment to the Agreement. NOTE: COMPENSATION FOR SERVICES EXCEEDING $50,000 PER FISCAL YEAR WILL REQUIRE CITY COUNCIL APPROVAL. B. Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spend on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice. C. City shall reimburse Contractor only for those costs or expenses specifically identified in a Task Order, or specifically approved in writing in advance by the City. D. Contractor shall not receive any compensation for Extra Work performed without prior written authorization of the City. As used herein, "Extra Work" means any Work that is determined by the City to be necessary for the proper completion of the Services, but which is not included within the scope of services of the Task Order and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. 4. PREVAILING WAGES. A. Pursuant to Labor Code § 1720, and as specified in 8 California Code of Regulations § 16000, Contractor must pay its workers prevailing wages. It is the Contractor's responsibility to interpret and implement any prevailing wage requirements and Contractor agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. B. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from City's Engineering Division or the website for State of California Prevailing Wage determination at ��C�a r�r✓r� �ii:k�'�'nw`;II'°'III, Contractor must post a copy of the prevailing rate of per diem wages at the job site. K Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 C. City directs Contractor's attention to Labor Code §§ 1777.5, 1777.6 and 3098 concerning the employment of apprentices by Contractor or any subcontractor. D. Labor Code § 1777.5 requires Contractor or subcontractor employing tradesman in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate must also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except: i. When employment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or ii. When the number of apprentices in training in the area exceeds a ration of one to five or, iii. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or iv. When Contractor provides evidence that Contractor employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. E. Contractor is required to make contributions to funds established for the administration of apprenticeship programs if Contractor employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. F. Contractor and any subcontractor must comply with Labor code §§ 1777.5 and 1777.6 in the employment of apprentices. G. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeships, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. H. Contractor and its subcontractors must keep an accurate certified payroll record showing the name, occupation, and the actual per diem wages paid to each worker employed in connection with this Agreement. The record will be kept open at all reasonable hours to the inspection of the body awarding the contract and to the Division of Labor Law Enforcement. If requested by City, Contractor must provide copies of the records at its cost. 3 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 5. TIME OF PERFORMANCE. A. Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in the Task Order. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in the Task Order, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement. B. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Work, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays could be addressed. C. Contractor shall submit all requests for extensions of time for performance in writing to the City not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The City shall review such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 6. CITY RESPONSIBILITIES. To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at the City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 7. CONTRACTOR RESPONSIBILITIES. A. By executing this Agreement, Contractor represents that Contractor has thoroughly investigated and considered the scope of services to be performed, carefully considered how the services should be performed, and understands the facilities, difficulties, and restrictions attending to performance of the Services under this Agreement. B. If Services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the Services hereunder. Should Contractor discover any latent or unknown conditions that may materially affect the performance of the Services, Contractor will immediately inform City of such fact and will not proceed except at Contractor's own risk until written instructions are received from City. Cl Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 8. STANDARD OF CARE AND CONTRACTOR OBLIGATIONS. A. Contractor will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by City, necessary or proper to perform and complete the work and provide the professional services required of Contractor by this Agreement. B. All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by the City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws and legally recognized professional standards. C. Contractor represents and warrants to City that is has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of El Segundo business license during the term of this Agreement. D. Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City. 9. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, Contractor will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Commercial general liability: Business automobile liability 5 Limits $1,000,000 per occurrence Proof of Insurance (only if auto used in performance of work) Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 Workers Compensation Statutory Requirement (only if Contractor has employees) *The city has the option to increase the limits as required for more complex and major waterworks, sanitation, and road pavement projects. B. Commercial general liability ("CGL") insurance must meet or exceed the requirements of ISO-CGL Form No. Form CG 00 01 04 13, or equivalent, covering CGL on an "occurrence" basis, including property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. 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. C. 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 Contractor 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 Contractor has no owned autos, Code 8 (hired) and 9 (non -owned), with limits no less than $1,000,000 per accident for bodily injury and property damage must be included in coverage. D. The amount of insurance set forth above 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. E. Required Insurance Endorsement Language: a. Additional Insured Endorsement with this language: "The City of El Segundo, its elected and appointed officials, employees, and volunteers as additional insureds." b. 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." 0 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 c. 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." F. Contractor will furnish to City valid Certificates of Insurance 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." G. Should Contractor, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at Contractor's expense and deduct the cost of such insurance from payments due to Contractor under this Agreement or terminate pursuant to Section 13. 10. TIME FOR PERFORMANCE. Contractor will not perform any work under this Agreement until Contractor furnishes proof of insurance as required by this Agreement and City gives Contractor a fully executed Task Order. Should Contractor begin work in advance of receiving written authorization to proceed, any such professional services are at Contractor's own risk. 11. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS. Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred, contracted or subcontracted out without the prior written approval of the City. 12. SUBCONTRACTORS. The subcontractors authorized by City, if any, to perform Work on these Services are identified in Exhibit "A." Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by subcontractor for purposes of establishing a duty of care between the subcontractor and the City. Except as specifically authorized herein, the Services to be provided under this Agreement shall be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of the City. 7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 13. TERMINATION. City may terminate this Agreement at any time, at will, for any reason or no reason, after giving written notice to Contractor at least ten (10) calendar days before the termination is to be effective. If City defaults under this Agreement, and if City has not cured the default within thirty (30) calendar days after Contractor has given City notice of the event of default. Contractor may terminate this Agreement for cause after giving written notice to City at least thirty (30) calendar days before the termination is to be effective. Contractor shall cease all work under this Agreement on or before the effective date of termination specified in the notice of termination. Contractor shall be paid for services satisfactorily rendered to the last working day this Agreement is in effect and Contractor shall deliver all materials, reports, documents, notes or other written materials compiled through the last working day this Agreement is in effect. In no event shall Contractor be entitled to receive more than the maximum compensation set forth in this Agreement that would be paid to the Contractor for the full performance of the services required by this Contract. Neither party shall have any other claim against the other party by reason of such termination. In the event the City terminates the Agreement, Contractor shall be reimbursed for all unavoidable and unmitigable costs resulting from such termination, in addition to the compensation for all work completed up until the effective date of the termination of the Contract. 14. INDEMNIFICATION. A. To the maximum extent permitted by law, the Contractor hereby agrees at its sole cost and expense, to defend, protect, indemnify, and hold harmless the City, its elected and appointed officials, officers, employees, volunteers, attorneys, agents (including those City agents serving as independent contractors in the role of City representative), successors, and assignees (collectively "Indemnitees") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, charges, obligations, damages, causes of action, proceedings, suits, losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses of every kind and nature whatsoever, in any manner arising out of, incident to, related to, in connection with or resulting from any act, failure to act, error or omission of the Contractor or any of its officers, agents, attorneys, employees, subcontractors, material supplies or any of their officers, agents or employees and/or arising out of, incident to, related to, in connection with or resulting from any term, provision, image, plan, covenant, or condition in the Agreement, including, without limitation, the payment of all consequential damages, attorneys' fees, experts' fees, and other related costs and expenses (individually a "Claim", or collectively, "Claims"). The Contractor shall promptly pay and satisfy any judgment, award or decree that may be rendered against any of the Indemnitees as to any such Claim. The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the Contractor or Indemnitees. This indemnity shall apply to all Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 claims regardless of whether any insurance policies are applicable or whether the Claim was caused in part or contributed to by an Indemnitee. B. Nonwaiver of RightsAndemnitees do not and shall not waive any rights that they may possess against the Contractor because the acceptance by the City or the deposit with the city of any insurance policy or certificate required pursuant to this Agreement. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. C. Waiver of RI ht of Subrogation. The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or passive negligence by Indemnitees. D. Survival. The provisions of this Section 14 shall survive the term and termination of the Contract, are intended to be as broad and inclusive as is permitted by the law of the State, and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against the Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 15. NONDISCRIMINATORY EMPLOYMENT. The Contractor shall not unlawfully discriminate against any individual based on race, religion, creed, color, national original, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender identity, gender expression, age, sexual orientation, or military and veteran status. The Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 16. OWNERSHIP OF DOCUMENTS.. Each and every report, draft, map, record, plan, document and other writing produces, prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of the City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such documents to the City upon prior written request. E Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 17. CONFIDENTIALITY. All documents, including drafts, preliminary drawings or plans, notes and communications that result from the Service in this Agreement shall be kept confidential unless City expressly authorizes in writing the release of information. 18. CONFLICT OF INTEREST. A. Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code Section 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeable be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act and/or Government Code Section 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims and damages resulting from Contractor's violation of this Section. 19. 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 it is performed. Contractor will be free to contract for similar services to be performed for other employers while under contract with the City. Contractor is not an agent or employee of the 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 Agreement that may appear to give City the right to direct Contractor as to 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 the end results of the Work only. 20. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Such noticing does not include day-to-day communications between City's and Contractor's project managers. Notice sent by mail will be addressed as follows: To Contractor: Attn: FADY NASHED HCI SYSTEMS 1354 S.PARKSIDE PLACE ONTARIO, CA 91761 10 To City: Attn: JORGE PRADO CITY OF EL SEGUNDO 350 MAIN STREET ELSEGUNDO, CA90245 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 Email: rtet (909) 628-7773 Email: jprado@elsegundo.org (310) 524-2713 B. Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 21. TAXPAYER IDENTIFICATION NUMBER. Contractor will provide City with a Taxpayer Identification Number. 22. WAIVER. A waiver by the City of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same of any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 23. 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. 24. SEVERABILITY. If any portion of the Agreement are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 25. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment. The City's city manager, or designee, may execute any such amendment on the City's behalf. 26. ENTIRE AGREEMENT. 11 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 This Agreement and any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Contract supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be modified or amended, not any provisions or breach waived, except in a writing signed by both parties that expressly refers to this Agreement. [Signatures on following page.] 12 Agreement No. 7422 Docusign Envelope ID D483FEB9-43DC-499B-8B2D-C94999BE7905 IN WITNESS WHEREOF the Parties hereto have executed this contract the date and year first hereinabove written. CITY OF EL SEGUNDO Dar ell George, City Manager AT o �i S A an I I U CIA,, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney By. V:3 " David King, AssistaW6Attorney HCI SYSTEMS INC. Name:�l jc,rlo Title: CJ--D Taxpayer lD No, 26-1656639 Contractor State License No.: 905493 Contractor City Business License No.: �&A ��Ov1vY1 1/�cnf�An CA 13 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 EXHIBIT "A" SCOPE OF WORK 14 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 EXHIBIT "B" TASK ORDER FORM 15 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 EXHIBIT A Agreement No. 7422 HCI Systems Inc. 199 S. HLidson Ave, Pqsadena, CA 9 t 10 t TeL (MS) 839-5237 1 Fax: (M) 839-5236 State Contt-actors License C-7. C-10, C-t6#9054113 'Rcli 1 11 el MIA - Date: August'12,2025 CMAS: 3-23-07-1006 Job Site; City of El Segundo To: City of El Segundo 150 Illinois St Jorge Prado El Segundo, Ca 90245 150 Illinois St El Segundo, Ca 90245 From., Fady Nashed Phone: (310)524-2713 (909)544-7563 fnashed@hcisystems.net Email: jprado@elsegundo.org �g We are pleased to present this proposal to perform the Fire/Life Safety and Fire Sprinkler Inspections on the system located at the above referenced address. The scope of work and details of the inspections to be completed as follows: Annual Fire Alarm Test HCI will perform the inspection on the Fire Alarm System, aLidio/visuals, magnetic door holds, auxiliary functions (HVAC shutdown, elevator recall, etc.), and central station monitoring. HCI will test all waterflow and tamper switches during this inspection. HCI will test and inspect all fire alarm related devices and functions, per NFPA 72. Annual Fire Sprinkler System Inspection HCI will perform one (1) Annual Sprinkler Inspection to include the visual inspection of the sprinkler heads (in all areas accessible during the inspection) and the required main drain test. An,nual Fire Extinguisher Inspection HCI will provide labor to inspect the fire extinguishers on an annual basis, per NFPA 10, Following each inspection noted above will be a detailed report. Any deficiencies noted will be quoted on a separate proposal. V050625. Quoted 8/12/25 Pagel of7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 �PO°��"��, HCI Systems Inc. 99 S. Hudson Ave, Pasadena, CA 9 l 10 L rtps,m�t�s�snu��,�t�"r Tel: (8l8) 839-5237 1 Fax: (8t8) 839-5 23b State Contractors License C-7. C-10, C-16 ,4905493 ' e Please Issue Contracts and Purchase Orders To: HCI Systems Inc. State Contractors License. C-7, C-10, C-16 #905493 199 South Hudson Avenue, Pasadena, CA 91101 The original term of this Agreement is 12 months, starting the month during which services commence. Pricing Summary: • Brycer Fees Included in pricing • City Hall 350 main Street (Fire alarm only) $1,796.00 • FD1 314 Main street (Fire alarm and sprinkler) $ 1,361.00 • FD2 2261 E Mariposa (Fire alarm and sprinkler) $1,361.00 • Gordon Clubhouse 300 E pine street (Fire alarm only) $ 576.00 • Joslyn Center 339 Sheldon (Fire Alarm only) $1,361.00 • Lifeguard station 105 Vista Del Mar (Fire Alarm only) $1,361.00 • Maintenance Yard 150 Illinois street (Fire Alarm and Sprinkler)* $ 2,627.00 • Park & Recs 641 California street (Fire Alarm only) $1,361.00 • Police station 348 main Street (Fire alarm and Sprinkler) $1,361.00 • Water Tower storage 400 Lomita Street (Sprinkler only) $ 326.00 • Soccer Field 2201 E Mariposa (Sprinkler only) $ 326.00 • TOTAL ANNUAL INVESTMENT $13,817.00 (Excludes extinguisher per unit fee) Pricing is based on all testing being performed on same day(s). If a return trip is required due to actions or inaction of the customer, standard HCI labor rates will apply. 72 hours (3 business days) is required to cancel a scheduled test, or a 20% rescheduling fee will be applied. If HCI arrives on site and through no fault of its own, HCI is prevented from performing the test, the customer will be charged at standard HCI labor rates for each on site Technician's minimum shift pay according to CA Labor Laws. Any lack of access or delays to HCI is subject to a change order. *Annual Visual Service: V050625, Quoted 8/12/25 Page 2 of 7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 HCI Systems Inc. 199 S. Hodson Ave, Pasadena, CA 9t LOl TeL (818) 839-5237 Fax: (8I8) 839-52;6 f4c Fire Safety -System Integrators � 4 Stutz Contractors License C-7. C-10, C-I6 �1905 40; Visual Service Includes:: • Visual Inspection • Break-up Powder • Weigh Extinguisher • Tagging • Certification *Six M Year Breakdown Service: Dry Chemical Halon Six (6) Year Service Includes. • Discharge Extinguisher • Recharge Extinguisher • Sealing • Tagging • Certification Slze I Price per extinguisher 5 lbs. — 20 lbs. 5 lbs. — 20 lbs. $ 49 00 *Replacement cost includes tagging and certification of new extinguisher. Any repairs or replacements required for extinguishers will be made at the time of the inspection and will be invoiced accordingly to the pricing structure described herein. *Minimum invoice charges apply as follows for all extinguisher services on a per visit basis: • $200 for locations within 60 Miles of the HCl office providing service. • $350 for locations beyond 60 Miles of the HCl office providing service. V050625, Quoted 8/12/25 Page 3 of 7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 � p........ y HCI Systems Inc. 199 S. Hudson Ave, Pasadena, Cry 9 t 10l TeTel:52' (818) 839-( t8) 839-5235 State Conh��croks License C-7. C-l0. C-16 990�4L)3 • Testing to be performed during regular HCI business hours. • Parking to be provided by the facility or a change order will be required. • Engineering to assist with auxiliary function testing and resetting of equipment (elevators, HVAC/mechanical equipment, etc.). • Notifying inhabitants of the subject buildings) about the time and duration of testing is excluded and is the responsibility of others. • Control of Electric power in the subject building during the testing is excluded and is the responsibility of others. • Access to all areas is to be provided by the facilities engineering staff. • Billing will take place upon completion of the test/inspection. • Inspection reports will be provided following each inspection. Quote to repair any deficiencies noted will be made in a separate proposal and submitted for approval. • This proposal excludes semi-annual visual inspections of all fire alarm control and/or peripheral equipment. • This proposal excludes sensitivity testing. • This proposal excludes any and all fees related to re -test, AHJ permits, and background checks. • This proposal excludes annual backflow preventor forward flow test. If required by AHJ, a separate proposal will provided. • A facility representative must be present with HCI technicians when entering a residential space, for the purpose of fire/life safety testing only. No other in-house maintenance is to be performed during this period. • Any lack of access or delays to HCI is subject to a change order. • This proposal is based on current codes, as of the date listed on this proposal. Any code change that increases the frequency of items to be tested will be subject to a change order. • Devices provided to HCI via a previous test report or point list is what this quote is based on. Additional devices found will be subject to a change order. • If facility preforms a remodel and additional devices are added, a new proposal will need to be generated. • This price includes work requiring a 6' ladder or less. Lifts or ladders above 6' to be provided by the building. Lift rental is excluded, unless otherwise listed above in the pricing. • Unless expressly stated otherwise under the Scope of Work, the price quoted EXCLUDES any prevailing wage, special wage, and/or certified payroll. • Pricing is based on all testing being performed on same day(s). If a return trip is required due to the customer, standard HCI labor rates will apply. 72 hours (3 business days) is required to cancel a scheduled test, or a 20% rescheduling fee will be applied. • This proposal is valid for 30 days. • Pursuant to Title 19, 2013 - NFPA 25 standards adopted in California, areas of corrosion or blockage visually encountered in the sprinkler piping network are to be reported during inspections. If there are any visibly apparent signs of corrosion or blockage found during our testing, a separate repair proposal and pricing will be submitted for the Customer's approval for following additional scope. 1. A full internal inspection to check for blockage at the Riser, cross mains, and branch lines. 2. Water and deposit samples must be collected and sent to a lab to determine what type(s) of corrosion exist. A report, with recommendations will be sent upon receipt of results. • FDC must be accessible for work to be performed. V050625, Quoted 8/12/25 Page 4 of 7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 r HCI Systems Inc. 199 S, Hudson Ave, Pasadena, CA 91101 �Tel: (818) 539-5237 i Fax: (818) 839-5236 Fire safety -System Integrators -' r �, rr i Stale Contractors License C-7. C-Ul, C-164905a9i HCI publishes an official Service Labor Rate Schedule at least once per year and they are subject to change. The published rate schedule includes current standard labor rates. Service calls will be charged at the current published rate made available at time of service. To the extent Customer directs HCI to perform any additional work, such direction must be in writing. Customer understands and agrees that such additional work will be performed in accordance with the same legal terms and conditions stated herein. Thank you for the opportunity to review your needs and offer this proposal, Please feel free to contact me if you have any questions or concerns at (909)544-7563 Sincerely, Fa,dy N ash If you would like us to proceed with the work included in this proposal, please sign below and return to HCI. Proposal is accepted in accordance with the attached Terms & Conditions. ELECTRONIC SIGNATURE: In accordance with California Civil Code § 1633.1 et seq., an Electronic Signature (as defined below) affixed to this Agreement shall be as valid as an original signature and shall be effective to bind signatory to this Agreement. The term "Electronic Signature" shall mean (i) a manually produced original signature that is affixed to this Agreement via electronic means, or (ii) a signature that is generated and affixed to this Agreement via an electronic program (e.g., DocuSign or Adobe Acrobat signature function). ppr �y (Signature) Date Printed Name CO - PO# (if required) Title V050625, Quoted 8/12125 Page 5 of 7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 ''"�r `•,gym HCI Systems Inc. " t 99 S. Hudson Ave, Pasadena, CA 91 t 0 t �� a Tel: (818) 839-5237 1 Fax: (8t8) 839-5'_30 a� udarr, Swa�ur�r Yuat�tulr IS w :° . 9 3 Slate Conti actors Ltcense C'-i. C-l0, C'-I[ ?90�41+111 it rr � 1. The person executing this Agreement on behalf of Customer represents and warrants that they are authorized to do so by Custorner to bind Customer to all terms herein. As a further inducement to HCI to enter into this Agreement, the person executing this Agreement agrees to guarantee the performance of Customer herein and to be personally liable for any payments not made by Customer. 2. The Parties acknowledge that this Agreement is the result of good faith negotiations between the Parties through their respective counsel. Any statute or rule of construction that any ambiguity is to be resolved against the Party that caused such an ambiguity shall not be employed in the interpretation or enforcement of this Agreement. 3. This Agreement may be executed in counterparts, each of which shall be deemed an original, and all of which taken together shall constitute one and the same instrument. In addition, the Parties agree that facsimile and/or electronic signatures shall be acceptable to evidence the Parties' assent to this Agreement and are deemed equivalent to original "wet ink" signatures for all purposes under this Agreement. 4. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. 5. Invoicing may be submitted on a monthly basis based on percent of work completed. Payments are due within 30 days of the submittal of an invoice. Overdue payments shall bear interest at the rate of 1-1/2% per month from the date on which payment is due until paid. A 4% processing Tee will be added to any payments issued by credit card.. 6. If any dispute arises out of this Agreement, such dispute shall be subject to Arbitration at the sole discretion of HCI. If any arbitration or action at law or equity shall be brought on account of any breach of this Agreement or to enforce or interpret any of its provisions, the prevailing party shall be entitled to recover from the other party its reasonable attorneys' fees, which shall be fixed by the tribunal or court and be made a part of any award or judgment rendered. 7, This Agreement shall be governed and construed in accordance with the laws of the state of California. Both parties agree to submit to the exclusive venue and jurisdiction of the courts of California for any enforcement of Arbitration awards and ensuing litigation pertaining to this Agreement. 8. The Contractor shall have the right to terminate this Agreement for any reason, with or without cause, and at any time upon providing a 30-days written notice to Customer. In such event, the Contractor shall provide a credit to Customer for work not performed and such credit shall be the sole and exclusive remedy to Customer. Customer agrees to pay any outstanding amounts for work performed no later than 30 days post termination notice date. 9. The above price is based on the following Insurance Accord Forms. Any different or alternative forms will be subject to additional costs. Commercial Auto, Designated Insured: CA 20 48 10 13 Commercial Auto, Primary & Non-contributory : 16-02-0316 Ed. 10 14 Commercial Auto, Waiver: CA 04 44 10 13 -Commercial General Liability, Additionally Insured: CG 20 10 0A 13 Commercial General Liability, Additionally Insured: CG 20 37 04 13 Commercial General Liability, Amendment: ECG 24 520 08 05 Commercial General Liability, Waiver: CG 24 04 12 19 10. Customer agrees: • To provide free access to all areas of the facility covered by the fire alarm system. Where necessary, the customer will provide a person familiar with the facility who can gain access to all areas; • To provide the necessary equipment or lifts to reach inaccessible equipment and peripherals; • To supply suitable electrical service, and that in the event of any emergency or system failure, reasonable safety precautions will be taken to protect life and property (including fire watch) during the period of time from when HCI is first notified of the emergency or failure and until such time that HCI notifies the customer that the system is operational or that the emergency has cleared. • HCI is not responsible for the security of the site. HCI is further not responsible for any costs or claims whatsoever arising out of theft or damage to installed work due to vandalism. 11. It is understood that repair, replacement and emergency service provisions apply only to the systems and equipment covered by this agreement and identified in the List of Covered Equipment. Repair or replacement of non -maintainable parts of the system such as, but not limited to, unit cabinets, insulating materials, electrical wiring, structural supports and other non-moving parts, is expressly excluded from this Agreement. 12, Emergency Service Exclusions. Emergency Service does not include travel expense, material and labor charges required as a result of accident, fire, storrn, water, negligence, misuse, vandalism, power failure, source current fluctuations, lighting surges, any failure whatsoever resulting in whole or in part from a non-HCI installation, parts, service, attachments, or devices, or any V050625, Quoted 8/12/25 Page 6 of 7 Docusign Envelope ID: D483FEB9-43DC-499B-8B2D-C94999BE7905 Agreement No. 7422 w * r9 ! HCI Systems Inc. 199 S. Hudson Ave, Pasa "daua, CA 91101 +° w' � Tel: (518) 839-5237 1 Fax: (815) 839-5216 �CIO"rwa� 5�6sB�y.y 9twn rduCutfj�s�azts �" r�, Sruz Contractors License C-7 C-I0. C-lC !90549 other cause external to the equipment. Emergency Service will be provided in accordance with the description provided in Scope of Work. All services will be provided during normal business hours unless outlined elsewhere in this agreement. 13, HCI may transfer or assign this Agreement to any other fire alarm company or financing institution without notice to you. You may not transfer this Agreement to someone else (including someone who purchases or leases or subleases your premises) unless we pre -approve the transfer in writing. We may use subcontractors to provide the services herein. 14. HCI will not reload software, nor make repairs or replacements necessitated by reason of negligence or misuse of the equipment by others, or caused by lightning, electrical storrn, or other violent weather, or by any cause beyond HCI control except ordinary wear and tear. 15„ The customer shall promptly notify HCI of any malfunction in the system(s) that comes to the customer's attention. HCI will not be responsible for fire watch in the event of system failure. 16. It is mutually understood that in providing the services included in this agreement, HCI is not an insurer and does not guarantee any damage to property or injury to person will not occur. 17, Neither HCI or its representative shall be liable to the purchaser or anyone else for any liability, claim, loss, damage or expense of any kind, or for any direct, consequential, collateral or incidental damages, relative to or arising from or caused directly by the equipment, its installation, its service, or the use thereof or any deficiency, defect or Inadequacy of the equipment. It is expressly agreed that purchaser's exclusive remedy for any cause of action relating to the puirohase, installation, service and/or use of equipment shall be for damages and HCI liability for any and all losses or damages resulting from any cause whatsoever, including negligence, shall in no event exceed the price of the service agreement for the equipment in respect to which the claim is made or, at the election of HCI, the restoration or replacement or repair of such equipment. 18. Fire watch is excluded. 19, If HCI tests or works on a system that was not installed by HCI, HCI assumes no liability for that system either in whole or in part, and we expressly disclaim any liability or warranty, as such system or any of its components not installed by us. Any components that are installed by us or repaired by us are subject to the limited warranty given in the applicable repair agreement. It is not our duty to investigate or inquire into your legal obligations to any third party with respect to any system that we inspect, repair, or any of its components not installed by us, and you agree to provide third party indemnification to HCI in the event of any third party claims arising out of testing under this agreement. 20. This Agreement assumes the system covered is in maintainable condition. 21, If repairs are found necessary upon inspection, a proposal for repair at an additional cost will be submitted for approval. Should such repair proposal be declined, those non -maintainable items will be removed from the service agreement and the contract amount adjusted accordingly. 22, Multiyear Agreements: HCI shall modify the annual amount at the renewal date and the Agreement shall otherwise continue without change. However, the customer may notify HCI within 30 days of receipt of the modification of a decision to terminate or renegotiate the services being provided, rather than accept the new amount. Standard HCI labor rates for service repair and maintenance work are subject to change for the duration of this agreement. V050625, Quoted 8/12/25 Page 7 of 7