Loading...
HomeMy WebLinkAboutQuincy Engineering - 2015 AgreementAGREEMENT FOR SERVICES (For design professional contracts over $5,000) This AGREEMENT made this 13th day of November, 20 j5. etween: CITY: City of Gilroy, having a principal place of business at 7351 Rosanna Street, Gilroy, California and CONSULTANT: Quincy Engineering Inc., having a principal place of business at 7901 Stoneridae Drive, Suite 499, Pleasanton,. 94588. ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on 11/16/2015 and will continue in effect through 11/16/2016 unless terminated in accordance with the provisions of Article 7 of this Agreement. ARTICLE 2. INDEPENDENT CONTRACTOR STATUS It is the express intention of the parties that CONSULTANT is an independent contractor and not an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties acknowledge that CONSULTANT is not an employee for state or federal tax purposes. CONSULTANT shall not be entitled to any of the rights or benefits afforded to CITY'S employees, including, without limitation, disability or unemployment insurance, workers' compensation, medical insurance, sick leave, retirement benefits or any other employment benefits. CONSULTANT shall retain the right to perform services for others during the term of this Agreement. ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT A. Specific Services CONSULTANT agrees to: perform the services as outlined in Exhibit "A" ( "Specific Provisions ") and Exhibit "B" ( "Scope of Services ") within the time periods described in and Exhibit "C" ( "Milestone Schedule "). B. Method of Performing Services CONSULTANT shall determine the method, details and means of performing the above - described services. CITY shall have no right to, and shall not, control the manner or determine the method of accomplishing CONSULTANT'S services. 4845 - 6718- 3385v1 LACk04706083 C. Employment of Assistants CONSULTANT may, at the CONSULTANT'S own expense, employ such assistants as CONSULTANT deems necessary to perform the services required of CONSULTANT by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONSULTANT'S assistants in the performance of those services. CONSULTANT assumes full and sole responsibility for the payment of all compensation and expenses of these assistants and for all state and federal income tax, unemployment insurance, Social Security, disability insurance and other applicable withholding. D. Place of Work CONSULTANT shall perform the services required by this Agreement at any place or location and at such times as CONSULTANT shall determine is necessary to properly and timely perform C'ONSULTANT'S services. ARTICLE 4. COMMPENSATION A. Consideration In consideration for the services to be performed by CONSULTANT, CITY agrees to pay CONSULTANT the amounts set forth in Exhibit "D ". In no event however shall the total compensation paid to CONSULTANT exceed $34,995. D. Invoices CONSULTANT shall submit invoices for all services rendered. C. Payment Payment shall be due according to the payment schedule set forth in Exhibit "D ". No payment will be made unless CONSULTANT has first provided City with a written receipt of invoice describing the work performed and any approved direct expenses (as provided for in Exhibit "A ", Section IV) incurred during the preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify CONSULTANT of the objection within thirty (30) days from receipt of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts to which it has objected until the objection has been resolved by mutual agreement of the parties. D. Expenses CONSULTANT shall be responsible for all costs and expenses incident to the performance of services for CITY, including but not limited to, all costs of equipment used or provided by CONSULTANT, all fees, fines, licenses, bonds or taxes required of or imposed against CONSULTANT and all other of CONSULTANT'S costs of doing business. CITY shall not be responsible for any expenses incurred by CONSULTANT in performing services for CITY, except . for those expenses constituting "direct expenses" referenced on Exhibit "A." 4845- 6718- 3385vl LAC104706083 _2_ ARTICLE 5. OBLIGATIONS OF CONSULTANT A. Tools and Instrumentalities CONSULTANT shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONSULTANT is not required to purchase or rent any tools, equipment or services from CITY. B. Workers' Compensation CONSULTANT agrees to provide workers' compensation insurance for CONSULTANT'S employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and indemnify CITY, its officers, representatives, agents and employees from and against any and all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, arising out of any injury, disability, or death of any of CONSULTANT'S employees. C. Indemnification of Liability, Duty to Defend 1. As to professional liability, to the fullest extent permitted by law, CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, to the extent arising or resulting directly or indirectly from any willful or negligent acts, errors or omissions of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. 2. As to other liability, to the fullest extent permitted by law, CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees; arising or resulting directly or indirectly from any act or omission of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. D. Insurance In addition to any other obligations under this Agreement; CONSULTANT shall, at no cost to CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof; and (b) Professional Liability Insurance (Errors & Omissions) with a minimum coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate; provided however, Professional Liability Insurance written on a claims made basis must comply with the requirements set forth below. Professional Liability Insurance written on a claims made basis (including without 4845 - 6718- 3385v1 _3 _ LAC104706083 limitation the initial policy obtained and all subsequent policies purchased as renewals or replacements) must show the retroactive date, and the retroactive date must be before the earlier of the effective date of the contract or the beginning of the contract work. Claims made Professional Liability Insurance must be maintained, and written evidence of insurance must be provided, for at least five (5) years after the completion of the contract work. If claims made coverage is canceled or non - renewed, and not replaced with another claims -made policy form with a retroactive date prior to the earlier of the effective date of the contract or the beginning of the contract work, CONSULTANT must purchase so called "extended reporting" or "tail" coverage for a minimum of five (5) years after completion of work, which must also show a retroactive date that is before the earlier of the effective date of the contract or the beginning of the contract work. As a condition precedent to CITY'S obligations under this Agreement, CONSULTANT shall furnish written evidence of such coverage (naming CITY, its officers and employees as additional insureds on the Comprehensive Liability insurance policy referred to in (a) immediately above via a specific endorsement) and requiring thirty (30) days written notice of policy lapse or cancellation, or of a material change in policy terms. E. Assignment Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or obligations of CONSULTANT under this Agreement may be assigned or subcontracted by CONSULTANT without the prior written consent of CITY, which CITY may withhold in its sole and absolute discretion. F. State and Federal 'faxes As CONSULTANT is not CITY'S employee, CONSULTANT shall be responsible for paying all required state and federal taxes. Without limiting the foregoing, CONSULTANT acknowledges and agrees that: • CITY will not withhold FICA (Social Security) from CONSULTANT'S payments; • CITY will not make state or federal unemployment insurance contributions on CONSULTANT'S behalf; • CITY will not withhold state or federal income tax from payment to CONSULTANT; • CITY will not make disability insurance contributions on behalf of CONSULTANT; • CITY will not obtain workers' compensation insurance on behalf of CONSULTANT. 4845 -6718- 3385v1 _4 _ LAC104706083 ARTICLE 6. OBLIGATIONS OF CITY A. Cooperation of City CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONSULTANT'S duties under this Agreement. B. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONSULTANT. Such assignment shall not release CONSULTANT from any of CONSULTANT'S duties or obligations under this Agreement. ARTICLE 7. TERMINATION OF AGREEMENT A. Sale of Consultant's Business/ Death of Consultant. CONSULTANT shall notify CITY of the proposed sale of CONSULTANT's business no later than thirty (30) days prior to any such sale. CITY shall have the option of terminating this Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination pursuant to this Article 7.A shall be in writing and sent to the address for notices to CONSULTANT set forth in Exhibit A, Subsection V.I., no later than thirty (30) days after CITY' receipt of such notice of sale. If CONSULTANT is an individual, this Agreement shall be deemed automatically terminated upon death of CONSULTANT. B. Termination by City for Default of Consultant Should CONSULTANT default in the performance of this Agreement or materially breach any of its provisions, CITY, at CITY'S option, may terminate this Agreement by giving written notification to CONSULTANT. For the purposes of this section, material breach of this Agreement shall include, but not be limited to the following: 1. CONSULTANT'S failure to professionally and/or timely perform any of the services contemplated by this Agreement. 2. CONSULTANT'S breach of any of its representations, warranties or covenants contained in this Agreement. CONSULTANT shall be entitled to payment only for work satisfactorily completed through the date of the termination notice, as reasonably determined by CITY, provided that such payment I1 shall not exceed the amounts set forth in this Agreement for the tasks described on Exhibit P, which have been fully, competently and timely rendered by CONSULTANT. Notwithstanding the foregoing, if CITY terminates this Agreement due to CONSULTANT'S default in the performance of this Agreement or material breach by CONSULTANT of any of its provisions, then in addition to any other rights and remedies CITY may have, CONSULTANT shall reimburse 4845 - 6718 -33850 LAC104706083 CITY, within ten (10) days after demand, for any and all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of work as described in this Agreement, to the extent such costs and expenses exceed the amounts CITY would have been obligated to pay CONSULTANT for the performance of that task pursuant to this Agreement. C. Termination for Failure to Make Agreed -Upon Payments Should CITY fail to pay CONSULTANT all or any part of the compensation set forth in Article 4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default under this Agreement, CONSULTANT, at the CONSULTANT'S option, may terminate this Agreement if such default is not remedied by CITY within thirty (30) days after demand for such payment is given by CONSULTANT to CITY. D. Transition after Termination Upon termination, CONSULTANT shall immediately stop work, unless cessation could potentially cause any damage or harm to person or property, in which case CONSULTANT shall cease such work as soon as it is safe to do so. CONSULTANT shall incur no further expenses in connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done toward completion of the services required hereunder, and shall act in such a manner as to facilitate any the assumption of CONSULTANT's duties by any new consultant hired by the CITY to complete such services. ARTICLE 8. GENERAL PROVISIONS A. Amendment & Modification No amendments, modifications, alterations or changes to the terms of this Agreement shall be effective unless and until made in a writing signed by both parties hereto. B. Americans with Disabilities Act of 1990 Throughout the term of this Agreement, the CONSULTANT shall use due professional care to comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 ( "the Act ' ) in its current form and as it may be amended from time to time. CONSULTANT shall also require such compliance of all subcontractors performing work under this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 above. The CONSULTANT shall defend with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers, employees, agents and representatives from and against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation attorneys' fees, that may arise out of any violations of the Act by the CONSULTANT, its subcontractors, or the officers, employees, agents or representatives of either. C. Attorneys' Fees If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable 48456718- 3385v1 LAC104706083 attorneys' fees, which may be set by the court in the same action or in a separate action brought for that purpose, in addition to any other relief to which that party may be entitled. D. Captions The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement are for convenience only and shall not be considered nor referred to for resolving questions of interpretation. E. Compliance with Laws The CONSULTANT shall keep itself informed of all State and National laws and all municipal ordinances and regulations of the CITY which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Without limiting the foregoing, CONSULTANT agrees to observe the provisions of the Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a contract or subcontract to the CITY OF GILROY for public works or for goods or services to refrain from discriminatory employment or subcontracting practices on the basis of the race, color, sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any potential subcontractor. F. Conflict of Interest CONSULTANT certifies that to the best of its knowledge, no CITY employee or office of any public agency interested in this Agreement has any pecuniary interest in the business of CONSULTANT and that no person associated with CONSULTANT has any interest that would constitute a conflict of interest in any manner or degree as to the execution or performance of this Agreement. G. Entire Agreement This Agreement supersedes any and all prior agreements, whether oral or written, between the parties hereto with respect to the rendering of services by CONSULTANT for CITY and contains all the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any parry, which are not embodied herein, and that no other agreement, statement or promise not contained in this Agreement shall be valid or binding. No other agreements or conversation with any officer, agent or employee of CITY prior to execution of this Agreement shall affect or modify any of the terms or obligations contained in any documents comprising this Agreement. Such other agreements or conversations shall be considered as unofficial information and in no way binding upon CITY. 4845 - 6718- 3385v1 LAC104706083 H. Governing Law and Venue This Agreement shall be governed by and construed in accordance with the laws of the State of California without regard to the conflict of laws provisions of any jurisdiction. The exclusive jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and federal courts located in Santa Clara County, California. I. Notices Any notice to be given hereunder by either party to the other may be effected either by personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit "A ", Section V.I. but each party may ghange the address by written notice in accordance with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing. J. Partial Invalidity If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. K. Time of the Essence All dates and times referred to in this Agreement are of the essence. L. Waiver CONSULTANT agrees that waiver by CITY of any one or more of the conditions of performance under this Agreement shall not be construed as waiver(s) of any other condition of performance under this Agreement. Executed at Gilroy, California, on the date and year first above written. CONSULTANT: Quincy Engineering, Inc. By: ( 0� Name: Jo Quincy Title: President Social Security or Taxpayer Identification Number 68- 0269312 4845 -6718- 3385v1 LAC104706083 CITY: CITY OF GILROY By: Name- 7. Edward Tewes Title: Interim City Administrator Approved as to Form 4�� ity Attorney 4845 - 6718- 3385v1 _ LAM04706083 _9 EXHIBIT "A" SPECIFIC PROVISIONS I. PROJECT MANAGER CONSULTANT shall provide the services indicated on the attached Exhibit "B ", Scope of Services ( "Services "). (All exhibits referenced are incorporated herein by reference.) To accomplish that end, CONSULTANT agrees to assign Tom Wintch, who will act in the capacity of Project Manager, and who will personally direct such Services. Except as may be specified elsewhere in this Agreement, CONSULTANT shall furnish all technical and professional services including labor, material, equipment, transportation, supervision and expertise to perform all operations necessary and required to satisfactorily complete the Services required herein. II. NOTICE TO PROCEED /COMPLETION OF SERVICE A. NOTICE TO PROCEED CONSULTANT shall commence the Services upon delivery to CONSULTANT of a written "Notice to Proceed ", which Notice to Proceed shall be in the form of a written communication from designated City contact person(s). Notice to Proceed may be in the form of e -mail, fax or letter authorizing commencement of the Services. For purposes of this Agreement, David Stubchaer shall be the designated City contact person(s). Notice to Proceed shall be deemed to have been delivered upon actual receipt by CONSULTANT or if otherwise delivered as provided in the Section V.I. ( "Notices ") of this Exhibit "A ". B. COMPLETION OF SERVICES When CITY determines that CONSULTANT has satisfactorily completed all of the Services, CITY shall give CONSULTANT written Notice of Final Acceptance, and CONSULTANT shall not incur any further costs hereunder. CONSULTANT may request this determination of completion when, in its opinion, it has satisfactorily completed all of the Services and, if so requested, CITY shall make this determination within two (2) weeks of such request, or if CITY determines that CONSULTANT has not satisfactorily completed all of such Services, CITY shall so inform CONSULTANT within this two (2) week period. III. PROGRESS SCHEDULE The schedule for performance and completion of the Services will be as set forth in the attached Exhibit "C". IV. PAYMENT OF FEES AND DIRECT EXPENSES Payments shall be made to CONSULTANT as provided for in Article 4 of this Agreement. 4845 - 6718- 3385v1 LAC104706083 %%D if Direct expenses are charges and fees not included in Exhibit "f'. CITY shall be obligated to pay only for those direct expenses which have been previously approved in writing by CITY. CONSULTANT shall obtain written approval from CITY prior to incurring or billing of direct expenses. Copies of pertinent financial records, including invoices, will be included with the submission of billing(s) for all direct expenses. V. OTHER PROVISIONS A. CONSULTANT'S SERVICES TO BE APPROVED BY A REGISTERED PROFESSIONAL ENGINEER All civil (including structural and geotechnical) engineering plans, calculations, specifications and reports shall be prepared by, or under the responsible charge of, a licensed civil engineer and shall include his or her name and license number. Interim documents shall include a notation as to the intended purpose of the document, such as "preliminary" or "for review only." All civil engineering plans and specifications that are permitted or that are to be released for construction shall bear the signature and seal of the licensee and the date of signing and sealing or stamping. All final civil engineering calculations and reports shall bear the signature and seal or stamp of the licensee, and the date of signing and sealing or stamping. B. STANDARD OF WORKMANSHIP CONSULTANT represents and warrants that it has the qualifications, skills and licenses necessary to perform the Services, and its duties and obligations, expressed and implied, contained herein, and CITY expressly relies upon CONSULTANT'S representations and warranties regarding its skills, qualifications and licenses. CONSULTANT shall perform such Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Any plans, designs, specifications, estimates, calculations, reports and other documents furnished under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for acceptance shall be a product of neat appearance, well- organized, technically and grammatically correct, checked and having the maker and checker identified. The minimum standard of appearance, organization and content of the drawings shall be that used by CITY for similar purposes. C. RESPONSIBILITY OF CONSULTANT CONSULTANT shall be responsible for the professional quality, technical accuracy, and the coordination of the Services furnished by it under this Agreement. The CITY'S review, acceptance or payment for any of the Services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and CONSULTANT shall be and remain liable to CITY in accordance with applicable 4845 - 6718- 3385v1 _2 _ LAM04706083 law for all damages to CITY caused by CONSULTANT'S negligent performance of any of the services furnished under this Agreement. D. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT CITY, through its authorized employees, representatives or agents, shall have the right, at any and all reasonable times, to audit the books and records (including, but not limited to, invoices, vouchers, canceled checks, time cards, etc.) of CONSULTANT for the purpose of verifying any and all charges made by CONSULTANT in connection with this Agreement. CONSULTANT shall maintain for a minimum period of three (3) years (from the date of final payment to CONSULTANT), or for any longer period required by law, sufficient books and records in accordance with standard California accounting practices to establish the correctness of all charges submitted to CITY by CONSULTANT, all of which shall be made available to CITY at the CITY's offices within five (5) business days after CITY's request. E. CONFIDENTIALITY OF MATERIAL All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not limited to, computer data and source code), drawings, descriptions, documents, discussions or other information developed or received by or for CONSULTANT and all other written and oral information developed or received by or for CONSULTANT and all other written and oral information submitted to CONSULTANT in connection with the performance of this Agreement shall be held confidential by CONSULTANT and shall not, without the prior written consent of CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an entity not connected with the performance of the such Services. Nothing furnished to CONSULTANT which is otherwise known to CONSULTANT or is or becomes generally known to the related industry (other than that which becomes generally known as the result of CONSULTANT'S disclosure thereof) shall be deemed confidential. CONSULTANT shall not use CITY'S name or insignia, or distribute publicity pertaining to the services rendered under this Agreement in any magazine, trade paper, newspaper or other medium without the express written consent of CITY. F. NO PLEDGING OF CITY'S CREDIT. Under no circumstances shall CONSULTANT have the authority or power to pledge the credit of CITY or incur any obligation in the name of CITY. G. OWNERSHIP OF MATERIAL. All material including, but not limited to, computer information, data and source code, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared (or caused to be prepared) under this Agreement shall be the property of CITY, but CONSULTANT may retain and use copies thereof subject to Section V.E of this Exhibit "A ". CITY shall not be limited in any way in its use of said material at any time for any work, whether or not associated with the City project for which the Services are performed. 4845. 8718- 3385v1 LAC104706083 _3- H. NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed or deemed to be an agreement for the benefit of any third party or parties, and no third party or parties shall have any claim or right of action hereunder for any cause whatsoever. I. NOTICES. Notices are to be sent as follows: CITY: Rick Smelser, City Engineer City of Gilroy 7351 Rosanna Street Gilroy, CA 95020 CONSULTANT: John Quincy, President Quincy Engineering Inc. 7901 Stoneridge Drive, Suite 499, Pleasanton, 94588 J. FEDERAL FUNDING REQUIREMENTS. [� If the box to the left of this sentence is checked, this Agreement involves federal funding and the requirements of this Section V.J. apply. ❑ If the box to the left of this sentence is checked, this Agreement does not involve federal funding and the requirements of this Section V.J. do not apply. DBE Program CONSULTANT shall comply with the requirements of Title 49, Part 26, Code of Federal Regulations (49 CFR 26) and the City- adopted Disadvantaged Business Enterprise programs. 2. Cost Principles Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost for individual items. Covenant against Contingent Fees The CONSULTANT warrants that he /she has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT, to solicit or secure this Agreement, and that he /she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the Local Agency shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the agreement price or consideration, or 4845 -6718- 3385v1 LAC104706083 otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 4845 -6718- 3385v1 _5 _ LAC104706083 EXHIBIT "B" SCOPE OF SERVICES (See attached) 4835 - 2267- 0361v1 LAC104706083 1415 1 T- Design Phase Work re I QUINCY MW ENGINEERING Scope of Work — Design Phase San Ysidro Park — Pedestrian Path and Lighting Improvements Project Project Understanding The proposed project involves improvements for replacing portions of the existing meandering natural path with a paved Class 1 pedestrian path to follow along segments of the perimeter of San Ysidro Park. The project will also include lighting improvements, ADA improvements, minor landscaping, and path connections to the existing handball and basketball courts, along with possible minor changes to existing drainage facilities. These improvements will enhance the access and safety for pedestrians and cyclists that visit San Ysidro Park. Our team's understanding of this project is based upon the following: ✓ Request received from the City; ✓ Field observations and site visits; ✓ Conversations with City staff and our teaming partners at BFS Landscape Architects and Aurum; ✓ Our understanding of the Community Development Block Grant (CDBG) Funds; and ✓ Our team's collective engineering judgment and design experience. Scope of Work We are pleased to present the Quincy Team's Scope of Work and Fee Estimate for the Design Phase of this project. Detailed activities are included in this scope of work which are the basis for our specific work planning and task resourcing and reflects our understanding of the project. The Team Responsibilities along with a detailed Plan Sheet List to guide the PS &E are presented in Table 1 at the end of the scope of work section. This is provided to describe the extent of work and the anticipated list of deliverables along with the corresponding task for which they apply. Major Milestones for the Design Phase Kickoff Meeting: • Meet with City of Gilroy for Kickoff Meeting • Confirm the project layout and scope Basemap and Field Locate Existing Lights/Trees: ✓ Use an available aerial image as the project basemap ✓ RJA to field survey to identify existing critical areas Schematic Design (30% Draft Plans): ✓ Quincy, BFS Landscape Architects and Aurum will develop schematic plans to obtain City approval of the path, lighting and electrical improvements 95% Submittal: ✓ Respond to 30% review comments and develop plan sheets to 95% level design ✓ Develop a construction cost estimate. 100% /Final Submittal: ✓ All plan sheets, specifications and estimate in final form addressing 95% comments. • Submit Final Signed PS &E for bidding • Construction documents finalized having addressed all comments received. Bidding and Construction Support: ✓ Engineering support during bidding ✓ Engineering support during construction The following detailed scope provides a narrative version of this scope of work, provided to accompany the Agreement. We present the aforementioned on the following pages. City of Gilroy — San Ysidro Park Bike Path and Lighting Improvements Project Page 11 (` QUINCY :... O/ ENGINEERING Exhibit A - Scope of Work We have established the following Scope of Work for the pedestrian path and lighting improvements project for San Ysidro Park. The specific tasks required for the Design Phase of this project are as follows: TASK 1 - PROJECT MANAGEMENT The project will be managed with project control procedures implemented to maintain project schedule, quality, and budget. • Project Kickoff Meeting QUINCY Project Manager and appropriate team staff will meet with the City of Gilroy for a Project Kickoff meeting to establish the plan sheet list for the 65% plans and the team's design strategy. • City Coordination The QUINCY Team will meet and coordinate with City of Gilroy staff in order to coordinate design, obtain and address comments, answer questions, and ultimately gain support and approval from City of Gilroy. For purposes of this scope, a total of four meetings at the City of Gilroy offices are assumed. • Monthly Invoicing QUINCY will prepare and submit Progress Summary Reports each month. The progress summary reports will identify work completed to date, work anticipated for the next month, and action items necessary to keep the project on track and moving forward, in bullet point format. QUINCY will also review the status of the schedule with the goal of meeting the HUD CDBG deadline for construction. Deliverables: ■ Invoices • Progress Reports • Schedule Status TASK 2 - SCHEMATIC DESIGN (30% Draft Plans) QUINCY will develop a project base map utilizing available existing survey data and aerial image (such as Google Earth image). This base sheet prepared by Quincy will be used by the team to develop Class I pedestrian path plans and to identify new lights to be installed, existing lights and pole locations for upgrade and new electrical service locations. RJA will field survey existing critical areas to supplement the base map. Quincy and BFS Landscape will layout new paths as discussed in the site walk and study options to grade path over grass berm. Aurum will layout new light locations and new electrical service locations. The schematic design scope of work will include: • Assess existing service panels and timeclocks for proposed uses. • Based on fixtures similar to Gilroy Sports Park and Christmas Hill Park, research poles and fixtures options for San Ysidro Park. • Utilize original construction plans with aerial and site notes to prepare draft Schematic Lighting and Pathway Plans. • Prepare concept level estimate of probable construction cost. Consider in two categories — 1) Existing upgrades, and 2) New supplemental lighting; split each into east and west side segments. • Prepare narrative of proposed lighting project, describing assumptions, major components, and conceptual cost savings. • Internal project team review of draft schematic path and lighting plan, narrative and estimate. Address comments and prepare PDF document and submit for City review. • City to circulate and review draft schematic path and lighting project (estimated two week review). • Receive City comments and review with City staff. City of Gilroy — San Ysidro Park Bike Path and Lighting Improvements Project Page ( 2 Design Phase Work ----- — no QUINCY ENGINEERING • Address comments if needed and resubmittal. If authorized, proceed with final design. TASK 3 - CONSTRUCTION DOCUMENTS 95% Plans The Class I pedestrian path design will proceed based on the approved schematic design plans. Upon City approval of the schematic design plans, the Team will prepare 95% complete Construction Drawings, including: 1. Cover Sheet, including sheet index, vicinity/ location maps and notes 2. Existing Condition Plan 3. Demolition Plan 4. Construction & Layout Plans 5. Planting & Irrigation Modification Plans 6. Construction Details 7. Electrical Plans (site lighting, new electrical outlets identified during site walk, power to Irrigation controller) and Details. Coordinate the following items with project team engineers: 1. Site lighting and new outlet locations with the electrical engineer. 2. Pedestrian pathway layout with landscape architect. 3. Update to 95% estimate of probable construction costs of items. 4. Submit and review 95% Construction Documents with City. Deliverables: ■ 95% Plans • 100% Final PS &E The 95% plan review comments will be addressed and the PS &E will be advanced to the 100% level. QUINCY will independently check the construction plans, specifications and estimate. A plan set will be marked up in two colors, yellow indicating approved items and red indicating questions or deficiencies. The checker and designer will then work jointly to reconcile the comments and the needed plan changes will be made. A bid - ability review will also be performed at this point that checks plans against the specifications for bid items, specifications against the quantities for measurement and payment, and the estimate against the quantities for appropriate unit cost determinations. Based on City review comments, complete 100% Construction Drawings, Technical Specifications, and Engineer's Cost Estimate will be submitted. Deliverables: • 100% Final Plans ■ Response to 95% Plan Comments • Technical Specifications Prior to the Final PS &E submittal, the plans will be reviewed by QUINCY and an updated contract items list will be produced. The technical specifications will then be compiled using the items list to collect and edit the standard special provisions. The QUINCY team will prepare the required technical special provisions. Deliverables: • Technical Specifications at 100% Design • Response to 95% Specification Comments Construction Cost Estimate Two independent sets of quantity calculations will be prepared by individuals experienced in this work. The quantity calculations will be organized and detailed for use by field inspectors during construction. City of Gilroy — San Ysidro Park Bike Path and Lighting Improvements Project Page 13 Design Phase Work LflQUINNCY The Engineer's Construction Cost Estimate will be updated. At this juncture, five percent of the total estimate will be added for contingencies. Deliverables: • Construction Cost Estimate at 100% Design • Response to 95% Cost Estimate Comments • Meet with City of Gilroy to Present 100% Design QUINCY team members will meet with the City of Gilroy to present the 100% design. The submittal will be accompanied by a cover letter outlining the key needs for City of Gilroy responses to advance the design toward the Final status. QUINCY will perform an independent QA /QC review of the 100% PS &E and incorporate appropriate revisions prior to submittal to City of Gilroy. Deliverables: ■ Meet with City of Gilroy to present 100% Plans, Technical Specifications & Estimate TASK 4 - BIDDING AND CONSTRUCTION SUPPORT The City shall have the primary responsibility for the bidding and construction review phase of the project, including testing and inspection coordination, payment request processing and all related items. • Bidding and Award Services The QUINCY Team will be available to provide assistance to the City of Gilroy, as required, during bidding of the project, including the following: 1. Attend pre -bid meeting with City and potential bidders to discuss bidding procedures. 2. Provide technical assistance during the bid process, including preparation of addenda. Respond to questions as directed by City. Provide written or graphic clarification as appropriate. 3. Attend pre- construction meeting with City and Contractor to discuss construction procedures. • Construction Support The Quincy Team will be available to provide engineering assistance to the City of Gilroy during construction of the project. Construction engineering support is anticipated to include the following: 1. Respond to Requests for Information (RFI). 2. Furnish Clarifications, Revisions, and Architects Supplementary Instructions (ASI) to the City. 3. Prepare change orders as directed by the City. 4. Review and process submittals, samples and Shop Drawings. Review proposed substitutions if any, for conformance to drawings and technical specifications. S. Attend 1 meeting on site during construction City of Gilroy — San Ysidro Park Bike Path and lighting Improvements Project Page 14 ,Design Phase Work rolQUINNCY Mod ENGIEERING Table 1— Plan Sheet & Services List Plan Sheet No. Sheet Title BFS Landscape Aurum City of Gilroy Quincy RJA Architects Staff T -1 Title X X -1 Typical Sections X X L -1 thru 2 Layout Plans X X C -1 thru 2 Constr. Details X X E -1 thru 3 Lighting /Electrical Plans X LP -1 thru 2 Landscaping Plans X Task No. Service Quincy RJA BFS Landscape Architects Auru m City of Gilroy Staff 1 Project Management X X Field Survey of Critical X 2 Areas Schematic Design X X X X (30% Draft Plans) Construction Documents 3 • 95% Draft PS &E X X X X • 100% /Final PS &E (Signed Plans) 4 Bidding and Construction x X X X Support Scope Assumptions and Limitations The limits of work and design are for pedestrian path and lighting improvements within San Ysidro Park as described in the project understanding. Our scope of work assumes the following: 1. Base map will be developed using the available CAD and aerial image files. Field surveying will be limited to critical areas. 2. One round of comments for each milestone submittal of the draft documents (30% and 95% submittals). The following are excluded from this scope of services: 1. Geotechnical Survey. 2. Hydraulic studies and reports. 3. Structural Engineering (light standard footings). 4. Testing fees for construction i.e., compaction testing, percolation testing, construction staking verification. 5. A pre- construction and post- construction record of survey. 6. Division 1(General Conditions and Special Provisions) Project Specifications. 7. Printing of drawings on Mylar. 8. Development of Record Drawings based on As -Built drawings provided by the Contractor will be considered additional services. City of Gilroy — San Ysidro Park Bike Path and Lighting Improvements Project Page 15 Pesign Phase Work ro I QUINCY mod ENGINEERING PROVIDE CONNECTION TO THE EXISTING PATH ALONG THE DRAINAGE CANAL (CONSIDER IMPACTS TO EXISTING DRAINAGE DEPRESSION AND TREES NO PATH IMPROVEMENTS ALONG THE DRAINAGE CANAL PATH. PROVIDE APPROX. 700 FEET OF MEANDERING 6' PATH WITHIN TREE COVERED AREA 7-z' APPROX. 600 FEET OF PATH REPLACE EXISTING NATURAL PATH WITH CONCRETE PATH CONNECT TO EXISTING HANDBALL AND BASKETBALL COURTS APPROX. 600 FEET OF PATH ADD NEW SEGMENT OF CONCRETE PATH SPLIT A PORTION OF THIS PATH SEGMENT T0: 1) CONNECT TO SIDEWALK AT STREET 2) MEANDER WITHIN PARK IN ROLLING TERRAIN PROVIDE 2 ADA COMPLIANT RAMPS AT KNUCKLE NEAR PRIVATE ROAD /CUL -DE -SAC City of Gilroy — San Ysidro Park Bike Path and Lighting Improvements Project Page 16 EXHIBIT "C" MILESTONE SCHEDULE (See attached) 4835- 2267- 0361v1 _1 _ LACk04706083 /:'Kwt3 /r „C f, City of Gilroy - San Ysidro Park Bike and Pedestrian Path and Lighting Project ID Task Name Duration I Start i Finish Predecessaiiii acember 2015 March 2016 7 1 Contract NTP 0 daysrue 11 /10 /15rue 11/10115 11/10 2 Task 1 - Project Management 1 day rue 1111o115rue 11/10115 3 7 Kick -off Meeting 1 dayrue 11l10/15rue 11/10/151 4 Task 2 - Schematic Design 11 daysded it/111151ed 11125115 S Basemap 3 daysVed 11111/1E Fri 11/13/153 6 Field survey for tree locations 2 days4on 11/16/15rue 11/17/155 7 Complete Schematic Design (30 %) 4 days Jed 11/18/154on 11/23/156 a City Review /Approval of Schematic Design 2 daysrue 11/24/1 Wed 11125/157 Task 3 - Construction Documents 17 days ion 11130/15rue 12/22115 mmw 10 95% Plans 10 days4on 11130/15 Fri 12/11/158FS +2 day 11 - City Review 2 dayslon 12/14/15 rue 12/15/1510 12 100% Final PS &E 5 days led 12116 /15fue 12/22/1511 I _ 13 /Task 4 - Bidding and Award Assistance 70 days fed 12/23115 Tue 3129116 i 14 Lead time for local newspaper 6 days /ed 12l23/15/ed 12/30/15 1 2 i5 _ Advertise 22 edays Jed 12/30/15 Thu 1/2111614 I 16 Bid Opening (either Tues or Wed) 0 days Thu 1/21/16 Thu 1/21/1615 1 1121 I 1 Prepare staff report 13 edays Thu 1/21116 Wed 201616 I 16 Award at Council 0 days Wed 213116 Wed 2/3/1617 19 Contract Paperwork 14 days Thu 2/4/16 Tue 2/23/1618 28_ Construction 25 days Wed 2124/16 Tue 3/29/1619 Task Rolled Up Milestone O Inactive Task Manual Summary Critical Task Rolled Up Progress Inactive Milestone Start -orty C Project San Ysidro Schedule 11.06 -20 Milaelorre ♦ Split , , , , , , , , , , , , , , , , , , Inactive Summary Friish -only 3 Date: Fri 111B/15 Summary gaaaaaaaaaaaaalli External Tasks Manual Task - Progress aar_aaa� Rolled Up Task Project Summary Duration-only - Deadline dl Rolled Up Critical Task Croup By Summary Manual Summary Rollup Page 1 EXHIBIT "B" SCOPE OF SERVICES (See attached) 4835 - 2267- 0361v1 LAC104706083 r-_xr1it3n 'DWI Cost Proposal Note: Invoices will be based upon actual QEI hourly rates plus overhead at 163.9% plus prorated portion of fixed fee. Subconsultant and Direct Costs will be billed at actual cost. TEAM TOTAL COST ESTIMATE 1 $34,9951 Copy of DRAFT Cost and Budget Sheet -Gilroy San Ysidro Design Services 11 -1315 Project i its 11/132015 I Q U I N CY r ENGINEERING Project Number: JP_ Project Name: CITY OF GILROY - San Ysidro Park - Bike and Ped Path Improvements in d E a _ m LL 0 C a O Z W N M w w w i w w m= c a C c E 0 c 0 c o c i' 2 w E Ci m J' TASKS a rn rn an W U) W 1n Actual Labor JQ TW MS MJ KG JW AD PC Aca PJ Multiplier No. Initial Hourly Rate $76.15 $82.14 $60.70 $64.54 $63.73 $54.40 $32.00 $36.38 E28.16 $32.10 Preliminary and Final Desi n Services 2.903 1 Project Management 6 6 $1,431 1 $0 2 Schematic Design / 30% Draft Plans 4 4 $705 $3,500 $9,375 $12,875 3 Construction Documents 0 $0 $13,570 $13,570 3.1 95% Draft PS &E 4 4 8 $1,445 $0 3.2 Final Signed PS &E 4 4 8 $1,445 $0 4 Bidding and Construction Support 2 2 $477 $0 0 $0 $2,500 $2,500 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 $0 Subtotal- Hours 0 8 12 0 8 0 0 0 0 0 28 0 Other Direct Costs I i i i i i $298 $250 250 Total Cost 1 $0 $657 $728 $0 $510 $01 $0 $0 $0 $0 $1,895 $5,8001 $3,5001 $25,695 $0 $0 $29,195 Note: Invoices will be based upon actual QEI hourly rates plus overhead at 163.9% plus prorated portion of fixed fee. Subconsultant and Direct Costs will be billed at actual cost. TEAM TOTAL COST ESTIMATE 1 $34,9951 Copy of DRAFT Cost and Budget Sheet -Gilroy San Ysidro Design Services 11 -1315 Project i its 11/132015 I Q U I N CY r ENGINEERING Cost Proposal CITY OF GILROY - San Ysidro Park - Bike and Ped Path Improvements Preliminary and Final Design Services Quincy Engineering, Inc. Direct Labor: Anticipated Salary Increases Subtotal Overhead (1.639): A. Labor Subtotal Subconsultant Costs: RJA (Survey) BFS Landscape Architects & Aurum (Lighting /Electrical) 0 0 0 B. Subconsultant Subtotal Other Direct Costs: Travel Pier Diem/ Hotel Delivery Vendor Reproduction Date 240 miles @ $0.575 0 days @ $150.00 0 @ $0.00 8 @ $20.00 9/7/2015 $1,895.36 $0.00 $1,895.36 $3,106.50 $5,001.86 $3,500.00 $25,695.00 $0.00 $0.00 $0.00 $29,195.00 $138.00 $0.00 $0.00 $160.00 Mylar 0 @ $0.00 $0.00 8112 X 11 Reproduction @ $0.00 11 X 17 Reproduction @ $0.00 Mounting Boards for Presentations @ $0.00 Newsletters (Translation and printing) @ $0.00 Subtotal Vendor Reproduction $0.00 Title Report @ $0.00 Miscellaneous Prevailing Wage Differential $0.00 C. Other Direct Cost Subtotal: $298.00 Labor Subtotal A. _ $5,001.86 Fixed Fee (10.0 %): $500.19 Subconsultant Subtotal B. _ $29,195.00 Fixed Fee (0.0 %): $0.00 Other Direct Cost Subtotal: C. _ $298.00 Fixed Fee (0.0 %): $0.00 TOTAL = 1 $34,995.04 Note: Invoices will be based upon actual QEI hourly rates plus overhead at 163.9% plus prorated portion of fixed fee. Subconsultant and Direct Costs will be billed at actual cost. lQUINCY Copy of DRAFT Cost and Budget Sheet - Gilroy San Ysidro_Od�i�b'�8ia#�eA 1 -13 -15 OW ENGINEERING OUINCENGI ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 11/19/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER - Dealey, Renton & Associates P. O. Box 12675 Oakland, CA 94604 -2675 510 4653090 NAME Cr Nancy Ferrick P;� N, Et ; 510 465 -3090 A,c ,N, : 510 452 -2193 noo . nferrick @dealeyrenton.com. INSURER (S) AFFORDING COVERAGE NAIC d INSURER A: Hartford Casualty Insurance Co. 29424 INSURED Quincy Engineering, Inc. 11017 Cobblerock Drive, Suite 100 Rancho Cordova, CA 95670 INSURER B: Twin City Fire Ins. Co. 29459 INSURER C :,Catlin Insurance Company, Inc. 19518 INSURER D: Hartford Accident & Indemnity 22357 INSURER E: ' PREMISES Eaoonance INSURER F.:. - --- rCOTICtf -AK WIIMRCD. REVISION NUMk3tR: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. tNSR LTR TYPE OF INSURANCE D IN SUBR POLICY NUMBER POLICY EFF (Mmmomm POLICY EXP M/DD UMR_ S A X COMMERCIAL GENERAL LIABILITY X' X 57SBWRI1816 9/01/2015 09101/2016 EEAACH�OCTCURR�REEENCE $1,000,000 PREMISES Eaoonance $1,000,0()() CLAIMS -MADE �'� OCCUR MED EXP Any one arson) $10,000 PERSONAL SADVINJURY $1,000000 GEN L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE. $2,000,000_ PRODUCTS- COMP /OPAGG s2,000,000 POLICY � J CT FI LOC $ OTHER D AUTOMOBILE LIABILITY X X 57UEGZC8251 9/01/2015 09/01/201 EaacridentSINGLELIMIT 1,000,000 BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS NON-0 NED HIRED AUTOS X AUTOS IX PROPERTY DAMAGE Per accident) $ - $ A X UMBRELLA LIAB X OCCUR 57SBWRI1816 9/0112015 09101 /201 EACH OCCURRENCE $5.000.000 AGGREGATE $5,000,000 EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICEOPRIEBERPARTNERtE ECUTIVE7 (Mandatory In NH) N/A X 57WEGGF5050 9/01/2015 09/01/201 X PER OTH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT 1$1,000,000 If yes, describe under DESCRIPTION IPTION OF OPERATIONS below C Professional AED955810516 5/20/2015 0512012016 $3,000,000 per Claim Liability $3,000,000 Annl Aggr. DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Addrdonal Remarks Schedule, may be attached M more space Is required) General Liability Policy excludes claims arising out of the performance of professional services. 30 Days Notice of Cancellation (10 Days for Non - Payment of Premium). Re: City of Gilroy -San Ysidro Park Bike Path and Lighting Improvement Project - The City of Gilroy, its officers, officials and employees are named as additional insureds as respects general and auto liability for claims arising from the operations of the named Insured. City of Gilroy 613 Old Gilroy Street Gilroy, CA 95020 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE . 0 1988 -2014 ACORD 25 (2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1532440/M1450343 NMF reserved. POLICY NUMBER:. 57SBWRIl816 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PERSON - ORGANIZATION City of Gilroy, its officers, officials and employees 7351 Rosanna Street Gilroy, CA 95020 Service Agreement Re: City of Gilroy -San Ysidro Park Bike Path and Lighting Improvement Project Form IN 12 00 11 85 T SEQ. 'Printed in U.S A. Ezptratlonl) ate: 09/01/16 Process Date: 11/19/15