HomeMy WebLinkAboutKnorr Systems - 2016 Agreement, i. at
AGREEMENT FOR SERVICES
(For contracts over $5,000 — NON - DESIGN, NON - ENGINEERING TYPE CONTRACTOR)
This AGREEMENT made this 5th day of October, 2016, between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONTRACTOR: Knorr Systems Inc., having a principal place of business at 2021 Las
Positas Court, Suite 143, Livermore, CA 94551
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on October 24`h, 2016 and will continue in effect through
June 30, 2017 unless terminated in accordance with the provisions of Article 7 of this
Agreement.
Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall
terminate this Agreement regardless of any other provision stated herein.
ARTICLE 2. INDEPENDENT CONTRACTOR STATUS
It is the express intention of the parties that CONTRACTOR 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 CONTRACTOR or any employee or agent of CONTRACTOR. Both parties
acknowledge that CONTRACTOR is not an employee for state or federal tax purposes.
CONTRACTOR 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. CONTRACTOR shall retain the right to perform services for others during the term of
this Agreement.
ARTICLE 3. SERVICES TO BE PERFORMED BY CONTRACTOR
A. Specific Services
CONTRACTOR agrees to: Perform the services as outlined in Exhibit "A" ( "Specific
Provisions ") and Exhibit "B" ( "Scope of Services "), within the time periods described in
Exhibit "C" ( "Milestone Schedule ").
B. Method of Performing Services
CONTRACTOR 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 CONTRACTOR'S services.
4835- 2267 -0361 v1 -1-
LAC104706083
.J& +9
C. Employment of Assistants
CONTRACTOR may, at the CONTRACTOR'S own expense, employ such assistants as
CONTRACTOR deems necessary to perform the services required of CONTRACTOR by this
Agreement, subject to the prohibition against assignment and subcontracting contained in
Article 5 below. CITY may not control, direct, or supervise CONTRACTOR'S assistants in the
performance of those services. CONTRACTOR 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
CONTRACTOR shall perform the services required by this Agreement at any place or location
and at such times as CONTRACTOR shall determine is necessary to properly and timely
perform CONTRACTOR'S services.
ARTICLE 4. COMPENSATION
A. Consideration
In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay
CONTRACTOR the amounts set forth in Exhibit "D" ( "Payment Schedule'). In no event
however shall the total compensation paid to CONTRACTOR exceed $25,814.26.
B. Invoices
CONTRACTOR 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 CONTRACTOR 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 CONTRACTOR 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
CONTRACTOR 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
CONTRACTOR, all fees, fines, licenses, bonds or taxes required of or imposed against
CONTRACTOR and all other of CONTRACTOR'S costs of doing business. CITY shall not be
4835- 2267 -0361v1 _2_
LACW4706083
. 6 = a V
responsible for any expenses incurred by CONTRACTOR in performing services for CITY,
except for those expenses constituting "direct expenses" referenced on Exhibit "A."
ARTICLE 5. OBLIGATIONS OF CONTRACTOR
A. Tools and Instrumentalities
CONTRACTOR shall supply all tools and instrumentalities required to perform the services
under this Agreement at its sole cost and expense. CONTRACTOR is not required to purchase
or rent any tools, equipment or services from CITY.
B. Workers' Compensation
CONTRACTOR agrees to provide workers' compensation insurance for CONTRACTOR'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 reasonable attorneys' fees, arising out of any injury, disability, or
death of any of CONTRACTOR'S employees.
C. Indemnification of Liability, Duty to Defend
As to all liability, to the fullest extent permitted by law, CONTRACTOR 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 CONTRACTOR or CONTRACTOR'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, CONTRACTOR 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. As a condition precedent to CITY'S obligations under this
Agreement, CONTRACTOR 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.
4835 - 2267- 0361vt _3_
LAC104706083
. A, 'J ' 1'
E. Assignment
Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or
obligations of CONTRACTOR under this Agreement may be assigned or subcontracted by
CONTRACTOR without the prior written consent of CITY, which CITY may withhold in its
sole and absolute discretion.
F. State and Federal Taxes
As CONTRACTOR is not CITY'S employee, CONTRACTOR shall be responsible for paying
all required state and federal taxes. Without limiting the foregoing, CONTRACTOR
acknowledges and agrees that:
• CITY will not withhold FICA (Social Security) from CONTRACTOR'S
payments;
• CITY will not make state or federal unemployment insurance contributions on
CONTRACTOR'S behalf;
• CITY will not withhold state or federal income tax from payment to
CONTRACTOR;
• CITY will not make disability insurance contributions on behalf of
CONTRACTOR;
• CITY will not obtain workers' compensation insurance on behalf of
CONTRACTOR.
ARTICLE 6. OBLIGATIONS OF CITY
A. Cooperation of City
CITY agrees to respond to all reasonable requests of CONTRACTOR and provide access, at
reasonable times following receipt by CITY of reasonable notice, to all documents reasonably
necessary to the performance of CONTRACTOR'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 CONTRACTOR. Such assignment shall not release
CONTRACTOR from any of CONTRACTOR'S duties or obligations under this Agreement.
ARTICLE 7. TERMINATION OF AGREEMENT
A. Sale of CONTRACTOR's Business/ Death. of CONTRACTOR.
CONTRACTOR shall notify CITY of the proposed sale of CONTRACTOR'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
CONTRACTOR set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after
CITY' receipt of such notice of sale.
4835 - 2267 -03610 -4- LAM04706083
y w - 6 V
If CONTRACTOR is an individual, this Agreement shall be deemed automatically terminated
upon death of CONTRACTOR.
B. Termination by City for Default of CONTRACTOR
Should CONTRACTOR 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 CONTRACTOR. For the purposes of this section, material breach of this
Agreement shall include, but not be limited to the following:
1. CONTRACTOR'S failure to professionally and/or timely perform any of the
services contemplated by this Agreement.
2. CONTRACTOR'S breach of any of its representations, warranties or covenants
contained in this Agreement.
CONTRACTOR shall be entitled to payment only for work completed in accordance with the
terms of this Agreement through the date of the termination notice, as reasonably determined by
CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for
the tasks described on Exhibit C" which have been fully, competently and timely rendered by
CONTRACTOR. Notwithstanding the foregoing, if CITY terminates this Agreement due to
CONTRACTOR'S default in the performance of this Agreement or material breach by
CONTRACTOR of any of its provisions, then in addition to any other rights and remedies CITY
may have, CONTRACTOR shall reimburse 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 CONTRACTOR for the performance of that
task .pursuant to this Agreement.
C. Termination for Failure to Make Agreed -Upon Payments
Should CITY fail to pay CONTRACTOR 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, CONTRACTOR, at the CONTRACTOR'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 CONTRACTOR to CITY.
D. Transition after Termination
Upon termination, CONTRACTOR shall immediately stop work, unless cessation could
potentially cause any damage or harm to person or property, in which case. CONTRACTOR shall
cease such work as soon as it is safe to do so. CONTRACTOR shall incur no further expenses in
connection with this Agreement. CONTRACTOR 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 CONTRACTOR's duties by any new CONTRACTOR hired by
the CITY to complete such services.
4835- 2267 - 03610
LAQ04706083 -5-
. • J. r
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 CONTRACTOR shall 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. CONTRACTOR 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
CONTRACTOR 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 reasonable attorneys' fees, that may arise out of any violations of
the Act by the CONTRACTOR, 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
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 CONTRACTOR 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, CONTRACTOR 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.
4835 - 2267 -0361v1 _6_
LAC104706083
s G J, i
F. Conflict of Interest
CONTRACTOR 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
CONTRACTOR and that no person associated with CONTRACTOR 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 CONTRACTOR 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 party, 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.
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.H. but each party may change 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.
4835- 2267 -0361v1
LACt04706083
-7-
• C - . ,
L. Waiver
CONTRACTOR 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.
CONTRACTOR:
Knorr Systems Inc.
By: /(/W&-1
Name: Olclh&ile C,LktS
Title: Y 32EDILA FMvToigr
Social Security or Taxp�a}'er
Identification Number T; — 32G39 tea
Approved as to Form
*5-L-
k17City Attorney
4835- 2267 -0361 v1 _8_
LAQ04706083
CITY:
CITY OF GILROY
By:
Name: Gabriel A. Gonzales
Title: City Administrator
0 It
• Y
EXHIBIT "A"
SPECIFIC PROVISIONS
I. PROJECT MANAGER
CONTRACTOR 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, CONTRACTOR agrees to assign L&D , 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, CONTRACTOR shall furnish all
technical and professional services including labor, material, equipment, transportation,
supervision and expertise to perform all operations necessary and required to complete the
Services in accordance with the terms of this Agreement.
II. NOTICE TO PROCEED /COMPLETION OF SERVICE
A. NOTICE TO PROCEED
CONTRACTOR shall commence the Services upon delivery to CONTRACTOR 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, Walter
Dunckel shall be the designated City contact person(s). Notice to Proceed shall be deemed to
have been delivered upon actual receipt by CONTRACTOR or if otherwise delivered as
provided in the Section V.H. ( "Notices ") of this Exhibit "A ".
B. COMPLETION OF SERVICES
When CITY determines that CONTRACTOR has completed all of the Services in accordance
with the terms of this Agreement, CITY shall give CONTRACTOR written Notice of Final
Acceptance, and CONTRACTOR shall not incur any further costs hereunder. CONTRACTOR
may request this determination of completion when, in its opinion, it has completed all of the
Services as required by the terms of this Agreement and, if so requested, CITY shall make this
determination within two (2) weeks of such request, or if CITY determines that CONTRACTOR
has not completed all of such Services as required by this Agreement, CITY shall so inform
CONTRACTOR 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 CONTRACTOR as provided for in Article 4 of this Agreement.
4835- 2267 -0361 v1
LACk04706083
6 t - *'f
Direct expenses are charges and fees not included in Exhibit "B ". CITY shall be obligated to
pay only for those direct expenses which have been previously approved in writing by CITY.
CONTRACTOR 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. STANDARD OF WORKMANSHIP
CONTRACTOR 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 CONTRACTOR'S representations and
warranties regarding its skills, qualifications and licenses. CONTRACTOR 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.
B. RESPONSIBILITY OF CONTRACTOR
CONTRACTOR shall be responsible for the professional quality, technical accuracy, and the
coordination of the Services furnished by it under this Agreement. CONTRACTOR shall not be
responsible for the accuracy of any project or technical information provided by the CITY. 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 CONTRACTOR shall be and remain liable to CITY in
accordance with applicable law for all damages to CITY caused by CONTRACTOR'S negligent
performance of any of the services furnished under this Agreement.
C. RIGHT OF CITY TO INSPECT RECORDS OF CONTRACTOR
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 CONTRACTOR for the purpose of verifying any
and all charges made by CONTRACTOR in connection with this Agreement. CONTRACTOR
shall maintain for a minimum period of three (3) years (from the date of final payment to
CONTRACTOR), 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 CONTRACTOR, all of which shall be made available to CITY at
the CITY's offices within five (5) business days after CITY's request.
4835- 2267 -03610 _2_
1AC104706083
a —' a
D. 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 CONTRACTOR and all other written and oral
information developed or received by or for CONTRACTOR and all other written and oral
information submitted to CONTRACTOR in connection with the performance of this Agreement
shall be held confidential by CONTRACTOR 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
CONTRACTOR which is otherwise known to CONTRACTOR or is or becomes generally
known to the related industry (other than that which becomes generally known as the result of
CONTRACTOR'S disclosure thereof) shall be deemed confidential. CONTRACTOR 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.
E. NO PLEDGING OF CITY'S CREDIT.
Under no circumstances shall CONTRACTOR have the authority or power to pledge the credit
of CITY or incur any obligation in the name of CITY.
F. 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 CONTRACTOR may
retain and use copies thereof subject to Section V.D 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. However,
CONTRACTOR shall not be responsible for, and City shall indemnify CONTRACTOR from,
damages resulting from the use of said material for work other than PROJECT, including, but
not limited to, the release of this material to third parties for work other than on PROJECT.
G. 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.
4835 -2267 -0361 v1
LAC104706083 -3-
A. A .4 0 a
H. NOTICES.
Notices are to be sent as follows:
CITY: Walter Dunckel
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONTRACTOR: Knorr Systems Inc.
2021 Las Positas Court
Sute 143
Livermore. CA 94551
I. 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.I. 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.I. do not apply.
1. DBE Program
CONTRACTOR 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.
3. Covenant against Contingent Fees
The CONTRACTOR warrants that he /she has not employed or retained any company or person,
other than a bona fide employee working for the CONTRACTOR, 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 otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift or contingent fee.
4835- 2267- 0361vl -4-
LAC104706083
S C ..r • a
EXHIBIT "B"
SCOPE OF SERVICES
- Replace attraction heater with a new Lochinvar Model CPN1802 Natural gas heater. Includes
California code controls, pump delay with maintenance timer, pumped bypass (CPVC) and cupro
nickel heat exchanger. Does not include double wall venting material or flue to atmosphere.
Includes factory commissioning and operator training.
- Installation - Remove and dispose of existing heater. Install and set up new CPN1802 heater,
and reconnect all gas, water and electrical. Start the unit and test for proper operation.
4835- 2267 -03610
LAC\04706083
-I-
S r d
EXHIBIT "C"
MILESTONE SCHEDULE
Install before January 13th, 2017
4835 - 2267 -0361v1 _ 1
LAC104706083
EXHIBIT "D"
PAYMENT SCHEDULE
A payment of $25,814.26 will be made within 30 days of satisfactory completion of the
project.
4835 - 2267 -0361v1
LAC104706083
C H U B B' Liability Insurance
Endorsement
Porcy Period AUGUST 1, 2016 TO AUGUST 1, 2017
Effiw ve Date DECEMBER 7, 2016
Porcy Number 7993 -79-09
Insured RBCESSS HOLDINGS, INC.
Name of Company CHUBB CUSTOM INSURANCE COMPANY
Date Issued DECEMBER 7, 2016
This Endorsement applies to the following forms:
GENERAL LIABILITY
Under Who Is An Insured, the following provision is added.
Who Is An Insured
Addidonal Insured - Persons or organizations shown in the Schedule are insureds; but they are hn u mds only if you am
Scheduled Perron obligated pursuant to a contract or agreement to provide them with such insurance as is afforded by
Or Organization this ion•
However, the person or organization is an iced only:
• if and then only to the extent the person or organization is described in the Schedule,
• to the extent such contractor agreement requites the person or organization to be afforded
status as an hasu red;
• for activities that did not occur, in whole or in part, before the execution of the contract or
fit; and
• with respect to damages, loss, cost or expense for injury or damage to which this insurance
applies.
No person or organization is an hnsmmd under this provision:
• that is more specifically identified under any other provision of the Who Is An Insured
section (regardless of any limitation applicable thereto).
• with respect to any assumption of liability (of another person or organization) by them in a
contract or amt. This limitation does not apply to the liability for damages, loss, cost or
expense for injury or damage, to which this insurance applies, that the person or organization
would have in the absence of such contractor agreement.
LlahfffY fneurance AMNanaf I Harmed - Sdoduted Persm OrOrgw aaUon continued
Form & k2 -2687 (Rev. s-M Endorowner t Page 1
CHUBSO
Uablifty Endorsement
(continued)
Condfflons
Other insurance —
Pdmaty, Noncontnbutwy
Insurance — 8(;heduW
Person Or Organization
Under Conditions, the following provision is added to the condition titled Other Insurance.
If you are obhgat4pursuant to a contract or agreement, to provide the pawn or organization
shown in the Schedule with primary insurance such as is afforded by this policy, then in such case
this insurance is primary and we will not seek contribution from insurance available to such parson
or organization.
Schedule
MY OF GILROY
7351 ROSANNA STREET
GILROY, CA 95020
*CITY OF GILROY, M OFFICERS, AGENTS AND EMPLOYEES ARE
INCLUDED AS ADDITIONAL INSUREDS.
All other terms and conditions remain unchanged.
Aufftodwd Representative
U&MY ►OMMS AWVVnMf ftwmvd - SdmkW Pento► Or OMW&Bgw law~
Form W�2,23B7(ROV. 5-07) Ender nnW9 Page 2
A �
AcoRVy CERTIFICATE OF LIABILITY INSURANCE
�-
DATE 20 6 °"'"Y'
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(ies) 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
Marsh USA, Inc.
Two Alliance Center
CONTACT
NAME:
PHONE FAX Noll:
E ADDRESS:
3560 Lenox Road, Suite 2400
Atlanta, GA 30326
COMMERCIAL GENERAL LIABILITY
Attn: Atlanta.CBrtRequest @marsh.com / Fax: 212- 9484321
INSURE S AFFORDING COVERAGE
NAIC N
INSURER A: Chubb Custom Insurance Company
38989
457102- CAS -GAUW- 16-17
INSURE
Recess Holdings, Inc.
Knorr Systems, Inc.
INSURER B :National Union Fire Ins Co. of Pittsburgh PA
19445
INSURER C : The Insurance Company of the State of PA
19429
INSURER D : Travelers Property Casualty Company Of America
25674
2221 S. Standard Ave.
Santa Ana, CA 92707
DAMAGE TO RENTE
PREMISE Ea- tren
$ 100,000
X
INSURER E
$ EX_ CLUDED
INSURER F:
SIR $250,000 Per Occ.
COVERAGES CERTIFICATE NUMBER_ ATL- 004126067 -01 REVISION NUMBER-1
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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE' OF INSURANCE
POLICY NUMBER
POLICY EFF
MM DD
POLICY EXP
MM DD
LIMITS -
A
X
COMMERCIAL GENERAL LIABILITY
79937909
08/01/2016
08/01 /2017
EACH OCCURRENCE
$ 2,000,000
CLAIMS -MADE a OCCUR
DAMAGE TO RENTE
PREMISE Ea- tren
$ 100,000
X
MED EXP (Any one person)
$ EX_ CLUDED
SIR $250,000 Per Occ.
PERSONAL & ADV INJURY
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 4,000,000
POLICY a jE Q 0 LOC
PRODUCTS - COMP /OP AGG
$ 4,000,000
POLICY AGGREGATE -
$ 10,000,000
OTHER:
D
AUTOMOBILE LIABILITY
TJ- CAP- 9D89706 -5-16
08/01/2016
08/01/2017
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
X _ ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
NON -OWNED
HIRED AUTOS AUTOS
PROPERTY DAMAGE
Per a ide nt,
$
,Comp. /Coll. Ded.: $1,000
$
B
X
UMBRELLA LIAB
X
OCCUR
BE036027482
08/01/2016
08/01/2017
EACH OCCURRENCE
$ 3,000,000
AGGREGATE
$ 3,000,000
EXCESS LIAB
CLAIMS -MADE
-
DED - X I RETENTION $10,000 .
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
OFFICERtMEMBER EXCLUDED?
(Mandatory in NH)
NY A
012851959 (CA)
08/01/2016
08/01/2017
X STATUTE ERH-
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
If Yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Re: Swimming Pool Heater Replacement
City of Gilroy, its officers, officials, agents and employees are listed as additional insured (except Workers Compensation) in regards tD services performed by the Insured during the referenced project, on a primary .
and non - contributory basis via 8(W2 -2367, when required by written contract. A Waiver of Subrogation applies in favor of the addftional insureds on the Workers Compensation policy, when required by written
contract.
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
L7_LV73 III L'1I Lei �I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
of Marsh USA Inc.
Manashi Mukherjee _rLoLUOOk
reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
Al i�� ®
CERTIFICATE OF LIABILITY INSURANCE
DATE 12017 /YYYY)
oa/ov2o17
`.►,'" IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
THIS CERTIFICATE
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, 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).
POLICY EXP
MM /DD /YYYY
CONTACT
PRODUCER
Marsh USA, Inc.
NAME:
PHONE FA%
Two Alliance Center
A/C No
E-MAIL
ADDRESS:
3560 Lenox Road, Suite 2400
INSURER (S) AFFORDING COVERAGE
NAIC #
Atlanta, GA 30326
Attn: Atlanta.CertRequest@marsh.com / Fax: 212- 948 -4321
INSURER A: Westchester Surplus Lines Insurance Co
10172
457102 -CAS: GAUWX -17 -18
INSURED
INSURER B : National Union Fire Ins Co. of Pittsburgh PA
19445
INSURER C: Charter Oak Fire Insurance Company
25615
Knorr Systems, Inc.
2221 S. Standard Ave.
INSURER D : Travelers Property Casualty Company Of America
25674
Santa Ana, CA 92707
INSURER E: Liberty Surplus Insurance Corp
10725
INSURER F : Phoenix Insurance Company
25623
T CIP`ATC wu uacco• ATI - 004437969 -07 REVISION NUMBER: 1
COVERAGES %.Lr%rrVr I" �.vn.r+�... --- - -- ---
POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY THAT THE
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
INDICATED. NOTWITHSTANDING
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
CERTIFICATE MAY
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM /DD /YYYY
POLICY EXP
MM /DD /YYYY
OMITS
A
X
COMMERCIAL GENERAL LIABILITY
G2821800A001
02/0112017
0810112018
EACH OCCURRENCE
$ 2,000,000
PREMISES Ea occurrence)
$ 100,000
CLAIMS -MADE OCCUR
MED EXP (Any one person)
$ EXCLUDED
SIR $50,000 Per Occ.
X
PERSONAL 8 ADV INJURY
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 4,000,000
PRODUCTS - COMP/OP AGG
$ 4,000,000
POLICY JEST LOC
POLICY AGGREGATE
$ 10,000,000
OTHER:
TJ- CAP- 9D897065TIL -17
08101/2017
0$/0112018
Eaaccldent$INGLELIMIT
$ 1,000,000
D
AUTOMOBILE LIABILITY
BODILY INJURY (Per person)
$
X ANY AUTO
BODILY INJURY (Per accident)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
PROPERTY DAMAGE
Per accident)
$
AUTOS ONLY AUTOS ONLY
Comp./Coll. Ded.: $1,000
$
X
UMBRELLA LIAR
X
OCCUR
BE 027711064
08101/2017
08101/2018
EACH OCCURRENCE
$ 25,000,000
AGGREGATE
$ 25,000,000
EXCESS LIAB
CLAIMS -MADE
DIED X RETENTION $10 000
X I
$
TC2NUB- 9D900314 -17 (AOS)
0810112017
08101/2018
F
WORKERS COMPENSATION
STATUTE ERH
E. L. EACH ACCIDENT
$ 1,000,000
C
AND EMPLOYERS' LIABILITY Y / N
TRO- UB- 9D90032 -6-1 7 (AZ,FL,OR,WI)
08101/2017
08101/2018
G
ANYPROPRIETOR /PARTNER/EXECUTIVE
OFFICER /MEMBER EXCLUDED? N
N/A
7760208917 (AL)
08101/2017
0810112018
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
(Mandatory in NH)
1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L- DISEASE - POLICY LIMIT
$
E
Excess Umbrella
1000054456 -07
08/01/2017
0810112018
Each Occurrence
25,000,000
Aggregate
25,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Re: Swimming Pool Heater Replacement
City of Gilroy, its officers, officials, agents and employees are listed as additional insured (except Workers Compensation) in regards to services performed by the Insured during the referenced project, on a primary
and non - contributory basis via 80 -02 -2367, when required by written contract. A Waiver of Subrogation applies in favor of the additional insureds on the Workers Compensation policy, when required by written
contract.
rn RANCFI I OTInN
GER I IriCA 1 C r1VLLJCr\
- - - -- - -
City of Gilroy
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
7351 Rosanna Street
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Gilroy, CA 95020
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Manashi Mukherjee 3tit au ors► % �}+�l^ c�na �-'
.J
@ Ti988-206 ACORD CORPORA I iUm. All nynw reset VOu.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
ACC
L-- _
AGENCY CUSTOM_ ER ID: 457102
LOC #: Atlanta
ADDITIONAL REMARKS.-SCHEDULE
Page 2 of 2
AGENCY
Marsh USA, Inc
NAMED INSURED
- Knorr Systems, Inc
2221,S Standard Ave
Santa Ana, CA 92707
POLICY NUMBER
CARRIER
NAIC CODE
EFFECTIVE DATE•,
ADDITIONAL KtMAKKS — -
THIS ADDITIONAL; REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM! NUMBER. 25 FORMTITLE: Certificate of Liability Insurance
INSURERS AFFORDING COVERAGEINAIC #
,a -
INSURER G 'Travelers Property Casualty Insurance Company (36161)
2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered. marks of ACORD