HomeMy WebLinkAboutAccess Communications Council Chambers Modernization Project June 2021 (1).pdfCity of Gilroy
Agreement/Contract Tracking
Today’s Date: June 4, 2021 Your Name: Scott Golden
Contract
Type:
Services over $5k - Contractor -
NO ENG OR DESIGN
Phone Number: 408-763-9106
Contract Effective Date:
Date contract goes into effect)
6/9/2021
Contract Expiration Date: 12/31/2021
Contractor / Consultant Name:
if an individual’s name, format as
last name, first name)
Access Communications, Inc
Contract Subject:
no more than 100 characters)
Modernize the Audio – Visual System for the Council Chambers
Contract Amount:
Total Amount of contract. If no
amount, leave blank)
143,467.42
By submitting this form, I confirm
this information is complete:
Date of Contract
Contractor/Consultant name and complete address
Terms of the agreement (start date, completion date or “until
project completion”, cap of compensation to be paid)
Scope of Services, Terms of Payment, Milestone Schedule and
exhibit(s) attached
Taxpayer ID or Social Security # and Contractors License # if
applicable
Contractor/Consultant signer’s name and title
City Administrator or Department Head Name, City Clerk
Attest), City Attorney (Approved as to Form)
Routing Steps for Electronic Signature
Risk Manager
City Attorney Approval As to Form
City Administrator or Department Head
City Clerk Attestation
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
TYPE OF
PROCURMENT
DOLLAR THRESHOLD / SIGNING AUTHORITY
STAFF LEVEL DEPARTMENT HEAD CITY ADMINISTRATOR COUNCIL APPROVAL
0-$999.99 $1,000-$49,999.99 $50,000-$99,999.99 $100,000-Above
EQUIPMENT
SUPPLIES/
MATERIALS
Furniture, hoses,
parts, pipe
manholes, office
supplies, fuel, tools,
PPE items, etc…
Vendor selection at
discretion of staff
Payment Method
Purchase Card or
Payment Request (if
vendor does not accept
credit cards)
Informal
bid/quotation –
3 quotes (verbal
or written)
Purchasing
Summary form
w/ Purchasing
Approval
Purchase
Requisition
Payment Method
Purchase Order*
Informal
bid/quotation –
3 written quotes
Purchasing
Summary form w/
City Administrator
Approval
Purchase
Requisition
Payment Method
Purchase Order
Formal Bid
Advertisement
Council Approval
Purchase
Requisition signed
by City
Administrator
Payment Method
Purchase Order
GENERAL SERVICES
Janitorial, landscape
maintenance,
equipment repair,
installation, graffiti
abatement, service
inspections,
uniform cleaning,
etc…
Vendor selection at
discretion of staff
May require insurance
documents depending
on scope/ nature of
work
Payment Method
Purchase Card (if
incorporated)
Signed Payment Request (if sole
proprietor or partner)
Informal
bid/quotation –
3 quotes (verbal
or written)
Purchasing
Summary form
w/ Department
Head Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order*
Informal Bid/RFP
quotation – 3
written quotes
Purchasing
Summary form w/
City Administrator
Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
Formal
Bid/RFP/RFQ
Advertisement
Council Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
PROFESSIONAL
SERVICES
Consultants,
architects,
designers, auditors,
etc...
Vendor selection at the
discretion of staff
Purchase Summary
Form w/ Purchasing
Approval
Standard Agreement
signed by Department
Head
Purchase Requisition
Payment Method
Purchase Order
RFP/RFQ to at
least 3
consultants
Purchase
Summary Form
w/ Department
Head Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
RFP/RFQ to a list
of consultants
Evaluation
Spreadsheet w/
City Administrator
Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
Formal RFP/RFQ
Advertisement
Council Approval
Standard
Agreement signed
by City
Administrator
Purchase
Requisition
Payment Method
Purchase Order
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
1- 4835-2267-0361v1
LAC\04706083
AGREEMENT FOR SERVICES
For contracts over $5,000 – NON-DESIGN, NON-ENGINEERING TYPE CONTRACTOR)
This AGREEMENT made this 4th day of June, 2021, between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONTRACTOR: Access Communications, Inc., having a principal place of business at 976
Rincon Circle, San Jose, CA 95131.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on June 9, 2021 and will continue in effect through
December 31, 2021 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. ______
Initial
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
2- 4835-2267-0361v1
LAC\04706083
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 $143,467.42.
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
responsible for any expenses incurred by CONTRACTOR in performing services for CITY, except
for those expenses constituting “direct expenses” referenced on Exhibit “A.”
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
3- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
4- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
5- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
6- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
7- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
8- 4835-2267-0361v1
LAC\04706083
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: CITY:
Access Communications, Inc. CITY OF GILROY
By: By:
Name: John Saitta Name:
Title: Senior Account Executive Title:
Social Security or Taxpayer
Identification Number 77-0562390
Approved as to Form ATTEST:
City Attorney City Clerk
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
City Administrator
Jimmy Forbis
1- 4835-2267-0361v1
LAC\04706083
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 Paul Gray, 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, Scott Golden
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
2- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
3- 4835-2267-0361v1
LAC\04706083
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
4- 4835-2267-0361v1
LAC\04706083
H. NOTICES.
Notices are to be sent as follows:
CITY: Scott Golden
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONTRACTOR: John Saitta
Access Communications, Inc.
976 Rincon Circle
San Jose, CA 95131
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.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
1- 4835-2267-0361v1
LAC\04706083
EXHIBIT “B”
SCOPE OF SERVICES
Proposal #: AV16167-4
Proposal #: AV16326
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
1- 4835-2267-0361v1
LAC\04706083
EXHIBIT “C”
MILESTONE SCHEDULE
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
4835-2267-0361v1
LAC\04706083
EXHIBIT “D”
PAYMENT SCHEDULE
Payment requirements are 50% due prior to procurement of any materials and contract
acceptance with the remaining 50% due Net30 days upon project completion.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
License #754986
Access Communications, Inc.
Technology Infrastructure / Audio Visual Integration
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
City of Gilroy March 1, 2021
Patricia Pretell Purchasing Coordinator
7351 Rosanna Street
Gilroy, CA 95020-6197
Proposal #: AV16167-4
Regarding: Proposed Budget for Audiovisual Installation Services for: 18-RFP-AD-411
Modernize the Audio – Visual System for the Council Chambers:
ACI would like to thank “The City of Gilroy” for the opportunity to present our proposed IP
based solution for your Modernization of the City Council Chambers Audio Visual System. This
project will involve the blended integration of the existing system with enhancements that will
feature an IP based audio-visual solution. This solution will help to enhance the in chambers
experience, extend your reach to your residence and ensure compliance. This will include
features detailed in the body of this proposal to address the request for proposal. We greatly
appreciate your review and thank you in advance for your consideration.
System Functional Overview - Scope of Work
Council Chambers – AV16167 Main System
Display System
There is an existing, installed owner furnished projector and screen, there are not
considerations for this element in our proposal.
ACI will provide and install one (1) ea. professional grade NEC 6500 lumen laser projector
with one (1) ea. 130” diagonal 16:10 borderless projection screen. These screens will be
wall mounted and viewable to both the council members and audience.
ACI will provide and install one (1) 75” NEC LED Display mounted to the side of the Council
Chambers.
Video System
ACI shall provide and install a one (1) ea. Crestron Digital Matrix that will feature support for
the required inputs and outputs for this project. There will be two (2) ea. auto switching
HDMI 4K capable transmitters, one at the clerks’ desk and one at the guest lectern. There
will be two (2) ea. receiver/scalers for the projector locations. The same image will be
displayed across all nine monitors at the council member stations.
There are cameras in the chamber space that will remain in place and no changes will be
made to those cameras.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
2
Audio System
ACI shall provide and install a server-based audio DSP solution that will allow for future
system expansion.
All existing eleven (11) owner furnished gooseneck microphones will be repurposed. These
microphones will be connected to the new server-based DSP system.
ACI will provide a wireless microphone system that will include one (1) ea. wireless lavaliere
microphone and one (1) ea. wireless handheld microphone.
ACI will provide and install one (1) ea. multi-channel audio amplifier that will be used to
create configurable zones based on requirements.
ACI will provide and install four (4) ea. surface mounted directional speakers to provide
audio support for audience members and three (3) ea. in-ceiling speakers to provide audio
support for council members.
ACI has included an RF based assisted listening system to support ADA compliance. Seven
7) ea. wireless receivers with lanyards and one (1) ea. 12-unit charging station will be
provided by ACI as well.
Control System
ACI will provide one (1) ea. 10” touch panel at the Clerks Desk, one (1) ea. 7” touch panel at
the Podium and one (1) ea. in the Control Room. These touch panels will be programmed
to control all systems in a simple and intuitive man ner for the end-user, respective to each
of their locations.
Remote Conferencing Option
ACI will provide USB video and audio connectivity for Video Conferencing for but not limited
to Zoom.
Rack Mounting System
ACI will repurpose the majority of the existing OFE rack equipment and supplement minor
accessories where needed.
TAC Construction Services
prepare for left 130" 16:10 ratio screen - for fixed screen/no electrical
prepare for right 130" 16:10 ratio screen - need dimensions
remove all existing cabling that is being replaced for:
mics at the 9 seats only
audio for the 4 ceiling mounted speakers
run phone wire to headend area
prepare podium for touch panel
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
3
sort out the electrical at the headend / need 4ea 20amp circuits
put casters on short rack for mic setup
maybe add casters to single rack in headend
remove 5 upper spotlights that are not currently being used
run 1 additional cat6 cable to each of the 3 cameras-optional
Add 75" Monitor to right side with electric and monitor mount only
Add ladder tray and gutters for cabling to main racks in HE
Clean up network wiring on wall
Provide and install wall mount rack for network
Put caster base on short rack that is located in front of the auditorium
sheetrock and texture
paint
Main System Total $109,091.94
Camera Infrastructure and Control Upgrade –
The Camera System upgrade is now applied to Proposal # AV16326
Add/Alternate for Council Displays
ACI will provide and install nine (9) ea. 23” displays with table stands at each council member
station, one (1) ea. at the clerks station and two (2) ea. in the Control Room for preview and
program viewing.
Council Displays $4,883.20
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
4
Assumptions
1. Customer shall provide up to date reflected ceiling, power and furniture plans.
2. Building and room access during scheduled work hours.
3. Customer appointed onsite contact person to coordinate schedules and changes.
4. Cable paths to be provided by others prior to project start date.
5. All project electrical requirements to be provided by others prior to project start date.
6. All ceiling, walls and structural members that support audio visual equipment are assumed to be
vibration free.
7. Proper parking access and availability for company vehicles.
8. Customer shall provide sufficient and secure equipment storage for the duration of the project.
9. All owner furnished equipment shall be provided on time and in good working condition for
proper and timely system integration.
Warranty Information
1. ACI warrants all equipment installation and cabling terminations to be free from defect for a
period of one year after final acceptance or beneficial use of equipment by customer, whichever
comes first.
2. The Audio Visual system installation and equipment supplied under the specifications of this
proposal carries a standard 1 year warranty.
3. ACI shall process and handle in a timely manner the warranty and repair/replacement of all
equipment specified in this proposal that becomes defective within the warranty period at the
standard ACI rate.
4. This warranty will become void if the audio visual system or any equipment of such system that
is specified in this proposal is serviced by an unauthorized entity other than ACI.
5. The LED video wall manufacture includes spares for the LED video wall that will reside in the AV
closet and be available for hot spare replacement.
Cost Summary - Proposal # AV16167-R4
Audio Visual Equipment & Material Price: $ 56,942.09
Equipment Tax (Gilroy @ 9%): $ 5,124.79
Freight: $ 1,708.26
Audio Visual Professional Services: $ 50,200.00
Audio Visual Project Investment: $ 113,975.14
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
5
General Conditions and Terms
1. This proposal is based on conditions associated with the site visit.
2. The prices in this proposal are valid for thirty (30) days.
3. Labor rates identified in this proposal are based on regular hours of operation from 7:00am to
5:00pm, on a Monday – Friday basis.
4. All work operations above and beyond the work stated above shall require a change order.
5. ACI will provide all applicable insurance forms in the name of the client and/or all associated parties.
6. This proposal contains confidential information, in consideration of receipt of this information the
recipient agrees not to duplicate and/or make this information available to persons not related to its
evaluation.
Acceptance
The prices and specifications of this proposal are accepted. Payment requirements are 50% due prior to
procurement of any materials and contract acceptance with the remaining 50% due Net30 days upon project
completion. Acceptance of the proposal will require a signature and P.O. # agreeing to the scope of work,
general conditions and terms within this proposal, prior to project start date. ACI reserves the right to submit
progress billing based on the material and labor provided to date. If any materials are returned or turned away by
the customer, which were ordered according to the scope of work requested by the customer, they will be charged
a Restocking Fee of 25% of the material cost. This Fee would be waived only if ACI ordered the material in error or
if the manufacturer damaged the material. Any delays due to miscommunication of timelines, general contractor,
other tradesmen on the project, or additional materials needed for the project that were left off the original scope
by the customer, will occur any additional costs or time billed to this project at the expense of the customer.
occur any additional costs or time billed to this project at the expense of the customer.
Authorized Signature ______________________________________________ Date: _______________
Name and Title ___________________________________________________P.O. #: ______________
Upon acceptance of this proposal, please sign, date, assign PO #, email or and fax back. Thank you!
Paul Gray | CTS
Audio Visual General Manager
John Saitta | Sr AE | 408-348-0018 m
Access Communications, Inc. | CA Lic.754986 | AZ Lic.295841
Technology Infrastructure | Audio Visual Integration
976 Rincon Circle, San Jose CA. 95131
Cell 408 712-7152
www.access-comm.net
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
License #754986
Access Communications, Inc.
Technology Infrastructure / Audio Visual Integration
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
City of Gilroy March 31, 2021
Patricia Pretell Purchasing Coordinator
7351 Rosanna Street
Gilroy, CA 95020-6197
Proposal #: AV16326
Regarding: Camera Controller System Replacement
ACI would like to thank “The City of Gilroy” for the opportunity to present our proposed IP
based solution for your Modernization of the City Council Chambers Audio Visual System. This
project will involve the blended integration of the existing system with enhancements that will
feature an IP based audio visual solution. This solution will help to enhance the in chambers
experience, extend your reach to your residence and ensure compliance. This will include
features detailed in the body of this proposal to address the request for proposal. We greatly
appreciate your review and thank you in advance for your consideration.
System Functional Overview - Scope of Work
Camera Infrastructure and Control Upgrade –
ACI will upgrade the current camera system infrastructure to support more intuitive control of
the cameras and video broadcasting system as well as have the capability of high q uality,
uncompressed audio and video USB 3.0 streaming.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
2
Exclusions and General Provisions
1. Any and all related electrical work, including but not limited to high voltage 110VAC,
receptacles, conduit, raceways, electrical boxes, circuit breakers, floor core drilling and electrical
hardwire of any devices.
2. Any and all ceiling tile and T-bar work, repair and alteration.
3. Any and all necessary millwork to accommodate Audio Visual equipment mentioned in the
scope of work above shall be provided by others.
4. Any and all patching, sanding, painting and repairs/modifications of walls or any surface
material related to the project.
5. Any and all concrete saw cutting and penetrations.
6. Any and all roof or ceiling penetrations.
7. Any and all fire sprinkler, HVAC and light fixture relocation.
8. Any and all modifications or alterations to building structural members.
9. All permit fees or bonds related to the project unless specified otherwise in this proposal.
10. Any expedited shipping on equipment unless specified otherwise in this proposal.
11. Any and all furniture relocation/move and storage.
Assumptions
1. Customer shall provide up to date reflected ceiling, power and furniture plans.
2. Building and room access during scheduled work hours.
3. Customer appointed onsite contact person to coordinate schedules and changes.
4. Cable paths to be provided by others prior to project start date.
5. All project electrical requirements to be provided by others prior to project start date.
6. All ceiling, walls and structural members that support audio visual equipment are assumed to be
vibration free.
7. Proper parking access and availability for company vehicles.
8. Customer shall provide sufficient and secure equipment storage for the duration of the project.
9. All owner furnished equipment shall be provided on time and in good working condition for
proper and timely system integration.
Warranty Information
1. ACI warrants all equipment installation and cabling terminations to be free from defect for a
period of one year after final acceptance or beneficial use of equipment by customer, whichever
comes first.
2. The Audio Visual system installation and equipment supplied under the specifications of this
proposal carries a standard 1 year warranty.
3. ACI shall process and handle in a timely manner the warranty and repair/replacement of all
equipment specified in this proposal that becomes defective within the warranty period at the
standard ACI rate.
4. This warranty will become void if the audio visual system or any equipment of such system that
is specified in this proposal is serviced by an unauthorized entity other than ACI.
5. The LED video wall manufacture includes spares for the LED video wall that will reside in the AV
closet and be available for hot spare replacement.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
www.access-comm.net
976 Rincon Circle, San Jose, CA 95131 Tel: 408 970-0970 Toll free: 800-342-4439 Fax: 408 970-0941
3
Cost Summary - Proposal # AV16326
Audio Visual Equipment & Material Price: $ 17,616.51
Equipment Tax (Gilroy @ 9%): $ 1585.49
Freight: $ 528.50
Audio Visual Professional Services: $ 2,930.00
Audio Visual Project Investment: $ 22,660.50
General Conditions and Terms
1. This proposal is based on conditions associated with the site visit.
2. The prices in this proposal are valid for thirty (30) days.
3. Labor rates identified in this proposal are based on regular hours of operation from 7:00am to
5:00pm, on a Monday – Friday basis.
4. All work operations above and beyond the work stated above shall require a change order.
5. ACI will provide all applicable insurance forms in the name of the client and/or all associated parties.
6. This proposal contains confidential information, in consideration of receipt of this information the
recipient agrees not to duplicate and/or make this information available to persons not related to its
evaluation.
Acceptance
The prices and specifications of this proposal are accepted. Payment requirements are 50% due prior to
procurement of any materials and contract acceptance with the remaining 50% due Net30 days upon project
completion. Acceptance of the proposal will require a signature and P.O. # agreeing to the scope of work,
general conditions and terms within this proposal, prior to p roject start date. ACI reserves the right to submit
progress billing based on the material and labor provided to date. If any materials are returned or turned away by
the customer, which were ordered according to the scope of work requested by the customer, they will be charged
a Restocking Fee of 25% of the material cost. This Fee would be waived only if ACI ordered the material in error or
if the manufacturer damaged the material. Any delays due to miscommunication of timelines, general contractor,
other tradesmen on the project, or additional materials needed for the project that were left off the original scope
by the customer, will occur any additional costs or time billed to this project at the expense of the customer.
occur any additional costs or time billed to this project at the expense of the customer.
Authorized Signature ______________________________________________ Date: _______________
Name and Title ___________________________________________________P.O. #: ______________
Upon acceptance of this proposal, please sign, date, assign PO #, email or and fax back. Thank you!
Paul Gray | CTS
Audio Visual General Manager
Access Communications, Inc. | CA Lic.754986 | AZ Lic.295841
Technology Infrastructure | Audio Visual Integration
976 Rincon Circle, San Jose CA. 95131
Cell 408 712-7152
www.access-comm.net
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INSURER(S) AFFORDING COVERAGE
INSURER F :
INSURER E :
INSURER D :
INSURER C :
INSURER B :
INSURER A :
NAIC #
NAME:
CONTACT
A/C, No):
FAX
E-MAILADDRESS:
PRODUCER
A/C, No, Ext):
PHONE
INSURED
REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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).
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.
OTHER:
Per accident)
Ea accident)
N / A
SUBR
WVD
ADDL
INSD
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.
PROPERTY DAMAGE
BODILY INJURY (Per accident)
BODILY INJURY (Per person)
COMBINED SINGLE LIMIT
AUTOS
AUTOSAUTOSNON-OWNEDHIREDAUTOS
SCHEDULEDALLOWNED
ANY AUTO
AUTOMOBILE LIABILITY
Y / N
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
OFFICER/MEMBER EXCLUDED?
Mandatory in NH)
DESCRIPTION OF OPERATIONS below
If yes, describe under
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. DISEASE - POLICY LIMIT
E.L. DISEASE - EA EMPLOYEE
E.L. EACH ACCIDENT
EROTH-STATUTEPER
LIMITS(MM/DD/YYYY)
POLICY EXP(
MM/DD/YYYY)
POLICYEFFPOLICYNUMBERTYPEOFINSURANCELTRINSR
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
EXCESS LIAB
UMBRELLA LIAB $EACH OCCURRENCE
AGGREGATE
OCCUR
CLAIMS-MADE
DED RETENTION $
PRODUCTS - COMP/OP AGG
GENERAL AGGREGATE
PERSONAL & ADV INJURY
MED EXP (Any one person)
EACH OCCURRENCE
DAMAGE TO RENTED $
PREMISES (Ea occurrence)
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO-
JECT LOC
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
CANCELLATION
AUTHORIZED REPRESENTATIVE
ACORD 25 (2014/01)
1988-2014 ACORD CORPORATION. All rights reserved.
CERTIFICATE HOLDER
The ACORD name and logo are registered marks of ACORD
05/10/2021
Newfront Insurance Services, LLC
55 2nd Street
Floor 18
San Francisco CA 94105
Access Telecomm Systems Inc
Access Communications, Inc
976 Rincon Cir
San Jose CA 95131
Sasha Yinguez
415) 754-3635
sasha.yinguez@newfront.com
Citizens Ins Co of America 31534
Allmerica Fin'l Benefit Ins Co 41840
A OBF-D023515-05 02/28/2021 02/28/2022
1,000,000
300,000
10,000
INCLUDED
2,000,000
2,000,000
B AWF-D182641-04 02/28/2021 02/28/2022
1,000,000
A OBF-D023515-05 02/28/2021 02/28/2022
5,000,000
5,000,000
B W2F-D514779-04 02/28/2021 02/28/2022
1,000,000
1,000,000
1,000,000
Service Agreement: Council Chambers Audio Visual System Modernization
City of Gilroy, its officers, officials and employees are named as an additional insured, per the attached endorsement Per Project general aggregate limit
applies.
City of Gilroy, its officers,
officials and employees
Gilroy
7351 Rosanna St
CA 95020
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
OBF D023515 5701751
THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY.
BUSINESSOWNERS LIABILITY SPECIAL BROADENING ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESSOWNERS COVERAGE FORM
This endorsement amends coverages provided under the Businessowners Coverage Form through new
coverages and broader coverage grants.This coverage is subject to the provisions applicable to the
Businessowners Coverage Form,except as provided below.
The following changes are made to SECTION II -
LIABILITY:
1.Additional Insured by Contract,Agreement or
Permit
The following is added to SECTION II -
LIABILITY,C.Who Is An Insured:
Additional Insured by Contract,Agreement or
Permit
a.Any person or organization with whom you
agreed in a written contract,written
agreement or permit to add such person or
organization as an additional insured on
your policy is an additional insured only with
respect to liability for "bodily injury",
property damage",or "personal and
advertising injury"caused,in whole or in
part,by your acts or omissions,or the acts
or omissions of those acting on your behalf,
but only with respect to:
1)"Your work"for the additional insured(s)
designated in the contract,agreement or
permit;
2)Premises you own,rent,lease or
occupy;or
3)Your maintenance,operation or use of
equipment leased to you.
b.The insurance afforded to such additional
insured described above:
1)Only applies to the extent permitted by
law;and
2)Will not be broader than the insurance
which you are required by the contract,
agreement or permit to provide for such
additional insured.
3)Applies on a primary basis if that is
required by the written contract,written
agreement or permit.
4)Will not be broader than coverage
provided to any other insured.
5)Does not apply if the "bodily injury",
property damage"or "personal and
advertising injury"is otherwise excluded
from coverage under this Coverage Part,
including any endorsements thereto.
391-1006 08 16 Includes copyrighted materials of Insurance Services Offices,Inc.,with its permission.Page 1 of 6
SUMMARY OF COVERAGES Limits Page
1.Additional Insured by Contract,Agreement or Permit Included 1
2.Additional Insured -Broad Form Vendors
3.Alienated Premises
4.Broad Form Property Damage -Borrowed Equipment,Customers
Goods and Use of Elevators
5.Incidental Malpractice (Employed Nurses,EMT's and Paramedics)
6.Personal and Advertising Injury -Broad Form
7.Product Recall Expense
Product Recall Expense Each Occurrence Limit
Product Recall Expense Aggregate Limit
Product Recall Deductible
8.Unintentional Failure to Disclose Hazards
9.Unintentional Failure to Notify
Included
Included
Included
Included
Included
Included
25,000
50,000
500
Included
Included
2
3
3
3
4
4
5
5
5
6
6
Aggregate
Occurrence
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
c.This provision does not apply:
1)Unless the written contract or written
agreement was executed or permit was
issued prior to the "bodily injury",
property damage", or "personal injury
and advertising injury".
2)To any person or organization included
as an insured by another endorsement
issued by us and made part of this
Coverage Part.
3)To any lessor of equipment:
a)After the equipment lease expires; or
b)If the "bodily injury", "property
damage", "personal and advertising
injury" arises out of sole negligence
of the lessor.
4)To any:
a)Owners or other interests from whom
land has been leased if the
occurrence" takes place or the
offense is committed after the lease
for the land expires; or
b)Managers or lessors of premises if:
i)The "occurrence" takes place or
the offense is committed after
you cease to be a tenant in that
premises; or
ii)The "bodily injury", "property
damage", "personal injury" or
advertising injury" arises out of
structural alterations, new
construction or demolition
operations performed by or on
behalf of the manager or lessor.
5)To "bodily injury","property damage" or
personal and advertising injury" arising
out of the rendering of or the failure to
render any professional services.
This exclusion applies even if the claims
against any insured allege negligence or
other wrongdoing in the supervision,
hiring, employment, training or
monitoring of others by that insured, if
the "occurrence" which caused the
bodily injury" or "property damage" or
the offense which caused the "personal
and advertising injury" involved the
rendering of or failure to render any
professional services by or for you.
d.With respect to the insurance afforded to
these additional insureds, the following is
added to SECTION II - LIABILITY, D. Liability
and Medical Expense Limits of Insurance:
The most we will pay on behalf of the
additional insured for a covered claim is the
lesser of the amount of insurance:
1.Required by the contract, agreement or
permit described in Paragraph a.; or
2.Available under the applicable Limits of
Insurance shown in the Declarations.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations
e.All other insuring agreements, exclusions,
and conditions of the policy apply.
2.Additional Insured - Broad Form Vendors
The following is added to SECTION II -
LIABILITY, C. Who Is An Insured:
Additional Insured - Broad Form Vendors
a.Any person or organization that is a vendor
with whom you agreed in a written contract
or written agreement to include as an
additional insured under this Coverage Part
is an insured, but only with respect to liability
for "bodily injury" or "property damage"
arising out of "your products" which are
distributed or sold in the regular course of
the vendor's business.
b.The insurance afforded to such vendor
described above:
1)Only applies to the extent permitted by
law;
2)Will not be broader than the insurance
which you are required by the contract or
agreement to provide for such vendor;
3)Will not be broader than coverage
provided to any other insured; and
4)Does not apply if the "bodily injury",
property damage" or "personal and
advertising injury" is otherwise excluded
from coverage under this Coverage Part,
including any endorsements thereto
c.With respect to insurance afforded to such
vendors, the following additional exclusions
apply:
The insurance afforded to the vendor does
not apply to:
1)"Bodily injury" or "property damage" for
which the vendor is obligated to pay
damages by reasons of the assumption of
liability in a contract or agreement. This
exclusion does not apply to liability for
damages that the insured would have in
the absence of the contract or
agreement;
2)Any express warranty unauthorized by
you;
391-1006 08 16 Includes copyrighted materials of Insurance Services Offices, Inc., with its permission. Page 2 of 6
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
OBF D023515 5701751
3)Any physical or chemical change in the
product made intentionally by the
vendor;
4)Repackaging,unless unpacked solely for
the purpose of inspection,
demonstration,testing,or the
substitution of parts under instruction
from the manufacturer,and then
repackaged in the original container;
5)Any failure to make such inspection,
adjustments,tests or servicing as the
vendor has agreed to make or normally
undertakes to make in the usual course
of business in connection with the sale
of the product;
6)Demonstration,installation,servicing or
repair operations,except such
operations performed at the vendor's
premises in connection with the sale of
the product;
7)Products which,after distribution or sale
by you,have been labeled or relabeled
or used as a container,part or
ingredient of any other thing or
substance by or for the vendor;
8)"Bodily injury"or "property damage"
arising out of the sole negligence of the
vendor for its own acts or omissions or
those of its employees or anyone else
acting on its behalf.However,this
exclusion does not apply to:
a)The exceptions contained within the
exclusion in subparagraphs (4)or (6)
above;or
b)Such inspections,adjustments,tests
or servicing as the vendor has
agreed to make or normally
undertakes to make in the usual
course of business,in connection
with the distribution or sale of the
products.
9)"Bodily injury"or "property damage"
arising out of an "occurrence"that took
place before you have signed the
contract or agreement with the vendor.
10)To any person or organization included
as an insured by another endorsement
issued by us and made part of this
Coverage Part.
11)Any insured person or organization,
from whom you have acquired such
products,or any ingredient,part or
container,entering into,accompanying
or containing such products.
d.With respect to the insurance afforded to
these vendors,the following is added to
SECTION II -LIABILITY,D.Liability and
Medical Expense Limits of Insurance :
The most we will pay on behalf of the vendor
for a covered claim is the lesser of the
amount of insurance:
1.Required by the contract or agreement
described in Paragraph a.;or
2.Available under the applicable Limits of
Insurance shown in the Declarations;
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
3.Alienated Premises
SECTION II -LIABILITY,B.Exclusions,1.
Applicable To Business Liability Coverage k.
Damage to Property,paragraph (2)is replaced by
the following:
2)Premises you sell,give away or abandon,if
the "property damage"arises out of any part
of those premises and occurred from hazards
that were known by you,or should have
reasonably been known by you,at the time
the property was transferred or abandoned.
4.Broad Form Property Damage -Borrowed
Equipment,Customers Goods,Use of Elevators
a.The following is added to SECTION II -
LIABILITY,B.Exclusions,1.Applicable To
Business Liability Coverage,k.Damage to
Property:
Paragraph (4)does not apply to "property
damage"to borrowed equipment while at a
jobsite and not being used to perform
operations.
Paragraph (3),(4)and (6)do not apply to
property damage"to "customers goods"
while on your premises nor to the use of
elevators.
b.For the purposes of this endorsement,the
following definition is added to SECTION II -
LIABILITY,F.Liability and Medical Expenses
Definitions:
1."Customers goods"means property of
your customer on your premises for the
purpose of being:
a.Worked on;or
b.Used in your manufacturing process.
c.The insurance afforded under this provision is
excess over any other valid and collectible
property insurance (including deductible)
available to the insured whether primary,
excess,contingent or on any other basis.
5.Incidental Malpractice -Employed Nurses,EMT 's
and Paramedics
SECTION II -LIABILITY,C.Who Is An Insured ,
paragraph 2.a.(1)(d)does not apply to a nurse,
391-1006 08 16 Includes copyrighted materials of Insurance Services Offices,Inc.,with its permission.Page 3 of 6
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
emergency medical technician or paramedic
employed by you if you are not engaged in the
business or occupation of providing medical,
paramedical, surgical, dental, x-ray or nursing
services.
6.Personal Injury - Broad Form
a.SECTION II - LIABILITY, B. Exclusions, 2.
Additional Exclusions Applicable only to
Personal and Advertising Injury", paragraph
e. is deleted.
b.SECTION II - LIABILITY, F. Liability and
Medical Expenses Definitions, 14. "Personal
and advertising injury", paragraph b.is
replaced by the following:
b.Malicious prosecution or abuse of
process.
c.The following is added to SECTION II -
LIABILITY, F. Liability and Medical Expenses
Definitions, Definition 14."Personal and
advertising injury":
Discrimination" (unless insurance thereof is
prohibited by law) that results in injury to the
feelings or reputation of a natural person,
but only if such "discrimination" is:
1)Not done intentionally by or at the
direction of:
a)The insured;
b)Any officer of the corporation,
director, stockholder, partner or
member of the insured; and
2)Not directly or indirectly related to an
employee", not to the employment,
prospective employment or termination
of any person or persons by an insured.
d.For purposes of this endorsement, the
following definition is added to SECTION II -
LIABILITY, F. Liability and Medical Expenses
Definitions:
1."Discrimination" means the unlawful
treatment of individuals based upon race,
color, ethnic origin, gender, religion, age,
or sexual preference. "Discrimination "
does not include the unlawful treatment
of individuals based upon developmental,
physical, cognitive, mental, sensory or
emotional impairment or any
combination of these.
e.This coverage does not apply if liability
coverage for "personal and advertising
injury" is excluded either by the provisions of
the Coverage Form or any endorsement
thereto.
7.Product Recall Expense
a.SECTION II - LIABILITY, B. Exclusions, 1.
Applicable To Business Liability Coverage,
o. Recall of Products, Work or Impaired
is replaced by the following:
o.Recall of Products, Work or Impaired
Property
Damages claimed for any loss, cost or
expense incurred by you or others for
the loss of use, withdrawal, recall,
inspection, repair, replacement,
adjustment, removal or disposal of:
1)"Your product";
2)"Your work"; or
3)"Impaired property";
If such product, work or property is
withdrawn or recalled from the market or
from use by any person or organization
because of a known or suspected defect,
deficiency, inadequacy or dangerous
condition in it, but this exclusion does
not apply to "product recall expenses"
that you incur for the "covered recall" of
your product".
However, the exception to the exclusion
does not apply to "product recall
expenses" resulting from:
4)Failure of any products to accomplish
their intended purpose;
5)Breach of warranties of fitness,
quality, durability or performance;
6)Loss of customer approval, or any
cost incurred to regain customer
approval;
7)Redistribution or replacement of
your product" which has been
recalled by like products or
substitutes;
8)Caprice or whim of the insured;
9)A condition likely to cause loss of
which any insured knew or had
reason to know at the inception of
this insurance;
10)Asbestos, including loss, damage or
clean up resulting from asbestos or
asbestos containing materials; or
11)Recall of "your products" that have
no known or suspected defect solely
because a known or suspected
defect in another of "your products"
has been found.
b.The following is added to SECTION II -
LIABILITY, C. Who Is An Insured, paragraph
3.b.:
Product recall expense" arising out of any
withdrawal or recall that occurred before you
acquired or formed the organization.
391-1006 08 16 Includes copyrighted materials of Insurance Services Offices, Inc., with its permission. Page 4 of 6
Property
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
OBF D023515 5701751
c.The following is added to SECTION II -
LIABILITY,D.Liability and Medical Expenses
Limits of Insurance:
Product Recall Expense Limits of Insurance
a.The Limits of Insurance shown in the
SUMMARY OF COVERAGES of this
endorsement and the rules stated below
fix the most that we will pay under this
Product Recall Expense Coverage
regardless of the number of:
1)Insureds;
2)"Covered Recalls"initiated;or
3)Number of "your products"
withdrawn.
b.The Product Recall Expense Aggregate
Limit is the most that we will reimburse
you for the sum of all "product recall
expenses"incurred for all "covered
recalls"initiated during the policy period.
c.The Product Recall Each Occurrence
Limit is the most we will pay in
connection with any one defect or
deficiency.
d.All "product recall expenses "in
connection with substantially the same
general harmful condition will be
deemed to arise out of the same defect
or deficiency and considered one
occurrence".
e.Any amount reimbursed for "product
recall expenses"in connection with any
one "occurrence"will reduce the amount
of the Product Recall Expense Aggregate
Limit available for reimbursement of
product recall expenses"in connection
with any other defect or deficiency.
f.If the Product Recall Expense Aggregate
Limit has been reduced by
reimbursement of "product recall
expenses"to an amount that is less than
the Product Recall Expense Each
Occurrence Limit,the remaining
Aggregate Limit is the most that will be
available for reimbursement of "product
recall expenses"in connection with any
other defect or deficiency.
g.Product Recall Deductible
We will only pay for the amount of
product recall expenses"which are in
excess of the $500 Product Recall
Deductible.The Product Recall
Deductible applies separately to each
covered recall".The limits of insurance
will not be reduced by the amount of this
deductible.
We may,or will if required by law,pay all
or any part of any deductible amount,if
applicable.Upon notice of our payment
of a deductible amount,you shall
promptly reimburse us for the part of the
deductible amount we paid.
The Product Recall Expense Limits of
Insurance apply separately to each
consecutive annual period and to any
remaining period of less than 12 months,
starting with the beginning of the policy
period shown in the Declarations,unless the
policy period is extended after issuance for
an additional period of less than 12 months.
In that case,the additional period will be
deemed part of the last preceding period for
the purposes of determining the Limits of
Insurance.
d.The following is added to SECTION II -
LIABILITY,E.Liability and Medical Expense
General Conditions,2.Duties in the Event of
Occurrence,Offense,Claim or Suit :
You must see to it that the following are
done in the event of an actual or anticipated
covered recall"that may result in "product
recall expense":
1)Give us prompt notice of any discovery
or notification that "your product"must
be withdrawn or recalled.Include a
description of "your product"and the
reason for the withdrawal or recall;
2)Cease any further release,shipment,
consignment or any other method of
distribution of like or similar products
until it has been determined that all
such products are free from defects that
could be a cause of loss under this
insurance.
e.For the purposs of this endorsement,the
following definitions are added to SECTION
II -LIABILITY,F.Liability and Medical
Expenses Definitions:
1."Covered recall"means a recall made
necessary because you or a government
body has determined that a known or
suspected defect,deficiency,
inadequacy,or dangerous condition in
your product"has resulted or will result
in "bodily injury"or "property damage".
2."Product recall expense(s)"means:
a.Necessary and reasonable expenses
for:
1)Communications,including radio
or television announcements or
printed advertisements including
stationary,envelopes and
postage;
391-1006 08 16 Includes copyrighted materials of Insurance Services Offices,Inc.,with its permission.Page 5 of 6
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
2)Shipping the recalled products
from any purchaser, distributor or
user to the place or places
designated by you;
3)Remuneration paid to your
regular "employees"for
necessary overtime;
4)Hiring additional persons, other
than your regular "employees";
5)Expenses incurred by "employees"
including transportation and
accommodations;
6)Expenses to rent additional
warehouse or storage space;
7)Disposal of "your product", but
only to the extent that specific
methods of destruction other than
those employed for trash
discarding or disposal are
required to avoid "bodily injury"
or "property damage" as a result
of such disposal,
you incur exclusively for the purpose
of recalling "your product"; and
b.Your lost profit resulting from such
covered recall".
f.This Product Recall Expense Coverage does
not apply:
1)If the "products - completed operations
hazard" is excluded from coverage under
this Coverage Part including any
endorsement thereto; or
2)To "product recall expense" arising out of
any of "your products" that are otherwise
excluded from coverage under this
Coverage Part including endorsements
thereto.
8.Unintentional Failure to Disclose Hazards
The following is added to SECTION II -
LIABILITY, E. Liability and Medical Expenses
General Conditions:
Representations
We will not disclaim coverage under this
Coverage Part if you fail to disclose all hazards
existing as of the inception date of the policy
provided such failure is not intentional.
9.Unintentional Failure to Notify
The following is added to SECTION II -
LIABILITY, E. Liability and Medical Expenses
General Conditions, 2. Duties in the Event of
Occurrence, Offense, Claim or Suit:
Your rights afforded under this Coverage Part
shall not be prejudiced if you fail to give us
notice of an "occurrence", offense, claim or "suit",
solely due to your reasonable and documented
belief that the "bodily injury", "property damage"
or "personal and advertising injury" is not
covered under this Policy.
ALL OTHER TERMS, CONDITIONS, AND EXCLUSIONS REMAIN UNCHANGED.
391-1006 08 16 Includes copyrighted materials of Insurance Services Offices, Inc., with its permission. Page 6 of 6
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA
THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY.
BP 07 02 07 02 ISO Properties,Inc.,2001 Page 1 of 1
AMENDMENT -AGGREGATE LIMITS OF
INSURANCE (PER PROJECT)
This endorsement modifies insurance provided under the following:
BUSINESSOWNERS COVERAGE FORM
Section II -Liability is amended as follows:
Under Paragraph D.4.b Liability And Medical Ex-
penses Limits Of Insurance,the aggregate limit for
all "bodily injury"and "property damage"other
than "bodily injury"or "property damage"included
in the "products-completed operations hazard"
applies separately to each of your projects away
from premises owned by or rented to you.A sepa -
rate aggregate will apply for projects at premises
owned by or rented to you.
DocuSign Envelope ID: 90A43BA0-9417-41CC-90AD-4E8CB7744BAA