HomeMy WebLinkAboutAgreement - Honeywell International, Inc. - Expires: 4/28/2028City of Gilroy
Agreement/Contract Tracking
Today’s Date:
May 28, 2025 Your Name: Sheila Castillo
Contract
Type:
Services over $5k - Contractor -
NO ENG OR DESIGN
Phone Number: 408-846-0569
Contract Effective Date:
(Date contract goes into effect)
5/1/2025
Contract Expiration Date: 4/28/2028
Contractor / Consultant Name:
(if an individual’s name, format as
last name, first name)
Honeywell International, Inc.
Contract Subject:
(no more than 100 characters)
3-year contract for maintenance and repair of HVAC systems at various
City facilities and buildings
Contract Amount:
(Total Amount of contract. If no
amount, leave blank)
620878
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: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
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 so
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: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-1- 4835-2267-0361v1 LAC\04706083
AGREEMENT FOR SERVICES
(For contracts over $5,000 – NON-DESIGN, NON-ENGINEERING TYPE CONTRACTOR)
This AGREEMENT made this 21st day of April, 2025, between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONTRACTOR: Honeywell International, Inc., having a principal place of business at 22
Centerpointe Drive, Suite 100, La Palma, CA 90623.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on May 1, 2025 and will continue in effect through April
30, 2028 with an option to renew it for an additional two years upon agreement by both the
CONTRACTOR and the CITY, 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”).
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-2- 4835-2267-0361v1 LAC\04706083
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.
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 $171,259 for year 1,
$179,822 for year 2, and $188,813 for year 3, with a contingency of 15% ($80,984).
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.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-3- 4835-2267-0361v1 LAC\04706083
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.”
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 with a minimum combined single limit coverage of
$5,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to
any person, and damage to property, including the loss of use thereof and (b) Automobile
liability coverage for owned and non-owned automobiles on a per occurrence basis with a
minimum combined single limit coverage of $5,000,000 per occurrence (combined single limit
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-4- 4835-2267-0361v1 LAC\04706083
plus excess coverage) 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) and (b) 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.
NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT, THE
AGGREGATE LIABILITY OF CONTRACTOR FOR ANY CLAIMS ARISING OUT OF
OR RELATED TO THIS AGREEMENT WILL IN NO CASE EXCEED THE
APPLICABLE POLICY LIMITS SET FORTH IN ARTICLE 5, SECTION D OF THE
AGREEMENT.
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.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-5- 4835-2267-0361v1 LAC\04706083
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.
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.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-6- 4835-2267-0361v1 LAC\04706083
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 the assumption of CONTRACTOR’s duties by any new CONTRACTOR hired by the
CITY to complete such services.
ARTICLE 8. GENERAL PROVISIONS
A. Amendment & Modification
No amendments, modifications, alterations or changes to the terms of this Agreement shall be
effective unless and until made in a writing signed by both parties hereto.
B. Americans with Disabilities Act of 1990
Throughout the term of this Agreement, the 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.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-7- 4835-2267-0361v1 LAC\04706083
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.
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.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-8- 4835-2267-0361v1 LAC\04706083
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.
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:
Honeywell International, Inc. CITY OF GILROY
By: By:
Name: Name: Jimmy Forbis
Title: Title: City Administrator
Social Security or Taxpayer
Identification Number 22-2640650
Approved as to Form ATTEST:
City Attorney City Clerk
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09
RGM Services
Vik Chutani
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-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 Michelle Gonzales, 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.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-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: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-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.
This section of the agreement, Exhibit A, V. Section F, is applicable to material solely developed
for CITY under this Agreement or software developed solely for the CITY under this
Agreement.
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: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-4- 4835-2267-0361v1 LAC\04706083
H. NOTICES.
Notices are to be sent as follows:
CITY: Walter Dunckel
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONTRACTOR: Michelle Gonzales
Honeywell International Inc.
22 Centerpointe Drive, Suite 100
La Palma, CA 90623
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: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-1- 4835-2267-0361v1 LAC\04706083
EXHIBIT “B”
SCOPE OF SERVICES
Maintain the mechanical systems, components and hardware listed below, on a maintenance
schedule that meets industry standard practices and manufacturers recommendations. These
incude:
Inspecting control system assets through head end software for proper operation
Checking asset status and firmware versions
Providing recommendations on improvements outside of planned maintenance
checking software schedules against occupancy schedules
Review alarm activity on head end software
Review trend logs to identify issues
Random sampling of temperature sensors to identify the need to calibrate
Visual inspections of assets
Checking assets are operating as expected
Quarterly filter replacement
Lubrication schedule
Assets:
7070 Chestnut Street
A/C1 Roof - 1 - 5 Ton RUUD URKA- A036CK08X 1R5813ADAAF3701- 12004
A/C - 2 ROOF - 1 - 4 Ton Day& Night PGD348090H001C1 C100545597
A/C - 3 ROOF - 1 - 5 Ton Day& Night - 585HBW060100A 1587C57801
Apparatus Bay - 2 - gas heaters Reznor
A/C - 4 ROOF - 1 - 5 A/ C- 4 Roof 1 Gas/ Electric A/ C 4Ton Day & Night
585HJW048080ABAF 0487C56164
A/C - 5 -1- 6 A/ C- 5 1 Gas/ Electric A/ C 6Ton Carrier 48T1D006. 511GA
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-2- 4835-2267-0361v1 LAC\04706083
All - Thermostats I3799G20636
Christmas Hill Park TEEC Building
Condensing Unit Rheem RPKA- 042JA2
Condensing Unit Rheem RPKA- 018JA2
Fan Coll Unit Rheem RBHA- 21310SHBA
Fan Coll Unit Rheem RBHA- 14J05 SHBA
City Hall 7351 Rosanna Street
FC1 AHU Supply Fan 3 Hp McQuay LSL108CH
CU1 OX Cooling 8Ton Lennox
FC-6 AHU Supply Fan 2 Hp Magic Air 90BHX- 4
CU-6 Cond. Unit 10Ton Trane TTA898A
P1 Boiler Room Pump 5 Hp B& G 1531- 11/ 4 RB
Boiler Boller/ Water- Gas 850,000 BTU Rite
P2, P3 Hot Water Pumps & Motor 0. 5 Hp B & G 71- 233581
CU-3 Recip Compressor 17 Ton Carrier 07DB215. 600
FC-3 AHU Supply Fan 5 Hp McQuay LSL111CV
Cooling Tower 30Ton Evapco LSTA463
B75 B75 Belt Condenser Pump 5 Hp B & G
AC-1 Basic Pkg A/ C Unit 2 Compressors @ 5 Ton cooling/ 1 only (Belt A- 45) 10Ton Trane
TCD090D4- OOAA
RE-12 Vaneaxlal Fan Motor 3 Hp New York Blower U8796105
FC-2 AHU Supply Fan 10 Hp McQuay
CU-2 Recip Compressor 32 Ton Carrier 07EB033. 610
TP-6 Control panel Alerton/ Syserco
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-3- 4835-2267-0361v1 LAC\04706083
Council Chambers - Control panel Barber Coleman
FC-4 Fan Coll Unit 0. 5 Hp Carrier 40FS160- 300
CU-5 Condensing Unit 10Ton Trane TTA120C- 400AA
CU-8 Condensing Unit 10Ton Trane TTA120B- 400BA
FC-7 Air Handler 5 Hp Magic Air 120- BHW- 6
EFF-3 Exhaust Fan 1. 5 Hp Penn Centrex
Finance Ceiling Air Handler 5 Hp Magic Air 120- BHX- 6
Finance Ceiling Exhaust Fan 1 Hp Penn BF30
EFF-2 Exhaust Fan 0. 5 Hp Penn BF24
Chemical water treatment for cooling tower & water loop.
City Hall Annex 7370 Rosanna Street
Condensing Unit 4 Ton Carrier 38CKB04. 8510 - S/N1895e-1792
Basic Pkg A/ C Unit 1 Compressor @4 Tons Cooling - CARRIER - 48LH006-500
CH-1 Basic Pkg A/ C Unit 2 Compressors 1@ 20 ton, 1@ 25 Ton Cooling Only; No Heat
Pump - MCQUAY - ALR040C - 5RJ0-704400
AC-1 Basic Pkg A/C Unit 1 Compressor @ 4 Tons Cooling only; no heat pump - 4 Ton - Trane
- YCH086C3-H08D - K2510-0120D
AH-1 AHU SUPPLY FANS MOTOR & 2 COILS - 5 HP EACH - ALADDIN - HC1-18LS -
84250 & 84251
B1 Boiler water-gas/electric BTUH In Out Blank - Rite - 36 - 8720-530
B1 Boller water - gas/electric BTUH in 399,000 out 327,180 - Raypack - W1-0403B-
BCDRBDA - 93111-11586
PNEU/VLVS/Actuators (15) throughout building
Expansion tanks (2) chilled/hot water - various
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-4- 4835-2267-0361v1 LAC\04706083
Corporation Yard Admin Building 613 Old Gilroy Street
AC1 3. 5 Ton Trane YCC042F3MOBG 346511E1H
AC2 2. 5 Ton Trane YCC03OFlM0BJ 3481GPAlH
AC3 5 Ton Trane YSC060A4RMA18D 350100150L
AC4 3 Ton Trane YSCO36A3RLA12DOOOA 350100039L
AC5 1.5 Ton Trane YCC018F1LOBH 3302NSR2H
AC6 18 Ton Trane YCD18O64LOH6 343100983D
EF2 Exhaust Fan 1/ 30 H. P. D. D. Greenheck 6- 065- DGEX- D 03K16448
EF1 Exhaust Fan 1/ 3 H. P. Greenheck 66- 131- 3- X 031. 20646
EF3 Exhaust Fan 1/ 30 H. P. D. D. Greenheck 6- 075DGEX- 90 03L12634
Thermostats - Various digital Honeywell
Corporation Yard Fleet Building 613 Old Gilroy Street
Heater 75 MBTU Ambl- Rad SCER- 70- 22 2077803802
Heater 75 MBTU Ambl- Rad SCER- 7GX- 22 2077803809
Heater 75 MBTU Ambl- Rad SCER- 7GX- 22 2077803819
Heater 75 MBTU Ambl- Rad SCER- 7GX- 22 2077803808
Heater 75 MBTU Ambi-Rad SCER- 7GX- 22 2077803815
Heater 75 MBTU Ambl- Rad SCER- 7GX- 22 2077803807
Exhaust Fan Belt2- AP72 Greenheck BSO- 240- 30-X 04A17708
Split A/ C EMI Ductless SHC24DFOOOOAAD 1. 03- M- 6594
Swamp Cooler ESS30E H03150228
Swamp Cooler ES830E H03150225
Swamp Cooler ES830E J03030110
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-5- 4835-2267-0361v1 LAC\04706083
Las Animas Fire Station 8383 Wren Ave
Cond Unit 4Ton Carrier 38G504- 8300 D876- 870
Hanging Heaters Window Unit cut -to -size air filter media 1 Ton Reznor and Amcor 114ARL6Z
1638
Window Unit cut -to -size air filter media 1 Ton Carrier
Fan Coll Unit, Furnace, Filter Media Carrier 58GC125- 2A 17A82- 349
Associated controls for above equipment
Las Animas Veterans Park Recreation Building 400 Mantelli Drive
Air Handler Westinghouse B5BM- T49K- C B5D070612810
Condensing Unit Westinghouse FT5BD- 04815 FTA070403533
Thermostat White -Rodgers 1F82- 261
Museum 195 Fifth Street
Condensing Unit 5 Ton Bryant C13060AA 0905701070
Gas Furnace/ Fan toll 5 Ton Bryant 1JAV060155AAJA FH7600 3102A31215
Thermostat Honeywell - RTH7600
Police Department 7301 Hanna Street
AC-1 McQuay RDT060CLW F80005070008302
AC2 McQuay RDTO60CLW FBOU05070008402
AC3 McQuay RDT060CLW F80UO5070008502
EF-2 10 HP Greenheck 36- B1SW- 21-S-10- 1 5123458
EF-1 10 HP Greenheck 49- B1SW- 21-S-10- 1 5121262
EF-12 Greenheck SWB- 227. 30-CW- TH-X 5122624
EF-16 Greenheck 44- B1SW- 21-X-10- 1 5123460
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-6- 4835-2267-0361v1 LAC\04706083
SF-1 Greenheck 44- B1SW- 21-X- 10- 1 5123461
EF-3 Greenheck SWB- 224- 50-CCW- TH-X 5122483
EF-4 Greenheck SWB- 113-10-UB- 1 5122486
EF-10 Greenheck SWB- 216- 20- CW- TH- X 5122476
EF-14 Greenheck SWB- 210- 10- CW- UB- X 5122493
EF-13 Greenheck SWB- 210. 10-CW- UB-X 5122469
EF-15 Greenheck SWB- 110- 5-CW- TH-X 5122484
EF-11 Greenheck SWB- 113- 7-CW- TH-X 5122485
2-Boiler Boilers RayPack 239572 508239572
2-Taco 5 HP Pumps 110 GPM 75 ft Taco F12009E2EA71LOA
Vays/Actuators (70) floating actuators various
Reheats/Actuators (70) floating actuators various
Expansion Tank (1)
Garage Condensing Unit Carrier 38BNB024311 0405V87642
Garage Electrical Room Ductless Fan Coll Carrier 40BN8024301 2005V07603
San Ysidro Park Recreation Building 7700 Murray Avenue
Package Unit electric Carrier I 50HS-048-311AA | 359BG43281
Thermostat
Senior Center 7371 Hanna Street
Gas/ Elec A/ C 4 Ton Day & night PGD44809oK801C1 C110635658
Gas/ Elec A/ C 4Ton Day & night PGD448090K801C1 C111354211
CV-5 Condensing Unit 4 Ton Day & night 565BJ048 528GA- 14569
CV-6 Condensing Unit 4 Ton Day & night 565BJ048 2787A-08592
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-7- 4835-2267-0361v1 LAC\04706083
CV-7 Condensing Unit 2Ton Day& night 565BJ024 2387A- 11710
CV-8 Condensing Unit 4 Ton Day & night 565BJ048 2187A- 12950
HV-5 Horizontal Furnace w/ DX coil 4 Ton Day & night
HV-1 Gas/ Elec A/ C 15Ton PH150N15N2AAA3C NOD7655843
HV-2 Gas/ Elec A/ C DF120N15N2AAA3L NOC7509937
HV-7 Ceiling 1 Horizontal Furnace w/ DX Coll 2 Ton Day & night 376BAWO- 24040
2787C- 46670
HV-6 Ceiling 1 Horizontal Furnace w/ DX coil 4 Ton Day & night 376BAWO- 4807 0587C-
63135
HV-8 Horizontal Furnace w/ DX coil 4 Ton Day & night 3768AWO- 48075 3186C- 83531
Independent thermostats (all)
Sunrise Fire Station 880 Sunrise Drive
AC-1 Gas/ Pac Carrier 48GXN036060501 410BG21253
AC-2 Gas/ Pac Carrier 48HJE005-- 651 450BG20120
AC-3 Gas/ Pac Carrier 48GXN024040311 2903G31113
AC-4 Gas/ Pac Carrier 48HJE005-•- 651 3203G10267
EF-15 Exhaust Fan Penn D- 22
EF-16 Exhaust Fan Penn D- 22
CU-1 Split System Carrier 38HDCO24- 341 240BX70663
Server Rm AHU-1 Ductless Cooling Carrier 40QNBO24 1803Y40268
AHU-2 Ductless Cooling Carrier 40QNE009100 3003Y40998
CU-2 Cooling Carrier 3813K009130 2903Y10521
Electrical Room Exhaust Fan
Apparatus East Heater Reznor UDAP75- S EBCJ79X7H76641X
Apparatus West Heater Reznor UDAP75- 5 EBCJ79X7H76640X
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-8- 4835-2267-0361v1 LAC\04706083
Apparatus Back West Heater Reznor UDAP75- S EBC179X7H76644X
Apparatus Back Heater Reznor UDAP75- S EBC179X7H76642X
Bath Ceiling (4) Exhaust Fan Penn Zephyr
Janitorial Closet Exhaust Fan Penn Zephyr
Kitchen Exhaust Fan Penn Zephyr
Independent thermostats for the above
Wheeler Community Center
Gas heaters RUUD UGDC- 07NC- GR GN4D202F5084- 2824
Gas heaters RUUD UGDC- 07NC- GR GN4D202F5084- 2802
Gas heaters RUUD UGDC- 07NC- GR GN4D202F5084- 2815
Gas heaters RUUD UGDC- 07NC- GR GN40202F5084. 2099
Package Unit Gas Carrier 4885- 036060331AA 187G10857
Package Unit Gas Carrier 48GS- 060090301 0600G10024
Package Unit Gas York D2CG036N04106A NBWM103512 mfg2/ 89
Associated controls for above
Willie House 140 Fifth Street
Condensing Unit BDP Co 561CJ036-D - 3596E09747
Gas Furnace/ Fan Coil Day & Night 376CAV048115 1296A080000
Thermostat
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
-1- 4835-2267-0361v1 LAC\04706083
EXHIBIT “C”
MILESTONE SCHEDULE
This is a three year contract beginning on May 1, 2025, and will continue in effect through April
30, 2028, with an option to renew for two additional years upon agreement with the Contractor
and the City, unless terminated in accordance with the provisions of article 7 of this agreement.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
4835-2267-0361v1 LAC\04706083
EXHIBIT “D”
PAYMENT SCHEDULE
12 monthly payments totaling $171,259 will be paid for year 1, 12 monthly payments
totaling $179,822 in year 2, and 12 monthly payments totaling $188,813 will be paid in year 3.
Docusign Envelope ID: 78BC5077-D2B9-4B9F-924E-C8C2119D1B09Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
DRAFT
Page 1 of 6
City of Gilroy
City Council Regular Meeting Minutes
Monday, April 21, 2025 | 6:00 PM
1. OPENING
1.1. Call to Order
The meeting was called to order at 6:09 PM.
1.2. Pledge of Allegiance
The Pledge of Allegiance was led by Council Member Ramirez.
1.3. Invocation
None.
1.4 City Clerk's Report on Posting the Agenda
City Clerk Atkins Reported that the agenda was posted on Friday, April 18, 2025
at 10:37 A.M.
1.5. Roll Call
Attendance Attendee Name
Present Dion Bracco, Council Member
Tom Cline, Council Member
Kelly Ramirez, Council Member
Greg Bozzo, Mayor
Absent Terence Fugazzi, Council Member
Zach Hilton, Council Member
Carol Marques, Council Member
1.6. Orders of the Day
Mayor Bozzo announced that the districting public hearing item will be heard at
7:00 PM.
1.7. Employee Introductions
Police Chief Espinoza introduced three promoted employees: Sergeant Diana
Casey, Sergeant Daniel Pineda, and Captain Lamonte Toney
2. CEREMONIAL ITEMS - Proclamations and Awards
None.
3. COUNCIL CORRESPONDENCE (Informational Only)
None.
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
April 21, 2025 | 6:00 PM Page 2 of 6 City Council
Regular Meeting Minutes
4. PRESENTATIONS TO THE COUNCIL
4.1. PUBLIC COMMENT BY MEMBERS OF THE PUBLIC ON ITEMS NOT ON THE
AGENDA BUT WITHIN THE SUBJECT MATTER JURISDICTION OF THE
CITY COUNCIL
Mayor Bozzo opened public comment.
Robert Butler - Commented about his personal history in Gilroy and informed
the Council about an art exhibit and fundraising for the South County
Compassion Center for the May 2nd fundraising concert, and a kids drama club
at the Gilroy Arts Center.
Elaine Gooding - Commented about issues encountered at the Garlic Farm RV
Park and previous efforts to resolve the ongoing issues.
Eric Rodriguez - From Silicon Valley Clean Energy - reported on community
benefits for the City’s membership with SVCE.
Emily Miller - Commented about her membership as a Parks and Recreation
Commission and their proposed workplan.
Ron Kirkish - Commented about the SVCE presentation and his concerns with
the original promise of green energy and current energy procurement practices.
With no further speakers, Mayor Bozzo closed public comment.
5. REPORTS OF COUNCIL MEMBERS
Council Member Bracco – Reported on the Library Joint Powers Authority Finance
Committee that it is in excellent financial shape and addressed incorrect rumors on the
future of the Library District.
Council Member Ramirez – Nothing to report.
Council Member Cline – Nothing to report.
Mayor Bozzo – Nothing to report.
6. CONSENT CALENDAR
6.1. Approval of the Action Minutes of the April 7, 2025 City Council Special
Meeting and the April 7, 2025 City Council Regular Meeting
6.2. Approval of a Notice of Acceptance of Completion for the FY25 Annual
Citywide Curb Ramp Project No. 25-PW-290 and Approval of a Final
Contract Amount of $403,574
6.3. Consent to the Appointment of Rob Fleeup as Fire Chief
6.4. Claim of Helen Witter (The City Administrator recommends a "yes" vote
under the Consent Calendar shall constitute denial of the claim)
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
April 21, 2025 | 6:00 PM Page 3 of 6 City Council
Regular Meeting Minutes
Mayor Bozzo opened public comment.
With no speakers present, Mayor Bozzo closed public comment.
Motion: APPROVE
RESULT: Pass
MOVER: Kelly Ramirez, Council Member
SECONDER: Tom Cline, Council Member
AYES: Council Member Bracco, Council Member Cline, Council Member
Ramirez, Mayor Bozzo
7. BIDS AND PROPOSALS
7.1. Award a Three-Year Contract to Honeywell International Inc., for HVAC
Maintenance Services, in the amount of $620,878
Motion: AWARD CONTRACT
RESULT: Pass
MOVER: Tom Cline, Council Member
SECONDER: Dion Bracco, Council Member
AYES: Council Member Bracco, Council Member Cline, Council
Member Ramirez, Mayor Bozzo
Mayor Bozzo opened public comment.
With no speakers present, Mayor Bozzo closed public comment.
8. PUBLIC HEARINGS
8.1. Introduction of an Ordinance of the City Council of the City of Gilroy
Amending Chapter 16.6-1(p) Cardroom, Table Restrictions
Mayor Bozzo opened the Public Hearing at 6:47 PM.
With no speakers present, Mayor Bozzo closed the Public Hearing at 6:48 PM.
Motion: READ TITLE ORDINANCE AND WAIVE FURTHER READING and
INTRODUCE AN ORDINANCE
RESULT: Pass
MOVER: Dion Bracco, Council Member
SECONDER: Kelly Ramirez, Council Member
AYES: Council Member Bracco, Council Member Cline, Council
Member Ramirez, Mayor Bozzo
8.2. Public Hearing to Establish a List of Properties Subject to the Weed
Abatement Program and Adoption of a Resolution Authorizing the Fire
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
April 21, 2025 | 6:00 PM Page 4 of 6 City Council
Regular Meeting Minutes
Chief to Abate the Nuisance Arising Out of Weeds Growing and Refuse
Accumulating Upon Property in the City of Gilroy Pursuant to Section
12.51 of the Gilroy Code
Mayor Bozzo opened the Public Hearing at 6:50 PM.
With no speakers present, Mayor Bozzo closed the Public Hearing at 6:51 PM.
Motion: ADOPT the resolution
RESULT: Pass
MOVER: Tom Cline, Council Member
SECONDER: Dion Bracco, Council Member
AYES: Council Member Bracco, Council Member Cline, Council
Member Ramirez, Mayor Bozzo
8.3. Hold the Fourth Public Hearing Regarding the City's Transition from an At-
Large to a District-Based Elections System for the Purpose of Receiving
the Demographer’s Presentation on the Transition Process, the
Information Received Regarding Communities of Interest in the City, the
Possible Contours of Six Districts, the Drawing of Maps by Redistricting
Partners, the Review of Maps Submitted on the City’s Website and by
Other Means, and the Presentation of Legally Compliant Draft Maps to the
City Council for the Six New Districts, as well as the Order of Elections for
the 2026 and 2028 Elections
This item was heard after Item No. 10.1.
Mayor Bozzo opened the Public Hearing at 7:22 PM.
Joanne Fierro – Commented that the east side should not be split into two, and
that Draft Maps A and D are the best two maps.
With no further speakers, Mayor Bozzo closed the Public Hearing at 7:23 PM.
The Council directed that map JH06 be elevated as Draft.
After some Council discussion, the Public Hearing was re-opened at 7:28 PM
Sally Armendariz – Commented that JH06 would divide the Latino community,
and that the east side prefers Draft Maps A and D.
Gretchen Yodershock – Commented that she lives in the Wren area and
prefers Draft Map A because she likes her neighborhood not being linked to
Eagle Ridge, and that the east side should be kept as one solid voting block with
shared interests.
Andrea Altamirano – Commenting on behalf of CARAS about the importance
of fair and equitable elections, and advocated support for Draft Maps A and D.
With no additional speakers, Mayor Bozzo re-closed the Public Hearing at 7:32
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
April 21, 2025 | 6:00 PM Page 5 of 6 City Council
Regular Meeting Minutes
PM.
Motion: APPROVE to move the final decision on districting from May 5,
2025 to May 19, 2025.
RESULT: Pass
MOVER: Tom Cline, Council Member
SECONDER: Kelly Ramirez, Council Member
AYES: Council Member Bracco, Council Member Cline, Council
Member Ramirez, Mayor Bozzo
9. UNFINISHED BUSINESS
10. INTRODUCTION OF NEW BUSINESS
10.1. Quality-of-Life Police Officer Program
This item was heard after Item No. 8.2
Mayor Bozzo opened public comment.
Ron Kirkish – Commented on blight at certain locations and thanked the Police
Chief, Council, and City Administrator for addressing it, but that it took effort to
get friendly attention on the matter as a third-party reporter.
Maria Aguilar – Commented that it is great to have the Quality-of-Life Officers,
but that the money can be used in a better way and should be refocused on
service provision.
With no additional speakers, Mayor Bozzo closed public comment.
10.2. Consideration of a City Logo Policy
Mayor Bozzo opened public comment.
Maria Aguilar – commented that she wants the Council to consider in the policy
grassroots non-profit organizations regarding use of the logo.
With no further speakers, Mayor Bozzo closed public comment.
Council provided staff with direction.
11. FUTURE COUNCIL INITIATED AGENDA ITEMS
None.
12. CITY ADMINISTRATOR'S REPORTS
12.1. Santa Teresa Fire Station Update
12.2. Media Training for Elected Officials
City Administrator Forbis reported about the Gilroy Foundation granting funds to
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C
April 21, 2025 | 6:00 PM Page 6 of 6 City Council
Regular Meeting Minutes
the Recreation Division, and that a more comprehensive update will be provided
at the next Council Meeting.
Communications and Engagement Manager Bedell provided media training for
the City Council.
13. CITY ATTORNEY'S REPORTS
None.
14. CLOSED SESSION
None.
15. ADJOURN TO OPEN SESSION
Report of any action taken in Closed Session and vote or abstention of each Council
Member if required by Government Code Section 54957.1 and GCC Section 17A.13(b);
Public Report of the vote to continue in closed session if required under GCC Section
17A.11(5).
16. ADJOURNMENT
With no additional business before the Council, the meeting was adjourned at 8:03 PM.
I HEREBY CERTIFY that the foregoing minutes were duly and regularly adopted at a regular
meeting of the City Council of the City of Gilroy on May 5, 2025.
/s/Bryce Atkins
Acting City Clerk
Docusign Envelope ID: E222008B-4DA6-48C2-AAC8-C3DB73EBB59C