Loading...
HomeMy WebLinkAboutLR Janitorial Services for the Library and Recreation DepartmentAGREEMENT FOR JANITORIAL SERVICES FOR THE LIBRARY AND RECREATION DEPARTMENT This Agreement is made and entered into this J _ day of 14o\1e.mbe-y- , 2019, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and TRINITY PUBLIC SECTOR SOLUTIONS, a corporation authorized to do business in California (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY operates the Downtown San Rafael Public Library, seven (7) child care facilities and the Terra Linda Community Center Pool restrooms; and WHEREAS, the CITY is in need of cleaning services for the above mentioned facilities; and WHEREAS, the CONTRACTOR has the expertise required to provide such services and is willing to do so on the terms and conditions set forth in this Agreement; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. The Library and Recreation Director is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. James E. Jones IV is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as specified in Exhibit A, titled Library and Recreation Janitorial Services Scope of Work. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as specified in Exhibit A, titled Library and Recreation Janitorial Services Scope of Work. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as follows: The monthly service cost is based upon a full service schedule, as outlined in Exhibit A. If facilities are closed and janitorial services are subsequently reduced, the monthly cost will be prorated based on the reduced service hours. Additional services beyond the scope included in Exhibit A shall be charged at a rate of $33.69 per hour for additional work performed during the regular service schedule, $53.25 per hour for additional deep cleaning services and $60 per hour for emergency services. The total compensation payable for services under this agreement shall not exceed $83,000 per year for services included in Exhibit A and $7,000 per year for additional or emergency services, for a total not to exceed amount of $90,000 per year. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall be for one (1) year commencing on January 1, 2020 and ending on December 31, 2020. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of up to two (2) additional one (1) year terms. Cost per Month Facility (including labor, material and equipment) Downtown Libra 1100 E St. San Rafael $2,053.80 Terra Linda Community Center Pool Restrooms (670 Del $342.73 Ganado, San Rafael Coleman Childcare Portable 800 Belle Ave, San Rafael $549.80 Lucas Valley Childcare Portable (1175 Idylberry Rd, San $549.80 Rafael Glenwood Childcare Portable (25 W Castlewood Dr, San $549.80 Rafael Mary Silveira Childcare Portable (375 Blacksone Dr, San $549.80 Rafael Parkside Childcare Center 51 Albert Park Lane, San Rafael $1,373.98 Pickleweed Childcare Center 40 Canal Street, San Rafael $549.80 Vallecito Childcare Portable (50 Nova Albion Way, San $549.80 Rafael The monthly service cost is based upon a full service schedule, as outlined in Exhibit A. If facilities are closed and janitorial services are subsequently reduced, the monthly cost will be prorated based on the reduced service hours. Additional services beyond the scope included in Exhibit A shall be charged at a rate of $33.69 per hour for additional work performed during the regular service schedule, $53.25 per hour for additional deep cleaning services and $60 per hour for emergency services. The total compensation payable for services under this agreement shall not exceed $83,000 per year for services included in Exhibit A and $7,000 per year for additional or emergency services, for a total not to exceed amount of $90,000 per year. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall be for one (1) year commencing on January 1, 2020 and ending on December 31, 2020. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of up to two (2) additional one (1) year terms. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 8. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 9. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be "primary and non contributory" with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. B. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONTRACTOR under this agreement. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 10. INDEMNIFICATION. A. CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, 5 officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 11. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 12. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 13. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 14. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: Susan Andrade -Wax City of San Rafael 618 B Street San Rafael, CA 94901 TO CONTRACTOR's Project Director: James E. Jones IV Trinity Public Sector Solutions 430 North Canal #2 South San Francisco, CA 94080 15. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 16. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 17. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 18. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 19. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 20. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 21. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective successors and assigns. 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 23. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one document. Counterpart signature pages may be delivered by telecopier, email or other means of electronic transmission. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL C"' L J -� - JIM SCHUTZ, City Manager ATTEST: �cx -,- J LINDSAY LARA, City Clerk APPROVED AS TO FORM: L a L FE ROBERT F. EPSTEIN, City A rney [If Contractor is a corporation, add signature of second corporate officer] By:_ Name: Title: Exhibit A: Library and Recreation Janitorial Services Scope of Work The contractor shall provide janitorial services at the following locations: 1. Downtown Library (1100 E St, San Rafael): 15,000 square feet, 2 stories, 2 public restrooms, 2 staff restrooms, break room, kitchen, 3 main offices, 3 public areas 2. Terra Linda Community Center Pool Restrooms (670 Del Ganado, San Rafael): Women's, Men's, Unisex single stall 3. Childcare Facilities: a. Coleman Childcare Portable (800 Belle Ave, San Rafael): 1,920 square feet, open children's area, kitchen, office, restroom b. Lucas Valley Childcare Portable (1175 Idylberry Rd, San Rafael): 1,920 square feet, open children's area, kitchen, restroom c. Glenwood Childcare Portable (25 W Castlewood Dr, San Rafael): 1,920 square feet, open children's area, kitchen d. Mary Silveira Childcare Portable (375 Blackstone Dr, San Rafael): 1,920 square feet, open children's area, kitchen e. Parkside Childcare Center (51 Albert Park Lane, San Rafael): 7,000 square feet. open children's area, kitchen, offices, break area, restrooms f. Pickleweed Childcare Center (40 Canal St, San Rafael): 3 buildings, 800 square feet each, open children's area, kitchen, restrooms g. Vallecito Childcare Portable (50 Nova Albion Way, San Rafael): 1,920 square feet, open children's area, kitchen Downtown Library Scheduling of Work. Facility shall be cleaned daily in the evening after closing (8pm Mon- Thurs, 5pm Fri -Sun) and a cleaning of the 4 restrooms Monday -Thursday between 3-4pm. Daily Services. Contractor shall furnish a crew of reliable and experienced janitors to perform all janitorial services to accomplish the following services: 1. Vacuuming upstairs and downstairs, staircase treads, children's room, and offices on the lower level. Spot clean carpets as needed and straighten furniture. 2. Empty paper, garbage, and compost bins in dumpster on the north side of the library by the side door. 3. Scrub and mop all bathroom floors and baseboards. Wash basins, toilet seats, toilet bowls, toilet partitions, paper towel dispensers, and refuse bins. Line bins with liner. 4. Stock all dispensers. 5. Dust mop all bare floors. 6. Dust tabletops, lower book shelving, countertops, and desks tops where accessible. No feather dusters — only vacuum and dust treated cloth shall be used. 7. Wash and clean doors, handles, glass panels in doors, front doors, staircase partitions, and banister rails. 8. Sweep and clean entrance areas, doormats, and thoroughly clean elevator. Exhibit A: Library and Recreation Janitorial Services Scope of Work 9. Particular attention must be given to maintain janitorial lockers and basins in a very clean and orderly manner. 10. Patios and driveways are maintained by City Parks crew and not by the janitorial service. Quarterly Services. Contractor shall perform the following services each quarter: 1. Dust air vents. 2. Wash lobby windows. Supplies and Equipment. Contractor shall provide all labor, chemicals, equipment, and supervision. All paper products, liners and soap shall be supplied by the City. Terra Linda Community Center Pool Restrooms Scheduling of Work. Facility shall be cleaned two times per week on Thursday nights after 9pm and Sunday evenings after 7pm from April through the third week in September. Bi -Weekly Services. Contractor shall furnish a crew of reliable and experienced janitors to perform all janitorial services to accomplish the following services twice a week: 1. Spot clean walls and doors 2. Wipe down all partitions 3. Clean and disinfect counter tops, dispensers, toilets, and urinals 4. Clean and disinfect showers 5. Polish all fixtures 6. Clean all mirrors 7. Dispose of waste and install new liners 8. Clean all lockers inside and outside 9. Wet mop hard surface floors using germicidal product that smells fresh Monthly Services. Contractor shall perform the following services each month: 1. High dusting: air grills, ceiling fixtures 2. Supplies and Equipment. Contractor shall provide all labor, chemicals, equipment, and supervision. All paper products, liners and soap shall be supplied by the City. Childcare Facilities Scheduling of Work. Facilities shall be cleaned Monday through Friday in the evening after closing (6:30pm). Daily Services. Contractor shall furnish a crew of reliable and experienced janitors to perform all janitorial services to accomplish the following services five times a week: 1. Dispose of all waste in the correct bins and replace liners 2. Vacuum all carpets and rugs 2 Exhibit A: Library and Recreation Janitorial Services Scope of Work 3. Sweep/vacuum and mop all hard surface floors 4. Remove any paints from floors 5. Dust windowsills 6. Clean and disinfect sinks, counter tops and tables 7. Wipe down inside/outside of microwave 8. Wash any leftover dishes and set aside to dry (City will put away) 9. Clean entry door glass 10. Make sure all doors are locked 11. Make sure heating/AC system is off before leavings 12. Turn lights off before leaving 13. Disarm/arm security system For facilities with restrooms, daily services will also include: 14. Clean and disinfect restroom counters and sinks 15. Clean and disinfect toilets, including base and rear 16. Spot clean partitions, walls and doors 17. Polish fixtures and clean mirrors 18. Mop hard surface floors 19. Restock hand soaps and paper disposables Monthly Services. Contractor shall perform the following services in each facility once a month: 1. Clean air vents Annual Services. Contractor shall perform the following services in each facility once a year: 1. Deep clean the carpets, floors and windows Supplies and Equipment. Contractor shall provide all labor, chemicals, equipment, and supervision. All paper products, liners and soap shall be supplied by the City. Supervision of Work for all Facilities Contractor shall conduct regular systematic inspection of his/her/their work crew and shall be responsible for providing adequate supervision to assure competent and satisfactory performance of the services required under this Contract. Contractor shall notify the department Director or other designated person by phone or letter or email of any special comments on janitorial needs. 3 ,tk RAFq�I 1, yo �,T y WITH 9' �\y CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Library and Recreation Project Manager: Catherine Quffa Extension: 3078 Contractor Name: Trinity Public Sector Solutions Contractor's Contact: James Jones Contact's Email: James@trinityservices.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor t- ilcl: nere to ❑ enter a clate. b. Email contract (in Word) and attachments to City 9/30/2019 Attorney c/o Laraine.Gittens@cityofsanrafael.org ®CGQ 2 City Attorney a. Review, revise, and comment on draft agreement 10/11/2019 © LG and return to Project Manager 10/14/2019 ® LG b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Department Director Approval of final agreement form to send to 10/15/2019 ® SAW contractor 4 Project Manager Forward three (3) originals of final agreement to 10/18/2019 ® CGQ contractor for their signature 5 Project Manager When necessary, contractor -signed agreement ❑ N/A agendized for City Council approval * *City Council approval required for Professional Services © CGQ Agreements and purchases of goods and services that exceed Or $75,000; and for Public Works Contracts that exceed $175,000 11/4/2019 Date of City Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City I I CCS n Attorney with printed copy of this routing form 7 City Attorney Review and approve hard copy of signed l I ] I Q / agreement 8 City Attorney Review and approve insurance in PINS, and bonds l �lgl (for Public Works Contracts) 9 City Manager/ Mayor Agreement executed by City Council authorized official �( 10 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager 11 L ,