Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Loch Lomond Marina Janitorial Services ProjectSERVICES CONTRACT
BY AND BETWEEN
THE CITY OF SAN RAFAEL
AND
ECOBRITE SERVICES, LLC
FOR LOCH LOMOND MARINA JANITORIAL SERVICES PROJECT
This contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Ecobrite Services, LLC ("Contractor"), a Utah Limited Liability Company, for work on the City's Loch
Lomond Marina Janitorial Services ("Project"), and is effective on J..21,2024 ("Effective
Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work and Bid Proposal, and
according to the terms and conditions of this Contract, including all attachments to the Contract and any
other documents and statutes incorporated by reference. To the extent that any attachment contains
provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the
Contract terms will control. This Project requires the Contractor to have a valid janitorial registration with
the State of California.
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Contract;
2.2 Addenda, if any;
2.3 Exhibit A — Scope of Work and Bid Proposal;
2.4 Exhibit B — Insurance Requirements.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor a not to exceed amount of $22,000 per year of service (the "Contract Price"), for all of
Contractor's direct and indirect costs to perform the Work, including all labor, materials, supplies,
equipment, taxes, insurance, and all overhead costs, in accordance with Contractor's Bid Proposal set
forth in Exhibit A and the payment provisions contained herein.
3.1 Payment. Contractor will bill City on a monthly basis for Services provided by Contractor
during the preceding month, subject to verification by City. City will pay Contractor within thirty (30) days
of City's receipt of invoice.
4. Term of Agreement. Unless otherwise set forth in this Agreement or unless this paragraph is
subsequently modified by a written amendment to this Agreement, the term of this Agreement shall begin
on the Effective Date of this Agreement and terminate two (2) years from the Effective Date
5. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective. Failure to correct
deficient care within a timely matter of City providing notice to Contractor, or multiple failures to meet the
standard of care can result in termination for default.
6. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the term
of this Contract, all appropriate permits, certificates and licenses including, but not limited to a City
business license.
City Attomey Form, July 2023 Page 1
7. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims,
settlements, expenses, and costs (including, without limitation, attorneys' fees, expert witness fees, and
costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the
acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing
the Work or failing to comply with any obligation of Contractor under this Contract, except such Liability
caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This
indemnification obligation is not limited by any limitation on the amount or type of damages or
compensation payable under Workers' Compensation or other employee benefit acts, or by insurance
coverage limits, and will survive the expiration or early termination of this Contract.
8. Insurance. Contractor will, at all times under this Contract, procure and maintain in full force and
effect the insurance coverage provided in Exhibit B, Insurance Requirements, at no cost to City.
9. Termination.
9.1 Termination for Convenience. City reserves the right to terminate all or part of the Contract
for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
9.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
10. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the dispute
resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are incorporated
by reference.
11. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
12. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
13. Worksite Conditions.
City Attomey Form, July 2023 Page 2
13.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in a
clean and neat condition and must ensure it is safe and secure. On a daily basis Contractor must remove
and properly dispose of debris and waste materials from the Work site.
13.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
13.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the Project
site that Contractor reasonably believes to be asbestos or other hazardous materials, and the asbestos or
other hazardous materials have not been rendered harmless, Contractor may continue Work in
unaffected areas reasonably believed to be safe, but must immediately cease Work on the area affected
and report the condition to City. No asbestos, asbestos -containing products or other hazardous materials
may be used in performance of the Work.
14. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
15. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
16. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
17. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor, without
further acknowledgement by the parties.
18. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
To CITY's Representative:
Ryan Montes
Operations & Maintenance Manager
111 Morphew Street
San Rafael, CA 94901
19. General Provisions.
To CONTRACTOR's Representative:
Maria Granados
Field Operations Manager
2975 W Executive Pkwy Suite 141
Lehi, Utah 84043
19.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
City Attorney Form, July 2023 Page 3
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
19.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly
19.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
19.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
19.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
19.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
19.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
19.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
19.9 Counterparts and Electronic Signature. This Agreement may be executed by electronic
signature and 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.
[Signatures are on the following page.]
City Attomey Form, July 2023 Page 4
The parties agree to this Contract as witnessed by the signatures below:
CITY OF SAN RAFAEL:
L—If_-le
Gmbne Ali!ov ch (Jun 21, 202415:10 PDT;
CRISTINE ALILOVICH, City Manager
APPROVED AS TO FORM:
Office of the City Attorney
Rv6erf r Ebj62iry
RobertF Epstein (Jul 5, 102408:39 PDT)
By: ROBERT F. EPSTEIN, City Attorney
ATTEST:
City Clerk
Lindsay Lara
Lindsay Lara(Jul 5,. -
LINDSAY LARA, City Clerk
Exhibit A: Scope of Work and Bid Proposal
Exhibit B: Insurance Requirements
CONTRACTOR:
By. Ecobrite Services, LLC
Name: Benjamin Kirton
Title: Vice president
By:
Name:
Title:
Contractor's Janitorial Registration Number(s) and
Expiration Date(s) (required under Section 1 of the
Contract):
JS-LR-1000880718. 5/09/2025
City Attomey Form, July 2023 Page 5
Exhibit A
SCOPE OF WORK AND BID PROPOSAL
The Work to be performed by CONTRACTOR under this Agreement is more fully described in
CONTRACTOR's bid proposal, which is attached to this Exhibit A.
City Attomey Form, July 2023 Exhibit A
Exhibit A
Loch Lomond Marina Janitorial and Trash Services
Scope of Work
a. Routine Janitorial Services
This Section 6.a. defines what shall be considered routine janitorial services of the public areas of the
Loch Lomond Marina (subdivision). Bids for monthly maintenance costs submitted by Contractors shall
be fully inclusive of costs associated with performing all maintenance activities required for routine
janitorial services.
On attachment (A) Bid Proposal, please bid each of the below services separately (Garbage, Restroom,
Fish Station) at a per day cost and the monthly cost for three (3) day per week service. The number of
service days shall be three (3) days, days will be determined by the City's Project Manager. The City may
add additional service days if the budget allows. Bidders shall include cost of supplies including toilet
paper, paper hand towels, trash bags, dog bags and cleaning supplies in daily cost bid.
Garbage
• All public garbage cans shall be emptied and bags replaced. The garbage locations are shown on
Attachment (C). The garbage cans around Andy's Market are no part of this maintenance contract and
shall be maintained by the market. Note: There is no vehicle access to the garbage cans and dog bags
located on the east jetty. Please see map for reference.
A dumpster shall be located within the service area for the trash to be placed. It will not be required
to haul trash off -site. The dumpster will be in a locked area, and a key will be provided to contractor.
Refill and replace dog bags provided with garbage cans as needed. Dog bag stations located on
Attachment (C).
Public Restrooms (2)
• Maintain cleanliness of public restrooms. Service shall include washing down floors and walls, cleaning
toilet, sink and mirror. Location of restrooms located on Attachment (C).
• Empty refuse cans within restrooms and restock paper products as needed
• Clean and inspect sump at public restroom with sanitary service
• The active restroom facility located on the east side of the parking facility will need to be serviced by
a pumping truck. This service may be subcontracted out and does not need to be performed by the
maintenance contractor directly
Fish Cleaning Station
• Clean and service the fish cleaning station, including removal of waste.
b. Frequency of Maintenance
The number of service days shall be three (3) days per week, days will be determined by the City's
Project Manager. The City may add additional service days if the budget allows.
c. Clean up and Debris Disposal
Contractor shall leave service area free of any debris, litter or excess supplies.
d. Meetings
The Contractor's Project Manager shall be available to meet, on a quarterly basis (or when deemed
necessary) with the Public Works Director or their designee at a mutually agreed upon time and place to
review maintenance, operations, and all other activities.
;an Pedro Road
to
tet
LL-2.7J I
n Lomond Dmre Entry
adjacent landscape L_
—I —
=Area induded in landscaping duties and responsablilies
A
Lace Lomond Drive.
`• ~.- adjacent sidewalk, and �•
See Stet L-+ III•.• landscape areasIla
. „ �\
See Sheet L-x.5
She x 3
See Sheet L-+.2 .. �,i r
�✓�� it-
See Sheet L-a.7 �r—I �t}� see It t-s.4
_ r —_=_—-——— — --
— — —
I See Sheet L-x.8
Loch Lomond Marina Maintenance Responsibility FY22-23 RFP
The Village at
Loch Lomond
Marina
San Rafael, Gl
Marina Villaae
GUZZARDO
T
f
1 See Sheet L-x 6 �
Key Plan
r
L-2.0
' Community Facilities District No 2 at Loch Lomond Marina The Village at
- Loch Lomond
a Total Garbage Cans Marina
Total Dog Bag Dispensers
San Rafael, CA
p�r•1�� s ' - Marina Village Associates
Pon San I
Rtl _ '� 1 GUZZARDO
/ + • .Ja t ,,,.'_- •• ■PARTNERSHIP INC
— — ,� _ - __ _ .. .:r:« =1.:'jq' rr �•.,-.�� No Vehicle
.Access
•-�� Beyond
See Sheet v 1 - ` �,- — _ Ths Ppnl
and
LL-qoU
emena p I ;)Co
9ag Gttaf.xr I� _. Jetty Breakwater I
I 11 eewoom _ . %5!! Shell L-x.5 Restroom
I See Sheet L-x.
(Pit Toilel) f
L_ And�Market d Fish
Cleaning
.f armoo Sec 5. -Oct -x.2J'L ram' ,/ ✓=', - /' .'��„
Can xm
ocew
rco
r
w 1
��
.See Sheet L-x.7�7 'Uwe �• See eSF elT=x,6I
w 9 See set L-x.Con
s1_y"
—_—— ------ —t.— r--�TyL--:Z , -- i
Key Plan
1
_ See Sheet L-x.8
�`
-r---�_—___ - -- —r-- ------
--_—
-- - -
---
ate.
- --
Can ono
Dog Bag
LaolaM
Loch Lomond Marina Janitorial Services FY22-23 RFP
L-2.0
r.
LA
EcoBrite Services
2975 W Executive Pkwy Suite 141
Lehi, UT 84043
Tony Salinas, Sales Manager
Tony.Salinas@ecobriteservices.com
(385) 254-5248
www.ecobriteservices.com
Your Facilities Mana'ger':s Dream I Secabfte
:.: s e r v i ces
The Green Solution
e c ab r 'It e
services
The Green Solution
Proposed Pricing
Company
City of San Rafael, CA
Shannon Mackle
ShannonM@cityofsanrafael.org
1877) 32&2748 1 vvww.ecobriteservices.com
2975 W Executive Pkwy Suite 141 Lehi, UT 84043
Floor Care s Janitorial Services s Commercial Cleaning
Location
Loch Lomond Marina
110 Loch Lomond Dr
San Rafael, CA 94901,
Per request, please see below for pricing. Please let me know if any questions..
Description
Cost per day of service: Garbage Service
Cost per day of service: Restroom Service
Cost per day of service: Fish Cleaning Station
Monthly Cost for two (2) days per week of service for all items above
Monthly cost for three (3) days per week of service for all items above
Exceptions and Clarifications
Per Scope of Work, No exceptions or clarifications.
Added Services (request a free quote)
$ 35.00
$ 35.00
$ 35.00
$ 910.00
$ 1,365.14
High level window cleaning, above 7' (interior and exterior)
Recommendation
quarterly
Carpet extraction
Recommendation
twice per year
Pressure washing
Recommendation
annually
High-level dusting
Recommendation
quarterly
Storm cleanup sidewalks and entrances
Recommendation
as needed
39/44
Exhibit
INSURANCE REQUIREMENTS
procure and maintain in full force subcontect ractors relating to
e insurance
Contractor will, at all times under this Contract, p a company licensed to do
coverage required in this Exhibit B to cover the policy
activities
be issued by a any of rise or better.
or arising from performance of the Work. Each policy from A M. Best Company
business in California, and with a strength and size rating dvanta it d endebsie
must provide City with certificates of insuranceandrequired endorsements as Contractor to
Contractor m P h the
coverage with the executed Contract, or through the City, and before the City authorizes
htt s !lwww pinsadvanta4e coml upon request by
proceed with the Work. the California Workers'
�, Workers' Compensation. Statutory coverage is required by rovide its duly authorized
employer's liability insurance
Compensation Insurance o Self -insure ety CInlf Contractor i addition, Contractornmustentofoabod bodily i�jury or disease.
Certificate of Permission to Sper accident
with limits of no less than one million dollars (51,000,000) insurance issued on an occurrence basis,
'CGL")
2. Liability. Commercial General Liability ('or its products and
Tlissions in
coverage for liability arising from Contracted coverage, blactors nket contractual, non ownership
including Contractor's pro
performing the Work, including erty damage, vehicular coverage, and employer'sgeneral aggregate.
completed opertions, bmits of form
at Prop, 000,000 per occurrence and $2,000,000
liability coverage,
0 combined single limit per accident for bodily injury,
Commercial automotive liability coverage for owned, non -owned and hire
3. Au
tomotive.
vehicles must provide coverage of at least $1.000, O
death, or property damage.
h required policy must include an endorsement that the insure
4. Subrogation Waiver. Eac
st the City or the City's insurers
waives any right of subrogation it may have again.
motive liability policy must include the
5. Required En
dorsement . The CGL policy and the auto
following specific endorsements: agents, volunteers and
must be named as an additional insured for all
(a) The City, including its Council, officials, officers, employees,
consultants (collectively, "Additional Insured") death or
liability arising out of the operations by or on behalf of the named insured, and the policy
II y Y performance of the
must protect the Additional Insuradsaga� Sectl yornndirlectbilin the for personal injury,
property damage or destruction 9
Contract. ore than one insured will not operate to impair the rights of one
(b) The inclusion of m
another, and the coverages afforded will apply as though separate policies
insured against
have been issued to each insured. City may be
provided is priary and no insurance he"ld or owned by Y
(c) The insurance p mrind and non contributory)
called upon to contribute to a loss ("p provision
d) Any or non-contributory basis for the benefit of
umbrella or excess insul anon must
r mary contain or be endorsed to contain
n toaprotect it as a
that such coverage will also apply
City before the City's own insurance or self-insurance will be called up
named insured.
s not exclude explosion, collapse, underground excavation hazard, or
(e) This policy doe
removal of lateral support.
_---- -- Exhibit B
City Attomey Form, July 2023
6
7
8
9
10
INSTRUCTIONS: Use this cover sheet to circulate all fCT or
review and
approval in the
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGERrder shown below.
Contracting Department: Public Works
Project Manager: Shannon Mackie (for Ryan Montes)
Contractor Name: EcoBrite Services Extension: 3353
Contractors Contact: Shawnee Driskell
❑ FPPC: Contacts Email: Shawnee.driskell@ecobriteservices.com
Check if Contractor/Consultant must file Form 700
Step RESPONSIBLE
DEPARTMENT
1
_
DESCRIPTION
Project Manager
a. Email PINS Introductory Notice
COMPLETED
DATE
REVIEWER
to Contractor
Click here to
Check/Initial
2 City Attorney
b. Email contract (in Word) and attachments to City
Attorney c/o Laraine.Gittens@cityofsanrafael.org
enter
2024 '
/ /
❑
a. Review, revise, and comment on draft agreement
and return to Project
6/21/2024
®SM
3
Manager
b. Confirm insurance requirements, create Job on
PINS, send PINS
6/21/2024
® NT
Department Director
insurance notice to contractor
Approval of final
Project Manager
agreement form to send to contractor
6/21/2024
© NT
®
`------
Forward three (3) originals of final
AM
5 Project Manager
agreement to
contractor for their signature
Click here to
❑
When necessary, contractor -signed agreement
agendized for City
enter a date.
❑
Council approval *
'City Council approval
N/A
required for Professional Services
Agreements and purchases of goods and services that exceed
$75,000; and for Public
Works Contracts that exceed $175,000
Or
PRINT
Date of City Council a Pproval
Click here to
_
Project Manager
CONTINUE ROUTING PROCESS WITH HARD
Forward
enter a date.
City Attorney
COPY
signed original agreements to City
Attorney with
py of this
routing form
Review and approve hard copy of signed
City Attorney
agreement
City Mana er
g / Mayor
Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
Agreement executed by City Council authorized
City Clerk
official
Attest signatures, retains original agreement and
forwards copies to
Project Manager
Servi
ces Contract - Ecobrite Services - LL
Marina Janitorial Services 2024-07-05
Final Audit Report
Created: 2024-07-03
By: Nataly Torres (nataly.torres@cityofsanrafael.org)
Status: Signed
Transaction ID: CBJCHBCAABAAvDG5HwgD8LBTT5cNYYUCpOYIkl6fV_Lz
"Services Contract - Ecobrite Services - LL Marina Janitorial Ser
vices" History
Document created by Nataly Torres (nataly.torres@cityofsanrafael.org)
2024-07-03 - 6:24:59 PM GMT- IP address: 199.88.113.8
2+ Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2024-07-03 - 6:32:23 PM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2024-07-03 - 6:32:44 PM GMT- IP address: 104.47.65.254
d© Document approved by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
Approval Date: 2024-07-03 - 6:34:20 PM GMT - Time Source: server- IP address: 199.88.113.8
P, Document emailed to rob.epstein@cityofsanrafael.org for signature
2024-07-03 - 6:34:25 PM GMT
tt Document shared with Shannon Mackle(shannon.mackle@cityofsanrafael.org) by Nataly Torres
(nataly.torres@cityofsanrafael.o rg)
2024-07-03-10:29:03 PM GMT- IP address: 199.88.113.8
Email viewed by rob.epstein@cityofsanrafael.org
2024-07-05 - 3:38:51 PM GMT- IP address: 104.28.123.164
b© Signer rob.epstein@cityofsanrafael.org entered name at signing as Robert F. Epstein
2024-07-05 - 3:39:21 PM GMT- IP address: 104.28.123.164
6© Document e-signed by Robert F. Epstein (rob.epstein@cityofsanrafael.org)
Signature Date: 2024-07-05 - 3:39:23 PM GMT - Time Source: server- IP address: 104.28.123.164
Powered by
�� SAN RAFAEL I Adobe
Acrobat Sign
E'. Document emailed to city.clerk@cityofsanrafael.org for signature
2024-07-05 - 3:39:32 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-07-05 - 9:12:16 PM GMT- IP address: 104.47.64.254
6© Signer city.clerk@cityofsanrafael.org entered name at signing as Lindsay Lara
2024-07-05 - 9:22:12 PM GMT- IP address: 67.169.52.201
6o Document e-signed by Lindsay Lara(city.clerk@cityofsanrafael.org)
Signature Date: 2024-07-05 - 9:22:14 PM GMT - Time Source: server- IP address: 67.169.52.201
Agreement completed.
2024-07-05 - 9:22:14 PM GMT
SAN RAFAEL °oiveed
I b' Adobe
Acrobat Sign