Loading...
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