Loading...
HomeMy WebLinkAboutPW Public Safety Center Legal Services; Meyers Nave Riback, Silver & WilsonAGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into diis 1 st day of September 2016, by and between die CITY OF SAN RAFAEL (hereinafter "CITY"), and MEYERS NAVE RIBACK,SILVER & WILSON, a professional corporation, (hereinafter "CONTRACTOR") RECITALS WHEREAS, CITY has a need for the professional services specified hereafter; and WHEREAS, CONTRACTOR has the expertise and experience to provide such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION A. CITY's Project Manager. CITY hereby designates as its PROJECT IVIANAGER: BILL GUERIN, CITY Public Works Director. Said PROJECT 1 ANAGER 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. CONTRACTOR hereby designates as its PROJECT DIRECTOR: BENJAMIN T. REYES II. 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 provide the services described: ❑ in Exhibit A attached hereto and incorporated herein by reference. ❑D as follows: Prepare Public Works Construction Contract templates, review draft contract specifications for public safety building and prepare standard form professional services agreements as set forth in Exhibit A. 3. DUTIES OF CITY CITY shall pay the compensation as provided in Paragraph 4, and perform die duties described: ❑ in Exhibit A attached hereto and incorporated herein by reference. y - 3 - 1v22 V X u ---n M as follows: Provide CONTRACTOR with copies of existing Public Works construction contract documents and deliverables set forth in Exhibit A. 4. COMPENSATION For the full performance of die services described herein by CONTRACTOR, CITY shall pay CONTRACTOR: ® as described in Exhibit A attached hereto and incorporated herein by reference. ❑ as follows: CI ick here to enter text. The total compensation and expenses paid to CONTRACTOR shall not exceed $15,000. Payment shall 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 90 days commencing on dhe date of this Agreement. ❑ commence on Click here to enter tent. and shall end on C'licic here to enter text.. Upon mutual agreement of the parties, and subject to the written approval of d -ie City Manager, tie term of this Agreement may be extended for an additional period of up to 90 days. 6. TERMINATION A. Discretionary. Either parry may terminate this Agreement without cause upon thirty (30) days' written notice mailed or personally delivered to the oder parry. B. Cause. Either parry may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to die other parry, and the notified parry's failure to cure or correct the cause of die termination, to the reasonable satisfaction of the parry giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither parry shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. 7. 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 parry, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 2 8. 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 five hundred thousand dollars ($500,000) per occurrence, 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 five hundred thousand dollars ($500,000) dollars per occurrence; 3. A professional liability insurance policy in the minimum amount of two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under dhis Agreement; and 4. Worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. 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. The commercial general liability insurance policy shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies; 2. The additional insured coverage under CONTRACTOR's commercial general liability insurance policy shall be primary widl 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. It shall be a requirement under this Agreement drat 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. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by dze PROJECT 91 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 tie 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 d -ie 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 die other insurance requirements set ford -i in diis 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 tie City Attorney. 9. INDEMNIFICATION CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless CITY, its officers, agents, employees and volunteers, from any claim, demand or liability that is related to, or results from the negligent acts or omissions or the willful misconduct of CONTRACTOR or its officers, employees, or agents in connection with d -ie services provided under this Agreement. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, d -ie insurance obligations contained in this Agreement, and shall survive tie termination or completion of this Agreement for the full period of time allowed by law. 10. 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. 11. 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 dhis Agreement. 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. 19 12. NOTICES All notices and other communications required or permitted to be given under this Agreement, 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: TO CONTRACTOR's PROJECT DIRECTOR: 13. INDEPENDENT CONTRACTOR Bill Guerin, Public Works Director City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 Benjamin T. Reyes II, Esq. Meyers, Nave, Riback, Silver & Wilson 555 120, Street, Suite 1500 Oakland, CA 94607 For d -ie purposes, and for d -ie 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 drat the status of CONTRACTOR, its officers, agents and employees be drat of an Independent Contractor and not dhat of an employee of CITY. 14. ENTIRE AGREEMENT -- AMENDMENTS The terms and conditions of diis Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to dhe subject matter of this Agreement and shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and d -ie CITY. If any conflicts arise between die terms and conditions of this Agreement, and d -ie terms and conditions of dze attached exhibits or tie documents expressly incorporated by reference, die terms and conditions of this Agreement shall control. 15. 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 eiffier party of any fee, performance, or ober 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. 16. 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. 17. CITY BUSINESS LICENSE / OTHER TAXES CONTRACTOR shall obtain and maintain during die duration of this Agreement, a CITY business license as required by die San Rafael Municipal Code. CONTRACTOR shall pay any and all applicable state, federal and local taxes. CITY shall not be required to pay for any work performed under dzis Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 18. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed dais Agreement as of the day, month and year first above written. CITYOF SAN RAFAEL i JIM S H Z, C ATTEST: �g f G " F--P"e" ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTEIN, City Attorney 2702971.1 0 CONTRACTOR Meyers Nave Riback Silver & Wilson A Professional Corporation By: Benjamin Reyes II, Principal Total Hours 7.5 37.0 7.0 - 32.5 Estimated Costs $ 100.00 Total Fees $2,700.00 $ 10,545.00 $ 1,085.00 $ - $14,330.00 Total Fees and Costs $14,430.00 EXHIBIT A Project Budget for San Rafael Construction Contracts Professionals and Level of Experience Tasks Description Total Partner Associate Para Other Attorneys / Paralegals Assigned: BTR ESC DMG Hourly Rates: $ 360.00 $ 285.00 $ 155.00 Task 1 Prepare template(s) for new construction 2.50 15.00 5.00 22.5 contracts and general specifications Task 2 Update and proof to current laws 4.00 4.0 Task 3 Meetings or communications with Staff 2.00 4.00 6.0 Review draft contract and specifications for Task 4 Public Safety Building, and make 2.00 10.00 2.00 recommendations for any revisions Task 5 Prepare standard form professional services 1.00 4.00 agreement Total Hours 7.5 37.0 7.0 - 32.5 Estimated Costs $ 100.00 Total Fees $2,700.00 $ 10,545.00 $ 1,085.00 $ - $14,330.00 Total Fees and Costs $14,430.00 EXHIBIT A MEYENAV-01 KJYOT ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MNUDDIYYYI) 7/29/201 s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # 0757776 CONTACT NAME: Concord, CA - HUB International Insurance Services Inc. PHONE FAX (AIC. Nc Ext, 925 609-6500 (AICFAX Nor. (925) 609-6550 2300 Clayton Rd. E MA Concord, CA 94520 ADDRESS: CERTIFICATE HOLDER hut!3�:jt3 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE INSURERS AFFORDING COVERAGE NAIC a Attn: Bill Guerin ACCORDANCE WITH THE POLICY PROVISIONS. INSURERA:Vigilant Insurance Company 20397 INSURED A I I , J1 FNSURE:R B: Federal Insurance Company 20281 I INSURER c: Colony Insurance Company 39993 1 Meyers Nave Riback Silver & Wilson 555 12th Street, Suite 1500 I-�G i•t,� JE�jNSURERD: CITY Qr t;d RAFT, Oakland, CA 94607 ..1 INSURER E: INSURER F: 1 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR LTR INSD WVD POLICY EFF POLICY EXP POLICYNUME3ER (MWDDNYYY) (MWDDNYYY1 LIMITS 1 A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1,000,0001 ❑X X 35904309 05/01/2016 05/01/20171 DAMAGE 1,000,00 0 CLAMS -MADE OCCUR PREMISESS(RENTED Ea occurrence) S MED EXP (Any one person) S 10,Ow1 PERSONAL &ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,00(, POLICY jEa F LOC PRODUCTS-COMPIOPAGG S Included) OTHER: S 1 AUTOMOBILE LIABILITY _ COMBINED SINGLE LIMIT (Ea accident) S 1 r000r000 B ANY AUTO 73557130 05 012016 05/01/20171 BODILY INJURY (Per person) S 1 _ ALL OWNED SCHEDULED BODILY INJURY S _ AUTOS AUTOS (Per accident )C HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE S I (Per accident) 5 X UMBRELLA LIAB OCCUR EACH OCCURRENCE S 10,000,000 B EXCESS LIAB CLAIMS -MADE 79871939 05/01/2016 05/01/20171 AGGREGATE S 10,000,0001 I I DED RETENTIONS S I WORKERS COMPENSATIONX OT I I I AND EMPLOYERS' LIABILITY B ANY PROPRIETOWPARTNEFVEO(ECUTIVE YIN X SPER TATUTE ETH 71726427 05/01/2016 05/01/20171 E.LEACH ACCIDENT S 1,000,000 OFFICERIMEMBER EXCLUDED? N A (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE S 1,000,000, If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POUCY LIMIT $ 1,000,000 C Errors & Omissions LPL409353 05/01/2016 05/01/2017 Deductible 100,0001 C Claims Made LPL409353 05/01/2016 05/01/2017 Per Claim/Aggregate 5,000,0001 DESCRIPTION OF OPERATIONS ( LOCATIONS, VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: Legal services agreement done under contract. City of San Rafael, its officers, agents, employees, and volunteers, as additional insured including Primary & Non -Contributory wording applies to General Liability per attached 80022367-0507. Waiver of Subrogation applies to Workers Compensation per attached WC990304-0708, all as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of San Rafael THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Bill Guerin ACCORDANCE WITH THE POLICY PROVISIONS. 1400 Fifth Avenue P.O. BOX 151560 AUTHORIZED REPRESENTATIVE San Rafael, CA 94915-1560 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ic cHusB Liability Insurance 0 Endorsement Policy Period May 1, 2016 to May 1, 2017 Effective Date Policy Number 3591143-09 WUC Insured MEYERS NAVE RIBACK SILVER AND WILSON A PROFESSIONAL CORP. Name of Company VIGILANT INSURANCE COMPANY Date Issued ne ., v i r m ..:%:S':9.-'4'.',:5. ':?:�: :. vo :erx.....,..•.w y ....:. :.....,,...,.,,,.K....,.�, ..ao>:•..,: se: .a..ou, .u:cuxo....e:.....:...::::.,,.xn:.wn.7i97........... . . . . ...._.,..:::^J.:-Sa:•:ffi:�':S0.Kt:�tA:k.S.L'k*.2'�.:.�:5ti :'�}.:i This Endorsement applies to the following forms: GENERAI- LW3u,rrY RS':."w......^.tie:ja;:<e:.'.:..hS'ffSYf.FP.GP.r�::;6:.,,.::..•.M..,,...,.:,...........:......:.•,..x:...,...,.:,,.�,.. .,,...., .....:o:'.•...•.....,..,.•.::......•:aa:File-a;S;d,'.w-7.'Jn:.,�...:.v -X'okkd."n:2it:Y� ..�x::SkER�.P..,�.,•� Under Who Is An Insured, the following provision is added. Who Is An Insured Additional Insured - Persons or organizations shown in the Schedule are insureds; but they are insureds only if you are Scheduled Person obligated pursuant to a contract or agreement to provide (hem with such insurance.ii is afforded by Or Organization this policy. However, the person or organization is an insured only: • if and then only to the extent the person or organization is described in the Schedule-. • to the extent such contract or agreement requires the person or organization to be afforded status as an insured; • for activities thin did not occur, in whole or in part, before the execution of the contract or agreement; and • with respect to damages, loss, cost or expense for injury or damage to which this insurance applies. No person or organization is an insured under this provision: • that is more specifically identified under any other provision or the Who Is An Insured section (regardless of any limitation applicable thereto). • with respect to any assumption of liability (of another person or organization) by them in a contract or agreement. This limitation does not apply to the liability for damages, loss, cost or expense for injury or damage, to which this insurance applies, that the person or organization would have in the absence of such contract or agreement. %x:si.:µ,z:.es�M:::cos;;:s:.az:;.sx;:;.:•c::w^.x;:ss;:.V ^.:;.�wa:;.�,;sas�:cz�:czs:e �s.::� ;;:•r•,.;::,:•a::�;::;axss�:se;�µc::.v;:.s.;:x:,::�,;.�:s::vs:.�;.e:.;:.:exar::�:;;;:r.:oar:a;,ae:.�:,x�ea::�,:.s:e:::w:«;t Liability Insurance Additional insured - Scheduled Person Or Organization continued Form 80-02-2367 (Rev. 5-07) Endorsement Page r Liability Endorsement (continued) Under Conditions, the following provision is added to the condition titled Other Insurance. Conditions Other Insurance — If you are obligated, pursuant to a contractor agreement, to provide the person or organization Primary, Noncontributory shown in the Schedule with primary insurance such as is afforded by this policy, then in such case Insurance - Scheduled this insurance is primary and we will not seek contribution from insurance available to such person Person Or Organization or organization. 0 �...mm�..mm�sx••,•^^...m.............�s..^•:x.�.^.:�:r:.�;:;.�,.,...�,...,..,�,,...,,.,,....„.m....•�x:;x..::-sx•�.a�rr �;:a�cx;�.,>,��.K::ss:..�:<:c�ys>FOMa�:,sxxx,sx,�t.�:xx;�o�.W.as�:� Schedule Persuns or organizations that you are obligated, pursuant to a contract or agreement, to provide with such insurance m is afforded by this policy. All other terms and conditions remain unchanged. Authorized Representative Liability Insurance Additional Insured - Scheduled Person Or Organizabon last page Form 80.02.2367 (Rev. 5.07) Endorsement Page 2 0 0 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 99 03 04 (Ed. 7-08) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Ths endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The fol owing "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy) Th s endorsement, effective on 5-1-16 at 12:01 A. M. standard time, forms a part of (DATE) Po icy No. )7172-64-27 of the FEDERAL INSURANCE COMPANY (NAME OF INSURANCE COMPANY) issued to MEYERS NAVE RIBACK SILVER & WILSON A PROFESSIONAL CORP. Endorsement No. Authorized Representative We have the right to recover our payments from anyone liab a for an injury covered by this policy. We will not enforce our right against the person or organzaton named in the Schedule. The additional premium for the blanket waiver offered by this endorsement shall be 1.00 % of total California premium. Schedule Person or Organization BLANKET WAIVER -ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER WC 99 03 04 (Ed. 7-08) Job Description ALL CALIFORNIA OPERATIONS 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: Public Works Project Manager: Bill Guerin Extension: 3110 Contractor Name: Meyers Nave Contractor's Contact: Ben Reyes (510-808-2000) Contact Email: breyes@meyersnave.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DEPARTMENT 1 Project Manager 2 City Attorney 3 Project Manager 4 Project Manager Click here to PRINT 5 Project Manager 6 City Attorney 7 City Attorney 8 City Manager/ Mayor 9 City Clerk M114A. W a. Email PINS Introductory Notice to Contractor. b. Email contract (in Word) with attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org. a. Review, revise, and comment on draft agreement. b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor. Forward at least two originals of final agreement to contractor for their signature. When necessary, * contractor-siened agreement agendized for Council approval. Date of Council approval: *PSA > $20,000; or Purchase > $35,000; or Public Works Contract > $125,000 CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreements to City Attorney with printed copy of this routing form. Review and approve hard copy of signed agreement Review and approve insurance in PINS and , and bonds (for Public Works Contracts) Agreement executed by Council authorized official Attest signatures, retains original agreement and forwards copies to Project Manager. COMPLETED REVIEWER DATE Check/Initial 7/28/2016 7/28/2016 8/26/2016 N/A ETD Click here to enter a date ❑ 8/31/16 ETD 8/26/16 ETD 9/2/16 ETD