Loading...
HomeMy WebLinkAboutPW City-Wide Security SystemCity of Sall Rafael o California Contract Agreement For: Citv of San Rafael Securih, Svstem: Citv Proiect No. 11267 This Agreement is inade and entered into this aS�.N day of 149 V , 2016 by and between the City of San Rafael (hereinafter called City) and Alpha Alarm and Audio Inc. (liereinaller called Contractor). Witnesseth, that the City and the Contractor, for the considerations Inereinafter named, agree as follows: I - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work described in the estimates for seventeen City facilities submitted to the City, attached hereto as Exhibit A and incorporated herein by reference, and plans and specifications for the project entitled: Request for Proposals: City -Wide Security System, City Project No. 11267. The equipment to be installed, and the building sites at which such installation sliall occur, shall be as detailed in Exhibit A. The Contractor shall provide insurance as specified in the Insurance Requirements Sheet, attached hereto as Exhibit B. II -Prevailing Wages Pursuant to the requirements of California Labor Code Section 1771, and San Rafael Municipal Code Section 11.50.180 (C), the general prevailing wage in the locality in which the work is to be performed, for each craft or type of worker needed to execute the contract, sliall be followed. III -Bonds The Contractor sliall provide a Labor and Materials Bond to cover the work under this contract, in (lie amount of $29,548.63. 1V- Time of Completion (a) Tine work to be performed under this Contract shall be commenced within 14 WORKING DAYS after (lie date of written notice by the City to the Contractor to proceed. (b) All work, except for alarm monitoring, shall be completed, including all punclnlist work, within 30 WORKING DAYS and with such extensions of tine as are provided for in the General Provisions. (c) Liquidated Damages It is agreed that, if all the work required by tine contract is not finished or completed within the number of working days as set forth in tine contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the surra of $100.00 for each and every working day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and fin ther agrees that the City may deduct the annount thereof from any moneys due or that may become due the Contractor under the contract. V - The Contract Sum The City shall pay to the Contractor for tine performance of the Contract the announls detennined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. t4 IL - (yOoo ID L ) OKIU'1l� iAL >.; t r' q B. Monitoring The Contractor shall nionitor the equipment installed pursuant to this Contract for a period of one year following complete installation for the suul of $49.00 per month per alarni sitc, for a total payment for one year of $9,996.00. This maintenance obligation shall automatically renew each year thereafter oil the same terns for up to an additional 2 years, provided that either party may terminate this maintenance obligation following (lie first year of maintenance upon giving file other party 30 days advance written notice of such termination. Notice shall be given by personal delivery, or deposit in the United Postal Service, postage prepaid, addressed to the other party. 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. If mailed, Notice shall be given to Contractor at P.O. Box 911, Dixon, CA 95620, and to the City at P.O. Box 151560, San Rafael, CA 94915-1560. C. System Support and Training The Contractor shall conduct site visits to ensure (lie working condition of all devices twice per year, shall provide periodic security system training for City staff and ongoing support for the San Rafael Police Department, for a total payment for one year of $5,180.00. This obligation shall automatically renew each year thereafter on the same terns for up to an additional 2 years, provided that either party may terminate this maintenance obligation following the first year of maintenance upon giving the other party 30 days advance written notice of such termination. Notice shall be given by personal delivery, or deposit in the United Postal Service, postage prepaid, addressed to (lie other party. 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. If mailed, Notice shall be given to Contractor at P.O. Box 911, Dixon, CA 95620, and to the City at P.O. Box 151560, San Rafael, CA 94915-1560. VI - Progress Payments (a) On not later than the 6th day of every niontli the Public Works Department sliall prepare and submit an estimate covering the total quantities under each item of work that have been completed front the start of the job up to and including the 25111 day of the preceding niontli, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to (lie Contractor 95% of the annount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to tinge, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Govenunent Code. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. (e) Contractor shall invoice the City nnontlily or quarterly for monitoring services provided hereunder. City sliall make payment within 30 days after receipt of such invoices. A. Equipment UNIT TOTAL ITEIN-I DESCRIPTION QUANTITY PRICE PRICE 1 DSC NEO control panel 17 548.28 $9,320.76 2 2 GIG panic pendants 31 $68.65 $2,128.15 3 Tax -9.25°0 --- --- $1,059.02 i 4 Labor --- --- $16,320.00 5 Labor & Materials Bond --- --- I $720.70 6 Monitoring (17 Sites, $49.00 per site, $833.00 pet niontli) --- $9,996.00 7 System Suppoit & Training I $5,180.00 TOTAL I $44,724.63 B. Monitoring The Contractor shall nionitor the equipment installed pursuant to this Contract for a period of one year following complete installation for the suul of $49.00 per month per alarni sitc, for a total payment for one year of $9,996.00. This maintenance obligation shall automatically renew each year thereafter oil the same terns for up to an additional 2 years, provided that either party may terminate this maintenance obligation following (lie first year of maintenance upon giving file other party 30 days advance written notice of such termination. Notice shall be given by personal delivery, or deposit in the United Postal Service, postage prepaid, addressed to the other party. 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. If mailed, Notice shall be given to Contractor at P.O. Box 911, Dixon, CA 95620, and to the City at P.O. Box 151560, San Rafael, CA 94915-1560. C. System Support and Training The Contractor shall conduct site visits to ensure (lie working condition of all devices twice per year, shall provide periodic security system training for City staff and ongoing support for the San Rafael Police Department, for a total payment for one year of $5,180.00. This obligation shall automatically renew each year thereafter on the same terns for up to an additional 2 years, provided that either party may terminate this maintenance obligation following the first year of maintenance upon giving the other party 30 days advance written notice of such termination. Notice shall be given by personal delivery, or deposit in the United Postal Service, postage prepaid, addressed to (lie other party. 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. If mailed, Notice shall be given to Contractor at P.O. Box 911, Dixon, CA 95620, and to the City at P.O. Box 151560, San Rafael, CA 94915-1560. VI - Progress Payments (a) On not later than the 6th day of every niontli the Public Works Department sliall prepare and submit an estimate covering the total quantities under each item of work that have been completed front the start of the job up to and including the 25111 day of the preceding niontli, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to (lie Contractor 95% of the annount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to tinge, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Govenunent Code. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. (e) Contractor shall invoice the City nnontlily or quarterly for monitoring services provided hereunder. City sliall make payment within 30 days after receipt of such invoices. VU - Acceptance and Final Payment for Equipment Installation (a) Upon receipt of written notice that (lie installation work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when lie finds the work acceptable snider the Contract and the Contract fully performed, lie will promptly issue a Notice of Completion, over his own signature, staling that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 clays following the date of recordation of said Notice of Completion. (b) Before final payment is due (lie Contractor shall submit evidence satisfactory to (lie Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by (lie Contractor, except those previously made and still unsettled. (c) If after the work has been substantially completed, full completion thereof is materially delayed through no Paull of the Contractor, and the Engineer so certifies, the City shall, upon certificate of slue Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work ftilly completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement slue day and year first written above. ATTEST: Bslher C Beinie City Clerk APPROVED AS TO FORM: Robert F. L'pslein City Attorney File No.: 06.08.32 CITY OF SAN RAFAEL: Kevin McGowan Interim Public Works Director COMPANY N,01E C> k Y' 1 (I 1 kOUJ < 0AI5(D Zb [,Uai1h kg Atldress] By: (Cgt' ,J_ Printed Name:..�� Title: and, By: ( 1I'waJi',"3 Printed Name: Title: Alpha Alarm R Audio, Inc. 110 Box 911 Dixon, CA 95620 (707)452-8331 accounting@n1pliaria.com niphaaa.com wivw.alplmna.com Address San Raracl Police Department Charlie Taylor 1400 Filth Ave. Estimate Date Estimate 11/11/2015 2063 ' �P. Dale Description Quantity _ • DSC NEO BURG ALARM SYS'FEIVI REPLACEMENT FOR 17 CITYBUILDINGS WITHAI.ARvi.COlvl 1 PROPOSAL, TO INCLUDE ALL PARTS AND LABOR a PREVAILING WAGE RATES ALL BUILDINGS WOULD BE TIED TO ONE ALARivt.COM ACCOUNT FOR EASY ONLINE ACCESS AND ACCOUNTACCF.SS FROM POLICE DISPATCH • DSC NFO Control Panel with,I door or window contacts and motion detector Willi cell built in. $599.00 Per building 17 = $10,183.00 To Include: City Hall/Police Department Police Depm•Unent Annex Community Centers (3) Library Fire Station 1-7 Department ofpublic works Falkirk Cultural Center Economic Development Building Parking Services • 2GIG Panic Pendants $75.00 per x 31 == $2325.00 31 Continue to (lie next page Exhibit A I Description • Setup, installation and customer education of alarm system including setup of alarm.com with dispatch $960.00 per building in prevailing wage labor costs s 17 =$16,320.00 • Bid bond at 2.5% • MONITORING FEL COSTS: • 3Yr Monitoring Contract for $49.00 per month includes glarm.com per building. 17x $49.00 = $833.00 per month. • Service contract to come out semi annual and annual to test nil devices to ensure working condition. As well as ongoing staff Iraining and back end system operation communication with San Rafael Police department. $5180.00 Annually Thank you for your business. Accepted By Accepted Date Totall Page 2 ort Quantity 1 .$29,S,18.70 Exhibit A CITY OF SAN RAF AEL Department of Public Works MAYOR Gal J O. Phillips VICE MAYOR Andrew Cuyugan McCulllough COUNCIL MEMBERS Marlbeth Bushey Kate Colin John Gamblirr. INSURANCE REOUIREMENTS SHEET SUBJECT: COMMERCIAL GENERAL LIABILITY, AUTOMOBILE AND WORKERS' COMPENSATION INSURANCE (MAJOR PUBLIC WORKS CONTRACTS) The City of San Rafael requires that all Contractors and Subcontractors performing work raider a Public Works contract with the City carry commercial general liability, automobile, and workers' compensation insurance. The Contractor and Subcontractors sliall insure the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows: Commercial General Liabilitv: Automobile Liabilitv: .Workers' Comuensation Liabilitv: Minimum of $1,000,000 per occurrence and $2,000,000 aggregate coverage. Minimum of $1,000,000 coverage. Statutory coverage. The required commercial general liability insurance policy shall provide or shall be endorsed to provide that the City, its officers, employees, agents and volunteers are additional named 'insureds under the policy, that such policy shall be primary and non-contributory and will not seek contribution from the City's insurance or self-insurance. The "primary and non-contributory" coverage sliall be at least as broad as CG 20 0104 13. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any unnbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage sliall also apply on a primary and non-contributory basis for the benefit of the City (if agreed to in a written contractor or agreement) before City's own insurance or self-insurance shall be called upon to protect it as a named insured. The insurance policies sliall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate, or otlier%vise modify the terns and conditions of said insurance policies except upon ten (10) days written notice to the City. It shall be a requirement under the contract that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits sliall be available to City or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minini um coverage and limits specified in the contract; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. Any deductibles or self-insured retentions in the required insurance policies must be declared to and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured Exhibit B 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 or subcontractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees, and defense expenses. Contractor and subcontractors shall provide to the City all of the following: (1) Certificates of Insurance evidencing the required insurance coverage, (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 fiill certified copy of any insurance policy and endorsements from Contractor and subcontractors. 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 City. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this contract. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. If the insurance is written on a Claims Made Form, then, following termination of the contract, said insurance coverage shall survive for a period of not less than five years. Exhibit B ♦American Contractors Indemnity Company HCC601 S. Figueroa Street, Suite 1600, Los Angeles, California 90017 Q main 310649 0990 facsimile 310 649 0416 Bond No. 100308868 Premium: $ 1,118.00 Public Works — Payment KNOW ALL MEN BY THESE PRESENTS, That we, ALPHA ALARM & AUDIO, INC. , as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a Corporation organized and existing under the laws of the State of California, and authorized to transact a general surety business in the State of CALIFORMA as Surety, are held and firmly bound unto CITY OF SAN RAFAEL , as Obligee, in the sum of TWENTY NINE THOUSAND FIVE HUNDRED FORTY EIGHT & 63/100 Dollars ($ 29,548.63 ), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the above -bounden Principal has entered into a contract dated with said Obligee to do and perform the following work, to wit: SAN RAFAEL CITY-WIDE SECURITY SYSTEM NOW, THEREFORE, if the above -bounden Principal shall faithfully pay all laborers, mechanics, subcontractors, materialmen and all persons who shall supply such person or persons, or subcontractors, with materials and supplies for the carrying on of such work, then this bond shall be null and void; otherwise it shall remain in ful force and effect. Signed, sealed and dated this 26TH day of ALPHA ALARM & AUDIO, INC. Principal By APRIL 2016 AMERICAN CONTRACTORS INDEMNITY COMPANY EMAN Attorney -in -Fact 1iCCSZZS I 1804110 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF SACRAMENTO } On 4-26-2016 before me , NHUEG H. SAFPHAN Notary Public, Date (here insert name ) personally appeared DAREN EISEMAN who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s-) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/theiF signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Description of Attached Document Title or Type of Document: SAEPHAN Seal) OPTIONAL INFORMATION Number of Pages: COMM.#2136883 m *NHU"Nd5'H- Notary Pubtk.Califomla N SACRAMENTO COUNTY MY Comm. Exp. DEC. 14, Document Date: Other: 2019 �Y HCC KNOW ALL MEN BY THESE PRESENTS: American Contractors Indemnity Company 601 S. Figueroa Street, Suite 1600, Los Angeles, California 90017 POWER OF ATTORNEY That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint, DAREN EISEMAN its true and lawful Attorney -in -Fact, with full authority to execute on its behalf bond number 100308868 , issued in the course of its business and to bind the Company thereby, in an amount not to exceed Fortv-four thousand, seven hundred twentv-four and 63/100 ( $44,724.63 ). This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 1St day of September, 2011. "Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attomey-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." The Attorney -in -Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney -in -Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on this 1St day of December 2014. RAcro ``�4oat............ -- State of California INCORPORATED AMERICAN CONTRACTORS INDEMNITY COMPANY W:• SEPT. 25, 1990 : t; =mac• me County of Los Angeles SS: = --,s.: :.•o`,.,� By: IFO1111"Adam S. Pessin, President "nmunna" A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On this 1 St day of December 2014, before me, Maria G. Rodriguez -Wong , a notary public, personally appeared Adam S. Pessin, President of American Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIA G. ROORIGUEZ-WONG Commission 01 2049771 es County iq•� Notary Public - California z Signature r� (seal) My CommLot AExptrasDoc 20.2017� I, Michael Chalekson, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 26th day of Bond No. 100308868 Agency No. 16672 u: INCORPORATED : y - W-= SEPT. 25.1990 : < April 2016 Michael Chalekson, ssistant Secretary HCCSZZ POAACIC 11/2015 Esther Beirne From: Lawrence Moss Sent: Wednesday, May 18, 2016 9:23 AM To: Eric Davis Cc: Richard Landis; Laraine Gittens; Esther Beirne Subject: RE: Alpha Alarm Agreement; Insurance Eric: Sort of! Don't understand how I missed it but they did not complete their documentation. Have all except no Auto (though have a waiver for auto!) and the waiver for work comp doesn't match the work comp policy. Just wrote agent again. Larry From: Eric Davis Sent: Wed 5/18/2016 8:57 AM To: Lawrence Moss Cc: Richard Landis; Laraine Gittens; Esther Beirne Subject: Alpha Alarm Agreement; Insurance La rry: Can you confirm that the required insurance has been received and posted to PINS? Thanks Eric \6„um (ut of itaiin L April 19, 2016 CITY O Loren Dougherty Alpha Alarm & Audio, Inc. P.O. Box 911 Dixon, CA 95620 RECENED . Y 13 2016 MAYOR GARY O. PHILLIPS WJ BLIWORKS DEPT. VICE MAYOR KATE COLIN CITY OF SAN RAFAEL COUNCILMEMBER MARIBETH BUSHEY COUNCILMEMBER JOHN GAMBLIN MBER ANDREW CUYUGAN MCCULLOUGH ft - PUBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-3334 Kevin McGowan, Interim Director of Public Works File #: 06.08.32 Subject: San Rafael City -Wide Security System, Project #11267 (Informal Bid) Dear Mr. Dougherty: I am pleased to inform you that the City hereby accepts Alpha Alarm & Audio's bid and awards the contract for the above referenced project, summarized as follows: Category Equipment Labor Labor & Materials Bond Monitoring ($833.00 p/m) System Support/Training TOTALS Expense Tax (c� 9.25% Total _ $11,448.91 $1,059.02 $12,507.93 $16,320.00 N/A $16,320.00 $720.70 N/A $720.70 $9,996.00 N/A $9,996.00 $5,180.00 N/A $5,180.00 $43,665.61 $1,059.02 $44,724.63 The work shall commence within 14 calendar days of your receipt of the written Notice to Proceed that I will provide, and shall be completed within 30 days of that notice. Please note that section 11.50.180 of the San Rafael Municipal Code requires contractors to pay prevailing wages for each craft or type of worker. I have enclosed three copies of the contract agreement to be signed and returned to the City. Please take the following steps: AGREEMENT 1. Execute all three copies. NOTE: If you are a corporation, two signatures are required; one by the Chairman of the Board, the President or any Vice President, AND one by the Secretary, Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Alternatively, you may provide a corporate resolution stating that the individual who signs is authorized to bind the corporation. 111 MORPHEW STREET • PO Box 151560 - SAN RAFAEL, CA 94915-1560 W W W.CITYOFSANRAFAEL.ORG 2. Do not enter a date at the top of the Agreement. The Interim Public Works Director will date the Agreement when he signs it. 3. Return the signed copies to me. I will return a fully executed Agreement at a later date. If you have any questions, please feel free to call me at (415) 485-3389 or Richard Landis at (415) 485-3354. Sincerely yours, Kevin McGowan Interim Public Works Director cc: Richard Landis, Public Works Administrative Manager Enclosures: 3 Agreements PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Y Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the fiont of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department Date 1 City Attorney Review, revise, and comment on draft vZe f/.rl%6 ema p agreement. 1� 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; G V a., -)s PSA bonds, and insurance certificates and endorsements. /Lk-�� 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head official. 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the contracting department. To be completed by Contracting Department: Project Manager: `'�, ��,� j 5' Project Name: Cl 6/ `) Agendized for City Council Meeting of (if necessary): /, / , FPPC: ❑ , check if required t If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over $20,000 on a cumulative basis.