Loading...
HomeMy WebLinkAboutPW Fire Station 57 Engineering Testing SvcsAGREEMENT FOR PROFESSIONAL SERVICES WITH EBA ENGINEERING FOR GEOTECHNICAL TESTING SERVICES IRIECE~\fED .JAN ~ 2 2018 PUBLIL WORKS DEPT CITY OF SAN RAFAEL' ~"" This Agreement i'i made and entered into this le day of FebnM)~ , 20n, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and EBA ENGINEERING, INC., a corporation authorized to do business in California (hereinafter "CONSULTANT"). RECITALS WHEREAS, the CITY has determined that professional geotechnical testing 'iervices are required in connection with the construction at Fire Station 57 and geotechnical services associated with Landtl11 Disposal; and WHEREAS, the CONSULTANT is qualified in providing environmental services for in-situ soil profiling and landfill acceptance related to utility replacement construction; and WHEREAS, the CONSULTANT has agreed to render such services for the City's Ere Station 57 construction project. AGREEMENT NOW, THEREFORE, the parties hercby agree as follows: 1. PROJECT COORDTNA TION. A. CITY'S Project Manager. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and 'iaid PROJECT MANAGER shall supervise all aspects of the progrcss and execution of this Agreement. B. CONSULTANT'S Project Director. CONSULTANT shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Matthew Earnshaw is hereby designated a<; the PROJECT DIRECTOR for CONSULTANT. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONSULTANT. CONSULTANT shall perform the duties and/or provide the services described in CONSULTANT'S letter entitled "EBA Proposal Number: 197-17 (2 Revised)" and dated August 18, 2017, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compemate CONSULTANT as provided in Paragraph 4, and shall provide site access to CONSULTANT as described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION. For the full perl'ormance of the ~ervices described herein by CONSULTANT, CITY sha11 pay CONSULTANT on a time and materials basis for services rendered in accordance with the rates shown in the "Standard Schedule of Fees and Rates" included in Exhibit "An attached and incorporated herein, in an amount not to exceed $19,000. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT. 5. TERM OF AGREEMENT. The term of thi" Agreement shall commence upon the date of execution of this Agreement and end on July 1,2018 when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may temunate tlris Agreement without cause upon tl1irty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONSULTANT and any and all of CONSULTANT's documents and materials prepared for or relating to the pelformanee of its duties under this Agreement, shall be delivered to CITY a~ soon as possible, but not later than thirty (30) days after telmination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including project" not contemplated by this Agreement. 8. INSPECTION AND AUDn. Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for in~pection and audit, all documents and materials maintained by CONSULTANT in connecLion with its perfonnance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the perfolmance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall he void and of no effect. 10 . I~SURANCE. A. Scope of Coverage. DUling the term of this Agreement, CONSULT ANT shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability in'lurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, hodily injury, personal injury, or property damage. 2. An automobile liability (owned, non-owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3 . If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per claim/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONSULTANT's performance of services under this Agreement. Where CONSULT ANT is a professional not required to have a professional license, CITY reserves the right to require CONSULTANT to provide professional liability insurance pursuant to this section. 4 . If it employs any person, CONSULTANTshall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of 110 less than one million dollars ($1,000,000) per accident for bodily injury or di<;ease . CONSULTANT's worker's compensation insW'ance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required ofthe CONSULTANT in subparagraph A of this section above shall also meet the following requirements: 3 I . Except for professional liability and Worker's Compensation insurance, the insurance policies 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 CONSULTANT'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONSULTANT'S policies shall be at least as broad as ISO form CG20 01 0413. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate or otherwise modifY the terms and conditions of said insurance policies except upon ten (10) days written notice to the PROJECT MANAGER. 5 . If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (I) 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 CONSULTANT's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 4 D. Proof of Insurance. CONSULTANT shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsement~ evidencing the other insurance reguiremenl~ set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONSULTANT. Failure to exercise this right shall not constitute a waiver or the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. II\TJ)EMNlFICATION. A. Except as otherwise provided in Paragraph B., CONSULTANT shall, to the fullt!st extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, jUdgment, loss, liability or expense of any kind, including but not limited to reasonable attomey'" fees, expert fees and all other costs and fee<; of litigation, (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its obligations or conduct of its operations under this Agreement. The CONSULTA~T's obligations apply regardless of whether or not a liability is caused or contributed to by the active or pa'isive negligence of the City Indemnitces. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONSULTANT's indemnitication obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful mi'iconduct. In addition, the acceptance or approval of the CONSULTANT's work or work product by the CITY or any of it s directors, officers or employees shall not relieve or reduce the CONSULTANT's indemnification obligations . In the event the City Indemnitees arc made a party to any action, lawsuit, or other adversarial proceeding arising from CONSULTANT'S pelformance of or operations under this Agreement, CONSULTANT shall provide a defense to the City Indemnilees or at CITY'S option reimburse the City Indemnilees their costs of defense, including rea~onable attomey<;' fees, incurred in defense of such claims . B. Where the services to be provided by CONSULTANT under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, CONSULTANT shall, to the fullest extent permitted by law, indenmify, release, defend and hold halmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT in the performance of its duties and obligatiom under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful mi~conduct of CITY. 5 C. The defense and indemnification obligations of this Agreement are undeltaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONSULTANT 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 pelformance of its duties and obligations under thi<; Agreement. 13. COMPLIANCE WITH ALL LAWS. CONSULTANT shall observe and comply with all applicable federal, state and local laws, ordinances, code~ and regulations, in the perfommnee of it" duties and obligations under this Agreement. CONSULTANT shall perfoffil all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONSULTANT shall release, defend, indemnify and hold harmless CITY, its officers, agent'; and employees from any and all damages, liabilities, penalties, fines and all other cono;equences from any noncompliance or violation of any applicable laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONSULTANT do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communicatiom required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given a<; of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given a~ follows: TO CITY's Project Manager: TO CONSULTANT's Project Director: Bill Guerin Director of Public Works City of San Rafael III Morphew Street San Rafael, CA 94901 Matthew Earnshaw EBA Engineering, Inc. 825 Sonoma Avenue, Suite C Santa Rosa CA 95404 6 16. II\TIEPENDENT COI\JTRACTOR. For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -AMENDMENTS. A. The tenns and conditions of this Agrcement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. Thi'5 written Agreement shall supersede any and all prior agreemcnt'>, oral or writtcn, regarding the subject matter between the CONSULT ANT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONSULTANT and the CITY. E. If any conflicts ari<;e between the temlS and conditions of this Agreement, and the tenm and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. Sl:rr-Opp AGAINST DEBTS. CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT under this Agreement, any monies which CONSULTANT owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any tenn, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other tenn, covenant, condition, ordinance, law or regulation, or of ,my subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, perfOlmance, or other consideration which may become due or owing under this Agreement, shall not be deemed to he a waiver of any preceding hreach or violation hy the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND A'ITORNEY'S PEES. 7 The prevailing party in any action brought to enforce the telms and conditions of this Agreement, or arising out of the perfOlmance of this Agreement, may recover iL'> rea'ionable costs (including claims administration) and attorney's fees expended in connection with sllch action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONSULT ANT shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work perfOlmed under this Agreement, until CONSULTANT has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW . The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the partie s have executed this Agreement as of the day, month and year first above written . CITY OF SAN RAFAEL ATTEST: £~TII~R C ~I.;IRoNE, City Clerk \"'ndS().'1 l(AVo., l~ieR.\\'Yl 8 CONSULTANT ~mi1!'r-- Printed Name: 'lnM60 ~n Title of Corporate Officer: V('-e~~t.(\"\' and, BY //) ~ Pri nted Name: ~o.1:D.'" (; \ \\lIY\(ll\,"\ Title of Corporate Officer:C;C('(cip.\'U ffmSUY'eV" \ E8A) ~ ___ E:;.:N:..:G-:.:..I, NEERI NG August 18,2017 Ms. Cindy Ray Project Manager City of San Rafael 111 Morphew Street San Rafael, California 94901 Exhibit A $19,000.00 SUBJECT: COST ESTIMATE PROPOSAL -EIGHT POTHOLES SOIL DISPOSAU REUSE CHARACTERIZATION AND ASSESSMENT CITY OF SAN RAFAEL FIRE STATION 57 SAN RAFAEL, CALIFORNIA EBA Proposal Number: 197-17 (2 Revised) Dear Ms. Ray: EBA Engineering (EBA) is pleased to have the opportunity to present a cost estimate proposal for environmental services for in-situ soil profiling, and landfill acceptance related to utility replacement construction at the City of San Rafael Fire Station 57 (project site) construction project in San Rafael, California (City). EBA has prepared this cost estimate proposal for the City of San Rafael (Client). The following sections include a discussion of the scope of work, a cost estimate summary, assumptions, and limitations. PROPOSED SCOPE OF WORK It is EBA's understanding that there is a need to profile in-situ soil and groundwater conditions along the alignment of the existing storm drain and the location of a replacement storm drain system as part of the redevelopment of the project site. For the purposes of this estimate we assume that there is up to 1,500 cubic yards of trench spoils that will be generated during the utility replacement. In accordance with our recent discussions the following scope of work is proposed to evaluate the materials for reuse and/or gain Class II and/or Class III landfill acceptance for the disposal of the trench spoils. The work will also include characterization of groundwater conditions along the utility alignments to determine groundwater management planning during the site work. The following provides details for each task associated with the project. 825 Sonoma Avenue, Suite C • Santa Rosa, California 95404 (707)544-0784. FAX (707)544-0866 • www.ebagroup.com Exhibit A Phase 1 Prepare Landfill Coordination and Evaluation for Disposal Criteria of Soil and Groundwater • For purposes of this cost estimate, and given the possible impacts to soil in the area, EBA assumed disposal at a Class III facility (i.e., Redwood Landfill, etc.). In the event it is rejected, the material will be profiled to a Class II landfill. Finally, in the event the material is not suitable for Class III or II acceptance, it will be profiled to a Class I (hazardous waste) landfill. It should be noted that additional chemical analysis may be necessary for the Class III (Redwood) and Class I disposal scenarios. • If an effort to profile the soil generated during this project for either reuse or landfill disposal, analysis of the samples will include total petroleum hydrocarbons as gasoline range organics (TPH-GRO), total petroleum hydrocarbons as diesel range organics (TPH-DRO), benzene, toluene, ethylbenzene, and total xylenes (BTEX), fuel oxygenates and lead scavengers, and California Leaking Underground Fuel Tank (LUFT) 5 Metals which consist of lead, cadmium, zinc, nickel, and total chromium. • This task will also include an evaluation of groundwater disposal requirements that includes treatment and storage that will be implemented during the site work. COST ESTIMATE SUMMARY The estimated cost to implement the above scope of work is $19,000. Please see attached for a detailed cost estimate. ASSUMPTIONS For the purposes of developing the scope of work and the cost estimate, the following assumptions were made: • A total of 32 discrete soil samples and 4 groundwater grab samples will be analyzed for TPH-GRO and TPH-DRO by EPA Method 8015M, BTEX, fuel oxygenates and lead scavengers by EPA 8260B, and CA LUFT 5 metals by EPA Method 6020. Please note that additional analysis may be required by the solid waste disposal facility. The additional costs will be billed on and as-needed basis. • The analytical testing will be performed on a 3-day turnaround time for the soil and groundwater. • Cost does not include additional analytical testing that may be required based on the initial results (i.e., STLCITCLP, etc .). • The work is subject to prevailing wage provisions. L'lproposaI12017\197-17 FS 57\Cost Estimate -FS 57 EBA 8_18_17 (2 Revised) docx 2 EBA~ _~EN~GI,NEEIUNG Exhibit A • Cost does not include night or weekend work. LIMITATIONS Throughout this project, additional information may become available. This new information may result in a change in the scope of work, which may result in a change in the cost of the project. EBA will notify the client when there is a change in the cost and will not proceed without prior approval of the changes from the client. Throughout the project, EBA will make every effort to reduce the cost of the project by negotiating with regulatory agencies or landfills to eliminate unnecessary procedures and/or analytical costs. I trust this provides the information you require at this time. If you have any comments or questions, please call me at (707) 544-0784. Sincerely, EBA ENGINEERING Matthew Earnshaw, P.G ., C.Hg., QSD Senior Geologist Attachment: Cost Estimate -Soil Disposal/Reuse Characterization and Assessment Standard Schedule of Fees and Rates L:\proposaI12017\197-17 FS 57\Cost Estimate -FS 57 EBA 8_18_17 (2 Revised) docx 3 €BA~ ____ .H~GINEEAING Exhibit A Cost Estimate -Soil Disposal/Reuse Characterization and Assessment Location: City of San Rafael #57 Fire Station Client Name: City of San Rafael EBA Proposal No.: 197-17 (2 Revised) Date: 8/18/2018 . -.------. ------1-~ HOI,JRIt Ter~$'~~ " - i ~Ior ,$~ff Total' ~A I I f ... k '~I.t ~\IOIQg!!t I EBA 1'I!!k ;1 . $155.00_ $120.00 'l;Iours Total :l Phase 1: Landfill Disposal Coordination 4 8 12 $ 1,580.00 $ ----TOTAL: 4 8 12 _S_ 1,580.00 $ - ! TeTA~ Laboratory" I I;STlMATEIiI COSTS I -- 17,420.00 $ 19,000.00 -17,420.00 } 19,000.00 A = Includes analysis of 32 discrete soli samples and 4 groundwater samples for ORO, BlEX, and California Assessment Manual (CAM) 5 metals. Does not include STLC or TCLP analysis. 3-Day TAT for soli and grou '1""'T'-I':11L~I17FS~7C"~r:"::I •• F3HT't.'t'.~" I. lH:Iln .... fl:<b, Exhibit A EBA) ~ __ ~E.::!N~(3INEERING STANDARD SCHEDULE OF FEES AND RATES Principal Geologist/Principal Engineer .......................................... , $200.00 per hour Project Manager. ............................................................................ $150.00 -$190.00 per hour Senior Geologist/Senior Engineer .................................................. $145.00 -$190.00 per hour Senior Project Geologist/Senior Project Engineer .......................... $135.00 -$165 .00 per hour Project Geologist/Project Engineer. ................................................ $125.00 -$155.00 per hour Staff Geologist/Staff Engineer ........................................................ $110.00 -$135.00 per hour Survey: 3 Man Crew ....................................................................... $275.00 per hour Survey: 2 Man Crew ....................................................................... $240.00 per hour Survey Travel: 2 Man Crew ............................................................ $200.00 per hour Survey: 1 Man Crew ....................................................................... $165.00 per hour Senior Survey Technician .............................................................. $110.00 -$125.00 per hour Senior Environmental Scientist/Specialist ...................................... $110.00 -$145.00 per hour Environmental Scientist/Specialist.. ................................................ $ 75.00 -$115.00 per hour Design Draftsperson ...................................................................... $110.00 -$130.00 per hour Clerical ........................................................................................... $ 60.00 per hour Administrative ................................................................................ $ 65.00 per hour Systems Manager .......................................................................... $ 70.00 per hour Depositions or court proceedings ................................................... 200% of usual rates SUbconsultants .............................................................................. Cost plus 15% Prints and materials ....................................................................... Cost plus 15% Miscellaneous expenses ................................................................ Cost plus 15% Prevailing wage rates may be adjusted based on DIR wage determinations. January 2017 L \maslcrs\Templolcs & Forms\rnlcs\Ratcs 2017-2018\EBA EnGineering Fcc Schedule January 20)7 doc 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 INITIA TlNG DEPARTMENT PROJECT MANAGER Contracting Department: Public Works Project Manager: KM ------Extension: 3389 ----------------------------------Project Name: EBA Engineering -Soil Sampling FS 5 I --------- Contractor's Contact: David Noren Contract's Email: dnoren@ebagroup.com RESPONSIBLE Step DEPARTMENT DESCRIPTION a. Email PINS Introductol}' Notice to Contractor b. Email Contract (in Word) & attachments to City Attorney c/o I Project Mana./l.er Laraine.Gittens@citr°fsanrafael.org a. Review, revise and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS 2 City Attorney insurance notice to contractor. Forward three (3) originals of final agreement to contractor for their 3 Project Mana./l.er si./l.nature. When necessary, * contractor-signed agreement agendized for Council a'pproval * PSA> $20,000 or Purchase> $35,000: or Public Works Contract> 4 Project Manager $125,000 PRINT CONTINUE ROUTING PROCESS WITH HARD COpy Forward signed original agreement to City Attorney with printed copy of 5 Project Manager this routing form 6 Citr Attorney Review and approve hard cOPl' of signed agreement Review and approve insurance in PINS, and bonds (for public works 7 Citr Attorney contracts) City 8 Manager/Mayor A~eement executed by Council authorized official Attest signatures, retains original agreement and forwards copies to 9 Citr Clerk project manager -- 10 Project Manager Forward Final Copy to Contractor COMPLETED DATE N/A 12119/2017 12/22/2017 1/8/2018 119/2018 \ -~\--C 't /19/2018 1119/2018 2-6 ---{~ l11Ll'b REVIEWER Initial LMM LMM LMM LMM KM LMM LMM ~