Loading...
HomeMy WebLinkAboutCM Reveiw of Marin Sanitary Services 2020 Rate ApplicationAGREEMENT FOR PROFESSIONAL SERVICES FOR REVIEW OF MARIN SANITARY SERVICES 2020 RATE APPLICATION This Agreement is made and entered into this -7 day of _ OLfi DjO-C�( , 2019, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and R3 Consulting Group, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the City of Larkspur, the City of San Rafael, the Town of Ross, Ross Valley - South (County of Marin), and the Las Gallinas Valley Sanitary District (hereinafter "FRANCHISORS' GROUP") have similar franchise agreements with Marin Sanitary Services; and WH EREAS, the FRANCHISORS' GROUP utilizes jointly sponsored programs to achieve financial and staff time savings through collaborative analyses such as the annual reviews of Marin Sanitary Services operations and expenses pursuant to the franchise agreements; and WHEREAS, the FRANCHISORS' GROUP desires to utilize the services of the CONTRACTOR to conduct this review; and WHEREAS, the CITY has in the past acted as the contracting agency on behalf of the FRANCHISORS' GROUP, and has agreed to do so in this instance as well; and WHEREAS, the FRANCHISORS' GROUP entities (each a "Participating Entity" and collectively, "the Participating Entities") agree to share equally in the cost of the analysis, to be paid for by Marin Sanitary Service and allocated through each city/town's annual rate setting review as set forth below: AGREEMENT NOVA', THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. Sustainability Progam Manager Cory Bytof is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Garth Schultz is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. 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) Rev Date 1130114 I ;? Vk d 3 A L business days of the substitution. 2. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as described in CONTRACTOR's Proposal to Review Marin Sanitary Service's Application for 2020 Rates, dated September 17, 2019, attached hereto as Exhibit " A " and incorporated herein. 3. DUTIES OF CITY CITY shall cooperate with CONTRACTOR in his performance under this agreement and shall compensate CONTRACTOR as provided herein. 4. COMPENSATION. For the full pertonnance of the services described herein by CONTRACTOR, CONTRACTOR shall be compensated as described in Exhibit " A in a total contract amount not to exceed $30,000.00. It is understood and agreed by the parties that payment of compensation hereunder for the 2020 Rate Review shall be made as follows: CONTRACTOR shall submit monthly invoices to CITY for review and approval, then CITY shall forward CONTRACTOR's approved invoices to Marin Sanitary Services, which shall remit payment on each invoice directly to CONTRACTOR within thirty (30) of receipt thereof. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and shall end on March 31, 2020. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (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 CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the pertonnance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. Rev. date: 1/30/14 2 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 projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR 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 performance 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 be void and of no effect. 10. 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 one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and lured 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 minimurn amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims• arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to tlmis section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance witli limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. Rev. date: 1130114 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. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be "primary and noncontributory" 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 CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04 13. 3. Except for professional insurance, the insurance policies shall include, contractual liability and personal injury. liability insurance or worker's compensation in their text or by endorsement, coverage for 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 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 minimurn 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. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONTRACTOR under this agreement. Rev. date: 1/30/14 4 C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR'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 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 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 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 the City Attorney. , 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest 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 attorney's fees, expert tees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that tenn is defined under Civil Code Section 2782.8, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the CITY and its officers, officials, and employees (collectively City Indemnitees) fiom and against Rev. date: 1/30/14 5 damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in connection therewith and costs of investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor or anyone directly or indirectly employed by them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct of such City Indemivtee. C. The defense and indemnification obligations of this Agreement are undertaken 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 tune allowed by law. 12. 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. 13. 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 this Agreement. CONTRACTOR shall pertann all services under this Agreement in accordance with these laws, ordinances, codes and regulations. 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. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR 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 communications required or pennitted 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 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: Rev. date: 1130114 6 Cory Bytof Sustainability Program Manager City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Garth Schultz Principal R3 Consulting Group, Inc. 2600 Tenth Street, Suite 424 Berkeley, CA 94710 16. INDEPENDENT CONTRACTOR. For the purposes, and for the 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 that the status of CONTRACTOR, 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 terms and conditions of this Agreement, 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. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and die 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 CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement. and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terns and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. Rev. date: 18814 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 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 either party of any fee, performance, or other 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. 20. 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. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective successors and assigns. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. Rev. date: 1/30114 CITY OF SAN RAFAEL JIM C TZ, City'a ger ATTEST: ?X� "-�< a_'-� LINDSAY LARA, City Clerk APPROVED AS TO FORM: j� ROBERT F. EPSTE City omey Rev. date: 1/3 0! 14 CONTRACTOR Name: ] -i a 2-*)C11y�-rzZ Title: pa NG 01 Lc�GM_;X__s [If Contractor is a corporation, add signature of second corporate icer] By: Name: Title: 3 CONSULTING GROUP, INC. RESOURCES • RESPECT- RESPONSIBILITY Northern California Office 1512 Eureka Road, Suite 220, Roseville, CA 95661 Tel: 916-782-7821 1 Fax: 916-782-7824 September 17, 2019 Mr. Cory Bytof Sustainability Program Manager City of San Rafael 1400 Fifth Ave. San Rafael, CA 94901 www.r3cgi.com San Francisco Bay Area Office 2600 Tenth Street, Suite 424, Berkeley, CA 94710 Tel: 510-647-9674 Subject: Proposal to Provide 2020 Solid Waste Rate Setting and Associated Consulting Services Dear Mr. Bytof: R3 Consulting Group, Inc. (R3) is pleased to submit this proposal to provide the City of San Rafael (City)— serving as the lead agency on behalf of the Marin Franchisors' Group (MFG, comprised of the City, the Town of Ross, City of Larkspur, County of Marin, and Las Gallinas Valley Sanitary District) —with solid waste consulting servicesforthe upcoming 2020 Solid Waste Rate Setting process. Via this proposal, R3 will: 1. Review MSS's 2020 Indexed Rate Application R3 will conduct a thorough review of the completeness and accuracy of Marin Sanitary Services' (MSS) 2020 Rate Application for the MFG agencies (includingthe City, Las Gallinas Valley Sanitary District, Marin County, Larkspur and Ross) per the terms and conditions of the new Exhibit B to the Franchise Agreement, viathe following subtasks: A. Review MSS Operating Expenses Calculation R3 will review MSS's calculation of 2020 MSS Operating Expenses using the approved 2019 Operating Expenses and the applicable CPI Index (WST) Per Exhibit B. This includes review of MSS's2020 interest calculation. B. Review MSS Tipping Fee Expenses Calculation R3 will review MSS's calculation of 2020 tipping fees usingthe 2020 rate perton calculated in accordance with Exhibit B, including confirmation of the 2020 projected tonnages and verification of the 2020 tipping fees. This Review includes calculation of the net recycling expense perton. C. Review Government Fees Pass Through Expense Calculations R3 will review MSS's calculation of 2020 governmentfees expenses,which are a pass-through to MSS but affectthe size of allowable rate increase. D. Review MSS's Change in Law — AB 1826 Costs— Expense Calculation R3 will review MSS's proposed AB 1826 implementation costs for potential inclusion in the rate application, subjecttothe agreementof the MSSfranchisees. 108TV_1 Mr. Cory Bytof September 17, 2019 Page 2 of 3 E. Review MSS's 2020 Profit Calculation R3 will review MSS's profit calculation for 2020, in accordance with Exhibit B. F. ReviewTotal MSS 2020 Rate Adjustment Calculation R3 will review MSS's calculation of 2020 Indexed Rate Adjustment per Exhibit B and will recommend appropriate adjustments to the calculation if anyelements require adjustment. G. Reportand Presentations R3 will prepare one (1) draft letterreportand one (1) final letterreportfor review bythe City and for distribution to the MSS franchisees including the City, the members of the MFG, and the Town of San Anselmo and Town of Fairfax, as applicable. R3 will be present as requested at one (1) public rate hearing per agency to present the results of the 2020 indexed rate review. This effort will be on behalf of the City and the MFG, will not exceed $15,000 in cost, and is payable by MSS. 2. Review City of San Rafael Illegal Dumping Abatement Program and Financing Options R3 will conduct a review of the City's options and costs for illegal dumping mitigation as based on the City's recent report titled "Bulky Waste Collection and Recycling Events: A Pilot Program to Reduce Illegal Dumping" and otherdirection as provided bythe City. 133will help provide financial, rate inclusion, and rate impact analysis using the information from the City, Gigantic Idea Studio (GIS), and Mattress Recycling Council (MRC) reports and data. Specifically, R3 will: • Analyze the proposed pilot and conduct a cost analysis of the program; • Work with MSS to understand the mechanisms necessary to include in the rates and what, if any, rate impact their administration of the pilot and these internal mechanisms may have (i.e. the rates are a different line of business than the dump and their mattress recycling); • Work with the City and their consultants GIS to provide input on the pilot design for cost- effectiveness; • Provide insight and recommendations for long-term solutions for illegal dumping in San Rafael by reviewing documentation, reports, data, and participating in meetingswith GIS and the City as well as Mattress Recycling Council reports and resources at 113's disposal; and • Offer suggestions as to if and how this pilot or long-term solution suggestion might apply across all the MSS jurisdictions. R3 will provide as -needed support to the City's decision-making regarding City -desired programmatic changes to reduce illegal dumping, and R3 will also evaluate and make recommendations regarding the associated financial impacts and rate changes. This effort will be on behalf of the City and/or other MSS client -agencies, will not exceed $15,000 in cost (potentially payable by MSS as a pass-through on the rates and applicable to the appropriate rate -bases), and will be as directed by the City (with the potential partnership of otheragencies). Mr. Cory Bytof September 17, 2019 Page 3 of 3 Overall, R3 proposes a contract with the City to provide the services outlined above at a not -to -exceed amount of $30,000 including expenses ($15,000of which will be paid by MSS for the rate review, and the remaining $15,000 of which may be paid by participating agencies and/orthe recovered viathe rates for participating agencies). See Attachment 1 for our current 2019 billing rates. We appreciate the opportunityto submit this proposalto the City. Should you have any questions regarding our proposal or need any additional information please contact me by phone at (510) 292-0853 or by email at gschultz@r3cgi.com. As Principal at R3, I am authorized to contractually obligate R3 and negotiate contracts on behalf of the organization. Sincerely, R3 CONSULTING GROUP Garth Schultz I Principal Attachment 1 CONSULTING GROUP, INC. Z05 RESOURCES • RESPECT- RESPONSIBILITY 2019 BILLING RATES AND CHARGES Classification Hourly Rate Principal $215 per hour Project Director $215 per hour Senior Project Manager $190 per hour Project Manager $175 per hour Senior Project Analyst $160 per hour Senior Administrative Support $160 per hour Project Analyst $145 per hour Associate Analyst $130 per hour Administrative Support $115 per hour Reimbursable Costs (Included in Hourly Rates) Consultants/Subcontractors Cost plus 10% Lodging and meals Travel — Private or company car Travel — Other Delivery and other expenses Direct cost At Current Federal Rate Direct cost Direct cost Payments Unless otherwise agreed in writing, fees for work completed will be billed monthly at the first of each month for the preceding month and will be payable within 30 days of the invoice date. 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: City Manager Project Manager: Cory Bytof Extension: 3407 Contractor Name: R3 Consulting Group, Inc. Contractor's Contact: Garth Shultz Contact's Email: gschultz@r3cgi.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT I DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor 9/23/2019 b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement 9/26/2019 ® LAG and return to Project Manager 9/26/2019 ® LAG b. Confirm insurance requirements, create Job on Project Manager PINS, send PINS insurance notice to contractor 3 Forward three (3) originals of final agreement to 9/26/2019 contractor for their signature 4 Project Manager When necessary, * contractor -signed agreement N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ❑ Public Works Contract > $125,000 Date of Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City 9/27/2019 LQ Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed �Olyl� k9 — agreement 9 7 City Attorney Review and approve insurance in PINS, and bonds City Manager/ Mayor City Clerk (for Public Works Contracts) Agreement executed by Council authorized official Attest signatures, retains original agreement and l '7 8 9 forwards copies to Project Manager g I q