Loading...
HomeMy WebLinkAboutFD Open Space Goat Grazing7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the required California contractor's license and a City business license. 8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount or type of damages or compensation payable under Workers' Compensation or other employee benefit acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract. City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201. 9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage required in this section to cover the activities of Contractor and any subcontractors relating to or arising from performance of the Work. Each policy must be issued by a company licensed to do business in California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor must provide City with certificates of insurance and required endorsements as evidence of coverage with the executed Contract, or through the PINSAdvantage website https:/Iwww.pinsadvanta_qe.com/ upon request by the City, and before the City authorizes Contractor to proceed with the Work. 9.1 Workers' Compensation. Statutory coverage is required by the California Workers' Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. 9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis, including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in performing the Work, including Contractor's protected coverage, blanket contractual, products and completed operations, broad form property damage, vehicular coverage, and employer's non -ownership liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate. 9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury, death, or property damage. 9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer waives any right of subrogation it may have against the City or the City's insurers. 9.5 Required Endorsements. The CGL policy and the automotive liability policy must include the following specific endorsements: (1) The City, including its Council, officials, officers, employees, agents, volunteers and consultants (collectively, "Additional Insured") must be named as an additional insured for all liability arising out of the operations by or on behalf of the named insured, and the policy must protect the Additional Insured against any and all liability for personal injury, death or property damage or destruction arising directly or indirectly in the performance of the Contract. <enter project name> Up to $175,000 Contract City Project #: <enter proj no.> Page 2 Approved by City Attorney, dated 02/27/2020 (2) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (3) The insurance provided is primary and no insurance held or owned by City may be called upon to contribute to a loss ("primary and non-contributory"). (4) Any umbrella or excess insurance must contain or be endorsed to contain a provision that such coverage will also apply on a primary or non-contributory basis for the benefit of City before the City's own insurance or self-insurance will be called upon to protect it as a named insured. (5) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. 10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section 1720, and the related regulations, including but not limited to requirements pertaining to wages, working hours and workers' compensation insurance. Contractor must also post all job site notices required by laws or regulations pursuant to Labor Code section 1771.4. 10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775, Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying each worker the difference between the applicable wage rate and the amount actually paid. 10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum of $25 for each day during which a worker employed by Contractor or any subcontractor is required or permitted to work more than eight hours during any one calendar day, or more than 40 hours per calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or authorized in writing by City. 10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors must certify under penalty of perjury that the information in the record is true and correct, and that it has complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price is under $25,000, Contractor must electronically submit certified payroll records to the Labor Commissioner as required under California law and regulations. 10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the apprenticeship requirements in Labor Code section 1777.5. 10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the Contract Price is for under $25,000. <enter project name> Up to $175,000 Contract City Project #: <enter proj no.> Page 3 Approved by City Attorney, dated 02/27/2020 11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract." 12. Termination. 12.1 Termination for Convenience. City reserves the right to terminate all or part of the Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must: immediately stop the Work, including under any terms or conditions that may be specified in the notice; comply with City's instructions to protect the completed Work and materials; and use its best efforts to minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for damages, including for loss of anticipated profits from the Project. If City terminates the Contract for convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination, as well as five percent of the total value of the Work performed as of the date of notice of termination or five percent of the value of the Work yet to be completed, whichever is less, which is deemed to cover all overhead and profit to date. 12.2 Termination for Default. The City may terminate this Contract for cause for any material default. Contractor may be deemed in default for a material breach of or inability to perform the Contract, including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees, subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules, or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the Work within the Contract Time; or responsibility for any other material breach of the Contract requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination. 13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are incorporated by reference. 14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, regardless of the character of any such breach. 15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work or materials, including repair or replacement of any other Work or materials that is or are displaced or damaged during the warranty work, excepting any damage resulting from ordinary wear and tear. <enter project name> Up to $175,000 Contract City Project #: <enter proj no.> Page 4 Approved by City Attorney, dated 02/27/2020 16. Worksite Conditions. 16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must remove and properly dispose of debris and waste materials from the Work site. 16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City 16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as identified by any federal, state, or local law or regulation. If Contractor encounters materials on the Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous materials may be used in performance of the Work. 16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if, during the performance of the Work, Contractor discovers utility facilities not identified by City in the Contract documents, Contractor must immediately provide written notice to City and the utility. In performing any excavations or trenching work, Contractor must comply with all applicable operator requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104. 17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a separate set of as -built drawings while the Work is being performed, showing changes from the Work as planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be updated as changes occur, on a daily basis if necessary. 18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have, maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or policy or in violation of any California law, including under Government Code section 1090 et seq. and under the Political Reform Act as set forth in Government Code section 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 19. Non -Discrimination. No discrimination will be made in the employment of persons under this Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of such person. 20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under this Contract as an independent contractor. Contractor is solely responsible for its means and methods in performing the Work. Contractor is not an employee of City and is not entitled to participate in health, retirement or any other employee benefits from City. 21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5, Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract or any subcontract. This assignment will be effective at the time City tenders final payment to Contractor, without further acknowledgement by the parties. 22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable <enter project name> Up to $175,000 Contract City Project #: <enter proj no.> Page 5 Approved by City Attorney, dated 02/27/2020 overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for each party must be given as follows: City: Address: 1400 Fifth Ave. City/State/Zip: San Rafael, CA 94901 Phone: (415) 485-3457 Attn: Calvin Schrader, Vegetation Management Specialist Email: calvin.schrader@cityofsanrafael.org Contractor: Name: Mike Canaday Address: 36034 Highway 33 City/State/Zip: Coalinga, CA 93210 Phone: (408) 507-5700 Email: mike@lslm.org 23. General Provisions. 23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws, conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced workers who are not employed by the City and who do not have any contractual relationship with City, with the exception of this Contract. 23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the Contract is deemed to be inserted, and the Contract will be construed and enforced as though such provision has been included. If it is discovered that through mistake or otherwise that any required provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly. 23.3 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's and City's lawful heirs, successors and permitted assigns. 23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract. 23.5 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Superior Court of Marin County, and no other place. 23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 23.7 Integration; Severability. This Contract and the Contract documents incorporated herein, including authorized amendments or change orders thereto, constitute the final, complete, and exclusive terms of the agreement between City and Contractor. If any provision of the Contract documents, or portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of the Contract documents will remain in full force and effect. 23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporation Code section 313. <enter project name> City Project #: <enter proj no.> [Signatures are on the following page.] Approved by City Attorney, dated 02/27/2020 Up to $175,000 Contract Page 6 The parties agree to this Contract as witnessed by the signatures below: CITY Approve as to form: s/ 4 Jim Schutz, City Yanaq Date: Attest: s/ Lindsay Lara, Cit Clerk J Date: _/ CONTRACTOR: Bus Robert F. p tein, City Attorney Date: 1 VJ I Seal: l ]; NamefTitle Date:. _—%�- Date: Contractor's California License Number(s) and Expiration Date(s) Exhibit A: Scope of Work Exhibit B: Bid Schedule Exhibit C: Subcontractor List END OF CONTRACT I f Z- L-(2 <enter project name> Up to $175,000 Contract City Project M <enter proj no.> Page 7 Approved by City Attorney, dated 02/27/2020 <enter project name> City Project #: <enter proj no> Exhibit A SCOPE OF WORK Approved by City Attorney, dated 02/27/2020 Up to $175,000 Contract Scope of Work �AtJ RA<1 tt s 2 o y (`rT� WITH I' tei`ct Request for Proposals (RFP) for Goat Grazing Services February 18, 2022 1. Introduction The City of San Rafael (City) hereby requests proposals for professional goat grazing services for our open space regions within the City for the 2022 vegetation management season. This work is intended to mitigate hazards in open space areas by significantly reducing vegetation that fuels wildfires and the subsequent soil erosion and run-off of burned areas. Requested services include all labor, livestock, materials, and equipment necessary to provide managed goat grazing services to City -owned open space properties within the designated service area. Work must be completed in a professional, thorough and timely manner, in accordance with the standards and specifications as contained in this RFP. Proposals shall be submitted by businesses that have a capable and demonstrable performance in the type of work described in this Request for Proposals document. In addition, all interested businesses shall have enough readily -available resources, in the form of trained personnel, support services and financial resources, to carry out the work without delay or shortcomings. The term of the initial contract will be one year. At the City's discretion, the contract may be extended for up to two, one-year terms or terminated if the selected contractor is unable to fulfill the duties described. Interested businesses are invited to submit proposals in accordance with the requirements of this Request for Proposals (RFP). The proposals shall be submitted via Bid Express on or before 03/07/2022 at 10:00 a.m. Gary 0 Phillips, Mayor • John Gamblin, Vice Mayor • Maribeth Bushey, • Councilmember Kate Colin, Councilmember • Andrew Cuyugan McCullough, Councilmember 2 The specific requirements set forth in this Request for Proposal document shall be included in the final executed Form of Contract. Request for Proposal (RFP) Requirements: Table of Contents 1. Introduction....................................................................................................................... 1 2. Scope of Services.........................................................._.................................................. 3 3. General Requirements: ........................................................ .................... ....................... 3 a. For purposes of this RFP: ................................................ _ ........................................... 3 b. Management Philosophy: ........................................ _ ......... ......................................... 3 c. Public Image and Etiquette: .......................................................................................... 3 d. Statement of Work: .............................................................. 3 e. Location of Work: ...................................................... 3 h. Repairs and Corrective Actions: ................................ .................................................. 5 LSafety..........................................................................................................---.................5 j. Traffic Control............................................................................ 5 k. Adjacent Properties....................................................................................................... 6 I. Invoicing and Progress Reports......................................... ......................................... 6 m. Payment and Inspection................................................................................................ 6 n. Differing Site Conditions................................................ .............................................. 6 o. Adjustment in Scope or Quantity of Work.........................................................._........ 7 p. Hourly Rates for Labor and Equipment ......................... Error! Bookmark not defined. 4. Work Schedule............................................................................. ................................... 7 5. Labor.......................................................................................................... 7 6. Equipment....................................................................................•.................•---...............8 7. Grazing Standards: ....................................................... .............. ................... ............. 8 8. Non -City Maintained Parcels............................................................................................ 8 9. Insurance Requirements.................................................................................................. 8 10. Proposal Requirements................................................................................................. 9 11. Bid Award Process........................................................................................................... 9 12. RFP Addenda.................................................................................................................... 9 13. Attachments ........................... 19 Goat Grazing Services RFP 3 2. Scope of Services The Contractor shall furnish all labor, livestock, materials, and equipment necessary to provide managed goat grazing services to City -owned open space properties and Marinwood open space properties within the designated service area. Services shall be provided as requested by the City of San Rafael Fire Department. The City reserves the right to contract for selected services relating to this proposal from any contractor, in part or in whole. The City may select several contractors to provide all necessary services. General Requirements: a. For purposes of this RFP: The "City Representative" shall refer to the City's Vegetation Management Specialist, or his or her designee. The term "Contract" shall refer to the contract entered into between City and the selected Contractor. b. Management Philosophy: The Contractor shall take a proactive approach in correcting problems within the Contractor's span of responsibility and control. Other problems and suggestions for improvements, both short and long term, must be submitted promptly to the City Representative for appropriate action. c. Public Image and Etiquette All assigned employees must be qualified, trained, and capable of enough verbal and written communication skills for assigned work including effectively communicating with the City Representative, residents, and animal control officers. Contractor's employees shall wear proper protective clothing, and their clothing shall bear their business name or be unmarked. When needed, the Contractor's staff will utilize rain gear, rain boots, safety shoes, and other high visibility and protective equipment. Contractor's equipment and vehicles shall also be professional in appearance and be well maintained for safe operation. Possession and use of flammable materials are prohibited. d. Statement of Work: This is a single provider per -acre service Agreement for City -owned open space property maintenance services. The Contractor shall furnish all labor, livestock, materials, and equipment necessary to provide managed grazing services to City -owned open space properties within the designated service area. Services shall be provided as requested by the City of San Rafael Fire Department. The scope of services may or may not include subcontractor services. Each subcontractor used on a specific project assignment shall have the written approval of the City prior to proceeding. The scope of actual work and required completion schedules will vary with each designated open space site to be grazed. The duration of each assignment will vary depending on the size and complexity of each site to be grazed. The City requires all grazing activity on this contract to be completed by 10/01/2022 e. Location of Work: Goat Grazing Services RFP 4 Location of services to be performed is not limited to the sites designated in the Contract, which can be found in Attachment A. At the discretion of the Fire Department, additional City -owned parcels may be added to the service area at additional cost to the City at the per acre cost. f. Contractor Duties: The Contractor shall provide livestock for grazing of vegetation at designated open space sites in the City of San Rafael and Marinwood. The Contractor shall provide Herd Controller and all tools and equipment for the on-site management of animals twenty-four hours a day, seven (7) days a week for the duration of the project. Contractor shall be responsible for maintaining all animals in good health. The Contractor shall supply, utilize, and care for animals to graze the designated areas agreed to between the City and the Contractor. The Contractor is completely responsible for and shall pay all costs necessary to ensure the health and safety of the animals and to comply with any applicable federal and state animal health requirements. All animals will be healthy, well-nourished and free of internal and external parasites, and current on vaccinations for disease prevention. Grazing contractors shall monitor livestock daily. Any sick or injured animals should be treated and removed from the project if necessary. If veterinary care for any animal is required, the Contractor shall be responsible for costs incurred. Any animals that die during this project shall promptly be removed and disposed of off-site by the Contractor. No pregnant animals shall be used on City property. The City Representative shall determine locations of the sites to be grazed and approve the grazing schedule. Grazing shall continue in a timely manner and until all areas identified by the City Representative have been grazed. Provision of all tools, equipment, transportation, animals and Herd Controller shall be considered included in the unit price bid per acre and no additional compensation will be allowed for such items. The Contractor shall be responsible for transportation of animals to and from each location. Contractor shall be responsible for the transportation, trailer and incidentals of Herd Controller. The Contractor shall be responsible for the coordination and securing of water access for all livestock during grazing, including securing a Marin Municipal Water District (MMWD) meter. This may include streams, creeks, ponds, or portable water tanks. Any MMWD costs associated with securing the water source shall be including in the Contractor's unit price bid. The City shall provide guidance to Contractor on the most appropriate water source for each open space location, however the Contractor is responsible for cost of meter fees, water holding structures, etc. for each location. g. Access, and Operation of Open Space The Contractor must submit a confirmed schedule for goat grazing to the City Representative at least seven (7) days in advance for all grazing services. The City shall furnish access to open space sites to assist in carrying out each specific project assignment. City will provide keys necessary for accessing open space Goat Grazing Services RFP 5 preserves which must be returned upon completion of the project after each season. The City shall cooperate in every way possible in the execution of the work without undue delay. The Contractor will be required to notify the City of any deficiencies that are discovered. The Contractor and its employees act as an agent of the City of San Rafael and represent the City in the performance of their work. Only Contractor's employees are allowed on City premises where work is being performed. The City shall have the right to have the Contractor remove employees from assignment to City owned property that the City deems incompetent, careless, insubordinate, or in any way objectionable, or any personnel whose actions may be contrary to the public interest, create a risk of liability to the City, or whose actions are inconsistent with the best interest of the City, in the City's sole discretion. h. Repairs and Corrective Actions: Any private property or City property damaged during the performance of the work under this contract shall be reported promptly to the City Representative, and shall be rectified in an approved manner back to its condition prior to damage, at the Contractor's expense, within 72 hours. Any hazardous conditions noted, or seen, by the Contractor that have occurred by any means other than during the performance of the Contractor's work, whether by vandalism or any other means, shall be promptly reported to the City Representative. The Contractor is responsible for securing any immediate hazards with caution tape, safety cones, and/or barricades until a City Representative arrives to the location. i. Safety Contractor agrees to perform all work outlined in the Contract in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all City, County, State or other legal requirements including, but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL E.P.A. Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. The Contractor shall provide portable electric fencing, water troughs and water for animals. Contractor may be required to provide double portable electrical fencing for some locations. All electric fences must follow California Food and Agricultural Code Sections 17150-17153 concerning Electrified Fences. Contractor shall cooperate fully with City in the investigation of any accident, injury or death occurring on City property, including a complete written report thereof to the City Representative within twenty-four (24) hours following the occurrence. j. Traffic Control If traffic is to be detoured for the safe transportation of the livestock, detour plans must be submitted and approved by the City Representative prior to starting work. Contractor, at its own expense, shall ensure proper signage, as approved by the City Representative, during lane closures. Traffic Control may include: lights, flares, signs, temporary railings, flag person(s), or other devices as required by the City Representative. It shall be the Contractor's responsibility to post no parking areas as required to perform work. Barricades can be provided by the City, if available, for pickup at the City Corporation Yard. Arrangements for signs and barricades can be made by verbal or Goat Grazing Services RFP A written request to the City Representative five working days in advance of the need for signs and barricades. Full compensation for conforming to the requirements of this Section including Traffic Control shall be considered as included in the contract prices paid for the various items of work and no separate payment shall be made therefor. k. Adjacent Properties Adjacent property and improvements shall always be protected from damage and intrusion during the execution of the work embraced herein. Any damage to adjacent properties shall be repaired or replaced by the Contractor at its sole expense. Work shall be carried out in a manner to avoid all conflicts with use of and access to adjacent properties. The Contractor shall be responsible for installing temporary fencing around the entire perimeter of each active grazing site within the open space areas to contain the grazing animals and to protect adjacent properties. Invoicing and Progress Reports Contractor shall invoice the City monthly in a form approved by the City Representative. Invoicing shall include a detail of costs for work performed during the payment period, a summary of current invoice amounts, previous payments, and total payments to date. The Contractor shall provide a progress report (Attachment C) for each location of grazing. m. Payment and Inspection Payment will be made for work satisfactorily completed as called for in the Contract. The City Representative shall inspect and notify the Contractor of any unsatisfactory work. Contractor or Contractor's representative shall meet with a representative from the City as requested by the City, during the life of the Contract, in order to inspect work performed. Full compensation for conforming to the work of these specifications shall be considered as included in the Contract unit prices, and no further payment shall be made thereafter. The Contract unit prices shall include full compensation for furnishing all labor, travel time, materials, tools, equipment, livestock, and incidentals, and for doing all the work involved in completing the work as specified herein, and as directed by the City. n. Differing Site Conditions During the progress of the work, if latent physical conditions are encountered at the site differing materially from those indicated in the Contract, or if unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the Contract are encountered at the site, the party discovering such conditions shall promptly notify the City Representative in writing of such specific differing conditions before they are disturbed and before the affected work is performed. Upon notification, the City Representative will investigate the conditions, and if the City Representative determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of the work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. The City Representative will notify the Contractor of his or her determination if an adjustment of the Contract is warranted in writing. No Contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has requested such in Goat Grazing Services RFP 7 writing. No Contract adjustment will be allowed under provisions specified in this section for any effects on unchanged work. o. Adjustment in Scope or Quantity of Work If City gives reasonable notice to Contractor, City may propose in writing changes to Contractor's work within the Scope of Services described. If Contractor believes any proposed change causes an increase or decrease in the cost, or a change in the schedule for performance, of the services, Contractor shall notify City in writing of that fact within five (5) days after receipt of written proposal for changes. Contractor may also initiate such notification, upon identifying a condition which may change the Scope of Services as agreed at the time of execution of the Contract covering such Scope of Services. When and if City and Contractor reach agreement on any such proposed change and its effect on the cost and time for performance, they shall confirm such agreement in writing as an amendment to the Contract. In the event the Parties cannot reach agreement as to the proposed change, at the City's sole discretion, the City may terminate the agreement and solicit new request for proposals with the proposed scope of service changes included. All work performed and completed prior to termination, within the original scope of services will be paid to the Contractor at the previously agreed upon rate. City shall not be liable for payment of any changes in this section, nor shall Contractor be obligated to perform any such changes, except upon such written amendment or supplement. 4. Work Schedule Goat Grazing shall be scheduled with the City Representative and must be performed within the prescribed amount of time. It will be necessary to perform some of the assignments on weekends (Saturdays and Sundays) or during nighttime hours. 5. Labor The Contractor shall have experience performing goat grazing services for other California public agencies over the past three (3) years. The City has the right to determine crew size for all City work assignments. Pursuant to Section 1770 of the Labor Code of the State of California, the City of San Rafael has ascertained the general prevailing rate of per diem wages and rates for legal holiday and overtime work in the locality where the work is to be performed for each craft or type of workers or mechanics needed to perform the contract that will be awarded to the successful Bidder. The prevailing rates so determined by the City are on file in the office of the City Clerk, and copies are available to any interested party on request. No contractor or subcontractor shall be qualified to bid on or be listed on a bid proposal for a public works project unless currently registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project and no contractor or subcontractor may engage in the performance of a public works contract, unless currently registered with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. Goat Grazing Services RFP 0 Copies of the Contractor's certified payroll shall be submitted to the City within fourteen (14) days of the work performed. Certified payroll shall also be submitted electronically to DIR in accordance with all DIR requirements. 6. Equipment It will be the responsibility of the Contractor to provide all equipment, livestock, and labor as necessary to perform the work described in these documents in a safe, efficient, and legal manner. All equipment, vehicles, and tools must be kept in a clean and safe condition as directed by OSHA at all times during the Contract. All vehicles that are used by the Contractor shall have the Contractor's company name, logo, and vehicle number on it. If the contractor is unable to consistently provide the necessary equipment or livestock to perform the work, it will be deemed to be a breach of the Contract. 7. Grazing Standards: Eighty -Five percent (85%) of vegetation up to five (5) feet high shall be grazed unless directed to do less by the Project Manager or its designee to ensure that overgrazing does not occur. Enough vegetation shall remain to prevent soil erosion. Contractor's Herd Controller shall protect and prevent grazing of all native and other desirable plant species identified by the Project Manager or its designee. 8. Non -City Maintained Parcels The Contractor shall NOT perform any work on non -City maintained parcels without the direction from the City Representative. The Contractor shall NOT perform work for adjacent property owners; all inquiries to this effect shall be forwarded to the City Representative. 9. Insurance Requirements The City requires contractors to obtain and maintain insurance throughout the contract term. The required insurance certificates must comply with all requirements described below and must be provided with the Contract or in such other manner as may be requested by the City. During the term of this Contract and any extension thereof, the Contractor shall obtain and thereafter maintain at least the minimum insurance coverage as set forth below: a. Worker's Compensation: Statutory Limits; b. Commercial General Liability: $2,000,000 combined single limit; and c. Commercial Automobile Liability: $1,000,000 combined single limit. All insurance required hereunder shall: a. Except for Worker's Compensation, include an endorsement in substance and form satisfactory to City, naming City its officials, agents, employees and volunteers as an additional insured; and b. Except for Worker's Compensation insurance, provide that it is primary to and not contributing with, any policy of insurance carried by City overing the same loss; c. Include an endorsement providing that written notice shall be given to Landowner at least thirty (30) days prior to termination, cancellation, or reduction of coverage in such policy. (10 day non-payment is OK) d. Include an endorsement waiving all rights of subrogation against City Goat Grazing Services RFP E e. Be procured from companies that are licensed in the State of California and that are reasonably acceptable to City. Contractor shall provide City with a certificate of insurance evidencing that Contractor has obtained all insurance required under this Contract prior to commencement of any work or activity at the Grazing Site. The amount of coverage of insurance obtained by Contractor pursuant to these Contract requirements shall not limit Contractor's liability nor relieve Contractor of any obligation or liability resulting from activities related to this Contract. 10. Proposal Requirements The proposal shall be concise, well -organized, and demonstrate an understanding of and ability to perform the proposed Requirements as outlined in this Request for Proposals document. The proposal shall consist of: • Cover letter signed by the Contractor which includes the following information: o The name, address and phone number of the Contractor's contact person for the remainder of the selection process. o Any qualifying statements or comments regarding the proposal, Contractor's approach to the work, and all the information responsive to the criteria specified in the RFP the proposed Agreement. o Summary and definitive information regarding licenses, certifications, company experience, and qualifications. o Identification of subcontractors and their responsibilities. • Attachment A — Bid Items • List of key personnel (name, position, experience at position, employer, and dates of employment) available to respond under the Contract. • List of equipment (description, quantity, make, model, year, and condition) and livestock available for use under the Contract. Proposals received after the time and date specified will be rejected and returned unopened to the proposer. Failure to adhere to these specifications may be cause for rejection. Proposals shall be submitted via Bid Express 11. Bid Award Process The City will award one contract for Goat Grazing to the lowest responsive and responsible bidder. In order to be determined responsive, a Bidder must respond to all requested information and supply all information required in this RFP. Any bid may be rejected if it is conditional, incomplete, or contains irregularities. Minor or immaterial irregularities in a bid may be waived. Waiver of an irregularity shall in no way modify this RFP nor affect recommendation for award of the Contract. 12. RFP Addenda All requests for clarification for this RFP must be made in writing. The City will only respond to written questions from contractors. The City will not respond to verbal questions submitted by telephone or in person. Goat Grazing Services RFP 10 All questions relating to the RFP shall be presented at least 96 hours prior to the due date to the following address: City of San Rafael Fire Department Attn: Kate Anderson 1375 Fifth Ave. San Rafael, CA 94901 or Email address: kate.andersonCa7citvofsanrafael.orp All addenda will be posted to the City's website and emailed to known RFP holders. By submitting a proposal, the proposer affirms that they are aware of any addenda and have prepared their proposal accordingly. No allowances will be made for a proposer's failure to inform themselves of addenda content. 13. Attachments Attachment A — Bid Items List Attachment B — Maps Attachment C—Progress Report Goat Grazing Services RFP Exhibit A BID SCHEDULE This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total Amount" column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT 1 Bret Harte 11 Acres 2 Gold Hill 14.9 Acres 3 Deer Valley 17.8 Acres 4 Hartzell 15.1 Acres 5 Idylberry 15.6 Acres 6 McNear 13 Acres 7 Robert Dollar 23.1 Acres 8 Skyview/ Santiago 20.2 Acres 9 Scettrini 13.1 Acres 10 Grasshopper 4.1 Acres Total Acreage 147.9 Acres TOTAL BASE BID: Items 1 through inclusive: S Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in Section 1 of the Bid Proposal form. Exhibit B Bret Harte 11 Acres lAccess Points Parking Location Fire Roads Hydrant ell r' t Road Grazing Area Owl +�►' -, .. 'Br vo t F� J r t 4 17 ti r� 11 Acres .- w N y rte. 0 125 250 500 f 1 Feet r M ti + 500 Feet i J� JJ J'• r� Jd�J J Deer Valley 17.8 Acres 2 Municipal Water Access Points ® Parking Location Fire Roads ti r Hydrant G �Road 4.r Grazing Area 77 r L r - 1 i C) .?ipt f grOh Ranch Rey •� f 17.8 Acres 0 125 250 500, Feet ,. Exhibit B Hartzell Park 15.1 Acres rl a . N Y r N A 4/11 125 250 15.1 Acres 500 m Feet WJ ® Parking Location gAccess Points Fire Roads ® Hydrant Road Grazing Area y 9. f■ E1 Exhibit B McNear 13 Acres 0 VI Municipal Water g Access Points ® Parking Location Fire Roads Hydrant Road Grazing Area t z L •r •" I a R rA • ~ v f, • N 0 125 250 500 eet F' e'# Exhibit B Robert Dollar 23.1 Acres Exhibit Skyview/ Santiago 20.2 Acres Exhibit Grasshopper Hill 4.1 Acres Municipal Water ,► - Access Points ® Parking Location = Fire Roads Hydrant Road f Grazing Area qj JV fOw ti 4 4.1 Acres R i ir X m �r I _ I L • Q f r CSS � �• 0 125 250 500 , FeetF:— PLEASE PROVIDE THIS INFORMATION FOR EACH GRAZING SITE. ATTACH MULTIPLE COPIES OF THIS PAGE IF NECESSARY. Location: Area/Acres to be Grazed: Map Attached: ❑ Yes ❑ NO Description of the vegetation and/or fuels abated: Expected Start Date: Expected End Date: Number of Animals: If animals will be moved across a public street, list street name(s): FIRE DEPARTMENT USE ONLY Permit Terminated by: Print Name and Title: Signature: Date: ❑ Post Grazing Photos Received Date: Page 1 <enter project name> City Project #: <enter proj no.> Approved by City Attorney, dated 02/27/2020 Up to $175,000 Contract Bond Forms <enter project name> City Project #: <enter proj no.> Approved by City Attorney, dated 2/27/2020 Up to $175,000 Contract Noncollusion Declaration Exhibit B BID SCHEDULE This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total Amount" column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.) BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT 1 Bret Harte 11 Acres $1,100.00 $12,100.00 2 Gold Hill 14.9 Acres $1,100.00 $16,390.00 3 Deer Valley 17.8 Acres $1,100.00 $19,580.00 4 Hartzell 15.1 Acres $1,100.00 $16,610.00 5 Id Iber 15.6 Acres $1,100.00 $17,160.00 6 McNear 13 1 Acres $1,100.00 $14,300.00 7 Robert Dollar 23.1 Acres $1,100.00 Acres $1,100.00 Acres $1,100.00 $25,410.00 $22,220.00 8 Sk view/ Santiago 20.2 9 Scettrini 13.1 $14,410.00 10 Grasshopper 4.1 Acres $1,100.00 $4,510.00 X TOTALACREAGE 147.9 Acres $1,100.00 $162,690.00 I TOTAL BASE BID: Items 1 through 4 inclusive: $162,000.00 Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in Section 1 of the Bid Proposal form. <enter project name> City Project #: <enter proj no.> Approved by City Attorney, dated 2/27/2020 Up to $175,000 Contract Bid Schedule This Bid Proposal is hereby submitted on .20 s/ s/ Company Name Address City, State, Zip Name and Title Name and Title License #, Expiration Date, and Classification DIR Registration # Phone Contact Name Contact Email Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda: Addendum. Date Received. Addendum: Date Received: #01 _ #05 #02 #06 #03 #07 #04 #08 END OF BID SCHEDULE <enter project name> Up to $175,000 Contract City Project #: <enter proj no.> Bid Schedule Approved by City Attorney, dated 2/27/2020 <enter project name> City Project #: <enter proj no.> Approved by City Attorney, dated 2/27/2020 Up to $175,000 Contract Subcontractor List 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: Fire Project Manager: Calvin Schrader Extension: 3457 Contractor Name: Living Systems Land Management Contractor's Contact: Mike Canaday Contact's Email: mike@lslm.org ❑ FPPC: Check if Contractor/Consultant must file Form 700 1 3 RESPONSIBLE ® LG DESCRIPTION DEPARTMENT Project Manager Cd' DW a. Email PINS Introductory Notice to Contractor b. Email contract (in Word) and attachments to City Attorney c/o Laraine.Gittens@cityofsanrafael.org City Attorney a. Review, revise, and comment on draft agreement _. and return to Project Manager Or b. Confirm insurance requirements, create Job on enter a elate. PINS, send PINS insurance notice to contractor Department Director Approval of final agreement form to send to contractor 4 Project Manager Forward three (3) originals of final agreement to contractor for their signature 5 Project Manager When necessary, contractor -signed agreement agendized for City Council approval * *City Council approval required for Professional Services Agreements and purchases of goods and services that exceed $75,000; and for Public Works Contracts that exceed $175,000 PRINT Project Manager 7 j City Attorney 8 City Attorney 9 City Manager/ Mayor 10 City Clerk Date of City Council approval 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 bonds (for Public Works Contracts) Agreement executed by City Council authorized official Attest signatures, retains original agreement and forwards copies to Project Manager COMPLETED DATE C Tick hurc to clitc:r a datc. 3/10/2022 REVIEWER heck/Initial 11 3/10/2022 ® LG 3/10/2022 ® LG f Cd' DW x.l�.l i �rlii N/A _. Or Click here to enter a elate.