Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutFD B Street Garden Maintenance ProjectCONTRACT
BY AND BETWEEN
THE CITY OF SAN RAFAEL
AND
TRUE NORTH LANDSCAPES, LLC
FOR B STREET GARDEN NVIAINTENANCE PROJECT
This contract ("Contract") is entered into by and between the City of San Rafael ("City") and True
North Landscapes, LLC ("Contractor"), a California Limited Liability Compan , for work on the City's B
Street Garden Maintenance Project ("Project"), and is effective on - "Effective
Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work and Bid Proposal, and
according to the terms and conditions of this Contract, including all attachments to the Contract and any
other documents and statutes incorporated by reference. To the extent that any attachment contains
provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the
Contract terms will control.
1.1 Subcontractors. Contractor acknowledges that it has listed all subcontractors it will
subcontract with to complete the Work in Exhibit B, Subcontractor List.
1.2 Contractor's License. The Work requires a valid California contractor's license for the
following classifiication(s): C27.
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Contract;
2.2 Addenda, if any;
2.3 Exhibit A — Scope of Work and Bid Proposal;
2.4 Exhibit B — Subcontractor List;
2.5 Exhibit C — Insurance Requirements.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor a not -to -exceed amount of $21,300 (the "Contract Price"), for all of Contractor's direct
and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes,
insurance, bonds and all overhead costs, in accordance with Contractor's Bid Proposal set forth in
Exhibit A and the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 4 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
4. Time for Completion. Contractor will fully complete the Work within 365 days from the date the
City authorizes Contractor to proceed with the Work ("Contract Time").
City Attorney Form, July 2023 Page 1
Z 16ed £Z(,,Z AInf 'wioj nawotly Alto
•suoi;elnbaa pue Mel eiujo;!Ieo japun pejinbaa se jauoissiwwo:D
jogeq eq; of spiooaa ljoiAed pag!}jao liwgns Alleo!uoi;oela;snw aoloeiluoo '000'9Z$ japun si
aoiad loealuOO eql ssa!un •9 �g 6 pue ' 6 i.g 6 ' LLL6 suoiloas apoo jogej;o sluawaainbei eql ql!M peildwoo
seq;!;eq; pue 'loajaoo pue ani; si paooei eq; ui uoi;ewao;u! aq;;eq; Ainfied;o Alleuad aapun fgpeo;snw
s-ioloejluoogns sl! pue joloeiluoO 'paooei ljoiAed goea jod •(.mici„) suolleic)8 leulsnpul lo;uawliedaa aql
Aq palebinwad suoileln6ei 6ui;ueweldwi Ile pUe 'Z 68 6 pue 9LL 6 suolloas apoO aogel ql!M aoue!ldwoo ui
spjooaj IlojAed pail!}jao weluiew lsnw sjoloeiluoogns sl! pue Jo;oeJ;uOD •spJoaaII po.UCed CM
•f4i0 Aq builum ui pezuoglne
ao y;!q!qx�j ui pai;!pads as!nnaaq;o ssajun sanoq pue step bui>iaoM A}iO aelnbej 6uimp;no paliaeo aq;snw
NaoM liv '9686 uoiloas apoo aoge-I japun s96eM awllaano pled aae sje�joM Bons sselun 'Neem aepualeo
.jad sanoq 0-V uegl aaow ao 'Aep aepualeo auo Aue 6u!anp sanoq lg6io uegl ajow NJoM of pall!waad
jo pannbei si aoloeiluoogns Aue jo aoloeiluoO Aq paAoldwa jaNJoM a go!gm 6uljnp Aep goea ao; 9Z$
;o wns aql l;leued e se �410 of llajjo; ll!m ao;oeiluoo 'g1,9[ uoiloas apo:D aoge-1 o; luensind •MJoM s,Aep
lebal e;o s;sisuoo jogel to smoq;g6!a 'Ol,gG uogoas apo:D joge-1 of luensind •Aea BulMaoM Z'04
•p!ed Allenloe lunowe aql pue alea 96eM algeoiidde agl uaaMlaq eouaaall!p agl je�joM goea
6uiAed of uoll!ppe uI 'ales a6eM 6u!I!enajd algeoildde eql uegl ssel pled aalioM goea aol 'Aep e;o uoiliod
Jo 'Aep aepualeo goea ao; OOZ$ of do Alleued a se 4110 of l!apo; plM joloeiluoogns Aue pue aoloeiluoo
'9LL L uopoas apoZ) joge-I of luensind '2iS]4/no6•eo•JIp-mmm//:dl4q le euiluo algeI!ene we pue ao!};o
s,aaaul6u�] fi4!:D agl gl!M all; uo aye S91EJ 96eM 6uljlenaad eqj epoo aoge-1 eq;;o VLLI pUe ULI, suoi;oas
ul paul}ap se a6eM 6uil!enajd agl ueg; ssal;ou a;ej e;e p!ed aq lsnw '6'OZL6 Jo OZL6 uo!;oas apoo joge-i
aapun paaanoo sl ;egl;oei;uo:D sigl japun >iaoM 6uimoped aaNioM goea •sa6eM Bu!I!enaJd VU
'V' 6LL 6 uoiloas epoo aogeq of luensind suoi4eln6ei ao sMel
Aq pajinbej saoilou al!s qof lie ;sod osle;snw joloeiluoO •eouejnsui uoi;esuadwoo ,saa>laoM pue sanoq
6ul�JOM's96eM o; 6u!u!elaad slueweimbei of pepwil;ou;nq 6uipnjoul 'suoi;elnbaa paleIeJ aq; pue 'OZLL
uoiloas le 6uiuuiboq 'apoZ) aoge-1 agl;o Z uoISInIQ;o L jJed;o aaldego;o sluawaiinbei elgeoildde Ile
ofloofgns si;oealuOO agl'ssal JO 000'6$ sI ao!ad;oeJ;uOO agl ssalun •aoueildwoa apoa.joge-j "04
-Al!O of lsoo ou le `s;uawaiinbel1 eoueinsul '0;Iglgx3 uI pap!noad 06eJan00 eouejnsul eq;;oa}}a
pue eojol lln; ui uieluiew pue alnowd 'loeiluoO siq; japun saw!; lie le 'p!M joloeiluoo •eauemsul •g
;oeiluoo sigl;o uoileuiwial /(l ea jo uoilendxe aq; aninins piM pue 'sl!wil 96eianoo
eoueansui Aq io 'sloe lgeuaq eaAoldwa aaglo ao uoilesuadwo: saa>ijoM japun algeAed uopesuadwoo
jo sabewep;o adAj ao lunowe aql uo uoilellwg Aue Aq pallwil lou si uoilebilgo uoileoiliuwapul
sigl •aa;!uwepul ue to lonpuoosiw ln;lllM ao 'aouabil6au elos eoua6l16au and;oe agl !q pasneo
Al!l!gei-1 Lions ldaoxe 'loei;uoC) sigl aapun joloeiluoo;o uoile6ilgo Niue q;!M Aldwoo of bupie; ao NaoM aq;
bu!wjo:ped ui slua6e ao 'sanlleluasaadaj 'sao;oeiluoogns 'seaAoldwe sl! 'joloeiluoO;o suoissiwo jo sloe
aql q;!M uogoeuuoo ui jo jo lno buisue ain;eu iGana;o („�(;!lige!q„ 'Alan!loapoo) (uol;e6ll!l10 seal pue slsoo
pue 'saa; ssaullM ),Jadxa 'seal ,sAawol;e 'uoi;e;!wil ;noq;IM '6uipnjoui) slsoo pue 'sesuadxa 's;uawalpas
'swielo 'abewep 'ssol 'spuewap 'Al!l!ge!l lie pue Aue lsuie6e pue woa; („ saal!uwapul„ aql) saaalunlon
pue 'saaAoldwa 'slua6e 'siaoi-4o 'Apoq 6uluJan06 sl! '40 'Mel Aq pell!wied luelxa 11n; eq; of sselwaeq
ploq pue `Al!o of algeld000e lasunoo glint pua;ap '�41uwapui p!M aoloeiluoo •uol,eol;!uwapul •g
•asuaoil ssouisnq �410 e pue ' b uol;oaS uI pap!noad asuaoll s,aoloeiluoo e!uioplez)
pannbaj agl 'ol pal!wil lou lnq `6uipnloui sesueoll pue sa;eoUgjeo 'sliwied aleudoidde lie ';oeiluoo sigl;o
weal eq; 6uianp uieluiew pue uielgo lsnw 'asuadxa alos sl! le 'joloeiluoc) 's0suao1-1 pue s;IwJad 'L
•anlloalap Jo lua!o!;ap si sau!waalap Al!O aq; legl NjoM Aue 'asuadxa alos s,joloejluoO
le 'loaijoo Al;dwad lsnw joloej;uoO •Iaele�j ueS to Al!O aql ui NJoM to adAl awes agl of algeoildde ajeo
;o paepue;s aq; spaaoxa ao Slaaw leg; aauuew a uI pap!noad aq;snw AaoM Ilb 'ejea;o piepue;S '9
•uoilaldwoo
ui Aelep pasnoxaun;o Aep goea jol Aep jad 0$;o lunowe aq; ui sebewep palep!nbil Aed lsnw ao;oejluoO
'awil;oeiluoo eq; uigl!M NjoM eql aloldwoo of sl!e; aoloeiluoo ll 'se6ewea pa;ep!nbi-j •9
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.
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.
16. Worksite Conditions.
Attorney Form, July 2023 Page 3
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 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. 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.
18. 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.
19. 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.
20. 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.
21. 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
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 Attorney Form, July 2023 Page 4
To CITY's Representative:
Calvin Schrader
Senior Vegetation Management Specialist
1400 Fifth Avenue
San Rafael, CA 94901
22. General Provisions,
To CONTRACTOR's Representative:
Nick Giordano
Project Manager
PO Box 2823
Santa Rosa, CA 95405
22.1 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.
22.2 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.
22.3 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.
22.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract,
22.5 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.
22.6 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.
22.7 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.
22.8 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.
[Signatures are on the following page.]
City Attorney Form, July 2023 Page 5
The parties agree to this Contract as witnessed by the signatures below:
CITY OF SAN RAFAEL:
CRISTINE ALILOVICH, City Manager
APPROVED AS TO FORM:
Office of the City Attorney
By: ROBERT F. EPSTEIN, City Attorney
ATTEST:
City Clerk
LINDSAY LARA, City Clerk
Exhibit A: Scope of Work and Bid Proposal
Exhibit B: Subcontractor List
Exhibit C: Insurance Requirements
CONTRACTOR:
Name:
Title: 1 i/c ¢
By:
Name:
Title:
Contractor's California License Number(s) and
Expiration Date(s) (required under Section 1 of the
Contract):
City Attorney Form, July 2023 Page 6
Exhibit A
SCOPE OF WORK AND BID PROPOSAL
The Work to be performed by CONTRACTOR under this Agreement is more fully described in
CONTRACTOR's bid proposal, which is attached to this Exhibit A.
City Attorney Form, July 2023 Exhibit A
�-S_
TRUE NORTH
sustainable landscape management
July 26, 2024
C/o Calvin Schrader
City of San Rafael
618 B Street
San Rafael, CA
Dear Directors:
Exhibit A
Thank you for the opportunity to provide the enclosed proposal for landscape maintenance at
618 B Street. Following a thorough review of the property with our Operations team, we have
developed the following program to address your specific needs. The program is designed to
be both comprehensive and cost-effective.
To provide 618 B Street with a tailored maintenance program, we propose an investment of
$1,500.00 per month. The focus of our weekly and on going maintenance will be for the
Community Garden Area as specified per client request.
Our Contract also permits $1500.00 to be used in addition and for necessary and immediate
repairs. This amount will not be exceeded without prior approval.
Our Contract also permits the installation of the bender board as previously agreed, to be billed
at $1800.00 upon completion of project.
We are eager to partner with you and look forward to establishing a long-term relationship.
Please let me know when we can meet to discuss the details of our program further.
Sincerely,
Scott Issel
Branch Manager
Enclosure
Exhibit A
i
TRUE NORTH
sustainable landscape management
Horticulture Landscape Management Program for
618 B Street
July 26, 2024
1. Shrub Care
a. Natural pruning of shrubs will be performed to promote and accentuate normal plant
characteristics and reduce the amount of carbon emissions by gas powered equipment.
Shearing may be performed in areas where natural style pruning is not feasible or
aesthetically pleasing. Shrub renovation pruning, if required, will be performed as an
extra.
b. Biological and natural plant protection products and methods will be used as necessary
to control plant pests. Abnormal infestations or use of specialty products will be
performed as extra.
c. Shrub beds will be maintained reasonably free of weeds using integrated pest
management principles and hand weeding, as necessary. We encourage the use of
mulching products to reduce weed infestations.
2. Groundcover
a. Edging of groundcovers will be performed to maintain plant material within intended
borders. Groundcover renovation pruning, if required, will be performed as an extra.
b. Biological and natural plant protection products / methods will be used as necessary to
control plant pests. Abnormal infestations or use of specialty products will be performed
as extra.
c. Groundcover beds will be maintained reasonably free of weeds using integrated pest
management principles and hand weeding, as necessary. We encouraged the use of
mulching products to reduce weed infestations.
3. Hardscapes
a. Weeds will be controlled within paved sidewalks, curbs, and street gutters.
4. Seasonal Color
Properties with seasonal color beds will receive the following:
Exhibit A
a. Seasonal color will be maintained in a healthy weed free condition.
b. Seasonal color will be routinely groomed to remove dead flowers and to promote new
growth.
c. Biological and natural plant protection products / methods will be used as necessary to
control plant pests. Abnormal infestations or use of specialty products will be performed
as extra.
5. Replacement Plants
a. Plants managed under this agreement, which are dead or in a state of decline will be
brought to the Owner's attention. Plant replacements will be performed at an additional
cost.
b. Plants furnished, installed, and managed by True North Landscapes will have a 1-year
replacement warranty for any losses under True North Landscape's control.
6. Tree Care
a. Management of trees 12 feet in height or less is included in this contract.
b. Pruning of trees will be performed to promote and accentuate natural forms and features
within the limitations of space. International Society of Arboriculture (ISA) pruning
standards will be followed.
c. Stakes and ties will be adjusted to prevent damage to the trunks of trees. Removal of
stakes not needed is included in this contract. The installation of new support systems
will be an additional cost.
7. Irrigation
a. It is the Owner/Client responsibility to provide a functional irrigation system, water supply
and pressure. The Owner is responsible for costs associated with providing water and
electricity.
b. True North Landscapes will operate the irrigation system and provide two complete
system checks per year. The controllers will be scheduled for quantities and frequencies
depending on the seasonal requirements of the plant materials and soil conditions.
Irrigation timers will be programmed to minimize run-off and maximize water penetration
to the plant's roots.
Needed repairs (not caused by True North Landscapes) resulting from vandalism,
accidents, normal wear, or any other causes beyond our control will be brought to the
Owner's/Clients attention. Upon authorization, repairs will be performed at the Owner's
expense.
d. Incidental repairs and filtration cleaning to the irrigation system which are brought to the
attention of True North Landscapes will be performed and billed to the Owner/Client
.` �.,�....��, cy�i"ice 9�=. +•�._!a� '> .� ,-;- i>1'apV-3>=C"�G�2'
-
without written authorization if labor and materials do not exceed $300,00 per Exhibit A
occurrence.
e. The intent is to minimize both labor costs and water costs to the customer while better
preserving the resource.
Operation of non -automatic irrigation systems, manual operation of inoperable irrigation
systems, or hand watering is not part of this agreement except as negotiated and part of
this contract.
8. Debris
a. True North Landscapes will remove all debris generated during maintenance operations.
b. On day of service, incidental non -organic debris and limited man-made litter will be
collected, and if available will be disposed of using Owner/Client's dumpsters.
c. Excess debris generated by storms may warrant an additional charge for dump fees and
labor.
d. Leaf accumulation in parking lot corners shall be policed, as necessary. Blowing and
cleaning of entire parking lots, pool skimming, etc. can be performed under separate
agreement.
9. Fertilizer
a. Fertilization of plant material can be performed, if needed, under a separate agreement at
an additional cost.
l,:._, fi; 'r; 2 :i T
Exhibit A
ti•
TRUE NORTH
,usloinoble landscape manogement
Contract for Landscape Management Services
Owner/Management: Site Contact: Billing Information:
City of San Rafael 618 B Street Billing Contact: Calvin Schrader
C/o Calvin Schrader San Rafael, CA 94901 Billing Email: calvin.schrader(a)citvofsanrafael.corr
618 B Street Job Type: Alt Billing Email:
San Rafael, CA 94901 Tel: (415) 485-3457 Billing Phone: 415-485-3457
Email: calvin.schrader(cDcitvofsanrafael.com
True North Landscapes, LLC. agrees to perform landscape services as per the attached Landscape Management
Specifications for Horticultural Services. All work will be performed in accordance with the "General Terms and
Conditions" located on the reverse and incorporated into this document.
This contract shall commence and shall automatically continue for a twelve (12) month
period. Thereafter, contract will continue month -to -month and all terms and conditions herein shall remain in force.
Both parties will abide by its terms for a minimum period of one year as the monthly amount is the average cost
over 12 months. Should services be stopped for whatever reason by the client, then a fee to re -coop expenses over
and above the average costs per month will be due and payable immediately. This contract shall ensure to benefit
of and be binding to each parties' successors. Contract shall continue for subsequent one-year terms, at an
increase equal to Consumer Price Index (CPI), unless written changes are made prior to the expiration of the
current term. All changes must have a 30-day notice.
Invoices will be sent on or about the 151 day of each month for the current month's services and due Net 30 of
invoice date. A late charge of 2% per month shall be added to the amount due if more than 30 days past due.
Work performed prior to the above commencement date shall be billed on a pro rata basis for the percentage of the
month of work is performed.
Other work (if noted) includes the following items: Items Listed On Cover Sheet
• Pre - approved, necessary repairs. Amount no to be exceed without prior approval - $1500.00
• Bender Board Installation for B Street Community Garden - $1800.00
TOTAL ANNUAL COST WITH INCLUDED SERVICES:
• Weekly Maintenance, Pre Approved Repairs, Bender Board Install — ANNUAL COST - $21,300.00
Owner/Client agrees to pay True North Landscapes, LLC. for said performance the sum of $1,500.00 per month
due Net 30. This contract can only become effective if accepted within 60 days. Should site conditions change
from date of contract presentation to Owner/Client, a one-time "clean up" may be necessary to bring the landscape
areas to industry standards. A separate agreement shall be considered, and if agreed upon, the Owner/Client will
be billed separately.
True North Landscapes, LLC. �y Owner/Client
Name: Scott Issel Name:
Title: Branch Manager Title:
..i7r.._
Date: July 26, 2024 Date: Exhibit A
General Terms and Conditions
1. Contractor's Responsibility:
Notice to owner: Contractors are required by law to be licensed and regulated by the Contractors State
License Board. Any questions concerning a Contractor may be referred to the Registrar, Contractors State
License Board, 9835 Goethe Road, Sacramento, CA 95827 or mailing address P.O. Box 26000,
Sacramento, CA 95826.
2. Notifications
The Department of Food and Agriculture requires notification to the Owner or Owner's representative of all
pesticide applications. As part of this maintenance agreement, True North Landscapes will make periodical
small-scale applications of plant protection products and herbicides while on site. This notice serves as
notification of these types of applications. The physical posting of pesticide application information will be
the Owner/Client's responsibility. Upon request, the Owner or Owner's representative will receive a list and
MSDS of these commonly used products that may be used on a weekly basis on the property. A separate
notification prior to applying large-scale pesticides will be provided as well -
Holidays -Except in the event of an emergency, no services will take place on the following Holidays: New
Year's Day, Martin Luther King Day, President's Day, Memorial Day, 4th of July, Labor Day, Columbus Day,
Veteran's Day, Thanksgiving, and Christmas. Generally, abbreviated services will be performed on holiday
weeks. For safety, regular service visits are contingent upon weather.
Occasionally work may be performed as a courtesy, which is not included within this agreement. Should
courtesy work continue to be performed, this work will not be included in the agreement.
The Owner will provide Contractor with irrigation system, planting & drainage plans, or drawings.
Plants managed under this agreement, which are dead or in a state of decline will be brought to the
Owner's attention. Plant replacements will be performed at an additional cost.
The Contractor is permitted to take and use photographs and or video of the property for the purpose of
training, advertising, promotional and or marketing purposes.
3. Sub -Contractors:
The Contractor may engage sub -contractors to perform work, provided that the Contractor will continue to
be responsible for the performance of all Work under this agreement.
4. Liability:
It is understood that the Contractor is not liable for any damage of any kind whatsoever that is not caused
by the negligence of the Contractor, its agents or employees, and that Contractor is not liable for any pre-
existing conditions to the landscape or its components. The Owner assumes no liability for injury to the
Contractor or the Contractor's agents or employees, unless such injury is caused by the Owner, Owner's
agents, or Owner's employees by their negligence or intentional acts.
5. Insurance:
The Contractor will maintain, and, if applicable, require sub -contractors to maintain General Liability,
Automotive Liability, Worker's Compensation, as well as any necessary licenses. Additional insured
certificates will be provided as requested.
6. Vendor Compliance.
In the event a third -party vendor compliance certification is required by the Owner/Client, the costs
associated with the compliance company will be paid by the Owner/Client.
7. Permits:
If required, the cost of permits will be paid by the Owner/Client. Exhibit A
8. Invoices:
Contractor will submit invoices for the amount set forth on the face of this contract. Any services performed
and/or materials delivered which are not agreed upon in this contract, will be deemed "extra service" and
invoiced separately. If payment is not current, Contractor may cease work and keep job idle until all
overdue amounts have been remedied. Such action by Contractor is not considered a breach of this
contract and Contractor is not responsible for site conditions until work resumes and amounts owed have
been brought current.
9.Taxes:
Contractor agrees to pay all applicable taxes on materials supplied to perform services.
10. Termination:
Either party may terminate this agreement by a written 60-day notice of termination. True North
Landscapes, Inc, may cease services without a termination notice if Owner fails or refuses to pay according
to the terms of this agreement.
The intent of acceptance of this contract is to abide by the terms of this contract for an initial period of not
less than twelve (12) months, monthly thereafter. For the convenience of Owner/Client only, the monthly
charge is figured as an average cost over a twelve (12) month period. In the event contract is terminated
early by either party at a time when the value of services paid does not equal the value of services
rendered, Contractor shall be entitled to recover incurred costs including reasonable overhead and profit.
This is because substantial portions of the work for the year may be performed in the early months of the
contract period to include mobilization start-up costs and seasonal tasks. The cost of the work completed
will not be fully recovered until all monthly payments under the contract have been received.
11. Notice of Defect:
Owner/Client agrees to give Contractor a 48-hour notice to rectify any problem or defects that are
discovered in the performance of the work under this contract. Owner/Client agrees to pay, in full, the sum
shown on the face of this contract, and Contractor will not accept any deduction unless such notice is
given.
12. Law:
The Laws of the State of California shall govern this agreement.
13. Miscellaneous:
This contract is binding on all parties who lawfully succeed to the rights or take the place of the Owner or
Contractors. This contract may not be assigned by either party without the consent of the other. If any
legal action or proceeding is brought by either party, including any arbitration of disputes, arising out of, or
relating to this Contractor Agreement, the prevailing party as determined by the Court of Arbitrator, shall be
entitled to receive from the non -prevailing party, in addition to any other relief that may be granted,
reasonable attorney's fees, costs and expenses incurred in the action or proceeding by the prevailing party.
For safety, regular services visits are contingent upon weather.
This proposal is valid for 60 days
'i- _ .`.✓� ..1� �i - ?ilis s3i>.e3��,, 5.>...s.._=�s'sE `,;'I a g P 16 J[
Exhibit B
SUBCONTRACTOR LIST
Contractor hereby certifies that each and every Subcontractor that will perform a portion of the Work in an
amount in excess of one-half of 1 % of the total Contract Price, is provided below along with a description
of the Work, the name of the Subcontractor, its California contractor license number, the location of its
place of business, its DIR registration number, and the portion of the Work that the Subcontractor is
performing based on a percentage of the total Contract Price.
DESCRIPTION
OF WORK
SUBCONTRACTOR
NAME
CALIFORNIA
CONTRACTOR
LICENSE NO.
LOCATION OF
BUSINESS
DIR REG.
NO.
PERCENT
OF
WORK
END OF SUBCONTRACTOR LIST
City Attorney Form, July 2023 Exhibit B
Exhibit C
INSURANCE REQUIREMENTS
Contractor will, at all times under this Contract, procure and maintain in full force and effect the insurance
coverage required in this Exhibit C 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://www.pinsadvantage.com/ upon request by the City, and before the City authorizes Contractor to
proceed with the Work.
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.
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.
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.
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.
5. Required Endorsements. The CGL policy and the automotive liability policy must include the
following specific endorsements:
(a) 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.
(b) 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.
(c) 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").
(d) 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.
(e) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
City Attorney Form, July 2023 Exhibit C
RAF,q�I
�1
i z
o
�i
WITH p e��h
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: True North Landscapes
Contractor's Contact: Nick Giordano Contact's Email: nick.giordano@truenorthlandscapes.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
enter a date.
b. Email contract (in Word) and attachments to City
7/30/2024
Attorney c/o Laraine.Gittens@cityofsanrafael.org
2
City Attorney
a. Review, revise, and comment on draft agreement
9/10/2024
and return to Project Manager
9/10/2024
© NT
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
❑X NT
3
Department Director
Approval of final agreement form to send to
9/16/2024
® _OG_
contractor
4
Project Manager
Forward three (3) originals of final agreement to
9/16/2024
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
© N/A
agendized for City Council approval *
*City Council approval required for Professional Services
I]
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
9/26/24
CS
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
9
City Manager / Mayor
Agreement executed by City Council authorized
official
10
City Clerk
Attest signatures, retains original agreement and
forwards copies to Project Manager
VM Contract - True North Landscapes, LLC - B
Street Garden Maintenance Project
Final Audit Report 2024-10-04
Created:
2024-10-04
By:
Nataly Torres (nataly.torres@cityofsanrafael.org)
Status:
Signed
Transaction ID:
CBJCHBCAABAAyuKzOnshhc9Hk1MdnwZrJV8TPdhjpUHl
" VM Contract - True North Landscapes, LLC - B Street Garden
Maintenance Project" History
Document created by Nataly Torres (nataly.torres@cityofsanrafael.org)
2024-10-04 - 6:00:12 PM GMT- IP address: 99.145.194.25
E-11 Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2024-10-04 - 6:03:17 PM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2024-10-04 - 6:29:49 PM GMT- IP address: 104.47.65.254
60 Document approved by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
Approval Date: 2024-10-04 - 6:34:23 PM GMT - Time Source: server- IP address: 199.88.113.8
E'y Document emailed to rob.epstein@cityofsanrafael.org for signature
2024-10-04 - 6:34:26 PM GMT
Email viewed by rob.epstein@cityofsanrafael.org
2024-10-04 - 6:42:12 PM GMT- IP address: 104.28.123.163
do Signer rob.epstein@cityofsanrafael.org entered name at signing as Robert F. Epstein
2024-10-04 - 6:42:28 PM GMT- IP address: 104.28.123.163
d0 Document e-signed by Robert F. Epstein (rob.epstein@cityofsanrafael.org)
Signature Date: 2024-10-04 - 6:42:30 PM GMT - Time Source: server- IP address: 104.28.123.163
P4 Document emailed to city.clerk@cityofsanrafael.org for approval
2024-10-04 - 6:42:37 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-10-04 - 6:43:07 PM GMT- IP address: 104.47.65.254
Powered by
4 JI" ` SAN RAFAEL Adobe
'o Acrobat Sign
6o Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi
2024-10-04 - 6:43:16 PM GMT- IP address: 199.88.113.8
do Document approved by Brenna Nurmi(city.clerk@cityofsanrafael.org)
Approval Date: 2024-10-04 - 6:43:18 PM GMT -Time Source: server- IP address: 199.88.113.8
C'y Document emailed to cristine.alilovich@cityofsanrafael.org for signature
2024-10-04 - 6:43:21 PM GMT
Email viewed by cristine.alilovich@cityofsanrafael.org
2024-10-04 - 10:31:43 PM GMT- IP address: 174.194.200.7
6o Signer cristine.alilovich@cityofsanrafael.org entered name at signing as Cristine Alilovich
2024-10-04 - 10:32:17 PM GMT- IP address: 174.194.200.7
6o Document e-signed by Cristine Alilovich (cristine.alilovich@cityofsanrafael.org)
Signature Date: 2024-10-04-10:32:19 PM GMT - Time Source: server- IP address: 174.194.200.7
Document emailed to city.clerk@cityofsanrafael.org for signature
2024-10-04 - 10:32:21 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-10-04 - 10:35:39 PM GMT- IP address: 104.47.65.254
6o Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for)
2024-10-04-10:35:53 PM GMT- IP address: 199.88.113.8
do Document e-signed by Brenna Nurmi (for)(city.clerk@cityofsanrafael.org)
Signature Date: 2024-10-04-10:35:55 PM GMT - Time Source: server- IP address: 199.88.113.8
Agreement completed.
2024-10-04 - 10:35:55 PM GMT
I
��'• SAN RAFAEL I Powered by
Adobe
111. -., . ,.:. , ,, _ : Acrobat Sign