Loading...
HomeMy WebLinkAboutFD On-Call Hazardous Vegetation Abatement and Weeding Services Contract No. 2025.0016 City Attorney Form, July 2023 Page 1 CONTRACT BY AND BETWEEN THE CITY OF SAN RAFAEL AND LAND REVISION FOR ON-CALL HAZARDOUS VEGETATION ABATEMENT AND WEEDING SERVICES This contract (“Contract”) is entered into by and between the City of San Rafael (“City”) and Land Revision (“Contractor”), a California corporation, for work on the City’s On-Call Hazardous Vegetation Abatement and Weeding Services 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 classification(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 $75,000 (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”). 06/26/2025 City Attorney Form, July 2023 Page 2 5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, Contractor must pay liquidated damages in the amount of $0 per day for each day of unexcused delay in completion. 6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at Contractor’s sole expense, any Work that the City determines is deficient or defective. 7. 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 provided in Section 1, 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 (the “Indemnitees”) from and against any and all liability, demands, loss, damage, claims, settlements, expenses, and costs (including, without limitation, attorneys’ fees, expert witness fees, and costs and fees of litigation) (collectively, “Liability”) of every nature arising out of or in connection with the acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing the Work or failing to comply with any obligation of Contractor under this Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. 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. 9. Insurance. Contractor will, at all times under this Contract, procure and maintain in full force and effect the insurance coverage provided in Exhibit C, Insurance Requirements, at no cost to City. 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. City Attorney Form, July 2023 Page 3 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. City Attorney Form, July 2023 Page 4 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 5 To CITY’s Representative: Calvin Schrader Senior Vegetation Management Specialist 1400 Fifth Avenue San Rafael, CA 94901 To CONTRACTOR’s Representative: Shane Hudlin Project Manager 3702 Petaluma Blvd. North Petaluma, CA 94952 22. General Provisions. 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 6 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 CONTRACTOR: Exhibit A: Scope of Work and Bid Proposal Exhibit B: Subcontractor List Exhibit C: Insurance Requirements __________________________________ By: ____________________________ Name: ____________________________ Title: ____________________________ Contractor’s California License Number(s) and Expiration Date(s) (required under Section 1 of the Contract): ___________________________________ EXP: 10/26/2026______________________________ Text__________________________________ By: ____________________________ Name: John O”Sullivan _____ Land Revision ___________________ Title: Operations Manager __________________ Andrea Visveshwara (Jun 20, 2025 14:45 PDT) Andrea Visveshwara ris/ine A'i'*vih (Jun 2х, 2025 20:5ц PDT) )risWine AOiORviFh indsa4 ara (Ju' т, 2025 10:тт PDT) 2indsa\ 2ara ________________________________________________________________________________________________ City Attorney Form, July 2023 Exhibit A 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. Land Revision will conduct vegetation management work on private and public properties for fire prevention. The work will include general open space maintenance on City owned property and include direct resident assistance and, if necessary, abatement activities. Abatement and direct assistance work will include grass trimming, tree pruning, tree removal, and dead brush removal. 707-790-5263 landrevision@mail.com Thank you for your interest in working with Land Revision. The following is current hourly rate for labor and equipment in 2024. Most projects will be bid/proposal, this is a general price list for hourly / daily rates. These rates do not include additional requested or required bonds, insurance, or material requirements to complete the project. **Current rates reflect 2024. Rates increase 5% per year** Heavy Equipment Equipment Image(s) Model/ Brand Year Horsepower/ Specs Attachments Hourly/ Daily Pad Foot/ Sheeps Foot Hyster/ C612B 2018 100HP -16,000lbs - 72in Drum with Vibration $2100/day 8 Hours minimum Excavator Mecalac 2018 75HP -16,0000lbs - 22-foot reach -Mastication Head -Buckets: 8, 16, 30in - V-Ditch Bucket -Brush Grapple -Rake Excavator Bobcat/ E50 2020 - 11,876 lbs -19.4ft reach -Bucket digging force: 9,511 lbf -Width: 77.2 in - Mastication Head Bulldozer Komatsu/ D45P-1 1978 102HP -22,000lbs - 8-foot blade -72in Disc - 4 Way Blade $2520/day 8 Hours minimum T&%""I-+; T&%""IR+; px+J’Jt L 707-790-5263 landrevision@mail.com Skid Steer Kubota/ SVL-2s 2019 95HP - Operating Weight: 11,574lbs - Travel Speed: 7.3mph - Mastication Head - 72in Bucket $263/Hr 4 Hours minimum Skid Steer Bobcat/ T770 2020 92HP - 10,515lbs - Turbocharged engine - Ground Pressure: 4.2 psi - Mastication Head - 72in bucket $263/Hr 4 Hours minimum L39 Tractor Kubota/ L39 2015 39HP - Operating Weight: 6,987lbs - Lift Capacity: 2,767lbs - Max Speed: 14.3mph - 72in Bucket - 4 in 1 Bucket - 72in Flail Mower - 72in Box Mower - 72in Disc - 72in Box Scraper 4 Hours minimum L38 Tractor Kubota/ L38 2012 38HP - Operating Weight: 2,600lbs - PTO Speed: 540RPM - Max Speed: 13.7mph - 72in Bucket - 4 in 1 Bucket - 72in Flail Mower - 72in Box Mower - 72in Disc - 72in Box Scraper 4 Hours minimum TNP"IL. TNP"IL. Exhibit A 707-790-5263 landrevision@mail.com MX6000HST Tractor Kubota/ MX6000 2022 60HP - Operating weight: 5,000lbs - PTO Speed: 540 RPM - Max Speed: 17.7mph - 72in Bucket - 4 in 1 Bucket - 72in Flail Mower - 72in Box Mower - 72in Disc - 72in Box Scraper 4 Hours minimum Bat-Wing Mower 4 Hours minimum Roller Caterpillar CB-214C 2003 Engine Power: 24kW - 2-ton vibratory - Smooth drum roller 4 Hours minimum Chipper Bandit/ Intimidator 18XP 2019 165HP - Weight: 9700lbs - Capacity: 18in Message Board Wanco 2018 6’ x 12’ - 360° display $350/Day TNP"IL. !220"#$ TN58IL. T1400IR+; Exhibit A 707-790-5263 landrevision@mail.com Message Board Wanco 2018 4’ x 8’ - 360° display $350/Day Exhibit A 707-790-5263 landrevision@mail.com Conventional Services MS 661 Chainsaw Stihl/ MS 661 2023 - Engine Power: 7.2bhp - Guide Bar Length: 25in - Powerhead Weight: 16.8lbs 4 Hours minimum MS 362C Chainsaw Stihl/ 362C 2022 - Engine Power: 4.69bhp - Guide Bar Length: 20in - Powerhead Weight: 13.5lbs 4 Hours minimum MS 261C Chainsaw Stihl/ MS 261C 2022 - Engine Power: 4.0bhp - Guide Bar Length: 167in Powerhead Weight: 10.8lbs 4 Hours minimum MS 261 Chainsaw Stihl/ MS 261 2021 - Engine Power: 4.0bhp - Guide Bar Length: 16in - Powerhead Weight: 10.8lbs 4 Hours minimum TS 500i Concrete Cutting Saw Stihl/ TS 500i 2021 - Engine Power: 5.2bhp - Max Spindle Speed: 5,350rpm - Weight: 22.5lbs 4 Hours minimum T95IL. T95IL. T95IL. T95IL. T95IL. Exhibit A 707-790-5263 landrevision@mail.com PPT 2620 Pole saw Echo/ PPT 2620 2021 - Length Extended: 146in - Bar Length: 12in - Dry Weight: 17.4lbs 4 Hours minimum FS 91 R Hedger Stihl/ FS 91 R 2022 - Engine Power: 1.27bhp - Cutting Width: 16.5in - Weight: 12.1lbs 4 Hours minimum FS 240 Weed Whip Stihl/ FS 240 2021 - Engine Power: 2.3bhp - Cutting Width: 16.5in - Weight: 15.2lbs 4 Hours minimum SRM-410U Weed Whip (x4) Echo/ SRM-410U 2021 - Cutting Swath: 10in - Cutting Head: 10in Brush Blade - Shaft Length: 60.2in 4 Hours minimum Backpack Blower Echo/ PB-9010T 2021 - Max Air Speed at Nozzle: 220mph - Dry Weight: 26.7lbs 4 Hours minimum T95IL. T95IL. T$%IL. T$%IL. T$%IL. Exhibit A 707-790-5263 landrevision@mail.com BG 86C Stihl/ BG 86C 2021 - Engine Power: 1.07bhp - Blowing Force: 15 Newtons 4 Hours minimum QAL Application $200/Hr + Price of Material Electric Services: Due to increase in battery supply and demand shortage, our rates are reflective of the current market FSA 136 Electric Weed Whips (x4) Stihl/ FSA 135 2022 - Battery System: AP Series - Run Time: 45min - Weight: 14.8lbs 4 hour minimum MSA 220 C-B Electric Chainsaw Stihl/ MSA 220 C-B 2023 - Battery System: AP Series - Run Time: 37min - Weight: 10.4lbs 4 hour minimum T$%IL. TN""IL. TN""IL. Exhibit A 707-790-5263 landrevision@mail.com BGA 86 Electric Blower Stihl/ BGA 86 2023 - Blowing Force: 15 Newtons - Max Air Velocity: 154mph - Weight: 6.2lbs 4 hour minimum General Services Foreman/Lead Labor Admin Trucking and trailers TN""IL. TNN"IL. T$%IL. T$%IL. Exhibit A 707-790-5263 landrevision@mail.com 10-Wheel Dump truck F-650 2008 - 12-footer with side dump - End Dump - 6-ton max hauling (6 yards) - Lift Gate - Side Dump Bucket Chip Truck Ford F-550 2011 - Bucket truck - Chipper Bed Service Truck Ford F-550 2009 - 12ft bed with utility storage Hook Truck Peterbilt 567 2017 - Two separate dump boxes 10-Yard Debris Box - 10yd Debris Box - 19’ long - 7’ wide - 3’ tall Services Provided in: - Petaluma - Cotati - Penngrove - Rohnert Park - Santa Rosa - Novato $350/ Haul for 7 Days + $150/Ton TN'PIL. TN'PIL. !225%&' !"#$%&' Exhibit A 707-790-5263 landrevision@mail.com 20-Yard Debris Box - 20yd Debris Box - 19’ long - 7’ tall - 8’ wide Services provided in: - Petaluma - Cotati - Penngrove - Rohnert Park - Santa Rosa - Novato $450/Haul for 7 days + $150/ton 30-Yard Debris Box - 30yd Debris Box - 19’ long - 9’ tall - 8’wide Services provided in: - Petaluma - Cotati - Penngrove - Rohnert Park - Santa Rosa - Novato $600/Haul for 7 days + $150/Ton Dodge Ram Dodge/ 3500 2019 - 4x4 - Total GVWR: 35,000 Fire Truck HME 2001 - 800-gallon tank - Type 3 Generator - CAFS system with air compressor - 13k winch on front 16x8 Gooseneck Dump Trailer PJ/ DD16 2017 - 16 yards max hauling - 25,000lbs payload max TN'PIL. TN'PIL. TN6PIL. Exhibit A 707-790-5263 landrevision@mail.com 5x10 Dump Trailer Black Panther/ 2016 - 3 yards max hauling - 2 Tons 30 Foot Hydraulic Dovetail Gooseneck Diamond C/ FMAX210 2021 - 30-Footer - 20,000lb payload max 20 Foot Flatbed Trailer C&B 2019 - Tilt Bed - Dual Axle - 7,300 Cargo Capacity Hyster Tilt Bed Hyster 1968 - 73,280lbs Miller Tilt bed Miller 1974 - 80,000lbs TN6PIL. TN6PIL. TN6PIL. TN6PIL. TN6PIL. Exhibit A 707-790-5263 landrevision@mail.com Tandem Axle utility trailer Big Tex Trailers/ 60PI-16RG 2021 - 77”x16’ - GVW: 6,000lbs - 4’ ramp gate - Axle 3500lbs - Jack 2000lbs top wind, set- back jack - Spare Tire Mount - Tie down loops - Electric Brakes - Removable Sand Foot on Jack Reliance Truck Peterbilt 1986 Reliance End Dump Reliance 1975 - Weight: 73,280lbs - Trailer weighs: 11,000lbs - 30 yards max hauling Reliance Lowbed Reliance 1967 - 100,000lbs Peterbilt Truck Tractor Peterbilt/ 358 1968 - 80,000lbs TN6PIL. TN6PIL. TN6PIL. TN6PIL. TN6PIL. Exhibit A 707-790-5263 landrevision@mail.com Other Equipment 500-Gallon Water Buffalo Multiquip 2019 - High Pressure pump - 500-gallon - hose from ¾ up to 2in $105/Hr Porta Potty Storage Trailer Homebuilt 2023 - Tools Storage - Bathroom Storage $105/Day Porta Potty Sweet Pea - Bathroom Additional Attachments Disc Land Pride 2018 T&""IZ//: ]. T&""Ii3C Exhibit A 707-790-5263 landrevision@mail.com Flail Mower Woodmaxx FM-78 2018 - 3ft Hydraulic Slide PTO Rake Land Pride/ LR2684 2018 - 84” width Exhibit A ________________________________________________________________________________________________ City Attorney Form, July 2023 Exhibit B 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 C 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. Vegetation Management Agreement - Land Revision - On-Call Vegetation Abatement and Weeding Services Final Audit Report 2025-07-03 Created:2025-06-20 By:Nataly Torres (nataly.torres@cityofsanrafael.org) Status:Signed Transaction ID:CBJCHBCAABAA9BVhsFellCbUKpBYg2EjHAYb-y4TxCbt "Vegetation Management Agreement - Land Revision - On-Call Vegetation Abatement and Weeding Services" History Document created by Nataly Torres (nataly.torres@cityofsanrafael.org) 2025-06-20 - 9:34:07 PM GMT- IP address: 199.88.113.8 Document emailed to Andrea Visveshwara (andrea.visveshwara@cityofsanrafael.org) for signature 2025-06-20 - 9:35:35 PM GMT Email viewed by Andrea Visveshwara (andrea.visveshwara@cityofsanrafael.org) 2025-06-20 - 9:44:31 PM GMT- IP address: 104.47.65.254 Document e-signed by Andrea Visveshwara (andrea.visveshwara@cityofsanrafael.org) Signature Date: 2025-06-20 - 9:45:00 PM GMT - Time Source: server- IP address: 199.88.113.8 Document emailed to cristine.alilovich@cityofsanrafael.org for signature 2025-06-20 - 9:45:05 PM GMT Email viewed by cristine.alilovich@cityofsanrafael.org 2025-06-27 - 3:57:01 AM GMT- IP address: 104.47.64.254 Signer cristine.alilovich@cityofsanrafael.org entered name at signing as Cristine Alilovich 2025-06-27 - 3:57:21 AM GMT- IP address: 71.198.110.147 Document e-signed by Cristine Alilovich (cristine.alilovich@cityofsanrafael.org) Signature Date: 2025-06-27 - 3:57:23 AM GMT - Time Source: server- IP address: 71.198.110.147 Document emailed to city.clerk@cityofsanrafael.org for signature 2025-06-27 - 3:57:28 AM GMT Email viewed by city.clerk@cityofsanrafael.org 2025-07-03 - 5:32:26 PM GMT- IP address: 199.88.113.8 Signer city.clerk@cityofsanrafael.org entered name at signing as Lindsay Lara 2025-07-03 - 5:33:19 PM GMT- IP address: 199.88.113.8 Document e-signed by Lindsay Lara (city.clerk@cityofsanrafael.org) Signature Date: 2025-07-03 - 5:33:21 PM GMT - Time Source: server- IP address: 199.88.113.8 Agreement completed. 2025-07-03 - 5:33:21 PM GMT