HomeMy WebLinkAbout25889COUN'lTY OF FRESNO
DATE: 1012112009
THIS EXTRACT IS FOR REFERENCE AND INFORMATIONAL PURPOSES ONLY. ALL BUSINESS AND MANAGEMENT DECISIONS MUST
BE GOVERNED BY THE UNDERLYING CONTRACT. ANY QUESTIONS MUST INCLUDE THE WMRACT NUMBER AND BE ADDRESSED A!lil#fl$lE r TO THE WUNTY'S PURCHASING OFFICE AT 45671 10.
CONTRACT NUMBER: P-09490-G VENDOR NUMBER 0000027824
CONTRACT TITLE: Landscape Maintenance Sewices at C.S.A. No. NAME 1 ADDRESS Jon Robert Alsdorf - Land Scape Conbador
7D
CONTRACT PERIOD: 1 W1IM09 th~ 91W2012
USING AGENCIES: Public Works
TERMS: Net 45 Days
DEUVERY TERMS:
DEUVERY TIME:
BUYER: G - Craig J. Nickel
CONTRACT VALUE: $1,202.00 Annual Maximum
LOCATION: P.W. C.S.A. No. 7D
6808 W. Clinton Avenue
Fresno, CA 93722
REPRESENTATIVE: Jon Robert Alsdorf
TELEPHONE: (559) 276-1 726
FAX: (559) 276-2913
E-MAIL: jm-landscape0ad.com
BOARWGROUPISTATE COHTRACT NO:
REQUISITION NO'S:
17390000(fl
0- ~ancdlation R- 515-4674
0-d [7~lort~wm TlcWe ~6/30/2012
0~dj-d nm4- Cock:
U~dd0n KIII REPORTS: None
Org: 9172
Supersedes
COMMODITIES, SERVICES OR MAINTENANCE COVERED UNDER MIS ACTION:
Provide Landscape Maintenance Services at C.S.A. No. 7D.
There is no minimum houdy charge.
There is a minimum hourly charge for concrete work - $28 per hour, tree trimming - $35 per hour.
A maximum of $1 10.00 annually should be allowed for additional or extm services.
SPEClAL CONDITIONS FOR USE:
AUTOMATIC RENEWAL: In the absence of notification from vendor to Purchasing, or instructions from County department to Purchasing, this
Agreement will automatically renew for one year on October 1,2010 and October 1,201 1.
DISTRIBUTION REWESTEDIBYDATE ADDKDNAL DISTRIBUTION
CONTFWT RLE: id
AUDITOR
DEPARTMENT: PuMcWcuk
COUNTY ADMINISTRATIVE OFFICE
GENERAL SERVICES
ARPl K. APKARIAN
DEPUTY DIRECTOR
PROCUREMENT AGREEMENT
Agreement Number P-09-490-G
October 2,2009
Jon Robert Alsdorf - Landscape Contractor
6808 W. Clinton
Fresno, CA 93723
The County of Fresno (County) hereby contracts with Jon Robert Alsdorf - Landscape Contractor
(Contractor) to provide Landscape Maintenance Services at CSA No. 7D in accordance with the
specifications, requirements, terms and conditions as stated under County's Request for Quotation
Number 51 5-4674 (Exhibit No. One), the Contractor's response thereto (Exhibit No. Two) and
Attachment "A". Each document is attached, and by reference incorporated herein.
TERM: This Agreement will be for one (1) year effective October 1,2009.
RENEWAL: Agreement shall automatically renew for an additional one (1) year period except
when written notice is delivered by either party to the other expressing intent not to renew. Such
notice must be delivered a minimum of sixty (60) days prior to the next expiration date of this
Agreement. The maximum number of automatic one (1) year renewal periods under this
Agreement is two (2).
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment
"A" attached, at the rates set forth in Attachment "A".
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this
Agreement as deemed necessary. Such additions shall be made in writing and signed by both
parties.
DEFAULT: In case of default by Contractor, the County may procure the articles from another
source and may recover the loss occasioned thereby from any unpaid balance due the Contractor
or by any other legal means available to the County. The prices paid by County shall be considered
the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for
delivery, which do not meet specifications, will be at the expense of Contractor.
INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in
accordance with invoicing instructions included in each order referencing this Agreement. The
Agreement number must appear on all shipping documents and invoices. Invoice terms shall be
Net 45 Days.
AWE; Fact Hamlltnn Avnn~~n / Frrxnn rallfnrnla Q77n7-AKQQ I Dhnnn lKGOl dK6-7lln I Fav Ir;r;O\ AG6-7Q21
. PROCUREMENT AGREEMENT NUMBER: P-09-490-G
Jon Robert Alsdorf - Landscape Contractor
October 2,2009
Page 2
MAXIMUM: In no event shall services performed andlor fees paid under this Agreement be in
excess of $1,202.00.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days
written notice to the Contractor. In the event of such termination, the Contractor shall be paid for
satisfactory services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations
whether they be Federal, State or municipal, which may be applicable to Contractor's business,
equipment and personnel engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the
purchased goods are incorporated herein by reference. In addition: The Contractor shall
maintain in good and legible condition all books, documents, papers, data files and other records
related to its performance under this contract. Such records shall be complete and available to
Fresno County, the State of California, the federal government or their duly authorized
representatives for the purpose of audit, examination, or copying during the term of the contract
and for a period of at least three years following the County's final payment under the contract or
until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under
this Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers,
agents and employees from any and all claims for damage or other liability, including costs,
expenses, causes of action, claims or judgments resulting out of or in any way connected with
Contractor's performance or failure to perform by Contractor, its agents, officers or employees
under this Agreement.
INSURANCE:
Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any third
parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance
pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than One Million Dollars
($1,000,000.00) per occurrence and an annual aggregate of Two Million Dollars
($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require
specific coverage including completed operations, product liability, contractual liability,
Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed
necessary because of the nature of the contract.
G:\PUBLIC\CONTRACTS & EXTRACTS\G\P-09-490-G JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
,PROCUREMENT AGREEMENT NUMBER: P-09-490-G
Jon Robert Alsdorf - Landscape Contractor
October 2,2009
Page 3
B. Automobile Liability
Comprehensive Automobile Liability lnsurance with limits for bodily injury of not less than
Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand
Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred
Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles
used in connection with this Agreement.
C. Professional Liability
If Contractor employs licensed professional staff, (e.g., Ph.D., R. N., L.C.S. W., M.F.C.C.) in
providing services, Professional Liability lnsurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual
aggregate.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional
insured, but only insofar as the operations under this Agreement are concerned. Such coverage
for additional insured shall apply as primary insurance and any other insurance, or self-
insurance, maintained by County, its officers, agents and employees shall be excess only and
not contributing with insurance provided under Contractor's policies herein. This insurance shall
not be cancelled or changed without a minimum of thirty (30) days advance written notice given
to County.
Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor
shall provide certificates of insurance and endorsement as stated above for all of the foregoing
policies, as required herein, to the County of Fresno, stating that such insurance coverage have
been obtained and are in full force; that the County of Fresno, its officers, agents and employees
will not be responsible for any premiums on the policies; that such Commercial General Liability
insurance names the County of Fresno, its officers, agents and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are
concerned; that such coverage for additional insured shall apply as primary insurance and any
other insurance, or self-insurance, maintained by County, its officers, agents and employees,
shall be excess only and not contributing with insurance provided under Contractor's policies
herein; and that this insurance shall not be cancelled or changed without a minimum of thirty
(30) days advance, written notice given to County.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided,
the County may, in addition to other remedies it may have, suspend or terminate this Agreement
upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California.
lnsurance purchased shall be purchased from companies possessing a current A.M. Best, Inc.
rating of A FSC VII or better.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed
by Contractor under this Agreement, it is mutually understood and agreed that Contractor,
including any and all of Contractor's officers, agents, and employees will at all times be acting
and performing as an independent contractor, and shall act in an independent capacity and not
as an officer, agent, servant, employee, joint venturer, partner, or associate of the County.
Furthermore, County shall have no right to control or supervise or direct the manner or method
G:\PUBLIC\CONTRACTS & EXTRACTS\G\P-09-490-G JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
,PROCUREMENT AGREEMENT NUMBER: P-09-490-G
Jon Robert Alsdorf - Landscape Contractor
October 2,2009
Page 4
by which Contractor shall perform its work and function. However, County shall retain the right
to administer this Agreement so as to verify that Contractor is performing its obligations in
accordance with the terms and conditions thereof. Contractor and County shall comply with all
applicable provisions of law and the rules and regulations, if any, of governmental authorities
having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to
employment rights and benefits available to County employees. Contractor shall be solely liable
and responsible for providing to, or on behalf of, its employees all legally-required employee
benefits. In addition, Contractor shall be solely responsible and save County harmless from all
matters relating to payment of Contractor's employees, including compliance with Social
Security, withholding, and all other regulations governing such matters. It is acknowledged that
during the term of this Agreement, Contractor may be providing services to others unrelated to
the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor
their rights or duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and
the County with respect to the subject matter hereof and supersedes all previous negotiations,
proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids
and understandings of any nature whatsoever unless expressly included in this Agreement. This
Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may
be amended only by written addendum signed by both parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which
constitute this Agreement, the inconsistency shall be resolved by giving precedence in the
following order of priority: (1) the text of this Agreement (excluding Attachment "A, County's
Request for Quotation No. 51 5-4674 and the Contractor's Quote in response thereto); (2)
Attachment ''A" (3) the County's Request for Quotation No. 51 54674 and (4) the Contractor's
quotation made in response to County's Request for Quotation No. 5154674.
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the
laws of the State of California. Venue for any action shall only be in County of Fresno.
Please acknowledge your acceptance by returning all pages of the signed original of this
Agreement to my office, retaining a copy for your files.
Please refer any inquiries in this matter to Craig Nickel, Buyer Ill, at (559) 456-71 10 or FAX at
(559) 456-7831.
FOR THE COUNTY OF FRESNO
Purchasing supervisor
4525 East Hamilton Avenue
Fresno, CA 937W-4699
Date: /d~/7
KAV:CJN:ssj / / (
G:\PUBLIC\CONTRACTS & EXTRACTS\G\P-09-4904 JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
, PROCUREMENT AGREEMENT NUMBER: P-09-490-G
Jon Robert Alsdorf - Landscape Contractor
October 2,2009
Page 5
CONTRACTOR TO COMPLETE:
Company:
Type of Entity:
Mndividual Limited Liability Company
Sole Proprietorship Limited Liability Partnership
Corporation General Partnership
Signed by:
Print Name and Title Date
Address
Address
mu
City
& 43 723
State Zip
ACCOUNTING USE ONLY
ORG No.: 91 72
Account No.: 7220
Requisition No.: 1739000001
(1 0108)
G:\PUBLIC\CONTRACTS & EXTRACTS\G\P-09-490-G JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
.PROCUREMENT AGREEMENT NUMBER: P-09-490-G
Jon Robert Alsdorf - Landscape Contractor
October 2,2009
Attachment Page 1 of 1
A nACnMENr '2 '"
SERVICES
Contractor to provide all labor, materials, equipment, taxes etc to provide park maintenance
services at the County Service Area (CSA-7D).
Monthly Service Charge
Labor Rate for Additional ServicesIExtra Services (per hour)
Labor Rate for Weed Control (per hour)
Labor Rate for Pesticide Application (per hour)
Labor Rate for Irrigation Maintenance (per hour)
Labor Rate for Replacement of Landscaping (per hour)
There is no minimum hourly charge
There is a minimum hourly charge for: Concrete Work $28.00 per hour
Tree Trimming $35.00 per hour
A maximum of $110.00 annually shall be allowed for Additional or Extra Services.
G:\PUBLIC\CONTRACTS & EXTRACTS\G\P-09-4904 JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
EXHIBIT NO. ONE
G:\PUBLIC\CONTRACTS 8 EXTRACTS\G\P-09490-G JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 5154674
LANDSCAPE MAINTENANCE AT CSA NOS. 33,7D AND 43
March 2,2009
PURCHASING USE
IF-~IQI . . G:\PUBLIC\RFQ\515-4674 LANDSCAPE MAINTENAN
ORGIRequisition: 91731 1739000001
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO, CA 93702-4599
CLOSING DATE OF BID WlLL BE AT 2:00 P.M., ON MARCH 17,2009.
QUOTATIONS WlLL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications is to be directed to: Craig Nickel, phone (559) 456-7110, FAX (559) 456-7831.
GENERAL CONDITIONS: See "County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals
(RFP'S) and Requests for Quotations (RFQ'S)" attached. Check County of Fresno Purchasing's Open Solicitations website at
htt~:l/www2.co.fresno.ca.us104401Bidshome2.a~~ for RFQlRFP documents and changes.
BIDDER TO COMPLETE
UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATACHED QUOTATION SCHEDULE AT THE
PRICES AND TERMS STATED, SUBJECT TO THE 'COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUEST FOR QUOTATIONS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)"ATTACHED.
Except as noted on individual items, the following will apply b all items in the Quotation Schedule.
1. Complete delivery will be made within calendar days after receipt of Order.
2. A cash discount % days will apply.
COMPANY
-- - ---
CITY STATE ZIP CODE
0 ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNED BY
PRINT NAME TITLE
duotation No. 51 5-4674
COUNTY OF FRESNO PURCHASING
STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)
Note: the reference to 'bids" in the following paragraphs applies to RFP's and RFQ's
By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.
1. BID PREPARATION:
A) All prices and notations must be typed or written in ink. No erasures
permitted. Errors may be crossed out, initialed and corrections
printed in ink by person signing bid.
B) Brand Names: Brand names and numbers when given are for
reference. Equal items will be considered, provided the offer clearly
describes the article and how it differs from that specified. In the
absence of such information it shall be understood the offering is
exactly as specified.
C) State brand or make of each item. If bidding on other than speufied,
state make, model and brand being bid and attach supporting
literaturelspecifications to the bid.
D) Bid on each item separately. Prices should be stated in units
specified herein. All applicable charges must be quoted; charges on
invoice not quoted herein will be disallowed.
E) Time of delivery is a part of the consideration and must be stated in
definite terms and must be adhered to. F.O.B. Point shall be
destination or freight charges must be stated.
F) All bids must be dated and signed with the firm's name and by an
authorized officer or employee.
G) Unless othetwise noted, prices shall be firm for 120 days after
closing date of bid.
2. SUBMITTING BIDS:
A) Each bid must be submitted on forms provided in a sealed envelope
with bid number and closing date and time on the outside of the
envelopelpackage.
0) Interpretation: Should any discrepancies or omissions be found in
the bid specifications or doubt as to their meaning, the bidder shall
notify the Buyer in writing at once. The County shall not be held
responsible for verbal interpretations. Questions regarding the bid
must be received by Purchasing at least 5 working days before bid
opening. All addenda issued shall be in writing, duly issued by
Purchasing and incorporated into the contract.
C) ISSUING AGENTIAUTHORIZED CONTACT: This RFQ has been
issued by County of Fresno Purchasing. Purchasing shall be the
vendor's sole point of contact with regard to the RFQ, its content,
and all issues concerning it.
All communication regarding this RFQ shall be directed to an
authorized representativeof County Purchasing. The specific buyer
managing this RFQ is identified on the cover page, along with his or
her telephone number, and he or she should be the primary point of
contact for discussions or information pertaining tothe RFQ. contact with
any other County representative, including elected officials, for the
purpose of discussing this RFQ, its content, or any other issue
conceming it, is prohibited unless authorized by Purchasing. Violation of
this clause, by the vendor having unauthorized contact (verbally or in
writing) with such other County representatives, may constitute grounds
for rejection by Purchasing of the vendor's quotation.
The above stated restriction on vendor contact with County
representatives shall apply until the County has awarded a purchase
order or contract to a vendor or vendors, except as follows. First, in the
event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are
managing that protest as outlined in the County's established protest
procedures. All such contact must be in accordance with the sequence
set forth under the protest procedures. Second, in the event a public
hearing is scheduled before the Board of Supervisors to hear testimony
prior to its approval of a purchase order or contract, any vendor may
address the Board.
D) Bids received afler the closing time will NOT be considered.
E) Bidders are to bid what is specified or requested first. If unable to or
willing to, bidder may bid alternative or option, indicating all advantages,
disadvantages and their associated cost.
F) Public Contract Code Section 7028.15
Where the State of California requires a Contractoh license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
3. FAILURE TO BID:
A) If not bidding, return bid sheet and state reason for no bid or your name
may be removed from mailing list.
4. TAXES, CHARGES AND EXTRAS:
A) County of Fresno is subject to California sales andlor use tax (7.975%).
Please indicate as a separate line item if applicable.
8) DO NOT include Federal Excise Tax. County is exempt under
Registration No. 94-7343401-K.
C) County is exempt from Federal Transportation Tax. Exemption
certificate is not required where shipping papers show consignee as
County of Fresno.
D) Charges for transportation, containers, packing, etc. will not be paid
unless speufied in bid.
G:WBLIC\RFQb15-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674
5. W-9 - REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICATION:
Upon award of bid, the vendor shall submit to County Purchasing, a
completed W-9 - Reauest for TmDaver Identification Number and
Certification if not already a current vendor with The County of Fresno.
This form is available from the IRS to complete on line at
htt~:/lwww.irs.~ovl~ublirs-~dflfw9.Ddf.
6. AWARDS:
A) Subject to the local preference provisions referenced in Paragraph 6
below and more thoroughly set forth in the General Requirements
section of this RFQ, award(s) will be made to the most responsive
responsible bidder. The evaluation will include such things as life-
cycle cost, availability, delivery costs and whose product andlor
service is deemed to be in the best interest of the County. The
County shall be the sole judge in making such determination.
B) Unless bidder gives notice of all-or-none award in bid, County may
accept any item, group of items or on the basis of total bid.
C) The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
D) After award, all bids shall be open to public inspection. The County
assumes no responsibility for the confidentiality of information
offered in a bid.
I. LOCAL VENDORS
A) Local Vendor Preference (applicable to RFQ Process only)
The following provisions are applicable only to the County's
acquisition of materials, equipment or supplies through the RFQ
process when the funding source does not require an exemption to
the Local Vendor Preference.
THE PROVISIONS OF THlS PARAGRAPH ARE APPLICABLE,
NOTWITHSTANDING ANY OTHER PROVISIONS OF THlS RFQ
TO THE CONTRARY
If the apparent low bidder is not a local vendor, any local vendorwho
submitted a bid which was within five percent (5%) of the lowest
responsive bid as determined by the purchasing agent shall have
the option of submitting a new bid within fortyeight hours (not
including weekends and holidays) of County's delivery of notitication.
Such new bids must be in an amount less than or equal to the lowest
responsive bid as determined by the purchasing agent. If the
purchasing agent receives any new bids from local vendors who
have the option of submitting new bids within said fortyeight hour
period, it shall award the contract to the local vendor submitting the
lowest responsible bid. If no new bids are received, the contract shall
be awarded to the original low bidder as announced by the
purchasing agent.
B) Local Vendor Defined
'Local Vendor' shall mean any business which:
1. Has its headquarters, distribution point or locally-owned
franchise located in or having a street address within the
County for at least six (6) months immediately prior to the
issuance of the request for competitive bids by the purchasing
agent; and
2. Holds any required business license by a jurisdiction located in
Fresno County; and
3. Employs at least one (I) full-time or two (2) part-time employees
whose primary residence is located within Fresno County, or if the
business has no employees, shall be at least fifty percent (50%)
owned by one or more persons whose primary residence(s) is
located within Fresno County.
8. TIE BIDS:
All other factors being equal, the contract shall be awarded to the Fresno
County vendor or, if neither or both are Fresno County vendors, it may be
. awarded by the flip of a coin in the presence of witness& or the entire bid-may
be rejected and re-bid. If the General Requirements of this RFQ state thatthey
are applicable, the provisions of the Fresno County Local Vendor preferen&
shall take priority over this paragraph.
9. PATENT INDEMNITY:
The vendor shall hold the County, its officers, agents and employees,
harmless from liability of any nature or kind, including costs and expenses, for
infringement or used any copyrighted or uncopyrighted composition, secret
process, patented or unpatented invention, article or appliance furnished or
used in connection with this bid.
10. SAMPLES:
Samples, when required, must be furnished and delivered free and, if not
destroyed by tests, will upon written request (within 30 days of bid closing
date) be returned at the bidder's expense. In the absence of such notification,
County shall have the right to dispose of the samples in whatever manner it
deems appropriate.
I I. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case of default by vendor, the County may procure the articles or
service from another source and may recover the cost difference and
related expenses occasioned thereby from any unpaid balance due the
vendor or by proceeding against performance bond of the vendor, if any,
or by suit against the vendor. The prices paid by the County shall be
considered the prevailing market price at the time such purchase is
made.
B) Articles or services, which upon delivery inspection do not meet
specifications, will be rejected and the vendor will be considered in
default. Vendor shall reimburse County for expenses related to delivery
of non-specified goods or services.
C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury
or destruction to goods and materials ordered herein which ocarr prior to
delivery and such loss, injury or destruction shall not release vendor from
any obligation hereunder.
12. DISCOUNTS: t
Terms of less than 15 days for cash payment will be considered as net in
evaluating this bid. A discount for payment within ffteen (15) days or more will
be considered in determining the award of bid. Discount period will commence
either the later of delivery or receipt of invoice by the County. Standard terms
are Net Forty-five (45) days.
13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL
CONDITIONS.
The 'General Conditions' provisions of this RFPlRFQ shall be superseded if in
conflict with any other section of this bid, to the extent of any such conflict.
G:\PUBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,70 AND 43.DOC
~uotat'ion No. 51 5-4674
14. SPECIAL REQUIREMENT:
With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Material Safety Data Sheet for each product,
which contains any substance on 'The List of 800 Hazardous
Substances', published by the State Director of Industrial Relations. (See
Hazardous Substances Information and Training Act. Califomia State
Labor Code Sections 6360 through 6399.7.)
15. RECYCLED PRODUCTSIMATERIALS:
Vendors are encouraged to provide and quote (with documentation)
recycled or recyclable productslmaterials which meet stated
specrfications.
16. YEAR COMPLIANCE WARRANTY
Vendor warrants that any product furnished pursuant to this
Agreementlorder shall support a fourdigit year format and be able to
accurately process date and time data from, into and between the
twentieth and twenty-first centuries, as well as leap year calculations.
'Product' shall include, without limitation, any piece or component of
equipment, hardware, firmware, middleware, custom or commercial
software, or intemal components or subroutines therein. This warranty
shall survive termination or expiration of this Agreement.
In the event of any decrease in product functionality or accuracy related to
time andlor date data related codes and/or intemal subroutines that
impede the product from operating correctly using dates beyond
December 31,1999, vendor shall restore or repair the product to the same
level of functionality as warranted herein, so as to minimize intemption to
County's ongoing business process, time being of the essence. In the
event that such warranty compliance requires the acquisition of additional
programs, the expense for any such associated or additional acquisitions,
which may be required, including, without limitation, dataconversion tools,
shall be bome exclusively by vendor. Nothing in this warranty shall be
construed to limit any rights or remedies the County may otherwise have
under this Agreement with respect to defects otherthan year performance.
17. PARTICIPATION:
Bidder may agree to extend the terms of the resulting contract to other
political subdivision, municipalities and tax-supported agencies.
Such participating Governmental bodies shall make purchases in their
own name, make payment directly to bidder, and be liable directly to the
bidder, holding the County of Fresno harmless.
18. CONFIDENTIALITY:
All services performed by vendor shall be in strict conformance with all
applicable Federal, State of California andlor local laws and regulations
relating to confidentiality, induding but not limited to, Califomia Civil Code,
Califomia Welfare and Institutions Code, Health and Safety Code,
California Code of Regulations, Code of Federal Regulations.
Vendor shall submit to County's monitoring of said compliance.
Vendor may be a business associate of County, as that term is defined in
the 'Privacy Rule* enacted by the Health Insurance Portability and
Accountability Act of 1996 (HIPAA). As a HlPAA Business Associate,
vendor may use or disclose protected health information ('PHI') to perform
functions, activities or services for or on behalf of County as specified by
the County, provided that such use or disclosure shall not violate HlPAA
and its implementing regulations. The uses and disclosures if PHI may not
be more expansive than those applicable to County, as the 'Covered
Entity' under HIPAA'S Privacy Rule, except as authorized for
management, administrative or legal responsibilities of the Business
Associate.
Vendor shall not use or further disclose PHI other than as permitted or required
by the County, or as required by law without written notice to the County.
Vendor shall ensure that any agent, induding any subcontractor, to which
vendor provides PHI received from, or created or received by the vendor on
behalf of County, shall comply with the same restrictions and conditions with
respect to such information.
19. APPEALS
Appeals must be submitted in writing within seven (7) working days after the
review committee notification of proposed recommendations. Appeals should
be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue,
Fresno, California 93702-4599. Appeals should address only areas regarding
RFP contradictions, procurement errors, quotation rating discrepancies,
legality of procurement context, conflict of interest, and inappropriate or unfair
competitive procurement grievance regarding the RFP process.
The Purchasing Manager will provide a written response to the complaint
within seven (7) working days unless the complainant is notified more time is
required,
If the protesting bidder is not satisfied with the decision of the Purchasing
Manager, helshe shall have the right to appeal to the Purchasing Agent within
seven (7) business days after notification of the Purchasing Manager's
decision.
If the protesting bidder is not satisfied with Purchasing Agent dedsion, the final
appeal is with the Board of Supervisors.
20. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons
authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be
employed in the performam of the work hereunder.
0) CONTRACTOR shall obey all Federal, State, local and special district
laws, ordinances and regulations.
21. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance
under this contract. Such records shall be complete and available to Fresno
County, the State of Califomia, the federal government or their duly authorized
representatives for the purpose of audit, examination, or copying during the
term of the contract and for a period of at least three years following the
County's final payment under the contract or until conclusion of any pending
matter (e.g., litigation or audit), whichever is later. Such records mpst be
retained in the manner described above until all pending matters are closed.
G:\PUBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 515-4674 Page 2
BIDDING INSTRUCTIONS
CONTRACT SERVICE AND SUPPLY
The County of Fresno is soliciting bids to provide all labor, materials, equipment, etc., to
provide Landscape Maintenance Services at County Service Area (CSA) nos. 33 (McNeill
Industrial Park), 7D (Tract 4503) and 43 (Raisin City Park), as specified within this Request for
Quotation.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this
Request for Quotation.
AWARD: Award will be made to the vendor(s) offering the equipment and system deemed to
be to the best advantage of the County. The County shall be the sole judge in making such
determination.
COPIES: Submit one (1) original and two (2) copies of your quotation no later than the RFQ
closing date and time as stated on the front of this document, to County of Fresno Purchasing.
ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. The
Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and
all issues concerning it.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an
authorized representative of County Purchasing. The specific buyer managing this RFQ is
identified on the cover page, along with his or her telephone number, and he or she should be
the primary point of contact for discussions or information pertaining to the RFQ. Contact with
any other County representative, including elected officials, for the purpose of discussing this
RFQ, it content, or any other issue concerning it, is prohibited unless authorized by
Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in
writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor's quotation.
The above stated restriction on vendor contact with County representatives shall apply until
the County has awarded a purchase order or contract to a vendor or vendors, except as
follows. First, in the event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are managing that protest as
outlined in the County's established protest procedures. All such contact must be in
accordance with the sequence set forth under the protest procedures. Second, in the event a
public hearing is scheduled before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract, any vendor may address the Board.
PAYMENT: County will make partial payments for all purchases made under this
contract/purchase order and accumulated during the month.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to
waive informalities or irregularities in bids.
TERM: The initial contract period shall be one (1) year
G:WBLIC\RFW154874 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
huotation No. 51 5-4674 Page 3
INVOICING: All invoices are to be delivered in duplicate to:
Department of Public Works and Planning
Special Districts Section (Resources Division)
ATTENTION: Baron Zerahian
2220 Tulare Avenue, Suite 600
Fresno CA 93721
Reference shall be made to the contract number on the invoice.
TERMINATION: This agreement may be terminated by the County at any time upon written
notice.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at
County's request, defend the County, its officers, agents and employees, from any and all
costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement and from any and all costs and expenses, damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may
be injured or damaged by the performance, or failure to perform, of Contractor, its officers,
agents or employees under this Agreement.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance
with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their
subsequent amendments, and any and all other laws protecting the rights of individuals and
agencies. The County of Fresno has a zero tolerance for discrimination, implied or
expressed, and wants to ensure that policy continues under this RFQ. The contractor must
also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or
project, of the nature required under this RFQ. In addition, the contractor may be required to
provide evidence substantiating that their employees have the necessary skills and training to
perform the required services or work.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed
by Bidder under this agreement, it is mutually understood and agreed that Bidder, including
any and all of Bidder's officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as
an officer, agent, servant, employee, joint venturer, partner, or associate of the County.
Furthermore, County shall have no right to control or supervise or direct the manner or method
by which Bidder shall perform its work and function. However, County shall retain the right to
administer this agreement so as to verify that Bidder is performing its obligations in
accordance with the terms and conditions thereof. Bidder and County shall comply with all
applicable provisions of law and the rules and regulations, if any, of Governmental authorities
having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Bidder waives any and all employment
rights and benefits available to County employees. Bidder shall be solely liable and
responsible for providing to, or on behalf of, its employees all legally required employee
benefits. In addition, Bidder shall be solely responsible and save County harmless from all
matters relating to payment of Contractor's employees, including compliance with Social
Security, withholding, and all other regulations governing such matters. It is acknowledged
that during the term of this agreement, Bidder may be providing services to others unrelated to
the County or to this agreement.
G:WBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 515-4674 Page 4
PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall
have examined the site of work before bidding and shall be responsible for having acquired
full knowledge of the job and of all problems affecting it. No variations or allowance from the
contract sum will be made because of lack of such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc.,
by the contractor in the performance of his work shall be replaced or repaired and restored to
original condition by the contractor.
CLEAN-UP: The Contractor shall at all times, keep the premises clean from accumulation of
waste materials or rubbish caused by his employees or work and shall remove all resulting
work debris from the job site.
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the
skill and diligence for which he is remunerated in the contract price. He shall carefully inspect
the site and study and compare all drawings, specifications and other instructions, as
ignorance of any phase of any of the features or conditions affecting the contract will not
excuse him from carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike
manner.
SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes
and ordinances as may be required.
INSURANCE:
Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the
following insurance policies or a program of self-insurance, including but not limited to, an
insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the
Agreement:
A. Commercial General Liability
Commercial General Liability lnsurance with limits of not less than One Million Dollars
($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis. COUNTY may require specific
coverages including completed operations, products liability, contractual liability,
Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed
necessary because of the nature of this contract.
B. Automobile Liability
Comprehensive Automobile Liability lnsurance with limits for bodily injury of not less than
Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty
Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five
Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-
owned vehicles used in connection with this Agreement.
C. Worker's Compensation
G:WBLIC\RFWl5-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 5
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming
the County of Fresno, its officers, agents, and employees, individually and collectively, as
additional insured, but only insofar as the operations under this Agreement are concerned.
Such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by County, its officers, agents and employees shall
be excess only and not contributing with insurance provided under contractor's policies herein.
This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Within Thirty (30) days from the date contractor executes this Agreement, CONTRACTOR
shall provide certificates of insurance and endorsement as stated above for all of the
foregoing policies, as required herein, to the County of Fresno, stating that such insurance
coverage have been obtained and are in full force; that the County of Fresno, its officers,
agents and employees will not be responsible for any premiums on the policies; that such
Commercial General Liability insurance names the County of Fresno, its officers, agents and
employees, individually and collectively, as additional insured, but only insofar as the
operations under this Agreement are concerned; that such coverage for additional insured
shall apply as primary insurance and any other insurance, or self-insurance, maintained by
County, its officers, agents and employees, shall be excess only and not contributing with
insurance provided under contractor's policies herein; and that this insurance shall not be
cancelled or changed without a minimum of thirty (30) days advance, written notice given to
County.
In the event contractor fails to keep in effect at all times insurance coverage as herein
provided, the County may, in addition to other remedies it may have, suspend or terminate this
Agreement upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California.
lnsurance purchased shall be purchased from companies possessing a current A.M. Best, Inc.
rating of A FSC VII or better.
Name of Insurance Carrier:
Public Liability: Expires:
Workman's Compensation: Expires:
Proof of maintenance of adequate insurance yiJ be required before award is made to vendor.
REFERENCES: Provide a list of three (3) client references who are presently using services
being quoted. (Name, phone number and contact person.)
G:WBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 6
COUNTY SERVICE AREA NO. 33 (CSA NO. 33)
MCNEIL INDUSTRIAL PARK
SPECIFICATIONS FOR LANDSCAPE MAINTENANCE
The County of Fresno is seeking bids for Landscape Maintenance at CSA No. 33 - McNeill
Industrial Park. The area to be maintained in the Industrial Park is limited to the lawn strip
located along the East side of Willow Avenue, and North of Central Avenue. Specifically, from
the railroad tracks (Northernmost point) to the residential until the Southernmost point. See Page
10 for project location.
PROJECT DESCRIPTION
Contractor shall provide all labor, materials, equipment, taxes, etc., to perform on-going
maintenance including the following:
All necessary services required in order to ensure proper growth and longevity of all
trees, shrubs, plants, and lawn.
Furnish and apply insecticides, herbicides, and fertilizers as necessary. Contractor is to
propose the type and frequency of the application of the insecticides, herbicides, and
fertilizers. Provide details for this service in the space provided on the Quotation
Schedule.
Provide all labor to repair or replace, as required all dead or damaged landscaping.
Provide all labor to repair the irrigation system as necessary to keep the system
operating properly.
Contractor shall purchase all necessary replacement trees and all necessary
replacement irrigation parts as required in Items A and C above. Such items purchased
by the Contractor will be reimbursed to the Contractor at the Contractor's actual cost.
Receipts for purchases shall be submitted with the monthly invoice.
Contractor shall service the district a minimum of once each week on a mutually agreed
upon day. The one-day per week minimum does not excuse the Contractor from
providing services more frequently if required to maintain the park at desired level.
1. Contractor agrees the grounds maintenance will be performed between Monday
and Friday and between the hours of 8:00 a.m. and 5:00 p.m. on a mutually
agreed upon day.
2. Mow and edge all lawn areas.
3. Periodically, as dictated by weather conditions, reset timers for automatic
sprinkler system, balancing the need for water conservation and a green lawn
during the growing season.
4. Remove all debris, including lawn clippings, created by maintenance operations.
G:\PUBLIC\RFQbl!ki674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 7
5. Maintain sprinkler system in good working order.
ADDITIONAL ITEMS:
Contractor shall provide the following additional items, only when authorized by the County in
writing and in advance:
Removal and replacement of any plants, shrubs or trees.
Trimming of any large trees.
Any repair or improvement items exceeding $250.00.
The Contractor shall include an hourly rate for any additional items as referenced in
"ADDITIONAL ITEMS".
MISCELLANEOUS ITEM:
Contractor shall provide the County representative a cellular phone number or pager number,
and be able to respond to after hour emergencies if necessary.
G:WBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 8
G:\UBUUC\FW115474 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 515-4674 Page 9
QUOTATION SCHEDULE
COUNTY SERVICE AREA NO. 33 (CSA NO. 33)
MCNEILL INDUSTRIAL PARK
All labor, material, equipment, taxes, transportation,
etc. required to perform the Landscape Maintenance
Services.
$ per month
Services:
Labor Rate for Weed Control
Labor Rate for Pesticide Application
Labor Rate for Irrigation MaintenanceIRepair
Labor Rate for replacement of Landscaping
Labor Rate for Additional Items
12 $ per year
State if there is a minimum hourly charge.
List any other related services and rates that you provide:
$ per hour
$ per hour
$ per hour
per hour
$ per hour
G:WBLIC\RFQ\515-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 10
SPECIFICATIONS FOR LANDSCAPE MAINTENANCE
The County of Fresno is seeking bids for landscape maintenance at CSA Number 7D (Tract
4503). The location of this CSA is described below. Refer to Page 14 for location of site work
area.
PROJECT LOCATION:
CSA 7D:
The location of CSA Number 7D is shown in the Location Map, Page 14, west of State Route
(Highway 99). CSA Number 7D is bounded by West Clinton to the north, North Selland to the
east, West Vassar to the south, and North Marty to the west.
Tract Number 4503 in CSA Number 70 is a small subdivision. The landscaping area is
approximately 18 feet from the curb to the wooden fence. CSA Number 7D contains
approximately 250 lineal feet of landscaping area.
PROJECT DESCRIPTION:
ON-GOING MAINTENANCE
1) The contractor shall provide all labor, materials, equipment, taxes, etc., to perform on-going
maintenance including the following:
A. All necessary services required in order to ensure proper growth and longevity of
all trees, shrubs, and plants.
B. Furnish and apply insecticides, herbicides, and fertilizer as necessary.
C. Provide all labor to repair or replace, as required, all dead or damaged
landscaping.
D. Provide all labor to repair the irrigation system as needed to keep the system
operating properly.
I
E. Contractor shall purchase all necessary replacement trees, shrubs and plants, and
all necessary replacement irrigation parts as required in items 1 C and 1 D. Such
items purchased by the Contractor will be reimbursed to the Contractor at the
Contractor's actual cost. Receipts for purchases will need to be submitted with their
monthly invoice.
F. Contractor shall service each area a minimum of once each week on a mutually
agreed upon day. The one-day a week minimum does not excuse the Contractor
from providing services more frequently if required, to maintain the area at the
desired level.
G:\PUBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 11
ADDITIONAL ITEMS
2) Contractor shall provide the following additional items, only when authorized by the County
in writing and in advance:
A. Install new drip irrigation lines.
6. Other items requested by the County.
The Contractor shall include an hourly rate for any additional items. Materials purchased by
the vendor shall be reimbursed at the Vendor's actual cost. Receipts for purchases will need
to be submitted with the invoice.
G:\PUBlICRFQL515-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 12
G:\PUBLIC\RFQ\5154874 LANDSCAPE ~INTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 13
QUOTATION SCHEDULE
COUNTY SERVICE AREA NO. 7D (CSA NO. 7D)
All labor, material, equipment, taxes, transportation,
etc. required to perform the Landscape Maintenance
Services.
$ per month
Services:
Labor Rate for Weed Control
Labor Rate for Pesticide Application
Labor Rate for Irrigation MaintenanceIRepair
Labor Rate for replacement of Landscaping
Labor Rate for Additional Items
$ per year
$ per hour
$ per hour
per hour
$ per hour
per hour
State if there is a minimum hourly charge.
List any other related services and rates that you provide:
G:WBLICARFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 14
COUNTY SERVICE AREA NO. 43
RAISIN CITY PARK
The Raisin City Park is located on a triangular shaped parcel with frontage on Bowles and
Henderson Avenues. The lot has a gross area of approximately 34,000 square feet.
Approximately half of the area has grass cover. There is a playground within the park. See
Page 17 for map.
Basic Services:
Mow and pick up grass
Prune trees as needed
Collect and dispose of any trash
Replace broken sprinklers
Perform weed killingtcontrol and fertilization
Notes for above services:
Grass shall be cut two (2) times per month or once every fifteen (1 5) days from April through
September. October through March grass shall be cut one (1) time per month or once every
thirty (30) days, for a total of eighteen (18) mowings per year.
Trees shall be pruned as needed, and all limbs posing a threat of injury to anyone shall be
removed.
All collected trash shall be thrown in its appropriate place.
Extra Services:
Additional services to those listed above, as basic services shall be done only upon written
authorization from the County Director of Public Works and Planning on histher designee.
"Extra Services" charges for a one (1) year period shall not exceed five hundred dollars
($500.00).
A monthly invoice shall be submitted to:
Department of Public Works and Planning
Special Districts Section (Resources Division)
ATTENTION: Baron Zerahian
2220 Tulare Avenue, Suite 600
Fresno CA 93721
Contact Person: Baron Zerahian
Phone (559) 262-4259
Fax (559) 262-4286
G:\PUBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 15
G:\PUBLIC\RFQ\Sl5-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674
QUOTATION SCHEDULE
Page 16
Contractor to provide all labor, materials, equipment, taxes etc to provide park maintenance
services at the County Service Area (CSA-43) Raisin City Park in accordance with the
attached response to County's Request for Quotation.
Monthly Service Charge
Labor Rate for Additional ServicesIExtra
Services (per hour)
State if there is a minimum hourly charge:
G:\PUBLIC\RFQ\5lW74 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674
BIDDER TO COMPLETE THE FOLLOWING:
Page 17
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group
consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported
agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts
put in place by one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name,
make payment directly to the contractor, be liable to the contractor and vice versa, per the
terms of the original contract, all the while holding the County of Fresno harmless. If awarded
this contract, please indicate whether you would extend the same terms and conditions to all
tax supported agencies within this group as you are proposing to extend to Fresno County.
Yes, we will extend contract terms and conditions to all qualified agencies within the
Central Valley Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title
G:\PUBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 18
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
services (preferably California State or local government agencies). Be sure to include all
requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( 1 Date:
Service Provided:
r/m,m/m/m/#/m/#/#/#/#/#/#/m,m/m,m/#/#,#/m,#/N/./m/N/m/m/m,m/m/m/*/./m/m/m/*/m/m/m/m/*/#/*/m/m/m/m/m/#/#/#/m/m/m/m/m/N/m/m/m/#/m/#/*/m/m/#/m/#/#/m/*/m/m/m/*/m/m/m/A
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
r/#/m/m,#/#/m/m/m/#/m/m/#/#/#/#/m/m/m/#/#/m/m/m/m/m/m/m/m/#/m/#/m/#/m/#/#/m/m/#/m/m/#/#M/m/#/m/#/m/#/m/m/#/m/m/m/#/#/#/m/m/#/#/m/m/m/m/m/m/m/mm/#/m/#/#/#/#/m/#/A
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
r,m/#/#/#/m/m/m/m/m/#/m/m/#/mM/m/m/m/#/#/m/m/m,m/m/m/m/m/#/#/m/mM/#/m/#/m/#/#/m/m/#/m/#/#/#/m/#/m/m/m/m*/m/m/#/#M/#/m/m/mm/m/m/m/#/m/m/m/m/m/m/m/m/m/m/~/m/m/A
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
~,m/m,m,m/m/m/mm,m/m/m,m,m/m/m/m/m/~/m/#/m/m/#,~/m/m/#/#/~/~#/m,m/#/m/m/~/m,m/mM/m/m/m/m/m/m/m/m,m,m/m/*/#/m/m/#/m/m/m/m/~/m/m/m/#/m~#/#/m/m/m/m/m/m/m/m/m/m/m/A
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection
of this RFQ.
G:\PUBLIC\RFQ\S15-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 19
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response.
Included in this list, are important requirements and is the responsibility of the bidder to submit
with the bid package in order to make the bid compliant. Because this checklist is just a
guideline, the bidder must read and comply with the bid in its entirety.
Check off each of the following:
1. The Request for Quotation (RFQ) has been signed and completed.
2. One (1) original and two (2) copies of the RFQ have been provided.
3. Addenda, if any, have been completed, signed and included in the bid package.
4. The completed Reference List as provided with this RFQ.
5. The Quotation Schedule as provided with this RFQ, has been completed, priced
reviewed for accuracy and any corrections initialed in ink.
6. Indicate all of bidder exceptions to the County's requirements, conditions and
specifications as stated within this RFQ.
7. Bidder to Complete page as provided with this RFQ.
8. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc.
transmitting your bid, attach the "Request for Quotation Label" and include the
following information:
County of Fresno RFQ No. 515-4674
Closing Date: March 17, 2009
Closing Time: 2:00 P.M.
Commodity or Service: Landscape Maintenance at CSA Nos. 33,
70 and 43
This Checklist does not need to be returned with your bid.
G:\PUBLIC\RFQ\5154674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
EXHIBIT NO, rA'9 I
G:\PUBLIC\CONTRACTS & EXTRACTS\G\P-09-49O-G JON ROBERT ALSDORF - LANDSCAPE CONTRACTOR.DOC
i -'
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 5154674
LANDSCAPE MAINTENANCE AT CSA NOS. 33,7D AND 43
February 20,2009
PURCHASING USE . . G:\PUBLIC\RFQ\515-4674 LANDSCAPE MAINTENANCE AT 33,7D ORGmequisition: -14 ANn 4
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER. CLOSING DATE AND BUYER'S NAME - - - ~-~~. -- -
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO, CA 93702-4599
I CLOSING DATE OF BID WlLL BE AT 2:00 P.M., ON MARCH 17,2909. 11
QUOTATIONS WlLL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications is to be directed to: Craig Nickel, phone (559) 456-7110, FAX (559) 456-7831.
GENERAL CONDITIONS: See "County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals
(RFP'S) and Requests for Quotations (RFQ'S)" attached. Check County of Fresno Purchasing's Open Solicitations website at - ~ I htt~:/~.co.fresno.ca.u~10440~id~horne~ for RFWP documents and changes. I
BIDDER TO COMPLETE
UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPUL4TED IN THE ATACHED QUOTATION SCHEDULE AT THE
PRICES AND TERMS STATED, SUBJECT TO THE 'COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUEST FOR QUOTATIONS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)'ATACHED.
Except as noted on individual items, the following will apply to all items in the Quotation Schedule.
1. Complete delively will be made within 3 calendar days after receipt of Order.
2. A cash discount e % days will apply.
4 a&aw7w
COMPANY me! ur,:c4MKf
ADDRESS
z7b-1726 6% 276 d7Zb
TELEPHONE UMBER FACSIMILE NUMBER
&/~L~Asc~L~ &&, am
E-MAIL ADDRESS
W JoAI &w
PRINT NAME
mdaz
TITLE
duotation No. 5154674
COUNTY OF FRESNO PURCHASING
STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)
Note: the reference to "bids" in the following paragraphs applies to RFP's and RFQ's
GENERAL CONDITIONS
By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.
BID PREPARATION:
A) All prices and notations must be typed or written in ink. No erasures
permitted. Errors may be crossed out, initialed and corrections
prioLed in ink by person signing bid.
B) Brand Names: Brand names and numbers when given are for
reference. Equal items will be considered, provided the offer clearly
describes the artide and how it dii from that specified. In the
absence of such information it shall be understood the offering is
exactly as specified.
C) State brand or make of each item. If bidding on other than specified,
state make, model and brand being bid and attach supporting
literature/spedfications to the bid.
D) Bid on each item separately. Prices should be stated in units
specified herein. All applicable charges must be quoted; charges on
invoice not quoted herein will be disallowed.
E) Time of delivery is a part of the consideration and must be stated in
definite terms and must be adhered to. F.O.B. Point shall be
destination or freight charges must be stated.
F) All bids must be dated and signed with the firm's name and by an
authorized officer or employee.
G) Unless otherwise noted, prices shall be firm for 120 days after
closing date of bid.
SUBMllllNG BIDS:
A) Each bid must be submitted on forms provided in a sealed envelope
with bid number and dosing date and time on the outside of the
envelopelpackage.
8) Interpretation: Should any discrepandes or omissions be found in
the bid spedcations or doubt as to their meaning, the bidder shall
notify the Buyer in writing at once. The County shall not be held
responsible for verbal interpretations. Questions regarding the bid
must be received by Purchasing at least 5 working days before bid
opening. All addenda issued shall be in writing, duly issued by
Purchasing and incorporated Into the contract.
C) ISSUING AGENTIAUTHORIZED CONTACT: This RFQ has been
issued by County of Fresno Purchasing. Purchasing shall be the
vendds sole point of contact with regard to the RFQ, its content,
and all issues concerning it.
All communication regarding this RFQ shall be directed to an
authorized representative of County Purchasing. The spdc buyer
managing this RFQ is IdenMed on the cover page, along with hi or
G:PUBLLlC\FFQ\lS-4674 LANDSCAPE MAINTENANCE AT 33.70 AND 43.E
her telephone number, and he or she should be the primary point of
contact for discussions or information pertaining to the RFQ. Contact with
any other County representative, induding elected officials, for the
purpose of discussing this RFQ, its content, or any other issue
concerning it, is prohibited unless authorized by Purchasing. Violation of
this clause, by the vendor having unauthorized contact (verbally or in
writing) with such other County representatives, may constitute grounds
for rejection by Purchasing of the vendds quotation.
The above stated .restriction on vendor contact with County
representatives shall apply until the County has awarded a purchase
order or contract to a vendor or vendors, except as follows. First, in the
event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are
managing that protest as outlined in the County's established protest
procedures. All such contact must be in accordance with the sequence
set forth under the protest procedures. Second, in the event a public
hearing is scheduled before the Board of Supervisdrs to hear testimony
prior to its approval of a purchase order or contract, any vendor may
address the Board.
D) Bids received after the dosing time will NOT be considered.
E) Bidders are to bid what is specified or requested first. If unable to or
willing to, bidder may bid alternative or option, indicating all advantages,
disadvantages and their assodated cost
F) Public Contract Code Section 7028.1 5
Where the State of California requires a Contractor's Ilcense, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
A) I not bidding, retum bid sheet and state reason for no bid or your name
may be removed from mailing list ,
4. TAXES, CHARGES AND EXTRAS:
A) County of Fresno is subject to California sales andlor use tax (7.975%).
Please indicate as a separate line item if applicable.
8) W NOT indude Federal Excise Tax. County is exempt under
Registration No. 94-73-03401-K.
C) County is exempt from Federal Transportation Tax. Exemption
cerWicate is not required where shipping papers show consignee as
County of Fresno.
D) Charges for transportation, containers, packing, etc. will not be paid
unless specitied in bid.
Quotation No. 51 54674
5. W-9 - REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICATION:
Upon award of bid, the vendor shall submit to Cwnty Purchasing, a
completed W-9 - Recruest for Taxpaver Identification Number and
Certification if not already a current vendor with The County of Fresno.
This form is available from the IRS to complete on line at
httD:lh.irs.aovlwblirs-odflfw9.pdf.
6. AWARDS:
A) Subject to the local preference provisions referenced in Paragraph 6
below and more thoroughly set forth in the General Requirements
section of this RFQ, award@) will be made to the most responsive
responsible bidder. The evaluation will indude such things as life-
cyde cost, availability, delivery costs and whose product andlor
service is deemed to be in the best interest of the County. The
County shall be the sole judge in making such determination.
8) Unless bidder gives notice of all-or-none award in bid, County may
accept any item, group of items or on the basis of total bid.
C) The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
D) After award, all bids shall be open to public inswon. The County
assumes no responsibility for the confidentiality of information
offered in a bid.
7. LOCAL VEN WRS
A) Local Vendor Preference (applicable to RFQ Process only)
The following pmvisions are applicable only to the County's
acquisition of materials, equipment or supplies through the RFQ
process when the funding source does not require an exemption to
the Local Vendor Preference,
THE PROVISIONS OF THIS PARAGRAPH ARE APPLICABLE,
NOTWITHSTANDING ANY OTHER PROVISIONS OF THIS RFQ
TO THE CONTRARY
If the apparent low bidder is not a local vendor, any local vendorwho
submitted a bid which was within five percent (5%) of the lowest
responsive bid as determined by the purchasing agent shall have
the option of submitting a new bid within forty-eight hours (not
including weekends and holidays) of County's delivery of notification.
Such new bids must be in an amount less than or equal to the lowest
responsive bid as determined by the purchasing agent. If the
purchasing agent receives any new bids from local vendors who
have the option of submitting new bids within said fortyeight hour
period, it shall award the contract to the local vendor submitting the
lowest responsible bid. If no new bids are received, theamtract shall
be awarded to the original low bidder as announced by the
purchasing agent
8) Local Vendor Defined
'Local Vendof shall mean any business which:
1. Has its headquarters, distribution point or locallymned
franchise located in or having a street address within the
County for at least six (6) months immediately prior to the
issuance ofthe request for competitive bids by the purchasing
agent; and
G:\PUBLICWQ\S154874 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
2. Holds any required business license by a jurisdiction located in
Fresno County; and
3. Employs at least one (1) full-time or two (2) part-time employees
whose primary residence is located within Fresno County, or if the
business has no employees, shall be at least tifly percent (50%)
owned by one or more persons whose primary residenws) is
located within Fresno County.
8. TIE BIDS:
All other factors being equal, the contract shall be awarded to the F=no
County vendor or, if neither or both are Fresno County vendors, it may be
awarded by the flip of acoin in the presence of witnesses or the entire bid may
be rejected and rebid. If the General Requirements of this RFQ state that they
are applicable, the pmvisions of the Fresno County Local Vendor Preference
shall take priority over this paragraph.
9. PATENT INDEMNITY:
The vendor shall hdd the County, its officers, agents and employees,
harmless from liability of any nature or kind, induding costs and expenses, for
infringement or use of any copyrighted or uncopyrighted composition, secret
pcocess, patented or unpatented invention, artide or appliance furnished or
used in connedion with this bid.
10. SAMPLES:
Samples, when required, must be furnished and delivered free and, if not
destroyed by tests, will upon written request (within 30 days of bid dosing
date) be returned at the bidder's expense. In the absence of such notitication,
County shall have the right to dispose of the samples in whatever manner it
deems appropriate.
I I. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case of default by vendor, the County may procure the articles or
service from another source and may recover the cost difference and
related expenses occasioned thereby from any unpaid balance due the
vendor or by proceeding against paformance bond ofthe vendor, if any,
or by suit against the vendor. The prices paid by the County shall be
considered the prevailing market price at the time such puithase is
made.
B) Artides or services, which upon delivery inspection do not meet
sp&cat[ons, will be rejected and the vendor will be considered in
default. Vendor shall reimburse County for expenses related to delivery
of non-specified goods or services.
C) Regardless of F.O.B. point, vendor agrees to bear all risks of lass, injury
or destrudion to goods and materials ordered herein which om priorto
ddlvery and such loss, injury or destruction shall not release vendor from
any digaka hereunder.
12. DISCOUNTS:
Terms of less than 15 days for cash payment will be considered as net in
evaluating this bid. A discount for payment within tifteen (15) days or more will
be considered in determining the award of bid. Discount period will commence
either the later of delivery or receipt of invoice by the County. Standard terms
are Net Forty-five (45) days.
13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL
CONDITIONS.
The 'General Conditions' provisions of this RFPlRFQ shall be supetseded if in
conflict with any other section of this bid, to the extent of any such did
- Quotation No. 515-4674
14. SPECIAL REQUIREMENT:
With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Material Safety Data Sheet for each product,
which contains any substance on The List of 800 Hazardous
Substances', published by the State Director of Industrial Relations. (See
Hazardous Substances Information and Training Act. Califomia State
Labor Code Sections 6360 through 6399.7.)
15. RECYCLED PRODUCTSJMATERIALS:
Vendors are encouraged to provide and quote (with documentation)
recycled or recydabte products/materials which meet stated
spedfications.
1 6. YEAR COMPLIANCE WARRANTY
Vendor warrants that any product furnished pursuant to this
Agreementlorder shall support a fourd'git year format and be able to
accurately process date and time data from, into and between the
twentieth and twenty-first centuries, as well as leap year calculations.
'Product' shall indude, without limitation, any piece or component of
equipment, hardware, firmware, middleware, custom or commercial
software, or internal components or submutines therein. This warranty
shall survive termination or expiration ofthis Agreement.
In the event of any deaease in product functionality or accuracy related to
lime and/or date data related codes and/or intemal subroutines that
impede the product from W'ng correctly using dates beyond
December 31,1999, vendor shall restore or repair the product to the same
level of functionality as warranted herein, so as to minimize intenuption to
County's ongoing business process, time being of the essence. In the
event that such warranty compliance requires the acquisition of additional
programs, the expense for any such assodated or additional acquisitions,
which may be required, induding, without limitation, dataconversion tools,
shall be bome exdusively by 'endor. Nothing in this warranty shall be
construed to limit any rights or remedies the County may otherwise have
under this Agreement with respect to defects otherthan year performance.
Bidder may agree to extend the tern of the resulting contract to other
political subdivision, municipalities and tax-supported agencies. .
Such participating Governmental bodies shall make purchases in their
own name, make payment dlrecEly to bidder, and be liable directly to the
bidder, holding the County of Fresno harmless.
18. CONFIDENTIALITY:
All services performed by vendor shall be in strict conformance with all
applicable Federal, State of California andlor local laws and regulations
relating to confidentiality, induding but not limited to, Caliii Civil Code,
Califomia Welfare and Institutions Code, Health and Safety Code,
Califomia Code of Regulations, Code of Federal Regulations.
Vendor shall submit to County's monitoring of said compliance.
Vendor may be a business associate of County, as that term is defined in
the 'Privacy Rule' enacted by the Health Insurance Portability and
Accountability Ad of 1996 (HIPAA). As a HlPAA Business Assodate,
vendor may use or disclose protected health information rPHl') to perform
functions, activities or services for or on behalf of County as spedfied by
the County, provided that such use or disdosure shallnot violate HlPAA
and its implementing regulations. The uses and dlsdosures #PHI may not
be more expansive than those applii to County, as the 'Covered
Entity' under HIPAA'S Privacy Rule, except as authorized for
management, administrative or legal responsibilities of the Business
Associate.
Vendor shall not use or further disclose PHI other than as permitted or required
by the County, or as required by law without written notice to the County.
Vendor shall ensure that any agent, including any subcontractor, to which
vendor provides PHI received from, or created or received by the vendor 0"
behalf of County, shall comply with the same restrictions and conditions with
respect to such infonation.
19. APPEALS
Appeals must be submitted in writing within seven (7) working days after the
review committee notiflcalion of proposed recommendations. Appeals should
be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue,
Fresno, California 937024599. Appeals should address only areas regarding
RFP contradictions, procurement em, quotation rating discrepancies,
legality of procurement context, conflict of interest, and inappropriate or unfair
wmpetitlve procurement grievance regarding the RFP process.
The Purchasing Manager will provide a written response to the complaint
, within seven (7) working days unless the complainant is notified more time is
required.
If the protesting bidder is not satisfied with the decision of the Purchasing
Manager, helshe shall have the right to appeal to the Purchasing Agent within
seven (7) business days after notification of the Purchasing Managets
decision.
If the protesting biir is not satisfied with Purchasing Agent dedsion, the final
appeal is with the Board of Supervisors.
20. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that mly persons
authorized to work in the United States pursuant to the Immigration
Refom and ConM Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
8) CONTRACTOR shall obey all Federal, State, local and special district
laws, ordinances and regulations.
21. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance
under this contract. Such records shall be complete and avail- to Fresno
County, the State of Califomia, the federal government or their duly authorized
representatives for the purpose of audit, examination, or copying during the
ten of the contrad and for a period of at least three years fdlowing the
County's final payment under the contrad or until conclusion of any pending
matter (e.g., litigation or audit), whichever is later. Such records must be
retained in the manner described above until all pending matters are dosed.
~:w~~lC\R~~\515-4874 LANDSCAPE MAINTENANCE AT 3370 AND 43.DOC
Quotation No. 515-4674 Page 2
BIDDING INSTRUCTIONS
CONTRACT SERVICE AND SUPPLY
The County of Fresno is soliciting bids to provide all labor, materials, equipment, etc., to
provide Landscape Maintenance Services at County Service Area (CSA) nos. 33 (McNeill
Industrial Park), 7D (Tract 4503) and 43 (Raisin City Park), as specified within this Request for
Quotation.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this
Request for Quotation.
AWARD: Award will be made to the vendor(s) offering the equipment and system deemed to
be to the best advantage of the County. The County shall be the sole judge in making such
determination.
COPIES: Submit one (1) original and. two (2) copies of your quotation no later than the RFQ
closing date and time as stated on the front of this document, to County of Fresno Purchasing.
ISSUING AGENT: This RFQ has been issued by County of Fresno Purchasing. The
Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and
all issues concerning it.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an
authorized representative of County Purchasing. The specific buyer managing this RFQ is
identified on the cover page, along with his or her telephone number, and he or she should be
the primary point of contact for discussions or information pertaining to the RFQ. Contact with
any other County representative, including elected officials, for the purpose of discussing this
RFQ, it content, or any other issue concerning it, is prohibited unless authorized by
Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in
writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor's quotation.
The above stated restriction on vendor contact with County representatives:shall apply until
the County has awarded a purchase order or contract to a vendor or vendors, except as
follows. First, in the event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are managing that protest as
outlined in the County's established protest procedures. All such contact must be in
accordance with the sequence set forth under the protest procedures. Second, in the event a
public hearing is scheduled before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract, any vendor may address the Board.
PAYMENT: County will make partial payments for all purchases made under this
contract/purchase order and accumulated during the month.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to
waive informalities or irregularities in bids.
G:WBLIC\RFQ\515474 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
TERM: The initial contract period shall be one (1) year.
Quotation No. 51 5-4674 Page 3
INVOICING: All invoices are to be delivered in duplicate to:
Department of Public Works and Planning
Special Districts Section (Resources Division)
ATTENTION: Baron Zerahian
2220 Tulare Avenue, Suite 600
Fresno CA 93721
Reference shall be made to the contract number on the invoice.
TERMINATION: This agreement may be terminated by the County at any time upon written
notice.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at
County's request, defend the County, its officers, agents and employees, from any and all
costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in
connection with the performance, or failure to perform,. by Contractor, its officers, agents or
employees under this Agreement and from any and all costs and expenses, damages,
liabilities, claims.and losses occurring or resulting to any person, firm or corporation who may
be injured or damaged by the performance, or failure to perform, of Contractor, its officers,
agents or employees under this Agreement.
ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance
with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their
subsequent amendments, and any and all other laws protecting the rights of individuals and
agencies. The County of Fresno has a zero tolerance for discrimination, implied or
expressed, and wants to ensure that policy continues under this RFQ. The contractor must
also guarantee that services, or workmanship, provided will be performed in complia'nce with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or
project, of the nature required under this RFQ. In addition, the contractor may be required to
provide evidence substantiating that their employees. have the.necessary skills and training to
perform the required services or work.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations-assumed
by Bidder under this agreement, it is mutually understood and agreed that Bidder, including
any and all of Bidder's officers, agents, and employees will at all times be acting and
performing as an independent contractor, and shall act in an independent capacity and not as
an officer, agent, servant, employee, joint venturer, partner, or associate of the County.
Furthermore, County shall have no right to control or supervise or direct the manner or method
by which Bidder shall perform its work and function. However, County shall retain the right to
administer this agreement so as to verify that Bidder is performing its obligations in
accordance with the terms and conditions thereof. Bidder and County shall comply with all
applicable provisions of law and the rules and regulations, if any, of Governmental authorities
having jurisdiction over matters the subject thereof.
Because of its status as an independent contractor, Bidder waives any and all employment
rights and benefits available to County employees. Bidder shall be solely liable and
responsible for providing to, or on behalf of, its employees all legally required employee
benefits. In addition, Bidder shall be solely responsible and save County harmless from all
matters relating to payment of Contractor's employees, including compliance with Social
Security, withholding, and all other regulations governing such matters. It is acknowledged
that during the term of this agreement, Bidder may be providing services to others unrelated to
the County or to this agreement.
G:\PUBLIC\RFQ\515-4674 LANDSCAPE MAIMENANCE AT 33,7D AND 43.DOC
Quotation No. 515-4674 Page 4
PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall
have examined the site of work before bidding and shall be responsible for having acquired
full knowledge of the job and of all problems affecting it. No variations or allowance from the
contract sum will be made because of lack of such examination.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc.,
by the contractor in the performance of his work shall be replaced or repaired and restored to
original condition by the contractor.
CLEAN-UP: The Contractor shall at all times, keep the premises clean from accumulation of
waste materials or rubbish caused by his employees or work and shall remove all resulting
work debris from the job site.
SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the
skill and diligence for which he is remunerated in the contract price. He shall carefully inspect
the site and study and compare all drawings, specifications and other instructions, as
ignorance of any phase of any of the features or conditions affecting the contract will not
excuse him from carrying out its provisions to its full intent.
STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike
manner.
SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes
and ordinances as may be required.
INSURANCE:
Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall. maintain- in full force and effect, the.
following insurance policies or a program of self-insurance, including. but not limited.to, an
insurance pooling arrangement or Joint Powers ~greement (JPA) througl-rout the.term of.the.
Agreement:
A. Commercial General Liabilltv
Commercial General Liability Insurance with limits of not less than One Million Dollars
($1,000;000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis. COUNTY may require specific
coverages including completed operations, products liability, contractual liability,
Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed
necessary because of the nature of this contract.
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than
Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less than Fifty
Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five
Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-
owned vehicles used in connection with this Agreement.
C. Worker's compensation
G:WBLIC\RFa\5154874 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 515-4674 Page 5
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming
the County of Fresno, its officers, agents, and employees, individually and collectively, as
additional insured, but only insofar as the operations under this Agreement are concerned.
Such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by County, its officers, agents and employees shall
be excess only and not contributing with insurance provided under contractor's policies herein.
This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Within Thirty (30) days from the date contractor executes this Agreement, CONTRACTOR
shall provide certificates of insurance and endorsement as stated above for all of the
foregoing policies, as required herein, to the County of Fresno, stating that such insurance
coverage have been obtained and are in full force; that the County of Fresno, its officers,
agents and employees will not be responsible for any premiums on the policies; that such
Commercial General Liability insurance names the County of Fresno, its officers, agents and
employees, individually and collectively, as additional insured, but only insofar as the
operations under this Agreement are concerned; that such coverage for additional insured
shall apply as primary insurance and any other insurance, or self-insurance, maintained by
County, its officers, agents and employees, shall be excess only and not contributing with
insurance provided under contractor's policies herein; and that this insurance shall not be
cancelled or changed without a minimum of thirty (30) days advance, written notice given to
County.
In the event contractor fails to keep in effect at all times insurance coverage as herein
provided, the County may, in addition to other remedies it may have, suspend or terminate this
Agreement upon the occurrence of such event.
All policies shall be with admitted insurers licensed to do business in the State of California.
lnsurance purchased shall be purchased from companies possessing a current A.M. Best, Inc.
rating of A FSC VII or better.
Name of Insurance Carrier: AthJw~ lfrmdJm/~m~
Public Liability: &%a . Expires: fib[^
Workman's Compensation: Expires: 4///~
Proof of maintenance of adequate insurance be required before award is made to vendor.
REFERENCES: Provide a list of three (3) client references who are presently using- services
being quoted. (Name, phone number and contact person.)
G:WBLIC\RF~l~4 LANDSCAPE MAINTENANCE AT 33,7D AND 43.m
f
Quotation No. 51 5-4674 Page 6
COUNTY SERVICE AREA NO. 33 (CSA NO. 33)
MCNEIL INDUSTRIAL PARK
SPECIFICATIONS FOR LANDSCAPE MAINTENANCE
The County of Fresno is seeking bids for Landscape Maintenance at CSA No. 33 - McNeill
Industrial Park. The area to be maintained in the Industrial Park is limited to the lawn strip
located along the East side of Willow Avenue, and.North of. Central Avenue. Specifically, from
the railroad.tracks (Northernmost.point) to the residential until the Southernmost point; See Page
10 for project location.
PROJECT DESCRIPTION
Contractor shall provide all labor, materials, equipment, taxes, etc., to perform on-going
maintenance including the following:
All necessary services required in order to ensure proper growth and, longevity of all
trees, shrubs, plants, and lawn.
B. Furnish and apply insecticides, herbicides, and fertilizers as necessary. Contractor is to
propose the type and frequency of the application of the insecticides, herbicides, and
-fertilizers. Provide details for this service in the space provided on the Quotation
Schedule.
C. Provide all labor to repair or replace, as required all dead or damaged landscaping.
D. Provide all labor to repair the irrigation system as necessary to keep the system
operating properly.
E. Contractor shall purchase all necessary replacement trees and all necessary
replacement irrigation parts as required in Items A and C above. Such items purchased
by the Contractor will be reimbursed to the Contractor at the. Contractor's actual cost.
Receipts for purchases shall be submitted with the monthly invoice.
Contractor shall service the district a minimum of once each week on a mutually agreed
upon day. The one-day per week minimum does not excuse the Contractor from
providing services more frequently if required to maintain the park at desired level.
Contractor agrees the grounds maintenance will be performed between Monday
and Friday and between the hours of 8:00 a.m. and 5:00 p.m. on a mutually
agreed upon day.
2. Mow and edge all lawn areas.
3. Periodically, as dictated by weather conditions, reset timers for automatic
sprinkler system, balancing the need for water conservation and a green lawn
during the groMng season.
4. Remove all debris, including lawn clippings, created by maintenance operations.
G:\PUBUC\RFQ\5154874 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 515-4674 , Page 7
Maintain sprinkler system in good working order.
ADDITIONAL ITEMS:
Contractor shall provide the following additional items, only when authorized by the County in
writing and in advance:
Removal and replacement of any plants, shrubs or trees.
2. Trimming of any large trees.
Any repair or improvement items exceeding $250.00.
The Contractor shall include an hourly rate.for any additional items as referenced in
"ADDITIONAL ITEMSn.
MISCELLANEOUS ITEM:
Contractor shall provide the County representative a cellular phone number or pager number,
and be able to respond to after hour emergencies if necessary.
G:VJUBUC\RFQE15474 IANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 8
~WBUCWCN154814 LANDSCAPE MAINTENANCE AT 33.70 AND 43.DOC
Quotation No. 515-4674 Page 9
QUOTATION SCHEDULE
COUNTY SERVICE AREA NO. 33 (CSA NO. 33)
MCNEILL INDUSTRIAL PARK
All labor, material, equipment, taxes, transportation,
etc. required to perform the Landscape Maintenance
Services.
$ @z3 per month
1 Services:
Labor Rate for Weed Control
Labor Rate for Pesticide Application
Labor Rate for Irrigation MaintenanceiRepair
Labor Rate for replacement of Landscaping
Labor Rate for Additional Items
State if there is a minimum houriy,charge. r(b &I$
$ L(ezZC(% per year
$ zzo", per hour
$ ZZ~ per hour
%2* per hour
$ 29% per hour
$ ~8~ per hour
List any other related services and rates that-you provide:
G:WBUC\RF(XS154874 LANDSCAPE MAINTENANCE AT 33,7D AND 43.m
c-
Quotation No. 515-4674 Page 10
COUNTY SERVICE AREA NUMBER (CSA) 7D
SPECIFICATIONS FOR LANDSCAPE MAINTENANCE
The County of Fresno is seeking bids for landscape maintenance at CSA Number 7D (Tract
4503). The location of this CSA is described below. Refer to Page 14 for location of site work
area.
PROJECT LOCATION:
CSA 7D:
The location of CSA Number 7D is shown in the Location Map, Page 14, west of State Route
(Highway 99). CSA Number 7D is bounded by West Clinton to the north, North Selland to the
east, West Vassar to the south, and North Marty to the west.
Tract Number 4503 in CSA Number 7D is a small subdivision. The landscaping area is
approximately 18 feet from the curb to the wooden fence. CSA Number 7D contains
approximately 250 lineal feet of landscaping area.
ON-GOING MAINTENANCE
1) The contractor shall provide all labor, materials, equipment, taxes, etc., to perform on-going
maintenance including the following:
A. All necessary services required in order to. ensure. proper growth and lorrgevlty of.
all. trees, shrubs, and plants. '
6. Furnish and apply insecticides, herbicides, and fertilizer as necessary.
C. Provide all labor to repair or replace, as required, all dead or damaged
landscaping.
D. Provide all labor to repair the irrigation system as needed to keep the system
operating properly.
E. Contractor shall purchase all necessary replacement trees, shrubs and plants, and
all necessary replacement irrigation parts as required in items 1C and 1 D. Such
items purchased by the Contractor will be reimbursed to the Contractor at the
Contractor's actual cost. Receipts for'purchases will need to be submitted with their
monthly invoice.
F. Contractor shall service each area a minimum of once each week on a mutually
agreed upon day. The one-day a week minimum does not excuse the Contractor
from providing services more frequently if required, to maintain the area at the
desired level.
G.WBLICW(Wl54674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 11
ADDITIONAL ITEMS
2) Contractor shall provide the following additional items, only when authorized by the County
in writing and in advance:
A. Install new drip irrigation lines.
0. Other items requested by the County.
The Contractor shall include an hourly rate for any additional items. Materials purchased by
the vendor shall be reimbursed at the Vendor's actual cost; Receipts for purchases will need
to be submitted with the invoice.
G:WBUC\RFQ\515-4674 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 12
CLINTON
Quotation No. 51 5-4674 Page 13
QUOTATION SCHEDULE
COUNTY SERVICE AREA NO. 7D (CSA NO. 7D)
All labor, material, equipment, taxes, transportation,
etc. required to perform the Landscape Maintenance
Services.
$ 91 per month
Services:
Labor Rate for Weed Control
Labor Rate for Pesticide Application
Labor Rate for Irrigation Maintenance/Repair
Labor Rate for replacement of Landscaping
Labor Rate for Additional Items
12 $ tf%z per year
$ ~2% per hour
$ ZZ~ per hour
$ qZ%)d per hour
ZBO" per hour
$ 2%- per hour
State if there is a minimum hourly charge. kb&
List any other related services and rates.that you provide:
G:WBUCW:W154814 LANDSCAPE WNTEN4NCE AT 33,7D AND 43.WC
Quotation No. 515-4674 Page 14
COUNTY SERVICE AREA NO. 43
RAISIN CITY PARK
The Raisin City Park is located on a triangular shaped parcel with frontage on Bowles and
Henderson Avenues. The lot has a gross area of approximately 34,000 square feet.
Approximately half of the area has grass cover. There is a playground within the park. See
Page 17 for map.
Basic Services:
Mow and pick up grass
Prune trees as needed
Collect and dispose of any trash
Replace broken sprinklers
Perform weed killingtcontrol and fertilization
Notes for above services:
Grass shall be cut two (2) times per month or once every fifteen (1-5) days from April through
September. October through March grass shall.be cut one (1) time per month or once every
thirty (30) days, for a total of eighteen (18) mowings per year.
Trees shall be pruned as needed, and all limbs posing a threat of injury to anyone shall be
removed.
All collected trash shall be thrown in its appropriate place.
Extra Services:
Additional services to those listed above, as basic services shall bedone only upon written
authorization from the County Director of Public Works and Planning on histher designee.
"Extra Services" charges for a one (9) year period shall not exceed five hurrdred dollars
($500.00).
A monthly invoice shall be submitted to:
Department of Public Works and Planning
Special Districts Section (Resources Division)
ATTENTION: Baron Zerahian
2220 Tulare Avenue, Suite 600
Fresno CA 93721
Contact Person: Baron Zerahian .
Phone (559) 2624259
Fax (559) 2624286
G:WBUC\RFa\s1!5474 LANDSCAPE MAINTENANCE AT 33,7D AND 43.W
(-
Quotation No. 515-4674 Page 15
RAISIN CITY
RK AND LIGHTING DISTRICT
G:WLIC\RFQ15154874 LAElDSCAPE MAINTENANCE AT 33,7D AND 43.M)(:
Quotation No. 515-4674 Page 16
QUOTATION SCHEDULE
Contractor to provide all labor, materials, equipment, taxes etc to provide park maintenance
services.at the County Service Area (CSA-43) Raisin City Park in accordance with the
attached response to County's Request for Quotation.
Monthly Service Charge
Labor Rate for Additional Services/Extra
Services (per hour)
State if there is a minimum hourly charge:
G:WBUCWa\5154874 lANDSCAPE MAINTENANCE AT 33,7D AND 43.m
Quotation No. 515-4674
BIDDER TO COMPLETE THE FOLLOWING:
Page 17
The County of Fresno is a member of the Central Valley Purchasing Group. This group
consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported
agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts
put in place by one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name,
make payment directly to the contractor, be liable to-the. contractor and.vice.versa,.per the.
terms of the original contract, all the while holding the County of Fresno harmless. If awarded
this contract, please indicate whether you would extend the same terms and conditions to all
tax supported agencies within this group as you. are proposing to extend'to Fresno County.
Yes, we will extend contract terms and conditions to all qualified agencies within the
Central Valley Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Title /
G:WBUC\RFQC5154874 LANDSCAPE MAINTENANCE AT 33,7D AND 43.DOC
Quotation No. 51 5-4674 Page 18
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
services (preferablv California State or local government aaencies). Be sure to include all
requested information.
Reference Name: h&&.d &- Contact &f&
Address: pd&lx qqc/0
City: State: + Zip: 73 WZ
Phone No.: ( ) ~f76~ wqd Date:
Service Provided: : ~X~XT-, ~,4%%?730d, A. f2Wmmad
Reference Name:
Service Provided:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection
of this RFQ.
G:\PUBUC\RFCMlW4 LANDSCAPE MAINTENANCE AT 33,70 AND 43.MX: