Loading...
HomeMy WebLinkAboutAgreement A-19-327 with Enviroscape.pdfAgreement No . 19-327 1 AGREEMENT 2 THIS AGREEMENT ("Agreement") is made and entered into this Jilll.. day of July , 2019 3 ("Effective Date"), by and between the COUNTY OF FRESNO, a political subdivision of the state of 4 California, ("COUNTY"), and Enviroscape , a sole proprietorship , whose address is 111 Trout Lake Dr., 5 Sanger, CA 93657 , ("CONTRACTOR"). 6 W I TN E S S E TH : 7 WHEREAS , COUNTY, on December 5, 2018 , issued Request for Quotation (RFQ) No . 19-030 - 8 Landscaping Services for County Service Areas , and Addendum Number One , both attached as Exhibit A 9 and incorporated by this reference, for landscape maintenance and weed control services ; 10 WHEREAS, CONTRACTOR was determined by COUNTY to be the lowest responsible bidder, 11 who is qualified and capable of performing the work specified in RFQ No . 19-030; and 12 WHEREAS, COUNTY and CONTRACTOR desire to execute this Agreement for landscape 13 maintenance and weed control services for various Special Districts . 14 NOW, THEREFORE , in consideration of the mutual covenants , terms and conditions herein 15 contained , the parties hereto agree as follows : 16 17 18 19 20 21 22 23 24 25 26 27 28 1. CONTRACTOR OBLIGATIONS A. CONTRACTOR shall perform all services and fulfill all responsibilities as set forth in the Exhibit B -Scope of Work, attached and incorporated by this reference . 8 . If CONTRACTOR determines Extra Services, as indicated in Exhibit 8, are required at an additional charge, CONTRACTOR shall request in writing and receive written approval from COUNTY Representative prior to performing any Extra Services . C. CONTRACTOR shall not be reimbursed for Extra Services without prior written approval from COUNTY Representative . 2. COUNTY OBLIGATIONS A. COUNTY shall compensate CONTRACTOR as provided in this Agreement. B. COUNTY shall appoint the Director of Public Works and Planning or his designee as COUNTY Representative with full authority to deal with CONTRACTOR in all matters concerning this Agreement. 1 2 3 3. C.COUNTY shall ensure CONTRACTOR has access to all facilities and sites. TERM The term of this Agreement shall be for a period of three (3) years, commencing on the 4 Effective Date through and including July 8, 2022. This Agreement may be extended for two (2) additional 5 consecutive twelve ( 12) month periods upon written approval of both parties no later than thirty (30) days 6 prior to the first day of the next twelve (12) month extension period. The Director of the Department of 7 Public Works and Planning or his or her designee is authorized to execute such written approval on behalf 8 of COUNTY based on CONTRACTOR'S satisfactory performance. 9 4.TERMINATION 10 A Non-Allocation of Funds -The terms of this Agreement, and the services_to be 11 provided hereunder, are contingent on the approval of funds by the appropriating government agency. 12 Should sufficient funds not be allocated, the services provided may be modified, or this Agreement 13 terminated, at any time without penalty by giving CONTRACTOR thirty (30) days' advance written notice. 14 B.Breach of Contract -COUNTY may immediately suspend or terminate this 15 Agreement in whole or in part, wherein the determination of COUNTY there is: 16 17 18 19 20 21 22 23 24 25 26 27 28 1) 2) An illegal or improper use of funds; A failure to comply with any term of this Agreement; 3)A substantially incorrect or incomplete report submitted to the COUNTY; 4)Improperly performed service. In no event shall any payment by COUNTY constitute a waiver by COUNTY of any breach of this Agreement or any default which may then exist on the part of the CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to COUNTY with respect to the breach or default. COUNTY shall have the right to demand of CONTRACTOR the repayment to COUNTY of any funds disbursed to CONTRACTOR under this Agreement, which in the judgment of COUNTY were not expended in accordance with the terms of this Agreement. CONTRACTOR shall promptly refund any such funds upon demand. C.Without Cause -Under circumstances other than those set forth above, this Agreement may be terminated by COUNTY by giving thirty (30) days' advance written notice of an 1 intention to terminate to CONTRACTOR. 2 5.COMPENSATION/INVOICING 3 COUNTY agrees to pay CONTRACTOR, and CONTRACTOR agrees to receive compensation 4 based on actual expenditures incurred by CONTRACTOR, in accordance with the rates identified in 5 Exhibit B. CONTRACTOR shall submit invoices to the County of Fresno Department of Public Works and 6 Planning 2220 Tulare St. 6th FL Fresno CA 93721. 7 In no event shall compensation paid for services performed under this Agreement ex ceed sixty 8 thousand and no/100 ($60,000) per year and three hundred thousand and no/100 ($300,000) during the 9 entire potential five (5) year term of this Agreement. It is understood that all expenses incidental to 10 CONTRACTOR'S performance of services under this Agreement shall be borne by CONTRACTOR. 11 6.INDEPENDENT CONTRACTOR: 12 In performance of the work, duties and obligations assumed by CONTRACTOR under this 13 Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of 14 CONTRACTOR'S officers, agents, and employees will at all times be acting and performing as an 15 independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, 16 employee, joint venturer, partner, or associate of COUNTY. Furthermore, COUNTY shall have no right to 17 control or supervise or direct the manner or method by which CONTRACTOR shall perform its work and 18 function. However, COUNTY shall retain the right to administer this Agreement so as to verify that 19 CONTRACTOR is performing its obligations in accordance with the terms and conditions there of. 20 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the rules and 21 regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. 22 Because of its status as an independent contractor, CONTRACTOR shall have absolutely no right 23 to employment rights and benefits available to COUNTY employees. CONTRACTOR shall be solely liable 24 and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In 25 addition, CONTRACTOR shall be solely responsible and save COUNTY harmless from all matters relating 26 to payment of CONTRACTOR'S employees, including compliance with Social Security withholding and all 27 other regulations governing such matters. It is acknowledged that during the term of this Agreement, 28 CONTRACTOR may be providing services to others unrelated to the COUNTY or to this Agree ment. 1 7.MODIFICATION: Any matters of this Agreement may be modified from time to time by the 2 written consent of all the parties without, in any way, affecting the remainder. 3 8.NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement 4 nor their rights or duties under this Agreement without the prior written consent of the other party. 5 9.HOLD HARMLESS: 6 CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the 7 COUNTY, its officers, agents, and employees from any and all costs and expenses (including attorney's 8 fees and costs), damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection 9 with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees under 1 O this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, 11 liabilities, claims and losses occurring or resulting to any person, firm, or corporation who may be injured or 12 damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees 13 under this Agreement. 14 The provisions of this Section 9 shall survive termination of this Agreement. 15 10.INSURANCE 16 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third 17 parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance 18 policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or 19 Joint Powers Agreement (JPA) throughout the term of the Agreement: 20 A.Commercial General Liability 21 Commercial General Liability Insurance with limits of not less than Two Million Dollars 22 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This 23 policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including 24 completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal 25 liability or any other liability insurance deemed necessary because of the nature of this contract. 26 B.Automobile Liability 27 Comprehensive Automobile Liability Insurance with limits of not less than One Million 28 Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include 1 any auto used in connection with this Agreement. 2 C.Professional Liability 3 If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., RN., L.C.S.W., 4 M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million 5 Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 6 D.Worker's Compensation 7 A policy of Worker's Compensation insurance as may be required by the California Labor 8 Code. 9 E.Additional Requirements Relating to Insurance 10 CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance 11 naming the County of Fresno, its officers, agents, and employees, individually and collectively, as 12 additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage 13 for additional insured shall apply as primary insurance and any other insurance, or self-insurance, 14 maintained by COUNTY, its officers, agents and employees shall be excess only and not cont ributing with 15 insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or 16 changed without a minimum of thirty (30) days advance written notice given to COUNTY. 17 CONTRACTOR hereby waives its right to recover from COUNTY, its officers, agents, and 18 employees any amounts paid by the policy of worker's compensation insurance required by this 19 Agreement. CONTRACTOR is solely responsible to obtain any endorsement to such policy that may be 20 necessary to accomplish such waiver of subrogation, but CONTRACTOR's waiver of subrogation under 21 this paragraph is effective whether or not CONTRACTOR obtains such an endorsement. 22 Within thirty (30) days from the date CONTRACTOR signs and executes this Agreement, 23 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the 24 foregoing policies, as required herein, to the County of Fresno, Meng Moua 2220 Tulare St 6th FL Fresno 25 CA 93721, stating that such insurance coverage has been obtained and is in full force; that the County of 26 Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that for 27 such worker's compensation insurance the CONTRACTOR has waived its right to recover from the 28 COUNTY, its officers, agents, and employees any amounts paid under the insurance policy and that 1 waiver does not invalidate the insurance policy; that such Commercial General Liability insurance names 2 the County of Fresno, its officers, agents and employees, individually and collectively, as additional 3 insured, but only insofar as the operations under this Agreement are concerned; that such coverage for 4 additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained 5 by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance 6 provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed 7 without a minimum of thirty (30) days' advance, written notice given to COUNTY. 8 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein 9 provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this 10 Agreement upon the occurrence of such event. 11 All policies shall be issued by admitted insurers licensed to do business in the State of 12 California, and such insurance shall be purchased from companies possessing a current AM. Best, Inc. 13 rating of A FSC VII or better. 14 11.AUDITS AND INSPECTIONS: 15 The CONTRACTOR shall at any time during business hours, and as often as the COUNTY 16 may deem necessary, make available to the COUNTY for examination all of its records and data with 17 respect to the matters covered by this Agreement. The CONTRACTOR shall, upon request by the 18 COUNTY, permit the COUNTY to audit and inspect all of such records and data necessary to ensure 19 CONTRACTOR'S compliance with the terms of this Agreement. 20 If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be 21 subject to the examination and audit of the California State Auditor for a period of three (3) years after final 22 payment under contract (Government Code Section 8546. 7). 23 12. NOTICES: 24 The persons and their addresses having authority to give and receive notices under this 25 Agreement include the following: 26 27 28 COUNTY County of Fresno Public Works and Planning -Resources 2220 Tulare ST 6th Floor Fresno CA 93721 CONTRACTOR Enviroscape Attention: Paul Banuelos, Owner 111 Trout Lake DR Sanger Ca 93657 1 All notices between the COUNTY and CONTRACTOR provided for or permitted under this 2 Agreement must be in writing and delivered either by personal service, by first-class United States mail, by 3 an overnight commercial courier service, or by telephonic facsimile transmission. A notice del ivered by 4 personal service is effective upon service to the recipient. A notice delivered by first-class United States 5 mail is effective three COUNTY business days after deposit in the United States mail, postage prepaid, 6 addressed to the recipient. A notice delivered by an overnight commercial courier service is effective one 7 COUNTY business day after deposit with the overnight commercial courier service, delivery fees prepaid, 8 with delivery instructions given for next day delivery, addressed to the recipient. A notice delivered by 9 telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmission 10 is completed outside of COUNTY business hours, then such delivery shall be deemed to be effective at 11 the next beginning of a COUNTY business day), provided that the sender maintains a machine record of 12 the completed transmission. For all claims arising out of or related to this Agreement, nothing in this 13 section establishes, waives, or modifies any claims presentation requirements or procedures provided by 14 law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the Government 15 Code, beginning with section 810). 16 13.GOVERNING LAW: 17 Venue for any action arising out of or related to this Agreement shall only be in Fresno 18 County, California. 19 The rights and obligations of the parties and all interpretation and performance of this 20 Agreement shall be governed in all respects by the laws of the State of California. 21 14.DISCLOSURE OF SELF-DEALING TRANSACTIONS 22 This provision is only applicable if the CONTRACTOR is operating as a corporation (a 23 for-profit or non-profit corporation) or if during the term of the agreement, the CONTRACTOR changes 24 its status to operate as a corporation. 25 Members of the CONTRACTOR's Board of Directors shall disclose any self-dealing 26 transactions that they are a party to while CONTRACTOR is providing goods or performing services 27 under this agreement. A self-dealing transaction shall mean a transaction to which the CONTRACTOR 28 is a party and in which one or more of its directors has a material financial interest. Members of the 1 Board of Directors shall disclose any self-dealing transactions that they are a party to by completing 2 and signing a Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit C and incorporated 3 herein by reference, and submitting it to the COUNTY prior to commencing with the self-dealing 4 transaction or immediately thereafter. 5 15.ENTIRE AGREEMENT: 6 This Agreement constitutes the entire agreement between CONTRACTOR and COUNTY 7 ith respect to the subject matter hereof, and supersedes all previous Agreement negotiations, proposals, 8 ommitments, writings, advertisements, publications, and understanding of any nature whatsoever unless 9 xpressly included in this Agreement. In the event of any inconsistency in interpreting the docu ments which 10 onstitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of 11 riority: ( 1) the text of this Agreement and all its Exhibits, (2) RFQ 19-030; (3) CONTRACTOR'S quotation 12 ade in response to COUNTY'S RFQ 19-030. A copy of COUNTY's RFQ No. 19-030 and 13 ONTRACTOR's response shall be retained and made available by COUNTY during the term of this 14 15 Ill 16 Ill 17 Ill 18 Ill 19 Ill 20 Ill 21 Ill 22 Ill 23 Ill 24 Ill 25 Ill 26 Ill 27 Ill 28 Ill 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first hereinabove written. :Pe.tu_\. G~t'\ue-\c::is 0\.A fl-e/(_ Print Name & Title FOR ACCOUNTING USE ONLY: ORG No.: 9140 Account No.:7220 Requisition No.: 1401900039 ATTEST: Bernice E. Seidel Clerk of the Board of Supervisors County of Fresno , State of California Attachment 1 COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 19-030 LANDSCAPING SERVICES FOR COUNTY SERVICE AREAS (CSA) Issue Date: December 5, 2018 Closing Date: JANUARY 8, 2019 AT 2:00 P.M. All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Darren Howard at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be signed and dated by an authorized officer or employee. Except as noted on individual items, the following will apply to all items in the Quotation Schedule: • A cash discount of _____ % _____ days will apply. County does not accept terms less than 15 days. COMPANY CONTACT PERSON ADDRESS CITY STATE ZIP CODE TELEPHONE NUMBER E-MAIL ADDRESS AUTHORIZED SIGNATURE PRINT NAME TITLE Purchasing Use: DH:st ORG/Requisition: 9140 / 1401900039 Attachment 1 KEY DATES RFQ Issue Date: December 5, 2018 Written Questions for RFQ Due: December 20, 2018 at 10:00 A.M. Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: January 8, 2019 at 2:00 P.M. Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno is soliciting bids to provide all labor, materials equipment, permits, fees, taxes and insurance etc., to provide landscape maintenance services at County Service Areas (CSA) Nos. 7D, 10, 10 A, 14, 35CG and 47 as specified herein. Attachment 1 BID INSTRUCTIONS •Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. •Bids received after the closing time will NOT be considered. •All quotations shall remain firm for 180 days. •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 prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. •ISSUING AGENT/AUTHORIZED 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 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, 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 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. •APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A "Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue 2nd Floor, Fresno, California 93702-4599 and in Word format to gcornuelle@FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7) working days unle ss the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. Attachment 1 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by December 20, 2018 at 10:00 AM., cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Darren Howard at (559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. AWARD: Award will be made to the vendor offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. CODES AND REGULATIONS: All work and material to conform to all applicable Federal, State, local and special district building codes, laws, ordinances, and regulations. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A)DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B)County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C)Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. Attachment 1 BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all serv ices and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.8. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be pr ovided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1.Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2.Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3.Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4.Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5.No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered in duplicate to The Department of Public Works and Plan ning, Attn: Special Districts, 2220 Tulare Street, 6th Floor, Fresno, CA 93721. Reference shall be made to the purchase order/contract number and equipment number if applicable on the invoice. PAYMENT: County will make partial payments for all purchases made under the contracUpurchase order and accumulated during the month. Terms of payment will be net forty-five (45) days. County will consider the Bidder's Cash discount Offer, in lieu of the net forty-five (45) days payment terms. Attachment 1 CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1) year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by County of Fresno, The Department of Public Works and Planning. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing 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 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 the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. 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 (including attorney's fees and costs), 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 (including attorney's fees and costs), 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. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have exam ined 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. Attachment 1 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. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. ST AND ARD 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. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1) year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. 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. OBLIGATIONS OF CONTRACTOR: Contractor 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 performance of the work hereunder. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both in ternally and externally to ensure and protect the confidential information and/or data provided to contractor by the Attachment 1 County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County's system(s) without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. 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 (3) 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. BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: CONTRACTOR'S LICENSE: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California Contractor's License, Class 27-Landscaping Contractor License or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class 27-Landscaping Contractor License, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs­ Contractors' State License Board. Failure to submit verification may result_in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. Attachment 1 INSURANCE REQUIREMENTS 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 Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). 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. B.Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto 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 Insurance with limits of not less than One Mil lion Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D.Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: 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. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. 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, The Department of Public Works and Planning, Attn: Meng Moua, 2220 Tulare Street, Fresno, CA 93721, 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. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. Attachment 1 BIDDER TO COMPLETE THE FOLLOWING: 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 Attachment 1 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR OUOTATION, Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: ____________ Contact: Address: City: State: -------------------Phone No.: (_) _________ Date: Service Provided: Reference Name: ____________ Contact: Address: City: -------------------Phone No.: (_) Service Provided: s· . � . _________ Date: State: Reference Name: ____________ Contact: Address: City: State: -------------------Phone No.: ( __ ) Date: --------- Service Provided: Reference Name: ____________ Contact: Address: City: State: -------------------Phone No.: (_) Date: ---------Service Provided: Reference Name: ____________ Contact: Address: City: State: ------------------- Phone No.: (__) Date: --------- Service Provided: ---Zip: ___ Zip: if·•. ---Zip: ___ Zip: ___ Zip: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. Attachment 1 SCOPE OF WORK The County of Fresno is soliciting bids to provide landscape maintenance services at County Service Areas (CSA) Nos. 7D, 10, 10A, 14, 35CG, 47, and various Special Districts locations, as specified herein. The County of Fresno reserves the right to make the award based on what is deem to be in the best interest of the County. Note however that preference will be given to bidders who bid on all locations. Each bidder shall have examined the site of work at their own convenience as listed in Exhibit A through F 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. CSA 7D -CLINTON AND MARTY Location & Service Area CSA No. 7D is located south of Clinton Ave, west of Selland Ave, north of Vassar Ave, and east of Marty Ave. The landscaping area consist of a strip of sidewalk approximately 260 feet by 20 feet on Clinton Ave between Marty Ave and Selland Ave as identified by Exhibit A Routine Services The contractor shall provide on-going maintenance one (1) time per week. The service schedule shall be established upon award of agreement. Maintenance services shall include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly C.Trim vegetation D.Apply any necessary weed control products. Contractor shall specify what types of weed control products will be used, and the frequency weed control will be applied E.Apply any necessary pesticides. Contractor shall specify what types of pesticides will be used, and the frequency pesticide will be applied Extra Services The contractor shall provide the following additional item, only when authorized by the County in writing and in advance: A.Purchase all necessary replacement trees, shrub and plants, and all necessary replacement irrigation parts as needed. Please specify additional labor rate on the Quotation Schedule CSA 10 -CUMORAH KNOLLS Location & Service Area CSA 10 -Cumorah Knolls is located north of Shaw Ave, east of Greenwood Ave, south of Health Ln, and west of Poinsettia Ave. The landscaping area consist of a median strip approximately 375 feet by 25 feet on Greenwood Ave between Shaw Ave and Redbank Rd as identified on Exhibit B Routine Services The contractor shall provide on-going maintenance two (2) times per month. The service schedule shall be established upon award of agreement. Maintenance services shall include the following: A.Remove all debris, trash, weeds, etc. 8.Test and inspect the entire irrigation system to ensure that it is working properly C.Trim vegetation Attachment 1 D.Apply any necessary weed control products. Contractor shall specify what types of weed control products will be used, and the frequency weed control will be applied E.Apply any necessary pesticides. Contractor shall specify what types of pesticides will be used, and the frequency pesticide will be applied Extra Services The contractor shall provide the following additional item, only when authorized by the County in writing and in advance: A. Purchase any necessary replacement trees, shrub and plants, and any necessary replacement irrigation parts as needed. Please specify additional labor rate on the Quotation Schedule CSA 10A-MANSIONETTE ESTATES Location & Service Area CSA No. 1 0A is located south of Herndon Ave, west of Langley Ave, north of Paul Ave, and east of DeWolf Ave. The landscaping area consist of a median strip approximately 30 feet by 5 feet on Herndon Ave and Leonard Ave, two (2) basins measuring 250 feet by 5 feet each on either side of Leonard Ave and Herndon Ave, an approximately 350 feet by 5 feet of frontage along Herndon Avenue (West of Leonard), and an approximately 480 feet by 5 feet of frontage along Herndon Avenue (East of Leonard) and as identified on Exhibit C Routine Services The contractor shall provide on-going maintenance two (2) times per month. The service schedule shall be established upon award of agreement. Maintenance services shall include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly C.Trim vegetation D.Apply any necessary weed control products. Contractor shall specify what types of weed control products will be used, and the frequency weed control will be applied E.Apply any necessary pesticides. Contractor shall specify what types of pesticides will be used, and the frequency pesticide will be applied F.Shut down the system during the rainy season G.Clean drainage facility Extra Services The contractor shall provide the following additional item, only when authorized by the County in writing and in advance: A.Purchase any necessary replacement trees, shrub and plants, and any necessary replacement irrigation parts as needed. Please specify additional labor rate on the Quotation Schedule Attachment 1 CSA 14-BELMONT MANOR Location & Service Area CSA No. 14 is located south of Belmont Ave, north of Golf Links Ave, east of Leonard Ave, and west of Madison Ave. The landscaping area consist of a basin approximately 140 feet by 155 feet as identified by Exhibit D Routine Services The contractor shall provide on-going maintenance four (4) times per year. The service schedule shall be established upon award of agreement. Maintenance services shall include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly C.Trim vegetation D.Apply any necessary weed control products. Contractor shall specify what types of weed control products will be used E.Apply any necessary pesticides. Contractor shall specify what types of pesticides will be used F.Shut down the system during the rainy season G.Items A-F shall pertain to the shrubs on the perimeter and the basin H.Clean the gutters in and around the basin I.Mow the vegetation in the basin Extra Services The contractor shall provide the following additional item, only when authorized by the County in writing and in advance: A.Purchase any necessary replacement trees, shrub and plants, and any necessary replacement irrigation parts as needed. Please specify additional labor rate on the Quotation Schedule CSA 35CG -BIOLA Location & Service Area CSA 35CG -Biola is located south of Shaw Ave, west of Raisin Ave, north of D St, and east of Third St. The landscaping area consist of a basin approximately 300 feet by 100 feet as identified in Exhibit E. Routine Service A.Remove all debris, trash, weeds, etc. B.Trim vegetation CSA 47 -QUAIL LAKE Location & Service Area CSA No. 47-Quail Lake is located south of Shaw Ave, east of Bethel Ave, and north of Ashlan Ave, and east of McCall Ave. The landscaping area consist of a basin approximately 140 feet by 155 feet as identified by Exhibit F. Exhibit E identifies the Water Plant, Wastewater Treatment Plant and Mosquito Abatement Access Trail that requires landscape maintenance. The landscape areas can be found along both the inside and outside of the gated facilities as well as along the Redbank Slough. Please note that the water used for landscaping purposes is "reclaimed water" generated from the wastewater treatment plant. Attachment 1 Routine Services The contractor shall provide on-going maintenance one (1) time per week for the areas surrounding the Water Plant and Wastewater Plant. The service schedule shall be establilshed upon award of agreement. Maintenance services shall include the following: A.Remove all debris, trash, weeds, etc. 8.Test and inspect the entire irrigation system to ensure that it is working properly C.Trim vegetation D.Apply any necessary weed control products. Contractor shall specify what types of weed control products will be used, and the frequency weed control will be applied E.Apply any necessary pesticides. Contractor shall specify what types of pesticides will be used, and the frequency pesticide will be applied Extra Services The contractor shall provide the following additional items, only when authorized by the County in writing and in advance: A.Purchase any necessary replacement trees, shrub and plants, and any necessary replacement irrigation parts as needed 8.Maintain access trail for Consolidated Mosquito Abatement District (CMAD) staff along Redbank Slough for the purposes of mosquito control. Maintain an unpaved access trail no less than six feet (6') wide on each side of the Redbank Creek for mosquito surveillance and control programs. These access trails shall accommodate motorized application equipment, and shall be located between the tree line and the water's edge C.Coordinate with the Fresno Metropolitan Flood Control District to access and trim overgrowth coming through the fence on the south side of the wastewater plant D.Please specified additional labor rates on the Quotation Schedule VARIOUS COUNTY LOCATIONS Various Special Districts locations may require service(s) on an as need basis such as but not limited to: A. Remove all debris, trash, weeds, etc. 8.Test and inspect the entire irrigation system to ensure that it is working properly C.Trim vegetation D.Apply any necessary weed control products. Contractor shall specify what types of weed control products will be used, and the frequency weed control will be applied E.Apply any necessary pesticides. Contractor shall specify what types of pesticides will be used, and the frequency pesticide will be applied F.Purchase all necessary replacement trees, shrub and plants, and all necessary replacement irrigation parts as needed G.Tree removal Attachment 1 Location: Description: Description: Location: Description: Description: QUOTATION SCHEDULE CSA 7D -CLINTON AND MARTY Routine Services to Include the Following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. Item Routine Services Quantity (Annual) 52 Unit Cost $ Extra Services to Include the Following: Total Cost $ A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost per Hour: $ CSA 10 -CUMORAH KNOLLS Routine Services to Include the Following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. Item Routine Services Quantity (Annual) 24 Unit Cost $ Extra Services to Include the Following: Total Cost $ A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost per Hour: $ Attachment 1 Location: Description: Description: Location: Description: Description: CSA 10A-MANSIONETTE ESTATES Routine Services to Include the Following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. F.Shut down the system during the rainy season. G.Clean drainage facility. Item Routine Services Quantity (Annual) 24 Unit Cost $ Extra Services to Include the Following: Total Cost $ A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost per Hour: $ CSA 14 -BELMONT MANOR Routine Services to Include the Following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. F.Shut down the system during the rainy season. G.Clean drainage facility. Item Routine Services Quantity (Annual) 4 Unit Cost $ Extra Services to Include the Following: Total Cost $ A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost per Hour: $ Attachment 1 Location: Description: Location: Description: Description: CSA 35CG -BIOLA Routine Services to Include the Following: A.Remove all debris, trash, weeds, etc. 8.Trim vegetation. Item Routine Services CSA 47 -QUAIL LAKE Quantity (Annual) 1 Unit Cost $ Routine Services to Include the Following: A.Remove all debris, trash, weeds, etc. Total Cost $ 8.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. Item Routine Services Quantity (Annual) 52 Unit Cost $ Extra Services to Include the Following: Total Cost $ A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. LaborCo�perHou� $ 8.Maintain access trail for Consolidated Mosquito Abatement District (CMAD) staff along Redbank Slough for the purposes of mosquito control. Maintain an unpaved access trail no less than six feet (6') wide on each side of the Redbank Creek for mosquito surveillance and control programs. These access trails shall accommodate motorized application equipment, and shall be located between the tree line and water's ed ge. Labor Cost per Hour: $ C.Coordinate with the Fresno Metropolitan Flood Control District to access and trim overgrowth coming through the fence on the south side of the wastewater plant. Labor Cost per Hour: $ Attachment 1 Location: Description: VARIOUS COUNTY LOCATIONS A.Remove all debris, trash, weeds, etc. Labor Cost per Hour: B.Trim vegetation. Labor Cost per Hour: $ $ C.Supply and apply any necessary weed control products. Labor Cost per Hour: $ D.Supply and apply any necessary pesticides. Labor Cost per Hour: $ E.Purchase any necessary replacement trees, shrubs and plants, and necessary replacement irrigation parts as needed. Labor Cost per Hour: F.Tree removal. Labor Cost per Hour: $ $ Attachment 1 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.Addenda, if any, have been signed and included in the bid package. 3.The completed Reference List as provided with this RFQ. 4.The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5.Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6.The Participation page as provided within this RFQ has been signed and included 7.Bidder to Complete page as provided with this RFQ. 8.Verification of Contractor's License and the Department of Consumer Affairs -Contractors' State License Board. 9.Return checklist with RFQ response. 10.Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. Attachment 1 EXHIBITS A.County Service Area 7D -Clinton and Marty B.County Service Area 10 -Cumorah Knolls C.County Service Area 10A-Mansionette Estates No. 3 D.County Service Area 14-Belmont Manor E.County Service Area 35GC -Biola F.County Service Area 47 Attachment 1 Public Works and Planning Resoun::es, Special Districts G:\PUBLIC\P _RESOUR\Special Districls\GIS\specia1_dist_map.mxd Attachment 1 Public Works and Planning Resources, Special Districts G:\PUBLIC\P _RESOUR\Special Disbicts\GIS\special_disl_map.mxd Exhibit C �chment1 Public Works and Planning Resources, Special Districts G:\PUBLIC\P _RESOUR\Special Oisbicts\GIS\special_disl_map.mxd Exhibit D Attachment 1 Countv Service Area 14 -Belmont ManorPublic Works and Planning Public Works and Planning Resources, Special Districts Landscaping Area G:\PUBUC\P _RESOUR\Special Oistricts\GIS\special_disl_map.mxd Public Works and Planning Resources, Special Disbicts G:\PUBLIC\P _RESOUR\Specia1 Oistricts\GIS\spedal_dist_map.mxd Public Works and Planning Resources, Special Districts Exhibit F G:\PUBltC\P _RESOUR\Special Oistricts\GIS\spedal_dist_map.mxd COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 19-030 LANDSCAPING SERVICES FOR COUNTY SERVICE AREAS (CSA) CLOSING DATE: JANUARY 8, 2019 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Darren Howard at (559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 19-030 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. Q1. Good afternoon , Is it possible to get current information on sites like what contractor is doing them and the current amount they are getting paid per site or can you lead me to the area were I can get Information thank you. A 1. The current contractor providing CSA Landscaping Services is Enviroscape. See the attached quotation schedule, which delineates the current pricing to perform services at each location. COMPANY NAME: SIGNATURE: NAME & TITLE: Landscape Maintenance Services at CSA Nos. 10, 10A, 14 and 47 CSA No. 10 -Cumorah Knolls CSA No. 10 A-Mansionette Estates No. 3 CSA No. 14 -Belmont Manor CSA No. 47 -Quail Lake G:\PU!LIC\aMRACTS �\G\P-14---087-G EMIIROSCAPE.OOTM Attachment 1 Attachment A ITEM ITEM DESCRIPTION CSA No 7D LANDSCAPE SERVICES ALL LABORS, MATERIAL, EQUIPMENT, TAXES, TRANSPOR TATION, ETC. REQUIRED TO PERFORM THE LANDSCAPE MAINTENANCE SERVICES FOR COUNTY SERVICE AREA 7D 250 LINEAL FEET, FROM CURB TO WOODEN FENCE, LOCATED AT W. CLINTON BETWEEN MARTY AND SELLAND � 230.00 ! PER MONTH � 2,760.00 !PER YEAR EXTRA SERVICE: WEED CONTROL � 38.00 PER YEAR PESTICIDE APPLICATION � 38.00 IPER YEAR IRRIGATION SYSTEM REPAID � 38.00 IPER YEAR REMOVE AND REPLACE ALL DEAD �38.00 !PER YEAR OR DAMAGED SHRUBS, TREES, PLANTS, AS REQUIRED Landscape Maintenance Services at CSA Nos. 10, 10A, 14 and 47 CSA No. 10 -Cumorah Knolls CSA No. 10 A-Mansionette Estates No. 3 CSA No. 14 -Belmont Manor CSA No. 47 -Quail Lake G:\PU'IUC\<IMRACTS EX'TRl'ICTS\G\P-14--D87-G ENVIROSCAPE.!Xml Attachment 2 Location: Description: Scope of Work CSA 7D Routine Services to include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C. Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. Item Routine Services Quantity (Annual) 52 Unit Cost Total Cost $ 60.00 $ 3,120.00 ...;._------'---- Description: With County approval, Extra Services to include the following: A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost Per Hour $ ..;...._ _____ _32.00 Attachment 2 Location: CSA 10 Description: Routine Services to include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. Item Routine Services Well Sites A.Weed Control Quantity (Annual) 24 Unit Cost Total Cost s 10.00 �s __ �1=.G=s�o�.o=o Description: With County approval, Extra Services to include the following: A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost Per Hou $ -'--------32.00 Attachment 2 Location: CSA 10A Description: Routine Services to include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C. Trim vegetation. D. Apply any necessary weed control products. E.Apply any necessary pesticides. F.Shut down the system during the rainy season. G.Clean drainage facility. Item Routine Services Quantity (Annual) 24 Unit Cost Total Cost $ 115.00 =$ __ __:2=· 7:....::6=0.:..::.0=0 Description: With County approval, Extra Services to include the following: A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed Labor Cost Per Hou $ -'--------32.00 Attachment 2 Location: CSA 14 Description: Routine Services to include the following: A.Remove all debris, trash, weeds, etc. B.Test and inspect the entire irrigation system to ensure that it is working properly. C.Trim vegetation. D.Apply any necessary weed control products. E.Apply any necessary pesticides. F.Shut down the system during the rainy season. G.Clean drainage facility. Item Routine Services Quantity (Annual) 4 Unit Cost Total Cost $ 675.00 ::zc.s __ __,2=· 7:....::0=0=.o=o Description: With County approval, Extra Services to include the following: A.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed. Labor Cost Per Hou $ 32.00 ------- Attachment 2 Location: CSA 35CG Description: Routine Services to include the following: A.Remove all debris, trash, weeds, etc. B.Trim vegetation. Item Routine Services Quantity (Annual) 1 Unit Cost Total Cost s 2,376.00 .:z:.S __ ---=2=.3=7-=6-=.o=o Attachment 2 Location: CSA 47 Description: Routine Services to include the following: A. Remove all debris, trash, weeds, etc. 8.Test and inspect the entire irrigation system to ensure that it is working properly. C. Trim vegetation. D. Apply any necessary weed control products. E. Apply any necessary pesticides. Item Routine Services Quantity (Annual) 52 Unit Cost Total Cost s 85.oo �s ___ 4�,4�2�0-.o�o Description: With County approval, Extra Services to include the following: A. Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed Labor Cost Per Hou $ 32.00 ------- B. Maintain access trail for Consolidated Mosquito Abatement District (CMAD) staff along Redbank Slough for the purposes of mosquito control. Maintain an unpaved access trail no less than six feet (6') wide on each side of the Redbank Creek for mosquito surveillance and control programs. These access trails shall accommodate motorized application equipment, and shall be located between the tree line and the water's edge. Labor Cost Per Hou $ 33.00 ------- C. Coordinate with the Fresno Metropolitan Flood Control District to access and trim overgrowth coming through the fence on the south side of the wastewater plant. Labor Cost Per Hou $ -'---------33.00 Attachment 2 CSA 5, CSA 10, CSA 10A, CSA 14, CSA 30, CSA 32, CSA 34 SWTP, CSA 34WWTF, WWD 38, WWD 42, Locations: CSA 44A, CSA 44C, and CSA 49. Description: A. Apply any necessary weed control products at water and/or wastewater sites. Item Quantity Unit Cost Total Cost/Year CSA 5 2.00 $ 120.00 $ 240.00 CSA 10 2.00 $ 150.00 $ 300.00 CSA 10A 2.00 $ 166.00 $ 332.00 CSA 14 2.00 $ 166.00 $ 332.00 CSA 30 2.00 $ 850.00 $ 1,700.00 CSA 32 2.00 $ 750.00 $ 1,500.00 CSA 34 SWTP 2.00 $ 200.00 $ 400.00 CSA 34WWTF 2.00 $ 850.00 $ 1,700.00 WWD38 2.00 $ 400.00 $ 800.00 WWD42 2.00 $ 166.00 $ 332.00 CSA 44A 2.00 $ 300.00 $ 600.00 CSA 44C 2.00 $ 166.00 $ 332.00 CSA 49 2.00 $ 210.00 $ 420.00 Total $ 8,988.00 Description: With County approval, Extra Services to include the following: A.Additional weed application as needed, not to excceed the unit cost Attachment 2 Location: Various County Locations Description: A. Remove all debris, trash, weeds, etc 32.00 Labor Cost Per Hour $ -'--------- B.Trim vegetation Labor Cost Per Hour $ 32.00 ------- C.Supply and apply any necessary weed control products Labor Cost Per Hour $ 32.00 ------- D.Supply and apply any necessary pesticides 35.00 Labor Cost Per Hour $ -'--------- E.Purchase any necessary replacement trees, shrubs and plants, and any necessary replacement irrigation parts as needed Labor Cost Per Hour $ 32.00 ------- F.Tree removal Labor Cost Per Hour $ 35.00 ------- Exhibit A SELF-DEALING TRANSACTION DISCLOSURE FORM In order to conduct business with the County of Fresno {hereinafter referred to as "County"), members of a contractor's board of directors {hereinafter referred to as "County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest" The definition above will be utilized for purposes of completing this disclosure form. INSTRUCTIONS (1)Enter board member's name, job title {if applicable), and date this disclosure is being made. (2)Enter the board member's company/agency name and address. {3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a.The name of the agency/company with which the corporation has the transaction; and b.The nature of the material financial interest in the Corporation's transaction that the board member has. {4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5)Form must be signed by the board member that is involved in the self-dealing transaction described in Sections {3) and (4). Exhibit A (1)Company Board Member Information: Name: Date: Job Title: (2)Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to): (4)Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a): (5)Authorized Signature Signature: I Date: I