Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
P-24-177 Landscape Maintenance Services at County Service Areas and Various Special District Locations.pdf
COU County of Fresno INTERNAL SERVICES DEPARTMENT Facilities• Fleet• Graphics• Purchasing •Security•Technology O� 185�O PROCUREMENT AGREEMENT Agreement Number P-24-177 April 24, 2024 EMTS, Inc dba Elite Maintenance &Tree Services 2972 Larkin Ave Clovis, CA 93612 The County of Fresno (County) hereby contracts with EMTS, Inc dba Elite Maintenance &Tree Services (Contractor)to provide landscape maintenance services at County service areas and various special district locations in accordance with the text of this agreement, Attachment"A", County of Fresno Request for Quotation No: 24-044 and the attached contractors response to County of Fresno Request for Quotation No: 24-044 by this reference made a part hereof. TERM: This Agreement shall become effective July 9, 2024 and shall remain in effect through July 8, 2027. EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A" attached, at the rates set forth in Attachment"A". ORDERS: Orders will be placed on an as-needed basis by the Department of Public Works & Planning under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of Two-Hundred Thousand Dollars and Zero Cents ($200,000.00). 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. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services 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. 333 W. Pontiac Way,Clovis,CA 93612/(559)600-7110 *The County of Fresno is an Equal Employment Opportunity Employer PROCUREMENT AGREEMENT NUMBER: P-24-177 Page 2 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 INVOICING: An itemized invoice shall be sent 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. INVOICE TERMS: Net forty-five (45)days from the receipt of invoice. 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 (including attorney's fees and costs), 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, 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. 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) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must be prior to the date on which services began P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Page 3 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. 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 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, Department of Public Works & Planning via email at pwp bus inessoffice(&fresnocountyca.gov, 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. Certificates of Insurance are to include the contract number at the top of the first page. 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. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. 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 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 P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Page 4 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 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. 24-044 and the Contractor's Quote in response thereto); (2)Attachment"A"; (3)the County's Request for Quotation No. 24- 044 and (4)the Contractor's quotation made in response to County's Request for Quotation No. 24-044. 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. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1)a digital signature; (2)a faxed version of an original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF document)of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Amber Nigam, Purchasing Analyst, at(559)600-7110 or anigam(a-)fresnocountyca.gov. P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Page 5 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 FOR THE COUNTY OF FRESNO Manuel " . Digitally signed by Manuel M. Vilanova Vilanova Date:2024.04.24 13:22:20-07'00' Manuel Vilanova Deputy Director— Internal Services Department 333 W. Pontiac Way Clovis, CA 93612 GEC:AN P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Page 6 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 CONTRACTOR TO COMPLETE: Company: Elite Maintenance & Tree Service Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership ■❑ Corporation ❑ General Partnership 2972 Larkin Avenue Clovis CA 93612 Address City State Zip 5592922900 N/A DarinS@eliteteamoffices.com TELEPHONE NUMBER FAX NUMBER E-MAILADDRESS Print Name & Darin Sherlock-Regional Operations Manager Title: Print Name &Title: Signature: Signature: ACCOUNTING USE ONLY ORG No.: 9140 Account No.: 7220 Requisition No.: 1402400037 (08/2022) P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Attachment Page 1 of 4 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 ATTACHMENT "A " SERVICES Location: CSA 71)—CLINTON AND MARTY 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 Unit Cost Routine Services $ 112.15 Description: 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: $ 75.00 Location: CSA 10—CUMORAH KNOLLS 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 Unit Cost Routine Services $ 112.00 Description: 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: $ 75.00 P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Attachment Page 2 of 4 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 Location: CSA 10A—MANSION ETTE ESTATES 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 Unit Cost Routine Services $ 102.00 Description: 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: $ 75.00 Location: CSA 14—BELMONT MANOR 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. 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. Item Unit Cost Routine Services $ 819.00 P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Attachment Page 3 of 4 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 Description: 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: $ 75.00 Location: CSA 35CG - BIOLA Description: Routine Services to Include the Following: A. Remove all debris, trash, weeds, etc. B. Trim vegetation. Item Unit Cost Routine Services $ 1,152.00 Location: CSA 47—QUAIL LAKE 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 Unit Cost Routine Services $ 112.15 Description: 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: $ 75.00 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 water's edge. P-24-177 Landscape Maintenance Services.docx PROCUREMENT AGREEMENT NUMBER: P-24-177 Attachment Page 4 of 4 EMTS, Inc dba Elite Maintenance &Tree Services April 24, 2024 Labor Cost per Hour: $42.00 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 Hour: $42.00 Location: VARIOUS COUNTY LOCATIONS Description: A. Remove all debris, trash, weeds, etc. Labor Cost per Hour: $42.00 B. Trim vegetation. Labor Cost per Hour: $42.00 C. Supply and apply any necessary weed control products. Labor Cost per Hour: $ 55.00 D. Supply and apply any necessary pesticides. Labor Cost per Hour: $ 55.00 E. Purchase any necessary replacement trees, shrubs and plants, and necessary replacement irrigation parts as needed. Labor Cost per Hour: $ 75.80 F. Tree removal. Labor Cost per Hour: $ 80.00 P-24-177 Landscape Maintenance Services.docx Contractor's Response to County of Fresno Request for Quotation No. 24-044 P-24-177 Landscape Maintenance Services.docx N. od MAINTENANCE &TREE SERVICE April 1, 2024 County of Fresno 333 W. Pontiac Way Clovis, CA 93612 RE: RFQ #24-044 Landscape Maintenance Services at County Service Areas and Various Special District Locations TO: Kamber Nigam Enclosed is EMTS, Inc. (Elite's) proposal for the above referenced project. Elite is headquartered in Clovis, California, with five branches and additional satellite Yards serving Central and Northern California territories. We provide professional landscape management for commercial landscape maintenance for HOA's and health care, industrial, retail facilities and municipalities such as but not limited to City of Fresno, Visalia, Clovis, Sacramento, Modesto, Madera, Merced, Ceres, Solvang, Santa Barbara, Fresno County, Tulare County. With over 30 years of experience in the landscape industry and 225+ team members, we are confident that we will meet the City's expectations. Your assigned dispatch Facility is located at 2972 Larkin Avenue, Clovis, CA 93612. All crews and Management will be based here. For all communications during the bidding process, please contact: Luis Villarruel I Operations 559.765.8560 luisv@eliteteamoffices.com Saul Guadalupe I Manager 559.770.8862 saulg@eliteteamoffices.com We understand how important it is to maintain a safe, sanitary and healthy living environment for the County of Fresno, your visitors and residents. Thank you for your consideration, I am looking forward to continue and expand a working relationship with the county and field officers. Sincerely, EMTS,Inc. - Central Valley Branch 2972 Larkin Ave,Clovis,CA 93612 1 (559)292-2900 1 www.EliteTeamOffices.com I Lic.#911565 F. 0 d OTNENANCE &TREE SERVICE Exceptions to County Requirements EMTS, Inc. has reviewed the information in the bid package for Landscape Maintenance Services at County Service Areas and Various Special District Locations RFQ 24-044 and would like the opportunity to lightly negotiate with the County's Insurance requirements. Under "Insurance Requirements" Section C. Professional Liability coverage states: an annual aggregate amount of $3Million is needed. EMTS, Inc. would like to recommend our standard $1Million aggregate amount. 2972 Larkin Ave,Clovis,CA 93612 1 (559)292-2900 1 www.EliteTeamOffices.com I Lic.#911565 COUNTY OF FRESNO co REQUEST FOR QUOTATION NUMBER: 24-044 LANDSCAPE MAINTENANCE SERVICES AT COUNTY SERVICE AREAS AND VARIOUS SPECIAL DISTRICT LOCATIONS Issue Date: March 4, 2024 Closing Date: APRIL 1, 2024 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Amber Nigam 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. EMTS, Inc dba Elite Maintenance & Tree Services COMPANY Luis Villarruel and Saul Guadalupe CONTACT PERSON 2972 Larkin Ave. ADDRESS Clovis CA 93612 CITY STATE ZIP CODE Luis 559-765-8560 Saul (559) 770-8862 luisv@eliteteamoffices.com I saulg@eliteteamoffices.com TE P NUMBER E-MAIL ADDRESS AUTH S-IGNAtME Darin Sherlock Regional Operations Manager PRINT NAME TITLE Purchasing Use:AN:st ORGIRequisition:9140/1402400037 24-044 Landscape Maintenance Services.docx COUNTY OF FRESNO ADDENDUM NUMBER: TWO (2) RFQ NUMBER: 24-044 LANDSCAPE MAINTENANCE SERVICES AT COUNTY SERVICE AREAS AND VARIOUS SPECIAL DISTRICT LOCATIONS Issue Date: March 19, 2024 CLOSING DATE: APRIL 2, 2024 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Amber Nigam at(559)600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 24-044 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ Questions and Answers ➢ Prior Award Price List ACKNOWLEDGMENT OF ADDENDUM NUMBER TWO (2) TO RFQ 24-044 COMPANY NAME: EMTS Inc dba Elite Maintenance & Tree Services (PRINT) SIGNATURE: _ ` CY NAME & TITLE: Darin Sherlock - Regional Operations Manager (PRINT) Purchasing Use:AN:st ORG/Requisition:9140/1402400037 24-044 Addendum 2.docx COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 24-044 LANDSCAPE MAINTENANCE SERVICES AT COUNTY SERVICE AREAS AND VARIOUS SPECIAL DISTRICT LOCATIONS Issue Date: March 4, 2024 CLOSING DATE: APRIL 29 2024 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Amber Nigam at(559)600-7110. NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 24-044 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ The Closing Date is changed to April 2, 2024 at 10:00 AM. ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 24-044 COMPANY NAME: EM S, Inc dba Elite Maintenance & Tree Services (PRINT) SIGNATURE: \ o" NAME & TITLE: Darin Sherlock - Regional Operations Manager (PRINT) Purchasing Use:ANst ORGIRequisition:91401 1402400037 24-044 Addendum Una Quotation No. 24-044 Page 11 BIDDER TO COMPLETE: 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 C-27— Landscaping Contractor's 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 C-27—Landscaping Contractor's License, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and class: 911565 C27 - LANDSCAPING Date of Issue: 2/29/2008 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. 24-044 Landscape Maintenance Services.docx CONTRACTORS CJCG'� STATE LICENSE BOARD "•w- '""• ACTIVE LICENSE ".m.. .911565 -CORP E M T S INC DBA ELITE LANDSCAPE MAINTENANCE&TREE SERVICE ..M."oM.C27 •b.P..02/28/2026 www.cslb.ca.aov 4 CONTRACTORS STATE LICENSE BOARI OContractor's License Detail for License # 911565 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. r CSLB complaint disclosure is restricted by law(B&P 7124.6)Ifthisentity is subjectto public complaint disclosure click on link that will appear below for more information.Click here for a definition of d isclosable actions. r Onlyconstruction related civiljudgments reported to CSLB—disclosed(B&P 7071.17). r Arbitrations are notlisted unless the contractorfails to comply with the terns. r Due toworkload,there may be relevant information that has not yet been entered intothe board's license database. Data cu rrent as of 3/29/2024 2:59:19 PM Business Information EMTSINC dba ELITE LANDSCAPE MAINTENANCE&TREE SERVICE 2972 LARKIN AVENUE CLOVIS,CA 93612 Business Phone Number:(559)558-4771 Entity Corporation Issue Date 02/29/2008 Expire Date 02/28/2026 License Status This license is current and active. All information below should be reviewed. Additional Status There is Complaint Disclosure information for this license. Classifications C27-LANDSCAPING Bonding Information Contractor's Bond This license filed a Contractor's Bond with FIDELITY AN D DEPOSIT COMPANY OF MARYLAN D. Bond Number:9225147 Bond Amount:$25,000 Effective Date:01/01/2023 Contractor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual n umber9365415 for DERIK EDWARD JAKUSZ in the amou nt of$25,000 with FIDELITY AND DEPOSIT COMPANY OF MARYLAN D. Effective Date:01/01/2023 BQI's Bond History Workers'Compensation This license has workers compensation insurance with the NATIONAL CASUALTY COMPANY Policy Number:WCC334010A Effective Date:01/01/2022 Expire Date:01/01/2025 Workers'Compensation History Other 0 Person net listed on this license(current or disassociated)are listed on other licenses. Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification Copyright©2024 State of California Quotation No. 24-044 Page 14 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. 2 Yes,we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. EE' No,we will not extend contract terms to any agency other than the County of Fresno. Darin Sherlock (Authorized Signature) Regional Operations Manager Title 24-044 Landscape Maintenance Services.dou Quotation No. 24-044 Page 15 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: EMTS, Inc dba Elite Maintenance & Tree Services 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 these or 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: City of Clovis Parks Department Contact: Karyn Chilpigian Address: 155 N. Sunnyside City: Clovis State: CA Zip: 93611 Phone No.: ( 559 ) 324-2651 Date: 2014 - Present Service Provided: Complete landscaping and irrigation services of Right of Ways, Medians and Fire Stations Reference Name: County of Kern Public Works Contact: Cynthia Nicholson Address: 1115 Truxtun Ave., 3rd Floor GS, City: Bakersfield State: CA Zip: 93301 Phone No.: ( 661 ) 868-3017 Date: 2014 - Present Service Provided: Maintenance of landscape and irrigation of Parks and Libraries Reference Name: Fresno County Contact: Aaron Smith Address: 4590 E. Kings Canyon Rd. City: Fresno State: Ca Zip: 93702 Phone No.: ( (559) ) 600-7243 Date: Nov 2023 - Present Service Provided: Complete landscape maintenance of city public buildings services buildings Reference Name:City of Ceres Public Works Department Contact: Sam Royal Address: 2720 Second St. City: Ceres State: CA Zip: 95307 Phone No.: (209 ) 538-5617 Date: 7/1/2022-Present Service Provided: Complete Citywide Landscape and Irrigation System Management Reference Name: City of Bakersfield Public Works Contact: Darin Budak Address: 1600 Truxtun Ave., City Hall North 3rd. floor City: Bakersfield State: CA Zip: 93301 Phone No.: ( 661 ) 326.3866 Date: 2019 - Present Service Provided: Citywide Landscape and Irrigation system Management and Weed Abatement Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. 24-044 Landscape Maintenance Services.docx Quotation No. 24-044 Page 20 QUOTATION SCHEDULE Please ensure to factor all costs throughout the five-year contract term. The County will not accept price increases during the entire length of the contract. Location: CSA 7D—CLINTON AND MARTY 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. Quantity Item (Annual) Unit Cost Total Cost Routine Services 52 $ 112.15 $ 5,831.80 Description: 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: $ $75.00 Location: CSA 10—CUMORAH KNOLLS 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. Quantity Item (Annual) Unit Cost Total Cost Routine Services 24 $ 112.00 $ 2,688.00 Description: 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: $ 75.00 24-044 Landscape Maintenance Services.docx Quotation No. 24-044 Page 21 Location: CSA 10A— MANSIONETTE ESTATES 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. Quantity Item (Annual) Unit Cost Total Cost Routine Services 24 $ 102.00 $ 2,448.00 Description: 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: $75.00 Location: CSA 14— BELMONT MANOR 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. 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. 24-044 Landscape Maintenance Services.docx Quotation No. 24-044 Page 22 Quantity Item (Annual) Unit Cost Total Cost Routine Services 4 $ 819.00 $ 3,276.00 Description: 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: $ 75.00 Location: CSA 35CG - BIOLA Description: Routine Services to Include the Following: A. Remove all debris, trash, weeds, etc. B. Trim vegetation. Quantity Item (Annual) Unit Cost Total Cost Routine Services 1 $ 1,152.00 $ 1,152.00 Location: CSA 47—QUAIL LAKE 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. Quantity Item (Annual) Unit Cost Total Cost Routine Services 52 $ 112.15 $ 5,831.80 Description: 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: $ 75.00 24-044 Landscape Maintenance Services.docx Quotation No. 24-044 Page 23 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 water's edge. Labor Cost per Hour: $ 42.00 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 Hour: $ 42.00 Location: VARIOUS COUNTY LOCATIONS Description: A. Remove all debris, trash, weeds, etc. Labor Cost per Hour: $ 42.00 B. Trim vegetation. Labor Cost per Hour: $ 42.00 C. Supply and apply any necessary weed control products. Labor Cost per Hour: $ 55.00 D. Supply and apply any necessary pesticides. Labor Cost per Hour: $ 55.00 E. Purchase any necessary replacement trees, shrubs and plants, and necessary replacement irrigation parts as needed. Labor Cost per Hour: $ 75.00 F. Tree removal. Labor Cost per Hour: $ $80.00 24-044 Landscape Maintenance Services.docx Quotation No. 24-044 Page 24 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. X The Request for Quotation (RFQ) has been signed and completed. 2. X Addenda, if any, have been signed and included in the bid package. 3. X The completed Reference List as provided with this RFQ. 4. X The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5. X Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. X The Participation page as provided within this RFQ has been signed and included 7. X Bidder to Complete page as provided with this RFQ. 8. X Verification of Contractor's License and the Department of Consumer Affairs—Contractors' State License Board. 9. X Return checklist with RFQ response. 10. X Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 24-044 Landscape Maintenance Services.docx