Loading...
HomeMy WebLinkAboutP-25-134 Right of Way Landscape Maintenance Services.pdf CO,U County of Fresno INTERNAL SERVICES DEPARTMENT Facilities• Fleet•Graphics• Purchasing • Security•Technology O� 185�O PROCUREMENT AGREEMENT Agreement Number P-25-134 April 10, 2025 JCS Land Management 10859 E Clarkson Ave Kingsburg, CA 93631 The County of Fresno (County) hereby contracts with JCS Land Management(Contractor)to provide right of way landscape maintenance services in accordance with the text of this agreement, Attachment"A", County of Fresno Request for Quotation No: 25-061 and the attached contractors response to County of Fresno Request for Quotation No: 25-061 by this reference made a part hereof. TERM: This Agreement shall become effective April 10, 2025 and shall remain in effect through April 10, 2028. 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 and 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 One Hundred Ninety-Five Thousand Dollars and Zero Cents ($195,000.00). 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-25-134 Page 2 JCS Land Management April 10, 2025 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-25-134 Right of Way Landscape Maintenance Services PROCUREMENT AGREEMENT NUMBER: P-25-134 Page 3 JCS Land Management April 10, 2025 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, pwpecontracts(a)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 in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable P-25-134 Right of Way Landscape Maintenance Services PROCUREMENT AGREEMENT NUMBER: P-25-134 Page 4 JCS Land Management April 10, 2025 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. RFQ 25-061 and the Contractor's Quote in response thereto); (2)Attachment"A"; (3)the County's Request for Quotation No. RFQ 25-061 and (4)the Contractor's quotation made in response to County's Request for Quotation No. RFQ 25- 061. 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)600-7120 or anigam@fresnocountyca.gov. P-25-134 Right of Way Landscape Maintenance Services PROCUREMENT AGREEMENT NUMBER: P-25-134 Page 5 JCS Land Management April 10, 2025 FOR THE COUNTY OF FRESNO Digitally signed by Riley Riley Blackburn Blackburn Date:2025.04.17 08:42:57-07'00' Riley Blackburn Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 P-25-134 Right of Way Landscape Maintenance Services PROCUREMENT AGREEMENT NUMBER: P-25-134 Page 6 JCS Land Management April 10,2025 CONTRACTOR TO COMPLETE: Company: C� Type of Entity: Q Individual Limited Liability Company Sole Proprietorship Limited Liability Partnership Corporation Qi General Partnership Na rkso, Ag==:� kjm6btf eq cw Address Cit State Zip >sq-q, 7 S>- 777*-�4 D Aha J C-S Whdln(q rV e.,,ya TELEPHONE NUMBER FAX NUMBER E-MAII DDRESS Print Name & Title: JGsi'd �in yltJ'v> Print Name&Title: u9"�1z ! 6!m ° Signature: Signature: Lol YK J, ACCOUNTING USE ONLY ORG No.: 9254 Account No.: 7220 Requisition No.: 2412500001 (7/2024) P-25-134 Right of Way Landscape Maintenance Services ATTACHMENT A 25-061 REVISED QUOTATION SCHEDULE REVISED QUOTATION SCHEDULE Location: CSA 34C Bella Vista Description: Routine Landscape 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 Biweekly Maintenance 26 $ � $ 2- Ira Description: Annual Landscape Maintenance to Include the Following: A. Remove all debris and trash. B. Fire Break Clearance. There shall be a 10-foot clearance from all buildings, fences and public facilities. Quantity Item (Annual) Unit Cost Total Cost Annual Maintenance 1 $ .'4_ 0 $ 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: B. Any labor requiregt�ep storm basin free of trash, weeds and fire hazards. $ C. Any labor required to keep open space free of trash $ �� ATTACHMENT A 25-061 REVISED QUOTATION SCHEDULE REVISED QUOTATION SCHEDULE (CONTINUED) Location: CSA 34D Renaissance at Bella Vista Description: Routine Landscape 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 Biweekly Maintenance 26 $ Z $ j v Description: Annual Landscape Maintenance to Include the Following: A. Remove all debris and trash. B. Fire Break Clearance. There shall be a 10-foot clearance from all buildings, fences and public facilities. Quantity Item (Annual) Unit Cost Total Cost Annual Maintenance 1 $ Zb $ � `v� 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: B. Any labor required to keep the Outlots, and sidewalk/street cracks free of trash and weeds $ 05 C. Any labor required to keep storm basin free of trash, weeds and fire hazards. $65 D. Any labor required to keep open space free of trash $ Contractor's Response to County of Fresno Request for Quotation No. 25-061 P-25-134 Right of Way Landscape Maintenance Services i COUNTY OF FRESNO cooy�.e 0� s�o FRES REQUEST FOR QUOTATION NUMBER: 25-061 RIGHT OF WAY LANDSCAPE MAINTENANCE SERVICES i Issue Date: February 13, 2025 Closing Date: MARCH 14, 2025 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. I 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. TGS L(AnJ Mail aTme COMPANY Co'orireo CONTACT PERSON ►6 Y q E C ark Sim live k was b—j 04 j w l ADDRESS k � CA 9 � I l/Y2�� S r q CITY ' STATE ZIP CODE o L_Itinj m TELEPHONE BER E-MAIL AD RESS ALITHO ED SIGNATURE O'SIei Caryfrrre15 'r�s�dr'n �" CE PRINT NAME TITLE Purchasing Use:AN:hs ORG/Requisition:9140/1402500068 2H61 Right of Way Landscape Maintenance Services COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 25-061 RIGHT OF WAY LANDSCAPE MAINTENANCE SERVICES Issue Date: March 4, 2025 CLOSING DATE: MARCH 149 2025 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: 25-061 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. i ➢ Questions and Answers i ➢ See attached Procurement Agreement P-21-022 and corresponding Amendments 1 and 2. i I I ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 25-061 i COMPANY NAME: Tcs La,%J (PRINT) SIGNATURE: NAME &TITLE: �a �rZa"aS i-5ijen+ (PRINT Purchasing Use:AN:st 25-061 Addendum i COUNTY OF FRESNO ADDENDUM NUMBER: TWO (2) RFQ NUMBER: 25-061 RIGHT OF WAY LANDSCAPE MAINTENANCE SERVICES Issue Date: March 12, 2025 CLOSING DATE: MARCH 179 2025 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: 25-061 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ The Closing Date is changed to March 17, 2025 at 10:00 AM. ➢ The original Quotation Schedule is replaced in its entirety with the attached, Revised Quotation Schedule. ACKNOWLEDGMENT OF ADDENDUM NUMBER TWO (2)TO RFQ 25-061 COMPANY NAME: 3-C1 J MAA qq e-me n t (PRINT) SIGNATURE: �-i NAME &TITLE: AS i eI Cc)IYf rer t� frej Id an 4 C ED (PRINT) Purchasing Use:AN:st 25-061 Addendum Addendum No. ONE (1) Page 2 Request for Quotation Number: 25-061 March 4, 2025 QUESTIONS AND ANSWERS Q1. What are you currently paying for the service right now and could I see the current contract? A1. CSA 34C—Bella Vista was paying$1,869 for monthly services. Attached is a copy of the contract. CSA 34D- This is the first time this CSA is going to contract with a landscaping company. 02. Would you please let me know the previous contractor and prior annual award amount for this service contract? A2. Only CSA 34C—Bella Vista had a previous contract. BrightView Landscaping Services, Inc.- The contract is for a 3-year period, with the possibility of two 1-year renewals. The total amount contract amount for the 5-year period was not to exceed$197,150. CSA 34D- The Developer paid Landscape Development Inc. to install the landscaping, and it was under warranty until December 2024. The County does not have access to the contact between the Developer and their contracted landscaping company. Q3. Would you please let me know Is there a checklist of required documents for submission? A3. Please see page 39 of the Request For Quotation Number 25-061 document. Q4. Can a company still bid if did not attend the pre-bid meeting? A4. Yes. 25-061 Addendum 1 Quotation No. 25-061 Page 12 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: i 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 C-27 Landscaping Contractor License classification issued by the Department of Consumer Affairs, Contractors State License Board.The proposal must indicate the license held by the bidder,which enables him/her to perform the work. Number and Class: I0119 3 3 Q- CGS LA CA CGI/DG3 Date of Issue: I3Z) -7- 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. I 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. i 25-061 Right of Way Landscape Maintenance Services Quotation No. 25-061 Page 15 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 co ract terms to any agency other than the County of Fresno. (Authorized Signature)) de' / 1. Title DIR ACKNOWLEDGEMENT I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7,that I have registered with the Department of Industrial Relations(DIR)and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requireme that materialize from the SB854 legislation will be complied with. Attached is verification of h/Dle istration. (Authorized Signature) I�rzs�dent /�E_D Title 100Ugy157 _S DIR Number 25-061 Right of Way Landscape Maintenance Services Quotation No. 25-061 Page 16 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids,the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV)and/or a Disabled Veteran Business Enterprise(DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE,for the purposes of this section, are defined below. / A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters,distribution point or locally-owned franchise located in or having a street address within the County for at least six(6)months immediately prior to the issuance of the request for competitive bids by the CAO; and y-e5 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and yos 3. The vendor employs at least one(1)full-time or two (2)part-time employees whose primary residence is located within Fresno County,or if the business has no employees, shall be at least fifty percent(50%)owned by one or more persons whose primary residence(s)is located within Fresno County. J.,t5 i B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise(DVBE)as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above,or a DVBE shall so certify in writing to the CAO. j The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24)months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five(5)day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%)of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs,they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received,the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 25-061 Wght of Way Landscape Maintenance Services Quotation No. 25-061 Page 17 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories i 1) FCLV—Fresno County Local Vendor as defined above. 2) DVBE—Disabled Veteran Business Enterprise as defined above;a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference;A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. i The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV&DVBE FCLV DVBE VNP i Vendor Preference Category (Not a FCLV) FCLV&DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Opportunity iAward Subject to Preference Re-bid of low bid of low bid of low bid pp y FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid ' (Not a FCLV) when within 5% when within 5% No Re-bid No Re-bid I Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ),the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. t If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by t FCLVs and DVBEs that are within 5%of the designated low bid. The vendors submitting bids that are within the 5%will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which i specifically calls for a preference to local vendors. t When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE,all FCLVs will be offered a re-bid opportunity. 25-061 Right of Way Landscape Maintenance Services Quotation No. 25-061 Page 18 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISA%areap D VETERANS BUSINESS ENTERPRISE i� The Fresno Countyndor Preference (FCLV)and the Disabled Veteran Business EnteSrise Preference(DVBE) cable to this Request for Quotation as previously explained. i Qualified Vendors that desire nsideration as a FCLV and/or a DVBE under this RFQ st complete the "Statement of Local Vendor Ce ' ication"and/or the"Statement of DVBE Certification",each is included below, and submit Wthem as a pa of their quotation. Late submittals of these certif' ation forms will not be considered. Submission of either or oth certifications will qualify the vendor for tr atment as a local vendor or a DVBE for purposes of this RFQ o ly. The certification(s)made under this Q do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno Co ty Local Vendor Prefere ce or the DVBE Preference,the vendor will be notified of his/her opportunity to re id. If so notified,the endor must submit his/her re-bid within two County business days of notification. 7 Notification will be issued by e-mail or Fax,whichever preferred/by the vendor. Notification to Vendor shall be considered complete upon County's transmission of mail or ax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The ve or's delay in retrieval of his/her notification will not alter the two(2)County business day period allowed r re-bid submission. FCLV or DVBE TO COMPLETE: / Indicate ONE method for notification of re-bid opportun'y by provi ' g the appropriate e-mail address or Fax number. Submit this document as a part of your quo tion. E-Mail Address or ax Number(Identify contact erson) 25-061 Right of Way Landscape Maintenance Services Quotation No. 25-061 Page 19 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation(print or type). I &I &�-era6 P)z&�-) C� (individual submitting bid) (title) oflfor` '�C �Q yin,, — Certify that 'd lic i n � �1,,�� ' ll� (Co1mrpaany Na e) �t (Company Name /'� Is a Fresno County local V as defined within this RFQ and therefore qualifies for the Local Vendor Preference. Ore Signature fritle Date �asr�O l,OYt{1'Q Me; (Print Name) -------------------------------------------------------------------------------------------------------------------------------------------------------------------- STATEMENT OF DISABLED VETERAN BUSINESS /ERPR CERTIFICATION \ubmitwi desiring consideration under the Fresno County DVBE Preference must c uotation(print or type). (individual submitting bid) itle) of/for Certify that (* pany Name) (Company Name) Is a Disabled Veteran Business terprise certified by the State of Califo a and therefore qualifies for the DVBE Preference. i State of California DVBE Certification Nu er: f Signature Title Date (Print Name) 'Company name on file with th tate of California DVBE program. i ----------------------------- -------------------------------------------------------------------- ---------------------------------------------------------------- i I 25-061 Right of Way Landscape Maintenance Services Quotation No. 25-061 Page 20 TRADE SECRET ACKNOWLEDGEMENT Each proposal submitted is public record under the California Public Records Act(Cal.Gov. Code, secs.7920.000 and following)and is therefore open to inspection by the public as required by Section 7922.525 of the California Government Code. This section generally states that"every person has a right to inspect any public record".The County will not exclude any proposal or portion of a proposal from treatment as a public record except information that it is properly submitted as a"trade secret"(defined below), and determined by the County to be a"trade secret"(if not otherwise subject to disclosure,as stated below). Information submitted as"proprietary","confidential"or under any other terms that might state or suggest restricted public access will not be excluded from treatment as public record. "Trade secrets"as defined by Section 7924.510 of the California Government Code are not treated as a public record under that section.This section defines trade secrets as: "...Trade secrets,"as used in this section,may include,but are not limited to,any formula,plan,pattern,process,tool, mechanism,compound,procedure,production data or compilation of information that is not patented,which is known only to certain individuals within a commercial concern who are using it to fabricate,produce,or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Such information must be submitted in a separate PDF file named"Trade Secret"and marked as"Confidential"in the Public Purchase system. Bidders must include a clear and concise statement that sets out the reasons for confidentiality in accordance with the foregoing definition of"trade secret." Examples of information not considered trade secrets are pricing,cover letter,promotional materials,references,and the like. Information submitted by a bidder as"trade secret"will be reviewed by County of Fresno's Purchasing Division,with the assistance of the County's legal counsel,to determine conformance or non-conformance to the foregoing definition. Information that is properly identified as"trade secret"and which the County determines to conform to the definition will not become public record(if not otherwise subject to disclosure,as stated below).The County will safeguard this information in an appropriate manner,provided however,in the event of a request,demand, or legal action by any person or entity seeking access to the"trade secret"information,the County will inform the bidder of such request, demand,or legal action,and the bidder shall defend,indemnify,and hold harmless the County,including its officers and employees,against any and all claims,liabilities,damages,or costs or expenses,including attorney's fees and costs, relating to such request,demand or legal action,seeking access to the"trade secret"information. Information submitted by bidder as trade secret and determined by the County not to be in conformance with the foregoing California Government Code definition shall be excluded from the proposal and deleted by the County. The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if(1)they are not electronically submitted in a separate PDF that is marked"Trade Secret"and marked as Confidential in the Public Purchase system;or(2)disclosure thereof is required or allowed under the law or by order of court. Bidders are advised that the County does not wish to receive trade secrets and that bidders are not to supply trade secrets unless they are absolutely necessary. I have read and understand,and agree to the above"Trade Secret Acknowledgement." BIDDER MUST CHECK ONE OF THE FOLLOWING: Has bidder submitted certain bid information that is a"trade secret,"as defined by Section 7924.510 of the Califorr Government Code,and in compliance with the requirements of this Trade Secrets Acknowledgement? By marking"NO",bidder does not claim any confidentiality of any bid information submitted to the County. i YES X_NO ACKNOWL D AND EED BY BIDDER.- Signature Date � �a �r✓� ion}rzr�>`i `'rzsid�n f (�L� Print Name Title I 25-061 Right of Way Landscape Maintenance Services i Quotation No. 25-061 Page 21 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION Firm: M S L age men+ 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: �A be- 44a(k Contact: .41vi4 ;q 2 Address: C U f City: (a- State: jC44Zip: qjllj Phone No.: aUq - 4' Date: Ir Service Provided: 4 La It WMA91 t Y& s NI M' fiC 'fib ,nt d�_ 11 Sie rif l�t i RS Reference Name: I Contact uAn;tI (A vdVe2 Address: I City: Kj)�46 4 Y State: cA Zippy 9'�5 Phone No.: ( _ ) 5 5$ ` �-�3 Date: 9,O1 S" 1AWRI- Service Provided: HIV LI LR1 ,QQ, f i V�tYLeL cob, v Reference Name: Z h�erV)idb nM I 1 ape r Contact: Yvan yil la y orheZ Address: III I N Anje-eS,,n Rd E}sc+er CArq Z Zi City: State: �j}_ zi : �{3 2 Phone No.: i (cc--i_ ) L 10- I Y2-3 Date: --- Service Provided: 6( N IUf 'fhlAIM i►1 ih r nK(�►-st rKt retx 1Mllf. ' IV debris qua Reference Name: q a�j Qi*}j2v, ion Contact: 7esys VartaS Address: Z 'Shk Or City: D,n v60. r State: ( Zip: Phone No.: ( fib ) b71 r-3770 Date: 201,2— PP?LSOU- Service Provided: WtMq Lon&Wk ftiviU nee `M I D1- cWnrAj Hqufdelqqs� Reference Name: Swfh Wes -Tnsw FOr'JAjihContact: Gary Address: JbGJq S' EIM, AA City: CAr')-HyrS State: Zip: 3 Phone No.: ( 51-A ) `13 0-7 612 Date: Ir"— ,Ie 9.6- Service Provided: xoL MKkne,&,vAtfrimmN I j2tmw4dj fWak6l n� n�lP.rs+� em , arJ1ati mt Failure to provide a list of at least rive(5)customers may be cause for rejection of this RFQ. 25-061 Right of Way landscape Maintenance Services Quotation No. 25-061 Page 36 COMPLY / NOT COMPLY Complid ce9COMPLET derstanding of the specifications listed below shall be noted by markiry� "COMPL ' ine provided. Non-compliance is to be indicated by marking "NOT C MPLY" on the line; d statement explaining why the specification cannot be met must ccompany all non-comes. DO NOT LEIS PAGE BLANK. Failure to complete and submit this page ay result in the bid responsdeemed non-responsive. Note: Failuply to all specifications listed below will not autpfnatically disqualify the bid resro being evaluated. r. COMPLY/ BIDDER TPLET HE FOLLOWING: f NOT COMPLY r 2. f, 3. 4. 5. 6. l` 1\ 2M61 Right of Way Landscape Maintenance Services 25-061 REVISED QUOTATION SCHEDULE REVISED QUOTATION SCHEDULE Location: CSA 34C Bella Vista Description: Routine Landscape 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 Biweekly Maintenance 26 $ Description: Annual Landscape Maintenance to Include the Following: A. Remove all debris and trash. B. Fire Break Clearance. There shall be a 10-foot clearance from all buildings, fences and public facilities. Quantity Item (Annual) Unit Cost Total Cost Annual Maintenance 1 $ —& o $ S�d 3 L' Description: Extra Services to Include the Following: I A. Purchase any necessary replacement trees, shrubs and plants, and i any necessary replacement irrigation parts as needed. Labor Cost per Hour: I B. Any labor require�to k p storm basin free of trash, weeds and fire hazards. $ 5..-, C. Any labor required to keep open space free of trash $ I I I I l 25-061 REVISED QUOTATION SCHEDULE REVISED QUOTATION SCHEDULE (CONTINUED) Location: CSA 34D Renaissance at Bella Vista Description: Routine Landscape 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 Biweekly Maintenance 26 $ L �o $ 6'.7 Description: Annual Landscape Maintenance to Include the Following: A. Remove all debris and trash. B. Fire Break Clearance. There shall be a 10-foot clearance from all buildings, fences and public facilities. Quantity Item (Annual) Unit Cost Total Cost Annual Maintenance 1 $ $ 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: B. Any labor required to keep the Outlots, and sidewalk/street cracks free of trash and weeds $ C. Any labor required to keep storm basin free of trash, weeds and fire e hazards. $ s. D. Any labor required to keep open space free of trash $ Quotation No. 25-061 Page 39 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. v The Request for Quotation(RFQ)has been signed and completed. 2. ddenda, if any, have been signed and included in the bid package. Signed Trade Secret Form as provided with this RFQ(Trade Secret Information, if provided, 3. --1/V 'must be electronically submitted in a separate PDF file and marked as Confidential.) 4. The completed Reference List as provided with this RFQ. 5. he completed Comply/Not Comply page as provided with this RFQ. 6. ��/The Quotation Schedule as provided with this RFQ has been completed, price reviewed for /accuracy and any corrections initialed. 7. ✓ Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 8. The Participation page as provided within this RFQ has been signed and included 9. !I//—, he Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference ection (if applicable)has been signed and included. 10. idder to Complete page as provided with this RFQ. 11. Verification of Department of Industrial Relations Contractor Registration. 12. Verification of Contractor's License and the Department of Consumer Affairs—Contractors' State License Board. 13. Return checklist with RFQ response. 14. Completed RFQ in pdf format,electronically submitted to the Bid Page on Public Purchase. 25-061 Right of Way Landscape Maintenance Services r CONTRACTORS dC� STATE LICENSE BOARD ACTIVE LICENSE 40 1093433 -,CORP JCS LAND MANAGEMENT C27 C61ID49 C-8 C61ID63 II Exp°ffibn D#e 06/30/2026 www.csl b.ca.gov