Loading...
HomeMy WebLinkAboutAgreement A-21-431 Pump and Motor Repairs and Services.pdf-1- 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 M A S T E R A G R E E M E N T THIS AGREEMENT (“Agreement”) is made and entered into this day of October, 2021 by and between the COUNTY OF FRESNO, a Political Subdivision of the State of California, hereinafter referred to as "COUNTY", and each contractor listed in Exhibit A to this agreement, hereinafter referred to as "CONTRACTOR" and collectively the “CONTRACTORS”. W I T N E S S E T H: WHEREAS, the COUNTY, on June 29, 2021, issued Request for Quotation (RFQ) No. 21-062, and Addendum Number: ONE (1), a copy of which is on file with the Department of Public Works and Planning, Special Districts Administrator, 2220 Tulare Street, Sixth Floor, Fresno, California 93721 (collectively, “RFQ No 21-062”), for pump and electrical motor service and repair, including on-site repairs and replacement of water and wastewater related items; and WHEREAS, each CONTRACTOR submitted a response to RFQ No. 21-062; and WHEREAS, the COUNTY has evaluated each CONTRACTOR’s Response to RFQ No. 21-062 and has determined that each CONTRACTOR is qualified and capable of performing the work specified in RFQ No. 21-062. NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions herein contained, the parties hereto agree as follows: 1.OBLIGATIONS OF THE CONTRACTOR A.SCOPE OF WORK/DUTIES: Each CONTRACTOR shall provide, for the facilities listed in its portion of Exhibit B to this agreement (Exhibit B is comprised of multiple subparts labeled Exhibit B-1, Exhibit B-2, and so on, with one subpart for each CONTRACTOR), all services (including but not limited to labor, material, parts, equipment, transportation, and taxes) related to the following: 1)Onsite repair of pumps and ancillary equipment that does not require in-shop repair service. 2)Supply of water pumps and electrical components for (or in conjunction with) on- site work. 19th Agreement No. 21-43121-0571 -2- 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 3)Pump removal and possible delivery to a pump or electrical motor shop as determined by County Special District staff. 4)Pick-up of pumps from pump or electric motor vendor or repair shops, and delivery to specified County facilities. 5)Installation of pumps, electric motors, or both at water and wastewater facilities, using a crane with the appropriate capabilities. 6)Repair or replacement of water and wastewater pressure-related items and lines. 7)Rip wastewater treatment ponds. 8)Miscellaneous water and sewer line repairs. 9)In-shop repair services 10)Parts and Supplies. B.SERVICE RESPONSE REQUIREMENTS Each CONTRACTOR must be available 24 hours per day, 7 days per week. Although most facilities have a back-up system which allows for repairs during normal business hours, in an emergency situation, it is the COUNTY’s expectation that each CONTRACTOR should be capable of mobilizing and arriving on-site, with sufficient staff and equipment, at any of the facilities designated on that CONTRACTOR‘s portion of Exhibit B, within four (4) hours of being contacted by COUNTY Representative. C.Service shall be performed by each CONTRACTOR as needed upon notification to that CONTRACTOR by a COUNTY Representative, as defined in section 2.B. below. The notification may be given by telephone call, email, or other writing. Upon notification by a COUNTY Representative, the CONTRACTOR shall provide to that COUNTY Representative an estimated date and time the CONTRACTOR’s arrival at service site. The contact person for each CONTRACTOR is listed in Exhibit A. D.ADDITIONAL WORK If a CONTRACTOR determines that additional repairs will be required, or that some other type of adjustment to the scope of the work initially requested by the COUNTY Representative will be necessary, the CONTRACTOR must first contact the COUNTY Representative for authorization or -3- 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 direction concerning such additional repairs or proposed adjustment to the scope of requested work, before performing any such additional repairs or work. E.NO RELATIONSHIP TO OTHER CONTRACTORS Under this Agreement, each CONTRACTOR only has rights and obligations with respect to the COUNTY. This Agreement creates no rights or obligations between any CONTRACTORS; no CONTRACTOR has any right to receive performance under this Agreement from, or to enforce any part of this Agreement against, any other CONTRACTOR. 2.OBLIGATIONS OF THE COUNTY A.COUNTY shall compensate each contractor as provided in this Agreement. B.There are two “COUNTY Representatives,” each of whom will represent the COUNTY as provided in this agreement and will work with each CONTRACTOR in carrying out the provisions of this Agreement. The COUNTY Representative for Group I facilities (Special Districts and Disposal Sites) will be the COUNTY Director of Public Works and Planning or his or her designee. The COUNTY Representative for Group II facilities (Facility Services) will be the Internal Services Department, Facilities Services Division Manager or his or her designee. Each CONTRACTOR shall communicate and coordinate with the appropriate COUNTY Representative, based on the facilities designated on that CONTRACTOR’s portion of Exhibit B, and each COUNTY Representative will provide the following services: 1)Examine documents submitted to the COUNTY by each CONTRACTOR and timely render decisions pertaining thereto; and 2)Provide communication between each CONTRACTOR and COUNTY officials and commissions. C.Each COUNTY Representative shall give consideration to all matters submitted for approval by each CONTRACTOR in a manner that advances the mutual intent of the COUNTY and the relevant CONTRACTOR to avoid any substantial delays in that CONTRACTOR’s program of work. 3.TERM The term of this Agreement shall be for a period of three (3) years, commencing on November 1, 2021 through and including October 31, 2024. This Agreement may be extended for two (2) additional -4- 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 consecutive twelve (12) month periods upon written approval of both parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. The Director of the Department of Public Works and Planning, or his or her designee is authorized to execute such written approval on behalf of COUNTY based on CONTRACTOR’S satisfactory performance. 4.TERMINATION A.Non-Allocation of Funds - The terms of this Agreement, and the services to be provided hereunder, are contingent on the approval of funds by the appropriating government agency. Should sufficient funds not be allocated, the services provided may be modified, or this Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written notice. B.Breach of Contract - The COUNTY may immediately suspend or terminate this Agreement in whole or in part, where in the determination of the COUNTY there is: 1)An illegal or improper use of funds; 2)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 the COUNTY constitute a waiver by the 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 the COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not expended in accordance with the terms of this Agreement. The 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 upon the giving of thirty (30) days advance written notice of an intention to terminate to CONTRACTOR. 5.COMPENSATION/INVOICING: The COUNTY shall only provide compensation and payment to each CONTRACTOR for work authorized by the COUNTY Representative. The COUNTY will compensate and pay each CONTRACTOR for labor, travel time, parts, pump -5- 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 rigs, service trucks and equipment utilized for COUNTY authorized work in accordance with the rates provided in Exhibit B. CONTRACTOR shall submit invoices in triplicate to the County of Fresno Department of Public Works and Planning. In no event shall compensation paid by the COUNTY for services performed under this Agreement by all CONTRACTORS exceed the maximum annual amount of $600,000.00. The total maximum cumulative amount payable to all CONTRACTORS considered collectively for the services to be provided under this agreement, including the initial three-year term and the two potential one-year renewal periods, shall not exceed $3,000,000.00. It is understood that all expenses incidental to CONTRACTOR'S performance of services under this Agreement shall be borne by that CONTRACTOR. CPI ADJUSTMENT: For each of the two additional one-year renewal periods past the three year initial term, if the COUNTY Representative and each CONTRACTOR extend the Agreement as to that CONTRACTOR, the CONTRACTOR’s price quote(s) for hourly labor rates and travel time rate per mile will be increased by three percent (3%). Each CONTRACTOR shall prepare and send to the COUNTY a separate invoice for each work project and for each facility where the work is performed. The invoice shall be dated, have an invoice number, identify the facility where the work is performed, provide an itemized description of what was repaired, replaced or improved, hours of labor (including when hourly charges began and ended), rates, parts, quantities, costs and totals. For Group I facilities, the invoices shall be sent to: Fresno County Department of Public Works and Planning Resources Division, Special Districts Section 2220 Tulare Street, Sixth Floor Fresno, CA 93721-2106 For Group II facilities, the invoices shall be sent to: Fresno County Internal Services Department Facilities Services Division 4590 East Kings Canyon Road Fresno, CA 93702 COUNTY shall pay each CONTRACTOR within forty-five (45) days after receipt and verification of the accuracy and sufficiency of that CONTRACTOR’s invoice(s) by the applicable department (for Group I -6- 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 facilities, the Department of Public Works and Planning; for Group II facilities, the Internal Services Department). In the event that a submitted invoice contains any errors or is otherwise determined to be insufficient, the applicable department will request that corrections be made, and a revised invoice shall be resubmitted by CONTRACTOR. Each CONTRACTOR understands that the 45-day time frame shall commence only upon receipt and verification by the applicable department that a sufficient invoice has been submitted. 6.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 the 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 this Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or to this Agreement. 7.MODIFICATION: Any matters of this Agreement may be modified from time to time by the written consent of all the parties without, in any way, affecting the remainder. 8.NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the prior written consent of the other party. -7- 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 9.HOLD HARMLESS: 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. The provisions of this Section 9 shall survive termination of this Agreement. 10.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 coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B.Automobile Liability Comprehensive Automobile Liability Insurance with limits 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 Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. -8- 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 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 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 and Planning, Resources Division, 2220 Tulare Street, 6th Floor, Fresno, California 93721, Attn: Special Districts Section, 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 for such worker’s compensation insurance the CONTRACTOR has waived its right to recover from the COUNTY, its officers, agents, and employees any amounts paid under the insurance policy and that waiver does not invalidate the insurance policy; 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 -9- 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 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 issued by admitted insurers licensed to do business in the State of California, and such insurance shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. 11.AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during business hours, and as often as the COUNTY may deem necessary, make available to the COUNTY for examination all of its records and data with respect to the matters covered by this Agreement. The CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data necessary to ensure CONTRACTOR'S compliance with the terms of this Agreement. If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be subject to the examination and audit of the California State Auditor for a period of three (3) years after final payment under contract (Government Code Section 8546.7). 12.NOTICES: The persons and their addresses having authority to give and receive notices under this Agreement include the following: COUNTY CONTRACTOR COUNTY OF FRESNO SEE EXHIBIT A Special Districts Administrator Department of Public Works and Planning 2220 Tulare Street, 6th Floor Fresno, CA 93721 Internal Services Department Facility Services Division Facility Services Manager 4590 E. Kings Canyon Road Fresno, CA 93702 All notices between the COUNTY and CONTRACTOR provided for or permitted under this -10- 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 Agreement must be in writing and delivered either by personal service, by first-class United States mail, by an overnight commercial courier service, or by telephonic facsimile transmission. A notice delivered by personal service is effective upon service to the recipient. A notice delivered by first-class United States mail is effective three COUNTY business days after deposit in the United States mail, postage prepaid, addressed to the recipient. A notice delivered by an overnight commercial courier service is effective one COUNTY business day after deposit with the overnight commercial courier service, delivery fees prepaid, with delivery instructions given for next day delivery, addressed to the recipient. A notice delivered by telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmission is completed outside of COUNTY business hours, then such delivery shall be deemed to be effective at the next beginning of a COUNTY business day), provided that the sender maintains a machine record of the completed transmission. For all claims arising out of or related to this Agreement, nothing in this section establishes, waives, or modifies any claims presentation requirements or procedures provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the Government Code, beginning with section 810). 13.ADDITION AND DELETION OF CONTRACTORS: The Director of Public Works and Planning and the Director of Internal Services/Chief Information Officer reserve the right at any time to during the term of this Agreement to add new CONTRACTORS to those listed in Exhibit A. It is understood any such additions will not affect compensation paid to any other CONTRACTOR, and therefore, such additions may be made by COUNTY without notice or approval of the on the CONTRACTOR’s under this Agreement. Any such contractors added must qualify according to the terms of RFQ No. 21-062. CONTRACTORS also agree that inclusion on Exhibit A does not constitute a guarantee or promise that any CONTRACTOR shall provide any certain amount of work or services to COUNTY under this Agreement. Each CONTRACTOR understands that any such additions will not affect their compensation. These same provisions apply to the termination of any CONTRACTOR listed in Exhibit A. By executing a signature page, each CONTRACTOR becomes a signatory to this Agreement, and agrees that is party to this Agreement with the COUNTY and is bound by its terms. 14.GOVERNING LAW: Venue for any action arising out of or related to this Agreement shall only be in Fresno County, California. -11- 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 The rights and obligations of the parties and all interpretation and performance of this Agreement shall be governed in all respects by the laws of the State of California. 15.DISCLOSURE OF SELF-DEALING TRANSACTIONS This provision is only applicable if the CONTRACTOR is 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 this agreement. 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 Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit C and incorporated herein by reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 16.ELECTRONIC SIGNATURE: The parties agree that this Agreement may be executed by electronic signature as provided in this section. 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. 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. 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). 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 -12- 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 Agreement with an original handwritten signature. 17.ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between the CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all previous Agreement negotiations, proposals, commitments, writings, advertisements, publications, and understanding of any nature whatsoever unless expressly included in this Agreement. 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 all Exhibits other than Exhibit A; (2) Exhibit B, contractor pricing; and (3) Exhibit C, the self-dealing transaction form. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first 2 hereinabove w ritten . 3 4 5 CONTRACTORS: SEE ADDITIONAL SIGNATURE 6 PAGES ATTACHED 7 8 9 10 11 12 13 14 15 16 FOR ACCOUNTING USE ONLY: ATTEST: Bern ice E . Seidel Clerk of the Board of Supervisors County of Fresno , State of California By ct>~, r LI ~ ep ty 17 Various County Service Areas and Waterworks Districts : Orgs 9140 , 9141 , 9145 , 9150 , 9250 , 9154 , 9163 , 9170 , 9171 , 9166 , 9172 , 9322 , 9320 , 9181, 18 9255 ,9254 , 9323 , 9324 , 9325 , 9212 , 9301 , 9244 , 9246 , 9247 , 9310 , 9249 , 9357 , 9358 , 9360 , 19 9361 ,9351 ,9362 20 Various Disposal Sites : 21 Orgs 9026 and 9020 22 Accoun~:7205 ,7220 ,7295 23 Facility Services : 24 Org : 8935 25 Account: 7205 Fund : 1045 26 Subclass: 10000 27 28 -13- SPECIAL DISTRICTS WATER AND WASTEWATER SYSTEMS & RESOURCES DISPOSAL SITES Water and Wastewater Systems CSA 1 Account 7205 Fund 0740 Subclass 16000 Org 9141 CSA 5 Account 7205 Fund 0750 Subclass 16000 Org 9145 CSA 10 Account 7205 Fund 0770 Subclass 16000 Org 9150 CSA 10A Account 7205 Fund 0770 Subclass 16800 Org 9250 CSA 14 Account 7205 Fund 0780 Subclass 16000 Org 9154 CSA 23 Account 7205 Fund 0790 Subclass 16000 Org 9163 CSA 30 Account 7205 Fund 0800 Subclass 16000 Org 9170 CSA 31 Account 7205 Fund 0200 Subclass 12000 Org 9171 CSA 31B Account 7205 Fund 0810 Subclass 16120 Org 9166 CSA 32 Account 7205 Fund 0820 Subclass 16000 Org 9172 CSA 34WWTF Account 7205 Fund 0830 Subclass 16202 Org 9320 CSA 34SWTP Account 7205 Fund 0830 Subclass 16203 Org 9322 CSA 34A Account 7205 Fund 0830 Subclass 16200 Org 9181 CSA 34B Account 7205 Fund 0830 Subclass 16211 Org 9255 CSA 34C Account 7205 Fund 0830 Subclass 16210 Org 9254 CAA 34D Account 7205 Fund 0830 Subclass 16204 Org 9323 CSA 34F Account 7205 Fund 0830 Subclass 16206 Org 9324 CSA 34G Account 7205 Fund 0830 Subclass 16205 Org 9325 CSA 39AB Account 7205 Fund 0850 Subclass 16350 Org 9212 CSA 43W Account 7205 Fund 0230 Subclass 12150 Org 9301 CSA 44A Account 7205 Fund 0870 Subclass 16400 Org 9244 CSA 44C Account 7205 Fund0870 Subclass 16420 Org 9246 CSA 44D Account 7205 Fund 0870 Subclass 16430 Org 9247 CSA 47 Account 7205 Fund 4030 Subclass 40680 Org 9310 CSA 49 Account 7205 Fund 0235 Subclass 12800 Org 9249 WWD 37 Account 7205 Fund 0880 Subclass 16000 Org 9357 WWD 38 Account 7205 Fund 0890 Subclass 16000 Org 9358 WWD 40 Account 7205 Fund 0900 Subclass 16000 Org 9360 WWD 41W Account 7205 Fund 0910 Subclass 16000 Org 9361 WWD 41S Account 7205 Fund 0920 Subclass 16000 Org 9351 WWD 42 Account 7205 Fund 0930 Subclass 16000 Org 9362 JUVENILE JUSTICE CAMPUS Account 7205 Fund 0801 Subclass 16900 Org 9140 Disposal Sites American Avenue Account 7205 Fund 0700 Subclass 15000 Org 9026 Southeast Regional Account 7205 Fund 0720 Subclass 15000 Org 9020 \\\Pacific\pwp\4360Resources\SPECIAL DISTRICTS\CONTRACTED SERVICES\RFQ - Request for Quotation\2021 RFQ Pump and Motor\Special Districts Water & Wastewater & Disposal Sites Budget Strings.doc Master Agreement- Pump and Motor Services Exhibit A Page 1 of 1 LIST OF CONTRACTORS CONTRACTOR NAME ADDRESS CONTRACTOR CONTACT 1.Shaver Lake Construction P.O. Box 247 Shaver Lake, CA 93644 Contact: Wendy Blair Phone: (559) 841-3747 E-mail: wendy@shaverlakeconstruction.com 2.DXP Enterprises, Inc. 1122 Carrier Parkway Ave. Bakersfield, CA 93308 Contact: Marc Sanchez Phone: (714) 779-0911 Email: marc.sanchez@dxpe.com 3.Zim Industries, Inc. 4532 E Jefferson Ave. Fresno, CA 93725 Contact: Curt B. Zimmerer Phone: (559) 834-1551 Email: dc@zimindustries.com Master Agreement - Pump and Motor Services Exhibit B-1 Page 1 of 1 VALLEY DISTRICT Per Hour MOUNTAIN DISTRICT Per Hour WESTERN DISTRICT Per Hour Pump Rig:Pump Rig:Pump Rig: Service Truck - 1 man $125.00 Service Truck - 1 man $125.00 Service Truck - 1 man $125.00 Service Truck - 2 man $250.00 Service Truck - 2 man $250.00 Service Truck - 2 man $250.00 3 to 5 ton Service Truck:3 to 5 ton Service Truck:3 to 5 ton Service Truck: 1 man $165.00 1 man $165.00 1 man $165.00 2 man $330.00 2 man $330.00 2 man $330.00 10 ton Service Truck 10 ton Service Truck 10 ton Service Truck 1 man $165.00 1 man $165.00 1 man $165.00 2 man $330.00 2 man $330.00 2 man $330.00 Backhoe N/A Backhoe N/A Backhoe N/A Total Equipment Total Equipment Total Equipment Labor Rates:Labor Rates:Labor Rates: In Shop Rate $125.00 In Shop Rate $125.00 In Shop Rate $125.00 On Site Rate $125.00 On Site Rate $125.00 On Site Rate $125.00 (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) 1/2 (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) 1/2 (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) 1/2 Over time Rate $187.50 Over time Rate $187.50 Over time Rate $187.50 (State when overtime begins)after 8 hrs (State when overtime begins)after 8 hrs (State when overtime begins)after 8 hrs After Hours Rate $187.50 After Hours Rate $187.50 After Hours Rate $187.50 (State time of day After Hours begins)5:00 PM (State time of day After Hours begins)5:00 PM (State time of day After Hours begins)5:00 PM Holiday and Weekend Rate $250.00 Holiday and Weekend Rate $250.00 Holiday and Weekend Rate $250.00 Charge for Pick up Varies Charge for Pick up Varies Charge for Pick up Varies Charge for Delivery Varies Charge for Delivery Varies Charge for Delivery Varies Travel Rates Per Mile: $1.00 Travel Rates Per Mile: $1.00 Travel Rates Per Mile: $1.00 DXP ENTERPRISES, INC (714) 779-0911 marc.sanchez@dxpe.com Master Agreement - Pump and Motor Services Exhibit B-2 Page 1 of 1 VALLEY DISTRICT:Per Hour MOUNTAIN DISTRICT Per Hour WESTERN DISTRICT Per Hour Pump Rig:Pump Rig:Pump Rig: Service Truck - 1 man No Bid Service Truck - 1 man $98.00 Service Truck - 1 man No Bid Service Truck - 2 man No Bid Service Truck - 2 man $196.00 Service Truck - 2 man No Bid 3 to 5 ton Service Truck:3 to 5 ton Service Truck:3 to 5 ton Service Truck: 1 man No Bid 1 man $148.00 1 man No Bid 2 man No Bid 2 man $246.00 2 man No Bid 10 ton Service Truck 10 ton Service Truck 10 ton Service Truck 1 man No Bid 1 man $163.00 1 man No Bid 2 man No Bid 2 man $261.00 2 man No Bid Backhoe No Bid Backhoe $148.00 Backhoe No Bid Total Equipment Total Equipment Total Equipment Labor Rates:Labor Rates:Labor Rates: In Shop Rate No Bid In Shop Rate N/A In Shop Rate No Bid On Site Rate No Bid On Site Rate $98.00 On Site Rate No Bid (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) 1/2 (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) Over time Rate No Bid Over time Rate $147.00 Over time Rate No Bid (State when overtime begins)(State when overtime begins)after 8 hrs (State when overtime begins) After Hours Rate No Bid After Hours Rate $147.00 After Hours Rate No Bid (State time of day After Hours begins) (State time of day After Hours begins)after 8 hrs (State time of day After Hours begins) Holiday and Weekend Rate No Bid Holiday and Weekend Rate $147.00 Holiday and Weekend Rate No Bid Charge for Pick up No Bid Charge for Pick up None Charge for Pick up No Bid Charge for Delivery No Bid Charge for Delivery None Charge for Delivery No Bid Travel Rates Per Mile: No Bid Travel Rates Per Mile: None Travel Rates Per Mile: No Bid Shaver Lake Construction (559) 841-3747 wendy@shaverlakeconstruction.com Master Agreement - Pump and Motor Services Exhibit B-3 Page 1 of 1 VALLEY DISTRICT:Per Hour Overtime Rates MOUNTAIN DISTRICT Per Hour WESTERN DISTRICT Per Hour Overtime Rates Pump Rig:Pump Rig:Pump Rig: Service Truck - 1 man $125.00 $187.50 Service Truck - 1 man No Bid Service Truck - 1 man $125.00 $187.50 Service Truck - 2 man $175.00 $262.50 Service Truck - 2 man No Bid Service Truck - 2 man $175.00 $262.50 3 to 5 ton Service Truck:3 to 5 ton Service Truck:3 to 5 ton Service Truck: 1 man $190.00 $285.00 1 man No Bid 1 man $190.00 $285.00 2 man $240.00 $360.00 2 man No Bid 2 man $240.00 $360.00 10 ton Service Truck 10 ton Service Truck 10 ton Service Truck 1 man $200.00 $300.00 1 man No Bid 1 man $200.00 $300.00 2 man $250.00 $375.00 2 man No Bid 2 man $250.00 $375.00 Backhoe $200.00 $300.00 Backhoe No Bid Backhoe $200.00 $300.00 Total Equipment Total Equipment Total Equipment Labor Rates:Labor Rates:Labor Rates: In Shop Rate $105.00 $157.50 In Shop Rate No Bid In Shop Rate $105.00 $157.50 On Site Rate $125.00 $187.50 On Site Rate No Bid On Site Rate $125.00 $187.50 (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) 1/4 (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) (State the increment hourly rate is billed i.e. ¼, 1/3, ½ etc.) 1/4 Over time Rate Over time Rate No Bid Over time Rate (State when overtime begins)after 8 hrs (State when overtime begins) (State when overtime begins)after 8 hrs After Hours Rate After Hours Rate No Bid After Hours Rate (State time of day After Hours begins)after 4:00 pm (State time of day After Hours begins) (State time of day After Hours begins)after 4:00 PM Holiday and Weekend Rate Holiday and Weekend Rate No Bid Holiday and Weekend Rate Charge for Pick up $125.00 $187.50 Charge for Pick up No Bid Charge for Pick up $125.00 $187.50 Charge for Delivery $125.00 $187.50 Charge for Delivery No Bid Charge for Delivery $125.00 $187.50 Travel Rates Per Mile: $3.00 Travel Rates Per Mile: No Bid Travel Rates Per Mile: $3.00 Zim Industries (559) 834-1551 dc@zimindustries.com Exhibit C 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). (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: Date: