HomeMy WebLinkAboutP-22-438 SIGNED.pdf PROCUREMENT AGREEMENT NUMBER: P- a-a--`1"3 43 Page 1
Structural Preservation Systems
9/13/22
co County of Fresno
INTERNAL SERVICES DEPARTMENT
Facilities• Fleet•Graphics•Purchasing•Security•Technology
O� 1$5�O
ARE`'
PROCUREMENT AGREEMENT
Agreement Number P- ��— Y?� g
9/13/22
Structural Preservation Systems, LLC
1332 North Miller St.
Anaheim, CA 92806
The County of Fresno(County) hereby contracts with Structural Preservation Systems, LLC(Contractor)to:
Perform a field investigation of the Courthouse in accordance with the text of this agreement and Attachment"A"
thereto (Contractor's Proposal),
***TERM: This Agreement shall become effective upon execution by the parties and shall remain in effect for
twelve (12) months.
EXTENSION: This Agreement may be extended for two (2)additional one(1)year periods by the mutual
written consent of all parties.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A"
(Contractor's Proposal) attached hereto and incorporated by this reference, at the rates set forth in said
Attachment"A"
***PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during
the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and
received no less than thirty (30)days prior to becoming effective.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of
$132,700.
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be mutually agreeable to both parties, made in writing and signed
by both parties.
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.
INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in
accordance with invoicing instructions included in each order referencing this Agreement. The Agreement
number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty-five(45)days from the receipt of invoice.
TERMINATION: The County reserves the right to immediately terminate this Agreement upon 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, plus Contractor's reasonable costs of demobilizing from the
project site and terminating the work contemplated by this Agreement.
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.Doc
PROCUREMENT AGREEMENT NUMBER: P-cam 47 Page 2
Structural Preservation Systems
9/13/22
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.
PREVAILING WAGES:
1. No Contractor or Subconsultant may be awarded an Agreement containing public work elements
unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code
§1725.5. Registration with DIR must be maintained throughout the entire term of this Agreement,
including any subsequent amendments.
2. The Contractor shall comply with all of the applicable provisions of the California Labor Code
requiring the payment of prevailing wages. The General Prevailing Wage Rate Determinations
applicable to work under this Agreement are available from the Department of Industrial Relations
website http://www.dir.ca.gov. These wage rates are made a specific part of this Agreement by
reference pursuant to Labor Code§1773.2 and will be applicable to work performed at a
construction project site. Prevailing wages will be applicable to all inspection work performed at
County construction sites, at County facilities and at off-site locations that are set up by the
construction contractor or one of its subcontractors solely and specifically to serve County projects.
Prevailing wage requirements do not apply to inspection work performed at the facilities of vendors
and commercial materials suppliers that provide goods and services to the general public.
3. Payroll Records
(A) Each Contractor and Subconsultant shall keep accurate certified payroll records and
supporting documents as mandated by Labor Code§1776 and as defined in 8 CCR§16000 showing
the name, address, social security number, work classification, straight time and overtime hours worked
each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or
other employee employed by the Contractor or Subconsultant in connection with the public work. Each
payroll record shall contain or be verified by a written declaration that it is made under penalty of
perjury, stating both of the following:
(1) The information contained in the payroll record is true and correct.
(2) The employer has complied with the requirements of Labor Code§1771, §1811, and
§1815 for any work performed by his or her employees on the public works project.
(B) The payroll records enumerated under paragraph (1) above shall be certified as correct by
the Contractor under penalty of perjury. The payroll records and all supporting documents shall be
made available for inspection and copying by County representatives at all reasonable hours at the
principal office of the Contractor. The Contractor shall provide copies of certified payrolls or permit
inspection of its records as follows:
(1) A certified copy of an employee's payroll record shall be made available for
inspection or furnished to the employee or the employee's authorized representative on request.
(2) A certified copy of all payroll records enumerated in paragraph (1)above, shall be
made available for inspection or furnished upon request to a representative of the
County, the Division of Labor Standards Enforcement and the Division of
Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls
submitted to the County, the Division of Labor Standards Enforcement and the
Division of Apprenticeship Standards shall not be altered or obliterated by the
Contractor.
(3) The public shall not be given access to certified payroll records by the Contractor. The
Contractor is required to forward any requests for certified payrolls to the County Contract
Administrator by both email and regular mail on the business day following receipt of the request.
(C) Each Contractor shall submit a certified copy of the records enumerated in paragraph (1)
above, to the entity that requested the records within ten (10) calendar days after receipt of a written
request.
(D) Any copy of records made available for inspection as copies and furnished upon request to
the public or any public agency by the County shall be marked or obliterated in such a manner as to
prevent disclosure of each individual's name, address, and social security number. The name and
address of the Contractor or Subconsultant performing the work shall not be marked or obliterated.
(E) The Contractor shall inform the County of the location of the records enumerated under
paragraph (1) above, including the street address, city and county, and shall, within five(5)working
days, provide a notice of a change of location and address.
(F) The Contractor or Subconsultant shall have ten (10) calendar days in which to comply
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTs\PROCUREMENT AGREEMENT 05-27-2021.DOC
PROCUREMENT AGREEMENT NUMBER: P-a-a- Page 3
Structural Preservation Systems
9/13/22
subsequent to receipt of written notice requesting the records enumerated in paragraph (1) above. In
the event the Contractor or Subconsultant fails to comply within the ten (10)day period, he or she
shall, as a penalty to the County, forfeit one hundred dollars ($100)for each calendar day, or portion
thereof, for each worker, until strict compliance is effectuated. Such penalties shall be withheld by the
County from payments then due. The Contractor is not subject to a penalty assessment pursuant to
this section due to the failure of a Subconsultant to comply with this section.
4. Prevailing wage rates will apply, and the Contractor is responsible for verifying compliance with
certified payroll requirements. Invoice payment will not be made until the invoice is approved by the
County Contract Administrator.
5. Penalty
(A) The Contractor and any of its Subconsultants shall comply with Labor Code §1774 and
§1775. Pursuant to Labor Code§1775, the Contractor and any Subconsultant shall forfeit to the
County a penalty of not more than two hundred dollars ($200)for each calendar day, or portion
thereof, for each worker paid less than the prevailing rates as determined by the Director of DIR for
the work or craft in which the worker is employed for any public work done under the Agreement by
the Contractor or by its Subconsultant in violation of the requirements of the Labor Code and in
particular, Labor Code§§1770 to 1780, inclusive.
(B) The amount of this forfeiture shall be determined by the Labor Commissioner and shall be
based on consideration of mistake, inadvertence, or neglect of the Contractor or Subconsultant in
failing to pay the correct rate of prevailing wages, or the previous record of the Contractor or
Subconsultant in meeting their respective prevailing wage obligations, or the willful failure by the
Contractor or Subconsultant to pay the correct rates of prevailing wages. A mistake, inadvertence, or
neglect in failing to pay the correct rates of prevailing wages is not excusable if the Contractor or
Subconsultant had knowledge of the obligations under the Labor Code. The Contractor is responsible
for paying the appropriate rate, including any escalations that take place during the term of the
Agreement.
(C) In addition to the penalty and pursuant to Labor Code§1775, the difference between the
prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for
which each worker was paid less than the prevailing wage rate shall be paid to each worker by the
Contractor or Subconsultant.
(D) If a worker employed by a Subconsultant on a public works project is not paid the general
prevailing per diem wages by the Subconsultant, the prime Contractor of the project is not liable for
the penalties described above unless the prime Contractor had knowledge of that failure of the
Subconsultant to pay the specified prevailing rate of wages to those workers or unless the prime
Contractor fails to comply with all of the following requirements:
(1) The Agreement executed between the Contractor and the Subconsultant for the performance
of work on public works projects shall include a copy of the requirements in Labor Code §§ 1771,
1775, 1776, 1777.5, 1813, and 1815.
(2) The Contractor shall monitor the payment of the specified general prevailing rate of per diem
wages by the Subconsultant to the employees by periodic review of the certified payroll records of the
Subconsultant.
(3) Upon becoming aware of the Subconsultant's failure to pay the specified prevailing rate of
wages to the Subconsultant's workers, the Contractor shall diligently take corrective action to halt or
rectify the failure, including but not limited to, retaining sufficient funds due the Subconsultant for work
performed on the public works project.
(4) Prior to making final payment to the Subconsultant for work performed on the public works
project, the Contractor shall obtain an affidavit signed under penalty of perjury from the Subconsultant
that the Subconsultant had paid the specified general prevailing rate of per diem wages to the
Subconsultant's employees on the public works project and any amounts due pursuant to Labor Code
§1813.
(E) Pursuant to Labor Code§1775, the County shall notify the Contractor on a public works
project within fifteen (15) calendar days of receipt of a complaint that a Subconsultant has failed to
pay workers the general prevailing rate of per diem wages.
(F) If the County determines that employees of a Subconsultant were not paid the general
prevailing rate of per diem wages and if the County did not retain sufficient money under the
Agreement to pay those employees the balance of wages owed under the general prevailing rate of
per diem wages, the Contractor shall withhold an amount of moneys due the Subconsultant sufficient
to pay those employees the general prevailing rate of per diem wages if requested by the County.
6. Hours of Labor
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.DOC
PROCUREMENT AGREEMENT NUMBER: P-a-d.- a Page 4
Structural Preservation Systems
9/13/22
Eight(8) hours labor constitutes a legal day's work. The Contractor shall forfeit, as a penalty to the
County, twenty-five dollars ($25)for each worker employed in the execution of the Agreement by the
Contractor or any of its Subconsultants for each calendar day during which such worker is required or
permitted to work more than eight(8) hours in any one calendar day and forty (40) hours in any one
calendar week in violation of the provisions of the Labor Code, and in particular§§1810 to 1815
thereof, inclusive, except that work performed by employees in excess of eight (8) hours per day, and
forty(40) hours during any one week, shall be permitted upon compensation for all hours worked in
excess of eight(8) hours per day and forty (40) hours in any week, at not less than one and one half
(1.5)times the basic rate of pay, as provided in §1815.
7. Employment of Apprentices
(A) Where either the prime Agreement or the subconsultant agreement exceeds thirty thousand
dollars ($30,000), the Contractor and any subconsultants under him or her shall comply with all
applicable requirements of Labor Code§§ 1777.5, 1777.6 and 1777.7 in the employment of
apprentices.
(B) Contractor and all subconsultants are required to comply with all Labor Code requirements
regarding the employment of apprentices, including mandatory ratios of journey level to apprentice
workers. Prior to commencement of work, the Contractor and subconsultants are advised to contact
the DIR Division of Apprenticeship Standards website at https://www.dir.ca.gov/das/,for additional
information regarding the employment of apprentices and for the specific journey-to-apprentice ratios
for the Agreement work. The Contractor is responsible for all subconsultants' compliance with these
requirements. Penalties are specified in Labor Code§1777.7.
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.
Indemnification: To the fullest extent permitted by law(including, without limitation, California Civil Code
sections 2782 and 2782.8), Contractor shall indemnify and hold harmless the County, its governing body,
officers, department officials, employees, agents and volunteers, and the State of California and its constituent
agencies, including but not limited to the Judicial Council of California (hereinafter collectively referenced as
"State Agencies"), and their respective officers, agents and employees, from and against any and all claims,
losses, costs, damages, injury expense and liability(including incidental, special and consequential damages,
court costs, reasonable attorney's fees as may be determined by the court, litigation expenses and fees of
expert witnesses or consultants and costs of investigation incurred in connection therewith)to the extent they
arise out of, pertain to or relate to the negligence, recklessness,willful misconduct of Contractor, and
subcontractors, and anyone directly or indirectly employed by them, or anyone they directly control. In addition,
pursuant to the provisions of California Civil Code section 2782.8, Contractor shall have the duty to defend the
County, its governing body, officers, department officials, employees, agents and volunteers, and the State
Agencies referenced hereinabove and their respective officers, agents and employees. Pursuant to California
Civil Code section 2782.8, Contractor shall have no obligation to pay for any of the County's or State Agencies'
defense related costs prior to a final determination of liability or to pay any amount that exceeds Contractor's
finally determined percentage of liability based upon the comparative fault of Contractor. Contractor agrees that
in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution
of the business, the design professional shall meet and confer with the County and other parties regarding
unpaid defense costs.
INSURANCE: Without limiting the right of the COUNTY and State Agencies 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 throughout the term of the Agreement:
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.Doc
PROCUREMENT AGREEMENT NUMBER: P-d-,4,—LJ 3 g Page 5
Structural Preservation Systems
9/13/22
A. Commercial General Liability: Commercial General Liability Insurance with limits of Five Million Dollars
($5,000,000.00) per occurrence and as the annual aggregate. This policy shall be issued on a per
occurrence basis. County may require specific coverage including completed operations, product
liability, contractual liability, Explosion-Collapse-Underground,fire legal liability or any other liability
insurance deemed necessary because of the nature of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of One Million Dollars
($1,000,000.00) per accident for bodily injury and for property damage. 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 One Million Dollars
($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. If this is a claims-
made policy, then (1)the retroactive date must be prior to the date on which services began 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: 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, and the State of California and the
Judicial Council of California and their respective officers, agents and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are concerned.
Such coverages for additional insured shall apply as primary insurance and any other insurance, or self-
insurance, maintained by County and/or the State Agencies, and their respective officers, agents and
employees, shall be excess only and not contributing with insurance provided under Contractor's policies
herein. Contractor acknowledges and agrees that the County of Fresno, its officers, agents and
employees and the State Agencies and their respective officers, agents, and employees, will not be
responsible for any premiums on the policies. 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 and from the State Agencies, and their respective
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 endorsements as stated above for all of the foregoing policies, as required
herein,to the County of Fresno, Erin Haagenson, Principal Staff Analyst,2220 Tulare St, 7th Floor,
Fresno CA 93721 stating that such insurance coverages have been obtained and are in full force; that such
Commercial General Liability insurance names the County of Fresno, its officers, agents and employees,
individually and collectively, and the State of California and Judicial Council of California and their respective
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, or by any of the State Agencies and their respective 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 all required insurance coverages as herein provided,
the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.DOC
PROCUREMENT AGREEMENT NUMBER: P- Page 6
Structural Preservation Systems
9/13/22
occurrence of such event.
All policies shall be issued by admitted insurers licensed to do business in the State of California and shall
be purchased from companies possessing a current A.M. Best, Inc. rating of FSC VII or better.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign,transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature
whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both
parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this
Agreement,the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the
text of this Agreement(excluding Attachment"A", Contractor's Proposal); and (2)Attachment"A".
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.
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.DOC
PROCUREMENT AGREEMENT NUMBER: P-0�d---q39 Page 7
Structural Preservation Systems
9/13/22
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 Carolyn Flores, Senior Purchasing Analyst, at(559)600-7112 or
cflores(�fresncountyca.gov.
FOR THE COUNTY OF FRESNO
Digitally signed by Gary
Gary Cornuelle
Cornuelle Date:2022.09.27 07:58:47
07'00'
Gary E. Cornuelle
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.Doc
PROCUREMENT AGREEMENT NUMBER: P-a,a--Lf 6e Page 8
Structural Preservation Systems
9/13/22
CONTRACTOR TO COMPLETE:
Company: Structural Preservation Systems, LLC
Type of Entity:
❑ Individual ® Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
❑ Corporation ❑ General Partnership
1332 N Miller St Anaheim, CA 92806
Address City State Zip
949-529-6465 jdodson@structural .net
TELEPHONE NUMBER FAX NUMBER E-MAILADDRESS
Jason Dodson
Print Name&Title:
Assistant Secretary
• Di9.11y signed by J.—Da—
DN:O=US,
/ E=Jtladson(�sWCWral.net,
0='SWdural Pewm0on Syslem
/.0d LLC.OU=AssISlanl Seaelary,
DN=a—Dod—
S I f 7 n atu re. Date:2022.09.21 09:24:5&MO'
ACCOUNTING USE ONLY
ORG No.: 45104513(T80344)
Account No.: 7295
Requisition No.: 5132300012
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.DDC
ATTACHMENT 'A"
[CONTRACTOR'S PROPOSAL]
G:\PUBLIC\CLERICAL USE ONLY\CONTRACTS\PROCUREMENT AGREEMENT 05-27-2021.DOC
struc't' urbl
A STRUCTURAL TECHNOLOGIES COMPANY
Proposal For:
Parking Garage Investigation for the County of Fresno
} ' r
IM
t •� j J .�•t .:�
t
Date: June 24, 2022
Project No.: 631482
Submitted to: Steven E. White
Director
Department of Public Works and Planning Design Division/Bridges
2220 Tulare St. 6th Floor
Fresno, CA 93721
stwhite2fresnocountyca.goy
Submitted by: Jason Dodson, Sr. Director of Estimating
949-529-6465
jdodsonCo net
cc:cc: Clyde Ellis, Vice President—Structural Technologies
Structural Preservation Systems,LLC•CA Contractor's License#814569
1332 North Miller St.•Anaheim,CA 92806•Phone:714-891-9080•Fax:714-897-
0163 www.structural.net Confidential:Any unauthorized use or distribution is prohibited.
struc turbi
A STRUCTURAL TECHNOLMES COMPANY
INTRODUCTION
Structural Preservation Systems, LLC ("STRUCTURAL") is pleased to present this proposal to
perform a site investigation of the Fresno County Courthouse parking garage. In addition to the
tactile on-site scope of the investigation, we have also included the modeling of the P1 and Roof
level slabs to understand the design capacity. For the on-site tactile investigation,
STRUCTURAL will perform a series of non-destructive and semi-destructive tests on both the P1
level and the Roof level of the garage to determine the condition of the in-situ Post Tension
System.
BACKGROUND
The Fresno County parking garage is a 2-story subterranean concrete structure that was built in
late 1960's. The parking garage is utilized by the county for courthouse services and other
government facilities. The garage was built using a combination of precast and cast in place
post-tensioned concrete. The Roof slab has 18" of soil and other landscaping with an active
irrigation system. There has only been one major repair since its original construction. This was
limited to the north end of the P1 slab which was replaced in 2000. Other than that, the garage is
in relatively good condition.
Due to the structure's age, vintage of P-T tendons and roof landscaping (that is watered
routinely), the Department wants to determine the health of the existing parking structure. These
(3) factors create an environment that may result in corroded reinforcing steel (i.e. P-T tendons
and rebar)which can affect the garage's strength and long-term durability. The purpose of the
investigation is to error on the side of caution by proactively investigating the structure to prevent
an unsafe condition for the traveling public.
SCOPE OF SERVICES
This investigation will include a combination of nondestructive and semi-destructive testing
techniques. The investigation on the P1 level will include a total of 15 tests that will be
performed: 10 topside locations, 4 overhead locations, and 1 tunnel drainage location. For the
Roof level, 15 tests will be performed: 8 topside locations, 6 overhead locations, visual
observation and chain drag to locate delaminated concrete. The typical size of the investigation
test locations will be 12"x12". The (8) locations on the topside of the roof slab will be 3'x3'.
Once the investigation has been completed, a corrective action plan will be presented along with
an investigation report and budgetary pricing for both short term and long term repairs.
Page 2 of 9
r
struc turbl
A STRUCTURAL TECHNOLOGIES COMPANY
A. Work Areas:
- -,_ Roof Level Investigation
I SIG LEGEND
• Topside pocket(8)
» ii. u�. .w ii` r
' - Inspect uniform PT in
( slab&button head PT in
Corroded PT rooftees
Inspect WP condition
• l . . �•T , 5. . . Overhead pocket(6)
*- _ C Inspect uniform PT in
_ slab and button head PT
In girders
• - - • Overhead visual
observation(1)
Inspect slab PT
Hammer sounding
General
PT screwdriver tests
I Corrosion potential
Open to outside
mapping depending on
findings
i P1 Level Investigation
- r�i�=s=' , -_. _"_'��•.`.� :._ LEGEND
• Topside pocket(8)
�,- • _ .;,•t.p Inspect PT in slab
- 1 a
[7 • Overhead pocket(4)
1 Inspect slab IT
• - ' _ • Topside pocket(2)
Inspect slab PT
Inspect WP condition
i' General
Check drainage inside tunnel
• _ . (i)
_ C),ain drag to locate
Spandrel beam with water • _ -, y _ _, ��' delaminated concrete
staining&spalling - PT screwdriver test
z i. PT strand deflection test
Investigation Footprint Will Include the Outlined areas of P1 and Roof level
Page 3 of 9
r
struc turbi
A STRUCTURAL TECHNOLOGIES COMPANY
B. Scope of Work:
STRUCTURAL proposes to provide all necessary labor, material, equipment, and
supervision (except as noted below)to perform the following scope of work:
Engineering
A desktop study will be performed for the P1 and Roof level slab. The intent of the study
is to determine the floor capacity given its existing condition. The priority is to study the
P1 slab first. The floor's capacity will be evaluated assuming a) the P-T is fully effective
and b)the P-T is non effective(i.e. loss of capacity due to corrosion,). Depending on the
analysis results, a recommendation for immediate shoring may be warranted. Shoring
for this purpose is not included in this proposal. After the investigation is completed, the
P1 slab will be re-evaluated considering the existing condition. The Roof slab will be
evaluated in the same manner but only for the existing condition.
Investigation
1. One (1) Preconstruction Meeting at the Fresno County Courthouse
+ Review safety, scope, schedule, logistics, phasing and coordination with
expected traffic patterns.
2. Perform initial project planning, including the generation of project specific
documents.
3. Mobilize crew to site and stage materials, equipment, etc.
4. Utilizing GPR, locate and mark existing PT tendons.
5. Hammer sound and chain drag suspect areas of the concrete to determine if there
are delaminations or spalling present.
6. Perform isolated Truth-and-Verification demolition pockets in 30 locations. Work
shall be performed so as not to damage existing reinforcing steel.
At each test location, determine:
+ Condition of prestressing steel
+ Perform PT screwdriver test
+ Reinforcing steel size, orientation
+ Concrete cover
At select locations perform:
+ PT strand deflection test
+ Inspect Waterproofing
+ Inspect drainage inside tunnel
+ Corrosion potential
7. Patch back demolition pockets with a rapid curing shrinkage compensating repair
mortar.
8. Repair waterproofing and backfill test locations on topside of Roof slab
9. Clean up and demobilize
Page 4 of 9
struc turbi
A STRUCTURAL TECHNOLOGIES COMPANY
Summary Report
A report will be provided including the structural analysis, field observations and
recommendations for repair. The summary report will also include budgetary pricing for
both short term and long term repairs.
WORKING CONDITIONS
Our estimate is based upon the following working conditions.
a. Phased work plan
b. Pedestrian and traffic control devices
c. Employees trained in post-tensioning
d. Five (5) day week MTWThF
e. Daytime work hours (7:00AM—3:30PM)
f. Investigation to be completed in a single(1) mobilization
g. Prevailing wages
h. Scissors lifts for above head test locations.
EXCLUSIONS AND SUPPORT BY FRESNO COUNTY COURTHOUSE
The following items and associated costs are excluded from our estimate. If you would like to
make changes to this list, please let us know and we can discuss revisions and potential project
impacts.
a. Damage to embedded utilities that cannot be identified by GPR scanning
b. Unobstructed access to work area
c. Electricity: access to 110 volt/220V outlets
d. Sanitary facilities
e. Dumpsters within close proximity to work area for disposal of debris and regular trash f.
Parking for service vehicles
g. Staging area in close proximity to work area for storage trailer, equipment, supplies,
mixing materials, etc...
h. Potable water for mixing materials
i. Removal of all hazardous materials (asbestos, lead paint, etc)
j. Bid documents (drawings and specifications)for future work.
k. Evaluation of roof slab for change of use
SAFETY CONSIDERATIONS
Safety is a core principle—there is nothing more important in what we do, 24/7. We owe it to our
clients. We owe it to our employees. We owe it to the families of those that count on us. It's a
moral and ethical requirement of our business.
ESTIMATED SCHEDULE
The field investigation is scheduled for a 2-3 week duration.
Page 5 of 9
r
strutr tur a
A STRUCTURAL TECHNOLOGIES COMPANY
FINANCIAL
We propose to perform the above noted scope of services: Lump Sum Price
Engineering Desk Top Study $20,000
Site Investigation&Reporting $112,700
• If the result of the investigation shows unexpected signs of distress, additional test
locations may be warranted. This will be discussed with the Department of Public Works
and their consultant. If there is agreement to inspect further, this cost will be billed
separately.
A. Terms:
+ Payment Terms: net 45 days
+ Contractual Terms:As per Procurement Agreement and "General Conditions"
Paragraphs 1 through 9 set forth below
+ Proposal Expiration: This proposal may be withdrawn if not accepted within 30 days.
SUGGESTED NEXT STEPS
Please let us know if there are any questions related to the requirements and services in this
proposal. We look forward to working with you on this important project!
Respectfully,
1 �
Jason Dodson
Sr. Director of Estimating
ACCEPTANCE OF PROPOSAL:
The above Conditions, Specifications, Prices and General Conditions are hereby accepted. This
Proposal, once initialed as to any interlineations and signed by the County's Purchasing Manager,will be
appended as Attachment"A" to Procurement Agreement No. P-.3p.- ated September 13, 2022, which
together will constitute the complete agreement between the parties. You are authorized to proceed to do
this work and payment will be as stated above.
ACCEPTED BY:
Digitally signed by Gary
Gary Cornuelle
Cornuelle Date:2022.09.27
08:00:14-07'00'
Authorized Signature Title Date
Page 6 of 9
strucrturbl
A STRUCTURAL TECHNOLOGIES COMPANY
GENERAL CONDITIONS
1. Beginning Work: Structural Preservation Systems,LLC("Contractor")shall be allowed reasonable time
for delivery of materials and labor for required performance.Client shall use its best efforts to assure
that the work area is accessible and appropriate for Contractor's work.
2. Bonds And Insurance:
a. The cost of bonds is not included.If Performance and Payment Bonds are
required,Client is responsible for all associated premiums and will satisfy Contractor's bonding
company underwriting requirements including confirmation of funding and use of standard AIA
A311/A312 bond forms.
b. Contractor shall maintain the types of insurance coverages as described in the
Procurement Agreement at page 5,under the heading"INSURANCE"(specifically Commercial
General Liability,Automobile Liability,Professional Liability and Worker's Compensation),each
in the amount of coverage as listed therein,throughout the performance of the Contractor's
Services:
i. Worker's Compensation as required by statute;Employer's Liability with a limit
of liability of$1,000,000
ii. Comprehensive General Liability including Completed Operations with the
following limits:
• Bodily Injury-$5,000,000 each occurrence/$5,000,000 Aggregate
• Property Damage-$5,000,000 each occurrence/$5,000,000 Aggregate
iii. Comprehensive Automobile Liability Insurance covering all owned,leased and
hired automobiles used in connection with this Agreement with limits of not less than
$1,000,000 per accident
iv. Professional Liability Insurance with limits of$1,000,000 per occurrence and
$3,000,000 annual aggregate. If this is a claims-made policy,then(1)the retroactive
date must be prior to the date on which services began 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.
As more thoroughly provided in the Procurement Agreement,Contractor will provide certificates of insurance for
each type of coverage required, which will include the Client, together with the State of California and the
Judicial Council of California, as additional insured, as more thoroughly provided in the Procurement
Agreement.
Page 7 of 9
struc turbi
A STRUCTURAL TECHNOLOGIES CJMRANY
3. Payment:
a. Payment is a material issue. Payment by Client for Contractor's performance is not
subject to any contingencies or conditions. If payment is not made within forty-five(45)days,
Contractor may stop work after three(3)days' written notice to client without prejudice to any
other remedy it may have including the right to file a lien,claim,or notice thereof.No back
charges or claims shall be valid unless agreed to in writing by Contractor.
Retainage shall not exceed 5%for the duration of the project.
b. Client shall not withhold payments due to third party general liability claims if the
liability for such claim(s)has been accepted by Contractor's insurer.
4. Warranty:
a. Contractor warrants to the Client that the work described herein will be free from defects in
material and workmanship.If within one(1)year from date of Completion of Contractor's Work,
or as otherwise mutually agreed upon in writing between Contractor and Client, Contractor
receives from the Client prompt written notice that the material or workmanship does not meet
such warranties,Contractor will cure,within a reasonable amount of time,each such defect
including nonconformance with the specifications,weather-permitting.
b. Contractor does not provide any warranty for chemical grouting work.
C. Any manufacturer's warranty provided for materials shall be provided as a direct warranty,which
shall be enforceable only against the manufacturer. Client shall be solely responsible for
enforcing any such warranty.
5. Delays:
a. Contractor is not responsible for,and is entitled to extensions of time for,weather delays and other delays
out of its control, (including,without limitation,those caused by; the Client, Owner(if not the Client),General
Contractor,other contractors and subcontractors,Architects,Engineers;terrorism,armed conflict or economic
dislocation;embargoes of labor,unavailability of raw materials,production facilities or transportation; labor
difficulties;civil disorders of any kind;action of civil or military authorities;vendor priorities and allocations;or
fires,floods,accidents and acts of God). In addition,Contractor can stop work if it considers the jobsite conditions
unsafe or if another contractor working at the Project site is being unsafe.
b. Contractor's liability for delay damages is limited to liquidated damages in an amount mutually agreed
upon by Contractor and Client, if any,which shall be Client's sole and exclusive remedy for any damages resulting
from Contractor's delay. In no event shall the aggregate amount of any liquidated damages exceed five percent
(5%)of the contract price. Contractor shall not be liable for any other actual,punitive,indirect, incidental or
consequential damages relating to the delay in completion of the work described in this proposal.
C. If Contractor is delayed in any manner by the acts,errors,or omissions of the Client or Owner(if not the
Client),their separate contractors(of any tier),Architect,Engineer,or by an employee or agent of any of them,then,
in addition to any applicable extension of time,Contractor shall be entitled to compensation for any reasonable
damages caused by the delay.
6. Liabili :
a. Contractor shall not be liable to any party for claims of any kind related to asbestos, lead paint or
mold or any other hazardous materials. If Contractor encounters(1)hazardous materials,or(2)
subsurface or latent physical conditions which differ from those disclosed to Contractor in the
Contract Documents or those ordinarily encountered at a site similar to the Project,then
Contractor shall be entitled to an equitable price and schedule adjustment to compensate it for
such conditions.
b. Liability or damages associated with water leakage shall be the responsibility of the Client except
to the extent caused by Contractor's negligence,gross negligence or willful misconduct.
C. Client shall be responsible for any and all property damage and/or bodily injuries(including but
Page 8 of 9
r r
struc ture
A STRUCTURAL TECHNOLOGIES COMRANY
not limited to injuries to Contractor's employees)that result from damage to interior and/or
exterior underground/overhead/surface mounted/embedded utilities or structures except to the
extent caused by Contractor's negligence,gross negligence or willful misconduct.
d. Contractor's responsibility for any claims,damages,losses or liabilities arising out of or related to
its performance of this contract,including but not limited to any correction of defects under the Warranty,
shall not exceed the contract price. Except to the limited extent provided in Section 5.b.above,in no event
shall Contractor be liable for any special,indirect,incidental,consequential,delay or punitive damages of
any character,including but not limited to: loss of use of productive facilities or equipment,lost profits,
governmental fines or penalties,property damages,personal injuries or lost production,whether suffered
by Client or any third party,irrespective of whether claims or actions for such damages are based upon
contract,warranty,negligence,strict liability or otherwise. NOTWITHSTANDING THE LIMITATIONS
SET FORTH IN THIS PARAGRAPH,CONTRACTOR OR ANY SUBCONTRACTOR SHALL BE
BOUND BY THE REQUIREMENTS FOR INDEMNIFICATION ARISING FROM THIS AGREEMENT
WITH RESPECT TO,AND ANY LIMITATION OF LIABILITY DOES NOT APPLY TO,THOSE
CLAIMS,DEMANDS,LOSSES,INCLUDING ATTORNEY'S FEES AND LITIGATION COSTS,
BASED ON THIRD PARTY CLAIMS OF NEGLIGENCE,GROSS NEGLIGENCE,OR WILLFUL
MISCONDUCT ARISING OUT OF THE PERFORMANCE OF THIS AGREEMENT.
7. Indemnification: See Procurement Agreement,at Page 4,under the heading"Indemnification.
8. Dispute Resolution and Governing Law:
a. All claims,disputes,and other matters and questions arising out of,or relating to this Contract or
any breach which cannot be resolved through negotiation,may be submitted to mediation before
the American Arbitration Association. If the dispute is not resolved through mediation,the parties
may elect to proceed to binding arbitration before the American Arbitration Association in
accordance with the Construction Industry Arbitration Rules then in effect.
b. Prior to exercising any remedies based on default,deficiency,delay or failure in the performance
of the Work,the Client shall provide Contractor with prompt written notice and an opportunity to
cure within a commercially reasonable time.
C. This contract shall be governed by the law of the jurisdiction in which the project is located.
Price Escalation:
a. All pricing given in this proposal represents current market prices for labor and materials.
Increased costs due to changes in material prices and labor rates at the time of delivery or during performance will
be brought to the Client's attention with the understanding that equitable adjustments to the contract price will be
made.
b. If the pricing for the Work includes unit prices,the unit prices specified assume that the
designated quantities will be provided. If more or less than the specified quantities are actually
provided,Contractor shall be entitled to an equitable adjust to the contract price to reflect loss of
production efficiency,increased unit costs of production and/or installation and other similar
factors.
9. Mock-ups(if applicable):Contractor will prepare a mock-up based on the specified work scope for each
repair item to set the quality and aesthetic standards for repair. Should the desired results not be achieved,
further investigation and continued work may necessitate additional costs for the specified repairs.if the
Client does not approve the mock-up,Contractor reserves the right to terminate the contract and recover all
actual, incurred costs in completing the mock-up.
Page 9 of 9