Loading...
HomeMy WebLinkAboutAgreement A-18-302 for Master Agreement.pdf Agreement No. 18-302 1 MASTER AGREEMENT 2 THIS MASTER AGREEMENT ("Agreement") is made and entered into this 3 5th day of .tune , 2018 ("Effective Date"), by and between the County of 4 Fresno, a political subdivision of the State of California ("COUNTY"), and each 5 contractor (each a "CONTRACTOR" and collectively the "CONTRACTORS") listed in 6 Exhibit A to this Agreement, which is attached and incorporated by reference, and such 7 additional CONTRACTORS as may, from time to time during the term of this 8 Agreement, be added by COUNTY. 9 WITNESSETH 10 WHEREAS, on March 15, 2018, COUNTY issued Request for Statement of 11 Qualifications, and Addendum Number One (1), a copy of which is on file with Purchasing 12 at 4525 East Hamilton Avenue, 2"d Floor, Fresno, Ca 93702 (collectively, "RFSQ"), for 13 HVAC Parts, Service, and Repairs; and 14 WHEREAS, each CONTRACTOR submitted a response to the RFSQ; and 15 WHEREAS, the COUNTY has evaluated each CONTRACTOR's response to the 16 RFSQ and has determined that each CONTRACTOR is qualified and capable of 17 performing the work specified in the RFSQ; and 18 WHEREAS. COUNTY desires to enter into an agreement with each 19 CONTRACTOR listed in Exhibit A in order to expeditiously provide for the COUNTY's 20 needs for HVAC parts, service, and repair services. 21 NOW, THEREFORE, in consideration of their mutual covenants and conditions, the 22 parties agree as follows: SECTION 1. -- SERVICES 23 24 A. COUNTY's RFSQ and each CONTRACTOR's Response, both of which are 25 attached as Exhibits B and C, respectively, are incorporated by reference and are 26 made a part of this Agreement. Each CONTRACTOR will be identified as C-1, C-2, 27 C-3, and so on; each subpart lettering will identify each CONTRACTOR's 28 Response to the RFSQ. 1 B. Each CONTRACTOR shall comply with all applicable Federal, State, County, and 2 City regulations regarding wages, hours, and working conditions. 3 C. COUNTY shall provide one (1) county representative ("County Representative") to 4 represent the COUNTY, as set forth below, who will work with each 5 CONTRACTOR to carry out CONTRACTOR's obligations under this Agreement. 6 The County Representative will be the COUNTY's Facilities Division manager or 7 his or her designee. The contact person for each CONTRACTOR is listed in Exhibit 8 A, which is attached and incorporated by reference. 9 D. CONTRACTOR shall respond to emergency service calls during and after business 10 hours. CONTRACTOR shall acknowledge within 30 minutes if the request can be 11 fulfilled, or the request will be sent to another CONTRACTOR. CONTRACTOR 12 shall inform COUNTY of any expected arrival delays. The COUNTY reserves the 13 right to send the request to another CONTRACTOR if the response level is not met. 14 The response levels are as follows: 15 LEVEL I — Requires onsite response within one (1) hour or less. 16 LEVEL II — Requires onsite response within four (4) hours or less. 17 LEVEL III — Requires onsite response at 7:00 AM, the next normal working 18 day. 19 Determination of call response level is at the discretion of the County 20 Representative or his/her authorized representative(s). Failure to furnish 21 emergency response services within the above-specified required response time 22 may result in one or more of the following consequences: withholding of payment, 23 hiring another CONTRACTOR to complete the work at CONTRACTOR's expense 24 or termination of this Agreement as to the breaching Contractor only. 25 E. SECURITY— Failure to fully comply with the security requirements will be 26 considered a breach of contract and shall result in termination of any this 27 Agreement for default as to the breaching Contractor only. 28 1. CONTRACTOR acknowledges that the Juvenile Justice Campus (JJC) and -2- 1 the Fresno Sheriff— Coroner's Office (FSCO) Jail Detention Facilities are 2 "no-hostage facilities". CONTRACTOR(S) shall ensure that its employees 3 and any sub-contractors working in the JJC, and associated facilities, agree 4 to abide by COUNTY'S rules for a no-hostage facility as set forth in Exhibit E 5 and F, attached and incorporated by this reference. COUNTY may change 6 these policies and procedures at any time, without any prior notice to 7 CONTRACTOR. CONTRACTOR shall plan and execute all work in such a 8 manner as to prevent a security breach of the JJC and FSCO detention 9 facilities or any other COUNTY secured facility. 10 2. CONTRACTOR shall comply with all Prison Rape Elimination Act (PREA) 11 standards for juvenile correctional facilities. Trainings will be provided by 12 Probation, as necessary, at no charge to CONTRACTOR. CONTRACTOR 13 shall comply with all Probation Department Policies and Procedures. In the 14 event of a dispute involving COUNTY staff and a CONTRACTOR employee 15 or subcontractor, the on-duty Facility Administrator will have the final 16 decision. Information on the Prison Rape Elimination Act can be found at: 17 18 http://www.prearesourcecenteL2Lgq . 19 3. Background Investigations 20 i. Prior to the beginning of any services, one (1) background check must 21 be completed for every member of CONTRACTOR'S personnel 22 providing services under the Agreement. The background check will 23 be required before access is given to any COUNTY facility/property. 24 Clearance must be acquired and maintained by all contracted 25 employees. Clearance will only be granted after a successful 26 background check, completed by the County of Fresno Sheriffs 27 Department. Background checks provided by any agency other than 28 the County of Fresno Sheriffs Department will not be accepted. -3- 1 ii. The current cost of a background check is $52 per person. Cost can 2 fluctuate and is a responsibility of CONTRACTOR. This cost will be 3 incurred by each CONTRACTOR. Each CONTRACTOR will be 4 notified of the background check results for their personnel. All 5 CONTRACTOR personnel who pass their background check and are 6 accepted will report to County of Fresno Security to have their photo 7 taken and ID badge issued. 8 iii. Individuals who are cleared through this process are entered into the 9 Department of Justice database. Their records are flagged and the 10 County of Fresno Sheriffs Department will be notified if the person is 11 arrested in the future. 12 4. Identification (ID) Badges -- All employees and subcontractors of each 13 CONTRACTOR will be issued a badge that must be worn and be visible at 14 all times during performance of work in any COUNTY building to identify the 15 wearer as an individual who is authorized to enter COUNTY facilities. 16 i. CONTRACTOR shall pay $11.99 per individual ID badge by submitting 17 one check covering the cost for all of CONTRACTOR'S employees 18 19 and subcontractors made payable to: County of Fresno, Security. 20 ii. Costs for ID badges are established by the County Auditor and 21 fluctuate annually, therefore the cost of obtaining a new ID badge for 22 a Bidder's new employee may not remain the same throughout the 23 Agreement term. 24 iii. COUNTY issued ID badges are for the exclusive use of the individual 25 named and pictured on the badge. The wearer will not escort or bring 26 any other individuals into any COUNTY facilities. 27 iv. All ID badges will remain the property of COUNTY and are returnable 28 upon demand or upon the expiration of the contract. CONTRACTOR -4 1 will be responsible for collecting all ID badges issued and turning 2 them in to the County Security Office when a contract ends or when 3 an employee leaves employment. CONTRACTOR assumes all 4 responsibility for their employee's use of and the return of the County 5 1 D badges. 6 F. NO RELATIONSHIP TO OTHER CONTRACTORS — Under this Agreement, each 7 CONTRACTOR only has rights and obligations with respect to the COUNTY. This 8 Agreement creates no rights or obligations between any CONTRACTORS. No 9 CONTRACTOR has any right to receive performance under this Agreement from, 10 or to enforce any part of this Agreement against, any other CONTRACTOR. 11 G. In accordance with Labor Code section 1770, et seq., the Director of the 12 Department of Industrial Relations of the State of California has determined the 13 general prevailing wages rates and employer payments for health and welfare 14 pension, vacation, travel time and subsistence pay as provided for in Section 15 1773.1, apprenticeship or other training programs authorized by Section 3093, and 16 similar purposes applicable to the work to be done. 17 Information pertaining to applicable Prevailing Wage Rates may be found on 18 the website for the State of California — Department of Industrial Relations: 19 http://www,dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable 20 prevailing wage rates for apprentices may be found on the website for the State of 21 California — Department of Industrial Relations: 22 23 http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp. 24 It shall be mandatory upon the CONTRACTOR and upon any subcontractor 25 to pay not less than the prevailing wage rates, including overtime and holiday rates. 26 to all workers, laborers, or mechanics employed on this public work project, 27 including those workers employed as apprentices. Further, CONTRACTOR and 28 each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 -5- 1 concerning the employment of apprentices. A copy of the above-mentioned 2 prevailing wage rates shall be posted by the CONTRACTOR at the job site where it 3 will be available to any interested party. 4 CONTRACTOR shall comply with Labor Code section 1775 and shall forfeit 5 as a penalty to COUNTY Two Hundred Dollars ($200.00) for each calendar day or 6 portions thereof, for each worker paid less than the prevailing wage rates for the 7 work or craft in which the worker is employed for any work done under this project 8 by CONTRACTOR or by any subcontractor under CONTRACTOR in violation of 9 Labor Code section 1770, et seq. In addition to the penalty, the difference between 10 the prevailing wage rates and amount paid to each worker for each calendar day or 11 portion thereof for which each worker was paid less than the prevailing wage rate 12 shall be paid to each worker by the CONTRACTOR or subcontractor. 13 CONTRACTOR and subcontractor shall keep an accurate record showing 14 the name, address, social security number, work classification, straight time and 15 overtime hours worked each day and week, and the actual per diem wages paid to 16 each journeyman, apprentice, worker, or other employee employed by him or her in 17 connection with this public work project. In accordance with Labor Code section 18 19 1776, each payroll record shall be certified and verified by a written declaration 20 under penalty of perjury stating that the information within the payroll record is true 21 and correct and that the CONTRACTOR or subcontractor has complied with the 22 requirements of Labor Code sections 1771 , 1811 and 1815 for any work performed 23 by its employees on this public work project. These records shall be open at all 24 reasonable hours to inspection by the COUNTY, its officers and agents, and to the 25 representatives of the State of California — Department of Industrial Relations, 26 including but not limited to the Division of Labor Standards Enforcement. 27 SECTION 2. -- TERM 28 The term of this Agreement shall be for a period of three (3) years, commencing on -6- 1 June 5, 2018, through and including June 4, 2021 ("Term"). This Agreement may be 2 extended for two (2) additional consecutive twelve (12) month periods upon written 3 approval of both COUNTY and CONTRACTOR, no later than thirty (30) days prior to the 4 first day of the next twelve (12) month extension period. COUNTY's Director of Internal 5 Services/Chief Information Officer or his or her designee, is authorized to execute such 6 written approval on behalf of COUNTY based on CONTRACTOR's satisfactory 7 performance. 8 SECTION 3. --COMPENSATION 9 COUNTY shall only provide compensation and payment to each CONTRACTOR for work 10 authorized by the County Representative. COUNTY agrees to pay each CONTRACTOR 11 and each CONTRACTOR agrees to receive compensation in accordance with the rates 12 provided in Exhibit C by each CONTRACTOR. In no event shall the total compensation 13 paid to CONTRACTOR(S) for the entire potential five-year term of this Agreement exceed 14 the sum of$3,500,000. 15 SECTION 4. — INVOICING 16 Each CONTRACTOR shall submit invoices in accordance with the rates and charges 17 agreed upon for the services provided to the COUNTY by that CONTRACTOR during the 18 previous monthly billing period on the first day of the month. Each invoice shall reference 19 this Agreement number, the date and name of the facility where the services were 20 performed, and a clear itemization of services performed, and shall be mailed to The 21 County of Fresno, ISD, ATTN: Business Office (A/P Division), 333 W. Pontiac Way, Clovis, 22 CA 93612. COUNTY shall make payment to CONTRACTOR(S) no later than forty-five 23 (45) days after receipt and approval of each invoice, which shall be given upon verification 24 of satisfactory performance. 25 SECTION 5. -- INDEPENDENT CONTRACTORS 26 27 In performance of the work, duties, and obligations assumed by each 28 CONTRACTOR under this Agreement, it is mutually understood and agreed that each -7- 1 CONTRACTOR, including any and all of CONTRACTOR(S) officers, agents, 2 subcontractors, and employees shall at all times be acting and performing as 3 independent contractors, and shall act in an independent capacity and not as an officer, 4 agent, servant, employee, joint venturer, partner, or associate of the COUNTY. 5 Furthermore, COUNTY shall have no right to control or supervise or direct the 6 manner or method by which CONTRACTORS shall perform their work and function. 7 However, CONTRACTOR'S methods must be compatible with COUNTY's standards 8 and must result in satisfactory and timely completion of the work assigned, and the 9 quality and quantity of work produced must be acceptable to the COUNTY. COUNTY 10 retains the right to verify that each CONTRACTOR is performing their obligations in 11 accordance with this Agreement's terms and conditions. CONTRACTOR(S) and 12 COUNTY shall comply with all applicable provisions of law and the rules and 13 regulations, if any, of governmental authorities having jurisdiction over matters covered 14 by this Agreement. 15 Because of their status as independent contractors, CONTRACTOR(S) shall 16 have absolutely no right to employment rights and benefits available to COUNTY 17 employees. CONTRACTOR(S) shall be solely liable and responsible for providing to, or 18 on behalf of, their employees all legally required employee benefits. In addition, 19 CONTRACTOR(S) shall be solely responsible and shall hold the COUNTY harmless 20 from all matters relating to payment of CONTRACTORS' employees, including 21 compliance with Social Security withholding, and all other regulations governing such 22 matters. It is acknowledged that during the term of this Agreement, CONTRACTOR(S) 23 may be providing services to others unrelated to the COUNTY or to this Agreement. 24 SECTION 6. -- TERMINATION OF AGREEMENT 25 This Agreement may be terminated for the following reasons: 26 A. Non-Allocation of Funds - The terms of this Agreement and any extensions, and 27 the services to be provided, are contingent on the approval of funds by the 28 appropriating government agency. If sufficient funds are not allocated, the -a- 1 services provided may be modified, or this Agreement terminated at any time by 2 giving all or some CONTRACTORS thirty (30) days advance written notice. 3 B. Breach of Contract - COUNTY may immediately suspend or terminate this 4 Agreement in whole or in part, where in the determination of the COUNTY there 5 is: 6 1. An illegal or improper use of funds; 7 2. A failure to comply with any term of this Agreement 8 3. A substantially incorrect or incomplete report submitted to the 9 COUNTY; or 10 4. Improperly performed services. 11 In no event shall any payment by the COUNTY constitute a waiver by the 12 COUNTY of any breach of this Agreement or any default which may then exist on 13 the part of the CONTRACTORS. Such payment shall not impair or prejudice any 14 remedy to the COUNTY with respect to the breach or default. COUNTY shall 15 have the right to demand of the CONTRACTOR(S) the repayment to the 16 COUNTY of any funds disbursed to the CONTRACTOR(S) under this 17 Agreement, which in the judgment of the COUNTY were not expended in 18 accordance with the terms of this Agreement. CONTRACTOR(S) shall promptly 19 refund any such funds upon demand. 20 C. Without Cause - Under circumstances other than those set forth above, this 21 Agreement may be terminated by either party by giving thirty (30) days advance 22 written notice of an intention to terminate to CONTRACTOR. In the event of such 23 termination, CONTRACTOR shall be paid for satisfactory services or supplies 24 provided up until the date of termination. 25 D. Termination of One or More Contractors - In the event that COUNTY terminates 26 this Agreement as to one or more CONTRACTORS, this Agreement shall stay in 27 full force and effect as to the remaining CONTRACTORS. Termination of one or 28 -9- 1 more CONTRACTOR from this Agreement shall not terminate the Agreement as 2 to the remaining CONTRACTORS. 3 4 SECTION 7. -- HOLD HARMLESS AND INDEMNIFICATION 5 CONTRACTOR(S) agree to indemnify, save, hold harmless, and at COUNTY's 6 request defend the COUNTY, its officers, agents and employees, from any and all costs 7 and expenses (including attorney's fees and costs), claims, suits, liabilities, losses and 8 damages occurring or resulting to COUNTY in connection with the performance, or 9 failure to perform, by CONTRACTOR(S), their officers, agents or employees under this 10 Agreement, and from any and all costs and expenses (including attorney's fees and 11 costs), damages, liabilities, claims and losses occurring or resulting to any person, firm 12 or corporation who may be injured or damaged by the performance, or failure to 13 perform, of CONTRACTOR(S), their officers, agents. subcontractors, assigns, or 14 employees under this Agreement. The provisions of this paragraph shall survive the 15 termination of this Agreement. 16 SECTION 8. -- INSURANCE 17 Without limiting COUNTY's right to obtain indemnification from CONTRACTOR 18 or any third parties, each CONTRACTOR, at its sole expense, shall maintain in full force 19 and effect, the following insurance policies throughout the term of this Agreement: 20 A. Commercial General Liability 21 Commercial General Liability Insurance with limits of not less than One Million 22 Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars 23 ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may 24 require specific coverages including completed operations, products liability, contractual 25 liability, Explosion-Collapse-Underground, fire legal liability or any other liability 26 insurance deemed necessary because of the nature of this contract. 27 B. Automobile Liability 28 1 Comprehensive Automobile Liability Insurance with limits for bodily injury of not 2 less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred 3 Thousand Dollars ($500,000.00) per accident and for property damages of not less than 4 Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of 5 Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and 6 non-owned vehicles used in connection with this Agreement. 7 C. Professional Liability 8 If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., 9 L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of 10 not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars 11 ($3.000,000.00) annual aggregate. 12 D. Worker's Compensation 13 A policy of Worker's Compensation insurance as may be required by the 14 California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial 15 General Liability insurance naming the County of Fresno, its officers, agents, and 16 employees, individually and collectively, as additional insured, but only insofar as the 17 operations under this Agreement are concerned. Such coverage for additional insured 18 shall apply as primary insurance and any other insurance, or self-insurance, maintained 19 by COUNTY, its officers, agents and employees shall be excess only and not 20 contributing with insurance provided under CONTRACTOR's policies herein. This 21 insurance shall not be cancelled or changed without a minimum of thirty (30) days 22 advance written notice given to COUNTY. 23 Within thirty (30) days from the date CONTRACTOR signs and executes this 24 Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as 25 stated above for all of the foregoing policies, as required herein to: County of Fresno, 26 Robert Bash, Director of Internal Services/Chief Information Officer, 333 W. Pontiac 27 Way, Clovis, CA 93612, stating that such insurance coverages have been obtained and 28 are in full force; that the County of Fresno, its officers, agents and employees will not be -11- 1 responsible for any premiums on the policies; that such Commercial General Liability 2 insurance names the County of Fresno, its officers, agents and employees, individually 3 and collectively, as additional insured, but only insofar as the operations under this 4 Agreement are concerned; that such coverage for additional insured shall apply as 5 primary insurance and any other insurance, or self-insurance, maintained by COUNTY, 6 its officers, agents and employees, shall be excess only and not contributing with 7 insurance provided under CONTRACTOR's policies; and that this insurance shall not be 8 cancelled or changed without a minimum of thirty (30) days advance, written notice 9 given to COUNTY. If CONTRACTOR fails to keep in effect at all times all required 10 insurance coverages, COUNTY may, in addition to other remedies it may have, 11 suspend or terminate this Agreement. 12 All policies shall be issued by admitted insurers licensed to do business in the 13 State of California, and such insurance shall be purchased from companies possessing 14 a current A.M. Best, Inc. rating of A FSC VII or better. 15 SECTION 9. -- MODIFICATION 16 This Agreement may be modified from time to time by the written consent of all 17 the parties without, in any way, affecting the remainder. 18 SECTION 10. — NON - ASSIGNMENT 19 CONTRACTOR(S) shall not assign, transfer or sub-contract this Agreement or 20 any of its respective rights or duties hereunder, without the prior written consent of the 21 COUNTY. 22 SECTION 11. -- AUDITS AND INSPECTIONS 23 CONTRACTOR(S) shall at any time during business hours, and as often as the 24 COUNTY may deem necessary, make available to the COUNTY for examination all of 25 its records and data with respect to the matters covered by this Agreement. 26 CONTRACTOR(S) shall, upon request by the COUNTY, permit the COUNTY to audit 27 and inspect all of such records and data necessary to ensure CONTRACTORS' 28 compliance with the terms of this Agreement. If this Agreement exceeds ten thousand -12- 1 dollars ($10,000.00), CONTRACTOR(S) shall be subject to the examination and audit of 2 the California State Auditor for a period of three (3) years after final payment under 3 contract (Government Code Section 8546.7). 4 SECTION 12. -- NOTICES 5 The persons and their addresses having authority to give and receive written 6 notices under this Agreement include the following: 7 COUNTY OF FRESNO CONTRACTORS 8 County of Fresno-ISD As indicated on 9 Director of Internal Services/ EXHIBIT A Chief Information Officer 10 333 W. Pontiac Way, Clovis, CA 93612 11 Isdap-ar@FresnoCountyCA.gov 12 Any and all notices between the COUNTY and the CONTRACTORS provided for 13 or permitted under this Agreement or by law shall be in writing and shall be deemed duly 14 served when personally delivered to all of the parties, or in lieu of such personal service, 15 when deposited in the United States Mail, postage prepaid, addressed to such party, or 16 by electronic mail sent to CONTRACTOR at CONTRACTOR's email address identified by 17 the email address on Attachment B, or if to COUNTY, at COUNTY's email address noted 18 above. 19 SECTION 13. ADDITION AND DELETION OF CONTRACTORS 20 The Director of Internal Services/Chief Information Officer (CIO), reserves the right 21 at any time during the term of this Agreement to add new CONTRACTORS to those 22 listed in Exhibit A. It is understood any such additions will not affect compensation paid 23 to any other CONTRACTOR, and therefore such additions may be made by COUNTY 24 without notice to or approval of the CONTRACTOR's under this Agreement. Any such 25 contractors added must qualify according to the terms of RFQ No. 18-035. 26 CONTRACTORS also agree that inclusion on Exhibit A does not constitute a guarantee 27 or promise that any CONTRACTOR shall provide any certain amount of work or 28 services to COUNTY under this Agreement. Each CONTRACTOR understands that any -13- 1 such additions will not affect their compensation. These same provisions apply to the 2 termination of any CONTRACTOR listed in Exhibit A. 3 By executing a signature page, each CONTRACTOR becomes a signatory to this 4 Agreement, and agrees that it is party to this Agreement with the COUNTY and is 5 bound by its terms. 6 SECTION 14. — LEGAL AUTHORITY 7 Each individual executing this Agreement on behalf of a CONTRACTOR hereby 8 covenants, warrants, and represents: (i) that he or she is duly authorized to execute or 9 attest and deliver this Agreement on behalf of such entity, e.g. (without limitation), 10 corporation, limited liability company, limited partnership, partnership or sole 11 proprietorship, in accordance with all applicable formalities and under California law; (ii) 12 that this Agreement is binding on such entity; and (iii) that CONTRACTOR (as 13 applicable) is a duly organized and legally existing corporation, limited liability company, 14 limited partnership, partnership or sole proprietorship in good standing in the State of 15 California. 16 SECTION 15. -- GOVERNING LAW 17 Venue for any action arising out of or relating to this Agreement shall only be in 18 Fresno County, California. The rights and obligations of the parties and all 19 interpretation and performance of this Agreement shall be governed in all respects by 20 the laws of the State of California. 21 SECTION 16. -- DISCLOSURE OF SELF-DEALING TRANSACTIONS 22 This provision is only applicable if the CONTRACTOR is operating as a 23 corporation (a for-profit or non-profit corporation) or if during the term of this agreement, 24 the CONTRACTOR changes its status to operate as a corporation. 25 Members of CONTRACTOR's Board of Directors shall disclose any self-dealing 26 transactions that they are a party to while CONTRACTOR is providing goods or 27 performing services under this agreement. A self-dealing transaction shall mean a 28 transaction to which the CONTRACTOR is a party and in which one or more of its -14- 1 directors has a material financial interest. Members of CONTRACTOR'S Board of 2 Directors shall disclose any self-dealing transactions that they are a party to by 3 completing and signing a Self-Dealing Transaction Disclosure Form (Exhibit D) and 4 submitting it to the COUNTY prior to commencing with the self-dealing transaction or 5 immediately thereafter. 6 SECTION 17. -- ENTIRE AGREEMENT 7 This Agreement constitutes the entire agreement between CONTRACTOR and 8 COUNTY with respect to the subject matter hereof and supersedes all previous 9 Agreement negotiations, proposals, commitments, writings, advertisements, 10 publications, and understandings of any nature whatsoever unless expressly included in 11 this Agreement. 12 In the event of any inconsistency in interpreting the documents which constitute this 13 Agreement, the inconsistency shall be resolved by giving precedence in the following 14 order of priority: (1) the text of this Agreement, excluding all Exhibits other than Exhibit 15 A and D; (2) The COUNTY's RFSQ, Exhibit B; and (3) each respective 16 CONTRACTOR's response to the RFSQ, Exhibit series C. 17 18 19 20 21 22 23 24 25 26 27 28 -15- 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 2 Effective Date. J 3 COUNTY OF FRESNO 4 CONTRACTOR 5 6 Sa Qu nt o, hairperson of the Board of 7 See Additional Signature Pages ry f the County of Fresno 8 Attached 9 10 11 12 ATTEST: Bernice E. Seidel 13 Clerk of the Board of Supervisors 14 County of Fresno, State of California 15 16 17 By: 18 puty 19 20 FOR ACCOUNTING USE ONLY: 21 FUND: 1045 22 SUBCLASS: 10000 23 ORG No.: 8935 24 Account No.: 7205 25 26 27 28 -16- 1 By executing this signature page, CONTRACTOR becomes a signatory to the 2 Master Agreement, dated 6, 2018 and agrees that it is a party to the Agreement 3 with the COUNTY and is bound by its terms. 4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 5 Effective Date. 6 7 CONTRACTOR 8 9 10 11 Jef(4ar4, 6esident 12 13 14 15 Carlton Seyf ,, Secretary 16 17 ACCO Engineered Systems, Inc. 18 6265 San Fernando Rd. 19 Glendale, CA 91201 20 21 22 23 24 25 26 27 28 -17- 1 By executing this signature page, CONTRACTOR becomes a signatory to the 2 Master Agreement, dated aM 6 , 2018 and agrees that it is a party to the Agreement 3 with the COUNTY and is bound by its terms. 4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 5 Effective Date. 6 7 CONTRACTOR 8 9 10 • 11 John D. Sloan, President & Treasurer 12 13 New England Sheet Metal and Mechanical 14 Co. 15 P.O. Box 4287 16 Fresno, CA 93744 17 18 19 20 21 22 23 24 25 26 27 28 -18- 1 By executing this signature page, CONTRACTOR becomes a signatory to the 2 Master Agreement, dated 5Zwj,,j1" , 2018 and agrees that it is a party to the Agreement 3 with the COUNTY and is bound by its terms. 4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 5 Effective Date. 6 7 CONTRACTOR 8 9 10 �- 11 Robert Lake, President, Secretary & 12 Treasurer 13 14 Mesa Energy Systems, Inc. 15 dba EMCOR Services 16 2 Cromwell 17 Irvine, CA 92618 18 19 20 21 22 23 24 25 26 27 28 -19- 1 By executing this signature page, CONTRACTOR becomes a signatory to the 2 Master Agreement, dated Smu.6 , 2018 and agrees that it is a party to the Agreement 3 with the COUNTY and is bound by its terms. 4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 5 Effective Date. 6 7 CONTRACTOR 8 9 10 6 11 Micheal T. Murphy, President, Secretary & 12 Treasurer 13 14 RAMCO Services, Inc. 15 1175 Shaw Ave. #104-304 16 Clovis, CA 93612 17. 18 19 20 21 22 23 24 25 26 27 28. -20- 1 By executing this signature page, CONTRACTOR becomes a signatory to the 2 Master Agreement, dated Come. 5 , 2018 and agrees that it is a party to the Agreement 3 with the COUNTY and is bound by its terms. 4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 5 Effective Date. 6 7 CONTRACTOR 8 Trane U S. Inc. ;9 1_0- 1 Scott Smillie, Assistant ecr tary 12 13 14 Trane, U.S. Inc. 15 3253 Imperial Hwy 16 Brea, CA 92821 17 18 19 20 21 22 23 24 25 26 27 28 -21- Exhibit A Page 1 of 1 LIST OF CONTRACTORS CONTRACTOR NAME ADDRESS CONTACT INFORMATION 1. ACCO Engineered 4980 E. University Ave. Contact: Stephen Alwan Systems, Inc. #103 Title: Account Manager Fresno, CA 93727 Office: (916) 520-2156 Cell: (916) 628-0058 Emergency(Main Dispatch 24/7) Phone: 1-800-598-2226 E-mail: salwan@accoservice.com 2. Mesa Energy systems, 4668 N. Sonora Avenue, Contact:Adam Rosh Inc., dba EMCOR #102 Title: Account Manager Services Fresno, CA 93722 Office: (559) 277-7900 x 2217 Cell: (559) 793-8800 Emergency(Main Dispatch 24/7) Phone: (1-800-300-7700) Email: adam_rosh@emcorgroup.com 3. New England Sheet 2731 S. Cherry Ave. Contact: Raquel White Metal And Mechanical Fresno, CA 93706 Title: Dispatcher Co. Office: (559) 268-7375 x 127 (or Option#2) Cell: (559) 978-2837 Emergency(Main Dispatch 24/7) Phone: (559) 268-7375 x 127 (or Option#2) Email: 4. RAMCO Services, Inc. 1228 Tollhouse Rd. Contact: Michael T. Murphy Clovis, CA 93619 Title: President Office: (559) 299-9227 Cell: (559) 352-8125 Email: mike@ramcoinc.net 5. Trane U.S. Inc. 3026 N. Business Park Contact: Chan Kim Avenue#104 Title: Account Manager Fresno, CA 93727 Office: (559) 650-1252 Cell: (559) 647-2970 Emergency(Main Dispatch 24/7 Phone: Email: Chan.Kim@trane.com Exhibit B COU REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-035 ` 0 COUNTY OF FRESNO O Is60 FRE`'7 HVAC PARTS, SERVICE AND REPAIRS Issuance Date: March 15, 2018 Closing Date: April 6, 2018 at 2:00 PM Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on March 23, 2018. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. Cost Limit for $2,500,000.00 Agreement(s): Organization Individual/Contact Person Title Street Address/P.O. Box City State Zip Code Telephone Fax Number E-Mail Address Purchasing Use:BHst ORG/Requisition:8935/1321801109 1 G:TUBEICREQUESTS FOR QUAIIFICA1IOWFY2017-18A M35 HVAC PARTS,SERVICE AND REPAIRSA M35 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 TABLE OF CONTENTS PAGE I. INTRODUCTION AND OVERVIEW.......................................................................3 II. SCOPE OF WORK.................................................................................................3 III. AGREEMENT TERM..............................................................................................5 IV. SIB 854/PREVAILING WAGE.................................................................................5 V. INSURANCE REQUIREMENTS.............................................................................6 VI. SOQ SUBMITTAL REQUIREMENTS ....................................................................7 VII. SELECTION PROCEDURE ...................................................................................9 VII I. APPEALS ...............................................................................................................9 Attachment: A. ***Board of Supervisors' Master Agreement or***Procurement Master Agreement 2 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAIRS\18- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 I. INTRODUCTION AND OVERVIEW The County of Fresno on behalf of the Internal Services Department, Facility Services Division is primarily seeking qualified Contractors to provide HVAC Parts, Service, and Repairs on an "as- needed" basis at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air- conditioning systems, and all other work and equipment associated with these systems. Vendors must possess the correct contractor's license for the type of work they perform. The requested services will be performed on an "as-needed" basis. Contractors who can demonstrate experience, expertise and quality of work may be awarded a master agreement for a term of up to 3-years with two optional 1-year extensions. HVAC parts and equipment will be purchased on an "as-needed" basis. The County spends approximately$500,000 annually on parts and services. It is the intent of the County to engage several contractors under one master agreement to provide the professional services described herein. Contractors and all sub-contractors who perform work must comply with all DIR requirements. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected Contractor and either perform the work with its staff or begin a new RFSQ process. Nothing herein, or in the process, shall be construed as having obligated the County to pay for any expenses incurred by respondents to this RFSQ, or to the selected Contractor(s) prior to Board of Supervisors' approval of a Contractor services agreement. II. SCOPE OF WORK A. General — Contractor shall provide parts, services, and repairs on an "as-needed" basis to HVAC and related systems at various County locations. The County operates HVAC equipment from manufacturers that include but are not limited to Carrier, Goodman, Lennox, Mcquay, Rheem, Ruud, Trane, and York. Parts — The Contractor shall provide parts and materials on an "as-needed" basis. Parts may be ordered for delivery to County facilities or picked-up in store by County staff. The County may from time to time, request to see the list/catalog pricing to verify charges, and the Contractor shall comply. Service — The Contractor shall perform services and repairs on an "as-needed" basis to HVAC and related systems at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. B. Qualifications The Contractor shall possess the necessary contractor's license required for the type of work requested (C-20 for HVAC related work, C-36 for Plumbing, etc.), and be capable of providing the services requested, in compliance with rules and regulations of all applicable codes. All Contractors and sub-contractors are expected to possess the appropriate license for the project in accordance with current regulations and statues. All technicians who perform work must possess a minimum of journeyman level experience. All apprentices or helpers must be supervised. All personnel performing work on HVAC equipment and related systems shall be appropriately certified to work on that particular equipment. 3 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 The Contractor must have an established local presence within the County of Fresno or can demonstrate they can meet all the required response times in accordance with Section II. Scope of Work, E. Response within this Request for Statement of Qualifications. C. Materials and Workmanship Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. All defective workmanship shall be corrected by the contractor at the contractor's expense. D. Scheduling of Work A regular County workweek shall be Monday through Friday 8:00 am to 5:00 pm. All work must be approved by the Facility Services Manager or their designee before work can begin. Contractors responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. E. Response The Contractor may be required to respond to emergency service calls, during and after business hours. Details regarding each emergency request will be relayed at the time of call. The Contractor shall acknowledge within 30 minutes if the request can be fulfilled, or the request will be sent to another Contractor. Level I —Require onsite response within (1) hour or less of Contractor acknowledgment. Level II — Requires onsite response within (4) hours or less of Contractor acknowledgment. Level III — Requires onsite response at 7:00 AM, the next normal working day. Contractor shall inform County of any expected arrival delays. The County reserves the right to send the request to another Contractor should the response level not be met. F. Compensation Parts and materials shall be charged as quoted in Appendix A— Pricing. Service work shall be charged as "Time and Materials" at rates quoted in Appendix A — Pricing. Time will be billed for actual time worked. G. Invoicing All invoices shall be provided to the Facility Services Manager or their designee for approval. Invoices at a minimum shall include: • Date of service, Time of arrival/departure, Hours of service • Name of technician providing the service • Description of equipment serviced, Location of equipment, Building number • Type of service (repair, maintenance, new install) • Action taken • Parts utilization • Status of service • Printed name of County representative authorizing the work 4 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 III. AGREEMENT TERM The term of the Agreement will be three (3)years, unless prior to its expiration its term is extended in writing, for no more than two additional one-year terms, by mutual consent of the Director or his/her designee and the Contractor(s). The maximum total contract amount is $2,500,000. Total fees paid to the each contractor will be dependent upon the bid provided by contractor. Please note that there are no assurances of any work for qualified vendors during the term of the Agreement and that the County guarantees no minimum amount to each qualified vendor. Where specific functions are required by law to be performed by the County or where specific functions are listed in the Agreement as to be performed by the County, County staff will perform the actual work function. IV. SB 854/PREVAILING WAGE California Law(SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public-Works/PublicWorksSB854.htmi for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof 5 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, 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 him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California— Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. V. INSURANCE REQUIREMENTS INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). 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 for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non- owned vehicles 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. 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. Within thirty(30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for 6 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 all of the foregoing policies, as required herein, to the County of Fresno, Facility Services, Attn: Facility Manager, 4590 E. Kings Canyon Road, Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. VI. SOQ SUBMITTAL REQUIREMENTS The submittal shall be in two (2) parts. A. The submittal will enable the Selection Committee to appraise the general competence and qualifications of the appraisal firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number 2. Type of organization (sole-proprietorship, partnership, or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including all proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials, training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications 7. Firm organization chart 8. List current projects or commitments for similar services in your office 9. List the name and phone number of at least five relevant client references 10. Appendix A— Pricing (as provided) 7 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 B. Bidder to Complete: 1. 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: 2. Contractors License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5)years experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. 8 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 3. 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 requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Title DIR Number DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ VII. SELECTION PROCEDURE A Selection Committee (hereinafter referred to as "the Committee")will be formed to evaluate the SOQs and to make recommendations. The Committee will consist of representatives of the Department. The Committee will screen the SOQs to narrow consideration to those firms with qualifications and experience deemed especially qualified for this commission. The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is qualified to provide the requested services. B. Bidder demonstrates experience in the requested services. C. Bidder is capable of providing the requested services. The County reserves the right to conduct a background inquiry of each proposer which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a SOQ to the County, the proposer consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. VIII. APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFSQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFSQ contradictions, procurement errors, selection discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. 9 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAO within seven (7)working days after Purchasing's notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision, the final appeal is with the Board of Supervisors. 10 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit B RFSQ No. 18-035 Appendix A - Pricing Parts and Materials— Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost+/- %) Please attach additional documents if necessary. Time—Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. 8am —4 m Regular Time: Over Time: Other: (describe) Regular Pay Overtime Pay Other: (describe) Master Level Technician Journeyman Level Technician Apprentice/Helper 11 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAI RS\1 8- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC EXHIBIT C EXHIBIT C - 1 COUNTY OF FRESNO HVAC PARTS, SERVICE, & REPAIRS occo RFSQ NO. 18-035 HVAC SHEET METAL & PIPING - COMMISSIONING • R E T R O - C O M M I S S I O N I N G P L U M B I N G BUI LDI N G SERVICES P R O C E S S P I P I N G E N G I N E E R I N G B I M / 3 - D M O D E L I N G FABRICATION BUILDING AUTOMATION SYSTEMS INDUSTRIAL CONSTRUCTION & PIPING EN ERGY SERVICES R I G G I N G Exhibit C-1 I engineered systems TABLE OF CONTENTS Firm Name / Address / Phone Number/ Type of Organization 1 Firm Principal Responsible for the Project 2 Key Personnel for the Project 3 List of Current Staff 4 Firm Qualifications 5 Firm Organizational Chart 6 Current Projects or Commitments for Similar Services 1 References 8 Appendix A - Pricing 9 Acknowledgement of Addendum Number One 10 Exhibit C-1 I engineered systems Firm Name / Address / Phone Number/ Type of Organization 1 Exhibit C-1 engi neered I systems 1i r ..� AL— y' a County of Fresno HVAC Parts, Service and Repairs - NO. 18-035 Statement of Qualifications Submittal Firm Name: ACCO Engineered Systems, Inc. Type of Organization: Corporation April 5, 2018 Contact: Stephen Alwan Service Sales Engineer salwan@accoservice.com 916-628-0058 4980 E.University Ave.#103,Fresno,CA 93727 Office:559-251-22261 Service:800-598-2226 Exhibit C-1 I engineered systems Firm Principal Responsible for the Project 2 Exhibit C-1 Resume engineered systems Stephen Alwan - ACCOUNT MANAGER Experience I Education 2015-Present ACCO Engineered Systems, Sacramento, California Account Manager 2000-2015 IN-N-Out Burger, Sacramento, California Facility Manager 37 locations 1999-2002 Sacramento City College , Sacramento, California Mechanical Electrical Technology 1999-2000 High Tech Mechanical, Newcastle, California Service Technician Executive Summary With nearly 20 years of relevant industry and technical experience, Stephen has successfully implemented complex maintenance programs for clients throughout the West Coast. Stephen works with his team to understand the unique needs of his customers and drive concept to successful completion with his strategic project management expertise. Project Experience County of Placer, Auburn, CA Description:Account Manager for Multi-Site Preventative Maintenance&Projects in over 3-million square feet. Farmers & Merchants Bank, Lodi, California Description:Account Manager for Multi-Site Preventative Maintenance&Projects. Northern California Power Agency, Roseville, California Description:Account Manager for Multi-Site Preventative Maintenance& Projects. Sun City Lincoln Hills, Lincoln, California Description:Account Manager for Multi-Site Preventative Maintenance&Projects. IN-N-Out Burger, Northern California and Nevada Description: Managed all Facility Service,Vendors, Projects,and Maintenance Personnel for 37 Locations 24/7. Paratransit, Sacramento, California Description:Account Manager for Preventative Maintenance, Projects, and Controls Upgrades. County of Placer, Auburn, CA Description:Account Manager for Multi-Site Preventative Maintenance&Projects. Stephen Alwan -Account Manager 916.628.0058 1916.520.2156 �+ salwan@accoservice.com 1 Exhibit C-1 I engineered systems Key Personnel for the Project 3 Exhibit C-1 Resume 0 engineered systems Raymon Gonzales - HVAC TECHNICIAN SUPERVISOR Experience I Education 2005 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician Supervisor 1999 - 2005 Commair Mechanical, Fresno, CA HVAC Technician -journeyman 1988 - 2005 Patton Sheet Metal, Fresno, CA Apprentice Executive Summary Duties: Servicing, repairing, replacing all HVAC equipment including boilers, chillers, cooling towers, built-ups, air compressors, VFD's, refrigeration, VAV;s, mini-splits, and VRF systems. Qualifications: 29 years of experience LIA Local 246 Journeyman Backflow certified Able to read and interpret plans, schematics, control systems, equipment manuals, etc. Raymon Gonzales - HVAC Technician Supervisor 559.251.2226 rgonzales@accoservice.com Exhibit C-1 Resume engineered systems Mark Weldon - HVAC TECHNICIAN Experience I Education 2009 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -Foreman 2003 - 2009 Johnson Controls, Fresno, CA Technician -journeyman 1998 - 2003 The ICEE Company , Fresno, CA Technician Executive Summary Duties: HVAC mechanical repair and service of chillers, boilers, package equipment, split systems, VFD's, cooling towers, EMS systems install and service, VAV systems, refrigeration. Qualifications: 20 years experience UA Local 216 Journeyman Backflow certified Able to read and interpret plans, schematics, control systems, equipment manuals, etc. Mark Weldon - HVAC Technician 559.375.8196 mweldon@accoservice.com Exhibit C-1 Resume engineered systems Alfonso Ramos - HVAC TECHNICIAN Experience I Education 2004 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -journeyman 2004 - 2004 ARC Comfort Systems , Visalia, CA HVAC Technician -journeyman 2003 - 2003 Cal-Air, Fresno, CA HVAC Technician -journeyman 2001 - 2002 Hill Phoenix , Fresno, CA HVAC Technician -journeyman 1998 - 2001 Comm-Air, Fresno, CA HVAC Technician -journeyman 1989 - 1998 Patton Sheet Metal , Fresno, CA Apprentice Executive Summary Duties: Servicing, repairing, replacing all HVAC equipment including, boilers, chillers, cooling towers, built-up systems, air compressors, VFD's, refrigeration equipment, VAV's, mini-split systems, and VRF systems. Qualifications: 30 Years of Experience U.A. Local 246 Journeyman 5 Years Apprentice School West Land College - Refrigeration Bachelors Degree EPA Universal Certified Able to Read and Interpret Plans, Schematics, Control Systems, Equipment Manuals Alfonso Ramos - HVAC Technician 559.217.2923 aramos@accoservice.com Exhibit C-1 Resume engineered systems Asuncion Garcia - HVAC TECHNICIAN Experience I Education 2013 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -Apprentice 2008 - 2013 United States Marine Corps. Department of Defense Executive Summary Duties Include: Servicing, repairing, replacing, installing all HVAC equipment including boilers, chillers, cooling towers, built-ups, air compressors, VFD's, refrigeration, VAV's, mini-split systems, and VRF systems. Qualifications: 5 years of experience UA Local 246 Apprentice Backflow certified OSHA 30 certified ABPA Backflow certified Able to read and interpret plans, schematics, control systems, equipment manuals, etc. Asuncion Garcia - HVAC Technician 559.682.2158 agarcia@accoservice.com Exhibit C-1 Resume engineered systems Catarina Jimenez - HVAC TECHNICIAN Experience I Education 2009 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Service Technician -Apprentice 2008 - 2009 Strategic Mechanical , Fresno, CA HVAC Technician - Tradesman 2005 - 2008 Commair Mechanical /Carrier, Fresno, CA HVAC Technician Executive Summary Duties: Servicing, repairing, installing all HVAC equipment. Qualifications: 13 Years of Experience EPA Universal Certified Able to Read Schematics, Plans, Equipment Manuals Catarino Jimenez - HVAC Technician 559.333.7823 cjimenez@accoservice.com Exhibit C-1 Resume engineered systems Francisco Hernandez - HVAC TECHNICIAN Experience I Education 2012 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -journeyman 2005 - 2010 UA Apprenticeship Program, Fresno, CA Certificate of Completion 2003 - 2012 Commair/Carrier, Fresno, CA HVAC Technician -journeyman 1998 - 2003 Dave's Heating &Air, Visalia, CA HVAC Technician 1997 - 1998 College of the Sequoias, Visalia, CA Environmental Controls Certificate Executive Summary Duties: Servicing, repairing all brands HVAC equipment, Boilers, Steam Boilers, Hydronic, Domestic Water Heating Application, Comfort Cooling and Process Chillers, Cooling Towers, Build-Up Systems, Controls Systems, Air Balance, New Equipment Start-Up, Large Data Center Cooling Application Units, Commercial Rooftop Units, Mini Split Units, Ice Machines, Walk-In - Reach-In Refrigeration. Qualifications: Brazing Certification CPR/OSHA 10 Back Flow Tester EPA Universal Carrier 23 XRV Chiller Operator Certification Francisco Hernandez - HVAC Technician 559.309.0879 fhernandez@accoservice.com Exhibit C-1 Resume engineered systems Frank Barbosa - HVAC TECHNICIAN Experience I Education 2012 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -journeyman 2007 - 2012 Val-Air/Sigler, Fresno, CA Inside Sales 2002 - 2007 Cal-Air/Johnson Controls, Fresno, CA HVAC Technician Executive Summary Duties: Servicing, repairing, and replacing all HVAC equipment. Install and commission building automation systems. Qualifications: 10 years HVAC trades experience 5 years Apprenticeship Program from UA Local 246 Backflow certified Able to read plans and schematics Frank Barbosa - HVAC Technician 559.994.1302 fbarbosa@accoservice.com Exhibit C-1 Resume engineered systems Franklin Ventura - HVAC TECHNICIAN Experience I Education 2013 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -Apprentice 2008 - 2013 Ferguson Plumbing Supply, Fresno, CA Warehouse &Counter Sales 2005 - 2008 Sears, Fresno, CA Automotive Technician Executive Summary Duties: Servicing, repairing, and installing all HVAC equipment. Qualifications: 5 years of experience 5 years general mechanic Backflow certified Able to read plans and schematics Franklin Ventura - HVAC Technician 559.753.5374 fventura@accoservice.com Exhibit C-1 Resume engineered systems Joshua Arganda - HVAC TECHNICIAN Experience I Education 2013 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician -Apprentice 2011 - 2013 Spangle Air, Fresno, CA Service Technician 2010 San Joaquin Valley College, Visalia, CA Associates of Science Degree Executive Summary Duties: Servicing, repairing, replacing all HVAC equipment including boilers, chillers, cooling towers, field built-up systems, air compressors, DDC controls, pneumatic controls, pumps, VFS's, refrigeration, VAV's, ductless split systems, domestic booster pump stations. Qualifications: Niagara AX certified Niagara N4 certified Backflow certified Able to read and interpret plans, schematics, control systems, equipment manuals, etc. Joshua Arganda - HVAC Technician 559.496.9770 jarganda@accoservice.com Exhibit C-1 Resume engineered systems John Simas - HVAC TECHNICIAN Experience I Education 2013 - Present ACCO Engineered Systems, Inc, Fresno, CA HVAC Technician -journeyman 2002 - 2013 Johnson Controls, Fresno, CA HVAC Technician -journeyman 1999 - 2002 Atlas Trujillo Installer Executive Summary Duties: Servicing, repairing, replacing all HVAC equipment including boilers,chillers, cooling towers, built-up systems, air compressors, VFD's, refrigeration, VAV's, mini split systems, and VFR systems. Order materials Coordinate crane lifts Line out other technicians on projects Install new and retro-fit old control systems Pipe fitting Qualifications: 19 years of experience U.A. Local 246 Journeyman Backflow certified Able to read and interpret plans, schematics, control systems, equipment manuals John Simas - HVAC Technician 559.403.6748 jsimas@accoservice.com Exhibit C-1 Resume engineered systems Rene Alvarado - HVAC TECHNICIAN / SERVICE PLUMBER Experience I Education 2015 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician/Service Plumber 2013 - 2015 Dees Plumbing, Fresno, CA Industrial Service Plumber 2012 - 2014 A&B Plumbing, Fresno, CA Plumbing Installer Executive Summary Duties: Servicing and repairing plumbing fixtures. Light electrical experience. Rene Alvarado - HVAC Technician /Service Plumber 559.470.9025 raIvarado@accoservice.com Exhibit C-1 I engineered systems List of Current Staff 4 Exhibit C-1 Name Email Phone Number Office Job Classification Alfonso L. Ramos aramos@accoservice.com 559-217-2923 Fresno Field Tech Asuncion Garcia agarcia@accoservice.com 559-682-2158 Fresno Field Tech Catarino E. Jimenez cjimenez@accoservice.com 559-333-7823 Fresno Field Tech Francisco D. Hernande fernandez@accoservice.com 559-903-0879 Fresno Field Tech Frank Barbosa fbarbosa@accoservice.com 559-994-1302 Fresno Field Tech Franklin D. Ventura Jr. fventura@accoservice.com 559-753-5374 Fresno Field Tech Joey Hernandez jmhernandez@accoes.com 559-358-9112 Fresno Sheet Metal John Simas jsimas@accoservice.com 559-403-6748 Fresno Field Tech Johnny Almanza jalmanza@accoservice.com 559-412-9091 Fresno Sales/Account Management Joshua Arganda jarganda@accoservice.com 559-496-9770 Fresno Field Tech Kimberly M. Manning kmanning@accoservice.com 559-251-2226 x5850/559-908-9841 Fresno Billing Mark G. Weldon mweldon@accoservice.com 559-375-8196 Fresno Foreman Paolo Burgos pburgos@accoservice.com 559-408-8097 Fresno Field Tech Paul J. Bernard pbernard@accoservice.com 559-930-9424 Fresno Piping Raymon J. Gonzales ronzales@accoservice.com 559-251-2226 x224/559-567-1514 Fresno Field Supervisor Rene Alvarado ralvarado@accoservice.com 559-470-9025 Fresno Plumbing Robert R. Kranovich rkranovich@accoes.com 559-333-7886 Fresno Sales/Account Management Sean Mcgrail smcgrail@accoservice.com 559-394-9991 Fresno Dispatch Michael Potts mpotts@accoservice.com 916-325-1759 Sacramento Management Leilani Broadbridge Iroadbridge@accoservice.com 916-600-4590 Sacramento Administrative/Sales Support Mele Arrizon marrizon@accoservice.com 916-200-9567 Sacramento Administrative/Sales Support Priscilla Deguzman pdeguzman@accoservice.com 916-596-5174 Sacramento Administrative/Sales Support Jocelyn David jdavid@accoes.com 650-892-5201 Sacramento Administrative/Sales Support Stephen Alwan salwan@accoservice.com 916-628-0058 Sacramento Sales/Accout Management Exhibit C-1 I engineered systems Firm Qualifications 5 Exhibit C-1 engineered systems Building Services ACCO has one of the largest and most experienced service departments in the nation.We provide service and long-term maintenance agreements to over 7,600 accounts throughout the Western United States. Properly maintained mechanical and control systems conserve energy, increase productivity and satisfy the needs of owners,tenants and production managers. ACCO field service mechanics are trained signatory apprentices and journeymen dedicated solely to servicing HVAC mechanical systems, DDC Controls systems and water treatment applications. ACCO has one of the most modern fleets in the industry.We have over 300 truck-based mobile field mechanics who can respond on site in less than 4 hours, 24 hours a day, 7 days a week. ACCO streamlines the Customer—Contractor experience by having a single point of contact approach. Your Project Manager's responsibility is to get your job done ... on time and on budget. ACCO pioneered this single source of responsibility to ensure that we adhere strictly to all of the project requirements, quality demands and time schedules. ACCO's engineering team can handle any size and any type of project, from a small package system to a complex manufacturing facility.We have the experience and know-how to ensure that your system will run efficiently and deliver the best possible results tailored to your needs. Preventive Maintenance Water Treatment Protect your mechanical system investment. Our qualified technicians can prevent tube fouling; maintaining system capacity and efficiency. Equipment Repairs Get your system back up and operating, quickly Tenant Improvements and expertly, minimizing impact on process and Prevent employee discomfort, reduced productivity, building operations. loss of revenue,and increased vacancies. Equipment Ademization Direct Digital Controls Replace, upgrade, modernize, and retrofit Designed and installed by ACCO,provide your system due to age,obsolescence, or operational efficiency in your processes and energy efficiency. building. "Just-In-Time"Service Delivery Commissioning Services Guaranteed two-hour emergency response Ensures that the performance of installed time for our contract customers. equipment and its peripheral systems operate at their peak by adhering to the design Qualified Technicians specifications. The best and most highly trained in the industry. Predictive Diagnostic Services Chiller Service Offers an early warning system, which alerts Our Centrifugal Group specialists are trained and and minimizes possible equipment failures certified to service and repair all types of chillers. before it happens. Exhibit C-1 I engineered systems Firm Organizational Chart 6 Exhibit C-1 engineered QD systems ACCO - COUNTY OF FRESNO ORG CHART Mchael Potts L Service Branch Nhnage Stephen . , . . . er Ray Gonzales F'HVAC Technicians") Nhrk Weldon Alfonso Ramos Asuncion Catarino Jimenez Francisco Hernandez FrankBarbosa JoshuaFranklin Ventura •. John Simas AlvaradoRene Exhibit C-1 I engineered systems Current Projects or Commitments for Similar Services 1 Exhibit C-1 Current Projects for Similar Services synstemsed ILL County of Placer City of Redding Granum Partners HVAC Maintenance/ HVAC Maintenance/ HVAC Maintenance/ Service Service Service 45+ Sites 75+ Sites National University Auburn, CA Redding, CA Fresno, CA Granum Partners Granum Partners Granum Partners HVAC Maintenance/ HVAC Maintenance/ HVAC Maintenance/ Service Serivice Service Atruim Bldg River Park Corporate 8 East River Park Building Fresno, CA Center Fresno, CA Fresno, CA Fig Garden Offices, LLC Heritage Center, LLC Zinkin Development HVAC Maintenance/ HVAC Maintenance/ HVAC Maintenance/ Service Service Service Fig Garden Heritage Center McCormick Barstow Bldg Fresno, CA Fresno, CA Fresno, CA Zinkin Development Zinkin Development ML Street Properties HVAC Maintenance/ HVAC Maintenance/ HVAC Maintenance/ Service Service Serivice 5 Park Place 45 E. River Park Place Tower at Convention Fresno, CA West Center Fresno, CA Fresno, CA Exhibit C-1 I engineered systems References 8 Exhibit C-1 I engineered systems References • Granum Partners: Carol Stair - 559.431.7703 • Zinkin Development: Phil Andrews - 559.224.8100 • ML Street Properties: Nicole Daly - 559.268.6086 • Heritage Center, LLC: Sylvia Helm - 480.364.0392 • County of Placer Facility Services: Dan Slifer - 530.889.6801 Exhibit C-1 I engineered systems Appendix A - Pricing 9 Exhibit C-1 I engineered systems Acknowledgement of Addendum Number One 10 Exhibit C-1 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFSQ NUMBER: 18-035 HVAC PARTS, SERVICE AND REPAIRS Issue Date: March 27, 2018 CLOSING DATE: APRIL 6� 2018 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Bryan Hernandez at(559)600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR STATEMENT OF QUALIFICATIONS. ➢ QUESTIONS AND ANSWERS ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1.) TO RFSQ 18-035 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) Purchasing Use:BHA ORG/Requisition:8935/1321801109 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS,SERVICE AND REPAIRS\18-035 ADDENDUM 1.DOC Exhibit C-1 Addendum No. ONE (1) Page 2 Request for Statement of Qualifications Number: 18-035 March 27, 2018 QUESTIONS AND ANSWERS Q1. Do bidders submit all bid responses online? In the SOQ (page 7, VI.) it states bids will be submitted in 2 parts. Please specify how you would like the (2) parts submitted. Qualifications as one upload/file and pricing as the other upload/file? A1. All bid responses are to be submitted online through Public Purchase. You can submit one file as long as it has the information required in parts A and B of Section VI and with the Pricing. Q2. Are you requiring to have a C-20 AND C-36 or a C-20 OR a C-36? A2. Vendors are only required to possess the appropriate license for the type of work they will perform. Vendors may have either a C-20 for HVAC or a C-36 for Plumbing for the specific services they will perform according to section Il. Scope of Work under Service. If other than a C-20 or a C-36, the bidder must explain, why his/her license(s) is acceptable in performing the requested work. For example, if a vendor is only providing HVAC services, then they must have a C-20 license. If a vendor is only providing Plumbing services, then they must have a C-36 license. If a vendor is providing both services, then they must have both a C-20 and C-36 licenses. Q3. The RFSQ N. 18-035 references attachment A Board of Supervisors' Master Agreement or Procurement Master Agreement. I'm not able to find the attachment online. Where can I get the attachment A? A3. Please disregard the following on page 2 Table of Contents of the RFSQ: Attachment: ***Board of Supervisors' Master Agreement or***Procurement Master Agreement There is no attachment for this RFSQ. G:\PUBIIC%REQUESTS FOR QUAIIFICATIONS\FY2017-18\18-035 HVAC PARTS,SERVICE AND REPAIRS\18-035 ADDENDUM 1.DOC Exhibit C-1 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFSQ NUMBER: 18-035 HVAC PARTS, SERVICE AND REPAIRS Issue Date: March 27, 2018 CLOSING DATE: APRIL 69 2018 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Bryan Hernandez at(559) 600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR STATEMENT OF QUALIFICATIONS. r QUESTIONS AND ANSWERS AGIS11_QWLEDG�ENT QF_ADDENDUM NUMBER-0-NE.�1_TQ1�ES_Q18�3� COMPANY NAME: I►�cer1. - SY,Svevv%s —yv (PAINT) SIGNATURE: �7 , / NAME & TITLE: C`<< ( INT) Purchasing Use:BH:yj ORG/Requisition:893511321801109 G:IPUBLICIREQUESTS FOR QUALIFICATIONSWY 201 7-1 811 8-035 HVAC PARTS,SERVICE AND REPAIRS118-035 ADDENDUM 1.DOC Exhibit C-1 Addendum No. ONE (1) Page 2 Request for Statement of Qualifications Number: 18-035 March 27, 2018 QUESTIONS AND ANSWERS Q1. Do bidders submit all bid responses online? In the SOQ (page 7, VI.) it states bids will be submitted in 2 parts. Please specify how you would like the (2) parts submitted. Qualifications as one upload/file and pricing as the other upload/file? A1. All bid responses are to be submitted online through Public Purchase. You can submit one file as long as it has the information required in parts A and B of Section VI and with the Pricing. Q2. Are you requiring to have a C-20 AND C-36 or a C-20 OR a C-36? A2. Vendors are only required to possess the appropriate license for the type of work they will perform. Vendors may have either a C-20 for HVAC or n C-36 for Plumbing for the specific services they will perform according to section 11. Scope of Work under Service. If other than a C-20 or a C-36, the bidder must explain, why his/her license(s) is acceptable in performing the requested work. For example, if a vendor is only providing HVAC services, then they must have a C-20 license. If a vendor is only providing Plumbing services, then they must have a C-36 license. If a vendor is providing both services, then they must have both a C-20 and C-36 licenses. Q3. The RFSQ N. 18-035 references attachment A Board of Supervisors' Master Agreement or Procurement Master Agreement. I'm not able to find the attachment online. Where can I get the attachment A? A3. Please disregard the following on page 2 Table of Contents of the RFSQ: Attachment: `Board of Supervisors' Master Agreement or***Procurement Master Agreement There is no attachment for this RFSQ. G:iPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRSII8.035 ADDENDUM 1.DOC Exhibit C-1 4r�___CF co , REQUEST FOR STATEMENT OF QUALIFICATIONS r� NO. 18-035 COUNTY OF FRESNO OFHVAC PARTS, SERVICE AND REPAIRS Issuance Date: March 15, 2018 Closing Date: April 6, 2018 at 2:00 PM Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: All questions and clarifications must be submitted on the Bid Page at Public Purchaso before 10:00 AM on March 23, 2018. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. Cost Limit for $2,500,000.00 Agreernent(s): ACCO Engineered Systems, Inc. Organization Stephen Alwan Service Sales Engineer Individual/Contact Person Title 9290 Beatty Drive Street Address/P.O. Box Sacramento CA 95826 City State Zip Code 916-520-2100 916-520-2150 salwan@accoservice.com Telephone Fax Number E-Pail Address Purchasing Use:BH:sI ORGIRequisition:893511321801109 1 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017.1808.035 HVAC PARTS,SERVICE AND REPAIRSM-035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 TABLE OF CONTENTS PAGE I. INTRODUCTION AND OVERVIEW.............................. ........................................3 II. SCOPE OF WORK.................................................................................................3 III. AGREEMENT TERM..............................................................................................5 IV. SB 854/PREVAILING WAGE.............................................. ....5 V. INSURANCE REQUIREMENTS.............................................................................6 VI. SOQ SUBMITTAL REQUIREMENTS ....................................................................7 VII. SELECTION PROCEDURE ...................................................................................9 VI II. APPEALS ........................ ...............9 ........................................................................ Attachment: A. '**Board of Supervisors' Master Agreement or""*Procurement Master Agreement 2 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 I. INTRODUCTION AND OVERVIEW The County of Fresno on behalf of the Internal Services Department, Facility Services Division is primarily seeking qualified Contractors to provide HVAC Parts, Service, and Repairs on an"as- needed"basis at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining,servicing, recharging,and inspecting warm-air heating systems, water-heating pumps,ventilating systems, chillers, cooling towers,and air- conditioning systems, and all other work and equipment associated with these systems.Vendors must possess the correct Contractor's license for the type of work they perform. The requested services will be performed on an "as-needed"basis. Contractors who can demonstrate experience, expertise and quality of work may be awarded a master agreement for a term of up to 3-years with two optional 1-year extensions. HVAC parts and equipment will be purchased on an"as-needed" basis.The County spends approximately$500,000 annually on parts and services. It is the intent of the County to engage several contractors under one master agreement to provide the professional services described herein. Contractors and all sub-contractors who perform work must comply with all DIR requirements. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected Contractor and either perform the work with its staff or begin a new RFSQ process. Nothing herein, or in the process, shall be construed as having obligated the County to pay for any expenses incurred by respondents to this RFSQ, or to the selected Contractor(s) prior to Board of Supervisors'approval of a Contractor services agreement. II. SCOPE OF WORK A. General—Contractor shall provide parts, services, and repairs on an "as-needed" basis to HVAC and related systems at various County locations. The County operates HVAC equipment from manufacturers that include but are not limited to Carrier, Goodman, Lennox, Mcquay, Rheem, Ruud, Trane, and York. Parts — The Contractor shall provide parts and materials on an "as-needed" basis. Parts may be ordered for delivery to County facilities or picked-up in store by County staff. The County may from time to time, request to see the list/catalog pricing to verify charges, and the Contractor shall comply. Service — The Contractor shall perform services and repairs on an "as-needed" basis to HVAC and related systems at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. B. Qualifications The Contractor shall possess the necessary contractor's license required for the type of work requested (C-20 for HVAC related work, C-36 for Plumbing, etc.), and be capable of providing the services requested, In compliance with rules and regulations of all applicable codes. All Contractors and sub-contractors are expected to possess the appropriate license for the project in accordance with current regulations and statues. All technicians who perform work must possess a minimum of journeyman level experience. All apprentices or helpers must be supervised. All personnel performing work on HVAC equipment and related systems shall be appropriately certified to work on that particular equipment. 3 GAPUBLICIREQUESTS FOR QUAL.IFICATIONSIFY 2017-'18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 The Contractor must have an established local presence within the County of Fresno or can demonstrate they can meet all the required response times in accordance with Section II. Scope of Work, E. Response within this Request for Statement of Qualifications. C. Materials and Workmanship Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. All defective workmanship shall be corrected by the contractor at the contractor's expense. D. Scheduling of Work A regular County workweek shall be Monday through Friday 8:00 am to 5:00 pm. All work must be approved by the Facility Services Manager or their designee before work can begin. Contractors responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. E. Response The Contractor may be required to respond to emergency service calls, during and after business hours. Details regarding each emergency request will be relayed at the time of call. The Contractor shall acknowledge within 30 minutes if the request can be fulfilled, or the request will be sent to another Contractor. Level I - Require onsite response within (1) hour or less of Contractor acknowledgment. Level II -Requires onsite response within (4) hours or less of Contractor acknowledgment. Level III - Requires onsite response at 7:00 AM, the next normal working day. Contractor shall inform County of any expected arrival delays. The County reserves the right to send the request to another Contractor should the response level not be met. F. Compensation Parts and materials shall be charged as quoted in Appendix A- Pricing. Service work shall be charged as "Time and Materials" at rates quoted in Appendix A - Pricing. Time will be billed for actual time worked. G. Invoicing All invoices shall be provided to the Facility Services Manager or their designee for approval. Invoices at a minimum shall include: • Date of service, Time of arrival/departure, Hours of service • Name of technician providing the service • Description of equipment serviced, Location of equipment, t3Uilding number • Type of service(repair, maintenance, new install) • Action taken • Parts utilization • Status of service • Printed name of County representative authorizing the work 4 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAIRS\18- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 III. AGREEMENT TERM The term of the Agreement will be three(3)years, unless prior to its expiration its term is extended in writing, for no more than two additional one-year terms, by mutual consent of the Director or his/her designee and the Contractor(s). The maximum total contract amount is $2,500,000. Total fees paid to the each contractor will be dependent upon the bid provided by contractor. Please note that there are no assurances of any work for qualified vendors during the term of the Agreement and that the County guarantees no minimum amount to each qualified vendor. Where specific functions are required by law to be performed by the County or where specific functions are listed In the Agreement as to be performed by the County,County staff will perform the actual work function. IV. SB 854/PREVAILING WAGE California Law(SB854)now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations(DIR)and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to htta://www.dir.ca,govIPublic-Works/PublicWorksSB854.html for more Information. This requirement,found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation,travel time and subsistence pay as provided for In Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department,4525 E. Hamilton Avenue, Fresno, California 93702,and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California—Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index,htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California—Department of Industrial Relations: hftp://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates,to all workers, laborers, or mechanics employed on this public work project, Including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested parry. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars($200.00)for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof 5 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, 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 him or her in connection with this public work project. In accordance with Labor Code section 1776,each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project.These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. V. INSURANCE REQUIREMENTS INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR,at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One Million Dollars($1,000,000)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). 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 for bodlly Injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00)per person, Five Hundred Thousand Dollars ($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non- owned vehicles 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. 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. Within thirty(30)days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for 6 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 all of the foregoing policies, as required herein,to the County of Fresno, Facility Services, Attn: Facility Manager,4590 E. Kings Canyon Road, Fresno,CA 93702, stating that such insurance coverage have been obtained and are In full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional Insured shall apply as primary insurance and any other Insurance,or self-insurance, maintained by COUNTY, Its officers, agents and employees,shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided,the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. VI. SOO SUBMITTAL REQUIREMENTS The submittal shall be In two (2)parts. A. The submittal will enable the Selection Committee to appraise the general competence and qualifications of the appraisal firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number 2. Type of organization (sole-proprietorship, partnership,or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including all proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials, training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications 7. Firm organization chart 8. List current projects or commitments for similar services in your office 9. List the name and phone number of at least five relevant client references 10. Appendix A—Pricing(as provided) 7 WPUBI-10REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAIRS\18- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 B, Bidder to Complete: 1, 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: N/A 2. Contractors License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five(5)years experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s)is acceptable. The County will review and determine if acceptable. Number and Class: 120696 - C-4, C20, C36, C38, C10, B, A, C16 Date of Issue: 07/24/1950 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028,15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. CONTdCa CTORS STATE LICENSE BOARD 1.- ..."..,d e... ,... ACTIVE LICENSE .,,.K 120696 CORP E....„... ACCO ENGINEERED SYSTEMS INC C-4 C20 C36 C38 C10 B A C16 196, E .,.,,,,.•. 12/31/2019 www.cslb.ca.gov 8 G:1PUBLIC1REQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 3. 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 requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Service Sales Engineer Title 1000000546 DIR Number DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ VII. SELECTION PROCEDURE A Selection Committee(hereinafter referred to as"the Committee")will be formed to evaluate the SOQs and to make recommendations. The Committee will consist of representatives of the Department. The Committee will screen the SOQs to narrow consideration to those firms with qualifications and experience deemed especially qualified for this commission. The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is qualified to provide the requested services. B. Bidder demonstrates experience In the requested services. C. Bidder is capable of providing the requested services. The County reserves the right to conduct a background inquiry of each proposer which may Include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation In the business community. By submitting a SOQ to the County,the proposer consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. VIII. APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award.A"Notice of Award"is not an indication of County's acceptance of an offer made in response to this RFSQ.Appeals should be submitted to County of Fresno Purchasing,4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to geornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFSQ contradictions, procurement errors,selection discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. 9 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICF AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/GAO within seven (7)working days aftor Purchasing's notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision, the final appeal is with the Board of Supervisors, 10 G:1PUBLICIREQUESTS FOR QUALIFICATIONSWY 2017-18118-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-1 RFSQ No. 18-035 Appendix A - Pricing Parts and Materials—Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost+l-%) Please attach additional documents if necessary. List -10% Truck Charge: $50 Time—Please describe how the County will be charged on an hourly basis. Please attach additional documents If necessary. Days Times ex. Mon-Fri) ex. 8am—4 m Regular Time: Monday - Friday 8am - 5pm Over Time: Monday - Friday 5pm - 8am Saturday - Sunday 12am - 11:59pm Presidents Day, Memorial Day, Fourth of July, Day after Thanks ivin 12am - 11:59pm Other: (describe) Double Time Holidays: New Years Day, Labor Day, Thanksgiving Day, Christmas Day. 12arn - 11:59pm Regular Pay Overtime Pay Other: (describe) Master Level Technician Journeyman Level ou a ime: Technician $123.00 $184.50 $246.00 Apprentice/Helper $112.00 $168.00 $224.00 11 G:IPUBLICIREQUESTS FOR QUALIFICATIONSWY 2017-18118-035 HVAC PARTS, SERVICE AND REPAIRS118-- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 Exhibit C-2 Response to Request for Statement of Qualifications No. 18-03.5 County of Fresno CorJ r O 1836 HVAC Parts, Service and Repairs Exhibit C-2 April 5, 2018 The County of Fresno 4525 E. Hamilton Ave., 2nd Floor Fresno, CA 93702 Attn: Facility Manager RE: Request for Statement of Qualifications (RFSQ No: 18-035) Dear Facility Manger, On behalf of Mesa Energy Systems Inc. DBA EMCOR Services, we thank you for the opportunity to respond to this Request for Statement of Qualifications. Mesa Energy Systems Inc. DBA EMCOR Services is an HVAC and Energy Solutions Company that provides innovative design, maintenance, service, retrofit, automation, refrigeration,general construction and related technical services in new and existing facilities. We are a full service mechanical contractor and energy solutions provider with a diverse background and years of experience in making buildings energy efficient throughout California, Arizona, and Nevada. Our ability to provide turnkey solutions gives our customers the assurance of quality, precision and professionalism. Our goal is to help our customers enhance and operate their facilities as efficiently as possible. Our solutions include new and emerging technologies which result in our customer meeting the challenges of managing energy demands and government regulations, while at the same time lowering operating costs. Customer Service,innovation, quality and sense of urgency are the reasons that our customers use our services. We strive to realize our vision by serving our customers and each other with the highest integrity and ethical business practices. As you read the pages that follow, we hope you get a sense of our unwavering commitment to our customers, evidenced by our strong customer feedback programs and our quality management processes. We believe this is critical to the successful implementation of an energy conservation program. EMCOR not only has a long and successful record of energy management and savings programs, but a well-documented and unbiased measurement of our customers' satisfaction with our performance that is unmatched in the industry. Becoming a valued business partner requires a keen understanding of your business and your goals so we can bring to you the latest in technology, the best in service, the most accurate documentation processes, the commitment of our local service and engineering teams, and the backing of our technical and R&D staff from our,numerous offices in California. Exhibit C-2 In addition, because we are part of the EMCOR Group, a $6 billion International Contracting Firm, we bring the financial resources that ensure that we can work through any obstacles that may arise on this project. We appreciate your due diligence in scrutinizing our organization. We encourage you to talk to our existing customers about the energy management and savings programs we've implemented for them and the high service level of our local team. We are proud to claim long relationships with our customers and believe it is our commitment to their long-term business goals that makes us strong strategic partners. We pride ourselves on meeting project schedules on time and on budget. Our project managers establish a fully documented project schedule and use that schedule as a tool to stay on track, communicate with the customer, schedule the delivery of materials, and determine project manpower loading requirements. This project scheduling allows us to seamlessly coordinate our activities with the ongoing, day-to-day business of operating your facilities. As part of the management team of the Central Valley Branch, I personally pledge that my business associates in this local office are dedicated to assuring that your facility minimizes waste and reduces costs through this energy conservation program. You'll understand how we can deliver best-in--class practices and yield the power of the EMCOR nationwide organization in our purchasing power. We look forward to the opportunity to meet with your team to discuss our capabilities and our plan for delivering the objectives of this RFQ/RFP. Sincere Regards, Adam Rosh Account Executive Exhibit C-2 VI. SOQ Submittal Requirements: A. See Sub Section 1-9 1. Name: Mesa Energy Systems, Inc. State of Incorporation:California Date of Incorporation:July 22, 1985 Shareholder: EMCOR Mechanical Services Federal I.D. Number:33-0112640 NACIS Code: 238220 and 238210 Employees:535 Mesa Energy Systems, Inc. is a wholly owned subsidiary acquired by EMCOR Group, Inc.on December 18, 1998. Locations: Each Mesa office operates from 9am until 5pm, Monday thru Friday Irvine Las Vegas, NV Headquarter Office EMCOR Services Nevada 2 Cromwell 6255 Mcleod Drive,#8 Irvine,CA 92618 Las Vegas, NV 89120-4404 Bakersfield Reno, NV EMCOR Services Hillcrest 155 Glendale Avenue, Unit 13 2324 Perseus Court Sparks,NV 89431 Bakersfield, CA 93308 Sacramento EMCOR Services Mesa California 3906 Kristi Court License#611215 Sacramento,CA 95827 Classifications: B,C-4,C-10,C- San Francisco 20,C-36,C-38&C-46 24051 Amador Street Hayward,CA 94544 San Diego 900 Vernon Way,Suite 100 El Cajon, CA 92020 Fresno EMCOR Services Mesa Energy Systems 4668 Sonora Avenue,Suite 102 Fresno, CA 93722 San Fernando Valley(Ventura 2192 Anchor Ct,Unit A Thousand Oaks,CA 91320 Arizona 4125 E. Madison St Phoenix,AZ 85034 Exhibit C-2 EMCOR Services Mesa Energy Systems �COR Services Fresno, N Sonora Ave.,#102 —UUTFresno,CA 93722 Mesa Energy Systems T:(559)277-7900 2. Corporation 3. Providing HVAC,BAS,=at'.Aties Control Systems&Energy Service Expertise EMCOR Services Mesa Energy Systems'people make a difference-they are The EMCOR Advantageg.In today's dynamic marketplace,you need people who are not just good,you need people who are innovative—people who are passionate about your business--people who make a difference every day. Meet the people behind Mesa Energy Systems'commercial WAC,building automation-,steins(BAS),facilities control systems and energy services. Meet Our Executives: U t Robert A.Lake Charles G.Fletcher,Jr. Michael J.Echsner President and Cnief Otteraling Officer Founder and Executive Vice Executive vice President View bio. President View bio. View bio. Steve Hunt Harry Ar::i6ng Tony Ghafari Chief Financial:_._. :e Presider' :) Bus-ess 1`�F n"r.c nt of Engineering View bio. Development view bio. View bio. r Kip Bagley Butch Pederson Michael Cook Vice Presiden?of Service Vice President of Finance and Director of Human Resources View bio. Administration View bio_ View bio. Exhibit C-2 services Mesa Energy Systems Robert A. Lake Career Summary An experienced executive, with sales, financial, operations, and administrative expertise. Career has spanned Big 4 accounting, to CPA practice ownership, to Chief Financial Officer, and President of one of the largest Mechanical Service contracting companies in the United States. Experience EMCOR Service/Mesa Energy Systems, Inc. Presiders and Chief Operating Officer 2001 to present ♦ Responsible for a$135 million, 550 person Mechanical Service contractor with 12 offices,9 in California,2 in Nevada and 1 in Arizona. Mesa is a 100% owned subsidiary of EMCOR Group, Inc.,which is a$5.5 Billion Fortune 250 company with eighty subsidiaries,and is the largest Mechanical/Electrical specialty contractor in the United States. ♦ Established Quality Assurance and controls guidelines to insure ISO 9001.2000 compliance and acceptance. ♦ Established Loss Control/Risk Management programs that have earned industry safety awards each of the past eight years. ♦ Expanded business adding branch offices in San Jose and Bakersfield. Chief Financial Officer 1995 to 2000 ♦ Responsible for all financial reporting and administration for$28 million, 140-employee company. ♦ Negotiated more than$20 Million in three rounds of Venture Capital funding as a founding member of a field service automation software company(Fieldcentrix, Inc.which was founded by Mesa Energy) ♦ Converted accounting system software and office network to new system. ♦ Negotiated loan agreements with bankers. ♦ Coordinated the relocation of all employees to new facility. ♦ Negotiated and coordinated the change from a nonunion to Union Contractor(with three separate unions). ♦ Negotiated the sale of the Engineering Services division. Lake$Associates, Certified Public Accountants 1986- 1995 Owner ♦ Built an accounting practice from start up to$400,000 in annual revenue, including the acquisition of another CPA firm. ♦ Provided accounting, tax,financing, acquisition and sale of business services to firms with revenue of$1 million to$30 million. ♦ Prepared projections, audits and reviews for eight Private Placement memorandums,ranging from $500,000 to$2 million. ♦ Set up internal and operational controls systems for business with revenues from$250,000 to$30 million. ♦ Provided Controller duties for various CPA firm clients. This included the following: SAN DIEGO & IRVINE i BAKERSFIELD 0 SAN FRANCISCO • SACRAMENTO f SAN JOSE& FRESNO BUILDING AUTOMATION 0 VARIABLE FREQUENCY DRIVES i HVAC RETROFIT 0 SERVICE AND SYSTEMS MAINTENANCE LICENSE#611215 An EMCOR Group Company 4/5/2018 Exhibit C-2 Page 2 of 2 ♦ Automating their computer hardware and software systems. ♦ Negotiating office and equipment leases. ♦ Reviewing insurance costs and negotiating the renewal of liability, umbrella,property,workers' compensation, auto and life insurance. ♦ Providing monthly financial statements. ♦ Represented clients in Internal Revenue Service and State of California(Franchise Tax Board, Employment Development Department and State Board of Equalization)audits and appeals_ ♦ Assisted attorneys in the financial portion of litigation matters. This included the sale of businesses, buy-out of partners,contractual agreement and divorces. Performed research,valuations, depositions and testified as an expert witness. ♦ Sold accounting practice to the eighth-largest CPA firm in Orange County_ Ernst &Young and Deloitte &Touche Certified Public Accountants Staff Accountant to Audit Manager 1979-1986 • Started as a staff accountant and promoted through the ranks to audit manager. ♦ Performed audits of local, national and international companies with revenues from $1 million to over$1 billion. ♦ Performed numerous audits of publicly held companies including the preparation of 10-K's and 10- Q's. ♦ Participated in numerous business sales,acquisitions and initial public offerings. ♦ Performed "Due Diligence"on numerous Public and Private Placement Offerings. Achievements ♦ Certified Public Accountant, State of California—License#39097 • Past President--National Exchange Club of Irvine ♦ Past Treasurer--Child Abuse Prevention Center of Orange County ♦ Past President—Southern California Wrestling Association ♦ Past President and Board of Directors member—ARCA/MCA of Southern California ♦ Board of Directors member—Joint Trust Funds of Southern California ♦ Member California Society of Certified Public Accountants ♦ Board of Directors member—Mechanical Service Contractors of America(MSCA) ♦ Board of Directors member—Mechanical Contractors of America Association(MCAA) Education B.A. Business Administration/Accounting, 1979 California State University, Long Beach Exhibit C-2 4WENICCR;Services Mesa Energy Syst&ns CHARLES G. FLETCHER, JR. EXECUTIVE VICE PRESIDENT EMCOR Service/Mesa Energy Systems E-mail: charies_fietcher@emcorgroup.com BACKGROUND / EXPERIENCE Charles Fletcher began his career in the HVAC business in 1978. Between the years 1978 and 1983 he worked in various capacities including Union Sheet Metal Worker, Operations Manager, and Sales Engineer. In 1984 Charles started Mesa Energy Systems, Inc. and has served in the capacity of both CEO and Senior Vice President from that time until present. He has been an integral part of transforming Mesa from a small company with a solid reputation, into a statewide recognized "best in class" service contractor, that became part of the EMCOR Group, an international Fortune 500 Company, in 1999. The company's major goal, since inception has been Customer Satisfaction; in fact Mesa became the first mobile HVAC service company in America to be ISO certified. In 2002, Charles was integrally involved in rewriting the Ouality Assurance Program and ISO 900112000 and in maintaining this certification. Charles' focus at EMCOR Service/Mesa Energy Systems, Inc. is on the direction of the company, Quality Assurance, Operations and Sales. EDUCATION Bachelor Of Science. Mathematics, SUNY at Cortland, 1977. PROFESSIONAL ORGANIZATIONS ASHRAE Friends of IREM California Contractors License SAN DIEGO • IRVINE 0 BAKERSFIELD • SAN FRANCISCO 0 SACRAMENTO 0 SAN JOSE# FRESNO BUILDING AUTOMATION 0 VARIABLE FREQUENCY DRIVES o HVAC RETROFIT 16 SERVICE AND SYSTEMS MAINTENANCE LICENSE#611215 An EMCOR Group Company � Exhibit C-2 iw Services Mesa EnergySyztems Michael J. Echsner Executive Vice President, Branch Manager Proiect Responsibility: Mr. Echsner is the Executive Vice President and Branch manager for Mesa Energy Systems, Inc. in Northern California. He has direct responsibility for Mesa Energy Systems, Inc. in Northern California. His team's mobile service operations, DDC controls, and retrofit capabilities would be leveraged to support the CB Richard Ellis portfolio. Education: B.A. Sales Management, California State University, Fullerton, Ca, 1985 Qualifications & Experience: Mr. Echsner has 22 years in the HVAC industry (Mesa Energy Systems, Inc.,York, SISCO, Carrier, R.F. MacDonald) managing and leading including general management, sales management, operations, maintenance, and retrofit of their mechanical systems. His new equipment, contracting, engineering, maintenance, and service background provides a unique approach in leading an organization to identify opportunities to upgrade and maintain HVAC systems with the latest technology. This includes developing business plans, budgets, recruiting, setting sales plans, coaching, engineering support, designing and implementing sales incentive plans, implementing safety plans, and maintaining profit and loss responsibilities. Client ! Proiect Experience: Lam Research Washington Mutual Bank AT&T— Comcast CB Richard Ellis (High Rise Office Buildings) PM Realty Group (High Rise Office Buildings) Toyota Technical Center, USA Manulife Plaza (High Rise Office Buildings) 8484 Wilshire Blvd (High Rise Office Building) ARCO Refinery Intel Oakland International Airport County of Alameda Juvenile Facility Professional Affiliations: BOMA, CSHE, ASHRAE - Exhibit C-2 services Mesa E'nerW Systems Harry W. Archung Vice President of Business Development Current Responsibilities: Mr. Archung is the Vice President of Business Development for EMCOR Services / Mesa Energy Systems, Inc. in Southern California. He has direct responsibility for sales for Mesa Energy Systems, Inc. in Southern California. His team's mobile service operations, DDC controls, and retrofit capabilities are leveraged to support Mesa's clients in their energy reduction and sustainability strategies. Education: B.A. Business Administration, California State University, Fullerton, Ca, 1980 Qualifications & Experience: Mr. Archung has 22 years in the HVAC industry (Mesa Energy Systems, Inc., Barr Engineering) managing and leading including general management, sales management, operations, maintenance, and retrofit of mechanical systems. His contracting, engineering, maintenance, and service background provides a unique approach in leading an organization to identify opportunities to upgrade and maintain HVAC systems with the latest technology. This includes developing business plans, budgets, recruiting, setting sales plans, coaching, engineering support, designing and implementing sales incentive plans, implementing safety plans, and maintaining profit and loss responsibilities. Mr. Archung has assisted many clients throughout California to formulate cost-effective preventative maintenance and energy savings mechanical retrofits. He has played a key role in implementing over $50,000,000 in mechanical retrofits. Client / Proiect Experience: Disneyland Hotel, Anaheim, California Washington Mutual Bank— Retrofitted more then 400 branches throughout California AT&T— Comcast CB Richard Ellis (High Rise Office Buildings) PM Realty Group (High Rise Office Buildings) Toyota Technical Center, USA Manulife Plaza (High Rise Office Buildings) 8484 Wilshire Blvd (High Rise Office Building) Sheraton Anaheim Hotel, Anaheim, California Intel John Wayne Airport, Irvine, California City National Plaza, Downtown Los Angeles High Rise Professional Affiliations: BOMA— Building Owners and Managers Association CSHE— California Society of Hospital Engineers ASHRAE—American Society of Heating, Refrigerating and Air Conditioning Engineers IREM — Institute of Real Estate Managers IFMA — International Facility Managers Association AEE —Association of Energy Engineers Exhibit C-2 i � R Services Mesa Energy Systems 5 VANDERBILT• IRVINE,CA 92618 • (949)460-4601 • FAX(949)460-8812 Kip O. Bagley 21860 Mackenzie Ave. Yorba Linda,CA 92887 (714)701-0383 Email:trish baalev0DadeIPhia.net Education: 1981 California State University Fresno Fresno, CA BA in Education with General Option • Member of NCBA Championship Baseball Team 1979-1980 • Team MVP and Captain.All Conference 1980 • Graduate Assistant Coach Baseball 1981 1978 Fullerton College Fullerton, CA AA Degree • Team Captain-Baseball and Ail Conference 1978 Professional Training: 1997-2008 MSCA Training Jan-Dec 2007 Crestcom Management Training Irvine,CA 1999 UC Davis Management Davis, CA Principals Management Training course 1996 Completed Local#250 Apprentice Program LA,CA • 5 year program while working in the HVAC trade Currently: • Chairman Joint Journeyman/Apprentice Training Trust--Local#250 • Member of MSCA Training Committee • Member of California UA Oversight Committee—Schedule"A° • Active in MCAA/MSCA in training and wage issues • Familiar with UA Locals and management policies/regulations statewide. Summary of Work History July 2005—Present—Mesa Energy Systems 1 EMCOR Vice President of Statewide Service • Current oversight for 38 million dollar service business in California • Oversight of all Statewide Service Managers • Oversight of service staff of 160 technicians • Involved in recruiting staff throughout California • Oversight of National/Statewide accounts • Responsible for Statewide implementations and initiatives • Work on Mesa's Management staff that implements Strategic Planning 4/5/2018 Exhibit C-2 Page 2 of 2 August 2004—July 2005—Cal Air Inc. (Family Relocation)Whittier Ca _Service Production Manager: • Responsibility for 16 million dollar service business • Responsible for Service Production including 85 field staff • Prepared and generated 3 million overhead budget • Prepared Annual Budget and P &L performance to Regional VP. Service area included—all of Southern California. • Generated and implemented Strategic department plans and goals. 1993—August 2004 Cal Air Inc. Sacramento, CA Service Manager: • Responsible for increase in sales from 1.2 million to 13 million by 2004. • Managed Operations staff including: dispatch, billing, AR and inside sales. • Managed an additional 80 Service Production field employees • Generated and maintained reports for 2.5 million annual budgets. • Reported to Regional VP on Budget and P& L performance for assigned territories of: Central California, including - Grapevine to Oregon and Santa Rosa to Reno. • Generated and maintained short and long term strategies for department goals and implemented plans to achieve set goals. 1988—1993 Comm Air Fresno, CA Service Manager: • Managed service operations and production • Supervised and managed 5 internal and 20 field staff 1986-1988 Graycon Mechanical Rosemead, CA Field Technician: • Field Service worker • Performed service, start up for Commercial projects and assisted customers • Attended multiple training classes for controls Exhibit C-2 *DKM RONALD HICKEY Vice President, General Manager EMCOR Services / Mesa Energy Systems, Inc. EDUCATION 30 years HVAC field experience BACKGROUND Mr. Hickey has had experience in the installation, and service of all sizes of packaged AC equipment, air handlers, chillers, cooling towers, boilers, air compressors, EMS systems and variable speed drives. He has worked with conduit and wiring installation, panel building, ductwork sizing and engineering, duct installation, mechanical piping and general sheet metal fabrication and installation. He has experience with rigging using cranes up to 500 tons and multiple size helicopter lifting. EXPERIENCE EMCOR Services / Mesa 2008 — Present —Vice President /General Manager EMCOR Services / Mesa 2005 —2008 — Director Retrofit Direct Air Conditioning 1994 —2005 - Owner Exhibit C-2 G EMCOR Services Mesa Energy Systems Aw- -- KA IC COR services Fresno, N Sonora Ave.,#102 Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 4. The Couwy of Fresno RFSQ Wo,18-035 Service M.ss/nNpy NN.nw PROJECT KEY PERSONNEL and Sackround Priniaty Name Project Role Office Phone Office Work Cell Email Office Contact Ext. Phone Location Alan Taylw Branch Manner 659 277-7900 2208 559 217.3601 aW taoyftMorgrow com Fmsrra Daniel Bboff Service and Ope rating Mngr. 659 277-7900 2212 559 788 7319 _ Frew* Rod Gallvan _ Sobs Man er 658 277-7900 2205 213 8845 _ ba,�yy� .��. Fresno X Adam Rosh AccoW Manager 559 277-7900 2217 559 SM277 c sa- Fresno -SophiaOwn -Accounting S Payroll Mane er 559 277-7900 2202 559 351-8744 Fresno Thomas DiS !Ch L1277-7900 2204 558 805-7316 Fresno San Diego I Irvine I Bakersfield I Fresno I Santa Maria I San Jose I San F=isco I Sacramento Binding Automation I Variable Frequency Drives I WAC Retrofit I Service And Systems Wchnance An EMCOR Group Company Exhibit C-2 EMCOR Services Mesa Energy Systems 4668 SONORA AVE.,STE.102 • FRESNO,CA 93722 • (559)277-7900 • FAX(559)277-4920 LICENSE#611215(B,CA C-10,C-20) Allan Taylor Branch Manager— Central Valley Region EMCOR Services Mesa Energy Systems E-mail: allan_taylor@emeorgroup.com BACKGROUND! EXPERIENCE Mr. Taylor has over 35 years experience in the installation, design and service of HVACR systems, including hydronics, chillers, boilers, DDC controls package and zoned systems. He has over ten years of managing projects, service operations and as a general manager. Project Management- Design, Estimate and manage up to two million dollar mechanical and control projects. Provide training and support to field personnel. Develop relationships with GC's and end users. Ensure that projects meet cost estimates and schedules. Service Management- Manage field to ensure a high level of Safety, Technical Training, Customer Satisfaction and Productivity is met. Assist the field in providing necessary resources to complete the calls. Work with Sales and Customers to provide solutions to meet the customers' expectations. General Management- Manage Staff to ensure that Productivity, Sales, Staffing Requirements and Profitability goals are achieved. Develop business plan and drive the plan the Staff. Field- Service, troubleshoot, design, fabricate and install various HVAC system and components including DDC control system. EDUCATION US Navy "A" School, Machinist Mate- Graduated March 1978 Joint Journeyman Apprentice Training Center JJATC local 246, Graduated -June 1992 UA Instructor Training Program, Graduated-August 2006 Project Management, Stanford University, Completed July 1999 Johnson Controls Management and Sales Training 2003 thru 2008 Various trade and equipment specific courses 1978-2013 Additional Qualifications UA Star Certified- AC and Refrigeration EPA Universal Certification UA Certified Instructor Various OEM Certificates Andover Controls- Infinity Programmer SAN DIEGO • IRVINE • SAN FERNANDO VALLEY(VENTURA • BAKERSFIELD • FRESNO 0 SACRAMENTO• SAN JOSE • PLEASANTON 9 SAN FRANCISCO • LAS VEGAS 0 PHOENIX Exhibit C-2 �,::CC>! Services Mesa Energy Systems 4668 SONORA AVE.,STE.102 • FRESNO,CA 93722 ♦ (559)277-7900 • FAX(559)277-4920 LICENSE#611215(B,C-4,C-10,C-20) Employment EMCOR Services/Mesa Energy Systems 2010-Present- Branch Manager United Mechanical Inc. 2008—2010- Service Operations Manager Johnson Controls Inc. 2006—2008- Branch Manager Cal-Air, Inc. 2003—2006- Service Manager CommAir Mechanical, Inc. 1987—2003-Technician & Project Manager Arctic Refrigeration, Inc. 1981— 1987-Technician & Fabricator US Navy 1987- 1981- MM2- HVACR SAN DIEGO ♦ IRVINE ♦ SAN FERNANDO VALLEY/VENTURA 0 BAKERSFIELD ♦ FRESNO♦SACRAMENTO♦ SAN JOSE • PLEASANTON♦ SAN FRANCISCO 6 LAS VEGAS♦ PHOENIX Exhibit C-2 *_Eftri OR Servicesesa Energy Systems 4668 N SONORA#102 • FRESNO,CA 93722 • (559)277-7900 • FAX(559)277-4920 ROD GALVAN Sales Manager— Central California EMCOR Service I Mesa Energy Systems E-mail: rod_galvan@emcorgroup.com BACKGROUND / EXPERIENCE Mr. Galvan Has over 25 years experience in the HVAC/R industry with various responsibilities including management of the Central Valley Sales Team objectives and goals. In charge of new business development with emphasis on Maintenance and Service type customers. Responsibilities include working with key clients, sales personnel and other account executives in evaluating and designing energy retrofit projects, maintenance proposals and day to day service repairs. As part of ongoing customer relationship, responsible for review of existing mechanical, electrical and control systems to make appropriate recommendations in system upgrades to improve efficiency. Project management, HVAC "dry-side" estimating on key projects such as Madera State Prison, Corocran State Prison and Kraft Plant Tulare. Before joining EMCOR Services in 2013, past experience includes: United McGill Corp. 1984 — 1989 BMI Mechanical Inc. 1989 — 1993 CommAir Mechanical Inc. 1993 — 2004 ACCO Engineered Systems. 2005 — 2013 With combined HVAC business experience of over 29 years. Experience in seeking out and developing Energy efficient recommendations, payback analysis and working with utility providers to gain all rebates available to clients.. EDUCATION Associate of Science Degree CE Civil Engineering San Joaquin Delta College PROFESSIONAL ORGANIZATIONS American Society of Heating, Refrigerating and Air Conditioning Engineers Exhibit C-2 -_J:cap Services Mesa Energy Systems 4668 N SONORA#102 • FRESNO,CA 93722 • (559)277-7900 • FAX(559)277-4920 Adam Rosh Account Executive — Central California EMCOR Service!Mesa Energy Systems E-mail: adam_rosh@emcorgroup.com BACKGROUND / EXPERIENCE Mr. Rosh Has over 6 years experience in the HVAC/R industry with various responsibilities including management of the Central Valley Sales Team objectives and goals. In charge of new business development with emphasis on Maintenance and Service type accounts. Responsibilities include: ongoing customer support and communication with necessary parties to ensure cost and quality measures are adhered too. As part of ongoing customer relationship, responsible for review of existing mechanical, electrical and control systems to make appropriate recommendations on system upgrades to improve efficiency and operating costs. Before joining EMCOR Services in 2015, past experience includes: ACCO Engineered Systems 2013 -- 2015 Brott Mechanical Inc. 2010 -- 2011 Experience in seeking out and developing Energy efficient recommendations, payback analysis and working with utility providers to gain all rebates available to clients.. EDUCATION Bachelor of Arts Communications California State University San Marcos PROFESSIONAL ORGANIZATIONS American Society of Heating, Refrigerating and Air Conditioning Engineers Exhibit C-2 ::COR'Services Mesa Energy Systems 4668 SONORA AVE.,STE.102 • FRESNO,CA 93722 • (559)277-7900 • FAX(559)277-4920 LICENSE#611215(B,C-4,C-10,C-20) Sophia Oeun Office Manager- Fresno Office EMCOR Services Mesa Energy Systems E-mail: Sophia-oeun@emcorgroup.com BACKGROUND / EXPERIENCE Mrs. Oeun has had a combined 10 + years of experience providing administrative support up to 50 staff members in the Central Valley plus offices in other regions of California. Process strong multi-tasking skills, with ability to simultaneously manage various projects and schedules. Her roles include organizing meetings, managing inventory with Toolwatch, training and supervising staff, implementing office processes, billing, and payroll, creating Project jobs, subcontract agreements, other office procedures and processes to help expedite work and save cost. EDUCATION Theodore Roosevelt High School Fresno-June 1999 Fresno City Community Colleges (GED courses in business admin and law) Licenses & Certifications - Notary Public, California (Commission expires February 22, 2022) Authorized Duties: Certify documents, administer oaths and affirmations EMPLOYMENT EMCOR Service/Mesa Energy Systems, Inc. 2007-Present S.P Carpet Pros Petaluma, CA 2004- 2006 (Dispatcher/Office Manager) Renaissance Inc. Fresno, CA 2000 -2004(Energy Specialist Supervisor for PG&E low income assistance program) City of Fresno Retirement 2000 -2002 (Clerical/General Assistant- Part-time) SAN DIEGO 0 IRVINE • SAN FERNANDO VALLEY(VENTURA 0 BAKERSFIELD 0 FRESNO 0 SACRAMENTO 0 SAN JOSE PLEASANTON 0 SAN FRANCISCO a LAS VEGAS 9 PHOENIX Exhibit C-2 ALL EMCOR Services Mesa Energy Systems ..COR services Fresno, N Sonora Ave.,#102 Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 5. EMCOR Mesa Ene S stems Fresno Technition Team and Backround Information xme bears of S%c%aNl esa Nears of ti c in"I rude Technician Prude Background C ertification HVAC Technician-Residential Installation& Heavy Industrial Commercial,Extensive Emilio Camanflb 3 Years 18 Years Joumevrn an Level Please see attached HVAC Technician-Residential Scroll& Chris Reise 4 Years 7 Years Commercial Services Please see attached Units,Water Cool Chiller&Heat Pumps Chris Zavala 6 Years 11 Years Commercial Services Please see attached HVAC Technician-6 Years Residential Sal Gonzalez 9 Years 16 Years Services,9 Years Commercial Services Please see attached HVAC Technician-Residential&Commercial Matt Rodrui ez 1 Years 6 Years Services and LiKht Installations Please see attached General Foreman-Sheet Metal,Chillers, Pneumatics,HVAC,Refrigeration's,Controls, Jim Williams 9 Years 27 Years Electrical Please see attached Central Valley Region has 24 Service Technicians,14 Retrofit Team,20 Support Staff and 6 Sales Account Managers SumTotal Exhibit C-2 page 1 of 1 J Johnson 1(i Controls Certificate of Completion Emilio Camarillo has successfully completed Day I - YT/YK Centrifugal Chillers and is awarded this certificate by Johnson Controls 1 0/15/2010 Date 'attps://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=... 10/20/2010 SumTotal Exhibit C-2 Page 1 of I Johnson 010 Controls Certificate of Completion Emilio Camarillo has successfully completed Day 2: YT/YK Centrifugal Chillers and is awarded this certificate by Johnson Controls 10/15/2010 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=... 10./20/2010 Exhibit C-2 SumTotal Page 1 of 1 hn j® on S Controls Certificate of Completion r Emilio Camarillo has successfully completed Centrifugal Chillers Training and is awarded this certificate by Johnson Controls 7/31/2009 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?ActId=2... 7/31/2009 Exhibit C-2 SumTotal Page 1 of 1 hn {�� son Controls Certificate of Completion Emilio Camarillo has successfully completed YT_1YK Centrifugal Chillers and is awarded this certificate by Johnson Controls 10/15/2010 Date https://jc.sumtotalsystems.com/sumtotal/app/Management/LMS ActReports.aspx?ActId=... 10/20/2010 Exhibit C-2 R D Tc ocate Co O tiP/, � 0 J Ce 4 k This certifies that Emilio Camarillo has successfully completed a course on: Compressors Tear Down Seminar sponsored by Refrigeration Supplies Distributor this 5th _ day of _ Feb -- 2008 presented by RSD Total Control rf-e ` Instructor RSD/Total Control Director Exhibit C-2 SumTotal Page I of 1 010 Johnson Controls Certificate of Completion Emilio Camarillo has successfully completed Small Tonnage Chillers - Overview Final Quiz and is awarded this certificate by Johnson Controls 9/13/2010 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?ActId=... 10/20/2010 SumTotal Exhibit C-2 page 1 of 1 r Johnson # Controls Certificate of Completion Emilio Camarillo has successfully completed small Tonnage Chillers - Overview and is awarded this certificate by Johnson Controls 9/13/2010 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=... 10/20/2010 SumTotal Exhibit C-2 Page l of 1 Johnson # Controls Certificate of Completion Emilio Camarillo has successfully completed Small Tonnage Chillers - Overview Final Quiz and is awarded this certificate by Johnson Controls 9/13/2010 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=... 10/20/2010 Exhibit C-2 SumTotal Page 1 of l Johnson f Controls Certificate of Completion Emilio Camarillo has successfully completed Active Magnetic Bearing System Operation and is awarded this certificate by Johnson Controls 6/11/2011 Date https://jc.sumtotalsystems.com/sumtotal/app/management/I,MS ActReports.aspx?Actld=6... 6/11/2011 Exhibit C-2 SumTotal Page 1 of 1 Johnson 0)10 Controls Certificate of Completion Emilio Camarillo has successfully completed Maintaining an Active Magnetic Bearing (AMB) System and is awarded this certificate by Johnson Controls 6/11/2011 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS_ActReports.aspx?Actld=6... 6/l 1/2011 Exhibit C-2 SuniTotal Page 1 of l 1 Johnson Controls Certificate of Completion Emilio Camarillo has successfully completed Advantages of Permanent Magnet Motors and is awarded this certificate by Johnson Controls 6/11/2011 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=6... 6/11/2011 Exhibit C-2 SumTotal Page 1 of 1 Johnson Controls Certificate of Completion Camarillo E ilio rat has successfully completed Maintain and Repair an Active Magnetic Bearing System and is awarded this certificate by Johnson Controls 6/11/2011 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=6... 6/11/2011 Exhibit C-2 SumTotal Page 1 of 1 Johnson 0 Controls Certificate of Completion Emilio Camarillo has successfully completed VSD Basics Training and is awarded this certificate by Johnson Controls 4/29/2009 Date https://jc.sumtotalsystems.com/sumtotal/app/management/LMS ActReports.aspx?Actld=2... 7/31/2009 Exhibit C-2 to OLv �` z W o W J -0 W S - u G� 4-h a ■ O O N CD U v m N O a o �+ m v W #+ ■U) tA 0 LLJ L W v (A o Qs V Lei _ :� LL o W V u U Exhibit C-2 Pmgam EPA Appmyed December 28,1993 CF.iCMCATB NO.544195263816 CHRISTOPHER F.REISE bas bees ee t*W n a UNIVERSAL tecbmki e w requked by M 72 pot 32 sabped F Exhibit C-2 �.,,.�G�„a 1, u�l��,,�,�,:�, �,�1�r� ;��,�i�i!�a _ Ir 4;�,��� r"";✓�. }�1 -,--f„'..'11111'I�J�f „ �,- . •�v�!{ .,, 49 _� \��\\\11�'��1 ��\F. 11f 1 t;.1 c_ r / �'1 j„ I,r�� w.!`��41 1 .�4 �11�µrN / 11r�1•��Nr r/r i 1��'�/��/ % 0Q e c QX2v � qi h ► ' / _ z z �:ry - 1�f tj V rJ fu "XIIN U jt 3DtAts x ul SUP �'�j�' Nf r �Rr`s �Ili'i„s \.'s -e �. .•'..I \�3��7 i.,.. .mac=" /�� .� ``w -. ���1 c4��� �/:,��. i,%�� - '�� � �\ • �•��` ..,llA- �a ,y 1 _'T:� Milt"� � �-. ?V!'ulY1�"�11�'`-s. ;H -�A:�Vim" Ni,I, ��1a� J' j,•�� , �k�t ," h 1 ' i� r,lr 1 111 �ti�; �i}i 1. } 1���(• �1/rrr '' � r� � N t �' r ,� Un'ii r1 lyr,�a�,A. 1\����� ��AE1 I• ,ilf f(. y } r 1 rr, 1 r l 1 i 1 �a,..,a, ����' 1 '� S Exhibit C-2 CONTROL TOTAL. a V&&zoo 4 RSD BACnet MS/TP Introduction to PCG Configuration/Engineering Course 301 CHfM FACILITY T R i D I U M @idgara EXPO RER BY JOHNSON CONTROLS Instructor 1� anaget� AL CONTROL r r JANUARY 18,2016 Date j •�+rmii N1iul�rilffAinrrinrUuuirl urriHuir rrruunrf6irluilrriiiurriiiill A.i 1 1 'i 'rill' 'l it ' miY T � r � r► li�' :.W \11 b Exhibit C-2 Contractor Safety Orientation CH. R1STOPHER M ZAyAL A per®e�erre��rereiiu Evim: 1/17R013 N14576 PASPX229 � 1 J�. O/' © Natbns Petrokb,m RESOURCES ,% .i Chevroffexato oAmA Chft San Joaquin Valley Business Unit W <0 Business Partner Orientation Card The above named has received the orientation for the areas shown on the r VmlbraXlness Partner HES Arientaton Program r�nsists of three leve side of this card. The all SJVBU fi for eld presence and a genera(dl?ck4n each rel general ne 2)ao sfte- SPeCMC communication off safel at designated facilities, and 3) the ongoing workMe hMrd, The requirements and reeognlzed potemial Job or / documented on this card. general and SfteVeft orientations are Exhibit C-2 y EE r Z U LL M J d � M b <IL Z rn j ? Q aU = � W V H d 13 -� o = � a � J °o0ou) UuZ o a Z L-- Jx e W 0 z j (, W Z Z (� wodI.. I_ Z �' d O � d zIto � Q U " W � = zoo 0Z1- ® W W � aOZ4 U ? d 'Q W = UZ � J dF' Ln '� cn U Woo m Ji j IL 2Z® a 'aY x 0 U Zd i - uU") mWW zz u wHX � W u W ,Q Z C ? N mz > 0 = z Exhibit C-2 o m z �■■ < O WM = p w / • w W 0 �. Z W . a a = V V Z Uj 0 }—� H Z N W ce W F- O Z Z a p W j 1 X 00 ; P4 c > ;� Z � U zo° (' U FZ � O 'Q < > W = W 4 >' _ � W O aN W ,� w JoXo 002 z I W W � SmZo UZ4 i J 00 < 0 W aZO W < - [n Q ~ V W F .J U N W N V = 4 = F1 a �m yW UZ N2 Q � a� a> J Z Z N z- 0Od Q Z u�'i m Nd > W U � m W W Z v /� 0d a mU m < d _ = o Z Exhibit C-2 � �'>' �•"OOd���III 3 n W C9 _ ° p M J � F- I Z Q� 5 W aaU = N w = a d �' � . d W p Z z z z W F' � O Lo 0 ul P� 0: ,,�AA" a = W zcnz H %jjO w d 9 W O '4 N 5 z � t-it Z a } _ ° z° it3 d 0 rZ N W � d 0 0 1 O G o� ► 'Q Mz m OZF Z �'1 rNjy 20 Uz4 Vo 00 w J w w ma o N �L w ' U J z Z '� J N U m tii 2Z 0 Wm W z u° � OJ dX - z a- 4 z > a jI m a Q � � 0 LL 0 V wa > W W ° UO W o a � � z � m° c 4a = d z Exhibit C-2 W6 ' � w d Ri z a A r •• L Z � V Exhibit C-2 eaco.i�stitu�e _ �t}; . ,y. Pcag[sm EPA Approved December 28,1993 ' CSRMCATE NO. 5709316931541 NMI M: 'SALVADOR Y.GONZALEZ has been rerded as si TYPE II awn su requlmd by 40G'i'R part 82 sssbpart 8 '�:S y„v'a ry ��r ,y,r„+ •�5� _ .,fH" J fa y'�^J �C'^^.'� �,r" ,�` i '�';�y /_ - �r +,y r V .• � � -ir � � �J �I� � � � �' '�� �� t 3� ii�7,f lwi''-I �"' s � +, rrr r.c � �:• t� x r t ,T !"'t r--�.IK �t,�..�� t��v 3y.� �-r��, b 7�;t A `�i'•"� 1�A{-1p�.1y,�f������fr• .')1 l t� - -y*� i ,r v+�'��'�"-rk•. i'1��,�r n� _+� �'� �s `iTi �l 1:' l'- x} - f<}s-`.Sw ,.,• ' +. �, ,y "5i•. '� ` °fr'�n: �'� r. M�� a iR,% r' g 4°� •n �\w�.r i....4ti 5,,,�, `..�,,� Y � Exhibit C-2 aHIM, � : �Cc:o a ID CA 0 o bi N1 Out , a pri . =rWQ = � b� I Exhibit C-2 jdges that the reapient has suocessfLdv completed a This cev , ypational SatetY end Heefth Training CAu in construction Sate1Y and Health SALVADOR GONZALEZ �11710 H 0 t1ST n r end date) ITS Exhibit C-2 low L : I on the back of art Mark ,course. . I I 0 This recognizes that i Salvador Gonzalez has completed the requirements for CPR-Adult conducted by Fresno Area Plumbers and Fitters 3ATC Date completed: 10/17/2010 The American Red Cross recognizes this certlficate Is valid from completion date for: 1 Year 1 • .e This recognizes that f� Salvador Gonzalez s o has completed the requirements for Standard First Aid conducted by i Fresno Area Plumbers and Fitters Ni 3ATC Date completed: 10/17/2010 The American Red Cross recognizes this certificate Is valid from completion date for: 3 Years j f Exhibit C-2 J 0 l � \5 e ► cn m > �. o n n cn �d CIS � b � CD N � c ID p CD �. r-�- rp � o CD � c r r-L CD �- y �� 0 �. a rw is OR M ha El to O � c 1. OrQ Exhibit C-2 E � E v UpVI _ � y-S Q A W C u� C y� � c O > C= 61 c M 7 0 .g � Exhibit C-2 cu ]::ZL 44 U a ca 00 O Cl! 0 I..A *0. r6l cc E u ca M 9: Q Aft E 1 cO 1� 0 co u . ............ *vO ®r. Exhibit C-2 O �.I I CD r E I O V 9 E co C, CD E < O o � co cu E v �' , co 09., o � N � MOM c OEM i co co .= V V I Ih M ! cu > +U W I� d � Ask V � I WI 41, j . ,fir,_ i k:,' � ..4 .Ai y�:i 4`• •c.s�li w2i.1'.- 'i� 'r--♦ - I �� :,•t-ri`i ^y''i � :�� ''.J 4s>[ �1 + 1!_ _ � ;.� r` � � 4 � ICI-'=;• i�', , r` r ri i it hO #tip 1.' 1• .- iV jig fX �111. ,.R .• r„ �. 1(Illf��r• �._ ��:1 h. ,r -.rye; -.:�••, 1�/;"•it�1' Exhibit C-2 Ak CD t fl+CD • ,• N jw.. y CD CD Q bb. CD CD � � `� ►� � �� it - 56 � 1 Aro -+_ . Pr 4?18CD Er Jw �5'v +. `IS.'"l-:� = ra •-r-�_,:. �.yjY �+V,. .iLt;,.,•3 -_�+� % J'ay •'' "'f%e`'t!.�' -ra!�(7' { 'i=- ✓. �;. 1 .u. i '��;.f, �:p.'(Al•�r.+' �w' s„,1."'.- -� :`,.,.� S:� "� ���.'Sr}',} � _ Frt� '.•� •�:--�ii„il.mil, 4, l'_''� „����i<er�i� '�,•� d •r. 1. = �„��_� '�Gii••"{.`.\`��.. �� I/r '.ate S 1 l\� r !,' \"ix''�l^W Y��3' +ly a Exhibit C-2 0) ci Z3 CD I n CD ;j jl CD IH co C4 w CD tb 3 o CD cn ,Or con ma v Exhibit C-2 ' � J Cl uo Lo r �V •° Q � e.74 � � � a Exhibit C-2 EMCOR Services Mesa Energy Systems . C Fres,C0R Services N Sonora Ave.,#102 Services Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 EMCOR/MESA OVERVIEW EMCOR Services Mesa Energy Systems (EMCOR/Mesa) is a wholly owned subsidiary of EMCOR Group, Inc. EMCOR Group is a Fortune 500 global leader in mechanical and electrical construction, energy, and facilities services. FORTUNE Magazine recently announced its "2011 Fortune's Most Admired Company's" and EMCOR is again ranked #1 as the World's Most Admired Company in the Engineering and Construction Category. This is the third consecutive year as#1 in the WAC SERVICES m&PROVIDED: World and the fourth consecutive year as#1 in America. Oftaleunt00atrotlt Central��11pUM> EMCOR/Mesa is a licensed HVAC maintenance, service, rg"Ariahtsi5 building automation, and retrofit contracting company, uoccontrotS .....* headquartered in Irvine, California. We have 12 offices vadableFralp,enc Ddm covering Southern and Northern California, Nevada and WMiNAubrnatlon Arizona. The recent demands of the marketplace have tmeratrm&Malntce transformed us into an Energy Solutions Company, assisting RespMse our customers in achieving optimal building energy srt�a performance, using improved maintenance, ongoing retrofit, and ongoing commissioning resulting in favorable R01 energy retrofits. Collectively, EMCOR/Mesa has completed more than 50,000 mechanical and BAS-type projects nationwide, including more than .500 projects for buildings in Southern California � that have in excess of 500,000 square feet, including our work at the City National Plaza, Ernst and Young Towers, 201/ 221 N. Figueroa, The Federal Courthouse, and the 1100 Wilshire Federal Building—all in Los Angeles—all occupied. Since our inception in 1983, EMCOR/Mesa has remained steadfast in our commitment to exceptional safety standards and quality construction. We have earned a reputation for providing value to our many satisfied customers through high-quality services, and efficient, cost-effective, customized retrofit solutions. To meet these challenges, EMCOR/Mesa has assembled a team with outstanding capabilities and reputations for ethical business practices; assigned our most experienced and talented project management and support staff; and developed an approach that delivers best-value to the Irvine Unified School District on this critical contract. Exhibit C-2 EMCOR Services Mesa Energy Systems C Services 4668 N Sonora Ave.,#102 Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 7. Organizational Chart: Exhibit C-2 - � ■ ! �2I7 )k ¥ ;cG� ! �2 §= � f k ;§{I £ £ 2Lo �`�) ! E}k 2§{� 2 � �2J� a 54 . |I 2 eee= 6C E- � � ■ § ' � ` �����© ■ � ! cc ff�2 $)f uo ■ & §ot �e I � ' § §■£[\2 Z%■° &�_ _ �£ 22 - � ! ff��§( . | r£me�= � � ■ a | � /§If7§ � § » � | � �■ ■ �2� 102 � © � aa�© � ■ E/B}$� e13 � �k Fc . LN 0 § U c Lo ! � Exhibit C-2 EMCOR Services Mesa Energy Systems `,^ 4668 N Sonora Ave.,#102 •,�R Services ices Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 s. Partners in the local market HE CHAFFEE -� City of Clovis E Starpoifr t Towers �� s� Univision Fresno • Fresno Chaffee Zoo • Tutelian & Co. (1401 Fulton St. and Park Place) °' • Grundfos Pumps ; [@CIVIC CENTER • Civic Center Square • San Joaquin Gardens ` • Fresno Central Unified School District • Kaweah_Delta Healthcare District, ,, ILI EMOOR Services Mesa Energy Syst- Exhibit C-2 EMCOR Services Mesa Energy Systems -- FITICOR Services,icesC�7 4668 N Sonora Ave.,#102 Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 9. PM CONTRACT REFERENCES TYPE PM CUSTOMER ADDRESS CONTACT PHONE FULLCOVERAGE CITRIX 7408 HOLLISTER AVE,GOLETA DUAN HARRION (805)690-6485 FULLCOVERAGE BRUKER 112 ROBIN HILL ROAD,SANTA BARBA KEVIN ROBERTSON (805)967-1400 FULLCOVERAGE AERA ENERGY LLC-HQ 10000 MING,BAKERSFIELD TOM HARLAN (661)665-5500 STANDARD COUNTY OF SAN LUIS OBISPO 1087 SANTA ROSA ST,SAN LUIS OBISPC KEN MEICHTRY (80517915121 STANDARD THE CALIFORNIAN 851VAN NESSAVE,FRESNO TRUDYMOXLEY (559)485-8190 STANDARD MERCED COLLEGE 3600 M STREET,MERCED GILLTREJO (209)480.5248 STANDARD TUTELIAN&CO. 1401 Fulton St.,FRESNO Cliff Tutelian (559)224.1592 STANDARD CIVIC CENTER SQUARE 906 N St.#200,FRESNO MicheleTutelian (559)485-4700 STANDARD jSan Joaquin Gardens 15555 N Fresno St. jTom Walls (SW 435-1999 STANDARD VISALIA UNIFIED 14 SCHOOLSITES IDENNISADAIVISON (559)730-7589 STANDARD RABOBANK-AAA PROPERTIES JALL CENTRAL CALIFORNIA BRANCHES JSTEVECHRISTOPULI (916)334-9000 In the Central California Regeion we have 130 Customers under maintenance agreements with 275 sites. These references available upon request. Exhibit C-2 „G EMCOR Services Mesa Energy Systems COR Services Fresno, N Sonora Ave.,#102 Fresno,CA 93722 Mesa Energy Systems T:(559)277-7900 10. Exhibit C-2 COUP REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-035 COUNTY OF FRESNO HVAC PARTS, SERVICE AND REPAIRS Issuance Date: March 15, 2018 Closing Date: April 6, 2018 at 2:00 PM Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on March 23, 2018. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. Cost Limit for $2,500,000.00 Agreement(s): Mesa Energy Systems, Inc. _ Organization Adam Rosh _Executive Sales Representative Individual/Contact Person _ Title 4668 N. Sonora Ave Ste 102 - Street Address/P.O. Box Fresno CA 93722 City State Zip Code (559) 277-7900 (559)277-4920 adam rosh(a-),emcoraroup.com Telephone Fax Number E-Mail Address Purchasing Use:BH:st ORG/Requisition:8935/1321801109 1 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118-035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 TABLE OF CONTENTS PAGE I. INTRODUCTION AND OVERVIEW.......................................................................3 II. SCOPE OF WORK............. .................................................................................3 III. AGREEMENT TERM..............................................................................................5 IV. SB 854/PREVAILING WAGE.................................................................................5 V. INSURANCE REQUIREMENTS.............................................................................6 VI. SOQ SUBMITTAL REQUIREMENTS ....................................................................7 VII. SELECTION PROCEDURE ...................................................................................9 VII I. APPEALS...............................................................................................................9 Attachment: A. ***Board of Supervisors' Master Agreement or***Procurement Master Agreement 2 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 201 7-1 811 8-035 HVAC PARTS,SERVICE AND REPAIRS\18- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 I. INTRODUCTION AND OVERVIEW The County of Fresno on behalf of the Internal Services Department, Facility Services Division is primarily seeking qualified Contractors to provide HVAC Parts, Service, and Repairs on an"as- needed" basis at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps,ventilating systems,chillers, cooling towers,and air- conditioning systems, and all other worts and equipment associated with these systems.Vendors must possess the correct contractor's license for the type of work they perform. The requested services will be performed on an"as-needed" basis. Contractors who can demonstrate experience, expertise and quality of work may be awarded a master agreement for a term of up to 3-years with two optional 1-year extensions. HVAC parts and equipment will be purchased on an "as-needed" basis. The County spends approximately$500,000 annually on parts and services. It is the intent of the County to engage several contractors under one master agreement to provide the professional services described herein. Contractors and all sub-contractors who perform work must comply with all DIR requirements. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected Contractor and either perform the work with its staff or begin a new RFSQ process_ Nothing herein, or in the process, shall be construed as having obligated the. County to pay for any expenses incurred by respondents to this RFSQ, or to the selected Contractor(s) prior to Board of Supervisors'approval of a Contractor services agreement. It. SCOPE OF WORK A. General —Contractor shall provide parts, services, and repairs on an "as-needed' basis to HVAC and related systems at various County locations. The County operates HVAC equipment from manufacturers that include but are not limited to Carrier, Goodman, Lennox, Mcquay, Rheem, Ruud, Trane, and York. Parts — The Contractor shall provide parts and materials on an "as-needed" basis. Parts may be ordered for delivery to County facilities or picked-up in store by County staff. The County may from time to time, request to see the list/catalog pricing to verify charges, and the Contractor shall comply. Service — The Contractor shall perform services and repairs on an "as-needed" basis to HVAC and related systems at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. B. Qualifications The Contractor shall possess the necessary contractor's license required for the type of work requested (C-20 for HVAC related work, C-36 for Plumbing, etc.), and be capable of providing the services requested, in compliance with rules and regulations of all applicable codes. All Contractors and sub-contractors are expected to possess the appropriate license for the project in accordance with current regulations and statues. All technicians who perform work must possess a minimum of journeyman level experience. All apprentices or helpers must be supervised. All personnel performing work on HVAC equipment and related systems shall be appropriately certified to work on that particular equipment. 3 G;IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 The Contractor must have an established local presence within the County of Fresno or can demonstrate they can meet all the required response times in accordance with Section II. Scope of Work,E. Response within this Request for Statement of Qualifications. C. Materials and Workmanship Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. All defective workmanship shall be corrected by the contractor at the contractor's expense. 0. Scheduling of Work A regular County workweek shall be Monday through Friday 8:00 am to 5:00 pm. All work must be approved by the Facility Services Manager or their designee before work can begin. Contractors responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. E. Response The Contractor may be required to respond to emergency service calls, during and after business hours. Details regarding each emergency request will be relayed at the time of call, The Contractor shall acknowledge within 30 minutes if the request can be fulfilled. or the request will be sent to another Contractor. Level I —Require onsite response within (1)hour or less of Contractor acknowledgment. Level 11 —Requires onsite response within(4)hours or less of Contractor acknowledgment. Level III—Requires onsite response at 7:00 AM, the next normal working day. Contractor shall inform County of any expected arrival delays. The County reserves the right to send the request to another Contractor should the response level not be met. F. Compensation Parts and materials shall be charged as quoted in Appendix A—Pricing. Service work shall be charged as "Time and Materials" at rates quoted in Appendix A— Pricing. Time will be billed for actual time worked. G. Invoicing All invoices shall be provided to the Facility Services Manager or their designee for approval. Invoices at a minimum shall include: • Date of service, Time of arrival/departure, Hours of service • Name of technician providing the service • Description of equipment serviced, Location of equipment, Building number • Type of service(repair, maintenance, new install) • Action taken • Parts utilization • Status of service • Printed name of County representative authorizing the work 4 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 III. AGREEMENT TERM The term of the Agreement will be three(3)years, unless prior to its expiration its term is extended in writing, for no more than two additional one-year terms, by mutual consent of the Director or his/her designee and the Contractor(s). The maximum total contract amount is $2,500,000. Total fees paid to the each contractor will be dependent upon the bid provided by contractor. Please note that there are no assurances of any work for qualified vendors during the term of the Agreement and that the County guarantees no minimum amount to each qualified vendor. Where specific functions are required by law to be performed by the County or where specific functions are listed in the Agreement as to be performed by the County, County staff will perform the actual work function. IV. SB 854/PREVAILING WAGE California Law(SB854)now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations(DIR)and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to hftp://www.dir.ca.00v/Public-Works/Publ!cWorksSB854.htmi for more information. This requirement,found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair,alteration, maintenance, installation, rehabilitation, demolition,construction or reconstruction of public buildings, streets, utilities, and/or other public works. in accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension,vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates,on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno,California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California—Department of Industrial Relations: http:l/www.dir.ca.govtoprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California—Department of Industrial Relations: http_Hwww.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers,or mechanics employed on this public work project, including those workers employed as apprentices. Further,Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof 5 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, 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 him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. V. INSURANCE REQUIREMENTS INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR,at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One Million Dollars($1,000,000)per occurrence and an annual aggregate of Two Million Dollars($2,000,000). 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 Liabilitv: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non- owned vehicles 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense,in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. 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. Within thirty(30)days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for 6 G:IPUBLICIREQUESTS FOR QUALIFICATION&FY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS_DOC Exhibit C-2 RFSQ No. 18-035 all of the foregoing policies, as required herein, to the County of Fresno,Facility Services, Attn: Facility Manager, 4590 E. Kings Canyon Road, Fresno,CA 93702,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 concemed;that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) days advance,written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided,the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. VI. SOQ SUBMITTAL REQUIREMENTS The submittal shall be in two(2)parts. A. The submittal will enable the Selection Committee to appraise the general competence and qualifications of the appraisal firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number 2. Type of organization (sole-proprietorship, partnership, or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel(including all proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials, training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications 7. Firm organization chart 8. List current projects or commitments for similar services in your office 9. List the name and phone number of at least five relevant client references 10. Appendix A—Pricing (as provided) 7 G:IPUBLICIREQUESTS FOR QUALIFICATIONSWY 201 7-1 811 8-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 B. Bidder to Complete: 1. 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- NONE 2. Contractors License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five(5)years experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc.,or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder,which enables him/her to perform the work. If the license is other than a Class C-20 or C-36,the bidder must explain why his/her license(s)is acceptable. The County will review and determine if acceptable. Number and Class: 811915 R. G-4. C-1 n___r r_70. C-36, Ca, r-4r:) Date of Issue: u27/1091 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—Contractors'State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15:Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. 8 G:IPUBLICIREQUESTS FOR QUALIFICATIONSWY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 3. DIR Acknowledgement: I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered 'h-1hebepad t of Industrial Relations(DIR)and all Certified Payroll Record will be uploaded to he DIR Website. Any additional requirements that materialize from a SB854 legislati n will be complied with. Attached is verification of the DIR registratio i (Authorized Signature) General ranch-lanacer Title 1000002425 DIR Number DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ VII. SELECTION PROCEDURE A Selection Committee(hereinafter referred to as"the Committee)will be formed to evaluate the SOQs and to make recommendations. The Committee will consist of representatives of the Department. The Committee will screen the SOQs to narrow consideration to those firms with qualifications and experience deemed especially qualified for this commission. The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is qualified to provide the requested services. B. Bidder demonstrates experience in the requested services. C. Bidder is capable of providing the requested services. The County reserves the right to conduct a background inquiry of each proposer which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a SOQ to the County, the proposer consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. Vill. APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFSQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFSQ contradictions, procurement errors, selection discrepancies, legality of procurement context, conflict of interest,and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. 9 G:EPUBLICIREQUESTS FOR QUALIFICATIONS%FY 201 7-1 811 8-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 If the protesting bidder is not satisfied with the decision of Purchasing,he/she shall have the right to appeal to the Purchasing Agent/CAO within seven(7)working days after Purchasing's notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision,the final appeal is with the Board of Supervisors. 10 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 RFSQ No. 18-035 Appendix A - Pricing Parts and Materials—Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost+/-%) Please attach additional documents if necessary. TRUCK CHARGE-$45 00 LEAK CHECK-$40.00,VACUUM CHARGE-$40.00, RECOVERY CHARGE-$85.00,CO2-$35.00 WELDING CHARGE-$80.00,SPECIALTY TOOL CHARGE-$100.00,NITROGEN USAGE-$40.00 COIL CLEANING-$45.00 MISC COPPER ELECTRICAL. HARDWARE. CONSUMABLES AFTER HOURS EME VENDOR OPEN FEE-$150.00/AFTER HOURS ADMIN FEE-$50.00 Time—Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times (ex. Mon-Fri) ex. 8am—4 m Regular Time: MONDAY- FRIDAY 7:30 AM-4:30 PM Over Time: MONDAY-FRIDAY AFTER HOURS 4:30 PM SATURDAY-OVERTIME (Only for first 8 hours anything over is Doubletime) SUNDAY- DOUBLETIME Other:(describe) Regular Pay Overtime Pay Other:(describe) 1.35% 1.70% Master Level Technician $131.06 $176.85 $222.70 Journeyman Level Technician $113.00 $152.55 $192.10 Apprentice/Helper 1 0 11 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-2 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFSQ NUMBER: 18-035 HVAC PARTS, SERVICE AND REPAIRS Issue Date: March 27, 2018 CLOSING DATE: APRIL 612018 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Bryan Hernandez at(559)600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR STATEMENT OF QUALIFICATIONS. ➢ QUESTIONS AND ANSWERS ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1)TO RFSQ 18-035 COMPANY NAME: �q � or - — SIGNATURE: (PRINT) NAME &TITLE: 4U-A,J 1 L—OFZ- �?A,deA ZV ' 'A�'�"� (PRINT) Purchasing Use:BH:yj ORG►Requiskion:8935/1321801109 G:IPUBLICIREQUESTS FOR QUALIFICATIONSWY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118-035 ADDENDUM 1.DOC Exhibit C-2 Addendum No. ONE (1) Page 2 Request for Statement of Qualifications Number: 18-035 March 27, 2018 QUESTIONS AND ANSWERS Q1. Do bidders submit all bid responses online? In the SOQ(page 7,VI.) it states bids will be submitted in 2 parts. Please specify how you would like the (2) parts submitted. Qualifications as one uploadifile and pricing as the other upload/file? A 1. All bid responses are to be submitted online through Public Purchase. You can submit one file as long as it has the information required in parts A and B of Section VI and with the Pricing. Q2. Are you requiring to have a C-20 AND C-36 or a C-20 OR a C-36? A2. Vendors are only required to possess the appropriate license for the type of work they will perform. Vendors may have either a C-20 for HVAC or a C-26 for Plumbing for the specific services they will perform according to section 11, Scope of Work under Service. if other than a C-20 or a C-36, the bidder must explain, why his/her Gcense(s) is acceptable in performing the requested work. For example, if a vendor is only providing HVAC services, then they must have a C-20 license. If a vendor is only providing Plumbing services, then they must have a C-36 license. if a vendor is providing both services, then they must have both a C-20 and C-36 licenses. 03. The RFSQ N. 18-035 references attachment A Board of Supervisors' Master Agreement or Procurement Master Agreement. I'm not able to find the attachment online.Where can I get the attachment A? A3. Please disregard the following on page 2 Table of Contents of the RFSQ: Attachment: ***Board of Supervisors' Master Agreement or***Procurement Master Agreement There is no attachment for this RFSQ. GAPUBLIMREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118-035 ADDENDUM 1.DOC Exhibit C-3 Exhibit C-3 2731 S.Cherry Ave. N E W E N G L A N D Fresno,CA 93706 ceSHEET METAL AND MECHANICAL CO. (559)268-7375 www.nesm.com April 6, 2018 The County of Fresno Internal Services Department-Facilities Services Division 4525 E. Hamilton Avenue Fresno, CA 93702-4599 Attention: Bryan Hernandez Purchasing Technician Project: Number 18-035: HVAC Parts, Service and Repairs Subject: Request for Statement of Qualifications (RFSQ) Mr. Hernandez, New England Sheet Metal and Mechanical Co. is pleased to provide for your consideration our response to the above mentioned RFSQ. Our team is exceptionally qualified to be the selected Contractor for HVAC parts, service and repair work for Fresno County. If you have any questions or need clarifications please contact Matt Grabowski (559-268-7375 or 559-779-5814 cell). Sincerely, V�-' �- Z�- John D. Sloan President Corporate Office:P.O.Box 4287,Fresno,CA 93744 Fresno Bakersfield West Sacramento Temecula (559)268-7375 (661)387-1600 (916)375-1833 (951)973-7393 California License No.433674—Equal Opportunity Employer Exhibit C-3 co REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-035 COUNTY OF FRESNO t t �•` 4 � HVAC PARTS, SERVICE AND REPAIRS Issuance Date: March 15, 2018 Closing Date: April 6, 2018 at 2:00 PM Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on March 23, 2018. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. Cost Limit for $2,500,000.00 Agreement(s): New England Sheet Metal and Mechanical Co. Organization John D. Sloan President Individual/Contact Person Title 2731 S. Cherry Avenue/P.O. Box 4287 Street Address/P.O. Box Fresno CA 93706/93744 City State Zip Code (559)268-7375 (559)268-5018 jsloan@nesm.com Telephone Fax Number E-Mail Address Purchasing Use:BH:st ORG/Requisition:8935/1321801109 1 G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118-035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-3 Part A, Item 1: Firm Name, Address and Phone Number Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 1: Firm name, address and phone number New England Sheet Metal and Mechanical Co. 2731 S. Cherry Avenue Fresno, California 93706 Office: (559) 268-7375 Fax: (559) 268-5018 Exhibit C-3 Part A, Item 2: Type of Organization Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 2: Type of Organization Type of Organization—Corporation (see attached California Secretary of State Statement of Information) Secretary of State 17 - 088803 Si-550 t Statement of Information 34 .�R (California Stock, Agricultural FILED Cooperative and Foreign Corporations) Secretary of State State of California IMPORTANT—Read instructions before Completing this form. OCT 19 2017 Fees(Filing plus Disclosure)—$25.00: Copy Fees—First page$1-00; each attachment page$0.50: Certification Fee-$5.00 plus copy fees 1. Corporation Name (Enter the exact name of the corporation ds it is recorded with the California Secretary of Slate. Note: If you registered in Culifomia using an assumed nume,see instructions.) This Space For Office Use Only New England Sheet Metal and Mechanical Co 2. 7-Digit Secretary of 51ate File Number C1129800 3. Business Addresses - a.Street Address of Ynncipal Executive Office-Do:tot list a P.O.Box City(no a55revistions) State Lip Code 1210 W. Olive Avenue Fresno CA 93728 b.Mailing Address of Carporslion.if different than Item 3a Cif/(fro abbreviations) Slate Zip Code P.O. Box 4375 Fresno CA 93744 c.Street Address of Pric-cipal California Office,it any and if drfforent than Item 3e-Do rot list a P.O Rox City(no abbrewuations) State Zip Cvdd 1210 W. Olive Avenue Fresno CA 93728 4 �� The CuFpurrtiun is required to list aY three of the olrawrs set forth below. An additional lithe for the Chief Ewucutive Officer and Chief Financial Officer may be added;however,the preprinted*it"on this form must nbt be altered. a.Chief Executive Offlterl First Namr. Midd'e Name Last Name Srrffix )ohn Dalton Sloan Address C.4f(no abbreviations) Slate ZIP Code 1210 W. Olive Avenue Fresno CA 93728 b.Secretary First Nomo Mi;ldle Marne Ldst Name S.A'fix Joshua Robert Wilkinson Address CIly(no abbrevialions) State Zip Coda 1210 VJ. Olive Avenue Fresno CA 93728 C.Chief Financial Off iced First Name Midd.o Nume Last Name suffix John Dalton Sloan _ Address City(no abbreviations) � [Sal.le Llp Code 1210 W. Olive Avenue Fresno 93728 5. Director(s} Califomia Stock and Agricultural Cooperative Corporations ONLY: Item 5a; At (oast one name and address must be listed. If the Comorntinn has additional diroctom,enter the names)and addresses on Farm 8I-550A(sea Instnuctlons), a.Flro Name Minnle Name last Name SUSx Richard Gerard Nemmer Address City(no abbreviations) Sane Zip Code 1210 W. Olive Avenue Fresno CA 93728 b.Number of Vscancies an the Board of aireclaps.If any I n j 6. 5orvice of Process (Must provide either Individual OR Corpirtrsttion.) INDIVIDUAL—Complete Items 6a and 6b only- Must include agent's full name and California streat address. a.Califon:a Agent's First Name(if agent is not a corporal:on) Middle Name Las!Name SuffixRichard Gerard Nemmer b.Streel Address fill agent is not a corporatiwrj-Do not enter a P.D.Box City inc abbreviat,on;) State 2rp Coda 1210 W. Olive Avenue Fresno CA 193728 CORPORATION—Complete Item 6c only. Only includa the name of the regletered agent Corporalion. FCz"a Registered Corporate Agent's Narre(If agent Is a corporation)-Do not complete Item 6a or 6b 7. Type of Business Describe the type or business or sorvicoy of the Corporation Construction S. The Information contained herein,including in any attachments, is true and correct. October 5, 2017 Joshua R. Wilkinson Secretary Dale Ty"or Print Name of Pemon Completing the Form Tttlw 4204 SI-550(REV 0112017) alibri SIRta www.sos.ca-g ovlbu s;nessibe Exhibit C-3 Part A, Item 3: Firm Principals Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 3: Firm Principals John D. Sloan, President & CEO • Since 1993, has been employed by the Lyles Construction Group, of which New England Sheet Metal and Mechanical Co, is a member • Bachelor of Science in Construction,Arizona State University, 1992 • Management Trustee of Northern California Pension Trust Fund (SMWIA) • LEED AP, BD+C (Credential ID 10626217-AP-BD+C)valid through 05MAY2019 • Associate Design Build Industry Association (DBIA ID#131001) • OSHA 30-Hour(36-601436601, issued 01/30/2017) • RMO for CSLB#433674 (multiple classifications) • 25 years of experience delivering projects small to large,various delivery methods • Multiple industry training seminars, courses and sessions Michael Hensley, Senior Vice President • Since 2017, employed by the Lyles Construction Group, of which New England Sheet Metal and Mechanical Co, is a member • CEO and Board member of New England Sheet Metal Works Inc. 2010-2017 • GM Mesa Energy EMCOR 2006-2010 • CEO of ARC Comfort Systems USA 2004-2006 • Vice President of Cal Air Central California 2001-2004 • Management of SMART JATC apprenticeship program • Industry Membership of MSCA, MCAA, SMACNA • 38 years of experience delivering projects small to large,various delivery methods • Multiple industry training seminars, courses and sessions • Industry Apprenticeship UA local 246 1984-1990 Joshua R. Wilkinson, Vice President • Since 2001, has been employed by the Lyles Construction Group, of which New England Sheet Metal and Mechanical Co, is a member • Bachelor of Science in Construction, California State University Fresno, 1998 • Member of Associated General Contractors of America • Member of California Water Environment Association • Member of California State University Fresno, Construction Management Advisory Board • 17 years of experience delivering projects small to large,various delivery methods • Multiple industry training seminars, courses and sessions Exhibit C-3 Part A, Item 4: Key Personnel Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 4: Key Personnel Tech Name Classification Years in Trade Abel Lara Lead Journeymen 14 Certifications: Osha 10,Trane Intelipak, Honey well VFD,Johnson VFD, ABB Training, Fulton pulse boiler start up and commissioning, Manitowoc ice machine certification, McQuay turbocor certification, Multistack chiller training Tech Name Classification Years in Trade Patrick Moore Lead Journeymen 18 Certifications: UA local star certification, Osha 30,Ward flex installation, Aaon certified, Honeywell VFD service and start up, Danfoss VFD service and start up, Siemen's VFD service and start up, Daikin VRF, Mitsubishi VRF Tech Name Classification Years in Trade Jay Phipps Journeyman/Controls 39 Certifications: Osha 10, Daikin VRF, Mitsubishi VRF training, LG VRF training,ABB VFD, Honeywell VFD,Johnson VFD, Allan Bradley, Danfoss VFD, Manitowoc ice machine certification Tech Name Classification Years in Trade Nathan Davies Journeyman 31 Certifications: Osha 10, Honeywell VFD, Camus boiler, Fulton Boiler, Rite steam boilers,Trane intelipak, B&G Pump rebuild, Manitowoc ice machine certification Tech Name Classification Years in Trade Jose Torres Journeyman 25 Certifications: Osha 10, Daikin VFR, Camus boiler,Trane Intelipak, Manitowoc certification Tech Name Classification Years in Trade Mike Rettig Journeyman 34 Certifications: Osha 10, Daikin VRF, Mitsubishi VRF training, LG VRF training, ABB VFD, Honeywell VFD,Johnson VFD, Allan Bradley, Danfoss VFD, Manitowoc ice machine certification, McQuay Turbocor training, York Chiller training Exhibit C-3 Tech Name Classification Years in Trade Jason Lopez Journeyman 15 Certifications: Osha 10, Daikin VRF, Camus boiler,Trane intelipak, Manitowoc certification Tech Name Classification Years in Trade Aaron Cornwell Journeyman/Controls 20 Certifications: Johnson controls training (Facility explorer and metasys), Siemen's controls Training, Honeywell controls certified, Delta controls certified,Tridium N4 certified, Distech controls certified, Honeywell VFD certified, Johnson VFD certified,Tridium analytics certified Tech Name Classification Years in Trade Felix Roacha Journeyman 10 Certifications: Osha 10, Daikin VRF, Mitsubishi VRF training, LG VRF training, ABB VFD, Honeywell VFD,Johnson VFD, Back flow preventer test and repair cert, Manitowoc ice machine certification Tech Name Classification Years in Trade Danny Fuentes Apprentice 15 Certifications: Osha 10, Daikin VRF, Camus boiler,Trane intelipak, Manitowoc certification Tech Name Classification Years in Trade Gabe Gonzalez Apprentice 14 Certifications: Osha 10, MRI Chiller certified, Daikin VRF, Honeywell VFD, ABB VFD,Johnson VFD,Allan Bradley VFD, Aaon Start up and service Tech Name Classification Years in Trade Tony Bautista Apprentice 12 Certifications: Osha 10,MR1 Chiller certified, Daikin VRF, Honeywell VFD, ABB VFD,Johnson VFD,Allan Bradley VFD,Aaon Start up and service,York chiller training Tech Name Classification Years in Trade Robert Toro Apprentice 9 Certifications: Honeywell VFD Certification, Manitowoc ice machine certification Tech Name Classification Years in Trade Israel Segura Apprentice 9 Certifications: Honeywell VFD Certification, Manitowoc ice machine certification Tech Name Classification Years in Trade Simon Cruz Apprentice 8 Certifications: Honeywell VFD Certification Exhibit C-3 Tech Name Classification Years in Trade Jake Jansma Apprentice 4 Certifications: Honeywell VFD Certification, Manitowoc ice machine certification Tech Name Classification Years in Trade Leopoldo Aceves Apprentice 3 Certifications: Honeywell VFD Certification, Manitowoc ice machine certification Tech Name Classification Years in Trade Jefferson Gamboa Apprentice 2 Certifications: Honeywell VFD Certification, Manitowoc ice machine certification Tech Name Classification Years in Trade Isaac Mendoza Apprentice 1 Certifications: None Exhibit C-3 Part A, Item 5: List of Current Staff Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 5: List of Current staff Administrative Staff: Matt Grabowski—Sales Manager Robert Flores—Service Project Manager Charles Franks—Controls Manager John Niewind—Customer Service Representative (CSR) Jamie Szutowicz—Office Administrator Raquel White—Customer Service Representative Dispatcher Crystal Villa—Service Clerk Exhibit C-3 Part A, Item 6: Firm Qualifications Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 6: Qualifications New England Sheet Metal and Mechanical Co. (NESM) is preeminently qualified to deliver the services identified in this procurement. We have demonstrated experience in the precise scope of work as requested and are uniquely qualified as follows: Safety We value safety as our first priority and have an exemplary safety record and have been recognized by our peer groups in both local, statewide and NATIONAL awards. Our clients get the benefit of reduced labor rates through reduced premiums as well as avoiding the time consuming and production lowering impacts of accidents and injuries. A letter of our 0.91 EMR is included. Description 2nd Place National AGC Specialty Division (Is'in CA), Recognized by CAL-SMACNA and MCAA 1" Place AGC-CA Specialty Division, Recognized by CAL-SMACNA and MCAA 2nd Place AGC-CA Specialty Division, Recognized by CAL-SMACNA and MCAA 1" Place National MCAA, 2nd place AGC-CA Specialty Division, CAL-SMACNA Award Financial Strength We are a debt free, 3rd generation, privately held company founded in the California Central Valley in 1945. Although not requested nor included in our current pricing, we have a bonding capacity of$1,000,000,000 single project, and $2,000,000,000 aggregate at an industry leading rate (0.4%) that affirms our financial strength. A letter from our bonding company is included. Industry Support and Engagement NESM and/or our employees are active members in the following Associations: • Mechanical Service Contractors of America (MSCA) • Mechanical Contractors Association of America (MCAA) • Sheet Metal &Air Conditioning Contractors' National Association (SMACNA) • Association of Energy Engineers(AEE) • Green Building Certification Institute(GBCI/LEED AP) • Lean Construction Institute(LCI) • American Society of Heating, Refrigerating and Air Conditioning Engineers(ASHRAE) Exhibit C-3 Capacity We currently have a service department of approximately 20 qualified service technicians that are available to be deployed. We also employ a full staff of personnel to support our technicians. Although not requested by the RFSQ we also have a staff of registered professional mechanical engineers and full project management and estimating departments. Experience Our technicians have expertise and decades of experience with every type and manufacturer of equipment listed in the RFSQ. Skilled Craftspersons We are signatory to United Association Plumbers and Pipefitters Local 246 from whom we get all of our technicians. Robust apprenticeship programs at this local ensures we have the most qualified and efficient employees. We are fully compliant with all apprenticeship, prevailing wage and related statutory requirements. Locally Based Our yard, office, shops and main dispatch point are located at 2731 S. Cherry, Fresno, CA 93706 in order to efficiently and effectively serve Fresno County. We are situated on 10-acres of paved property with multiple offices, shops and warehouses. Our corporate office is also located in Fresno and a vast majority of our employees reside in Fresno County. Additional documents included herein for this Item 6 of Part A: 1) California Contractors License Detail Sheet 2) Bonding Capacity letter 3) Experience Modification Ratio (EMR) Letter 4) Insurance A.M. Best Letter Exhibit C-3 'As, -V__; CONTRACTORS STATE UCENSE BOARD Contractor's License Detail for License # 433674 DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Data current as of 4/2/2018 2:21:21 PM Business Information NEW ENGLAND SHEET METAL AND MECHANICAL CO P O BOX 4287 FRESNO, CA 93744 Business Phone Number:(559)441-1900 Entity Corporation Issue Date 01/19/1983 Expire Date 12/31/2019 License Status This license is current and active. II information below should be reviewed. _ J Classifications C-4-BOILER, HOT WATER HEATING AND STEAM FITTING C20-WARM-AIR HEATING,VENTILATING AND AIR-CONDITIONING C36-PLUMBING A-GENERAL ENGINEERING CONTRACTOR B-GENERAL BUILDING CONTRACTOR C43-SHEET METAL C38-REFRIGERATION r Certifications HAZ- HAZARDOUS SUBSTANCES REMOVAL Bonding Information Contractor's Bond This license filed a Contractor's Bond with LIBERTY MUTUAL INSURANCE COMPANY, Bond Number: 070018119 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 070014591 for JOHN DALTON SLOAN in the amount of$12,500 with LIBERTY MUTUAL INSURANCE COMPANY. Effective Date: 07/19/2013 POmon (This license has workers compensation insurance with the OLD REPUBLIC INSURANCE COMPANY Policy Number:MWC3102240 Effective Date: 05/31/2017 Expire Date: Workers' 018 Compensation History Other Personnel listed on this license(current or disassociated)are listed on other licenses. https://www2.cslb.ca.gov/onlineservices/CheckLicensell/LicenseDetail.aspx?LicNum=433674 2/2 Exhibit C-3 CONTRACTORS L�Ca STATE LICENSE BOARD ce>PP�N[NfoF PON6tM[kt3F4kb ACTIVE LICENSE - .�GF 433674 :PP CORP NEW ENGLAND SHEET METAL AND MECHANICAL CO C-�+ C2nv Coo nn A 8FI nrAZ C en r o w nno0' �ssP�.�kkNs, � � L® Feomo�e 12/31/2019 www.cslb.cagov Exhibit C-3 r Liberty - �'iutual� A.,lui,-zO Surety SAFECO INSURANCE COMPANY OF AMERICA 1340 Treat Blvd.,Suite 550 (866) 547-7993 Fax April 3, 2018 County of Fresno Attention: Bryan Hernandez 4525 E. Hamilton Avenue Fresno, CA 93702-4599 RE: Request for Statement of Qualifications Number 18-035, HVAC Parts, Service and Repairs Mr. Hernandez, Liberty Mutual Company (Liberty), acts as surety for New England Sheet Metal and Mechanical Co. in its contracting matters. Liberty is a major, national provider of contract surety bonds, is listed in the Federal Register as a surety acceptable for Federal projects, and is a licensed, admitted surety in all fifty United States. Liberty enjoys a Bests Guide rating of AXV. Alliant Insurance Service Inc. 9 E River Park Place East, Suite 310, Fresno, CA 93720 is the current agent. We currently extend to New England Sheet Metal and Mechanical Co. bonding capacity in the $1,000,000,000 per project and $2,000,000,000 aggregate ranges. Current available $1,500,000,000. No claims have been made. Should you select New England Sheet Metal and Mechanical Co. for the reference project, it is our present intention to provide the required performance and payment bonds, subject to our normal underwriting guidelines. This includes, but is not limited to a review of contract terms, conditions and bond forms. Should you have any questions, please do not hesitate to contact our office. Sincerely, LI,Ba UTUAL INSURANCE COMPANY StEdwards—Attorney in Fact Member of Liberty Mutual Group Exhibit C-3 441hant January 18, 2018 RE: 'New England Sheet Metal and Mechanical Co. 2017 Workers' Compensation Experience Modification Rating To Whom It May Concern, Alliant Insurance Services, Inc. is the insurance broker handling all lines of coverage for the Lyles group of companies, which includes workers`compensation. Included within that organization is New England Sheet Metal and Mechanical Company. As an integral part of the larger organization, New England Sheet Metal shares in the combined experience modification rating promulgated by the State of California. The most recent published combined experience modification rating effective 5-31-17 is 91%. Please advise if you require any further information. Regards, Alliant Insurance Services, Inc. i' Lori Howard Vice President, Claims Consultant Alliant Insurance Set-vices. Inc. • Co•is—ucfon Services Group 5 River f ark Ploc::e • Third Fluor • Fres,io, CA. 93720 ww,.,.,.olliont.com Exhibit C-3 , ,, Rating Services Rating Search: Search I&Prinl DF AHelp Advanced Search Old Republic Insurance Company A.M.Best#:000733 NAIC#:24147 FEIN#:250410420 Mailing Address View Additional Address Assigned to FinmeWske4ohn.ti", P.O. Box 789 Information qc :BEST Greensburg,PA 15601-0789 insurance A*Supwior United States companies that have, in our opinion,a superior ability to meet their Web:www.oldrepubliacom ongoing insurance obligations. Phone:724-834-5000 Fax: 724-834-8204 View additional •. products for this company. Based on A.M. Best's analysis, 058439-Old Republic International Corporation is the AMB Ultimate Paront and identifies the topmost entity of the corporate structure.View a list of operating insurance entities in this structure. Credit Financial Strength Rating View Definition Best's Credit Rating Analyst Rating: A+(Superior) Rating Issued by:A.M. Best Rating Services, Financial Size XII(S1 Billion to$1.25 Inc. Category: Billion) Senior Financial Analyst: Darian Ryan Outlook: Stable Director:Jennifer Marshall, CPCU,ARM Action: Affirmed Effective Date: April 13, 2017 Initial Rating Date: June 30. 1940 Disclosure Information Disclosure Information Form Long-Term Issuer Credit Rating View View A.M. Best's Rating Disclosure Form Definition Press Release Long-Term: aa- A.M. Best Affirms Credit Ratings of Outlook: Stable I Subsidiaries of Old Republic International Action: Affirmed I Corporation Effective Date: April 13,2017 April 13, 2017 Initial Rating Date: June 20,2005 u Denotes Under Review Best's Rating Powered by A.NI.Best's Glohal laut rake Database Page 1 of 4 Exhibit C-3 Rating Histaq A.M. Best has provided ratings&analysis on this company since 1940. Financial Strength Rating Long-Term Issuer Credit Rating Effective DateRating Effective DateRating 411 M017 A+ 4113/2017 aa- 12118/2015 A+ 12/18/2015 aa- 1 0 1312 0 1 4 A+ 10/312014 aa- 10/312013 A 10/3/2013 a+ 9/2612012 A 912612012 a+ -. Financial and Analytical Data The following links provide access to related data records that A.M. Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB#Company Name Company Description 0029760Id Republic Insurance Represents the A.M. Best Consolidated financials for the Companies(SG) Property/Casualty business of this legal entity. Rating Unit CreditReports Best's Credit Report (Uminload PDF)-Where applicable, includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:5/8/2017(represents the latest significant change). �IHistorical Reports are available in Best's Credit Report Archive. y`F View additional news, reports and products for this company. Powared bt'r1.hL Best's Global Insurance Database Page 2 q d Exhibit C-3 ReleasesPress Date . Ti Apr 13,2011 A.M.Best Affirms Credit Ratings of Subsidiaries of Old Republic International Corporation Dec 14 2015 A.M.Best Affirms Ratings of Most Subsidiaries of Old Republic International Corporation Oct 03,2014 A.M.Best Upgrades Ratings of Certain Subsidiaries of Old Republic Inten-w6unal Corporation Oct 03,2013 A.M.Best Affirms Ratings of Old Republic International Corp.'s Subsidiaries;Revises Cllrtlook to Stable for Title Group Sep 26,2012 A.M.Best Affirms Ratings of Most of Oki Republic International Corporation's Subsidiaries i Aug 16,2011 A.M.Best Downgrades Ratings of Most Old Republic international Corporation Subsidiaries Dec Ot,2010 A.M Best Affirms Ratings&Maintains Negative Outlook on Most Old Republic Ind Cnrp Subsidiaries;Upgrades Ratings of PMA Group Sep 29,2099 A.M.Best Affirms Ratings of Old Republic International Corporation's Subsidiaries;Maintains Negative Outlook On Most Ratings Dec 09,2008 A.M.Rest Takes Various Rating Actions on Subsidiaries of Old Republic International Corporation Jun 24,2008 A.M.Rest Affirms Ratings of Old Republic International Corporation's Subsidiaries;Revises Some Outlooks to Negative (14 4 2 L!J ►I Page size:1 10 13 items in 2 pages Find a Best's Credit Rating Fnter a Conrpariy Narne Advanced Search How to Get a A+ Best's Credit Ratincl Bears Credit Ratings Mobile App European Union Disclosures A.M.Best-Curope Rating Services Limited(AMBERS),a subsidiary of A.M.Rest Rating Services,Inc.,is an External Credit Assessment Institution(ECAI)in the European Union(Elt).Therefore.Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/481EC. Australian Disclosures A.M.Best Asia-Pacific Limited(AMBAP),Australian Registered Body Number(ARDN No.150375287),is a limited liability company incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financiel Sarvices(AFS)Licence holder(AFS No. 411055)tinder the Corporations Ace 2001.Credit Ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 or the Cerporatinns Act.AMI3AP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to Influence a retail client in making a derision in relation to a particular product or class of financial product.AMIIAP Credit Ratings are intended for wholesale clients only,as defined. Credit Ratings determined and disseminated by AM13AII are 1he opinion of AMBAP only and not any specific credit analyst.AMBAP Credit Ratings are statements of opinion an d not statements of!act.They are not recommendations to buy,hold or sell any securities or any other farm of financial product,including insurance policies and are-iot it recommendation to be used to make investment/purchasing decisions. Important Notice:A.M.Rest's Credit Ratings are indepandent and objective opinions,not statements of fact.A.M.Best is not an Investment Advisor,does not offer investment advice of any kind,nor does the company or its Ratings Analysts offer any form of structuring or financial advice.A.M.Best's credal opinions are not recommendations to buy,sell or hold securities,or to make any Porrkred by A.Af.Rew s Global Insurance Database Page 3 of,l Exhibit C-3 other investment decisions.For additional informalior regarding the use and limitations of Credit Rating opinions,as well as the rating process,information requirernenis and other rating elated terms and definitions,please view Understanding Best's Credit Ratinas, About I Site Map I Customer Service I My Account I Contact I Careers I Terms of Use I Privacy Policy I Security I legal&Licensing Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Performance Data Copyright®2018 A.M.Best Company.Inc.and/or its afHliatos ALL RIGHTS RESERVED. Poovered by A.A1 Bests Webrillnsirrance Lefabaae Page 4 of 4 Exhibit C-3 Part A, Item 7: Firm Organizational Chart Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 7: Organizational Chart Organizational Chart—See attached Exhibit C-3 Fresno County HVAC Parts, Service and Repairs COU RFSQ No. 18-035 Organization Chart E SIT7 0 ��56 0 NEW ENGLAND FR E SHEET METAL AND MECHANICAL CO . John Sloan Project Executive Mike Hensley Senior Vice President Joshua Wilkinson Vice President Service Department Matt Grabowski Bob Flores Jamie Szutowicz Raquel White John Newind Crystal Villa Charles Franks Service Manager Service Project Manager Office Administrator CSR Dispatcher CSR Service Clerk Controls Manager Abel Lara Jose Torres Aaron Cornwell Simon Cruz Jake Jansma Danny Fuentes Lead Journeyman Journeyman Journeyman Apprentice Apprentice Tradesman Isaac Mendoza Patrick Moore Mike Rettig Jeff Lindenmeyer Gabe Gonzalez Robert Toro Leopoldo Aceves Tradesman Lead Journeyman Journeyman Plumber Apprentice Apprentice Tradesman Nathan Davies Jason Lopez Felix Rocha Tony Bautista Jefferson Gamboa Israel Segura Journeyman Journeyman Apprentice Apprentice Apprentice Tradesman Exhibit C-3 Part A, Item 8: Current Projects Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 8: Current Projects Current Protects a) Clovis Community Hospital: Chiller, Cooling tower, Pumps,VFD's, Domestic water Skid under contract b) Clovis Community Hospital Medical office buildings: (3)three Multi story buildings with VFR system under monthly maintenance for mechanical and controls c) Save Mart Center: Chiller, Pumps and Cooling towers under contract d) York Rental Fleet: Boilers, Chillers, Pumps and Air handlers under contract e) Fresno Heart Hospital: Chillers, Cooling tower and Air handlers under contract f) Fresno State Residents Dining Hall: Boilers, Chiller, Cooling tower, Pumps, Refrigeration, controls and Air Handlers under contract. g) Fresno State Student Union: Chiller, Cooling tower, Pumps, Refrigeration, controls and Air Handlers under contract. h) Fresno State Satellite Student Union: Pumps, Controls and Air Handlers under contract. i) Fresno State Student housing buildings: Chiller, Cooling tower, Pumps, Refrigeration, Boilers and Air Handlers under contract. j) First 5 Fresno County Building:VRF system and controls under contract k) Democratic Party Healthcare call center: Large Rooftop Package units and controls system under contract 1) Fresno Community Hospital Medical Office Buildings: Large Rooftop Package, Cooling tower, water source heat-pumps and controls system under contract m) St. Anthony's Church and School: Boilers, Chillers,Air handlers, controls and package units under contract n) Fresno Unified School District: Current contract is for the entire district mechanical and controls PM Service o) Clovis Unified School District: Current contract is a Mechanical and controls pilot PM program p) Lance Kashian Co. Property Management: Current contract is for HVAC maintenance services on (5) five multi-story office buildings with large package VAV systems, Chiller, boiler, air handler with VAV units and controls.We also provide HVAC services for the entire River park campus and the new Campus Point area,which equates to about 500 pieces of roof top equipment that we service. Exhibit C-3 As you can see New England Sheet Metal and Mechanical Co. services many customers that are high profile and strives to meet and exceed their expectations every day. While this list is not our only customer base, it is a portion of customers that share the same level of difficulty as far as equipment and sites are concerned. We would be more than happy to take over your PM service and become a trusted partner to take your business to the next level. Exhibit C-3 Part A, Item 9: Client References Exhibit C-3 Project: Number 18-035: HVAC Parts, Service and Repairs SOQ Submittal Requirements Subject: Part A, Item 9: Client References 1) Fresno Unified School District Contact: Danny Anderson Office Number: 559-647-9923 Email: William.anderson@fresnounified.or 2) Save Mart Center Contact: Sean McElhinney Office Number: 559-278-3417 Email: Smcelhinney@savemartcenter.com 3) St. Anthony's Church and School Contact: Chris Shively Office Number: 559-439-0124 Email: cshiveley@stanthonyfresno.or 4) Clovis Community Medical Center Contact: Alex Torres Office Number: 559-259-8460 Email: Atorres@communitymedical.or 5) Lance Kashian Company Contact: Isaac Gonzalez Office Number: 559-289-3990 Email: ionzalez@lance-kashian.com Exhibit C-3 Part A, Item 10: Appendix A - Pricing Exhibit C-3 (( E NEW ENGLAND SmSHEET METAL AND MECHANICAL CO. Appendix A - Pricing Parts and Materials— Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost+/- %) Please attach additional documents if necessary. cost + 25% Time—Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. 8am —4 m Regular Time: Mon - Fri Sam - 5pm Over Time: Time and a half Mon - Fri 5pm - 8am Time and a half Sat - Sun all Other: (describe) Regular Pay Overtime Pay Other: (describe) per hour Time and a half Truck charge per service call Master Level $140.00 $184.00 $50.00 Technician Journeyman Level Technician $125.00 $164.00 $50.00 Apprentice/Helper $105.00 $135.00 $50.00 * above rates are current and effective through Dec. 31, 2018. Add 4% per year for labor increases at each Jan 1 st. ** specialized tools and equipment to be charged at cost plus 25% Exhibit C-3 Part B Exhibit C-3 B. Bidder to Complete: 1. 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: New England Sheet Metal and Mechanical Co. will self perform all work, no subcontractors will be used. 2. Contractors License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5)years experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: 433674 Classifications: A, B, C-4, C20, C36, C38, C43 Date of Issue: 1/19/1983 Expires: 12/31/2019 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. Exhibit C-3 RFSQ No. 18-035 3. DIR Acknowledgement: I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. New England Sheet Metal and Mecha 'cal Co. UIV., � • G40�� F0, (A ore Signature) John D. Sloan, President Title 1000001449 DIR Number DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ VII. SELECTION PROCEDURE A Selection Committee(hereinafter referred to as"the Committee") will be formed to evaluate the SOQs and to make recommendations. The Committee will consist of representatives of the Department. The Committee will screen the SOQs to narrow consideration to those firms with qualifications and experience deemed especially qualified for this commission. The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is qualified to provide the requested services. B. Bidder demonstrates experience in the requested services. C. Bidder is capable of providing the requested services. The County reserves the right to conduct a background inquiry of each proposer which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a SOQ to the County, the proposer consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. Vill. APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFSQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFSQ contradictions, procurement errors, selection discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. 9 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAIRS\18- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-3 If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAO within seven (7)working days after Purchasing's notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision, the final appeal is with the Board of Supervisors. Exhibit C-3 CONTRACTORS L�Ca STATE LICENSE BOARD ce>PP�N[NfoF PON6tM[kt3F4kb ACTIVE LICENSE - .�GF 433674 :PP CORP NEW ENGLAND SHEET METAL AND MECHANICAL CO C-�+ C2nv Coo nn A 8FI nrAZ C en r o w nno0' �ssP�.�kkNs, � � L® Feomo�e 12/31/2019 www.cslb.cagov Exhibit C-3 ❑ _co C O O +_� N O d M W O N (0 O �p O N N � N � O In f0 C � N � � U U Q N N 7 Z N r- d O Cl) co N 7 M J v U) U O z U) Y CE U w O T Z C N O W O W' U W d E z Z c m O m o y o o O � o w w w x U) O ❑ U Jz E OU m Z Q z Z W 0 Q 01 HU w W W J . z 2 2 Exhibit C-3 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFSQ NUMBER: 18-035 HVAC PARTS, SERVICE AND REPAIRS Issue Date: March 27, 2018 CLOSING DATE: APRIL 65 2018 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Bryan Hernandez at(559) 600-7110. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR STATEMENT OF QUALIFICATIONS. ➢ QUESTIONS AND ANSWERS ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFSQ 18-035 New England Sheet Metal and Mechanical Co. COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: JoIn D. Sloan, President (PRINT) Purchasing Use:BH:yj ORG/Requisition:8935/1321801109 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS,SERVICE AND REPAIRS\18-035 ADDENDUM 1.DOC Exhibit C-3 Addendum No. ONE (1) Page 2 Request for Statement of Qualifications Number: 18-035 March 27, 2018 QUESTIONS AND ANSWERS Q1. Do bidders submit all bid responses online? In the SOQ (page 7, VI.) it states bids will be submitted in 2 parts. Please specify how you would like the (2) parts submitted. Qualifications as one upload/file and pricing as the other upload/file? A1. All bid responses are to be submitted online through Public Purchase. You can submit one file as long as it has the information required in parts A and B of Section VI and with the Pricing. Q2. Are you requiring to have a C-20 AND C-36 or a C-20 OR a C-36? A2. Vendors are only required to possess the appropriate license for the type of work they will perform. Vendors may have either a C-20 for HVAC or a C-36 for Plumbing for the specific services they will perform according to section IL Scope of Work under Service. If other than a C-20 or a C-36, the bidder must explain, why his/her license(s) is acceptable in performing the requested work. For example, if a vendor is only providing HVAC services, then they must have a C-20 license. If a vendor is only providing Plumbing services, then they must have a C-36 license. If a vendor is providing both services, then they must have both a C-20 and C-36 licenses. Q3. The RFSQ N. 18-035 references attachment A Board of Supervisors' Master Agreement or Procurement Master Agreement. I'm not able to find the attachment online. Where can I get the attachment A? A3. Please disregard the following on page 2 Table of Contents of the RFSQ: Attachment: ***Board of Supervisors' Master Agreement or ***Procurement Master Agreement There is no attachment for this RFSQ. G:IPUBLICIREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118-035 ADDENDUM 1.DOC Exhibit CA Exhibit C-4 COIj REQUEST FOR STATEMENT OF QUALIFICATIONS .t, NO. 18-035 COUNTY OF FRESNO O� O HVAC PARTS, SERVICE AND REPAIRS Issuance Date: March 15, 2018 Closing Date: April 6, 2018 at 2:00 PM Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on March 23, 2018. In the event that it becomes necessary to revise any part of this RFSQ. addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. Cost Limit for $2.500,000.00 Agreement(s): il- Organization Individual/Contact Person Title It-1-;5- fo"C fI r/G ✓ T-�' /OY -304 Street Address/P.O. Box GLcJlS c A %'3:� i�- City State Zip Code Telephone Fax Number E-Mail Address Purchasing Use:BH:st ORGIRequisition:8935 1 1321801109 1 GIPUBLICIREOUESTS FOR OUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118-035 HVAC PARTS.SERVICE AND REPAIRS DOC Exhibit C-4 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFSQ NUMBER: 18-035 HVAC PARTS, SERVICE AND REPAIRS Issue Date: March 27, 2018 CLOSING DATE: APRIL 69 2018 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Bryan Hernandez at (559) 600-7110. NOTE THE ATTACHED ADDITIONS. DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR STATEMENT OF QUALIFICATIONS. QUESTIONS AND ANSWERS ACKNOWLEDGMENT OF ADDENDUM NUMRF RESQ 14 035 COMPANY NAME: �A M1- -2 t;i51-7,IIIC S , /Air SIGNATURE: (PRINT) �' � �`^� NAME & TITLE: F1 Lc unEc. N�(/L,�Ny �lL�h r72�y` (PRINT) Purchasing Use:SH yi ORGIRequisition:8935/1321801109 G:\PUBLICkREQUESTS FOR QUALIFICATIONSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS\18-035 ADDENDUM 1,DOC Exhibit C-4 .M An Am MPW,am April 6, 2018 County of Fresno Purchasing 4525 E. Hamilton Ave., 2"d Floor Fresno, CA 93702 Ramco Services, Inc., doing business as Pacific Water Technologies, is please to present our bid package information and bid for the Request For Statement of Qualification. No. 18-035. Company Information (VI.A.t): Ramco Services, Inc., doing business as, Pacific Water Technologies 1175 E. Shaw Ave., Suite 104-304 Clovis, CA 93619 (Fresno County) Tel 559-299-9227 Fax 559-325-0097 Cell 559-352-8125 Company Status (V[.A.2): California Corporation, FIN 90-0759206, S-Corp All contract and project related documents are to be signed by Michael Murphy, President Contractor's License 966558, C36 (Plumbing),C38 (refriaeration),C20 (HVAC) Firm Principals who will be Responsible for the Proiect(VI.A.3): Contact work and accounting: Michael Murphy, President, Cell 559-352-8125 Email: mike(a)ramcoinc.net or mikennacifcwatertechnologies.com Website: www.pach2otech.com Mike Murphy, BS Environmental Engineering, 46 years as design and construct mechanical contractor(HVAC, Plumbing, Refrigeration), 25 years in the water treatment industry, ASHRAE TEGA Award. Chris Binfield: BS Biochemistry; 20 Years Industrial Water Treatment Experience; 10 Years Agricultural Water Treatment Experience, International Irrigation Association- Speaker at Natl. Convention; Refrigeration Engineers and Technicians Association- Speaker at Natl. Convention; Certified Water Technologist; Inc magazine 5000 Award for fastest growing companies in the US twice. Pacific Water Technologies 1175 Shaw Ave. Suite 104-304 Clovis, CA 93612 Page 1 Exhibit C-4 Personnel (VI.A.4) Mike Murphy, BS Environmental Engineering,46 years as design and construct mechanical contractor(HVAC, Plumbing, Refrigeration), 25 years in the water treatment industry, ASHRAE TEGA Award; Refrigeration Engineers and Technicians Association-Speaker at Natl. Convention James Gentleman: 27 years' experience in Water Treatment with Nalco Chemical and Meras Engineering, Specializing in controls and pumping systems, RME with C-36 license 3 years in electronics repair; 6 years in low voltage systems; Technical Director at Blue Tech Water Chris Binfield: BS Biochemistry, 20 Years Industrial Water Treatment Experience; 10 Years Agricultural Water Treatment Experience; International Irrigation Association - Speaker at Natl. Convention; Refrigeration Engineers and Technicians Association- Speaker at Natl. Convention; Certified Water Technologist; Inc magazine 5000 Award for fastest growing companies in the US twice. Tony Delgado: AA - Computer Science; 34 Years Food Processing and Plant Maintenance: 9 Years Industrial Water treatment; Five S /6 Sigma/TPMN/Kaizen Certified Glenn Waite: Certified Water Technologist, piping; 22 years in water treatment Chris Novikoff. Water Technologist; piping; 16 years in water treatment List of Current Staff(vi-, .5) Mike Murphy: Engineer, Water Treater, Service Technician; Management Chris Binfield: Biologist/ Chemist/Certified Water Treater/Management Jim Gentleman: Certified Water Treater; Plumber; Controls; Service Technician; Management Ricardo : Water Treater, Plumber; Laborer Tony Delgado: Water Treater, Engineer, Plumber, Service Technician; Management Firm Qualification (VI.A.6) Design and Build Engineering Contractors in all water systems including chemical water treatment and all types of chemical supplier; filtration of all fluids, over 120 combined years of experience in the HVAC and Plumbing trades, and Cooling Tower and Condenser cleaning and sanitation. We can provide the engineering, procurement of the materials and equipment, install the system, and provide warranty. Our service is 24 H 7 D/365 Y to handle all emergencies. We are compliant as qualified applicators of chemicals and management of safety programs. Firm Organizational Chart(Vi.a.7) see attached Pacific Water Technologies 1175 Shaw Ave. Suite 104-304 Clovis, CA 93612 Page 2 Exhibit C-4 List Current Projects or commitments for similar services in your office (vt a 8) L Fresno County Water Treatment Program (17 Buildings) 2. Tulare County Water Treatment program (13 buildings) 3. Sunview Cold Storage; 43 HP Refrigeration; Office HVAC, Shop Ventilation, Winery glycol pumping plants; repair parts and system components replacement equipment; chemical treatment system. 10 separate facilities, multi-building, multiple systems 4. HMC Cold Storage Group; repair parts and system components replacement equipment, addition of cold storage room cooling systems, filtration systems, potable water filtration and chlorination; chemical treatment system 5. True Organic Products; repair parts and system components replacement equipment, addition of boiler heating capacity, filtration systems(RO and Mechanical), potable water filtration and chlorination, chemical treatment system List the Name and Phone Numbers of at Least Five Relevant Client References (vi a 9) 1. Fresno County, Gary Cornuelle, 559-600-7114 office 2. Tulare County; Michael Dickerson 559-636-5300 office 3. Sunview Cold Storage; Ryan Riddle, 661-792-3151 office 4. HMC Cold Storage Group; Mike Stalker 559) 897-2582 office 5. True Organic Products; Nick Pittman, 559-866-3001 office Appendix A — Pricing (%Talo) see attached We appreciate the opportunity to bid this project. We look forward to receiving this bid and continue to work as a mutually beneficial and rewarding relationship. Sincerely, Ramco Services, Inc., DBA Pacific Water Technologies Michael Murphy President Pacific Water Technologies 1175 Shaw Ave. Suite 104-304 Clovis, CA 93612 Page 3 Exhibit C-4 t £ \ % { k \ ! k } , c g � k ! e , ! � ® a � ■ § ■ , ff ■ ! « _ � � - . � ! | ftj | } / ) /3 LP ! ° ` k } � k ! } \ _ \) s ! § & § � (§ zc- § $ ■ ) ) 2 § � � 2 * c z - « _) _§ ! # � t � § � ■ & ` s ƒ\ 2 & B $ set Exhibit C-4 Addendum No. ONE (1) Page 2 Request for Statement of Qualifications Number: 18-035 March 27, 2018 QUESTIONS AND ANSWERS Q1. Do bidders submit all bid responses online? In the SOQ (page 7, VI.) it states bids will be submitted in 2 parts. Please specify how you would like the (2) parts submitted. Qualifications as one upload/file and pricing as the other upload/file? A 1. All bid responses are to be submitted online through Public Purchase. You can submit one file as long as it has the information required in parts A and B of Section V/and with the Pricing. Q2. Are you requiring to have a C-20 AND C-36 or a C-20 OR a C-36? A2. Vendors are only required to possess the appropriate license for the type of work they will perform. Vendors may have either a C-20 for HVAC or a C-36 for Plumbing for the specific services they will perform according to section /1. Scope of Work under Service. If other than a C-20 or a C-36, the bidder must explain, why his/her license(s) is acceptable in performing the requested work. For example, if a vendor is only providing HVAC services, then they must have a C-20 license. If a vendor is only providing Plumbing services, then they must have a C-36 license. If a vendor is providing both services, then they must have both a C-20 and C-36 licenses. Q3. The RFSQ N. 18-035 references attachment A Board of Supervisors' Master Agreement or Procurement Master Agreement. I'm not able to find the attachment online. Where can I get the attachment A? A3 Please disregard the following on page 2 Table of Contents of the RFSQ. Attachment: —Board of Supervisors' Master Agreement or *'Procurement Master Agreement There is no attachment for this RFSQ. G:PUBLICIREOUESTS FOR OUALIFICATIONWY 2017-1818-035 HVAC PARTS.SERVICE AND REPAIRSl18-035 ADDENDUM t.DOC Exhibit C-4 RFSQ No. 18-035 B. Bidder to Complete: 1. 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: �_1 Oki"- 2. Contractors License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes Possession of minimum five(5) years experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC. C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable Number and Class: 176-4, �e- G Z- 34, G 3�C- Date of Issue: ,o / ,z / y.s/i Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license. it is a misdemeanor for any person to submit a bid unless specifically exempted 8 G IPUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18118-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS DOC Exhibit C-4 RFSQ No. 18-035 3. 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 requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Title _ oac�e).2 70 DIR Number DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ VII. SELECTION PROCEDURE A Selection Committee(hereinafter referred to as "the Committee")will be formed to evaluate the SOQs and to make recommendations. The Committee will consist of representatives of the Department The Committee will screen the SOQs to narrow consideration to those firms with qualifications and experience deemed especially qualified for this commission. The Committee will address the following criteria in its evaluations of the SOQs. A. Bidder is qualified to provide the requested services. B. Bidder demonstrates experience in the requested services C. Bidder is capable of providing the requested services. The County reserves the right to conduct a background inquiry of each proposer which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community By submitting a SOQ to the County, the proposer consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. Vill. APPEALS Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award A "Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFSQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno California 93702-4599 and in Word format to gcornuelle@co.fresno.ca us. Appeals should address only areas regarding RFSQ contradictions, procurement errors, selection discrepancies, legality of procurement context. conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. 9 G 1PUBLICIREQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS. SERVICE AND REPAIRS\18- 035 HVAC PARTS SERVICE AND REPAIRS.DOC CalitorniaDepartmentofIndustrial Relations - Contact RIR Page 1 of 2 Exhibit -4 �•'1��% � e�ISU UlS VU �U U`1�1V?�14U U�SJ� WISUC"li 0 e Labor Law Cal/OSHA-Safety&Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards Public works Pubic Works Contractor(PWC)Regrstrauon Search Public Works Contractor (PWC) Registration Search Enter at least one search cntena to display registered public works contractorts)matching your selections. Note.Search results will display all of the public works contractor registrations,both current and expired. Make sum the proper registration fiscal year Is selected when performing a search. Registration Fiscal Yeac 171172017-6/30/2018 jv PWC Registration Number: example 1234567890 11000027018 Contractor Details Contractor Legal Name: !example ABC COMPANY - License Number: 1�966558 Contractor information Legal Entity Information Workers'Com nsation County: Isaiect County Legal Name Legal En ty Type Search I RAMCO SERVICES INC CORPORA ON Reset Trade Name This is a listing of PWC registrations pursuant to Division 2,Pin 7p&p.Mie(aAr gtl y&6r s�ectlon 1720 of the Cahfomra Labor Code.) License Number(s) CSLB:966558 won as Excel POF Search Results One registered contractor found 1 Mailing Address Details Legal Name Registration Courtly City I170'§f)3NAVE 04-304Current Registration Expiration 1 Number Type/Number(s) Status Date Date -- — CLOVIS,CA 93612 View RA CO SERVICES 1000027018 FRESNC CSL8 966559INC gct,,e 06/02/2017 06/30/2018 Physical Address :2228 TOLL -H JUSE ROA-- v2.20171120 CLOVIS,CA 9361g Email Address MIKEOR.AMCOiNC.NET About DIR Work with Us —LeaFR Mirka•-- Who we are Jobs at DIR Arxeso al Idioms DIR Divisions,Boards&Commissions Licensing,registrations.certifications&permits Frequently Asked Quecbons Contact DIP. Required Notifications Site Map Public Records Reouests 93 ,i Back to Top Condibong Cf Use Privacy Policy Orsclaune, Disability Accommodation Standard Browser Usability Features site Hap Uolirgn C 2c+7 9aee Or cal.1— �VACO � 00C?r -2 7�1� https://efiling.dir.ca.gov/PWCR/Search.action 4/2/201 8 'necK A License - License lletail Page I of Exhibit C-4 Contractor's License Detail for License # 966558 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B8P 7124 6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below Click on the link or button to obtain complaint andlor legal action information. Per B8P 7071 17.only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Business Information R A M C O SERVICES INC 1175 SHAW AVENUE SUITE 104-304 CLOVIS, CA 93612 Business Phone Number:(559) 299-9227 Entity Corporation Issue Date 10/12/2011 Expire Date 10/31/2019 License Status This license is current and active. All information below should be reviewed. Classifications C20-WARM-AIR HEATING.VENTILATING AND AIR-CONDITIONING C36- PLUMBING C38- REFRIGERATION Bonding Information Contractor's Bond This license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. (Bond Number: 105592 Bond Amount: S15,000 Effective Date: 01/01/2016 [Contractor's Bond History Bond of Qualifying Individual he qualifying individual MICHAEL THOMAS MURPHY certified that he/she owns 10 percent or more of the voting ptock/membership interest of this company.therefore, the Bond of Qualifying individual is not required. €ffective Data: 10/12/2011 Workers' Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9157660 Effective Date: 04/26/2016 Expire Date: 04/26/2019 (Workers'Compensation History Other itps://www_'.csib.ca.gov/OnIineServices/CheckLicenseII/LiceiiseDetail.aspx?LicNum=966558 4/2/201 Contractor Name Search Results Page 1 of 7 Exhibit C-4 Home I Online Services I Check a License I Name Search Results Contractor Name Search Results Select the license number you would like to check for status, or return and enter another name search. Contractor Name PACIFIC WATER TECHNOLOGIES Name Type DBA License 966558 City CLOVIS Status Active Contractor Name PACIFIC WATER TREATMENT Name Type DBA License 580156 City FRESNO Status Expired Contractor Name PACIFIC WATER TREATMENT INC Name Type Name License 241785 City SAN JOSE Status Expired Contractor Name PACIFIC WATER TREATMENT INC Name Type Previous License 241785 City SAN JOSE Status Expired Contractor Name PACIFIC WATER WORKS Name Type DBA License 602752 City SAN DIEGO Status Expired Contractor Name PACIFIC WATER WORKS INC Name Type DBA License 482396 City SANTA CRUZ Status Inactive https://www2.cslb.ca.gov/OnIineServices/CheekLicenseII/NameSearch.aspx?NextName=pa... 4/2/2018 Exhibit C-4 RFSQ No. 18-035 Appendix A - Pricing Parts and Materials- Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost+/-%) Please attach additional documents if necessary. M4-,-InggI %.L. I'A4LlLIG 'I'VdO/CLC /yam 02L1/1 Z-9 X, 6�1.,� SPGG.N /_lJE F-1 t csrLs /AJ 1/O lCL4 �Sr P&4 s &O 1e 67. T- �OMHOU.7Y ekr.0- 1e r. (c IOOc�00drnu), f V.40Mg -AIYI�/C�J�"Y lli6A4 iZdG e5 /GD-- PC0,v�r)•' /N✓e/� !cT, LO Ir7i»d y i77 Nc►M t,�i l3&" -16- "0" AA/Iro ns ',J 77a vgr,G COS r�L�. 1��1✓ 4�7 71 '5A1E% T.41C l7L-tLS Shfr' t/� � pLuc I I fii a�SSli�oi,�T,li7J� ie• /t 1 /C� Time-Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. 8am -4 m Regular Time: N 1 D,v DAB — r 2i CZ`l!1 7 c�.ti-� — --7�'.•-) Over Time: �+7 Mon,r7.a( —Faim4lj 'f -f-4 - 7.4-1 Ste'•+ -7,,� Other: (describe) 77^-�- d• o✓tr�rtnt AF��h• Ne oaz�vo,c.t� C —F Regular Pay Overtime Pay Other: (describe) Master Level Technician 35 °eplRc /b-7 Journeyman Level IO4 Ov /, op Technician Apprentice/Helper *** Chemicals Excluded: All chemicals used in HVAC water treatment. 11 G\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-035 HVAC PARTS SERVICE AND REPAIRS\18- 035 HVAC PARTS. SERVICE AND REPAIRS.DOC Exhibit C-5 Exhibit C-5 REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-035 � ' r1 COUNTY OF FRESNO HVAC PARTS, SERVICE AND REPAIRS Issuance Date: March 15, 2018 Closing Date: April 6, 2018 at 2:00 PM Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on March 23, 2018. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. Cost Limit for $2,500,000.00 Agreement(s): Trane U.S. Inc. Organization Chan Kim Account Manager Individual/Contact Person Title 3026 N Business Park Avenue, Suite 104 Street Address/P.O. Box Fresno CA 93727 City State Zip Code 559-271-4625 559-292-2197 Chan.Kim@trane.com Telephone Fax Number E-Mail Address Purchasing Use:13H:s1 ORG'Requlsition:69351132160"'09 1 G\PUBLIMREQUESTS FOR QLALIFICATIONS1Ff 2017-181,1E-035 HVAC PARTS,SERVICE AND REPAIRSUlM35 HVAC PARTS,SERVICE AND REPPJRS.CCC Exhibit C-5 RFSQ No. 18-035 TABLE OF CONTENTS PAGE I. INTRODUCTION AND OVERVIEW.......................................................................3 11. SCOPE OF WORK.................................................................................................3 111. AGREEMENT TERM..............................................................................................5 1V. SB 8541PREVAILING WAGE....... ....... .............. ....................... . ................. ....5 V. INSURANCE REQUIREMENTS.............................................................................6 VI. SOQ SUBMITTAL REQUIREMENTS ....................................................................7 VII. SELECTION PROCEDURE ...................................................................................9 VIII. APPEALS............................................. .................................................................9 Attachment: A. 'Board of Supervisors'Master Agreement or***Procurement Master Agreement 2 G:1PUBLICnEQUESTS FOR QUALIFICATIONS%FY 201 7-1 811 8.035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 I. INTRODUCTION AND OVERVIEW The County of Fresno on behalf of the Internal Services Department,Facility Services Division is primarily seeking qualified Contractors to provide HVAC Parts, Service,and Repairs on an "as- needed" basis at various locations in Fresno County, and may include, but is not limited to, fabricating,Installing, cleaning, maintaining, servicing, recharging,and inspecting warm-air heating systems, water-heating pumps,ventilating systems, chillers,cooling towers, and air- conditioning systems,and all other work and equipment associated with these systems. Vendors must possess the correct contractor's license for the type of work they perform. The requested services will be performed on an"as-needed" basis. Contractors who can demonstrate experience,expertise and quality of work may be awarded a master agreement for a term of up to 3--years with two optional 1-year extensions.HVAC parts and equipment will be purchased on an"as-needed" basis.The County spends approximately$500,000 annually on parts and services. It is the intent of the County to engage several contractors under one master agreement to provide the professional services described herein. Contractors and all sub-contractors who perform work must comply with all DIR requirements. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected Contractor and either perform the work with its staff or begin a new RFSQ process. Nothing herein, or in the process, shall be construed as having obligated the County to pay for any expenses incurred by respondents to this RFSQ, or to the selected Contractors)prior to Board of Supervisors'approval of a Contractor services agreement. IL SCOPE OF WORK A. General-- Contractor shall provide parts, services, and repairs on an "as-needed" basis to HVAC and related systems at various County locations. The County operates HVAC equipment from manufacturers that include but are not limited to Carrier, Goodman, Lennox, Mcquay, Rheem, Ruud,Trane,and York. Parts — The Contractor shall provide parts and materials on an "as-needed" basis. Parts may be ordered for delivery to County facilities or picked-up in store by County staff. The County may from time to time, request to see the list/catalog pricing to verify charges, and the Contractor shall comply. Service — The Contractor shall perform services and repairs on an "as-needed" basis to HVAC and related systems at various locations in Fresno County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and Inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. B. Qualifications The Contractor shall possess the necessary contractor's license required for the type of work requested (C-20 for HVAC related work, C-36 For Plumbing, etc.), and be capable of providing the services requested, in compliance with rules and regulations of all applicable codes. All Contractors and sub-contractors are expected to possess the appropriate license for the project in accordance with current regulations and statues. All technicians who perform work must possess a minimum of journeyman level experience. All apprentices or helpers must be supervised. All personnel performing work on HVAC equipment and related systems shall be appropriately certified to work on that particular equipment. 3 GIPUBLIC1REQUESTS FOR QUALIFICATIONS%FY 2017-MIS-035 HVAC PARTS,SERVICE AND REPAIRSIIS- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 The Contractor must have an established local presence within the County of Fresno or can demonstrate they can meet all the required response times in accordance with Section II. Scope of Work,E. Response within this Request for Statement of Qualifications. C. Materials and Workmanship Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. All defective workmanship shall be corrected by the contractor at the contractor's expense. D. Scheduling of Work A regular County workweek shall be Monday through Friday 8:00 am to 5:00 pm. All work must be approved by the Facility Services Manager or their designee before work can begin. Contractors responding to a service request shall report to the building manager prior to beginning work,and at the completion of work. E. Response The Contractor may be required to respond to emergency service calls, during and after business hours. Details regarding each emergency request will be relayed at the time of call. The Contractor shall acknowledge within 30 minutes if the request can be fulfilled, or the request will be sent to another Contractor. Level I —Require onsite response within (1)hour or less of Contractor acknowledgment. Level 11 —Requires onsite response within(4)hours or less of Contractor acknowledgment. Level III—Requires onsite response at 7:00 AM, the next normal working day. Contractor shall inform County of any expected arrival delays. The County reserves the right to send the request to another Contractor should the response level not be met. F. Compensation Parts and materials shall be charged as quoted in Appendix A—Pricing. Service work shall be charged as 'Time and Materials" at rates quoted in Appendix A— Pricing. Time will be billed for actual time worked. G. Invoicing All invoices shall be provided to the Facility Services Manager or their designee for approval. Invoices at a minimum shall include: • Date of service, Time of arrivalldeparture, Hours of service • Name of technician providing the service • Description of equipment serviced, Location of equipment, Building number • Type of service(repair, maintenance, new install) • Action taken • Parts utilization • Status of service • Printed name of County representative authorizing the work 4 G:IPUBLICIREQUESTS FOR QUALIFICATIONS%FY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 III. AGREEMENT TERM The term of the Agreement will be three(3)years, unless prior to its expiration its term is extended in writing, for no more than two additional one-year terms, by mutual consent of the Director or his,oher designee and the Contractor(s). The maximum total contract amount is $2,500,000. Total fees paid to the each contractor will be dependent upon the bid provided by contractor. Please note that there are no assurances of any work for qualified vendors during the term of the Agreement and that the County guarantees no minimum amount to each qualified vendor. Where specific functions are required by law to be performed by the County or where specific functions are listed in the Agreement as to be performed by the County, County staff will perform the actual work function. IV. SB 854/PREVAILING WAGE California Law(SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR)and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to httr):ii,,vw,.v.dir.ca.gov,,Public-�'^JorkSJPublir%AlorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to Submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair. alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities. and!or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California—Department of Industrial Relations: http:JJw^.vw.dir.ca.govloprl!PWD;index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found an the website for the State of California—Department of Industrial Relations: http:iiwwN.dir.ca.gov/opdipwappwage!PVVAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party_ Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof,for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Cade section 1770, et seq. In addition to the penalty,the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof 5 G:'\,PUBLICtREQUESTS FOR QUALIFICATION SIFY 2017-18\18-035 HVAC PARTS, SERVICE AND REPAIRS1,18- 035 HVAC PARTS, SERVICE AND REPAIRS.DCC Exhibit C-5 RFSQ No. 18-035 for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names,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 him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project.These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. V. INSURANCE REQUIREMENTS INSURANCE: Without limiting the COUNTTs 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 Liabilitv: Commercial General Liability Insurance with limits of not less than One Million Dollars($1,000,000)per occurrence and an annual aggregate of Two Million Dollars($2,000,000). 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 for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non- owned vehicles used in connection with this Agreement. C. Professional Liabilitv: 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. This coverage shall be Issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specifled herein. D. Worker's Camp ensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. 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. Within thirty(30)days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for 6 G:IPUBLICIREQUESTS FOR 01LIALIFICATION37Y 2017-18118-035 HVAC PARTS,SERVICE AND REPA1RS118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 all of the foregoing policies,as required herein,to the County of Fresno, Facility Services, Attn: Facility Manager, 4590 E. Kings Canyon Road, Fresno, GA 93702, stating that such insurance coverage have been obtained and are in full force;that the County of Fresno,its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno,its officers, agents and employees,individually and collectively,as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers,agents and employees,shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may,in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. VI. SOO SUBMITTAL REQUIREMENTS The submittal shall be in hvo(2)parts. A. The submittal will enable the Selection Committee to appraise the general competence and qualifications of the appraisal firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number 2. Type of organization(sole-proprietorship, partnership, or corporation) 3_ Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel(including all proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials,training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications 7. Firm organization chart B. List current projects or commitments for similar services in your office 9. List the name and phone number of at least five relevant client references 10. Appendix A—Pricing(as provided) 7 G:IPUBLICIREQUESTS FOR QUALIFICATIONS1FY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIR5118- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 B. Bidder to Complete: 1. Subcontractors: List all subcontractors that would perform work in excess of onelhalf 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: None 2. Contractors License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five(5)years experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing,etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder,which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s)is acceptable. The County will review and determine if acceptable. Number and Class: 561795-C-20 B C36 C10 C-2 C38 C-4A Date of Issue: 312411989 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs—Contractors'State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028,15:Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. 8 G.IPUBLIG1REQUESTS FOR QUALIFICATIONS+Y 2017-18113-035 HVAC PARTS,SERVICE AND REPAIRSM- 035 HVAC PARTS,SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 3. 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 requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registra'on. i r jRuthorized Signature) Operations Manager Title 1000001179 DIR Number DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ VII. SELECTION PROCEDURE A Selection Committee (hereinafter referred to as"the Committee")will be formed to evaluate the SOQs and to make recommendations. The Committee will consist of representatives of the Department. The Committee will screen the SOQs to narrow consideration to those firms with qualifications and experience deemed especially qualified for this commission. The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is qualified to provide the requested services. B. Bidder demonstrates experience in the requested services. C. Bidder is capable of providing the requested services. The County reserves the right to conduct a background inquiry of each proposer which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a SOQ to the County, the proposer consents to Such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. Vill. APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award. A"Notice of Award' is not an indication of County's acceptance of an offer made in response to this RFSQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFSQ contradictions, procurement errors, selection discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. 9 G:IPUBLIOREQUESTS FOR QUALIFICATIONS�FY 201 7-1 811 8-035 HVAC PARTS, SERVICE AND REPAIRS118- 035 HVAC PARTS, SERVICE AND REPAIRS.DOC Exhibit C-5 RFSQ No. 18-035 If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing AgentICAD within seven (7)working days after Purchasing's notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision,the final appeal is with the Board of Supervisors. 14 WPUBLICIREQUESTS FOR QUALIFICATIQNSIFY 2017-18118-035 HVAC PARTS,SERVICE AND REPAlRS118- 035 HVAC PARTS, SERVICE AND REPAERS.DOC Exhibit C-5 RFSQ No. 18-035 Appendix A - Pricing Parts and Materials --Please list how the county wiik be charged for parts and materials. (For example, "list-10%, list+10%, cost+1-%) Please attach additional documents if necessary. Factory Authorized TRANS parts 15%oft Book/List Price Time—Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. Sam—4pm) Regular Time: Mon-Fri lam-4pm Over Time: Mon- Fri Before lam Mon-Fri After 4pm Saturday - All day Other: (describe) Sunday All day Premium Time: Holidays All day Regular Pay Overtime Pay Other: (describe) Premium Time Master Level $142.35 $213.52 $284.70 Technician Journeyman Level $135 25 $202,88 $270.00 Technician Apprentice/Helper $ 97.Q0 $145.50 $194.00 11 WPUBLICIREQUESTS FOR QUALIFICATIONSWY 2017-18118-035 HVAC PARTS,SERVICE AND REPAIR8118. 035 HVAC PANTS,SERVICE AND REPAIRS.DOC Exhibit C-5 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFSQ NUMBER: 18-035 HVAC PARTS, SERVICE AND REPAIRS Issue Date: March 27, 2018 CLOSING DATE: APRIL 61 2018 AT 2:00 P.M. Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Bryan Hernandez at(559)600-7110_ NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR STATEMENT OF QUALIFICATIONS. r QUESTIONS AND ANSWERS ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFSQ 18-035 Trane U.S. Inc. COMPANY NAME: (PRINT) SIGNATURE: ,Lnn� `John Reiner, Operations Manager NAME & TITLE: j` (PRINT) Purchasing Use:BH yj ORGIRequisition:8935!13218011�9 G:'�PUBLIClREQUESTS FOR QUALIFICATIONSiFY 2 01 7-1 811 8-03 5 HVAC PARTS,SERVICE AND REPAIRS118-035 ADDENDUM 1.DOC Exhibit C-5 Addendum No. ONE(1) Page 2 Request for Statement of Qualifications Number: 18-035 March 27,2018 QUESTIONS AND ANSWERS 01. Do bidders submit all bid responses online? In the SOQ(page 7, VI.) it states bids will be submitted in 2 parts. Please specify how you would like the (2) parts submitted, Qualifications as one upload/file and pricing as the other uploadifiile? A1. All bid responses are to be submitted online through Public Purchase. You can submit one file as long as It has the information required in parts A and S of Section Vl and with the Pricing. Q2. Are you requiring to have a G-20 AND C-36 or a C-20 OR a G-36? A2. Vendors are only required to possess the appropriate license for the type of work they will perform. Vendors may have either a C-20 for HVAC or a C-35 for Plumbing for the specific services they will perform according to section 11. Scope of Work under Service. If other than a C-20 or a C-36, the bidder must explain, why his/her llcense(s)is acceptable in performing the requested work. For example, if a vendor is only providing HVAC services, then they must have a C-20 license. If a vendor is only providing Plumbing services, then they must have a C-36 license. If a vendor is providing both services, then they must have both a C-20 and C-36 licenses. Q3. The RFSQ N. 18.035 references attachment A Board of Supervisors' Master Agreement or Procurement Master Agreement. I'm not able to find the attachment online. Where can I get the attachment A? A3. Please disregard the following on page 2 Table of Contents of the RFSQ: Attachment: ***Board of Supervisors' Master Agreement or***Procurement Master Agreement There is no attachment for this RFSQ. G:1PUBLICIREQUESTS FOR QUALIFICATIONS FY2017-181i8-035 HVAC PARTS,SERVICE AND REPAIR&18-035 ADDENDUM 1.D00 Exhibit C-5 Chad G. Casteel Area Service Manager Trane U.S. Inc. PROFESSIONAL: 2007 to Present: Area Service Manager, Trane US 2005 to 2007: Sales/Service Manager 1996 to 2005: HVAC Service Technician RESPONSIBILITIES / EXPERIENCE: My duties involve all operational aspects of the service business. This includes project set up, invoicing, accounts payable and receivable, inventory, and fleet management. I am involved in all aspects of service projects from estimation to completion. This includes budgets, performance, and job close out. For these projects I function as the primary interface between the customer, vendors, sub-contractors, internal expertise within the office, and project administration. I work very closely with our technicians to encourage individual growth through technical training programs and on the job mentoring. As the hiring manager I work with nationwide recruiters to acquire the top talent in the HVAC industry. As the local site Safety Officer I am responsible for developing and implementing our safety training programs for office staff as well as technicians. This includes our refrigerant management process and all state reporting required by the EPA. EDUCATION: CCOC Computer Technology Mission College Santa Clara — Computer Science Chan J. Kim, LEED AP Exhibit C-5 Chan.Kim(aJrane.corn 3026 N. Business Park Ave Ste 104 Fresno, CA 93727 (559) 647-2970 SUMMARY • Excellent self-starter with demonstrated ability to multi-task • Reliable and organized professional capable of adapting to new challenges • Never take "no"for an answer • Capable communicator WORK EXPERIENCE TRANE-Fresno Account Manager 2009 - Present(9 Years) • Office leader, consisting of(3)salesmen and (2) inside support personnel, starting 2017 • Consult various different clients (contractor, engineers, and owners)to resolve any issues with Trane equipment • Provide customers with factory recommendations to avoid any catastrophic failure on Trane equipment • Work with various markets (Energy, Industrial, Hospital, School Districts, Municipalities, Mechanical Contractors, Mechanical Engineers) • Turned around customers (KDHD, Tulare County ,BCSD, etc)who previously stopped doing business with Trane resulting in close to $1,000,000 in revenue past two years • In-house product champion for Variable Refrigerant Flow(VRF) from 2012 to 2017 • In-house product champion to launch Alliance custom air handling line in 2017 TRANE-Sacramento Project Management Intern June 2008- September 2008 (4 months) • Worked closely with Project Manager to coordinate different subcontractors • Worked with Project Manager to keep projects under budget • Assisted with commissioning buildings TRANE-Sacramento Sales Intern June 2007 - September 2007 (4 months) • Got in touch with various parts of the business: contracting, controls, sales, fulfillment, etc. • Worked as a team to solve efficiency problems fulfillment team was having. • Created and implemented 5 processes to create an efficient fulfillment work environment. EDUCATION California Polytechnic State University, San Luis Obispo, California Bachelor of Science, Mechanical Engineer LEADERSHIP & INVOLVEMENT ASHRAE San Joaquin Chapter— President, VP Secretary Delta Chi— Pledge President ASHRAE San Joaquin Chapter—Student Chair Engineer-In-Training (EIT) Cal Poly ASHRAE Club—Vice President of Events U.S. Green Building Council LEED AP COMPUTER SKILLS • Proficient with Microsoft Word, Excel, and PowerPoint • Experience with social media and internet research Exhibit C-5 Dale White Northern California/Nevada District Manager Trane U.S. Inc. PROFESSIONAL: 2003 to Present: District Manager, Northern California/Nevada Trane 1995 to 2003: General Operations Manager, Northern California/Nevada Trane 1991 to 1995: Account Executive, Trane 1979 to 1990: VP Sales & Marketing, Air Systems, Inc. RESPONSIBILITIES / EXPERIENCE: Functions as leader of business activities for Northern California/Nevada Trane. Responsible for the development of short and long term strategic planning. Current duties include direct P&L responsibility for the Northern California/Nevada District of Trane Commercial Systems. Past position experiences and highlights include: Developed Sales and Marketing strategies for a large Design/Build Mechanical Contractor in San Jose. Developed a profitable aftermarket business focusing around providing solutions to owners. Participated on a National Service Board to develop vision and direction for Trane's Service Business. EDUCATION: BS Environmental Engineering, California State University, San Luis Obispo PROFESSIONAL MEMBERSHIPS & SERVICES: SACTO VP Board of Directors- PEACE for Families Exhibit C-5 " ''' " ' " '"r ' CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE ��..�. 561796 .. CORP ,,.,.. TRAM E U S I N C D BA TRA N E ..... C208C36C10C-2C38C-4A 03/31/2020 www cslb ca. gov Exhibit C-5 rILETS GO BEYOND'" I i, Trane U.S. Inc. dba Trane 4145 Delmar Ave Rocklin, CA 95677 Phone: (916)577-1100, Fax: (866)850-7456 General Contractor Statement of Experience 1. Name of Firm: Trane U.S. Inc. Address of Firm: 3026 N Business Park Avenue Suite 104 Fresno, CA 93727 Phone Number: (559) 271-4625 2. Type of Organization: Corporation 3. Firm Principals who will be responsible for the project: Name Position Years' Experience—See Resumes Attached Dale White Area Manager 27 John Reiner Operations Manager 33 Chad Casteel Area Service Manager 21 Chan Kim Account Manager 11 4. Key Personnel: Tech Years Training Experience Jeff 16 HVAC College. Refrigeration, Maintenance, installation, and boilers, pumps, heat pumps, gas repair of packaged rooftop packs, air cooled and water cooled equipment, split systems, chillers, building automation pumps, air cooled and water systems, and cooling towers. cooled chillers, and cooling towers. Jason 20 HVAC College. Refrigeration, Maintenance, installation, and boilers, pumps, heat pumps, gas repair of packaged rooftop packs, air cooled and water cooled equipment, split systems, chillers, building automation pumps, air cooled and water systems, cooling towers, and cooled chillers, and cooling absorption chillers. towers. Matt 12 HVAC College. Refrigeration, Maintenance, installation, and boilers, pumps, heat pumps, gas repair of packaged rooftop packs, air cooled and water cooled equipment, split systems, chillers, building automation pumps, air cooled and water systems, and cooling towers. cooled chillers, and cooling towers. Stanley 2 HVAC College. Refrigeration, Maintenance, installation, and boilers, pumps, heat pumps, gas repair of packaged rooftop packs, air cooled and water cooled equipment, split systems, chillers, building automation pumps, air cooled and water systems, and cooling towers. cooled chillers, and cooling towers. ©2018 Trane All rights reserved Page 1 of 2 Exhibit C-5 5. Current Staff: Ingersoll Rand/Trane California District employs 7 Administrators, 81 Account Managers, 204 Technicians 6. Firm qualifications: Trane®, a brand of Ingersoll Rand®, is a world leader in air conditioning systems, services and solutions. Trane helps customers succeed by providing innovative solutions that optimize indoor environments through a broad portfolio of energy-efficient heating, ventilating and air conditioning systems, building, contracting and energy services, parts support and advanced controls for homes and commercial buildings. 7. Firm organization chart: Attached 8. Current projects or commitments for similar services in our offices: UC Davis Placer Unified School District Fresno Yosemite Airport Kaweah Delta Health Care Bakersfield Memorial Hospital 9. List the name and phone number of at least five relevant client references: Kaweah Delta Hospital Ricardo Dealba (559) 624-2446 Bakersfield Memorial Hospital Joshua Sharp (661) 327-4647 Kern County James Flad (661) 391-7977 City of Rancho Cordova Todd Humphrey (916) 524-0849 IRS Compliance Center Robin Adcock (559)445-1013 ©2018 Trane All rights reserved Page 2 of 2 Exhibit C-5 John G. Reiner District General Operations Manager Trane U.S. Inc. PROFESSIONAL: 2008 to Present: General Operations Manager, Trane US 2007 to 2008: Service Solutions Manager, Trane, a division of American Standard Inc. 2004 to 2006: District Service Manager, York International 2002 to 2004: Service Solutions Manager, Trane, a division of American Standard 1998 to 2003: Field Service Supervisor, Trane, a division of American Standard 1995 to 1997: Project Management, Trane, a division of American Standard 1981 to 1994: Service Technician, Trane RESPONSIBILITIES / EXPERIENCE: Function as the business leader overseeing business development, management of service, contracting, controls operations and on-site Facilities Management throughout the Northern California / Nevada district territory. Duties focus on process development, service delivery, technical development, and team building to deliver value based solutions with high level customer satisfaction. Highlights: As a business leader my experience has included the Management of HVAC Service. Contracting, and Controls businesses including daily Operations and Finances. Responsible to Develop and execute yearly business plan in alignment with corporate strategies. Implement Safety as a business value throughout the local organization. Attained corporate recognition for the implementation the local safety program and recognized as the Western Regional Champion. Served on various committees representing the local Trane office in areas such as product development, quality control and technician technical development Project management experience includes execution of complex service solutions, building controls and turnkey construction projects. Worked with project team to develop subcontractor SOW, oversee subcontract execution, coordination of trades, invoicing and payment. EDUCATION: University of Buffalo Computer Science Erie Community College AAS Computer Science PROFESSIONAL MEMBERSHIPS: East China Hill Community Service District Board Member Exhibit C-5 _ & � £ E % _ Ia- �k k2 ■to §f E2 � EL � � 1 2 w �� �0� »® m2 FC ) c ■_ I k0 2 .0 � E 2 � 2C 0 O > 52c � aR N U, § � f cm & 2 ; ,o A 2� c �cn� tee= ®« � agov �3 �f � 00, 2 a2 2 A Ek & M2— ■ &_ \ 0 c7 � � )\ � \ �m� 2 cc '- 22E ) �S Q \ §— � \ � $ � ) \ L k § 1 Exhibit D 2 SELF-DEALING TRANSACTION DISCLOSURE FORM 3 In order to conduct business with the County of Fresno (hereinafter referred to as "County"), 4 members of a contractor's board of directors must disclose any self-dealing transactions that 5 they are a party to while providing goods, performing services, or both for the County. A self- dealing transaction is defined below: 6 "A self-dealing transaction means a transaction to which the corporation is a party and in 7 which one or more of its board members has a material financial interest" 8 The definition above will be utilized for purposes of completing this disclosure form. 9 10 INSTRUCTIONS 11 (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. 12 13 (2) Enter the board member's company/agency name and address. 14 (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: 15 a. The name of the agency/company with which the corporation has the 16 transaction; and 17 b. The nature of the material financial interest in the Corporation's transaction that 18 the board member has. 19 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. 20 (5) Form must be signed by the board member that is involved in the self-dealing 21 transaction described in Sections (3) and (4). 22 23 24 25 26 27 28 1 1 (1)Company Board Member Information: 2 Name: Date: 3 Job Title: 4 (2)Company/Agency Name and Address: 5 6 7 8 9 (3)Disclosure(Please describe the nature of the self-dealing transaction you are a party to): 10 11 12 13 14 15 16 17 18 (4)Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a): 19 20 21 22 23 24 25 (5)Authorized Signature 26 Signature: Date: 27 28 2 EXHIBIT E - No Hostage Policy Subject: Hostage Situations Fresno County J_ ( 1 Policy Number: 326.0 Juvenile Justice Campus 'A Policy Manual Page: 1 of 2 f Date Originated: April 1, 2004 l Authority: Title 15; Section 1327; Date Revised: February 1, 2008 California Code of Regulations It is imperative for the safety and security of all persons within Juvenile Justice Campus (JJC) facilities, as well as for those in the community, that minors are not allowed to leave the secure confines of the facilities by the taking of a hostage(s). If successful in securing a release through these means minors would be much more likely in the future to use this practice again in an attempt to escape the confines of the facilities. This would put those visiting and working at the JJC at higher level of risk and would jeopardize the safety of the community if the minor was in fact successful in securing his/herrelease. The JJC is a "no-hostage" facility. This means that minors will not be released from custody under any circumstances due to the taking of a hostage(s). Any staff person taken hostage, no matter what their rank or status, immediately loses their authority and any orders issued by that person will not be followed. I. HOSTAGE SITUATION PROCEDURES A. If any minor(s) and/or other person(s) in the facility attempt to hold any person hostage, and they do not respond to verbal commands to stop staff will immediately notify the Watch Commander. He/she will respond to the location and assess the situation. If a hostage situation is in progress the Watch Commanderwill: 1. Summon assistance from other officers as required. 2. Establish a secure perimeter around the hostage takers and allow no one to pass into it for any reason without authorization. Risks should not be taken that might allow the taking of additional hostages. 3. Evacuate all non-essential persons at the scene to a safe location or any housing pod that is not directly involved in the incident. 4. Direct officers to place minors in uninvolved housing pods in their rooms and have them remain there until directed otherwise. Minors outside of housing pods will remain in place under officer supervision until it is safe to return to their respective housing pods or any housing pod that is not directly involved in the incident. 5. Immediately notify the Director or the Probation Services Manager/Assistant Director in his/her absence and confer with higher authority as to action to be taken. Administration in turn will notify the Chief. B. The Fresno Sheriff's Dispatch Center (488-3111) will be notified immediately and a request for a trained hostage negotiator and other emergency personnel will be made as needed. Prior to the arrival of the Sheriff Department's hostage negotiator the Watch Commander will attempt to ascertain: Subject: Hostage Situation Policy #: 326.0 Page 2 of 2 1. The number and identity of both the hostages and hostage takers; 2. Any known weapons possessed by the hostage takers; 3. The demands of the hostage takers. C. The Watch Commander will retain and direct departing custody officers, as well as, available Probation peace officer staff to assist with security and safety needs, as necessary. Additional Juvenile Correctional Officers should be called in as may be needed to insure the safe and secure operation of thefacility. D. The Watch Commander will coordinate with the Sheriff's Department all activities taken to resolve the hostage situation, including the use of appropriate force, and will maintain control of the facility until relieved of that duty by the presence of a Probation Services Manager/Assistant Director, Director, or the Chief Probation Officer. E. Once the hostage situation has been resolved the minors involved should be housed in the most secure setting available and all appropriate charges should be filed. F. Each officer and/or non-sworn staff member who was involved or observed the incident will complete an incident report and if required, the appropriate critical incident evaluation report(s) regarding the details of the incident prior to the end of his/her shift. (See Incident Report, located in JAS Probation View, under"Word Templates".) G. The Watch Commander will prepare a Critical Incident Investigation Report, using the Critical Incident Evaluation Report- Page 2 report form and the critical incident evaluation report(s) completed by the reporting persons at the time of the incident. II. PARENTAL AND MEDIA INFORMATION A. Attempts will be made at the direction of Administration to reach the families of the hostages to advise them of the situation. Notification will also be made to the parents of the hostage takers as deemed appropriate. B. All media inquiries will be referred to the Chief's office per departmental policy. III. SECURITY AND OPERATIONAL REVIEW A. Once the incident has been resolved a team will be established to conduct a security and operational review of the incident. The review will be conducted within 2 days of the resolution of the incident. The review team will be comprised of the facility administrator and/or facility Director, Probation Services Manager/Assistant Director and Supervising Juvenile Correctional Officers who are relevant to the incident. The team will review the circumstances leading up to the incident and any necessary corrective action necessary to insure that such an incident does not repeat itself. Exhibit F - "NO HOSTAGE" POLICY EFFECTIVE DATE: 12-18-89 REVISED: 08-06-90, 12-25-94, 05-06-96,09-01-99, 12-01-10 APPROVED BY: Sheriff M. Mims BY: Assistant Sheriff T. Gattie AUTHORITY: California Code of Regulations, Title 15, Section 1029(a)(7)(B) and Penal Code Section 236. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage-taking incident while preserving the safety of staff, public, inmates, and hostages, and maintaining facility security. POLICY: The Fresno County Sheriff's Office Jail Division maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriff's Office Jail Division that once any staff member is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriff's Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person involved, if possible, from serious injury or death. PROCEDURES: I. DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. II. NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGENCY).