Loading...
HomeMy WebLinkAboutAgreement A-19-089 with The Gordian Group Inc..pdf Agreement No. 19-089 1 AGREEMENT 2 THIS AGREEMENT FOR JOB ORDER CONTRACTING SERVICES ("Agreement") is 3 made and entered into this 26th day of February , 2019 ("Effective Date"), by and between 4 the County of Fresno, a political subdivision of the State of California ("COUNTY"), and The 5 Gordian Group Inc., a Georgia corporation, which will do business in California as the Mellon 6 Group, whose corporate address is 30 Patewood Dr., Building 2, Suite 350, Greenville, SC 7 29615, ("CONTRACTOR"). $ WITNESSETH 9 WHEREAS, COUNTY needs the administration and maintenance of a Job Order 10 Contracting (JOC) system and JOC consulting services; and 11 WHEREAS, CONTRACTOR is qualified to perform the services required, and is willing to 12 perform such services pursuant to the terms and conditions stated in this Agreement. 13 NOW, THEREFORE, in consideration of their mutual covenants and conditions, the parties 14 agree as follows: 15 SECTION 1. — OBLIGATIONS OF THE CONTRACTOR (GORDIAN JOC SOLUTION®1 16 CONTRACTOR shall provide the "Gordian JOC SolutionO' Job Order Contracting (JOC) 17 products and support services as specified in this Agreement. 18 A. DEVELOPMENT AND IMPLEMENTATION SERVICES 19 The development and implementation services shall be performed for the COUNTY's 20 Department of Internal Service Department (ISD) and the Department of Public Works and 21 Planning (PWP) (collectively referred to in this Agreement as "Department"), on or after the 22 Effective Date of this Agreement. 23 An independent JOC program is defined as a program that requires preparing Department- 24 specific JOC contract documents, preparing Department-specific execution procedures, 25 procuring Department-specific JOC contractors, providing access to eGordian®for 26 Department-specific staff and JOC contractors, and training Department-specific staff and 27 JOC contractors. 28 The JOC program is a unique, indefinite quantity procurement process that helps facility -1- 1 and infrastructure owners complete a large number of repairs, remodeling, and other 2 repetitive work with a single, competitively-bid contract. Unlike traditional bidding, where 3 each project is identified, designed and then put out to bid, JOC establishes competitively- 4 bid per unit prices up front, and eliminates the need to separately bid each such project. 5 1. CONTRACTOR shall provide experienced staff who shall be responsible for the 6 development, implementation, and ongoing support of each independent JOC 7 program for COUNTY during the term of this Agreement. CONTRACTOR's staff 8 shall report directly to COUNTY, and shall be available to assist COUNTY with any 9 JOC-related issues. 10 2. CONTRACTOR shall be responsible for conducting the activities necessary for 11 establishing the structure of the COUNTY's JOC program, informing COUNTY staff 12 as well as the contracting community about JOC best practices, assisting with 13 procurement of the actual JOC contractors, and assisting with development and/or 14 modification of the actual procedures COUNTY shall use in executing the JOC 15 program. Specific services CONTRACTOR shall provide will include: develop the 16 JOC program structure/bidding strategy; prepare and conduct pre-bid seminars; 17 18 prepare and conduct an external marketing program; prepare and conduct an 19 internal marketing program; and coordinate and develop the JOC execution 20 procedures. 21 3. CONTRACTOR shall be responsible for developing and conducting a 22 comprehensive JOC training program for any new COUNTY or JOC Contractor 23 staff, which shall include different course modules in order for COUNTY staff to 24 receive specialized training. 25 4. All JOC contract order invoicing shall clearly list both (1) the JOC Project Number 26 and the (2) FAMIS' work order number, provided the COUNTY enters the FAMIS 27 28 ' FAMIS is the COUNTY's could-based facilities maintenance management software solution, licensed by Accruent, LLC. -2- 1 work order number into the JOC system in a timely manner. 2 5. CONTRACTOR will be responsible for providing comprehensive JOC follow-up 3 support to each user COUNTY Department for the administration of its JOC 4 program. CONTRACTOR will monitor the overall program and prepare any status 5 reports required by the COUNTY. Support services will include, but are not limited 6 to, unlimited toll-free JOC Software support, access to all applicable JOC Software 7 updates and additional functionality, updating for each new JOC construction 8 contract the Construction Task Catalog°, technical specifications, contract and 9 general conditions and bid documents, providing procurement assistance for new 10 JOC contracts, providing training for new COUNTY and JOC contractor staff, and 11 preparing customized forms and reports requested by the COUNTY. 12 6. CONTRACTOR will be responsible for providing a license for an unlimited number 13 of users for the COUNTY to access Gordian's web-based JOC system, which 14 includes the JOC Software and Construction Task Catalog°. The JOC Software will 15 be capable of generating the JOC documents including independent cost estimates, 16 JOC contractor price proposals,job orders, and management reports and forms. 17 The COUNTY's standard reports and forms will be incorporated as requested. 18 B. MAINTENANCE AND SUPPORT 19 All information CONTRACTOR receives from the COUNTY or comes in contact with while 20 21 performing contracted duties for the COUNTY shall be treated as confidential, and shall not 22 be released or discussed with an outside party without the written consent of the COUNTY. 23 CONTRACTOR shall provide to COUNTY the following: 24 1. Program Support 25 a) Provide strategic guidance to the project team; 26 b) Monitor program performance, as requested; 27 c) Integrate successful experiences from other agencies using JOC; 28 d) Identify and consult on major program issues; -3- 1 e) Provide guidance and interpretations on procedures; 2 f) Assist with interpretation of the Construction Task Catalog° including: 3 i. Resolve Construction Task Catalog° issues; and 4 ii. Manage revisions to the Construction Task Catalog°. 5 g) Conduct annual on-site reviews of the JOC program, as requested; and 6 h) Prepare program evaluations, as requested. 7 2. Procurement and Document Maintenance Support (On-Site) 8 a) Provide assistance with modifications to the contract and general 9 conditions; 10 b) Provide assistance with modifications to the instructions to bidders; 11 c) Conduct research to identify recurring use of new, unpriced tasks; 12 d) Coordinate preparation of updated Construction Task Catalogs°; 13 e) Coordinate preparation of updated technical specifications; 14 f) Conduct informational seminars for local groups, as requested; and 15 g) Assist with bidding new JOC contracts including: 16 i. Conduct pre-bid meetings with potential contractors; and 17 ii. Assist with bid review and JOC contractor selection, as requested. 18 19 3. Procurement and Document Maintenance Support (Off-Site) 20 a) Update and enhance the customized Construction Task Catalog° including: 21 i. Maintain the integrity of the CSI numbering system; 22 ii. Improve task descriptions; 23 iii. Develop descriptions for new, recurring unpriced tasks; 24 iv. Remove outdated tasks that are no longer used or available; 25 v. Monitor local area pricing; 26 vi. Incorporate current construction practices and materials; and 27 vii. Publish a new Construction Task Catalog°for each additional 28 solicitation. -4- 1 b) Update and enhance customized technical specifications including: 2 i. Develop new specifications for new, recurring unpriced tasks; 3 ii. Incorporate current construction practices, standards and materials; 4 and 5 iii. Publish new technical specifications for each additional solicitation 6 4. Training Support 7 a) Update the training manual to reflect any changes in procedures; 8 b) Conduct JOC procedures refresher training for staff, as requested; 9 c) Conduct JOC procedures training for new staff; 10 d) Provide hands-on training for new staff in the areas of: 11 i. Project identification and development; 12 ii. Joint scope meetings; 13 iii. Project scope development; 14 iv. Proposal development and preparation; and 15 v. Proposal review and variance resolution. 16 e) Conduct JOC Software training including: 17 i. Provide on-site software assistance, as needed or requested; 18 ii. Provide refresher training for current staff; 19 20 iii. Provide on-site/internet-based training for new releases of the software; 21 22 iv. Provide on-site/internet-based training for all new staff; and 23 v. Provide internet based training for current and new staff. 24 5. Software Support 25 a) Provide unlimited access to the JOC Software; 26 b) Provide software technical support, including: 27 i. Maintain software access for staff; 28 ii. Set up software access for new staff; and -5- 1 iii. Provide systems support in connection with the software. 2 c) Provide access to all new releases of the software; 3 d) Write, test and finalize modifications to existing reports, as requested; 4 e) Write, test and finalize new reports, as requested; and 5 f) Provide toll-free technical support from 8 AM EST thru 10 PM EST, Monday 6 through Friday, excluding holidays. Telephone technical support may be 7 contacted at 800-448-8182. 8 C. SECURITY 9 Failure to fully comply with the security requirements as set forth in this Section 1(C) 10 will be considered a breach of this Agreement and shall result in termination of this 11 Agreement for default of the CONTRACTOR. CONTRACTOR personnel shall cooperate 12 with all COUNTY security personnel at all times and shall be subject to and conform to 13 COUNTY security rules and regulations. Any violations or disregard of these rules may be 14 cause for denial of access to COUNTY property. COUNTY may change these policies and 15 procedures at any time, without any prior notice to CONTRACTOR. It is the 16 CONTRACTOR's responsibility to have the most recent versions of the attachments below. 17 18 1. CONTRACTOR acknowledges that the Juvenile Justice Campus (JJC) and the 19 Fresno Sheriff—Coroner's Office (FSCO) Jail Detention Facilities are "no-hostage 20 facilities". CONTRACTOR shall ensure that its employees and any subcontractors 21 working in the JJC, and associated facilities, agree to abide by COUNTY's rules for 22 a no-hostage facility as set forth in Attachment C and D, attached and incorporated 23 by this reference. CONTRACTOR shall plan and execute all work in such a manner 24 as to prevent a security breach of the JJC and FSCO detention facilities or any 25 other COUNTY secured facility. 26 2. CONTRACTOR shall comply with all Prison Rape Elimination Act (PREA) 27 standards for juvenile correctional facilities as set forth in Attachment E, attached 28 and incorporated by this reference. The Probation Department shall provide -6- 1 Trainings, as necessary, at no charge to CONTRACTOR. CONTRACTOR shall 2 comply with all Probation Department Policies and Procedures. In the event of a 3 dispute involving COUNTY staff and a CONTRACTOR employee or subcontractor, 4 the on-duty Facility Administrator will have the final decision. Information on the 5 Prison Rape Elimination Act can be found at: http://www.prearesourcecenter.org . 6 3. COUNTY may require CONTRACTOR to have its staff pass a background 7 investigation through the Fresno County's Sheriff—Coroner Office, as stated in 8 Attachment F, attached and incorporated by this reference, prior to commencing 9 services. Decision to require a background investigation, or lack thereof, will be at 10 the sole discretion of the COUNTY. 11 D. PREVAILING WAGE 12 In accordance with Labor Code section 1770, et seq., the Director of the 13 Department of Industrial Relations of the State of California has determined the general 14 prevailing wages rates and employer payments for health and welfare pension, vacation, 15 travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other 16 training programs authorized by Section 3093, and similar purposes applicable to the work 17 to be done. 18 19 Information pertaining to applicable Prevailing Wage Rates may be found on the 20 website for the State of California— Department of Industrial Relations: 21 http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing 22 wage rates for apprentices may be found on the website for the State of California— 23 Department of Industrial Relations: 24 http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp. 25 It shall be mandatory upon the CONTRACTOR and upon any subcontractor to pay 26 not less than the prevailing wage rates, including overtime and holiday rates, to all workers, 27 laborers, or mechanics employed on this public work project, including those workers 28 employed as apprentices. Further, CONTRACTOR and each subcontractor shall comply -7- 1 with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A 2 copy of the above-mentioned prevailing wage rates shall be posted by the CONTRACTOR 3 at the job site where it will be available to any interested party. 4 CONTRACTOR shall comply with Labor Code section 1775 and shall forfeit as a 5 penalty to COUNTY Two Hundred Dollars ($200.00)for each calendar day or portions 6 thereof, for each worker paid less than the prevailing wage rates for the work or craft in 7 which the worker is employed for any work done under this project by CONTRACTOR or 8 by any subcontractor under CONTRACTOR in violation of Labor Code section 1770, et 9 seq. In addition to the penalty, the difference between the prevailing wage rates and 10 amount paid to each worker for each calendar day or portion thereof for which each worker 11 was paid less than the prevailing wage rate shall be paid to each worker by the 12 CONTRACTOR or subcontractor. 13 CONTRACTOR and each of their subcontractors shall keep an accurate record 14 showing 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 each 16 journeyman, apprentice, worker, or other employee employed by him or her in connection 17 with this public work project. In accordance with Labor Code section 1776, each payroll 18 19 record shall be certified and verified by a written declaration under penalty of perjury stating 20 that the information within the payroll record is true and correct and that the 21 CONTRACTOR or subcontractor has complied with the requirements of Labor Code 22 sections 1771, 1811 and 1815 for any work performed by its employees on this public work 23 project. These records shall be open at all reasonable hours to inspection by the COUNTY, 24 its officers and agents, and to the representatives of the State of California— Department of 25 Industrial Relations, including but not limited to the Division of Labor Standards 26 Enforcement. 27 SECTION 2. —JOC SYSTEM LICENSE AND FEES 28 A. JOC SYSTEM LICENSE -- CONTRACTOR hereby grants to COUNTY a non-exclusive, -8- 1 non-transferable right, privilege and license to use CONTRACTOR's JOC system and other 2 related proprietary materials (collectively referred to as "Proprietary Information")for the 3 sole purpose of operating the COUNTY's JOC program for the Term of this Agreement. 4 This is called a "County License Fee." The parties hereby agree that the Proprietary 5 Information shall include, but is not limited to, CONTRACTOR's JOC Software applications 6 and support documentation, Construction Task Catalog° (also commonly referred to as a 7 unit price book), construction cost data, training materials and other Proprietary materials 8 provided by CONTRACTOR. In the event this Agreement expires or terminates as provided 9 herein, COUNTY shall return all Proprietary Information in the COUNTY's possession to 10 CONTRACTOR, excluding COUNTY data and associated business information for which 11 access remains at the discretion of the COUNTY's Chief Administrative 12 Officer.COUNTY acknowledges the unauthorized disclosure of Proprietary Information will 13 result in irreparable harm to CONTRACTOR for which monetary damages would be an 14 inadequate remedy and agrees that no such disclosure shall be made to anyone without 15 first receiving CONTRACTOR's written consent. The COUNTY further acknowledges and 16 agrees to respect the copyrights, registrations, trade secrets and other proprietary rights of 17 CONTRACTOR in the Proprietary Information during and after the term of this Agreement 18 19 and shall at all times maintain complete confidentiality with regard to the Proprietary 20 Information provided to the COUNTY, subject to federal and state laws related to public records disclosure. 21 22 The County License Fee is payable by COUNTY to CONTRACTOR when a job 23 order contract is issued to the JOC contractor. The County License Fee will apply to all 24 future JOC contracts awarded by the County and will be assessed regardless of the 25 cumulative value of the work ordered. It is important to note that CONTRACTOR will be 26 responsible for all administrative duties related to the County License Fee, including 27 invoicing and collections. 28 CONTRACTOR agrees to grant a Contractor License to use the applicable Proprietary -9- 1 Information to each contractor awarded a JOC contract by the COUNTY, provided such 2 JOC contractor agrees to pay CONTRACTOR's JOC "Contractor License Fee" in effect 3 when the COUNTY awards the contract, and further provided that COUNTY includes 4 licensing language in such JOC contract similar in form to that set forth in the"JOC System 5 License", 6 Within 30 days of expiration or termination of this Agreement as provided herein, 7 CONTRACTOR shall provide to the County all data generated by the COUNTY in a form 8 accessible by a standard database program, such as Microsoft Access. 9 B. The cost of the County License Fee and the Contractor License Fee are discussed in 10 Section 5. —Compensation, see below. 11 SECTION 3. — OBLIGATIONS OF THE COUNTY 12 A. Review all documentation and requests for information submitted by CONTRACTOR in a 13 timely manner. 14 B. Provide full information regarding requirements for the JOC program, including, but not 15 limited to, facilities' lists, current COUNTY procedures, programs, technical specifications, 16 and bidding information. 17 C. Designate, in writing, a representative who shall render or obtain decisions in a timely 18 19 manner pertaining to the JOC program. 20 D. Provide office space, furniture, telephone, and internet access as necessary, to 21 CONTRACTOR's JOC development team. 22 E. Provide reproduction services for all draft and final versions of the Construction Task 23 Catalog°, technical specifications, contract terms and conditions, instructions to bidders and 24 proposal forms, execution procedures and training materials. 25 F. CONTRACTOR shall comply with all applicable Federal, State, County, and City 26 regulations regarding wages, hours, and working conditions. 27 28 -10- 1 SECTION 4. --TERM 2 The initial term of this Agreement shall be for a period of three (3) years, commencing on 3 April 28, 2019, through and including April 27, 2022 ("Term"). This Agreement may be extended 4 for two (2) additional consecutive twelve (12) month periods upon written approval of both 5 COUNTY and CONTRACTOR, no later than thirty (30) days prior to the first day of the next twelve 6 (12) month extension period. COUNTY's Director of Internal Services/Chief Information Officer or 7 his or her designee, is authorized to execute such written approval on behalf of COUNTY based on 8 CONTRACTOR's satisfactory performance. 9 SECTION 5. — COMPENSATION/INVOICING 10 COUNTY agrees to pay CONTRACTOR for services provided to Department for Gordian 11 JOC Solution°services and JOC Complete Solution°services as follows: 12 A. Gordian JOC Solution°services— For Gordian JOC Solution° services provided to 13 Department, COUNTY shall pay to CONTRACTOR County License Fees totaling 1.95% of 14 the value of construction work awarded to JOC contractors utilizing the JOC system. Such 15 County License Fees shall be billable upon the issuance of a Job Order, purchase order, 16 notice to proceed, or similar purchasing document by COUNTY to the JOC contractors. 17 Additionally, throughout the term of this Agreement, all JOC contractors awarded by 18 COUNTY, who in turn will utilize the JOC system, shall be assessed a Contractor License 19 Fee of one percent (1%)of the value of construction procured from the JOC contractor by 20 the COUNTY. Such Contractor License Fees are payable to CONTRACTOR when a Job 21 Order, purchase order, notice to proceed, or similar purchasing document is issued to the 22 JOC contractor. Such Contractor License Fees shall be billable upon the award of 23 contracts to the JOC construction contractors. 24 1. ISD: In no event shall compensation for Gordian JOC Solution°services for 25 COUNTY's ISD under this Agreement exceed Four Hundred Fifty Thousand Dollars 26 ($450,000.00) during the term of this Agreement, including extension periods. 27 CONTRACTOR shall submit invoices in accordance with the rates and 28 -11- 1 charges agreed upon for the services provided to the COUNTY by CONTRACTOR 2 during the previous monthly billing period on the first day of the month. Each invoice 3 shall reference this Agreement number, the date and name of the facility where the 4 services were performed, and a clear itemization of services performed, and shall 5 be mailed to The County of Fresno, Internal Services Department, Facility Services 6 Division, Isdap-ar@FresnoCountyCA.gov, or at address 4590 E. Kings Canyon 7 Road, Fresno, CA 93702-3709. COUNTY shall make payment to 8 CONTRACTOR(S) no later than forty-five (45) days after receipt and approval of 9 each invoice, which shall be given upon verification of satisfactory performance. 10 2. PWP: In no event shall compensation for Gordian JOC Solution°services for 11 COUNTY's PWP under this Agreement exceed Five Hundred Thousand Dollars 12 ($500,000.00) during the term of this Agreement, including extension periods. 13 CONTRACTOR shall submit invoices in accordance with the rates and charges 14 agreed upon for the services provided to the COUNTY by CONTRACTOR during 15 the previous monthly billing period on the first day of the month. Each invoice shall 16 reference this Agreement number, the date and name of the facility where the 17 services were performed, and a clear itemization of services performed, and shall 18 19 be e-mailed to: PWPBusinessoffice(a)-fresnocountyca.gov or mailed to: County of 20 Fresno, Department of Public Works and Planning, Business Office, 2220 Tulare 21 Street, 6th Floor, Fresno, CA 93721-2127. Payment shall be made by COUNTY 22 forty-five (45) days from receipt of invoice by COUNTY. 23 3. COMBINED: In no event shall the combined total compensation paid to 24 CONTRACTOR for both the ISD and PWP departments for the entire potential five- 25 year term of this Agreement for Gordian JOC Solution°services exceed the sum of 26 Nine Hundred Fifty Thousand Dollars ($950,000). 27 B. JOC Complete Solution°—COUNTY, at its sole discretion, may request on an as-needed 28 basis"JOC Complete Solution°" described in Attachment B over and above those provided -12- 1 in the "Gordian JOC Solution°" package, described in this Agreement. The JOC Complete 2 Solution°will be utilized by Departments if Departments require services that are excluded 3 in the Gordian JOC Solution°service package. Such services include project managers to 4 assist with developing job orders from project identification to issuing the job orders. 5 In the event COUNTY requests JOC Complete Solution°, CONTRACTOR shall 6 provide a project-specific cost proposal for JOC Complete Solution°as set forth in 7 Attachment B. In consideration for such services, the COUNTY agrees to pay the 8 compensation associated with each additional service as provided in the project-specific 9 cost proposal. CONTRACTOR shall provide additional services to COUNTY as mutually 10 agreed. However, the JOC Complete Solution°will be provided to CONTRACTOR without 11 prior written authorization by COUNTY. The costs for Additional Services shall be as 12 follows: 13 1. JOC COMPLETE SOLUTION°: The following fees will apply to all future JOC 14 contracts awarded by the COUNTY for services provided to COUNTY and will be 15 assessed regardless of the cumulative value of the word ordered. 16 i. County License Fee: COUNTY shall pay CONTRACTOR JOC Complete 17 Solution° License Fees totaling 1.95% of the value of contracts awarded to 18 JOC contractors utilizing the JOC system; 19 ii. Job Order Development Fee: COUNTY shall pay CONTRACTOR Job Order 20 21 Contract Development Fees totaling 3.05% of the value of the work ordered 22 to JOC contractors utilizing the JOC Complete Solution°; and 23 iii. Contractor License Fee: All JOC contractors awarded by COUNTY, who in 24 turn utilize the JOC Complete Solution°, shall be assessed a Contractor 25 License Fee As described in Section 5(A). 26 2. In no event shall the total compensation paid to CONTRACTOR for the entire 27 potential five-year term of this Agreement for JOC Complete Solution° exceed the 28 sum of One Million Five Hundred Thousand Dollars ($1,500,000). -13- 1 C. It is understood that all expenses incidental to CONTRACTOR's performance of all 2 services under this Agreement shall be borne by CONTRACTOR. 3 D. TOTAL OVERALL CONTRACT MAXIMUM: In no event shall the total compensation paid 4 to CONTRACTOR for all services, including Gordian JOC Solution° services and JOC 5 Complete Solution°, for the entire potential five-year term of this Agreement, exceed 6 Two Million, Four-Hundred Fifty Thousand Dollars ($2,450,000). 7 SECTION 6. -- INDEPENDENT CONTRACTOR 8 9 In performance of the work, duties, and obligations assumed by each CONTRACTOR 10 under this Agreement, it is mutually understood and agreed that CONTRACTOR, including any 11 and all of CONTRACTOR's officers, agents, subcontractors, and employees shall at all times be 12 acting and performing as independent contractors, and shall act in an independent capacity and 13 not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. 14 Furthermore, COUNTY shall have no right to control or supervise or direct the manner or 15 method by which CONTRACTORS shall perform their work and function. However, 16 CONTRACTOR's methods must be compatible with COUNTY's standards and must result in 17 satisfactory and timely completion of the work assigned, and the quality and quantity of work 18 produced must be acceptable to the COUNTY. COUNTY retains the right to verify that each 19 CONTRACTOR is performing their obligations in accordance with this Agreement's terms and 20 conditions. CONTRACTOR and COUNTY shall comply with all applicable provisions of law and 21 the rules and regulations, if any, of governmental authorities having jurisdiction over matters 22 covered by this Agreement. 23 Because of its status as an independent contractor, CONTRACTOR shall have 24 absolutely no right to employment rights and benefits available to COUNTY employees. 25 CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, their 26 employees all legally required employee benefits. In addition, CONTRACTOR shall be solely 27 responsible and shall hold the COUNTY harmless from all matters relating to payment of 28 CONTRACTORS' employees, including compliance with Social Security withholding, and all -14- 1 other regulations governing such matters. It is acknowledged that during the term of this 2 Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or to 3 this Agreement. 4 SECTION 7. --TERMINATION OF AGREEMENT 5 This Agreement may be terminated for the following reasons: 6 A. Non-Allocation of Funds - The terms of this Agreement and any extensions, and the 7 services to be provided, are contingent on the approval of funds by the appropriating 8 government agency. If sufficient funds are not allocated, the services provided may be 9 modified, or this Agreement terminated by COUNTY at any time by giving 10 CONTRACTOR thirty (30) days advance written notice. 11 B. Breach of Contract - COUNTY may immediately suspend or terminate this Agreement in 12 whole or in part, where in the determination of the COUNTY there is: 13 1. An illegal or improper use of funds; 14 2. A failure to comply with any term of this Agreement 15 3. A substantially incorrect or incomplete report submitted to the COUNTY; 16 or 17 4. Improperly performed services. 18 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of 19 any breach of this Agreement or any default which may then exist on the part of the 20 CONTRACTOR. Such payment shall not impair or prejudice any remedy to the 21 COUNTY with respect to the breach or default. COUNTY shall have the right to demand 22 of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the 23 CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not 24 expended in accordance with the terms of this Agreement. CONTRACTOR shall 25 promptly refund any such funds upon demand. 26 C. Without Cause - Under circumstances other than those set forth above, this Agreement 27 may be terminated by COUNTY by giving ninety (90) days advance written notice of an 28 intention to terminate to CONTRACTOR. In the event of such termination, COUNTY -15- 1 shall pay CONTRACTOR for satisfactory services or supplies provided up until the date 2 of termination. 3 COUNTY's Director of Internal Services/Chief Information Officer or his or her designee, 4 is authorized to execute such written notice on behalf of COUNTY. 5 SECTION 8. -- HOLD HARMLESS AND INDEMNIFICATION 6 CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, 7 defend the COUNTY, its officers, agents, and employees from any and all costs and expenses 8 (including attorney's fees and costs), damages, liabilities, claims, and losses, and any and all 9 claims, damages, costs, fees, regulatory fines and penalties, and forms of legal action involving 10 Cyber Risks, occurring or resulting to COUNTY in connection with the performance, or failure to 11 perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and from 12 any and all costs and expenses (including attorney's fees and costs), damages, liabilities, 13 claims, and losses, and any and all claims, damages, costs, fees, regulatory fines and penalties, 14 and forms of legal action involving Cyber Risks, occurring or resulting to any person, firm, or 15 corporation who may be injured or damaged by the performance, or failure to perform, of 16 CONTRACTOR, its officers, agents, or employees under this Agreement. 17 COUNTY agrees to indemnify, save, hold harmless, and at CONTRACTOR'S request, 18 defend the CONTRACTOR, its officers, agents, and employees from any and all costs and 19 expenses (including attorney's fees and costs), damages, liabilities, claims, and losses 20 occurring or resulting to CONTRACTOR in connection with the performance, or failure to 21 perform, by COUNTY, its officers, agents, or employees under this Agreement, and from any 22 and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, 23 and losses occurring or resulting to any person, firm, or corporation who may be injured or 24 damaged by the performance, or failure to perform, of COUNTY, its officers, agents, or 25 employees under this Agreement. 26 In the event of a claim of alleged infringement of patent rights, copyright, trade secret 27 rights, or intellectual property rights, to the fullest extent permitted by law, CONTRACTOR 28 agrees to and shall indemnify, save, hold harmless, and at COUNTY's request, defend -16- 1 COUNTY, including its officers, officials, agents, and employees from any and all demands, 2 costs and expenses, penalties, attorney's fees and court costs, damages of any nature 3 whatsoever (including, without limitation, injury or damage to or loss or destruction of property), 4 judgments (including, without limitation, amounts paid in settlement and amounts paid to 5 discharge judgments), liabilities, claims and losses, suits, actions or proceedings of every name, 6 kind and description occurring or resulting to COUNTY, out of or in connection with any claim 7 that is based on the infringement (or assertions of infringement) of any of patent rights, 8 copyright, trade secret rights, or intellectual property rights with respect to services, software, or 9 any Equipment provided by CONTRACTOR as part of this Agreement, including, but not limited 10 to, their materials, designs, techniques, processes and information supplied or used by 11 CONTRACTOR or any of CONTRACTOR's subcontractor of any tier in performing or providing 12 any portion of CONTRACTOR's obligations as outlined in this Agreement. If, in any suit, action, 13 proceeding or claim relating to the foregoing, a temporary restraining order or preliminary 14 injunction is granted, CONTRACTOR shall make every reasonable effort to secure the 15 suspension of the injunction or restraining order. If, in any such suit, action, proceeding or 16 claim, the services, software or any Equipment provided by CONTRACTOR or any part, 17 combination or process thereof, is held to constitute an infringement and its use is enjoined, 18 CONTRACTOR shall immediately (a) pay the reasonable direct out-of-pocket costs and 19 expenses to secure a license to use such infringing work, replace the infringing work or modify 20 the same so that it becomes non-infringing, and (b) make every reasonable effort to secure for 21 the COUNTY a license, at no cost to COUNTY, authorizing COUNTY's continued use of the 22 infringing work. If CONTRACTOR is unable to secure such license within a reasonable time, 23 CONTRACTOR, at its own expense and without impairing performance requirements of the 24 services, software, or any Equipment provided by CONTRACTOR as part of this Agreement, 25 shall either replace the affected services, software, or any Equipment provided by 26 CONTRACTOR as part of this Agreement, combination or process thereof, with non-infringing 27 services, software, or other equipment, or modify the same so that they become non-infringing. 28 The provisions of this Section 8 shall survive the termination of this Agreement. -17- 1 SECTION 9. -- INSURANCE 2 Without limiting COUNTY's right to obtain indemnification from CONTRACTOR or any 3 third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the 4 following insurance policies or a program of self-insurance, including but not limited to, an 5 insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the 6 Agreement: 7 A. Commercial General Liability 8 Commercial General Liability Insurance with limits of not less than Two Million Dollars 9 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars 10 ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may 11 require specific coverage including completed operations, product liability, contractual 12 liability, Explosion-Collapse-Underground, fire legal liability or any other liability 13 insurance deemed necessary because of the nature of the contract. 14 B. Automobile Liability 15 Comprehensive Automobile Liability Insurance with limits of not less than One Million 16 Dollars ($1,000,000.00) per accident for bodily injury and for property damages. 17 Coverage should include any auto used in connection with this Agreement. 18 C. Professional Liability 19 If CONTRACTOR employs licensed professional staff (e.g., Ph.D., R. N., L.C.S.W., 20 M.F.C.C.) while providing services, Professional Liability Insurance with limits of not less 21 than One Million Dollars ($1,000,000.00) per occurrence, and Three Million Dollars 22 ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. 23 Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a 24 period of three years following the termination of this Agreement, one or more policies of 25 professional liability insurance with limits of coverage as specified herein. 26 D. Worker's Compensation 27 A policy of Worker's Compensation insurance as may be required by the California 28 Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General -18- 1 Liability insurance naming the County of Fresno, its officers, agents, and employees, 2 individually and collectively, as additional insured, but only insofar as the operations 3 under this Agreement are concerned. Such coverage for additional insured shall apply 4 as primary insurance and any other insurance, or self-insurance, maintained by 5 COUNTY, its officers, agents and employees shall be excess only and not contributing 6 with insurance provided under CONTRACTOR's policies herein. This insurance shall 7 not be cancelled or changed without a minimum of thirty (30) days advance written 8 notice given to COUNTY. 9 E. Technology Professional Liability (Errors and Omissions) 10 Technology professional liability (errors and omissions) insurance with limits of not less 11 than Two Million Dollars ($2,000,000.00) per occurrence. Coverage shall encompass all 12 of the CONTRACTOR's duties and obligations that are the subject of this Agreement. 13 Coverage shall include, but not be limited to, any and all claims, damages, costs, fees, 14 regulatory fines and penalties, or forms of legal action involving Cyber Risks. 15 F. Cyber Liability 16 Cyber liability insurance with limits of not less than Two Million Dollars ($2,000,000.00) 17 per occurrence. Coverage shall include, but not be limited to, any and all claims, 18 damages, costs, fees, regulatory fines and penalties, or forms of legal action involving 19 Cyber Risks. The cyber liability policy shall be endorsed to cover the full replacement 20 value of, damage to, alteration of, loss of, theft of, ransom of, or destruction of intangible 21 property (including but not limited to information or data) that is in the care, custody, or 22 control of CONTRACTOR. 23 For purposes of the technology professional liability insurance and the cyber liability 24 insurance required under this Agreement, Cyber Risks include, but are not limited to, (i) 25 security breaches, which include disclosure of, whether intentional or unintentional, 26 information provided by COUNTY, information provided by or obtained from any inmate, 27 or personal-identifying information relating to any inmate, to an unauthorized third party; 28 (ii) breach of any of CONTRACTOR's obligations under this Agreement relating to data -19- 1 security, protection, preservation, usage, storage, transmission, and the like; (iii) 2 infringement of intellectual property including, but not limited to, infringement of 3 copyright, trademark, and trade dress; (iv) invasion of privacy, including any release of 4 private information; (v) information theft by any person or entity, whatsoever; (vi) 5 damage to or destruction or alteration of electronic information; (vii) extortion related to 6 CONTRACTOR's obligations under this Agreement regarding electronic information, 7 including information provided by COUNTY, information provided by or obtained from 8 any inmate, or personal-identifying information relating to any inmate; (viii) network 9 security; (ix) data breach response costs, including security breach response costs; (x) 10 regulatory fines and penalties related to CONTRACTOR's obligations under this 11 Agreement regarding electronic information, including information provided by 12 COUNTY, information provided by or obtained from an inmate, or personal-identifying 13 information relating to any inmate; and (xi) credit monitoring expenses. 14 Contractor hereby waives its right to recover from County, its officers, agents, and 15 employees any amounts paid by the policy of worker's compensation insurance required by this 16 Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may 17 be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation 18 under this paragraph is effective whether or not Contractor obtains such an endorsement. 19 Within thirty (30) days from the date CONTRACTOR executes this Agreement, 20 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all 21 of the foregoing policies, as required herein, to the County of Fresno, Facility Services, Attn: 22 Facility Manager, 4590 E. Kings Canyon Road, Fresno, CA 93702, stating that such insurance 23 coverage have been obtained and are in full force; that the County of Fresno, its officers, agents 24 and employees will not be responsible for any premiums on the policies; that for such worker's 25 compensation insurance the CONTRACTOR has waived its right to recover from the COUNTY, 26 its officers, agents, and employees any amounts paid under the insurance policy and that 27 waiver does not invalidate the insurance policy; that such Commercial General Liability 28 insurance names the County of Fresno, its officers, agents and employees, individually and -20- 1 collectively, as additional insured, but only insofar as the operations under this Agreement are 2 concerned; that such coverage for additional insured shall apply as primary insurance and any 3 other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, 4 shall be excess only and not contributing with insurance provided under CONTRACTOR's 5 policies herein; and that this insurance shall not be cancelled or changed without a minimum of 6 thirty (30) days advance, written notice given to COUNTY. 7 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein 8 provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate 9 this Agreement upon the occurrence of such event. 10 All policies shall be with admitted insurers licensed to do business in the State of California. 11 Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. 12 rating of A FSC VII or better. 13 SECTION 10. -- MODIFICATION 14 This Agreement may be modified from time to time by the written consent of all the 15 parties without, in any way, affecting the remainder. 16 17 SECTION 11. — NON - ASSIGNMENT 18 CONTRACTOR shall not assign, transfer or sub-contract this Agreement or any of its 19 respective rights or duties hereunder without the prior written consent of the COUNTY. 20 SECTION 12. -- AUDITS AND INSPECTIONS 21 CONTRACTOR shall at any time during business hours, and as often as the COUNTY 22 may deem necessary, make available to the COUNTY for examination all of its records and 23 data with respect to the matters covered by this Agreement. CONTRACTOR shall, upon 24 request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data 25 necessary to ensure CONTRACTORS' compliance with the terms of this Agreement. If this 26 Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be subject to the 27 examination and audit of the California State Auditor for a period of three (3) years after final 28 payment under contract (Government Code Section 8546.7). -21- 1 SECTION 13. -- NOTICES 2 The persons and their addresses having authority to give and receive written notices 3 under this Agreement include the following: 4 COUNTY OFFRESNO CONTRACTORS 5 County of Fresno - ISD The Gordian Group, Inc. 6 Director of Internal Services/ Ammon Lesher, Vice President Chief Information Officer 30 Patewood Dr., Building 2, Suite 350 7 333 W. Pontiac Way, Clovis, CA 93612 Greenville, SC 29615-6810 8 County of Fresno - Public Works and 9 Planning Director of Public Works and Planning 10 2220 Tulare Street, 611 floor Fresno, CA 93721-2127 11 All notices between the COUNTY and the CONTRACTOR provided for or permitted under 12 this Agreement must be in writing and delivered either by personal service, by first-class United 13 States mail, by an overnight commercial courier service, or by telephonic facsimile transmission. 14 A notice delivered by personal service is effective upon service to the recipient. A notice delivered 15 by first-class United States mail is effective three COUNTY business days after deposit in the 16 United States mail, postage prepaid, addressed to the recipient. A notice delivered by an 17 overnight commercial courier service is effective one COUNTY business day after deposit with the 18 overnight commercial courier service, delivery fees prepaid, with delivery instructions given for 19 next day delivery, addressed to the recipient. A notice delivered by telephonic facsimile is 20 effective when transmission to the recipient is completed (but, if such transmission is completed 21 outside of COUNTY business hours, then such delivery shall be deemed to be effective at the 22 next beginning of a COUNTY business day), provided that the sender maintains a machine record 23 of the completed transmission. For all claims arising out of or related to this Agreement, nothing in 24 this section establishes, waives, or modifies any claims presentation requirements or procedures 25 provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of 26 the Government Code, beginning with section 810). 27 28 -22- 1 SECTION 14. — LEGAL AUTHORITY 2 Each individual executing this Agreement on behalf of CONTRACTOR hereby 3 covenants, warrants, and represents: (i) that he or she is duly authorized to execute or attest 4 and deliver this Agreement on behalf of such entity, e.g. (without limitation), corporation, limited 5 liability company, limited partnership, partnership or sole proprietorship, in accordance with all 6 applicable formalities and under California law; (ii) that this Agreement is binding on such entity; 7 and (iii) that CONTRACTOR (as applicable) is a duly organized and legally existing corporation, 8 limited liability company, limited partnership, partnership or sole proprietorship in good standing 9 in the State of California. 10 SECTION 15. -- GOVERNING LAW 11 Venue for any action arising out of or relating to this Agreement shall only be in Fresno 12 County, California. The rights and obligations of the parties and all interpretation and 13 performance of this Agreement shall be governed in all respects by the laws of the State of 14 California. 15 SECTION 16. -- DISCLOSURE OF SELF-DEALING TRANSACTIONS 16 This provision is only applicable if the CONTRACTOR is operating as a corporation (a 17 for-profit or non-profit corporation) or if during the term of this agreement, the CONTRACTOR 18 changes its status to operate as a corporation. 19 Members of CONTRACTOR's Board of Directors shall disclose any self-dealing 20 transactions that they are a party to while CONTRACTOR is providing goods or performing 21 services under this agreement. A self-dealing transaction shall mean a transaction to which the 22 CONTRACTOR is a party and in which one or more of its directors has a material financial 23 interest. Members of CONTRACTOR'S Board of Directors shall disclose any self-dealing 24 transactions that they are a party to by completing and signing a Self-Dealing Transaction 25 Disclosure Form (Attachment G) and submitting it to the COUNTY prior to commencing with the 26 self-dealing transaction or immediately thereafter. 27 28 -23- 1 SECTION 17. -- ENTIRE AGREEMENT 2 This Agreement constitutes the entire agreement between CONTRACTOR and 3 COUNTY with respect to the subject matter hereof and supersedes all previous Agreement 4 negotiations, proposals, commitments, writings, advertisements, publications, and 5 understandings of any nature whatsoever unless expressly included in this Agreement. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 -24- 1 1N WITNESS WHEREOF, the parties hereto have executed this Agreement as of the 2 Effective Date. 3 4 CONTRACTOR COUNTY OF FRESNO 5 6 Nathan Magsig, Chairman of the Board of 7 Ammon T. Lesher, Vice-President Supervisors of the County of Fresno 8 g ATTEST: 10 Roy Kemper, Secretary Kemper, Bernice E. Seidel 11 Clerk of the Board of Supervisors County of Fresno, State of California 12 13 14 By: ' &c 15 Deputy 16 17 18 19 FOR ACCOUNTING USE ONLY: 20 ISD—FACILITY SERVICES 21 FUND: 1045 SUBCLASS: 10000 22 ORG No.: 8935 Account No.: 7205 23 24 DEPARTMENT OF PUBLIC WORKS AND PLANNING 25 Please see the page that follows. 26 27 28 -25- 1 DEPARTMENT OF PUBLIC WORKS AND PLANNING 2 3 Fund: 0400 Fund: 0400 4 Subclass: 10051 Subclass: 10100 Dept: 8851 Dept: 8830 5 Acct: 8150 Acct: 8150 Fund: 0400 Fund: 0701 6 Subclass: 10052 Subclass: 15001 Dept: 8852 Dept: 9015 7 Acct: 8150 Acct: 7295 Fund: 0001 Fund: 0720 8 Subclass: 10000 Subclass: 15000 9 Dept: 4360 Dept: 9020 Acct: 7295 Acct: 7295 10 Fund: 0001 Fund: 0700 Subclass: 10000 Subclass: 15000 11 Dept: 4365 Dept: 9026 Acct: 7295 Acct: 7295 12 Fund: 0001 Fund: 0710 Subclass: 11000 Subclass: 15000 13 Dept: 4510 Dept: 9028 14 Acct: 7295 Acct: 7295 Fund: 0001 Fund: 0801 15 Subclass: 10000 Subclass: 16900 Dept: 7205 Dept: 9140 16 Acct: 7295 Acct: 7295 Fund: 0001 Fund: 0400 17 Subclass: 10000 Subclass: 10061 Dept: 7910 Dept: 8861 18 Acct: 7295 Acct: 8150 19 Fund: 0400 Fund: 0400 Subclass: 10059 Subclass: 10060 20 Dept: 8859 Dept: 8860 Acct: 8150 Acct: 8150 21 22 23 24 25 26 27 28 -26-