HomeMy WebLinkAboutAgreement A-16-651 for Pump and Motor Repairs and Services.pdf-1-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
M A S T E R A G R E E M E N T
THIS AGREEMENT is made and entered into this _____day of November, 2016, by
the COUNTY OF FRESNO, a Political Subdivision of the State of California ("COUNTY"), and
each contractor listed in Exhibit A to this agreement (each a “CONTRACTOR” and collectively the
“CONTRACTORS”).
W I T N E S S E T H
WHEREAS, the COUNTY on July 20, 2016, issued Request for Quotation (RFQ)
No. 928-5484, and Addendum Number: ONE (1), a copy of which is on file with the Department
of Public Works and Planning, Special Districts Administrator, 2220 Tulare Street, Sixth Floor,
Fresno, California 93721 (collectively, “RFQ No 928-5484”), for pump and electrical motor
service and repair, including on-site repairs and replacement of water and wastewater related
items; and
WHEREAS, each CONTRACTOR submitted a response to RFQ No. 928-5484;
and
WHEREAS, the COUNTY has evaluated each CONTRACTOR’s Response to
RFQ No. 928-5484 and has determined that each CONTRACTOR is qualified and capable of
performing the work specified in RFQ No. 928-5484.
NOW, THEREFORE, in consideration of the mutual covenants, terms and
conditions herein contained, the COUNTY and each CONTRACTOR agree as follows:
1.OBLIGATIONS OF THE CONTRACTOR
A. SCOPE OF WORK / DUTIES:
Each CONTRACTOR shall provide, for the facilities listed in its portion of
Exhibit C to this agreement (Exhibit C is comprised of multiple subparts labeled Exhibit C-1,
Exhibit C-2, and so on, with one subpart for each CONTRACTOR), all services (including but
not limited to labor, material, parts, equipment, transportation, and taxes) related to the
following:
-2-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
1)On-site repair of pumps and ancillary equipment that does not require
in-shop repair service.
2) Supply of water pumps and electrical components for (or in
conjunction with) on-site work.
3) Pump removal and possible delivery to a pump or electric motor shop
as determined by County Special District staff.
4) Pick-up of pumps from pump or electric motor vendor or repair shops,
and delivery to specified County facilities.
5) Installation of pumps, electric motors, or both at water and wastewater
facilities, using a crane with the appropriate capabilities.
6) Repair or replacement of water and wastewater pressure-related
items and lines.
7) Rip wastewater treatment ponds.
8) Miscellaneous water and sewer line repairs.
9)In-shop repair services
10) Parts and Supplies
B. SERVICE RESPONSE REQUIREMENTS
Each CONTRACTOR must be available 24 hours per day, 7 days per week.
Although most facilities have a back-up system which allows for repairs during normal business
hours, in an emergency situation, it is the COUNTY’s expectation that each CONTRACTOR
should be capable of mobilizing and arriving on-site, with sufficient staff and equipment, at any of
the facilities designated on that CONTRACTOR’s portion of Exhibit C, within four (4) hours of
being contacted by COUNTY Representative.
C. Service shall be performed by each CONTRACTOR as needed upon
notification to that CONTRACTOR by a COUNTY Representative, as defined in section 2.B.
below. The notification may be given by telephone call, email, or other writing. Upon notification
by a COUNTY Representative, the CONTRACTOR shall provide to that COUNTY Representative
an estimated date and time the CONTRACTOR’s arrival at service site. The contact person for
-3-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
each CONTRACTOR is listed in Exhibit A.
D. ADDITIONAL WORK
If a CONTRACTOR determines that additional repairs will be required, or that
some other type of adjustment to the scope of the work initially requested by the COUNTY
Representative will be necessary, the CONTRACTOR must first contact the COUNTY
Representative for authorization or direction concerning such additional repairs or proposed
adjustment to the scope of requested work, before performing any such additional repairs or work.
E. NO RELATIONSHIP TO OTHER CONTRACTORS
Under this Agreement, each CONTRACTOR only has rights and obligations
with respect to the COUNTY. This Agreement creates no rights or obligations between any
CONTRACTORS; no CONTRACTOR has any right to receive performance under this
Agreement from, or to enforce any part of this Agreement against, any other CONTRACTOR.
2.OBLIGATIONS OF THE COUNTY
A. COUNTY shall compensate each CONTRACTOR as provided in this
Agreement.
B. There are two “COUNTY Representatives,” each of whom will represent
the COUNTY as provided in this agreement and will work with each CONTRACTOR in carrying
out the provisions of this Agreement. The COUNTY Representative for Group I facilities (Special
Districts and Disposal Sites) will be the COUNTY Director of the Department of Public Works and
Planning or his or her designee. The COUNTY Representative for Group II facilities (Facility
Services) will be the Internal Services Department, Facilities Services Division Manager or his or
her designee. Each CONTRACTOR shall communicate and coordinate with the appropriate
COUNTY Representative, based on the facilities designated on that CONTRACTOR’s portion of
Exhibit C, and each COUNTY Representative will provide the following services:
1)Examine documents submitted to the COUNTY by each
CONTRACTOR and timely render decisions pertaining thereto; and
2)Provide communication between each CONTRACTOR and COUNTY
officials and commissions.
-4-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
C. Each COUNTY Representative shall give consideration to all matters
submitted for approval by each CONTRACTOR in a manner that advances the mutual intent of
the COUNTY and the relevant CONTRACTOR to avoid any substantial delays in that
CONTRACTOR’s program of work.
3.TERM
The term of this Agreement shall be for a period of three (3) years,
commencing on November 1, 2016, through and including October 31, 2019.
This Agreement may be extended for two (2) additional consecutive twelve
(12) month periods as to any CONTRACTOR, upon written approval of both COUNTY and that
CONTRACTOR, no later than thirty (30) days prior to the first day of the next twelve (12) month
extension period. The Director of the Department of Public Works and Planning, or his or her
designee is authorized to execute such written approval on behalf of COUNTY, as to each
CONTRACTOR separately, based on that CONTRACTOR’s satisfactory performance.
4.TERMINATION
A. Non-Allocation of Funds - The terms of this Agreement, and the services to
be provided under it, are contingent on the approval of funds by the appropriating government
agency. Should sufficient funds not be allocated, the services provided may be modified, or this
Agreement terminated, at any time by the COUNTY giving the CONTRACTORS thirty (30) days
advance written notice.
B. Breach of Contract - The COUNTY may immediately suspend or terminate
this Agreement as to any CONTRACTOR in whole or in part, where in the determination of the
COUNTY there is:
1)An illegal or improper use of funds;
2)A failure to comply with any term of this Agreement;
3)A substantially incorrect or incomplete report submitted to the COUNTY;
4)Improperly performed service.
In no event shall any payment by the COUNTY constitute a waiver by the COUNTY
of any breach of this Agreement or any default which may then exist on the part of a
-5-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the
COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of
each CONTRACTOR the repayment to the COUNTY of any funds disbursed to that
CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not expended
in accordance with the terms of this Agreement. The CONTRACTOR shall promptly refund any
such funds upon demand.
C. Without Cause - Under circumstances other than those set forth above,
this Agreement may be terminated by the COUNTY as to any CONTRACTOR, or by any
CONTRACTOR as to the COUNTY, upon giving ninety (90) days advance written notice of an
intention to terminate to other party. In the event of such termination, the CONTRACTOR shall be
paid for satisfactory services or supplies provided to the date of termination.
5.COMPENSATION
A. The COUNTY shall only provide compensation and payment to each
CONTRACTOR for work authorized by the COUNTY Representative.
B. The COUNTY will compensate and pay each CONTRACTOR for labor,
travel time, parts, pump rigs, service trucks and equipment utilized for COUNTY authorized work
in accordance with the rates provided in Exhibit C.
In no event shall compensation paid by the COUNTY for services
performed under this Agreement by all CONTRACTORS exceed the maximum annual amount of
$600,000.00. The total maximum cumulative amount payable to all CONTRACTORS considered
collectively for the services to be provided under this agreement, including the initial three-year
term and the two potential one-year renewal periods, shall not exceed $3,000,000.00. All
expenses incidental to each CONTRACTOR’s performance of services under this Agreement
shall be borne by that CONTRACTOR.
///
///
///
///
-6-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
C. CPI ADJUSTMENT: For each of the two additional one-year renewal
periods past the three year term, if the COUNTY Representative and each CONTRACTOR allow
the Agreement to be automatically extended as to that CONTRACTOR, the CONTRACTOR’s
price quote(s) for hourly labor rates and travel time rate per mile will be increased by three percent
(3%).
6.INVOICING AND PAYMENT
A. Invoicing
Each CONTRACTOR shall prepare and send to the COUNTY a separate
invoice for each work project and for each facility where the work is performed. The invoice shall
be dated, have an invoice number, identify the facility where the work is performed, provide an
itemized description of what was repaired, replaced or improved, hours of labor (including when
hourly charges began and ended), rates, parts, quantities, costs and totals.
For Group I facilities, the invoices shall be sent to:
Fresno County Department of Public Works and Planning
Resources Division, Special Districts Section
2220 Tulare Street, Sixth Floor
Fresno, CA 93721-2106
For Group II facilities, the invoices shall be sent to:
Fresno County Internal Services Department
Facilities Services Division
4590 East Kings Canyon Road
Fresno, CA 93702
B. Payment
COUNTY shall pay each CONTRACTOR within forty-five (45) days after
receipt and verification of the accuracy and sufficiency of that CONTRACTOR’s invoice(s) by
the applicable department (for Group I facilities, the Department of Public Works and Planning;
for Group II facilities, the Internal Services Department). In the event that a submitted invoice
contains any errors or is otherwise determined to be insufficient, the applicable department will
request that corrections be made and a revised invoice shall be resubmitted by
CONTRACTOR. Each CONTRACTOR understands that the 45-day time frame shall
///
-7-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
commence only upon receipt and verification by the applicable department that a sufficient
invoice has been submitted.
7.INDEPENDENT CONTRACTOR
In performance of the work, duties and obligations assumed by each
CONTRACTOR under this Agreement, it is mutually understood and agreed that each
CONTRACTOR, including any and all of the CONTRACTOR’s officers, agents, and employees
will at all times be acting and performing as an independent contractor, and shall act in an
independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or
associate of the COUNTY. Furthermore, COUNTY shall have no right to control or supervise or
direct the manner or method by which each CONTRACTOR performs its work and function.
However, COUNTY shall retain the right to administer this Agreement so as to verify that each
CONTRACTOR is performing its obligations in accordance with the terms and conditions of this
Agreement.
Each CONTRACTOR and COUNTY shall comply with all applicable provisions
of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, each CONTRACTOR shall
have absolutely no right to employment rights and benefits available to COUNTY employees.
Each CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its
employees all legally-required employee benefits. In addition, each CONTRACTOR shall be solely
responsible and save COUNTY harmless from all matters relating to payment of that
CONTRACTOR’s employees, including compliance with Social Security withholding and all other
regulations governing such matters. The COUNTY acknowledges that during the term of this
Agreement, each CONTRACTOR may be providing services to others unrelated to the COUNTY
or to this Agreement.
8.MODIFICATION
Except as provided in section 12, this agreement may not be modified, and no
waiver is effective, except by another written agreement that is signed by all parties.
-8-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
9.NON-ASSIGNMENT
Neither the COUNTY nor any CONTRACTOR may assign, transfer or
sub-contract this Agreement nor its rights or duties under this Agreement, without the prior written
consent of the COUNTY and the CONTRACTOR seeking to make such assignment.
10. HOLD HARMLESS
Each CONTRACTOR agrees to indemnify, save, hold harmless, and at
COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all
costs and expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in
connection with the performance, or failure to perform, by that CONTRACTOR, its officers,
agents, or employees under this Agreement, and from any and all costs and expenses, damages,
liabilities, claims, and losses occurring or resulting to any person, firm, or corporation who may be
injured or damaged by the performance, or failure to perform, of that CONTRACTOR, its
officers, agents, or employees under this Agreement.
11. INSURANCE
Without limiting the COUNTY's right to obtain indemnification from each
CONTRACTOR or any third parties, each CONTRACTOR, at its sole expense, shall maintain in
full force and effect, the following insurance policies 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
-9-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
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.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Each 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 the 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 each CONTRACTOR signs and executes
this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated
above for all of the foregoing policies, as required herein, to the County of Fresno, Department of
Public Works and Planning, Resources Division, 2220 Tulare Street, 6th Floor, Fresno, California
93721, Attn: Special Districts Section, stating that such insurance coverage have been obtained
and are in full force; that the County of Fresno, its officers, agents and employees will not be
responsible for any premiums on the policies; that 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
-10-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
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 the CONTRACTOR’s policies required by this
Agreement; 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 a 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 as to that CONTRACTOR upon the occurrence of such
event.
All policies shall be issued by admitted insurers licensed to do business in the
State of California, and such insurance shall be purchased from companies possessing a current
A.M. Best, Inc. rating of A FSC VII or better.
12. ADDITION AND DELETION OF CONTRACTORS
The COUNTY reserves the right at any time during the term of this
Agreement to add new contractors to those listed in Exhibit A by written amendment signed
only by the COUNTY and the contractor or contractors to be added. Any such contractors
added must qualify according to the terms of RFQ No. 928-5484. Each CONTRACTOR
understands that any such additions will not affect compensation paid to any other
CONTRACTOR, and therefore such additions may be made by COUNTY without notice to or
approval of the CONTRACTORS under this Agreement. These same provisions shall apply to
the deletion of any CONTRACTOR listed in Exhibit A.
13. AUDITS AND INSPECTIONS
Each CONTRACTOR shall at any time during business hours, and as often as
the COUNTY may deem necessary, make available to the COUNTY for examination all of its
records and data with respect to the matters covered by this Agreement. Each CONTRACTOR
shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records
and data necessary to ensure that CONTRACTOR’s compliance with the terms of this Agreement.
If this Agreement exceeds ten thousand dollars ($10,000.00), each
-11-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONTRACTOR shall be subject to the examination and audit of the California State Auditor for a
period of three (3) years after final payment under contract (Government Code Section 8546.7).
14. NOTICES
The persons and their addresses having authority to give and receive notices under this
Agreement include the following:
COUNTY OF FRESNO CONTRACTOR(S)
Special Districts Administrator SEE EXHIBIT A
Department of Public Works and Planning
2220 Tulare Street, 6th Floor
Fresno, CA 93721
Internal Services Department
Facility Services Division
Facility Services Manager
4590 E. Kings Canyon Road
Fresno, CA 93702
Any and all notices between the COUNTY and any CONTRACTOR provided
for or permitted under this Agreement must be in writing and delivered either by personal service,
by first-class United States mail, by an overnight commercial courier service, or by telephonic
facsimile transmission. A notice delivered by personal service is effective upon service to the
recipient. A notice delivered by first-class United States mail is effective three COUNTY business
days after deposit in the United States mail, postage prepaid, addressed to the recipient. A notice
delivered by an overnight commercial courier service is effective one COUNTY business day after
deposit with the overnight commercial courier service, delivery fees prepaid, with delivery
instructions given for next day delivery, addressed to the recipient. A notice delivered by
telephonic facsimile is effective when transmission to the recipient is completed (but, if such
transmission is completed outside of COUNTY business hours, then such delivery shall be
deemed to be effective at the next beginning of a COUNTY business day), provided that the
sender maintains a machine record of the completed transmission. For all claims arising out of or
related to this Agreement, nothing in this section establishes, waives, or modifies any claims
presentation requirements or procedures provided by law, including but not limited to the
Government Claims Act (Division 3.6 of Title 1 of the Government Code, beginning with section
-12-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
810).
15. GOVERNING LAW
Venue for any action arising out of or related to this Agreement shall only be in
Fresno County, California.
The rights and obligations of the parties and all interpretation and performance
of this Agreement shall be governed in all respects by the laws of the State of California.
16.DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable to each CONTRACTOR that is operating as
a corporation (a for-profit or non-profit corporation), including if, during the term of the
agreement, the CONTRACTOR changes its status to operate as a corporation.
Members of the CONTRACTOR’s Board of Directors shall disclose any self-
dealing transactions that they are a party to while the CONTRACTOR is providing goods or
performing services under this agreement. A self-dealing transaction shall mean a transaction
to which the CONTRACTOR is a party and in which one or more of its directors has a material
financial interest. Members of the Board of Directors shall disclose any self-dealing
transactions that they are a party to by completing and signing a Self-Dealing Transaction
Disclosure Form, attached hereto as Exhibit D to this Agreement, and submitting it to the
COUNTY prior to commencing with the self-dealing transaction or immediately thereafter.
17.SEVERABILITY
Should any provision of this Agreement be found or deemed to be invalid by
a court of competent jurisdiction, this Agreement shall be construed as not containing such
provision, and all other provisions, which are otherwise lawful, shall remain in full force and
effect, and to this end the provision of this Agreement are hereby declared to be severable.
18. ENTIRE AGREEMENT
This Agreement constitutes the entire agreement between the CONTRACTOR
and COUNTY with respect to the subject matter hereof and supersedes all previous Agreement
negotiations, proposals, commitments, writings, advertisements, publications, and understanding
of any nature whatsoever unless expressly included in this Agreement. In the event of any
-13-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
inconsistency in interpreting the documents which constitute this Agreement, the inconsistency
shall be resolved by giving precedence in the following order of priority: (1) the text of this
Agreement, excluding all Exhibits other than Exhibit A and Exhibit B; (2) Exhibit C, contractor
pricing; and (3) Exhibit D, the self-dealing transaction form.
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
1 IN WITNESS WHEREOF, the parties have executed this Agreement on the date set
2 forth above.
3
CONTRACTORS:
4 SEE ADDITIONAL SIGNATURE PAGES
5 ATTACHED
6
7
8
9
10
11
12
13
14
15
16
17 FOR ACCOUNTING USE ONLY:
COUNTY OF FRESNO
By£_ ~(b~~
Ernest Buddy Men es, Cha1rman
Board of Supervisors
BERNICE E. SEIDEL, Clerk
Board of Supervisors
Date: bJ?Jx. Q:,J4\RA. I 5 1 'l-0 lfc
Various County Service Areas and Waterworks Districts:
18 Orgs 9140, 9141, 9145, 9150, 9250, 9154,9163,9170, 9166, 9172, 9322, 9320, 9181,9255,
19 9254,9212,9301,9244,9246,9247,9310,9249,9357,9358,9360,9361,9351,9362
20 Various Disposal Sites:
21
Orgs 9026 and 9020
22 Accounts: 7205, 7220, 7295
23 Facility Services:
Org: 8935 24 Account: 7205
25 Fund: 1045
26
27
28
Subclass: 10000
-14-
Master Agreement- Pump and Motor Services Exhibit A
Page 1 of 1
LIST OF CONTRACTORS
CONTRACTOR NAME ADDRESS CONTRACTOR CONTACT
1. Doug Koerper Construction P.O. Box 484
Shaver Lake, CA 93644
Contact: Doug Koerper
Phone: (559) 841-3747
Fax: (559) 841-2424
E-mail: dougkoerper@yahoo.com
2. American System Controls and
Integration, Inc.
510 Greger Street
Oakdale, CA 95361
Contact: Eric Houston
Phone: (209) 593-1176
E-mail: ehouston@americanscii.com
3. Gleim-Crown Pump, Inc. P.O. Box 12585
Fresno, CA 93778
Contact: Rowland Gleim
Phone: (559) 266-0584
Fax: (559) 266-9557
E-Mail: accounts@gleimcrownpump.com
4. Electric Motor Shop, Inc. 253 Fulton Street
Fresno, CA 93721
Contact: David Scott
Phone: (559) 650-1153
Fax: (559) 650-1134
E-Mail: dave.scott@electicmotorshop.com
Master Agreement- Pump and Motor Services Exhibit B
Page 1 of 2
Definitions
“Group I facilities” are water facilities, wastewater facilities, and disposal sites managed by the County
of Fresno, Resources Division, Special Districts and Disposal Site Sections, including Valley District
Facilities, Mountain District Facilities, Western District Facilities, and Disposal Sites.
“Valley District Facilities” is a sub-group within Group I comprised of water facilities, wastewater
facilities, or both at CSA 5 (Wildwood Island), CSA 10 (Cumorah Knolls), CSA 10A (Mansionette Estates),
CSA 14 (Belmont Manor), CSA 34WWTF (Millerton Newtown), CSA 34A (Brighton Crest), CSA 34B
(Ventana Hills), CSA 34C (Bella Vista), CSA 39AB (Beran Way), CSA 44A (Millerton Lake Mobile Home
Village), CSA 44C (River View Subdivision), CSA 44D (Monte Verdi Estates), WWD 38 (Millerton Lake Park
Estates Subdivision), WWD 42 (Alluvial Avenue/Fancher Avenue), and the Juvenile Justice Campus (JJC).
“Mountain District Facilities” is a sub-group within Group I comprised of water facilities, wastewater
facilities, or both at CSA 1 (Tamarack Estates), CSA 23 (Exchequer Heights), CSA 31B (Zone B: Downtown
Shaver), WWD 37 (Mile High), WWD 40 (Shaver Springs), WWD 41S (South of Shaver Lake- Sewer), and
WWD 41W (South of Shaver Lake- Water).
“Western District Facilities” is a sub-group within Group I comprised of water facilities, wastewater
facilities, or both at CSA 30 (El Porvenir Subdivision), CSA 32 (Cantua Creek Subdivision), CSA 43W (Raisin
City), and CSA 49 (O’Neill Farming Community).
“Disposal Sites” is a sub-group within Group I comprised of the American Avenue Disposal Site and the
Southeast Regional Disposal Site.
“Group II facilities” are various facilities managed by the County of Fresno, Facility Services Division,
located throughout the County.
“On-Site Repairs” means work performed at the Special Districts, Disposal Sites, or Facility Services
locations.
“In-Shop Repairs” means work performed on equipment that is brought to the contractor’s facility.
“Hourly Labor Rate (On-Site)” means the hourly labor rate per person for any On-Site Repairs.
“Hourly Labor Rate (In-Shop)” means the hourly labor rate per person for any In-Shop Repairs.
“Travel Time” means the cost per mile for travel to and from the contractor’s facilities and the work site.
“Parts Discount Percentage” means the percentage discounted from parts retail pricing to determine
the price charted to the County for those parts.
“1 Person Pump Rig” means a pump rig service truck with one operator
“2 Person Pump Rig” means a pump rig service truck with two operators
Master Agreement- Pump and Motor Services Exhibit B
Page 2 of 2
“1 Person 3-5 Ton Truck” means a 3-5 ton service truck with one operator
“2 Person 3-5 Ton Truck” means a 3-5 ton service truck with two operators
“1 Person 10 Ton Truck” means a 10 ton service truck with one operator
“2 Person 10 Ton Truck” means a 10 ton service truck with two operators
“Backhoe” means a backhoe with one operator
“Pickup/Delivery Rate” means the rate for contractor to pick up equipment from a site and deliver it to a
specified repair shop.
“Parts and Supplies” includes but is not limited to replacement parts and materials for: Flyght pumps;
Pump related electrical motors; Electrical pump controls; Motor rewinds; Electrical motor controls;
Motor rebuilds; Floats; Sealed electrical connections; Fuses – approximately 250 per year; Testing
equipment; Phase monitors; Well pump protection; Sewage pumps; Vertical jet pumps; End suction
type pumps; Horizontal split case pumps; Vertical multi-stage pumps; Gorman-Rupp sewage ejection
pumps; Mercoid pressure switches; Capacitors; G. E. motor starters; Relays; Submersible water
pumps; Wire; Electrical tools. All motor/pumps range from 0.5 to 125 horsepower. Brands for parts
required include but are not limited to General Electric, Cutler, Hammer, Square D., Klochner, Moler,
Furnas, Subtrol, Franklin, Baldor and Flyght.
Some work may require equipment that is not listed here. Work that is not listed will be discussed
between County Staff and Contractor prior to work being performed.
Master Agreement - Pump and Motor Services Exhibit C-1
Page 1 of 1
Valley District Facilities Western County District Facilities
Hourly Labor Rate (OnSite)Hourly Labor Rate (OnSite)
Travel Time Travel Time
Parts Discount Percentage Parts Discount Percentage
1 Man Pump Rig per hour 1 Man Pump Rig per hour
2 Man Pump Rig per hour 2 Man Pump Rig per hour
1 Man 3-5 Ton Truck per hour 1 Man 3-5 Ton Truck per hour
2 Man 3-5 Ton Truck per hour 2 Man 3-5 Ton Truck per hour
1 Man 10 Ton Truck per hour 1 Man 10 Ton Truck per hour
2 Man 10 Ton Truck per hour 2 Man 10 Ton Truck per hour
Backhoe per hour Backhoe per hour
Mountain District Facilities Disposal Sites
Hourly Labor Rate (OnSite)$60.00 Hourly Labor Rate (OnSite)
Travel Time -Travel Time
Parts Discount Percentage 25%Parts Discount Percentage
1 Man Pump Rig per hour $100.00 1 Man Pump Rig per hour
2 Man Pump Rig per hour $160.00 2 Man Pump Rig per hour
1 Man 3-5 Ton Truck per hour $170.00 1 Man 3-5 Ton Truck per hour
2 Man 3-5 Ton Truck per hour $230.00 2 Man 3-5 Ton Truck per hour
1 Man 10 Ton Truck per hour -1 Man 10 Ton Truck per hour
2 Man 10 Ton Truck per hour -2 Man 10 Ton Truck per hour
Backhoe per hour $120.00 Backhoe per hour
GROUP I In-Shop Repairs
Regular Hourly Rate (InShop)$60.00
Parts Discount Percentage 25%
Pickup/Delivery Rate $100 per hour
Facility Services On-Site Facility Services In-Shop
Regular Hourly Rate (OnSite)Regular Hourly Rate (InShop)
Overtime Hourly Rate (OnSite)Overtime Hourly Rate (InShop)
After Hour/Emergency Rate (OnSite)After Hour/Emergency Rate (InShop)
Travel Time Rate Travel Time Rate
Parts Discount Percentage Parts Discount Percentage
1 Man Pump Rig per hour
2 Man Pump Rig per hour
1 Man 3-5 Ton Truck per hour
2 Man 3-5 Ton Truck per hour
1 Man 10 Ton Truck per hour
2 Man 10 Ton Truck per hour
Backhoe per hour
Not Applicable
Not Applicable
Doug Koerper Construction
559-841-3747
dougkoerper@yahoo.com
GROUP I - On-Site Repairs
GROUP II
Not Applicable Not Applicable
Not Applicable
Master Agreement - Pump and Motor Services Exhibit C-2
Page 1 of 1
Valley District Facilities Western County District Facilities
Hourly Labor Rate (OnSite)$125.00 Hourly Labor Rate (OnSite)$125.00
Travel Time $2.75 per mile Travel Time $2.75 per mile
Parts Discount Percentage 10%Parts Discount Percentage 10%
1 Man Pump Rig per hour $175.00 1 Man Pump Rig per hour $175.00
2 Man Pump Rig per hour $300.00 2 Man Pump Rig per hour $300.00
1 Man 3-5 Ton Truck per hour $175.00 1 Man 3-5 Ton Truck per hour $175.00
2 Man 3-5 Ton Truck per hour $300.00 2 Man 3-5 Ton Truck per hour $300.00
1 Man 10 Ton Truck per hour $175.00 1 Man 10 Ton Truck per hour $175.00
2 Man 10 Ton Truck per hour $300.00 2 Man 10 Ton Truck per hour $300.00
Backhoe per hour $157.00 Backhoe per hour $157.00
Mountain District Facilities Disposal Sites
Hourly Labor Rate (OnSite)$125.00 Hourly Labor Rate (OnSite)$125.00
Travel Time $2.75 per mile Travel Time $2.75 per mile
Parts Discount Percentage 10%Parts Discount Percentage 10%
1 Man Pump Rig per hour $175.00 1 Man Pump Rig per hour $175.00
2 Man Pump Rig per hour $300.00 2 Man Pump Rig per hour $300.00
1 Man 3-5 Ton Truck per hour $175.00 1 Man 3-5 Ton Truck per hour $175.00
2 Man 3-5 Ton Truck per hour $300.00 2 Man 3-5 Ton Truck per hour $300.00
1 Man 10 Ton Truck per hour $175.00 1 Man 10 Ton Truck per hour $175.00
2 Man 10 Ton Truck per hour $300.00 2 Man 10 Ton Truck per hour $300.00
Backhoe per hour $157.00 Backhoe per hour $157.00
GROUP I In-Shop Repairs
Regular Hourly Rate (InShop)$125.00
Parts Discount Percentage 10%
Pickup/Delivery Rate $2.75 per mile
Facility Services On-Site Facility Services In-Shop
Regular Hourly Rate (OnSite)$125.00 Regular Hourly Rate (InShop)$125.00
Overtime Hourly Rate (OnSite)$175.00 Overtime Hourly Rate (InShop)$175.00
After Hour/Emergency Rate (OnSite)$175.00 After Hour/Emergency Rate (InShop)$175.00
Travel Time Rate $2.75 per mile Travel Time Rate $2.75 per mile
Parts Discount Percentage 10%Parts Discount Percentage 10%
1 Man Pump Rig per hour $175.00
2 Man Pump Rig per hour $300.00
1 Man 3-5 Ton Truck per hour $175.00
2 Man 3-5 Ton Truck per hour $300.00
1 Man 10 Ton Truck per hour $175.00
2 Man 10 Ton Truck per hour $300.00
Backhoe per hour $157.00
American Control Systems and Integration, Inc.
209-593-1176
ehouston@americanscii.com
GROUP I - On-Site Repairs
GROUP II
Master Agreement - Pump and Motor Services Exhibit C-3
Page 1 of 1
Valley District Facilities Western County District Facilities
Hourly Labor Rate (OnSite)See Below Hourly Labor Rate (OnSite)See Below
Travel Time -Travel Time -
Parts Discount Percentage N/A Parts Discount Percentage N/A
1 Man Pump Rig per hour $122.50 1 Man Pump Rig per hour $122.50
2 Man Pump Rig per hour $150.00 2 Man Pump Rig per hour $150.00
1 Man 3-5 Ton Truck per hour $162.50 1 Man 3-5 Ton Truck per hour $162.50
2 Man 3-5 Ton Truck per hour $202.50 2 Man 3-5 Ton Truck per hour $202.50
1 Man 10 Ton Truck per hour $218.75 1 Man 10 Ton Truck per hour $218.75
2 Man 10 Ton Truck per hour $236.25 2 Man 10 Ton Truck per hour $236.25
Backhoe per hour -Backhoe per hour -
Mountain District Facilities Disposal Sites
Hourly Labor Rate (OnSite)See Below Hourly Labor Rate (OnSite)See Below
Travel Time -Travel Time -
Parts Discount Percentage N/A Parts Discount Percentage N/A
1 Man Pump Rig per hour $147.00 1 Man Pump Rig per hour $122.50
2 Man Pump Rig per hour $217.50 2 Man Pump Rig per hour $150.00
1 Man 3-5 Ton Truck per hour $225.00 1 Man 3-5 Ton Truck per hour $162.50
2 Man 3-5 Ton Truck per hour $243.00 2 Man 3-5 Ton Truck per hour $202.50
1 Man 10 Ton Truck per hour $243.00 1 Man 10 Ton Truck per hour $218.75
2 Man 10 Ton Truck per hour $274.50 2 Man 10 Ton Truck per hour $236.25
Backhoe per hour -Backhoe per hour -
GROUP I In-Shop Repairs
Regular Hourly Rate (InShop)$110.00
Parts Discount Percentage N/A
Pickup/Delivery Rate $50.00
Facility Services On-Site Facility Services In-Shop
Regular Hourly Rate (OnSite)$122.50 Regular Hourly Rate (InShop)$88.00
Overtime Hourly Rate (OnSite)$220.50 Overtime Hourly Rate (InShop)$132.00
After Hour/Emergency Rate (OnSite)$220.50 After Hour/Emergency Rate (InShop)$132.00
Travel Time Rate -Travel Time Rate -
Parts Discount Percentage N/A Parts Discount Percentage N/A
1 Man Pump Rig per hour $122.50
2 Man Pump Rig per hour $150.00
1 Man 3-5 Ton Truck per hour $162.50
2 Man 3-5 Ton Truck per hour $202.50
1 Man 10 Ton Truck per hour $218.75
2 Man 10 Ton Truck per hour $236.25
Backhoe per hour -
Gleim-Crown Pump, Inc.
559-266-9557
accounts@gleimcrownpump.com
GROUP I - On-Site Repairs
GROUP II
Master Agreement - Pump and Motor Services Exhibit C-4
Page 1 of 1
Valley District Facilities Western County District Facilities
Hourly Labor Rate (OnSite)$120.00 Hourly Labor Rate (OnSite)$120.00
Travel Time $0.95 Travel Time $0.95
Parts Discount Percentage 0-30%Parts Discount Percentage 0-30%
1 Man Pump Rig per hour -1 Man Pump Rig per hour -
2 Man Pump Rig per hour -2 Man Pump Rig per hour -
1 Man 3-5 Ton Truck per hour -1 Man 3-5 Ton Truck per hour -
2 Man 3-5 Ton Truck per hour -2 Man 3-5 Ton Truck per hour -
1 Man 10 Ton Truck per hour -1 Man 10 Ton Truck per hour -
2 Man 10 Ton Truck per hour -2 Man 10 Ton Truck per hour -
Backhoe per hour -Backhoe per hour -
Mountain District Facilities Disposal Sites
Hourly Labor Rate (OnSite)$120.00 Hourly Labor Rate (OnSite)$120.00
Travel Time $0.95 Travel Time $0.95
Parts Discount Percentage 0-30%Parts Discount Percentage 0-30%
1 Man Pump Rig per hour -1 Man Pump Rig per hour -
2 Man Pump Rig per hour -2 Man Pump Rig per hour -
1 Man 3-5 Ton Truck per hour -1 Man 3-5 Ton Truck per hour -
2 Man 3-5 Ton Truck per hour -2 Man 3-5 Ton Truck per hour -
1 Man 10 Ton Truck per hour -1 Man 10 Ton Truck per hour -
2 Man 10 Ton Truck per hour -2 Man 10 Ton Truck per hour -
Backhoe per hour -Backhoe per hour -
GROUP I In-Shop Repairs
Regular Hourly Rate (InShop)$98.00
Parts Discount Percentage 0-30%
Pickup/Delivery Rate $0.95
Facility Services On-Site Facility Services In-Shop
Regular Hourly Rate (OnSite)$120.00 Regular Hourly Rate (InShop)$98.00
Overtime Hourly Rate (OnSite)$150.00 Overtime Hourly Rate (InShop)$120.00
After Hour/Emergency Rate (OnSite)$180.00 After Hour/Emergency Rate (InShop)$150.00
Travel Time Rate $0.95 Travel Time Rate $0.95
Parts Discount Percentage 0-30%Parts Discount Percentage 0-30%
1 Man Pump Rig per hour -
2 Man Pump Rig per hour -
1 Man 3-5 Ton Truck per hour -
2 Man 3-5 Ton Truck per hour -
1 Man 10 Ton Truck per hour -
2 Man 10 Ton Truck per hour -
Backhoe per hour -
Electric Motor Shop, Inc.
559-650-1153
dave.scott@electricmotorshop.com
GROUP I - On-Site Repairs
GROUP II
Master Agreement- Pump and Motor Services Exhibit D
Page 1 of 2
SELF-DEALING TRANSACTION DISCLOSURE FORM
In order to conduct business with the County of Fresno (hereinafter referred to as
“County”), members of a corporation’s board of directors of the Consultant, must
disclose any self -dealing transactions that they ar e a party to while providing goods,
performing services, or both for the County. A self -dealing transaction is defined
below:
“A self-dealing transaction means a transaction to which the corporation is a party and
in which one or more of its directors has a material financial interest”
The definition above will be utilized for purposes of completing this disclosure form.
INSTRUCTIONS
(1) Enter board member’s name, job title (if applicable), and date this disclosure is
being made.
(2) Enter the board member’s company/agency name and address.
(3) Describe in detail the nature of the self -dealing transaction that is being
disclosed to the County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the
transaction; and
b. The nature of the material financial interest in the Corporation’s
transaction that the board member has.
(4) Describe in detail why the self -dealing transaction is appropriate based on
applicable provisions of the Corporations Code.
(5) Form must be signed by the board member that is involved in the self -dealing
transaction described in Sections (3) and (4).
Master Agreement- Pump and Motor Services Exhibit D
Page 2 of 2
Page 2 of 2
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to):
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a):
(5) Authorized Signature
Signature: Date: