HomeMy WebLinkAboutAgreement A-18-529 Master Agreement.pdf1
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
MASTER AGREEMENT FOR ROOFING MAINTENANCE SERVICES
THIS MASTER AGREEMENT FOR ROOFING MAINTENANCE SERVICES
("Agreement") is made and entered into this __ day of ____ _, 2018 ("Effective Date''),
by and between the County of Fresno, a political subdivision of the State of California
("COUNTY"), and each contractor (each a "CONTRACTOR" and collectively the
"CONTRACTORS") listed in Attachment A to this Agreement, which is attached and
incorporated by reference, and such additional CONTRACTORS as may, from time to time
during the term of this Agreement, be added by COUNTY. COUNTY and each CONTRACTOR
may be referred to as a "Party" or collectively as "Parties" to this Agreement.
WITNESS ETH
WHEREAS, on June 7, 2018, COUNTY issued Request for Statement of Qualifications
(RFSQ) No. 18-051, and Addendum Number One (1) for roofing services, where the County
desired to award multiple vendors;
WHEREAS, three (3) CONTRACTORS submitted responsive bids to the RFSQ: Absolute
Urethane, Best Contracting Services, Inc., and Nations Roof West, LLC;
WHEREAS, the COUNTY evaluated each CONTRACTO R's response to the RFSQ and
determined that all of the aforementioned CONTRACTORs were qualified and capable of
performing the work specified in the RFSQ; and
WHEREAS, COUNTY now desires to enter into an Agreement with each CONTRACTOR
listed in Attachment A to expeditiously provide for the COUNTY's needs for roofing maintenance
services, as provided herein.
NOW, THEREFORE, in consideration of their mutual covenants and conditions, the parties
agree as follows:
SECTION 1. --SERVICES
A.COUNTY's RFSQ and each CONTRACTOR's Response, both of which are attached as
Attachments 8 and C, respectively, are incorporated by reference and are made a part of
this Agreement. Each CONTRACTOR will be identified as C-1, C-2, C-3, and so on; each
subpart lettering will identify each CONTRACTOR's Response to the RFSQ.
-1-
11th September
Agreement No. 18-529
-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
B.Each CONTRACTOR shall comply with all applicable Federal, State, County, and City
regulations regarding wages, hours, and working conditions.
C.COUNTY shall provide a County representative (“County Representative”) to represent the
COUNTY who will work with each CONTRACTOR to carry out CONTRACTOR’s
obligations under this Agreement. The County Representative will be the COUNTY’s
Facilities Division manager and his or her designees. The contact person for each
CONTRACTOR is listed in Attachment A, which is attached and incorporated by reference.
D.SELECTING CONTRACTORS FOR NON-EMERGENCY MAINTENANCE SERVICE
REQUESTS -- For non-emergency maintenance service requests, which will be on an as-
needed basis throughout the term of this Agreement, the County Representative will
request bids from at least two (2) CONTRACTORS listed in Exhibit A. After bids are
submitted to COUNTY, the lowest bidder may be awarded the maintenance work, subject
to approval by the Purchasing Manager. No single maintenance project shall exceed
$75,000 in total cost.
E.SELECTING CONTRACTORS FOR NON-EMERGENCY BID REPAIR SERVICE
REQUESTS -- COUNTY shall require a request for bids from interested CONTRACTORs
for roofing repair services on an as-needed basis throughout the term of this Agreement.
The COUNTY shall issue a request for bids to all CONTRACTORS listed on Exhibit A, and
bids shall be due not less than ten (10) days following the date that COUNTY has
completed the issuance of its request for bids to the CONTRACTORS. When a request for
bids is released, COUNTY may require CONTRACTORs interested in submitting a bid to
attend a site inspection of the building identified in the bid. Decision to require a site
inspection, or lack thereof, will be at the sole discretion of COUNTY. COUNTY will
communicate such information to all CONTRACTORs in writing at the time of release of its
request for bids. The selection of the successful responding CONTRACTOR will be based
on COUNTY’s evaluation of the bids submitted by each CONTRACTOR, with the bid
awarded to the CONTRACTOR with the lowest bid (clear itemization of cost for parts labor
hours, tax and freight). If a request for bids seeks optional or extra services or similar
additional services, the selection, if any, of the CONTRACTOR for that project will be
based
-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
on award to the bidder having submitted the lowest responsive base bid. When submitting
a bid, each CONTRACTOR must reference its cost of services to those provided by such
CONTRACTOR in Attachment C. No single roofing repair project shall exceed $75,000 in
total cost.
F.For emergency service calls, a County Representative will contact CONTRACTORS listed
in Exhibit A via a round-robin scheduling process via telephone or email, informing the
contacted CONTRACTOR of details of service request. If a CONTRACTOR accepts a
service request via telephone, COUNTY will send a follow-up email confirming the details
of the service request. The round-robin scheduling process will provide each
CONTRACTOR in Exhibit A an opportunity to respond to a service request in such
scheduled order. The scheduling process will move through CONTRACTORs in a circular
order, handling all processes without priority. If a CONTRACTOR does not acknowledge
ability to fulfill the service request within the time required by the COUNTY, COUNTY will
then contact the next CONTRACTOR in the scheduling process, and the CONTRACTOR
who was first contacted but unable to meet the COUNTY’s needs will not receive any
preference in any future service requests. Each CONTRACTOR must reference its cost of
services to those provided by that CONTRACTOR in the Attachment C series.
G.The required response levels for emergency service calls are as follows:
LEVEL I – Requires onsite response within one (1) hour or less.
LEVEL II – Requires onsite response within four (4) hours or less.
LEVEL III – Requires onsite response at 7:00 AM, the next normal working day.
Determination of call response level is at the discretion of the County Representative or
his/her authorized representative(s). Failure to furnish emergency response services
within the above-specified required response time may result in one or more of the
following consequences: withholding of payment or termination of this Agreement as to the
breaching CONTRACTOR only.
H. SECURITY – Failure to fully comply with the security requirements as set forth in this
Section 1(F) will be considered a breach of contract and shall result in termination of this
-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
Agreement for default as to the breaching CONTRACTOR only. CONTRACTOR personnel
shall cooperate with all COUNTY Security personnel at all times and shall be subject to and
conform to COUNTY security rules and regulations. Any violations or disregard of these
rules may be cause for denial of access to COUNTY property. COUNTY may change these
policies and procedures at any time, without any prior notice to CONTRACTOR. It is the
CONTRACTOR’s responsibility to have the most recent versions of the Exhibits below.
1.CONTRACTOR acknowledges that the Juvenile Justice Campus (JJC) and the
Fresno Sheriff – Coroner’s Office (FSCO) Jail Detention Facilities are “no-hostage
facilities”. CONTRACTOR(s) shall ensure that its employees and any sub-
contractors working in the JJC, and associated facilities, agree to abide by
COUNTY’S rules for a no-hostage facility as set forth in Attachment E and F,
attached and incorporated by this reference. CONTRACTOR shall plan and
execute all work in such a manner as to prevent a security breach of the JJC and
FSCO detention facilities or any other COUNTY secured facility.
2.CONTRACTOR shall comply with all Prison Rape Elimination Act (PREA)
standards for juvenile correctional facilities as set forth in Attachment G, attached
and incorporated by this reference. The Probation Department shall provide
Trainings, as necessary, at no charge to CONTRACTOR. CONTRACTOR shall
comply with all Probation Department Policies and Procedures. In the event of a
dispute involving COUNTY staff and a CONTRACTOR employee or subcontractor,
the on-duty Facility Administrator will have the final decision. Information on the
Prison Rape Elimination Act can be found at: http://www.prearesourcecenter.org/.
3.When a bid is released, as specified in Section 1 (D) above, COUNTY may require
CONTRACTORs who are interested in submitting a bid to have their respective
staff pass a background investigation through the Fresno County’s Sheriff –
Coroner Office, as stated in Attachment H, attached and incorporated by this
reference, prior to commencing services on the specified bid project. Decision to
-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
require a background investigation on a bid, or lack thereof, will be at the sole
discretion of the COUNTY and will be relayed to all CONTRACTORs at time of bid
release.
I.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.
J.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 the work to be
done.
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 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.
-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
CONTRACTOR shall comply with Labor Code section 1775 and shall forfeit as a
penalty to COUNTY Two Hundred Dollars ($200.00) for each calendar day or portions
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 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 of their subcontractors shall keep an accurate record
showing the name, address, social security number, work classification, straight time and
overtime hours worked each day and week, and the actual per diem wages paid to each
journeyman, apprentice, worker, or other employee employed by 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 has 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.
H.Licensing – CONTRACTOR shall possess at all times, and maintain proof of, during the
Term of this Agreement, a current State of California contractor’s License, Class C-39 or
another license class that covers the work to be performed. CONTRACTOR must
immediately give notice to the COUNTY if this license is suspended or revoked at any time
during the Term of this Agreement. If at any time during the Term of this Agreement,
-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
CONTRACTOR’S license, as described in this Section 1(H), is not in full force and effect,
this shall be grounds for immediate Termination, in accordance with Section 6.
SECTION 2. -- TERM
The initial term of this Agreement shall be for a period of three (3) years, commencing on
September 11, 2018, through and including September 10, 2021 (“Term”). This Agreement may
be extended for two (2) additional consecutive twelve (12) month periods upon written approval of
both COUNTY and CONTRACTOR, no later than thirty (30) days prior to the first day of the next
twelve (12) month extension period. COUNTY’s Director of Internal Services/Chief Information
Officer or his or her designee, is authorized to execute such written approval on behalf of COUNTY
based on CONTRACTOR’s satisfactory performance.
SECTION 3. -- COMPENSATION
COUNTY shall only provide compensation and payment to each CONTRACTOR for work
authorized by the County Representative. Except for emergency services, this authorization must
be in writing. COUNTY agrees to pay each CONTRACTOR and each CONTRACTOR agrees to
receive compensation in accordance with each CONTRACTOR’S respective rates provided in
Attachment C. In no event shall the total compensation paid to CONTRACTOR(S) for the entire
potential five-year term of this Agreement exceed the sum of two million dollars ($2,000,000).
SECTION 4. – INVOICING
Each CONTRACTOR shall submit invoices in accordance with the rates and charges agreed
upon for the services provided to the COUNTY by that CONTRACTOR during the previous
monthly billing period on the first day of the month. Each invoice shall reference this Agreement
number, the date and name of the facility where the services were performed, and a clear
itemization of services performed, and shall be mailed to The County of Fresno, ISD, ATTN:
Business Office (A/P Division), 333 W. Pontiac Way, Clovis, CA 93612. COUNTY shall make
payment to CONTRACTOR(S) no later than forty-five (45) days after receipt and approval of each
invoice, which shall be given upon verification of satisfactory performance.
SECTION 5. -- INDEPENDENT CONTRACTORS
-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
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 CONTRACTOR(S) officers, agents, subcontractors, and employees shall at all
times be acting and performing as independent contractors, 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 CONTRACTORS shall perform their work and function. However,
CONTRACTOR’S methods must be compatible with COUNTY's standards and must result in
satisfactory and timely completion of the work assigned, and the quality and quantity of work
produced must be acceptable to the COUNTY. COUNTY retains the right to verify that each
CONTRACTOR is performing their obligations in accordance with this Agreement’s terms and
conditions. CONTRACTOR(S) and COUNTY shall comply with all applicable provisions of law
and the rules and regulations, if any, of governmental authorities having jurisdiction over matters
covered by this Agreement.
Because of their status as independent contractors, CONTRACTOR(S) shall have
absolutely no right to employment rights and benefits available to COUNTY employees.
CONTRACTOR(S) shall be solely liable and responsible for providing to, or on behalf of, their
employees all legally required employee benefits. In addition, CONTRACTOR(S) shall be solely
responsible and shall hold the COUNTY harmless from all matters relating to payment of
CONTRACTORS' employees, including compliance with Social Security withholding, and all
other regulations governing such matters. It is acknowledged that during the term of this
Agreement, CONTRACTOR(S) may be providing services to others unrelated to the COUNTY
or to this Agreement.
SECTION 6. -- TERMINATION OF AGREEMENT
This Agreement may be terminated for the following reasons:
A.Non-Allocation of Funds - The terms of this Agreement and any extensions, and the
services to be provided, are contingent on the approval of funds by the appropriating
-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
government agency. If sufficient funds are not allocated, the services provided may be
modified, or this Agreement terminated at any time by giving all or some
CONTRACTORS thirty (30) days advance written notice.
B.Breach of Contract - COUNTY may immediately suspend or terminate this Agreement in
whole or in part, where in the determination of the COUNTY there is:
1.An illegal or improper use of funds;
2.A failure to comply with any term of this Agreement
3.A substantially incorrect or incomplete report submitted to the COUNTY;
or
4.Improperly performed services.
In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of
any breach of this Agreement or any default which may then exist on the part of the
CONTRACTORS. Such payment shall not impair or prejudice any remedy to the
COUNTY with respect to the breach or default. COUNTY shall have the right to demand
of the CONTRACTOR(S) the repayment to the COUNTY of any funds disbursed to the
CONTRACTOR(S) under this Agreement, which in the judgment of the COUNTY were
not expended in accordance with the terms of this Agreement. CONTRACTOR(S) shall
promptly refund any such funds upon demand.
C.Without Cause - Under circumstances other than those set forth above, this Agreement
may be terminated by COUNTY by giving thirty (30) days advance written notice of an
intention to terminate to CONTRACTOR. In the event of such termination, COUNTY
shall pay CONTRACTOR for satisfactory services or supplies provided up until the date
of termination.
D.Termination of One or More Contractors - In the event that COUNTY terminates this
Agreement as to one or more CONTRACTORS, this Agreement shall stay in full force
and effect as to the remaining CONTRACTORS. Termination of one or more
CONTRACTOR from this Agreement shall not terminate the Agreement as to the
remaining CONTRACTORS.
-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
SECTION 7. -- HOLD HARMLESS AND INDEMNIFICATION
CONTRACTOR(S) agree to indemnify, save, hold harmless, and at COUNTY’s request
defend the COUNTY, its officers, agents and employees, from any and all costs and expenses
(including attorney’s fees and costs), claims, suits, liabilities, losses and damages occurring or
resulting to COUNTY in connection with the performance, or failure to perform, by
CONTRACTOR(S), their officers, agents or employees under this Agreement, and from any and
all costs and expenses (including attorney’s fees and costs), damages, liabilities, claims and
losses occurring or resulting to any person, firm or corporation who may be injured or damaged
by the performance, or failure to perform, of CONTRACTOR(S), their officers, agents,
subcontractors, assigns, or employees under this Agreement. The provisions of this paragraph
shall survive the termination of this Agreement.
SECTION 8. -- INSURANCE
Without limiting COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, each CONTRACTOR, at its sole expense, shall maintain in full force and effect, the
following insurance policies or a program of self-insurance, including but not limited to, an
insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the
Agreement:
A.Commercial General Liability
Commercial General Liability Insurance with limits of not less than Two Million Dollars
($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require
specific coverage including completed operations, product liability, contractual liability,
Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed
necessary because of the nature of the contract.
B.Automobile Liability
Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars
($1,000,000.00) per accident for bodily injury and for property damages. Coverage should
include any auto used in connection with this Agreement.
-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
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.
Contractor hereby waives its right to recover from County, its officers, agents, and
employees any amounts paid by the policy of worker’s compensation insurance required by this
Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may
be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation
under this paragraph is effective whether or not Contractor obtains such an endorsement.
Within thirty (30) days from the date CONTRACTOR 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, 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
-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
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.
SECTION 9. -- MODIFICATION
This Agreement may be modified from time to time by the written consent of all the
parties without, in any way, affecting the remainder.
SECTION 10. – NON - ASSIGNMENT
CONTRACTOR(S) shall not assign, transfer or sub-contract this Agreement or any of its
respective rights or duties hereunder, without the prior written consent of the COUNTY.
SECTION 11. -- AUDITS AND INSPECTIONS
CONTRACTOR(S) 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. CONTRACTOR(S)
shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such
records and data necessary to ensure CONTRACTORS' compliance with the terms of this
Agreement. If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR(S)
-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
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).
SECTION 12. -- NOTICES
The persons and their addresses having authority to give and receive written notices
under this Agreement include the following:
COUNTY OF FRESNO CONTRACTORS
County of Fresno-ISD As indicated on
Director of Internal Services/
Chief Information Officer
333 W. Pontiac Way, Clovis, CA 93612
Isdap-ar@FresnoCountyCA.gov
ATTACHMENT A
Any and all notices between the COUNTY and the CONTRACTORS provided for or
permitted under this Agreement or by law shall be in writing and shall be deemed duly served
when personally delivered to all of the parties, or in lieu of such personal service, when deposited
in the United States Mail, postage prepaid, addressed to such party, or by electronic mail sent to
CONTRACTOR at CONTRACTOR’s email address identified by the email address on Attachment
B, or if to COUNTY, at COUNTY’s email address noted above.
SECTION 13. ADDITION AND DELETION OF CONTRACTORS
The Director of Internal Services/Chief Information Officer (CIO), reserves the right at any
time during the term of this Agreement to add and delete CONTRACTORS to those listed in
Attachment A, all subject to the County Counsel approval as to legal form and County Auditor-
Controller/Treasurer-Tax Collector approval as to accounting form. It is understood any such
additions and removals will not affect compensation paid to any other CONTRACTOR, and
therefore such additions and removals may be made by COUNTY without notice to or approval
of the CONTRACTORs under this Agreement. Any such CONTRACTORS added must qualify
according to the terms of RFSQ No. 18-051. CONTRACTORS also agree that inclusion on
Attachment A does not constitute a guarantee or promise that any CONTRACTOR shall provide
any certain amount of work or services to COUNTY under this Agreement. Each
-14-
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 understands that any such additions will not affect their compensation. These
same provisions apply to the termination of any CONTRACTOR listed in Attachment A.
By executing a signature page, each CONTRACTOR becomes a signatory to this
Agreement, and agrees that it is party to this Agreement with the COUNTY and is bound by its
terms.
SECTION 14. – LEGAL AUTHORITY
Each individual executing this Agreement on behalf of a CONTRACTOR hereby
covenants, warrants, and represents: (i) that he or she is duly authorized to execute or attest
and deliver this Agreement on behalf of such entity, e.g. (without limitation), corporation, limited
liability company, limited partnership, partnership or sole proprietorship, in accordance with all
applicable formalities and under California law; (ii) that this Agreement is binding on such entity;
and (iii) that CONTRACTOR (as applicable) is a duly organized and legally existing corporation,
limited liability company, limited partnership, partnership or sole proprietorship in good standing
in the State of California.
SECTION 15. -- GOVERNING LAW
Venue for any action arising out of or relating 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.
SECTION 16. -- DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the CONTRACTOR is operating as a corporation (a
for-profit or non-profit corporation) or if during the term of this agreement, the CONTRACTOR
changes its status to operate as a corporation.
Members of CONTRACTOR’s Board of Directors shall disclose any self-dealing
transactions that they are a party to while CONTRACTOR is providing goods or performing
services under this agreement. A self-dealing transaction shall mean a transaction to which the
CONTRACTOR is a party and in which one or more of its directors has a material financial
interest. Members of CONTRACTOR’S Board of Directors shall disclose any self-dealing
-15-
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
transactions that they are a party to by completing and signing a Self-Dealing Transaction
Disclosure Form (Attachment D) and submitting it to the COUNTY prior to commencing with the
self-dealing transaction or immediately thereafter.
SECTION 17 – TIME IS OF THE ESSENCE
Time is of the essence in the CONTRACTORs’ performance of this Agreement.
SECTION 18. -- ENTIRE AGREEMENT
This Agreement constitutes the entire agreement between CONTRACTOR and
COUNTY with respect to the subject matter hereof and supersedes all previous Agreement
negotiations, proposals, commitments, writings, advertisements, publications, and
understandings of any nature whatsoever unless expressly included in this Agreement.
In the event of any inconsistency in interpreting the documents which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the following order of
priority: (1) the text of this Agreement, including Attachments A and D, E, F, G and H, (2) The
COUNTY’s RFSQ (Attachment B); and (3) each respective CONTRACTOR’s response to the
RFSQ, Attachment series C.
//
//
//
//
//
//
IN WITNESS WHEREOF , the parties hereto have executed this Master Agreement for
2 Roofing Maintenance Services as of the Effective Date .
3
4 CONTRACTOR
5
6
7 See Additional Signature Pages Attached
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
FOR ACCOUNTING USE ONLY:
FUND : 1045
SUBCLASS : 10000
ORG No .: 8935
Account No .: 7205
By:
-16-
COUNTY OF FRESNO
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno , State of California
1 By executing this signature page, CONTRACTOR becomes a signatory to the Master 2 Agreement for Roofing Maintenance Services (the "Agreement), dated <?£ l 9-l , 2018 and 3 agrees that it is a party to the Agreement 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
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Eric Plaza, President
� ..c::::::::::::----,:;:::;::::;::-
�V\w�
Absolute Urethane 6614 S. Elm Ave. Fresno, CA 93706
-17-
1 By executing this signature page, CONTRACTOR becomes a signatory to the Master
2 Agreement for Roofing Maintenance Services (the "Agreement), dated ~. \ \ , 2018 and
3 agrees that it is a party to the Agreement 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
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONTRACTOR
Best Contracting Services, Inc.
Moji Tabazadeh, President
Bes Contracting Services, Inc.
19027 S. Hamilton Ave.
Gardena, CA 90248
-18-
1 By executing this signature page , CONTRACTOR becomes a signatory to the Master
2 Agreement for Roofing Maintenance Services (the "Agreement), dated ~\.. \ \ , 2018 and
3 agrees that it is a party to the Agreement 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
12
13 Nations Roof West , LLC .
14 5463 E. Hedges Ave.
15 Fresno, CA 93727
16
17
18
19
20
21
22
23
24
25
26
27
28
-19-
CONSULTANT NAME Absolute Urethane Best Contracting Services, Inc. Nations Roof West, LLC PARTICIPATING CONTRACTORS ADDRESS *GIVE & RECEIVE NOTICES 6614 S. Elm Ave. Eric & Carolyn Plaza, President & Fresno, CA 93706 VP carol~n@absolute urethane.com; omar@absoluteurethane.com {559) 241-0160 19027 S. Hamilton Moji Tabazadeh, President Ave. Kayhan Fatemi Gardena, CA 90248 kfatemi@bestcontracting.com {310) 328-6969 5463 E. Hedges Ave Sean Rauch, Manager Fresno, CA 93727 srauch@nationsroof.com {559) 252-1255 ATTACHMENT A Page 1 of 1
Issuance Date: Closing Date: Submittals: Clarifications: Cost Limit for Agreement(s): Organization ATTACHMENT B REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-051 COUNTY OF FRESNO ROOFING SERVICES June 7, 2018 June 27, 2018 at 2:00 PM Submit RFSQ response electronically on the Bid Page at Public Purchase. All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on June 18, 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. $6,000,000.00 Individual/Contact Person Title Street Address/P.O. Box City State Zip Code Telephone Fax Number E-Mail Address Purchasing Use: DH:st ORG/Requisition: 8935 / 1321801134 G:\PUBLIC\REQUESTS FOR QUALIFICATIONSIFY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 TABLE OF CONTENTS PAGE I. INTRODUCTION AND OVERVIEW ....................................................................... 3 II. SCOPE OF WORK ................................................................................................. 3 Ill. COMPENSATION .................................................................................................. 6 IV. INVOICING ............................................................................................................. 6 V. AGREEMENT TERM .............................................................................................. 6 VI. SB854/ PREVAILING WAGE ................................................................................. 6 VII. CONFLICT OF INTEREST STATEMENT .............................................................. 7 VIII. SOQ SUBMITTAL REQUIREMENTS .................................................................... 7 IX. SELECTION PROCEDURE ................................................................................... 9 X. INSURANCE REQUIREMENTS ............................................................................. 9 XI. APPEALS ............................................................................................................. 10 Attachments: Exhibit A -Quotation Schedule Exhibit B -Service Level Agreement (Warranty) Exhibit C -Reference List Exhibit D -Background Investigations & Identification (ID) Badges Exhibit E -The Prison Rape Elimination (PREA) Act Exhibit F -No Hostage Situations Exhibit G -No Hostage Policy 2 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 I. INTRODUCTION AND OVERVIEW The County of Fresno on behalf of the Internal Services Department, Facility Services Division (Facility Services) is requesting quotations from qualified vendors to provide roofing services on an as-needed basis for various types of buildings located throughout Fresno County. Services may include, but are not limited to inspecting, installing, cleaning, maintaining, repairing, removing, and all other work associated with roofing systems for buildings located throughout Fresno County (County). The County owns and/or occupies a variety of buildings varying in size, type, and age with various types of roofing systems that include, but are not limited to, modified bitumen, asphalt shingle, composition shingles, metal roofing, built up roof membrane, structural roof panel system, spray polyurethane foam elements, elastomeric coatings, and single-ply and two-ply membrane roofing. Qualified contractor's must furnish all labor, materials, tools, equipment, supplies, services, tasks and incidental customary work necessary to competently perform all small and large-scale roofing services. Contractor's must possess the correct contractor's license for the types of work performed. Contractors who can demonstrate experience, capability, and quality of work may be awarded a Master Agreement for a term of up to 3-years with two optional 1-year extensions. Facility Services intends to spend approximately $6,000,000 for the potential 5-year term of the agreement. It is the intent of the County to engage several contractors under one Master Agreement to provide the professional services described herein. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected vendor 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 vendor(s) prior to Board of Supervisors' approval on a services agreement. II. SCOPE OF WORK A. Roofing Services -Qualified vendors shall provide roofing services on an as-needed basis to various buildings throughout Fresno County. The scope of work can include, but is not limited to, the following: • Installing new roof materials as prescribed by roofing manufacturers • Repairing surfaces that seal, waterproof, and weatherproof structures • Complete roof inspections and examination services • Demolition, removing and disposing of existing roof materials, felt paper and batts, and warranties shall be in force for their full term, roof jacks, valley flashing, fascia gutters and ridge vent systems • Re-secure loose sheet metal items and reseal cracked or missing caulk joints, and other associated tasks It shall be the contractor's responsibility to effectively and promptly provide services to the satisfaction of Facility Services in regards to all aspects of roofing in County defined facilities. Facility Services may require a request for quotes (bid) from interested vendors for a roofing service projects on an as-needed basis throughout the term of the agreement. When a bid is released, Facility Services may require vendors interested in submitting a bid, to attend a site inspection of the building identified in the bid. Attendance of site inspection may be required in order for vendor to submit a valid bid. Decision to release a bid, or lack therefore, and to require a site inspection, or lack thereof, will be at the 3 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 sole discretion of Facility Services. Facility Services will communicate such information to all vendors on the Master Agreement via written format at time of bid release. When a bid is released by Facility Services, the selection of the successful responding vendor will be based on Facility Service's evaluation of the quotations submitted by each contractor, with attention to cost (clear itemization of parts and costs, labor hours, tax and freight), start and completion dates, warranty of product and services provided, experience, capability to perform services to the highest standards of the County, and quality of work performed. When submitting a bid, interested vendors must reference cost of services to those provided by such vendor in "Exhibit A -Quotation Schedule." County does not guarantee a minimum or maximum number of jobs to be awarded to a specific contractor during the term of this agreement. County guarantees no minimum amount to each awarded vendor in the Master Agreement. B. Emergency Response Services -Emergency response services are defined as situations that may pose an immediate risk to Fresno County employees, citizens, business processes, and property. They require urgent intervention to prevent a worsening of a situation. Emergency response services will be requested on an as-needed basis when County resources are insufficient. Contractor shall maintain 24 hours a day, 7 days a week emergency availability to coordinate any necessary resolution to roofing problems, including weekends and holidays. The contractor(s) will be required to respond to emergency response service calls, during and after business hours. Details regarding each emergency service request will be relayed at the time of each call. Contractor has the opportunity to identify hours, days, or holidays of unavailability in "Exhibit A -Quotation Schedule." When Emergency Response services are requested by County, the selection of the successful responding vendor will be at the discretion of Facility Services. When Emergency Response services are requested by County, contractor shall acknowledge within 30 minutes if the request can be fulfilled. Otherwise, the request will be sent to another vendor. Selected and awarded vendor must reference cost of services to those provided by such vendor in "Exhibit A-Quotation Schedule." All work of a callback nature shall be treated as an emergency and work commenced shall be carried through to completion without delay. Emergency callbacks are categorized as follows: • LEVEL 1 -Requires onsite response in one (1) hour or less. • LEVEL 2 -Requires onsite response in four (4) hours or less. • LEVEL 3 -Requires onsite response at 7:00 a.m., the next normal working day. Determination of call level is at the sole discretion of the Director of Internal Services or his/her authorized representatives. C. Qualifications -The qualified vendor(s) shall possess all applicable licenses, registrations, permits, municipal building ordinances, and regulations required by the City, State, and Federal governments, as well as all other requirements of the law. If permit or code violations are found with work performed by the vendor, the vendor must correct all violations at no additional charge to Fresno County. D. Workmanship -All maintenance and repairs shall be provided in accordance with the highest standards of the industry, skill, workmanship, applicable trade practices, and shall meet warranties and be in conformance to all applicable laws, codes, and regulations. The vendor(s) shall, at all times, protect building from damage; remove and replace with 4 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 new work any work damaged by failure to provide protection. Replacement of damaged work will be at no additional cost to the County. All work areas shall be cleaned up and all debris removed by the contractor at the end of the workday. Upon completion of work at each worksite, the vendor shall remove all equipment and surplus material from the premises and legally dispose of it. E. Scheduling of Work -All work must be approved and authorized in writing by the Facility Services Manager or their designee prior to commencement of any work. Contractor(s) responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. All roofing services shall be subject to the review and approval of Facility Services. Personnel Performance 1. Personnel: Contractor shall have in their employ, or under their control, sufficient qualified and competent personnel to perform work promptly and in accordance with schedules and requirements provided herein. 2. Supervision: The successful contractor shall provide all supervision on site to coordinate and inspect work. 3. Daily check in/out: vendor's on-site supervisor shall check-in with the County management at each location prior to the start of each day and report progress at end of each day before leaving. Contractor's on-site supervisor shall also check-in with County management at each location after completing the work project for inspection. 4. Performance: the successful Contractor's personnel must be capable of perming at an effectiveness level in accordance with specific and industry standards. All work shall be performed in a professional manner and in compliance with all federal, state, and local laws and codes. 5. Uniforms: while on duty all workers shall be identified by uniform shirt, blouse, or smock indicating the company name or logo in print large enough to be easily read. F. Security -Security is of great concern to the County. Failure to fully comply with the security requirements below will be considered a breach of security and shall result in termination of any ensuing contract for default. Contractor personnel shall cooperate with all Security personnel at all times and be subject to and conform to County security rules and regulations. Any violations or disregard of these rules may be cause for denial of access to County property. The policies below may change throughout the life of this Agreement, it is the vendor(s) responsibility to request updates from the County. Compliance is mandatory on the following Exhibits: 1. The Prison Rape Elimination Act. See Exhibit E. 2. Probation Juvenile Detention Facilities -No Hostage Policy. See Exhibit F. 3. Fresno Sheriff -Coroner's Office (FSCO) Jail Detention Facilities -No Hostage Policy. See Exhibit G. Facility Services may require contractors to comply with "Background Investigations and Identification (ID) Badges, Exhibit D." When a bid is released, Facility Services may require vendors interested in submitting a bid, to comply with Exhibit D. Exhibit D must be passed by vendor prior to award of roofing project. Decision to require Exhibit D on a roofing project, or lack thereof, will be at the sole discretion of Facility Services and will be relayed to all vendors awarded on the Master Agreement via written format at time of bid release. 5 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 Ill. COMPENSATION Parts, materials, and service work for all roofing services, including emergency response work, shall be charged as quoted in Exhibit A -Quotation Schedule. IV. 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 and departure • Hours of active Labor • Printed name of County representative authorizing the work • Name of vendor technician providing the service • Description of services provided, Building location/number • Actions taken, Status of service • Itemization of each service provided and cost (i.e. labor hours, parts, materials, etc.) V. AGREEMENT TERM The term of the Agreement will be three years, unless prior to its expiration its term is extended in writing, for no more than 2 additional one-year terms, by mutual consent of the Director or his/her designee and the qualified vendor(s). The maximum total five-year contract amount is $6,000,000. Total fees paid to each vendor will be dependent upon the bid provided by contractor. No guarantee is made that the total fee or any fee will be received by the contractor. VI. S8854/ 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. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Refer to http://www.dir.ca.gov/Public-Works/PublicWorksSB854.html for more information. Contractor must submit verification of DIR registration with their proposal. Failure to submit verification may result in their proposal 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 6 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 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 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. VII. CONFLICT OF INTEREST STATEMENT The vendor(s) may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County. In this section the bidder should address the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The vendor(s) shall comply will all federal, state and local conflict of interest laws, statutes and regulations. VIII. SOQ SUBMITTAL REQUIREMENTS The submittal shall be in two (2) parts (sections labeled A and B). 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. List of current staff, including total employee count, and job classification of each employee 5. List a minimum of three (3) references wherein commercial, industrial, or public agency roofing services have been completed. Vendor must complete "Exhibit C" (as provided). 6. Exhibit A -Quotation Schedule (as provided). 7. Exhibit B -Service Level Agreement (Warranty) (as provided). 7 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 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. Awarded bidder(s) will be responsible for informing Facility Services of any change in subcontractors throughout the life of the agreement. The primary contractor is not relieved of any responsibility by: 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-39 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-39, 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. 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 8 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 IX. SELECTION PROCEDURE A Selection Committee (Committee) will be formed to evaluate the submitted proposals and to make recommendations. The Committee will consist of representatives of the department. The Committee will address the following criteria in its evaluations of the proposals: Bidder is capable of providing the requested services Bidder demonstrates experience in the requested services Bidder is qualified to provide 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 proposal to the County, the proposer consents to such an inquiry and agrees to make available the County such books and records the County deems necessary to conduct the inquiry. X. 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 Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 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. 9 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ No. 18-051 Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date CONTRACTOR 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, 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. XI. 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@FresnoCountyCA.gov. 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. 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\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
ATTACHMENT B RFSQ 18-051 EXHIBIT A QUOTATION SCHEDULE Exhibit A-Quotation Schedule will be divided into three (3) parts (sections A through C). All bidders will be required to submit a quote on all items included within this RFSQ. Submittals not providing quotes for all items will not be considered. A. Roofing and Emergency Response Services Parts and Materials Please list how the County will be charged for parts and materials. (for example, "list-10%, list +10%, cost+/-%). When providing invoice to County for payment, copy of the original invoice for parts and materials must accompany the invoice for payment. List any applicable discounts and their effective dates below: Discount (%) Effective Date(s} Time Itemize your hourly labor rates for ON-SITE technician services only. Contractor will bill the County at the below rates for only on-site time worked. Other: ( ex: state other Regular Business Hours business and after (7 a.m. -5 p.m.) After Normal Hours normal hours) Roofer $ /hour $ /hour Foreman $ /hour $ /hour Superintendent $ /hour $ /hour Quality Control $ /hour $ /hour Manager Site Safety Health $ /hour $ /hour Officer Other (ex: Other job classifications, titles, etc.) $ /hour $ /hour G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
ATTACHMENT B RFSQ 18-051 EXHIBIT A B. Additional Pricing Itemize your mileage rate per mile below. County will not pay for time spent traveling to acquire parts/supplies. MILEAGE RATE: $ ______ mile Indicate where mileage starts and stops (i.e. portal to portal, Fresno to Jobsite, etc.) C. Holidays Vendor shall acknowledge emergency response services by phone within 30 minutes if the service request can be fulfilled. Otherwise, the request will be sent to another vendor. Please state identify below any days throughout the potential 5-year term of the agreement wherein vendor will not be able to respond to emergency response calls as specified in this RFSQ: G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
ATTACHMENT B RFSQ 18-051 EXHIBIT B SERVICE LEVEL AGREEMENT (WARRANTY} The following segment states some of the specifications for the services covered under this RFSQ. Interested vendors are instructed to indicate their compliance or non-compliance with the stated specifications. Compliance and understanding of the specification is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "NOT COMPLY" on the line. All bidders are required to indicate their level of compliance on all statements below. Submittals not indicating a level of compliance will not be considered. Please note, failure to comply to all services requested will not automatically disqualify any bidder. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. Failure to furnish emergency callback service as listed below may result in termination of contract, withholding of payment, and/or another vendor to be hired to complete the work at the current vendor(s) expense. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Vendor possess all applicable licenses, registrations, and permits required by the State of California, Fresno County, and/or City of Fresno to perform the scope of work requested. 2. Vendor shall furnish all labor, equipment, materials, tools, and transportation required to perform the services herein described. 3. Vendor shall follow industry safety standards, and use only industry approved safety equipment in accordance with the manufacturer's specifications in the oerformance of all duties. 4. Vendor shall comolv with all securitv exhibits (Exhibits E throuoh G). 5. Contractor and all sub-contractors who perform work must be registered with the California Department of Industrial Relations. 6. Contractor will inform County of any change in subcontractor use for the entire duration of this aoreement. 7. Vendor shall invoice County as stated by vendor in "Exhibit A -Quotation Schedule". 8. List a minimum of three (3) references wherein commercial, industrial, or public agency roofing services have been completed. Vendor must complete "Exhibit C". 9. Vendor understands that failure to furnish emergency call-back service with the "Level 1-3" as listed on page 3 may result in termination of contract, withholding of payment, and/or choosing another vendor. 10. Emergency callbacks categorized as LEVEL 1 requires onsite response in one (1) hour or less. 11. Emergency callbacks categorized as LEVEL 2 requires onsite response in four (4) hours or less. 12. Emergency callbacks categorized as LEVEL 3 requires onsite response at 7:00 A.M. the next, normal workinq dav. 13. Vendor shall acknowledge within 30 minutes if the request can be fulfilled. Otherwise, the request will be sent of another vendor. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit B.doc
ATTACHMENT B RFSQ 18-051 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: _____________ _ REFERENCE LIST Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. REFERENCE # 1 Reference Name: Contact Citv: State & Zip: Phone No.: Date: Services Provided: REFERENCE #2 Reference Name: Contact City: State & Zip: Phone No.: Date: Services Provided: REFERENCE #3 Reference Name: Contact City: State & Zip: Phone No.: Date: Services Provided: *Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. *Vendors may attach additional reference pages. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit C.doc
BACKGROUND INVESTIGATIONS AND IDENTIFICATION (ID) BADGES Background Investigations ATTACHMENT 8 RFSQ 18-051 EXHIBIT D Prior to the beginning of any services, one (1) background check may be required for every member of the Contractor's personnel providing services to a building location for the life of the agreement. The background check may be required before access is given to any County facility/property. Clearance will only be granted after a successful background check, completed by the County of Fresno Sheriffs Department. Background checks provided by any agency other than the County of Fresno Sheriff's Department will not be accepted. The current cost of a background check is $52 per person. This cost will be incurred by the successful Bidder. One check covering the cost of background checks for all employees shall be made payable to: Sheriff, County of Fresno. The successful bidder will be notified regarding the result of background checks. Those that are accepted will report to County of Fresno Security to have their photo taken and ID badge issued. Background checks are done on a first-come, first serve basis between the hours of 7:00 a.m and 12:00 noon. Monday through Friday. The process takes approximately 20 minutes time. The amount of time it takes to receive the result of background checks varies from one day to a month (or longer), dependent upon the individual'shistory. Individuals who are cleared through this process are entered into the Department of Justice database. Their records are flagged and the County of Fresno Sheriff's Department is notified if the person is ever arrested in the future. When required by County, applicants' background checks must be approved prior to entering any County facility. Approval will not be granted to any individual possessing any of the following circumstances: 1. They have been convicted of a felony, or any crime involving moral turpitude, or carrying or possessing a dangerous weapon. 2. They have ever been charged with a felony or are currently under investigation for a felony. 3. They are charged with or convicted of any crime committed in or at a correctional institution. 4. They are currently on parole or probation or are a sentenced inmate at any correctional facility. 5. They have been refused a license as a private investigator or had such license revoked. 6. They have fraudulently represented themselves, their credentials, their employment or their criminal or arrest record on theirapplication. 7. Make omissions or false statements on their application. 8. They have no valid reason for entering a facility. 9. Their admission into a facility could represents a threat to security, staff or inmate safety. 10. Further information regarding the criteria for background check clearance, including an appeal for process for someone who may be denied clearance is available upon request. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit D.doc
ATTACHMENT B RFSQ 18-051 EXHIBIT D Identification (10) Badges The successful bidder's employees will be issued a badge that must be worn and be visible at all times during performance of work in any County building to identify the wearer as an individual who is authorized to enter Countyfacilities. 1. ID badges will be given only after successfully completing the background investigation. ID badges will be issued when the photo is taken. If electronic access to any County facility is required, activation of the badge may take an additional 48 hours to complete. 2. The successful Bidder shall pay $11.99 per individual badge by submitting one check covering the cost for all the Bidder's employees made payable to: County of Fresno, Security. 3. Costs for ID badges are established by County Auditor and fluctuate annually, therefore the cost of obtaining a new ID badge for a Bidder's new employee may not remain the same throughout the contract term. 4. The wearer will not escort or bring any other individuals into any County facilities. County issued ID badges are for the exclusive use of the individual named and pictured on the badge. 5. All ID badges will remain the property of the County and are returnable upon demand or upon the expiration of the contract. The successful Bidder will be responsible for collecting all ID badges issued and turning them in to the County Security Office when a contract ends or when an employee leaves employment. The Bidder will assumes-all responsibility for their employee's use of and the return of the County ID badges. 6. The ID badges will only be issued to individuals passing the Background check. Each individual will need to present themselves in person with a valid, clean, and legible copy of a Driver's license or State issued Identification Card to receive an ID badge. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit D.doc
ATTACHMENT B RFSQ 18-051 EXHIBIT E THE PRISON RAPE ELIMINATION (PREA) ACT All bidders must comply with the Prison Rape Elimination (PREA) Act as stated below: "CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for juvenile correctional facilities. Training will be provided by Probation at no charge to CONTRACTOR." "CONTRACTOR will ensure that all staff assigned to work at the Juvenile Justice Campus (JJC) undergo a pre-employment Live Scan and criminal background security clearance by the Probation Department at no charge to CONTRACTOR. No alcoholic beverages/drugs will be brought into any facility. Nor will anyone under the influence of alcoholic beverages or drugs be allowed inside. In the event of any disturbance inside the facilities, the CONTRACTOR'S employees will immediately follow the orders of the Facility Administrator or his/her designees. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In the event of a dispute involving COUNTY staff and the contract employee, the on-duty Facility Administrator will have the final decision." INFORMATION ON THE PRISON RAPE ELIMINATION ACT CAN BE FOUND HERE: http://www.prearesourcecenter.org/ G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit E.doc
ATTACHMENT B RFSQ 18-051 EXHIBIT F NO HOSTAGE SITUATIONS Fresno County Juvenile Justice Campus Policy Manual California Code of Regulations Subject: Hostage Situations Policy Number: 326.0 Page: 1 of 2 Date Originated: April 1, 2004 Date Revised: February 1, 2008 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 Commander will: 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 theincident. 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 theChief. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Revised Exhibit F.docx
ATTACHMENT 8 RFSQ 18-051 EXHIBIT F 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: 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 the facility. 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. 11. 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. 8. All media inquiries will be referred to the Chief's office per departmental policy. Ill. SECURITY AND OPERATIONAL REVIEW 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. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Revised Exhibit F.docx
NO HOSTAGE POLICY ATTACHMENT B RFSQ 18-051 EXHIBIT G EFFECTIVE DATE: 12-18-89 12-01-10 REVISED: 08-06-90, 12-25-94, 05-06-96, 09-01-99, APPROVED BY: Sheriff M. Mims BY: Assistant SheriffT. Gattie AUTHORITY: California Code of Regulations, Title 15,Section 1029(a)(7)(B) and Penal Code Section236. 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 facilitysecurity. POLICY: The Fresno County Sheriffs 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 Sheriffs 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 Sheriffs 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-10 I/FILE: EMERGENCY) G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit G.doc
F RES :ON ADDENDU NU RFSQ NU BE E : 18-051 OFING SERVICES R Issue Date: June 13, 2018 (1) CLOSING DATE: JUNE 27, 2018 AT 2:00 P.M. Submit all Questions and Statements of Qualifications on the Bid Page at Public Purchase. For assistance contact Darren Howard at (559) 600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-051 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR RESPONSE. • Questions and Answers • Exhibit B is hereby added and made a part hereof. ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE C1) TO RFSQ 18-051 COMPANY NAME: SIGNATURE: NAME & TITLE: Purchasing Use: DH:st (PRINT) (PRINT) ORG/Requisition: 8935 / 1321801134 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC
Addendum No. ONE (1) Request for Quotation Number: 18-051 June 13, 2018 QUESTIONS AND ANSWERS Page 2 Q1. In "18-015 Roofing Services" Document, it says there's attachment list from Exhibit A to Exhibit G. But on the website, Exhibit B is missing. Is it something that will be available later on? A 1. Please see the attached Exhibit B. Q2. Can you please let me know if there is Pre-Bid meeting for County of Fresno Roofing Service Project? A2. A Pre-Bid meeting has not been scheduled for the initial RFSQ process. G:\PUBUC\REQUESTS FOR QUAUFICATIONSIFY 2017-18\18-051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC
E
Issuance Date: Closing Date: REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-051 COUNTY OF FRESNO ROOFING SERVICES June 7, 2018 June 27, 2018 at 2:00 PM C-1 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 June 18, 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 $6,000,000.00 Agreement(s): Organization Individual/Contact Person Title &6/L/ 5: EL//Vl AV£ Street Address/P.O. Box City s-sq-24/-0/60 /ss-1-z27~zz12 State Zip Code OhU!r:@kkdtdeuc-e;#-1t11U.CtJ~ Telephone Fax Number E-Mail Address Purchasing Use: DH:st ORG/Requisition: 8935 / 1321801134 G:\PUBLIC\REQUESTS FOR QUALIFICATIONSIFY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
RFSQ No. 18-051 PAGE I. INTRODUCTION AND OVERVIEW ....................................................................... 3 II. SCOPE OF WORK ................................................................................................. 3 Ill. COMPENSATION .................................................................................................. 6 IV. INVOICING ............................................................................................................. 6 V. AGREEMENT TERM .............................................................................................. 6 VI. S8854/ PREVAILING WAGE ................................................................................. 6 VII. CONFLICT OF INTEREST STATEMENT .............................................................. 7 VIII. SQQ SUBMITTAL REQUIREMENTS .................................................................... 7 IX. SELECTION PROCEDURE ................................................................................... 9 X. INSURANCE REQUIREMENTS ............................................................................. 9 XI. APPEALS ............................................................................................................. 10 Attachments: Exhibit A -Quotation Schedule Exhibit B -Service Level Agreement (Warranty) Exhibit C -Reference List Exhibit D -Background Investigations & Identification (ID) Badges Exhibit E -The Prison Rape Elimination (PREA) Act Exhibit F -No Hostage Situations Exhibit G -No Hostage Policy 2 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 I. INTRODUCTION AND OVERVIEW The County of Fresno on behalf of the Internal Services Department, Facility Services Division (Facility Services) is requesting quotations from qualified vendors to provide roofing services on an as-needed basis for various types of buildings located throughout Fresno County. Services may include, but are not limited to inspecting, installing, cleaning, maintaining, repairing, removing, and all other work associated with roofing systems for buildings located throughout Fresno County (County). The County owns and/or occupies a variety of buildings varying in size, type, and age with various types of roofing systems that include, but are not limited to, modified bitumen, asphalt shingle, composition shingles, metal roofing, built up roof membrane, structural roof panel system, spray polyurethane foam elements, elastomeric coatings, and single-ply and two-ply membrane roofing. Qualified contractor's must furnish all labor, materials, tools, equipment, supplies, services, tasks and incidental customary work necessary to competently perform all small and large-scale roofing services. Contractor's must possess the correct contractor's license for the types of work performed. Contractors who can demonstrate experience, capability, and quality of work may be awarded a Master Agreement for a term of up to 3-years with two optional 1-year extensions. Facility Services intends to spend approximately $6,000,000 for the potential 5-year term of the agreement. It is the intent of the County to engage several contractors under one Master Agreement to provide the professional services described herein. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected vendor 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 vendor(s) prior to Board of Supervisors' approval on a services agreement. II. SCOPE OF WORK A. Roofing Services -Qualified vendors shall provide roofing services on an as-needed basis to various buildings throughout Fresno County. The scope of work can include, but is not limited to, the following: • Installing new roof materials as prescribed by roofing manufacturers • Repairing surfaces that seal, waterproof, and weatherproof structures • Complete roof inspections and examination services • Demolition, removing and disposing of existing roof materials, felt paper and batts, and warranties shall be in force for their full term, roof jacks, valley flashing, fascia gutters and ridge vent systems • Re-secure loose sheet metal items and reseal cracked or missing caulk joints, and other associated tasks It shall be the contractor's responsibility to effectively and promptly provide services to the satisfaction of Facility Services in regards to all aspects of roofing in County defined facilities. Facility Services may require a request for quotes (bid) from interested vendors for a roofing service projects on an as-needed basis throughout the term of the agreement. When a bid is released, Facility Services may require vendors interested in submitting a bid, to attend a site inspection of the building identified in the bid. Attendance of site inspection may be required in order for vendor to submit a valid bid. Decision to release a bid, or lack therefore, and to require a site inspection, or lack thereof, will be at the 3 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
C-1 RFSQ 18-051 EXHIBIT A B. Additional Pricing Itemize your mileage rate per mile below. County will not pay for time spent traveling to acquire parts/supplies. MILEAGE RATE: $ ,7sf mile Indicate where mileage starts and stops (i.e. portal to portal, Fresno to Jobsite, etc.) y'J9-\ZJ) Gf,f,6 :5. Fl c; AVE E]<E:'SMD m JDBS:t:U:;: C. Holidays Vendor shall acknowledge emergency response services by phone within 30 minutes if the service request can be fulfilled. Otherwise, the request will be sent to another vendor. Please state identify below any days throughout the potential 5-year term of the agreement wherein vendor will not be able to respond to emergency response calls as specified in this RFSQ: G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
C-1 RFSQ 18-051 EXHIBIT 8 SERVICE LEVEL AGREEMENT (WARRANTY) The following segment states some of the specifications for the services covered under this RFSQ. Interested vendors are instructed to indicate their compliance or non-compliance with the stated specifications. Compliance and understanding of the specification is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "NOT COMPLY" on the line. All bidders are required to indicate their level of compliance on fill statements below. Submittals not indicating a level of compliance will not be considered. Please note, failure to comply to all services requested will not automatically disqualify any bidder. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. Failure to furnish emergency callback service as listed below may result in termination of contract, withholding of payment, and/or another vendor to be hired to complete the work at the current vendor(s) expense. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Vendor possess all applicable licenses, registrations, and permits required by the State of California, Fresno County, and/or City of Fresno to perform the scope of ce,y\llpL '( work requested. 2. Vendor shall furnish all labor, equipment, materials, tools, and transportation coMfLY required to perform the services herein described. 3. Vendor shall follow industry safety standards, and use only industry approved safety equipment in accordance with the manufacturer's specifications in the CoWIPL 'f performance of all duties. 4. Vendor shall complv with all securitv exhibits (Exhibits E throuqh G). COM PL-y' 5. Contractor and all sub-contractors who perform work must be registered with the ~f'LY California Deoartment of Industrial Relations. 6. Contractor will inform County of any change in subcontractor use for the entire c;atHPL. y duration of this aareement. 7. Vendor shall invoice County as stated by vendor in "Exhibit A -Quotation CCJM:?L-Y Schedule". 8. List a minimum of three (3) references wherein commercial, industrial, or public C-c::>M?L. y' aqencv roofinq services have been comoleted. Vendor must complete "Exhibit C". 9. Vendor understands that failure to furnish emergency call-back service with the "Level 1-3" as listed on page 3 may result in termination of contract, withholding of C.?h'PL-Y oavment, and/or choosina another vendor. 10. Emergency callbacks categorized as LEVEL 1 requires onsite response in one (1) ~h-1.l"L y hour or less. 11. Emergency callbacks categorized as LEVEL 2 requires onsite response in four (4) c~J?t-'r hours or less. 12. Emergency callbacks categorized as LEVEL 3 requires onsite response at 7:00 ~P'-Y A.M. the next, normal workina dav. 13. Vendor shall acknowledge within 30 minutes if the request can be fulfilled. CC?AM ?L 7' Otherwise, the request will be sent of another vendor. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit B.doc
C-1 RFSQ 18-051 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Bl35ri..YTE llBE:THAVE; REFERENCE LIST Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. REFERENCE # 1 Contact Date: REFERENCE #3 *Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. *Vendors may attach additional reference pages. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit C.doc
C-1 RFSQ 18-051 EXHIBIT D BACKGROUND INVESTIGATIONS AND IDENTIFICATION (ID) BADGES Background Investigations Prior to the beginning of any services, one (1) background check may be required for every member of the Contractor's personnel providing services to a building location for the life of the agreement. The background check may be required before access is given to any County facility/property. Clearance will only be granted after a successful background check, completed by the County of Fresno Sheriffs Department. Background checks provided by any agency other than the County of Fresno Sheriffs Department will not be accepted. The current cost of a background check is $52 per person. This cost will be incurred by the successful Bidder. One check covering the cost of background checks for all employees shall be made payable to: Sheriff, County of Fresno. The successful bidder will be notified regarding the result of background checks. Those that are accepted will report to County of Fresno Security to have their photo taken and ID badge issued. Background checks are done on a first-come, first serve basis between the hours of 7:00 a.m and 12:00 noon. Monday through Friday. The process takes approximately 20 minutes time. The amount of time it takes to receive the result of background checks varies from one day to a month (or longer), dependent upon the individual's history. Individuals who are cleared through this process are entered into the Department of Justice database. Their records are flagged and the County of Fresno Sheriff's Department is notified if the person is ever arrested in the future. When required by County, applicants' background checks must be approved prior to entering any County facility. Approval will not be granted to any individual possessing any of the following circumstances: 1. They have been convicted of a felony, or any crime involving moral turpitude, or carrying or possessing a dangerous weapon. 2. They have ever been charged with a felony or are currently under investigation for a felony. 3. They are charged with or convicted of any crime committed in or at a correctional institution. 4. They are currently on parole or probation or are a sentenced inmate at any correctional facility. 5. They have been refused a license as a private investigator or had such license revoked. 6. They have fraudulently represented themselves, their credentials, their employment or their criminal or arrest record on theirapplication. 7. Make omissions or false statements on their application. 8. They have no valid reason for entering a facility. 9. Their admission into a facility could represents a threat to security, staff or inmate safety. 10. Further information regarding the criteria for background check clearance, including an appeal for process for someone who may be denied clearance is available upon request. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit D.doc
C-1 RFSQ 18-051 EXHIBIT D Identification (ID) Badges The successful bidder's employees will be issued a badge that must be worn and be visible at all times during performance of work in any County building to identify the wearer as an individual who is authorized to enter Countyfacilities. 1. ID badges will be given only after successfully completing the background investigation. ID badges will be issued when the photo is taken. If electronic access to any County facility is required, activation of the badge may take an additional 48 hours to complete. 2. The successful Bidder shall pay $11.99 per individual badge by submitting one check covering the cost for all the Bidder's employees made payable to: County of Fresno, Security. 3. Costs for ID badges are established by County Auditor and fluctuate annually, therefore the cost of obtaining a new ID badge for a Bidder's new employee may not remain the same throughout the contract term. 4. The wearer will not escort or bring any other individuals into any County facilities. County issued ID badges are for the exclusive use of the individual named and pictured on the badge. 5. All ID badges will remain the property of the County and are returnable upon demand or upon the expiration of the contract. The successful Bidder will be responsible for collecting all ID badges issued and turning them in to the County Security Office when a contract ends or when an employee leaves employment. The Bidder will assumes-all responsibility for their employee's use of and the return of the County ID badges. 6. The ID badges will only be issued to individuals passing the Background check. Each individual will need to present themselves in person with a valid, clean, and legible copy of a Driver's license or State issued Identification Card to receive an ID badge. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit D.doc
C-1 RFSQ 18--051 EXHIBIT E THE PRISON RAPE ELIMINATION (PREA) ACT All bidders must comply with the Prison Rape Elimination (PREA) Act as stated below: "CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for juvenile correctional facilities. Training will be provided by Probation at no charge to CONTRACTOR." "CONTRACTOR will ensure that all staff assigned to work at the Juvenile Justice Campus (JJC) undergo a pre-employment Live Scan and criminal background security clearance by the Probation Department at no charge to CONTRACTOR. No alcoholic beverages/drugs will be brought into any facility. Nor will anyone under the influence of alcoholic beverages or drugs be allowed inside. In the event of any disturbance inside the facilities, the CONTRACTOR'S employees will immediately follow the orders of the Facility Administrator or his/her designees. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In the event of a dispute involving COUNTY staff and the contract employee, the on-duty Facility Administrator will have the final decision." INFORMATION ON THE PRISON RAPE ELIMINATION ACT CAN BE FOUND HERE: http://www.prearesourcecenter.org/ G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit E.doc
NO HOSTAGE SITUATIONS California Code of Regulations Subject: Hostage Situations Policy Number: 326.0 Page: 1 of 2 Date Originated: April 1, 2004 Date Revised: February 1, 2008 C-1 RFSQ 18-051 EXHIBIT F 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 SIIVAIION 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 Commander will: 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 additionalhostages. 3. Evacuate all non-essential persons at the scene to a safe location or any housing pod that is not directly involved in theincident. 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 theChief. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Revised Exhibit F.docx
C-1 RFSQ 18-051 EXHIBIT F B. The Fresno Sheriffs 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: 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 hostagetakers. 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 the facility. 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 Chiefs office per departmental policy. Ill. SECURITY AND OPERATIONAL REVIEW 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. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Revised Exhibit F.docx
RFSQ No. 18-051 sole discretion of Facility Services. Facility Services will communicate such information to all vendors on the Master Agreement via written format at time of bid release. When a bid is released by Facility Services, the selection of the successful responding vendor will be based on Facility Service's evaluation of the quotations submitted by each contractor, with attention to cost {clear itemization of parts and costs, labor hours, tax and freight), start and completion dates, warranty of product and services provided, experience, capability to perform services to the highest standards of the County, and quality of work performed. When submitting a bid, interested vendors must reference cost of services to those provided by such vendor in "Exhibit A -Quotation Schedule." County does not guarantee a minimum or maximum number of jobs to be awarded to a specific contractor during the term of this agreement. County guarantees no minimum amount-to each awarded vendor in the Master Agreement. B. Emergency Response Services -Emergency response services are defined as situations that may pose an immediate risk to Fresno County employees, citizens, business processes, and property. They require urgent intervention to prevent a worsening of a situation. Emergency response services will be requested on an as-needed basis when County resources are insufficient. Contractor shall maintain 24 hours a day, 7 days a week emergency availability to coordinate any necessary resolution to roofing problems, including weekends and holidays. The contractor(s) will be required to respond to emergency response service calls, during and after business hours. Details regarding each emergency service request will be relayed at the time of each call. Contractor has the opportunity to identify hours, days, or holidays of unavailability in "Exhibit A-Quotation Schedule." When Emergency Response services are requested by County, the selection of the successful responding vendor will be at the discretion of Facility Services. When Emergency Response services are requested by County, contractor shall acknowledge within 30 minutes if the request can be fulfilled. Otherwise, the request will be sent to another vendor. Selected and awarded vendor must reference cost of services to those provided by such vendor in "Exhibit A -Quotation Schedule." All work of a callback nature shall be treated as an emergency and work commenced shall be carried through to completion without delay. Emergency callbacks are categorized as follows: • LEVEL 1 -Requires onsite response in one (1) hour or less. • LEVEL 2 -Requires onsite response in four (4) hours or less. • LEVEL 3 -Requires onsite response at 7:00 a.m., the next normal working day. Determination of call level is at the sole discretion of the Director of Internal Services or his/her authorized representatives. C. Qualifications -The qualified vendor(s) shall possess all applicable licenses, registrations, permits, municipal building ordinances, and regulations required by the City, State, and Federal governments, as well as all other requirements of the law. If permit or code violations are found with work performed by the vendor, the vendor must correct all violations at no additional charge to Fresno County. D. Workmanship -All maintenance and repairs shall be provided in accordance with the highest standards of the industry, skill, workmanship, applicable trade practices, and shall meet warranties and be in conformance to all applicable laws, codes, and regulations. The vendor{s) shall, at all times, protect building from damage; remove and replace with 4 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 new work any work damaged by failure to provide protection. Replacement of damaged work will be at no additional cost to the County. All work areas shall be cleaned up and all debris removed by the contractor at the end of the workday. Upon completion of work at each worksite, the vendor shall remove all equipment and surplus material from the premises and legally dispose of it. E. Scheduling of Work -All work must be approved and authorized in writing by the Facility Services Manager or their designee prior to commencement of any work. Contractor(s) responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. All roofing services shall be subject to the review and approval of Facility Services. Personnel Performance 1. Personnel: Contractor shall have in their employ, or under their control, sufficient qualified and competent personnel to perform work promptly and in accordance with schedules and requirements provided herein. 2. Supervision: The successful contractor shall provide all supervision on site to coordinate and inspect work. 3. Daily check in/out: vendor's on-site supervisor shall check-in with the County management at each location prior to the start of each day and report progress at end of each day before leaving. Contractor's on-site supervisor shall also check-in with County management at each location after completing the work project for inspection. 4. Performance: the successful Contractor's personnel must be capable of perming at an effectiveness level in accordance with specific and industry standards. All work shall be performed in a professional manner and in compliance with all federal, state, and local laws and codes. 5. Uniforms: while on duty all workers shall be identified by uniform shirt, blouse, or smock indicating the company name or logo in print large enough to be easily read. F. Security -Security is of great concern to the County. Failure to fully comply with the security requirements below will be considered a breach of security and shall result in termination of any ensuing contract for default. Contractor personnel shall cooperate with all Security personnel at all times and be subject to and conform to County security rules and regulations. Any violations or disregard of these rules may be cause for denial of access to County property. The policies below may change throughout the life of this Agreement, it is the vendor(s) responsibility to request updates from the County. Compliance is mandatory on the following Exhibits: 1. The Prison Rape Elimination Act. See Exhibit E. 2. Probation Juvenile Detention Facilities -No Hostage Policy. See Exhibit F. 3. Fresno Sheriff -Coroner's Office (FSCO) Jail Detention Facilities -No Hostage Policy. See Exhibit G. Facility Services may require contractors to comply with "Background Investigations and Identification (ID) Badges, Exhibit D." When a bid is released, Facility Services may require vendors interested in submitting a bid, to comply with Exhibit D. Exhibit D must be passed by vendor prior to award of roofing project. Decision to require Exhibit D on a roofing project, or lack thereof, will be at the sole discretion of Facility Services and will be relayed to all vendors awarded on the Master Agreement via written format at time of bid release. 5 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 Ill. COMPENSATION Parts, materials, and service work for all roofing services, including emergency response work, shall be charged as quoted in Exhibit A -Quotation Schedule. IV. 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 and departure • Hours of active Labor • Printed name of County representative authorizing the work • Name of vendor technician providing the service • Description of services provided, Building location/number • Actions taken, Status of service • Itemization of each service provided and cost (i.e. labor hours, parts, materials, etc.) V. AGREEMENT TERM The term of the Agreement will be three years, unless prior to its expiration its term is extended in writing, for no more than 2 additional one-year terms, by mutual consent of the Director or his/her designee and the qualified vendor(s). The maximum total five-year contract amount is $6,000,000. Total fees paid to each vendor will be dependent upon the bid provided by contractor. No guarantee is made that the total fee or any fee will be received by the contractor. VI. 5B854/ PREVAILING WAGE California law (S8854) 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. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Refer to http://www.dir.ca.gov/Public-Works/PublicWorksSB854.html for more information. Contractor must submit verification of DIR registration with their proposal. Failure to submit verification may result in their proposal 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 6 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 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 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. VII. CONFLICT OF INTEREST STATEMENT The vendor(s) may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County. In this section the bidder should address the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The vendor(s) shall comply will all federal, state and local conflict of interest laws, statutes and regulations. VIII. SQQ SUBMITTAL REQUIREMENTS The submittal shall be in two (2) parts (sections labeled A and B). 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. List of current staff, including total employee count, and job classification of each employee 5. List a minimum of three (3) references wherein commercial, industrial, or public agency roofing seNices have been completed. Vendor must complete "Exhibit C" (as provided). 6. Exhibit A.-Quotation Schedule (as provided}. 7. Exhibit B -SeNice Level Agreement (Warranty) (as provided). 7 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 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. Awarded bidder(s) will be responsible for informing Facility Services of any change in subcontractors throughout the life of the agreement. The primary contractor is not relieved of any responsibility by: 2. Contractor's License: 91 / l Lj L\ Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-39 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-39, 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. 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. _ff H--(Authorized Signature) -~ Title E.ST1IHA7ZJ/{ /P#1 DIR Number /mom93GL/ DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ 8 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 IX. SELECTION PROCEDURE A Selection Committee (Committee) will be formed to evaluate the submitted proposals and to make recommendations. The Committee will consist of representatives of the department. The Committee will address the following criteria in its evaluations of the proposals: Bidder is capable of providing the requested services Bidder demonstrates experience in the requested services Bidder is qualified to provide 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 proposal to the County, the proposer consents to such an inquiry and agrees to make available the County such books and records the County deems necessary to conduct the inquiry. X. 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 Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 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. 9 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\1.8-051 ROOFING SERVICES.DOC C-1
RFSQ No. 18-051 Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date CONTRACTOR 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, 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 VI I or better. XI. 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@FresnoCountyCA.gov. 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. 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\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-1
C-1 RFSQ 18-051 EXHIBIT A QUOTATION SCHEDULE Exhibit A -Quotation Schedule will be divided into three (3) parts (sections A through C). All bidders will be required to submit a quote on all items included within this RFSQ. Submittals not providing quotes for all items will not be considered. A. Roofing and Emergency Response Services Parts and Materials Please list how the County will be charged for parts and materials. (for example, "list -10~ cost+/-%). When providing invoice to County for payment, copy of the original invoice for parts and materials must accompany the invoice for payment. List any applicable discounts and their effective dates below: Discount (%) Effective Date(s) Time Itemize your hourly labor rates for ON-SITE technician services only. Contractor will bill the County at the below rates for only on-site time worked. Other: (ex: state other Regular Business Hour~ business and after (7 a.m. -5 o.m.) After Normal Hours nonnal hours) Roofer $ :Z6 /hour $ !Ir+ /hour Foreman $ "'ES /hour $ ,~1-~ /hour Superintendent $ 1120 /hour $ /hour Quality Control $ ?;O /hour $ /hour Manager Site Safety Health $ L(2_0 /hour $ /hour Officer Other (ex: Other job classifications, titles, etc.) $ /hour $ /hour IJ.fl../47'(5; Jii/1 th.I ~m/)r ~3()0/J,Y I G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
C-1 RFSQ 18-051 EXHIBIT G NO HOSTAGE POLICY EFFECTIVE DATE: 12-18-89 12-01-10 REVISED: 08-06-90, 12-25-94, 05-06-96, 09-01-99, APPROVED BY: Sheriff M. Mims BY: Assistant SheriffT. Gattie AUTHORITY: California Code of Regulations, Title 15,Section I 029(a)(7)(B) and Penal Code Section236. 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 facilitysecurity. POLICY: The Fresno County Sheriffs 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 Sheriffs 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) G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit G.doc
COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFSQ NUMBER: 18-051 ROOFING SERVICES Issue Date: June 13, 2018 CLOSING DATE: JUNE 27, 2018 AT 2:00 P.M. Submit all Questions and Statements of Qualifications on the Bid Page at Public Purchase. For assistance contact Darren Howard at (559) 600-7110. C-1 NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-051 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR RESPONSE. • Questions and Answers • Exhibit B is hereby added and made a part hereof. ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFSQ 18-051 COMPANY NAME: SIGNATURE: NAME & TITLE: Purchasing Use: DH:st ORG/Requisition: 8935 / 1321801134 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC
Addendum No. ONE (1} Request for Quotation Number: 18-051 June 13, 2018 QUESTIONS AND ANSWERS C-1 Page2 Q1. In "18-015 Roofing Services" Document, it says there's attachment list from Exhibit A to Exhibit G. But on the website, Exhibit Bis missing. Is it something that will be available later on? A 1. Please see the attached Exhibit B. Q2. Can you please let me know if there Is Pre-Bid meeting for County of Fresno Roofing Service Project? A2. A Pre-Bid meeting has not been scheduled for the initial RFSQ process. G:IPUBUC\REQUESTS FOR QUAUFICATIONSIFY 2017-18\18-051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC
contracting Services ~ ~-:-,. INCOlU'OZ.m!D ~IQ --.....i . -~r,g In tfle su\\dlt\9 ._, •. ~----------. --SECTION A (RFSQ 18-051) 1. Firm Name: BEST CONTRACTING SERVCIES, INC. Address: 19027 S. Hamilton Ave. Gardena, CA 90248 Phone Number: {310} 328-6969 2. Type of Organization: Corporation 3. Firm Principals Responsible for Project: Moji Tabazadeh, President Sean Tabazadeh, CEO/Secretary/RMO Bob Mars, COO * See Attached Resume * 4. List of Current Staff:* SEE ATTACHED LIST OF STAFF* C-2
C-2 RESUME Moji Tabazadeh, President, BEST Contracting Services, Inc. Mr. Taba was born and educated in Iran. He graduated from Teheran Polytechnic in 1963 with a Masters Degree in Civil Engineering. From 1963 through 1968 he was employed as a Project Manager for a major contractor in Tehran and was the project manager for the construction of a large (100,000 person capacity) stadium from 1965-1968. Moji formed his own construction company in 1969 focusing on heavy construction such as roads and bridges. Subsequent to the large administration changes in Iran, he immigrated to the USA in 1982 and acquired an existing residential roofing contracting company. Since that time he has remained President of the company until the present, guiding its growth from solely residential roofing to become a major commercial contractor performing all services associated with the building envelop including roofing, waterproofing, glazing and fa9ade systems.
C-2 RESUME Name: Sean Taba, CEO Sean was educated at UCLA where he gained a Masters Degree in Electrical Engineering graduating Cum Laude. He joined BEST in 1989 and learned the construction business from the ground up. Since then Sean has been the driving force growing the business to the existing revenue level and directing the diversification making the company a leader in contracting programs for the building envelope including roofing, waterproofing, glazing and the installation of metal wall panels on commercial and institutional buildings.
C-2 RESUME Bob Mars, Chief Operating Officer Born and educated in Kenosha WI, Bob comes from a roofing family. His Father owned Mars Roofing in Kenosha, and from his earliest days Bob has been associated with the roofing industry. In summer, during his teen years Bob worked on the roof with his Father's crews. He graduated from University of Wisconsin at Lacrosse in 1968 with a BS in Business Administration. Shortly after graduation he was drafted into the US Army where he served for two years, one in Vietnam. After leaving the service Bob moved to California and worked for Vetri Roofing for four years in many capacities. In 1977 he affiliated with The Bryant Organization as Superintendent of the Merit shop (they also operated a Union Shop) which applied the traditional 'Hot" asphalt built-up roof systems. During that period the modified bitumen and single ply roofing systems became more prevalent and Bob embraced the new technology and became knowledgeable about them. Another new roofing technology in that era was sprayed-in-place Polyurethane Foam and in 1984 Bryant acquired a polyurethane foam roofing company in San Bernardino, CA called Circle Arrow and Bob was assigned to manage that acquisition growing that division substantially. In 1991 he was made COO of all the Bryant merit shops in Southern California and elevated to General Manager in 1993. Bryant was acquired in 1989 and by 1996 was forced to liquidate. Bob then moved to Centimark as Manger for their S. Cal operations. Bob joined BEST Contracting in 1998 as COO. Bob is a member of several committees of the National Roofing Contractors Association and a member of RIEi staff. Fluency in English -YES
C-2 BEST CONTRACTING SERVICES, INC. -LIST OF CURRENT STAFF Job Title Total Sheet Metal Installer Seasonal 14 Sheet Metal Fabricators Seasonal 4 Sheet Metal Foreman Seasonal 11 Sheet Metal General Foreman Seasonal 6 Sheet Metal Journeyman Installer Seasonal 58 Roofing Apprentice Installer Seasonal 148 Roofing Foreman Installer Seasonal 38 Roofing Journeyman Installer Seasonal 138 Roofing Superintendent 7 Glazing Apprentice lnsatllers Seasonal 11 Glazing Foreman Seasonal 1 Glazing General Foreman Seasonal 1 Glazing Journeyman Installer Seasonal 30 Yard/Warehouse Helper Full Time 3 Fleet Helper/Assistant Full Time 2 Admin Assistant Full Time 29 Driver Full Time 1 Engineer/Drafters Full Time 7 Managers Full Time 19 Sales/Estimators Full Time 8 Executive Full Time 5 Total 541
C-2 SECTION B (RFSQ 18-051) 5. Minimum (3) References: "Exhibit C11 (as provided)-ATTACHED 6. Exhibit A-Quotation Schedule (as provided) -ATTACHED 7. Exhibit B-Service Level Agreement (Warranty) (as provided)-ATTACHED
THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limlts the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the ·company") does hereby constitute and appoint, Patrick T. Moughan, Mark D. Kiger, Alec D. Martinez, Erin Powell and/or Jlnghan Guo Of Global Risk, LLC of Los Angeles, CA each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, In pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Fifty Million and No/100 ($50,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity. waivers of citation and ail other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-In-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7. 1981 -The Hanover Insurance Company; Adopted April 14, 1982-Massachusetts Bay insurance Company: Adopted September 7, 2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 29h day of March, 2017. Th• Hanov•r Insurance Company Mau•chus•tt• Bay Ins~anc• Company Citlz•n• Insurance Co:!!!any of America <---.__J ,...__ c.. I l--·~ John C. Roche, :EVP and President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. Tha Hanover Insurance Company Mass•chu5•tts Bay Insurance Company Citl1:en5 Insurance Campany of America #--J 14 ~~ -~ Jame• H. Ka";ecki, ·vice President On this 29th day of March, 2017 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding Instrument are the corporate seals of The Hanover insurance Company, Massachusetts Bay Insurance Company and Citizens insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authoritv and direction of said Corporations. fEii3 I, the undersigned Vice President of The Hanover Insurance Company. Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Onginal Power of Attorney issued by said Companies. and do hereby further certify that the said Powers of Attorney are still In force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 1st day of June 2018 CERTIFIED COPY ~/..: /.~ /.:c. I"---L'f ~~ ll><"<><forc G. Munin<."1, Vice Prcsidc11;, ) C
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Los Angeles } On __ 6=---1 _ _,_\ _,(.__ .... I_,~""---before me, Zipporah D. ~!~:~;er1~~!~!a~u~~h~!~~,i personally appeared _J_in_,,.g,_h_a_n_G_u_o _________________ _ who proved to me on the basis of satisfactory evidence to be the person(-&) whose name(-s-)@are subscribed to the within instrument and acknowledged to me that he~they executed the same in his<QID)'their authorized capacity(ies), and that by his~their signature(s-) on the instrument the person(-&), or the entity upon behalf of which the person(-&) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Notary Public Seal) INSTRUCTIONS FOR COMPLETING TIIIS FORM ADDITIONAL OPTIONAL IN FORMATION This form complit!.v with current Califomia statutes regarding 110/WJ' wordmg a11d, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be complered and a11ac/1ed to rhe doc11111e111. Acknowledgments from other states may be comp/eredfor documenls being se111 to t/mf state so long as the wording does not require the Califomla notary 10 violate California notary (Ti~e or description of attached document) (Title or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) 0 Attorney-in-Fact • Trustee(s) 0 Other _________ _ 2015 Version 1,1.nNw.NotaryClasses.com 800-873-9865 /all'. • State and County infonnation must be tht: State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural fonns by crossing off incorrect fonns (i.e. he/she/~ is !fife) or circling the correct fonns. Failure to correctly indicate this infonnation may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if n sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the countv clerk. ❖ Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate tht: capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO. CFO, Secretary). • Securely attach this document to the signed document with a staple.
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles } } On 61 \ ( \ :8: before me, Zipporah D. Kiger, Notar:t Public ----"'"---'--'-_,_______ (Here insert name ana title of the officer) personally appeared _J_in-"'g'-h_a_n_G_u_o _________________ _ who proved to me on the basis of satisfactory evidence to be the person(-&) whose name(-s-)@a.re subscribed to the within instrument and acknowledged to me that he~they executed the same in hi~their authorized capacity(ies), and that by his~their signature(s-) on the instrument the person(-&), or the entity upon behalf of which the person(s-) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Notary Public Seal) INSTRUCTIONS FOR COMPLETING nus FORM ADDITIONAL OPTIONAL IN FORM A Tl ON This.form complies with current California s/C/t11tcs regarding 1101ary wordmg a11d. DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed a11d anached to the document. Acknowledgmems from other states may be completed.for documents being scllt to that state so /011g as the wording does not require the Califonz/a notary to violate Califomia notary (Title or description of attached document) (Title or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) 0 Attorney-in-Fact • Trustee(s) 0 Other _________ _ 2015 Version •,1.n.t•JW.NoiaryClasses.com 800-873-9865 law. • State and County infonnation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her nnmc as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural fonns by crossing off incorrect fonns (i.e. l!e/shc/lhey, is /llfe) or circling the correct fonns. Failure to correctly indicate this information may lead to rejection of document recording. • '!be notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the countv clerk. ❖ Additional information is not required but c<1uld help to ensure this acknowledgment is not misused or attached to a different document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO. CFO, Secretary). • Securely altach this d<1cument to the signed docun1ent with a staple.
~GLOBALRISK June 1, 2018 To Whom It May Concern: This correspondence confirms the five (5) year experience modification factors history for Best Contracting Services, Inc. Year EMR Insurance Carrier 12/1/2017 79% American Zurich Insurance Company 12/1/2016 68% American Zurich Insurance Company 12/1/2015 69% American Zurich Insurance Company 12/1/2014 74% American Zurich Insurance Company 12/1/2013 89% American Zurich Insurance Company Please contact me if you should have any questions. Sincerely, Tami Guo Vice President D: 1.213.550.2253 M: 1.408.218.3524 F: 1.213.550.2258 tguo@globalriskcap.com 800 Wilshire Blvd. Second Floor Los Angeles, CA 90017 AM Best Rating A+XV A+XV A+XV A+XV A+XV LOS ANGELES I IRVINE SAN FRANCISCO ~ GLOBALRISKCAP.COM C-2
Issuance Date: Closing Date: REQUEST FOR STATEMENT OF QUALIFICATIONS NO. 18-051 COUNTY OF FRESNO ROOFING SERVICES June 7, 2018 June 27, 2018 at 2:00 PM C-2 Submittals: Submit RFSQ response electronically on the Bid Page at Public Purchase. Clarifications: Cost Limit for Agreement(s): All questions and clarifications must be submitted on the Bid Page at Public Purchase before 10:00 AM on June 18, 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. $6,000,000.00 Best Contracting Services, Inc. Organization Janette Luna Estimating Coordinator Individual/Contact Person Title 19027 S. Hamilton Ave Street Address/P.O. Box Gardena CA 90248 City State Zip Code (310) 328-6969 (310) 328-9176 estimating@bestcontracting.com Telephone Fax Number E-Mail Address Purchasing Use: DH:st ORG/Requisition: 8935 / 1321801134 G:IPUBLIC\REQUESTS FOR QUALIFICATIONSIFY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
C-2 RFSQ No. 18-051 TABLE OF CONTENTS PAGE I. INTRODUCTION AND OVERVIEW ....................................................................... 3 II. SCOPE OF WORK ................................................................................................. 3 Ill. COMPENSATION .................................................................................................. 6 IV. INVOICING ............................................................................................................. 6 V. AGREEMENT TERM .............................................................................................. 6 VI. SB854/ PREVAILING WAGE ................................................................................. 6 VII. CONFLICT OF INTEREST STATEMENT .............................................................. 7 VIII. SOQ SUBMITTAL REQUIREMENTS .................................................................... 7 IX. SELECTION PROCEDURE ................................................................................... 9 X. INSURANCE REQUIREMENTS ............................................................................. 9 XI. APPEALS ............................................................................................................. 10 Attachments: Exhibit A -Quotation Schedule Exhibit B -Service Level Agreement (Warranty) Exhibit C -Reference List Exhibit D -Background Investigations & Identification (ID) Badges Exhibit E -The Prison Rape Elimination (PREA) Act Exhibit F -No Hostage Situations Exhibit G -No Hostage Policy 2 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
RFSQ No. 18-051 I. INTRODUCTION AND OVER.VIEW The County of Fresno on behalf of the Internal Services Department. Facility Services Division (Facility Services} is requesting quotations from qualified vendors to provide roofing services on an as-needed basis for various types of buildings located throughout Fresno County. Services may include, but are not limited to inspecting, installing, cleaning, maintaining, repairing, removing, and all other work associated with roofing systems for buildings located throughout Fresno County (County). The County owns and/or occupies a variety of buildings varying in size, type, and age with various types of roofing systems that include, but are not limited to, modified bitumen, asphalt shingle, composition shingles, metal roofing, built up roof membrane, structural roof panel system, spray polyurethane foam elements, elastomeric coatings, and single-ply and two-ply membrane roofing. Qualified contractor's must furnish all labor, materials, tools, equipment, supplies, services, tasks and incidental customary work necessary to competently perform all small and large-scale roofing services. Contractor's must possess the correct contractor's license for the types of work performed. Contractors who can demonstrate experience, capability, and quality of work may be awarded a Master Agreement for a term of up to 3-years with two optional 1-year extensions. Facility Services intends to spend approximately $6,000,000 for the potential 5-year term of the agreement. it is the intent of the County to engage several contractors under one Master Agreement to provide the professional services described herein. The County reserves the right, at its sole discretion, to terminate this RFSQ process or negotiations with a selected vendor 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 vendor{s) prior to Board of Supervisors' approval on a services agreement. II. SCOPE OF WORK A. Roofing Services -Qualified vendors shall provide roofing services on an as-needed basis to various buildings throughout Fresno County. The scope of work can include, but is not limited to, the following: • Installing new roof materials as prescribed by roofing manufacturers • Repairing surfaces that seal, waterproof, and weatherproof structures • Complete roof inspections and examination services • Demolition, removing and disposing of existing roof materials, felt paper and batts, and warranties shall be in force for their full term, roof jacks, valley flashing, fascia gutters and ridge vent systems • Re-secure loose sheet metal items and reseal cracked or missing caulk joints, and other associated tasks It shall be the contractor's responsibility to effectively and promptly provide services to the satisfaction of Facility Services in regards to all aspects of roofing in County defined facilities. Facility Services may require a request for quotes (bid) from interested vendors for a roofing service projects on an as-needed basis throughout the term of the agreement. When a bid is released, Facility Services may require vendors interested in submitting a bid, to attend a site inspection of the building identified in the bid. Attendance of site inspection may be required in order for vendor to submit a valid bid. Decision to release a bid, or lack therefore, and to require a site inspection, or lack thereof, will be at the 3 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-2
RFSQ No. 18-051 sole discretion of Facility Services. Facility Services wm communicate such information to all vendors on the Master Agreement via written format at time of bid release. When a bid is released by Facility Services, the selection of the successful responding vendor will be based on Facility Service's evaluation of the quotations submitted by each contractor, with attention to cost (clear itemization of parts and costs, labor hours, tax and freight), start and completion dates, warranty of product and services provided, experience, capability to perform services to the highest standards of the County, and quality of work performed. When submitting a bid, interested vendors must reference cost of services to those provided by such vendor in "Exhibit A -Quotation Schedule." County does not guarantee a minimum or maximum number of jobs to be awarded to a specific contractor during the term of this agreement. County guarantees no minimum amount to each awarded vendor in the Master Agreement. B. Emergency Response Services -Emergency response services are defined as situations that may pose an immediate risk to Fresno County employees, citizens, business processes, and property. They require urgent intervention to prevent a worsening of a situation. Emergency response services will be requested on an as-needed basis when County resources are insufficient. Contractor shall maintain 24 hours a day, 7 days a week emergency availability to coordinate any necessary resolution to roofing problems, including weekends and holidays. The contractor(s) will be required to respond to emergency response service calls, during and after business hours. Details regarding each emergency service request will be relayed at the time of each call. Contractor has the opportunity to identify hours, days, or holidays of unavailability in "Exhibit A -Quotation Schedule." When Emergency Response services are requested by County, the selection of the successful responding vendor will be at the discretion of Facility Services. When Emergency Response services are requested by County, contractor shall acknowledge within 30 minutes if the request can be fulfilled. Otherwise, the request will be sent to another vendor. Selected and awarded vendor must reference cost of services to those provided by such vendor in "Exhibit A-Quotation Schedule." All work of a callback nature shall be treated as an emergency and work commenced shall be carried through to completion without delay. Emergency callbacks are categorized as follows: • LEVEL 1 -Requires onsite response in one (1) hour or less. • LEVEL 2 -Requires onsite response in four (4) hours or less. • LEVEL 3 -Requires onsite response at 7:00 a.m., the next normal working day. Determination of call level is at the sole discretion of the Director of Internal Services or his/her authorized representatives. C. Qualifications -The qualified vendor(s) shall possess all applicable licenses, registrations, permits, municipal building ordinances, and regulations required by the City, State, and Federal governments, as well as all other requirements of the law. If permit or code violations are found with work performed by the vendor, the vendor must correct all violations at no additional charge to Fresno County. D. Workmanship -All maintenance and repairs shall be provided in accordance with the highest standards of the industry, skill, workmanship, applicable trade practices, and shall meet warranties and be in conformance to all applicable laws, codes, and regulations. The vendor(s) shall, at all times, protect building from damage; remove and replace with 4 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-2
RFSQ No. 18-051 new work any work damaged by failure to provide protection. Replacement of damaged work will be at no additional cost to the County. All work areas shall be cleaned up and all debris removed by the contractor at the end of the workday. Upon completion of work at each worksite, the vendor shall remove all equipment and surplus material from the premises and legally dispose of it. E. Scheduling of Work -All work must be approved and authorized in writing by the Facility Services Manager or their designee prior to commencement of any work. Contractor(s) responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. All roofing services shall be subject to the review and approval of Facility Services. Personnel Performance 1. Personnel: Contractor shall have in their employ, or under their control, sufficient qualified and competent personnel to perform work promptly and in accordance with schedules and requirements provided herein. 2. Supervision: The successful contractor shall provide all supervision on site to coordinate and inspect work. 3. Daily check in/out: vendor's on-site supervisor shall check-in with the County management at each location prior to the start of each day and report progress at end of each day before leaving. Contractor's on-site supervisor shall also check-in with County management at each location after completing the work project for inspection. 4. Performance: the successful Contractor's personnel must be capable of perming at an effectiveness level in accordance with specific and industry standards. All work shall be performed in a professional manner and in compliance with all federal, state, and local laws and codes. 5. Uniforms: while on duty all workers shall be identified by uniform shirt, blouse, or smock indicating the company name or logo in print large enough to be easily read. F. Security -Security is of great concern to the County. Failure to fully comply with the security requirements below will be considered a breach of security and shall result ln termination of any ensuing contract for default. Contractor personnel shall cooperate with all Security personnel at all times and be subject to and conform to County security rules and regulations. Any violations or disregard of these rules may be cause for denial of access to County property. The policies below may change throughout the life of this Agreement, it is the vendor(s) responsibility to request updates from the County. Compliance is mandatory on the following Exhibits: 1. The Prison Rape Elimination Act. See Exhibit E. 2. Probation Juvenile Detention Facilities-No Hostage Policy. See Exhibit F. 3. Fresno Sheriff -Coroner's Office (FSCO) Jail Detention Facilities -No Hostage Policy. See Exhibit G. Facility Services may require contractors to comply with "Background Investigations and Identification (ID) Badges, Exhibit D." When a bid is released, Facility Services may require vendors interested in submitting a bid, to comply with Exhibit D. Exhibit D must be passed by vendor prior to award of roofing project. Decision to require Exhibit D on a roofing project, or lack thereof, will be at the sole discretion of Facility Services and will be relayed to all vendors awarded on the Master Agreement via written format at time of bid release. 5 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-2
C-2 RFSQ 18-051 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Best Contracting Services, Inc. REFERENCE LIST Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. REFERENCE # 1 Reference Name: South Hall Convention Center Contact Steve J Patik City: Los Angeles State & Zip: CA 90016 Phone No.: (213) 741-1151 Date: 5/19/2015-9/16/2016 Services Provided: Reroof Single Ply was installed REFERENCE #2 Reference Name: Hall Of Justice Core and Shell Package Contact Marie Nunez City: Los Angeles State & Zio: CA 90012 Phone No.: (323) 267-2496 Date: 6/28/2012-2/6/2015 Services Provided: New Single Plv, Metal Svstems and Water Proofing was installed REFERENCE #3 Reference Name: USP, San Francisco Area G Contact Guv Eberle City: San Francisco State & Zip: CA 94128 Phone No.: (214) 819-7108 Date: 111112013-8/8/2014 Services Provided: Do.,hro ,inolP Dl, "'~· in<t~llorl *Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. *Vendors may attach additional reference pages. * Additional References Attached* G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit C.doc
C-2 County of Fresno Reference Project Name: Fresno County West Annex Jail • City: San Fernando • State & Zip: CA 91340 • Phone No: {918} 898-1521 • Contact Name: Mike McGovern • Services Provided: New waterproofing to be installed • Date: To Be Determined
SINGLE PLY AND HOT ROOFING PROJECTS IN THE LAST 7YEARS
t"'JKt Namt Project Address line 1 Projcct Oty ProjKt Pn,jftt llhl-Fln 1I Conlrlet Cam~ Type of Service Disai,ilne Comp1ny First Nome l 11tN1me "'-e
~tat ~ ~ Amoun! x-
Oracle SCA 9 4060 Georee Sellen Cir Santa Clara CA 95054 $410,657.00 $454,623.00 12/27/2016 Now Single Plv SC Builders Steve Dunne (408) 328-0688
12880 Moore Street Reroof 12880 Moore Street Cerri tos CA $293,630.00 $300,522.00 10/31/2016 Roroof Slncl• Ply City of Cerritos Publ ic Works Dept. (S62) 916-1220
South Hall Convent ion Center 1201 South Figu e roa Los Angeles CA 90016 $3,SSl,010 .63 $3,999,511 .00 9/16/2016 Reroof Single Ply City of Los Angeles Mario Sanchez (213) 741 -llSl
Street
PW Operations and Downtown Var ious locations Anahe i m CA $290,795.00 $290,795.00 9/12/2016 Rep ,ir Hot Roofing Ci ty of Anahe i m John Vasquez (714) 765-5216
Community Youth Center
Re Roof EVOC Los Anceles Police 12001 Bl ucher Ave Los Angeles CA $252,631.40 S2S2,631.00 7/29/2016 Reroof Single Ply City of Los Anceles Frank Alvarado (213) 473-8561
Emergency Oper.ation
New Madera Courthouse Metal Package 209 West Yosemite Madera CA 93637 $617.710.00 $720,957.00 7/29/2016 New Single Ply Gilbane Bu il dine Company Michael Cil re y (6021553-4700 I
Roofing Package Avenue Ext: 4719
TornJnte Reroof 233 Beverly Drive Beverly Hills CA $203,060.00 $153,500.00 7/15/2016 Reroof Single Ply Blattois & Schnur Inc . Cathy Su ri ano (000) 000-0000
San Bernardino County Forens ic Science 200 S. Lena Rd San CA 92415 $242,600.00 $251.069.00 4/15/2016 Now Sln&I• Ply AMG & Associates Inc . AMG & Associates (661) 251-7401
Lab Bernardino Inc .
Point Richmond Westside library & 135 Washington Avenue Richmond CA 94801 $226,750.00 $332 ,459.00 3/10/2016 Reroof Single Ply City of Richmond Vader Be rmudez (510) 231-3008
Community Center
221 N. FicueroJ Tower 221 N. Figueroa St Los Angeles CA $280,174.00 $291,822.00 10/20/2015 Reroof Single Ply Hathaw1 y Dinwidd ie Steve Sm ith (213) 593-0348
PCPI Shoreline 301 East Ocean Blvd 301 East Ocean Blvd Long Beach CA 90248 $437,115.00 $431.415.00 10/9/2015 Reroof Hot Roofine Kel leher, Boyd & Assoc iates Joseph Martinez (562) 436-4000
North Hollywood HD Shop LNG 12201 Sherman Way Los Angeles CA $189,950.00 $190,475 .00 9/25/2015 New Single Ply V1rious GCs VariousGCs (000) 000-0000
North Hollywood HD Shop LNG 12201 Sherman Way Los AngC?les CA $189,950.00 $190,475.00 9/25/2015 Now Single Ply 2H Construction Ryan Shotwell (562) 424 -5567
ext 212
Warehouse Bldg D 2222 E 7th Street Los Angeles CA $363,909.86 $363,910.00 7/24/2015 Reroof Single Ply City of Los Ane:eles Dept of General Franlc Alvarado (2131 473-3515
Services
R;aytheon Bldg Re-Roof 6150 Century Blvd . Los An,:eles CA $705,000.00 $795,000.00 6/5/2015 Now Single Ply Los Angeles World Airport Bill Ha rtranft (424) 646-7967
7th Street Maintenance Yard 2172 E 7th Stre et LosAnceles CA $181,565 .05 $181.565 .00 5/15/2015 Reroof Slncl• Ply City of Los Angeles Dept of Gener;al Frank Alv.>~do (213) 473-3515
Services
Hall of Jwtice Core and Shell Paclcilce 315 North Sprinc Street Los Anceles CA $438,520.00 $980,787.00 2/6/2015 Reroof Sine/• Ply Clark Construct ion Group Brennon Ba k er (714) 830-6196
KCSOS City Centre Roof 1300 7th Street Ba kersfield CA 93301 $394,666.00 $390,065 .00 1/23/2015 Reroof Hot Roofinc Kem County Superintendent Georgc Carson fo r m Rieder Bu il ding {6611 636-4500
Larry
Virc iniil Robinson Gardens Ma in House Los An gele s CA $235,000.00 $235,000.00 11/28/2014 Roroof Hot Roofing Torres Constructi on Pat,ic iaA. Jazmines (3231 344 -2906
US PS Richmond McVittie DOU 2100 Chanslor Avcnue Richmond CA $368,913.00 $375,064 .00 11/21/2014 Reroof Sin ele Ply USPS LynneW. H.>le (415) SSO -S119
Hangar 2 Bay Roof Replacement at NAS Fallon Fa ll on Nevada $364,000.00 $192,346.00 10/17/2014 Reroof Single Ply Department of t he Navy Ken Thomas (775) 4 26-2918
Fallon AFB
USPS C.impbcll Main Office SOO West H.>m ilton C.1mpbell CA $310,157.00 $310,157.00 9/19/2014 Reroof Slnelc Ply USPS Lynnc W . Hale (415) 550-5119
Avenue
Los Aneeles Theater 514 South Sprine Street Los Angeles CA $200,000.00 $200,000.00 9/12/2014 Restoratlon/Rep;a i Sin&le Ply Los Angeles Theatre Center Wayne NakasonC! 1213) 489-0994
rs ext.123
USPS San Francisco Area G S;an Fr;anc isco CA $1,449,832 .00 Sl,532,464 .00 8/8/2014 Replace Single Ply USPS Guy Eberle (2141 819 -7108
City of Fountain Valley City HiJII Reroof 10200 Sl<1ter Avenue Founta in CA 92708 $230,471 .00 $230,471.00 3/7/2014 Reroof Hot Roofing The Garland Comp,1ny Inc Steve lilmpman (949) 322-1770
Va lley
USPS Roof Replacement at Redondo V.>r ious Sites CA $150,000.00 $674,000.00 2/14/2014 Reroof Single Ply USPS bmes Schmidt (503) 335 -7931
Beach Main Office Venice Carrier Annex
and Van Nuys MPO VMF
USPS Roof Replacement at Redondo Var ious Sites CA $524,000.00 $674,000.00 2/14/2014 Roroof Single Ply USPS James Schmidt (503) 33S-7931
Beach Main Office Venice Carrier Annex
and Viln Nuys MPO VMF
San Jose Convention Center Expansion & -Sa n Jose CA $764,000.00 $2,914,298 .00 12/6/2013 Ex istine Sinele Ply Hunt Constructio n Group Brent Le if (408) 535-8403
RenoViition
7th St reet Consol id.ated F;ac ili ty 2172 East 7th St reet Los An&el e s CA SlS0,694 .07 $150,694.00 11/22/2013 Reroof Singl e Ply City of Los Angeles Contr.1ct No: 58581 Fr;anlc Alvarado 1213) 473-8561
LAPD Southeast Pol ice Div (Ma in and 145 W 108th Stree t Los Angeles CA 90061 $192,328.89 $192,329 .00 11/22/2013 Reroof Single Ply City of Lo s Aneeles Sulldine Services Frank Alvara do (213) 473-8561
Garage Roof)
Wa llis Annenbere Ce nter of t he 470 N Canon Drive Beverly Hill s CA 902 10 $440,311.00 $934,962.00 11/8/2013 New Sincle Ply M;a tt Construct ion Kev in Pitzer (562) 903-2277
Performing Arts
Sawtelle Street Mun iciple Building: 1828 South Sawtell e Los An g:eJes CA $175,433.29 $175.433 .00 9/13/201 3 Reroof Sinai• Ply City of Los Angeles Contract No: 58581 Franlc Alv.>rado (213) 473-8 561
Street
Highl ;a nd Pa rk Recreat ion Center 6150 Piedmont Avenue Los Angeles CA 90042 $202,963.69 $175,125.00 7/12/2013 Reroof Sincle Ply City of Los Aneeles George Alvar.>do (213) 458-6816
Rose Bowl Stadium Ph 2A Press Box 1001 Rose Bowl Drive Pasad e na CA 91103 $468,800.00 $2,249,144 .00 5/15/2013 New Sina le Ply Cl;ark Construction Group W . Emerson Teer (714) 429-9779
Completion P.a chce R812
S;a n C icco FBI Field Office ~nDice:o CA $830,000.00 $1 ,116,035 .00 4/12/2013 New Single Ply The Oark Cons t ruction Group Er in You nc: (714) 4 2 9 -9779 ()
•2829 I\)
Si,c:nal Hill Police St ation 217S Cherry Avenue Lone Beach CA 90755 $275,860.00 $293,638.00 1/25/2013 New Hot Roofin g: FTR International Inc Katie Morrissey (714) 389 -5656,
x87S6
GSA Bakersfield Courthouse 51019th Stre et Ba kersfield CA 93301 $205,658.00 $367,428 .00 7/6/2012 Now Sincle Ply Gilbane Bu ilding Company Christopher Beck {6021 553-4715
Central Libr.1ry New Roof 630 West Sth Street Los An,celes CA Sl,264.45150 Sl ,666, 145.00 6/15/2012 Roroof Sincle Ply City of Los Angeles Contract No: 58581 Frank Alvarado (213) 473-8585
Hightand Police Station 26985 Baseline Street Highland CA 92346 $199,530.00 $199,982.00
Highland Police Station 26985 Baseline Street Highland CA 92346 $199,530.00 $199,982.00
North Hollywood Studio City 10801 Chandler Avenue Los Angeles CA $179,860.00 $179,860.00
Maintenance Yard
Extron Electronics Anaheim CA $327,774.00 $395,912.00
USPS los Angele$ Main Building 7001 South Central Los Angeles CA 90001 $500,000.00 $1,242,000.00
Avenue
USPS los Angel-es Main Building 7001 South Central Los Angeles CA 90001 $500,000.00 Sl,242,000.00
Avenue
Port of Los Angeles Administration 425 South Palos Verdes San Pedro CA $312,238.00 $312,:138.00
Office and Soys & Girls Club
William Morris Agency -Project 231 * 265 Beverly Drive SeverlvHills CA 90210 $1,524,000.00 $1,841,109.64
Norwalk Sports Center 13000 Clarkdale Avenue Norwalk CA $276,100.00 $502,969.19
5/4/2012 New Single Ply City of Highland
5/4/2012 New Single Ply EDGE Development, Inc.
2/10/2012 Reroof Single Ply City of Los Angeles Contra-ct No: 59083
10/14/2011 New Single Ply CWOtN'e-r
4/15/2011 Reroof Single Ply RoofOptions, LLC
4/15/2011 Reroof Single Ply RoofOptlons, LLC
3/25/2011 Reroof Single Ply City of Los Angel-Os
3/25/2011 Now Single Ply Tishman construction Corporation of
California
2/11/2011 Reroof Single Ply City of Norwalk
N/A
Trad Perkins
Carlos Rodriguez
Brad Hind
Tim Lynn
Tim lyn.n
Ed Ullo
Jennifer GatdMr
Delfino Consunji
(909) 864-8732
x251
(951) 296-0776
(213) 473-8560
(626) 351-l!SOO
(414) 228-1780
x220
(414) 27.ll-1780
x220
(310) 732-3171
(213) 327-3020
•>rt 3059
(562) 929-5723
(")
N
C-2 RFSQ 18-051 EXHIBIT A QUOTATION SCHEDULE Exhibit A-Quotation Schedule will be divided into three (3) parts (sections A through C). All bidders will be required to submit a quote on all items included within this RFSQ. Submittals not providing quotes for all items will not be considered. A. Roofing and Emergency Response Services Parts and Materials Please list how the County will be charged for parts and materials. (for example, "list -10%, list +10%, cost+/-%). When providing invoice to County for payment, copy of the original invoice for parts and materials must accompany the invoice for payment. List any applicable discounts and their effective dates below: Discount(%) Effective Date( s) NIA NIA Time Itemize your hourly labor rates for ON-SITE technician services only. Contractor will bill the County at the below rates for only on-site time worked. Other: ( ex: state other Regular Business Hours business and after (7 a.m. - 5 o.m.) After Normal Hours normal hours) Roofer $ 120.00 /hour $ 168.00 /hour NIA Foreman $ 128.00 /hour $ 185.00 /hour NIA Superintendent $ 134.00 /hour $ 204.00 /hour NIA Quality Control $ 120.00 /hour $ 168.00 /hour NIA Manager Site Safety Health $ 160.00 /hour $ 238.00 /hour NIA Officer Other (ex: Other job classifications, titles, NIA etc.) $ 135.00 /hour $ 210.00 /hour G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
C-2 RFSQ 18-051 EXHIBIT A B. Additional Pricing Itemize your mileage rate per mile below. County will not pay for time spent traveling to acquire parts/supplies. MILEAGE RATE: $ ---'0:..:.::.5:..;;0 ___ mile Indicate where mileage starts and stops (i.e. portal to portal, Fresno to Jobsite, etc.) PORTAL TO PORTAL C. Holidays Vendor shall acknowledge emergency response services by phone within 30 minutes if the service request can be fulfilled. Otherwise, the request will be sent to another vendor. Please state identify below any days throughout the potential 5-year term of the agreement wherein vendor will not be able to respond to emergency response calls as specified in this RFSQ: CHRISTMAS DAY (12/25) AND NEW YEARS DAY (01/01) G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
RFSQ No. 18-051 8. 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. Awarded bidder(s) will be responsible for informing Facility Services of any change in subcontractors throughout the life of the agreement. The primary contractor is not relieved of any responsibility by: C-2 B & M Tear Off, Inc. -2420 Sand Creek Road, PBM 280, Brentwood, CA 94513 -Roof Demo/ ACM License # 769864 Tel. (925) 755-9505 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-39 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-39, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: # 456263 I A,B,Cl7,C39,C43 Date of Issue: 05/07/1984 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. * License Proof Attached* 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. / 3. DIR Acknowledgement: / / I acknowledge in accordance with labor Code $ebtions-1~5.5 and 1770-1777.7, that I have registered with the Department of lndu~tfial ~el~~6n; (DIR) and all Certified Payroll Records will be uploaded to the DI~ Webslto/~nJ1ldditional requirements that materialize !rom _the SB854 legislation 1ill be /comphE;,9'o/ith. Attached is verification of the DIR reg1strat1on. * DIR ~~~~.fA.~j~c7d >// (Authorized Signature) ,/./ ;1 _/ / / ·; .~ I •' I ' I {/ Title ; /·_,Sean;Taba~adeh, CEO/Secretary DIR Number / /_, _#_lo_i_10_0_00_5_6_3 ___________ _ DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ 8 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
C-2 RFSQ 18-051 EXHIBIT B SERVICE LEVEL AGREEMENT (WARRANTY) The following segment states some of the specifications for the services covered under this RFSQ. Interested vendors are instructed to indicate their compliance or non-compliance with the stated specifications. Compliance and understanding of the specification is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "NOT COMPLY" on the line. All bidders are required to indicate their level of compliance on all statements below. Submittals not indicating a level of compliance will not be considered. Please note, failure to comply to all services requested will not automatically disqualify any bidder. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. Failure to furnish emergency callback service as listed below may result in termination of contract, withholding of payment, and/or another vendor to be hired to complete the work at the current vendor(s) expense. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Vendor possess all applicable licenses, registrations, and permits required by the COMPLY State of California, Fresno County, and/or City of Fresno to perform the scope of work requested. 2. Vendor shall furnish all labor, equipment, materials, tools, and transportation COMPLY reauired to oerform the services herein described. 3. Vendor shall follow industry safety standards, and use only industry approved safety equipment in accordance with the manufacturer's specifications in the COMPLY oerformance of all duties. 4. Vendor shall comolv with all security exhibits (Exhibits E through G). COMPLY 5. Contractor and all sub-contractors who perform work must be registered with the California Deoartment of Industrial Relations. COMPLY 6. Contractor will inform County of any change in subcontractor use for the entire COMPLY duration of this aQreement. 7. Vendor shall invoice County as stated by vendor in "Exhibit A -Quotation COMPLY Schedule". 8. List a minimum of three (3) references wherein commercial, industrial, or public COMPLY aQencv roofinQ services have been completed. Vendor must complete "Exhibit C". 9. Vendor understands that failure to furnish emergency call-back service with the "Level 1-3" as listed on page 3 may result in termination of contract, withholding of COMPLY payment, and/or choosing another vendor. 10. Emergency callbacks categorized as LEVEL 1 requires onsite response in one ( 1) COMPLY hour or less. 11. Emergency callbacks categorized as LEVEL 2 requires onsite response in four ( 4) COMPLY hours or less. 12. Emergency callbacks categorized as LEVEL 3 requires onsite response at 7:00 COMPLY AM. the next, normal workino dav. 13. Vendor shall acknowledge within 30 minutes if the request can be fulfilled. COMPLY Otherwise, the reauest will be sent of another vendor. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit B.doc
C-2 contracting services .-...dfJ .\'~~COlll'Oa.mD rJ,PT -· -~fig In the Bu\\dlnCJ ES"' ··----------.-(RFSQ 18-051) ADDITIONAL INFORMATION REQUESTED -ATTACHED
COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFSQ NUMBER: 18-051 ROOFING SERVICES Issue Date: June 13, 2018 CLOSING DATE: JUNE 27, 2018 AT 2:00 P.M. Submit all Questions and Statements of Qualifications on the Bid Page at Public Purchase. For assistance contact Darren Howard at (559) 600-7110. C-2 NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-051 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR RESPONSE. • Questions and Answers • Exhibit B is hereby added and made a part hereof. _,·?7 .·/,-ll&KtlQWLEDG~(r~~tlDl.!M tll.!MBEB QtlE (1) IQ BESQ 18-051 , / / / _.-/ / / / ::1 COMPANY NAME: B7s~ C,phtr,cfing; ervjes, Inc. JI/ /1/ . 14 /\--.---· (PRINT) NAME & TITLE: It>,· Sear/'f ~~,adeh, C~O/Secretary SIGNATURE: (PRINT) Purchasing Use: DH:st ORG/Requisilion: 8935 / 1321801134 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC
C-2 p----' LManovet · -'--;,. r: ·lnsurn1K~ Croup" . I t June 1, 2018 Re: Best Contracting Services, Inc. To Whom It May Concern: Per the request of our client, please accept this letter as verification and indication of their bonding ability, capacity and history. We consider Best Contracting Services, Inc. a "best in class" contractor and consider single jobs in excess of $50,000,000 with a total aggregate capacity in excess of $200,000,000. This is not an indication of our maximum support and should Best Contracting Services, Inc. require higher capacity, we stand ready to handle their needs. Best Contracting Services, Inc. is a highly reputable and esteemed firm, and we at Hanover are proud to support their surety needs. Please understand that this letter is not a commitment to provide any specific bond for any specific project but is being provided as a courtesy of prior reference and current consideration. Any specific project is underwritten at time of request and is based on current underwriting information and specifics of the bond being requested. We assume no liability to you or any third party should we decline to issue any specific bond(s) for any reason. Should you have any questions, please do not hesitate to contact me at 213.550.2253. Our full contact information is shown below. Sincerely, Jinghan Guo Attorney-in-Fact The Hanover Insurance Group 500 N. Brand Blvd. Suite 1280 Glendale, CA 91203 213.550.2253 www.hanover.com
RFSQ No. 18-051 Ill. COMPENSATION Parts, materials, and service work for all roofing services, including emergency response work, shall be charged as quoted in Exhibit A-Quotation Schedule. IV. 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 and departure • Hours of active Labor • Printed name of County representative authorizing the work • Name of vendor technician providing the service • Description of services provided, Building location/number • Actions taken, Status of service • Itemization of each service provided and cost (i.e. labor hours, parts, materials, etc.) V. AGREEMENT TERM The term of the Agreement will be three years, unless prior to its expiration its term is extended in writing, for no more than 2 additional one-year terms, by mutual consent of the Director or his/her designee and the qualified vendor(s). The maximum total five-year contract amount is $6,000,000. Total fees paid to each vendor will be dependent upon the bid provided by contractor. No guarantee is made that the total fee or any fee will be received by the contractor. VI. S8854/ 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. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Refer to http://www.dir.ca.gov/Public-Works/PublicWorksSB854.html for more information. Contractor must submit verification of DIR registration with their proposal. Failure to submit verification may result in their proposal 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.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 6 G:\PUBUC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-2
RFSQ No. 18-051 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 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. VII. CONFLICT OF INTEREST STATEMENT The vendor{s) may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County. In this section the bidder should address the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The vendor(s) shall comply will all federal, state and local conflict of interest laws, statutes and regulations. VIII. SQQ SUBMITTAL REQUIREMENTS The submittal shall be in two (2) parts (sections labeled A and B). 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. List of current staff, including total employee count, and job classification of each employee 5. List a minimum of three (3) references wherein commercial, industrial, or public agency roofing services have been completed. Vendor must complete "Exhibit C" (as provided). 6. Exhibit A -Quotation Schedule (as provided). 7. Exhibit B -Service Level Agreement (Warranty) (as provided). 7 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-2
RFSQ No. 18-051 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. Awarded bidder(s) will be responsible for informing Facility Services of any change in subcontractors throughout the life of the agreement. The primary contractor is not relieved of any responsibility by: *See Attached List of potential subs* 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-39 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-39, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: 456263 -AB C17 C39,C43 Date of Issue: 05/07/1984 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. . '/ 3. DIR Acknowledgement: · · I acknowledge in accordance with labor Code Section~1p-2·s!s and 1770-1777.7, that I have registered with the Department of Industrial Relatiopj:;CDIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any addjijonal requirements that materialize from the SB854 legislation y.iill be compliedwi(h. ttached is verification of the DIR registration. ,.. ·· // --~ / I • -C-2 (Authorized Signature) / / ' -1-:-/~-l---f-• --...,---------:S::-ea-n-=-Taba-,--za-,de-:--h-:-Cc:E-::-:0/S=-e-cre-,-tary /I CEO/Secretary Title DIR Number j' 1000000563 DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ 8 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
BEST CONTRACTING SERVICES, INC. Potential Sub-Contractors Company Name: B & M Tear Off Location: 5346 Elm Lane, Oakley CA 94561 Contact: Ruben Bernall / Daniel Moreno P: (925) 755-9505 F: (925) 755-9572 Type of Work: RoofDemolition Company Name: American Services Group Location: 300 S. Walnut Ste.403, San Dimas CA 91773 Contact: George Adams I Carl Adams P: (909) 592-6007 F: (909) 592-8660 Type of Work: Roof Abatement 19027 S. Hamilton Ave., Gardena, CA 90248 el: (310) 328-6969 Fax: (310) 328-9176 w. bestcontracting.com info@bestcontracting,com n Equal Opportunity Employer GSA Approved Conh·actor
IX. SELECTION PROCEDURE A Selection Committee (Committee) will be formed to evaluate the submitted proposals and to make recommendations. The Committee will consist of representatives of the department. The Committee will address the following criteria in its evaluations of the proposals: Bidder is capable of providing the requested services Bidder demonstrates experience in the requested services Bidder is qualified to provide 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 proposal to the County, the proposer consents to such an inquiry and agrees to make available the County such books and records the County deems necessary to conduct the inquiry. X. 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 Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars {$1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 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. C-2 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. 9 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC
RFSQ No. 18-051 Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date CONTRACTOR 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, 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. XI. 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@FresnoCountyCA.gov. 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. 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\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-2
RFSQ 18-051 1. Nations Roof West, LLC 5463 E. Hedges Ave Fresno, CA 93727 (559) 252-1255 2. LLC (P-Corp) 3. Richard Nugent Manager Sean Rauch President/ CEO Rene Lopez Partner Please see attached resumes and certifications 4. Please see attached Labeled "PR Employee List" 5. Please see attached Reference List 6. Please see attached Exhibit "A" 7. Please see attached Exhibit "B" Nations Roof 5463 E. Hedges Ave., Fresno, CA 93727 Phone: 559-252-1255 Fax: 559-252-1256 California License #1012378 C-3
C-3 Sean Rauch 811 S Burgan Ave. Fresno, Ca 93727 Phone: 559-341-9614 EXPERIENCE: 10/2004 -Present President Nations Roof Fresno, CA Responsible for managing daily operations and supervising employees. Demonstrated ability to creatively troubleshoot, solve problems, and make informed decisions while successfully guiding others through constant change. Effectively Implemented and enforced all company safety programs. Experienced in handling simultaneous projects and meeting deadlines effectively. 4/2002 -9/2004 Chief Estimator/ Project Manager B & R Roofing a generalRoofing Company Fresno, CA Analyze specifications and blueprints to prepare time and cost estimates for products and services. Prepare estimates utilizing the "Edge" estimating system. Collaborate with the Vice President of Sales on strategies and goals. Prepare detailed submittals and shop drawings. Assist architects, building owners and general contractors with design/ build projects. Consistently exceeded yearly sales goals. Proficient at all aspects of low and steep slope roofing, primarily in the commercial sector 3/2001 -4/2002 Branch Manager Tolley-Hughes, Inc Coeur d'Alene, Idaho/ Salt Lake City, Utah Responsible for managing daily operations and supervising employees. Demonstrated ability to creatively troubleshoot, solve problems, and make informed decisions while successfully guiding others through constant change. Effectively implemented and enforced all company safety programs. Experienced In handling simultaneous projects and meeting deadlines effectively. 12/1997 -3/2001 Tolley-Hughes, Inc Coeur d'Alene, Idaho Chief Estimator/ Project Manager Analyze specifications and blueprints to prepare time and cost estimates for products and services. Prepare estimates utilizing the "Edge" estimating system. Train employees on the "Edge" estimating system. Collaborate with the company President on strategies and goals. Prepare detailed submittals and shop drawings. Assist architects, building owners and general contractors with design/ build projects. Consistently exceeded yearly sales goals. Proficient at all aspects of low and steep slope roofing, primarily in the commercial sector 5/1996 -12/1997 Superintendent/ Project Manager Tolley-Hughes, Inc Coeur d'Alene, Idaho Supervised over 50 employees. Inspected work In progress to ensure that work conformed to contract specifications and adhered to established work schedules. Scheduled work hours, resolved conflicts, determined wages. Recommended and Initiated personnel actions such as hiring, promotions, discharges and disciplinary measures. Interpreted specifications, blueprints and job orders. Studied production schedules and estimated worker -hour requirements for completion of job assignments. Excellent track record for consistently completing projects on time and within budget. Interpreted and enforced safety regulations as branch safety director. 10/1993 -11/1996 Roof Technician Tollev-Huqhes, Inc Coeur d'Alene, Idaho Learned various aspects of roofing. Contributed to profitability while maintaining high standards of. excellence.
EDUCATION: SKILLS: ADDITIONAL INFORMATION: 1211.992 -1011.993 Assistant Manager C,mwr d'Alene Pl"QDerty Management Acquired, marketed, and managed real estate assets for property owners. C-3 Coeur d'Aleqe, Idaho 8/1990 -1211992 Maintenance Manager Crosswinds Condominiums Clinton Township, Michigan Coordinated labor and equipment resources ensuring all jobs were completed accurately, efficiently, and in a quality manner. 1./1986 -l/1990 U.S. Marine UQited states Marine Corps various Consistently able to develop a team and maintain high morale and a sense of commitment. Effective in stressful situations. Industry-Related Training and certifications NRCA "TQM" (Total Quality Management) seminar Garland R-mer Lite certification BHP Zip Rib certification Butler Fast Roof seminar The "Edge" Estimating System, Version 6, 7, 8 &. 10 OSHA Competent Person course WISHA Fall Protection workshop 1990/1992 Certification -Paramedic courses 1986/1990 Professional Jungle Warfare Training School Desert Warfare Training School Mountain Warfare Training School Assault Climbers Schoof Infantry Training School Skill Name The Edge Estimating System Safety Director Microsoft Office Auto Cad Lt 2004 Project Management Macomb community College united States Marine corps Skill Level Expert Intermediate Expert Intermediate Expert Honorably discharged from the United States Marine Corps. us-Michigan-Clinton Township US-Various-Various Page 2 of2
EXPERIENCE Marty English Service Manager Nations Roof West LLC Ph: (559) 252-1255 CeH (559) 417-9520 2013-Present Nations Roof West LLC Fresno, CA Project Manager 1999-2013 • Responsible for managing all commercial projects. • Create repair estimates, roof surveys, and preventive maintenance reports for clients. • Determine labor requirements and scheduling of field personnel. • Inspect and review current projects to monitor quality and efficiency on each project. • Create and dispatch repair work orders. • Managing the installation and job costs of each project. • Review service technician productivity and quality performance and provide technical training. THD Home Services, Inc. Fresno, CA Project Manager/Field Inspector • Responsible for managing thirty jobs per month in excess of $1 million annually. • Successfully met and exceeded monthly profit margins and customer satisfaction standards. • Recruited and retained subcontractors for multiple construction projects C-3
1997-1999 Owens Corning Sales, Inc. Fresno, CA Installation Service Manager • Successfully managed the Installation Services division. • Recruited and trained new-hires. • Conducted in-progress and post inspections. • Responded to customer service issues. 1989-1996 City of Fresno Fresno, CA Facilities Management Roofer • Developed roof maintenance and reroofing programs for over 1 million square feet of city owned prope11ies including fire stations, police sub-stations, city hall, airports, conventions center, zoo, parks and recreations buildings • Designed reroofing specification and reviewed submitted specifications from manufacturers. • Assigned contractors for maintenance projects. • Reviewed change order submittals. COMPLETED PROJECTS: • Fed-Ex Fright, Sacramento, CA: • Cargill Beef Packers Bldg, Fresno, CA e De Vita Expansion, Exeter, CA • Golden Living, Petaluma • Golden Living, Santa Rosa • Golden Living, Stockton • Chipotle, Madera: • U-Haul, Bakersfield • U-Haul, FresnoCresent Valley Charter School, Madera: • Guardian Glass, Kingsburg 111 Ruiz Foods, Dinuba • Foster Farms, Cherry Ave, Fresno • Foster Farms, Belgravia, Fresno • Paramount Farms, Lost Hills e Paramount Farms, Coalinga • Cargill Beef Packers, Tulare C-3
SKILLS/QUALIFICATIONS • Have extensive experience in all types of roofing including, hot built-up, cold applied, self-adhered, composition shingles, and single ply TPO, PVC, EPDM roofing systems. • Extensive knowledge of safety regulations and OSHA requirements. • Forklift Certified. • The Edge Estimating System • WISHA Fall Protection Workshop C-3
EXPERIENCE 2006-Present Rene Lopez Operations Manager Nations Roof West LLC Ph: (559) 252-1255 CeH (559) 341-3114 Nations Roof West LLC Operations Manager Fresno, CA • Responsible for scheduling of screws and coordination of material delivery/loading. • Conduct weekly production meetings with Project Manager and Estimators • Conducts weekly safety meetings and training. • Coordinate all in-house inspections as part of the Quality Control program. • Coordinate final inspections with manufactures for issuing of warranties. • Obtain all necessary permits and licenses for projects. • Inspect and review all projects for compliance with building and safety codes. COMPLETED PROJECTS: • Cutler School Roof Repairs, Cutler, CA: Reroof 19,900 sf BUR and 34,400 sf Mechanically seamed Garland R-Mer LOC. • Le Grand High School, Le Grand, CA: Reroof 36,100 sf Modified Bitumen/ Cold Process with coating. • Paramount Farms, Almond Cold Storage, Lost Hills, CA: Reroof, 66,200 sf Mechanically attached 60 mil TPO. • Paramount Farms, DC Expansion, Lost Hills, CA: Reroof, 92,400 sf Mechanically attached 60 mil TPO. • Powers-Ginsburg Elementary School, Fresno, CA: New construction, 28,700 sf PVC roofing. • Paramount Farms, Almond A-1, Lost Hills, CA: New construction, 62,600 sf. TPO mechanically attached. • Fairfax Elementary School #4, Bakersfield, CA: New Construction, 42,400 sf Mechanically attached PVC. C-3
• Redwood High School, Bldg 3 & 4, Visalia, CA: Reroof, 25,400 s.f SBS Modified roofing. • Paramount Farms, Pistachio Bldg, Firebaugh, CA: New Construction, 140,700 sf Mechanically attached TPO roofing. 2004-2006 Roofers/Waterproofers Local #27 Fresno, CA Apprentice Coordinator • Responsible for overseeing training within the apprenticeship program. • Provide technical training for advancement of levels. • Coordinates and oversees purchase of materials and equipment. • Prepares and monitors apprenticeship program budget. • Establishes short and long term goals for apprentices in program. • Assists in successful completion of the program. 1994-2004 B & R Roofing Company Fresno, CA Roofer Foreman • Upload materials and ensure adequate supplies are there for the project. • Clear debris from work area on roof. • Maintain a safe working environment for the crew. • Ensure the project meets time requirements for completion of project. SKILLS/QUALIFICATIONS • NRCA Torch Applicator • OSHA 10 hour Certified • OSHA 30 hour Certified • Forklift Certification • Journeyman Certified • Lead Training Certified C-3
rtifi t f leti
~ne£op_ez
has successfully completed
Heat Illness Awareness
P,ric 11.naersen BORETTI, INC.
INTEGRATEO SAFETY SOLUTIONS
August 11, 2011
.Si,.:narurt* I) ,1 l ~•
\
.-~)
Certificate of Completion
~ne£opez
has successfully completed
Competent Person -Fall Protection 8 Hour Course
Z 'L (J'arne[[ 0 BORETTI, INC. March 23, 2011
~ iµ n .1 r 11 t L.· I) ,I It'
4i 1iQ~· -~,i~
~
~:\~.
?;;; .. ii :.,~ffi! ·~;;;
....
4.ti w~~tv.~ ·d~ ~ -.~-:'.
r ·-, ,.---.. , ..,,,,.. __
.,i@~~,J\:w.a~l~., .. ~~,1i~.~~~#~!ll:~-A'~~.:,if'.i~~">..1:'~"A'~~.,jii.~~":'@i..~-,.#~~-1?rk&W.11:~~·,\'~~vJi.~~\~l . . . . ~ ~-
rtifi f leti
{j?.g'IJ,e Lop_ez
has successfully completed
30-Hour OSHA Construction Training
r.Eric 21.ncfersen BORETTI, INC.
INTI:ORATI:D SAFf!TY SOLUTIONS May 28, 2009
Siitna111r.· Ila It'
... ••··••"·-··•t·•·· •,:•.•··
~•'4,ft;If~l~~-«~):~~~~~.@'~~
• ":f .. • •'•. ,f". •. • • .,. : .. · .. •• . :• ....
-~~!~~:t~\~ :c:.::::.... ..o/-4.' . -..:-.
-....
~~-
~/~' ty·:~1 ~~f .....,
~f, ·-."S,.t-r.~:;i\
~:,' ~-
,. ... ':, ~~,
!!¥.1-/ ~•. ....
... -;.~-.
N~;s>!/f ~-·, ~:? ";,-:i" .. ..:,. ~::!;
~}. ~
~,:: _,.,
.. ~;-f ~:,r, r· ~::~ ..:·
~ft
(~••l11 i•,:i;!.,i
~•'-
~~ ~.1\ ~W.•fl
~:'
-:~
~l1
1 ~:,! ?i~-.,_•
::,.
"'~~:•, 'o/J•:·:, ~:JI
"§.
~;( t1:~h ~ .;ii'
Wh,
~\;11
~:.·
~
c;,
(.v
Certificate of Completion
<.Rg,ne LoE_eZ
h~1s successfully con1 pleted
Cal OSHA Inspection
Greg <.Bircf, csrp 0 BORETTI, INC.
INTEGRATE[! SAFETY SOLUTIONS September 9, 2009
Si;: n.1111 r•· ,,.,,,.
C-3 r""·· (,_ C 0 C) 0 ,,.-, 0 N ' • LO G) N .c 0 L-m " C. ~ .. E -0 V ~ 0 V -C) ~ C • m (.) z E C: s 0 z :l ~ rn 0 0 L.. VI u I-~ § >. C C VI ~ ... w 0 .. ~ -~ 0:: i c· -rn 0 0 ~ ~ U) m ~ ~ ~ C) ~ v; C ti:) V "O G) u ~ u ;'.:j rn ' , 0 V) CJ) (\1 :n ~ 0 ....c ,, .... •• . ""' ,, .... ~ ~ ' , ~ s..., C ~ G) I') " ~ .. ;:: :: 0 '::j :; :: :t :r. , L.
( (__ NATIONAL ROOFING CONTRACTORS ASSOCIATIQ\! February 20, 2008 To: NRCA/OSHA 10-Hour Roofing Safety Course participants From: Michele Biesiada, Manager of Education Programs Re: OSHA 10-Hour certification card Enclosed please find your OSHA 10-hour certification card. You earned this card by attending NRCA's Roofing Safety: OSHA 10-Hour Program. If you have any questions, please contact me at (847) 493-7534 or via e-mail at mbiesiada@nrca.net. OSHA 001444107 U.S. Oepar1men1 or Labor Occupational Safety and Heallh Aamtnistrallon Rene Lopez has successfully comp!erea a 10-hout OcaipalionaJ Sar Trairung Couriu: ,n ety and Health Construction Safety a lieaJlh Harry Dietz (Trafller) 2/5/08 (Date) C-3
* t.J PR Employee List C-3 All Employees Active Only Phone Employee Cell Home Craft Class Active 150001 Esteban Arteaga (559) 374-7261 Local27 27 Apprentice 4 Yes 150003 Feliciano Campa (559) 481-0576 Local27 27 Journeyman Yes 150004 Jesse M Campa (559) 706-2443 Local27 27 Foreman Yes 100509 Adrian Cardenas Ruiz 559-826-8433 Local27 27 Apprentice 2 Yes 100010 biddllb 6S&dllb mm 2121 I csa127 2Z eooceolice 1 ~es 109349 Luis Antonio Chavez Grana 559-430-7931 Local27 27 Apprentice 1 Yes 108076 Jesus Mata Compean 559-255-3B22 Local 27 27 Apprentice 6 Yes 150008 Adrian Covarrubias (553) 430-9314 Local 27 27 Journeyman Yes 105975 Johnny Emmett Dalton 559-356-3264 Local27 27 Journeyman Yes i,i1me ~ee l!JI l!IUf!l 11!1 liiiliiliililiiilii I Yes ~BOif 111ml; IS::gllel: /008) 001 0162 Yes 108902 Austen English (559) 801-335B Local27 27 Apprentice 3 Yes 102631 Miguel Angel Enrquez Sanchez 559-7040949 Local27 27 Apprentice 1 Yes 150013 Saul Esparza 559-722-2671 Local 27 27 Journeyman Yes 150006 Jesus Cisneros Farias (559) 916-566B Local27 27 Journeyman Yes 100119 Francisco Javier Gama 559-341-8375 Local27 27 Journeyman Yes 150049 Benjamin Garcia (559) 287-4526 Local 27 27 Journeyman Yes 150017 Martin E. Garcia-Iniguez (559) 4B5-9347 Local 27 Premium Foreman Yes 101968 Joe Garcia 559-396-759B Local27 27 Journeyman Yes 106541 Mario Garcia 5599701497 Local 27 27 Foreman Yes 101312 Francisco Gomez Neri 559-240-951 B Local 27 27 Journeyman Yes 107884 Eric Steven Gomez 559-723-2339 Local27 27 Apprentice 6 Yes 150019 Raymundo Parra Gonzalez (559) 847-6392 Local27 27 Foreman Yes 150020 Caesar Gonzalez (559) 708-9785 Local27 27 Foreman Yes 105952 Salvador Gonzalez 559-558-3283 Local27 27 Apprentice 1 Yes 100184 Michael Anthony Griffith 559-478-5343 Local27 27 Apprentice 2 Yes 150022 lndalecio GuUerrez (559) 994-7755 Local 27 27~\V\\\AW\'f'or.if~ 107539 Julio Villegas Guzman 559-903-0451 Local 27 27 Journeyman Yes 106994 Amador Socorro Huerta 559-290-8038 Local 27 27 Apprentice 1 Yes 150070 Aaron Jantz 559-405-3027 Local 27 27 Apprentice 7 Yes 150024 Jose Jauregui (559) 936-5261 Local27 27 Journeyman Yes 150036 Jorge Lopez Rivera (559) 365-7646 Local27 27 Journeyman Yes Yes 150069 Alejandro Lopez (559) 344-9621 Local 27 27 Apprentice 2 Yes 150064 Mark Lopez (559) 892-5983 Local 27 27 Apprentice 2 Yes 150031 Enrique Mata Medina (559) 304-4834 Local27 27 Foreman Yes 150062 Jesus Miguel (559) 202-8311 Yes 150053 Luis Mora Local27 27 Journeyman Yes 101582 Josue Ernesto Moran Arroyos 253B885177 Local27 27 Apprentice 1 Yes 102415 Richard Moreno 559-394-8711 Local27 27 Apprentice 1 Yes 150033 Christian Perez (559) 723-8428 Local27 27 Journeyman Yes 5528 Ramiro Romero Perez 5599087950 Local27 27 Journeyman Yes 150034 Carlos Ramirez Galvez (559) 394-1435 Local27 27 Journeyman Yes 150055 ,%di I IOI Fi:aacl I !880) 0 II 0011 Yes 103457 Curtis Recek (559)538-9324 Local 27 27 Apprentice 4 Yes 1£5691 0 !iiiiB)iliU?MP Local 27 27 Apprentice 1 Yes 100733 Javier Reyes 760-626-9624 Local27 27 Apprentice 1 Yes 156096 1111§6@1 R@)IIB (335) 83b Slit Yes 100635 Isaac Guadalupe Rodriguez 559-375-6184 Local27 27 Apprentice 1 Yes 103638 Omar Lopez Rodriguez 559-284-8202 Local27 27 Apprentice 1 Yes 488ili!il lil1u1mi1 ~1iiJi!f111H iig .11g g-~ Yes ISCBIJB AlltU:118 A Ro:1121O !iii) B?i 3888 Local27 27 Journeyman Yes 109227 Jesus Romero 5592691907 Local 27 27 ~ r'tE'tl\l UIV\. R:> I[ lM.Q.f\ 107564 Pete Romero (559) 652-7762 Local27 27 Apprentice 1 Yes 16 Nations Roof West LLC Page 1 06/27/18 11:18:32 Ar-/ Date Format· MM/DD/YY PREmployeeList.rpt
100996 Kermit Ruiz 107943 Michael Ruiz 104157 Antonio Ruvino Acevedo 106316 Everardo Sanchez 101116 Miguel Angel Sanchez 150043 Cesar Zaragoza Santos 16881!i llstl:; Osd a 103609 Dario Sifuentes !0!!844 Bwh, @Mies W6180 Retdak Stedman t06740 Adrian Tzinzun 186?77 Ramon Btu, ca e!dbc 150010 Jose Villarruel Delatorre 16 Nations Roof West LLC Date Format • MM/DD/YY PR Employee List All Employees Active Only Phone Cell Home Craft (209) 637-8300 Local27 (559) 722-1152 Local27 559-403-9864 Local27 559-477-5840 Local27 559-387-7724 Local27 (559) 824-3237 Local 27 (150) 91i9 Qij~ 559-349-1483 Local27 (!iiO! liOO Oi'Q2e (§§Q) §lQ 1938s Local27 (559) 577-6658 Local27 6§0 051 0511 Local27 (559) 801-7787 Local27 • •• ,' Page2 Class 27 Apprentice 3 27 Foreman 27 Journeyman 27 Apprentice 1 27 Apprentice 3 27 Journeyman 27 Journeyman 27 Apprentice 2 27 Apprentice 1 27 Apprentice 2 27 Journeyman C-3 Active Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes 06/27/18 11:18:32 Al\/ PREmployeeList. rpt
C-3 RFSQ 18-051 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Nations Roof West, LLC REFERENCE LIST Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. REFERENCE # 1 Reference Name: Visalia Unified School District Contact Kevin Bradford Citv: Visalia State & Zio: CA, 93277 Phone No.: (S59) 730-7541 Date: 2010 to Current Services Provided: Roofing Inspections, Roofing Repairs, Roof Maintenance, and Reroofing REFERENCE #2 Reference Name: Robert L Jensen Contact Robert Jensen City: Fresno State & Zip:CA, 93727 Phone No.: (559) 252-4525 Date: 2017 to Current Services Provided: Roofing Inspections, Roofing Repairs, Roof Maintenance, and Reroofing REFERENCE #3 Reference Name: Ruiz Foods Contact Rene Defonseca Citv: Dinuba State & Zip: CA, 93618 Phone No.:(559) 591-5510 Date: 2012 to Current Services Provided: Roofing Inspections, Roofing Repairs, Roof Maintenance, and Reroofing *Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. *Vendors may attach additional reference pages. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit C.doc
C-3 RFSQ 18-051 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Nations Roof West, LLC REFERENCE Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. REFERENCE # 1 Reference Name: Durable Roofing National Corp Contact Inez Morris Citv: Hebron State & Zip: CT, 06248 Phone No.: (860) 228-9337 Date: 2017 to Current Services Provided: REFERENCE #2 Reference Name: Contact Citv: State & Zip: Phone No.: Date: Services Provided: REFERENCE #3 Reference Name: Contact Citv: State & Zio: Phone No.: Date: Services Provided: *Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. *Vendors may attach additional reference pages. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit C.doc
C-3 RFSQ 18-051 EXHIBIT A QUOTATION SCHEDULE Exhibit A-Quotation Schedule will be divided into three (3) parts (sections A through C). All bidders will be required to submit a quote on all items included within this RFSQ. Submittals not providing quotes for all items will not be considered. A. Roofing and Emergency Response Services Parts and Materials Please list how the County will be charged for parts and materials. (for example, "list-10%, list +10%, cost+/-% ). When providing invoice to County for payment, copy of the original invoice for parts and materials must accompany the invoice for payment. List any applicable discounts and their effective dates below: Discount (%) Effective Date(s) List+ 20% Duration of Contract Time Itemize your hourly labor rates for ON-SITE technician services only. Contractor will bill the County at the below rates for only on-site time worked. Other: (ex: state other Regular Business Hours business and after (7 a.m. -5 o.m.) After Normal Hours normal hours) $ 74.65 nonaays 6G .::iunaays Roofer $ 58.90 /hour /hour $117.99 .11011oays & ~unoays Foreman $ 88.95 /hour $ 119.55 /hour $175.91 .ttohoays & ~unoays Superintendent $ 125.00 /hour $ 175.00 /hour $225.00 Quality Control $ 125.00 $ 175.00 Holidays & Sundays /hour /hour $225.00 Manaaer Site Safety Health .11011oays&~unoays $ 125.00 /hour $175.00 /hour $225.00 Officer other (ex: Other job classifications, titles, $ NIA $ NIA etc.) /hour /hour G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Servlces\18-051 Exhibit A.doc
C-3 RFSQ 18-051 EXHIBIT A 8. Additional Pricing Itemize your mileage rate per mile below. County will not pay for time spent traveling to acquire parts/supplies. MILEAGE RATE: $ 2.90 mile ------Indicate where mileage starts and stops (i.e. portal to portal, Fresno to Jobsite, etc.) Portal to Portal C. Holidays Vendor shall acknowledge emergency response services by phone within 30 minutes if the service request can be fulfilled. Otherwise, the request will be sent to another vendor. Please state identify below any days throughout the potential 5-year term of the agreement wherein vendor will not be able to respond to emergency response calls as specified in this RFSQ: We can respond any day. We have a 800 number that is answered 24 hours a day, 365 days a year. G:\Public\Requests for Qualiflcations\FY 2017-18\18-051 Roofing Services\18-051 Exhibit A.doc
C-3 RFSQ 18-051 EXHIBIT B SERVICE LEVEL AGREEMENT (WARRANTY) The following segment states some of the specifications for the services covered under this RFSQ. Interested vendors are instructed to indicate their compliance or non-compliance with the stated specifications. Compliance and understanding of the specification is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "NOT COMPLY" on the line. All bidders are required to indicate their level of compliance on all statements below. Submittals not indicating a level of compliance will not be considered. Please note, failure to comply to all services requested will not automatically disqualify any bidder. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. Failure to furnish emergency callback service as listed below may result in termination of contract, withholding of payment, and/or another vendor to be hired to complete the work at the current vendor(s) expense. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Vendor possess all applicable licenses, registrations, and permits required by the State of California, Fresno County, and/or City of Fresno to perform the scope of Comply work reauested. 2. Vendor shall furnish all labor, equipment, materials, tools, and transportation Comply reauired to oerform the services herein described. 3. Vendor shall follow industry safety standards, and use only industry approved safety equipment in accordance with the manufacturer's specifications in the Comply oerformance of all duties. 4. Vendor shall comolv with all securitv exhibits (Exhibits E throuah G). Comply 5. Contractor and all sub-contractors who perform work must be registered with the Comply California Deoartment of Industrial Relations. 6. Contractor will inform County of any change in subcontractor use for the entire Comply duration of this aareement. 7. Vendor shall invoice County as stated by vendor in "Exhibit A -Quotation Comply Schedule". 8. List a minimum of three (3) references wherein commercial, industrial, or public Comply aaencv roofina services have been comoleted. Vendor must comolete "Exhibit C". 9. Vendor understands that failure to furnish emergency call-back service with the "Level 1-3" as listed on page 3 may result in termination of contract, withholding of Comply oavment, and/or choosina another vendor. 10. Emergency callbacks categorized as LEVEL 1 requires onsite response in one (1) Comply hour or less. 11. Emergency callbacks categorized as LEVEL 2 requires onsite response in four (4) Comply hours or less. 12. Emergency callbacks categorized as LEVEL 3 requires onsite response at 7:00 Comply AM. the next, normal workino dav. 13. Vendor shall acknowledge within 30 minutes if the request can be fulfilled. Comply Otherwise, the reauest will be sent of another vendor. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit B.doc
RFSQ No. 18-051 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. Awarded bidder(s) will be responsible for informing Facility Services of any change in subcontractors throughout the life of the agreement. The primary contractor is not relieved of any responsibility by: Pare Environmental Kings County Air Conditioning Inc. Four C's Construction T. Brooks and Associates 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-39 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-39, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: 1012378 C-39 Date of Issue: 03/25/2018 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. 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 add' ional requirements that materialize from the SB854 legislation will be complied with. a ed is verification of the DIR registration. (Authorized Signature) Title DIR Number President/CEO 1000036446 DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ 8 G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ROOFING SERVICES.DOC C-3
oca CONTRACTORS STATE UCENSE BOARD ACTIVE LICENSE , ___ , 1012378 e-LLC _,.,_, NATIONS ROOF WEST LLC 03/31/2020 www.cslb.ca.gov DIR REGISTRATION NUMBER -1000036446 06/30/2018 ··,. Any change o-f bU$ine:.s .lddrttS:J11ame 1l1ui.t i>d 1epo1ted tu U\# Regi'1rat within 90 day6: This license Is not transferrable, and shall be returned to the Registrar upon demand when suspended, revoKea, or lnvalldated far any reason. This pocket card Is valid through the oxpirnHon dall! only. If found. drop in any mailbox. ?ostage guaranle~d by. Citt,UOGlWb S'rd~ L.i'-'r1~ 8Cl.;.fU P.O. Bo• 26000. Sacramento CA 95826 Licensee Signature C-3
C-3 CONTRACTORS STA TE LICENSE BOARD Contractor's License Detail for License # 1012378 IISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be a-re of the following !Imitations. CSLB complaint dls<losum 15 re-by law (S&P 7124.6) If !hlo entity Is subJ<,<1 to public complaint dlsc!esum, a !Ink for complaint dlselooun, will -below. Cilek on !he !Ink or bul!<ln to obtain oomplalnl "'1dlor legal ae!ien ln!onnmlon. Per B&P 7071.17 , only c:cnstnlcilon relabld cMI Ju<!lj"""1!:s reported to !he CSLB .,.. dlsdosed. AlbilraUoo• ore not listed uni. .. lhe --to comply w!lll the tann• of lho i!!!lllration. Due to -ad. !hero moy be reievam lnlormall<>n that ha not yet b"8n enlere<! onto tho Board's """""" -•""· Data current as of 6/27/201811 :44:50 AM Business Information NATIONS ROOF WEST LLC 5463 E HEDGES AVENUE FRESNO, CA 93727 Business Phone Number:(559) 252-1255 ,This license Is current and active. All Information below shou_ld be reviewed. _ . ~-ROOFING Jhis license filed a Contractor's Bond with HANOVERINSURANCE COMPANY. Bond Number: 1044871 :Bond Amount $15,000 Effective Date: 02/22/2016 Entity Ltd Liabiity Issue Date 03/2512016 Expire Date 03/31/2020 License Status ~g Information Contractor's Bond LLC EMPLOYEE/WORKER BONO Toislicense filed a LLC -Employeeiworker Bondwiih HANovei:fiNsi.JAANCE coMPANV:-. -Bond Number: 1044872 .Bond Amount: $100,000 Effective Date: 02/22/2016 Bond of Quallfylng Individual ,This license flied Bond of Qualifying Individual number 1044881 for .JAMES LAWRENCE NUGENT In the amount of $12,500 with H/\N0VER INSURANCE COMPANY. 1 Effective Data: 02/29/2016 Workers' ComptllUilim :This license has workers oompensation insurance with the XL SPECIALTY INSURANCE COMPANY _Poffcy Number:CWG3000851 Effective Date: 07/01/2015 "expire Date: 07/011201.8_ ,This license has liab!Bty insurance with GREENWTCFfiNSURANCE COM-PANY Polley Number: CGS7409377 'Amount: $4,000,000 "effective Date: 07/01/2015 "_Expiration Date: 07/01/2018 J.!mlli.ty Insurance Information Personnel listed on this license (current or disassociated) are llsted on other Rcenses. -------" -------·--•-·"-·-"•-·"-·--· __ j
COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFSQ NUMBER: 18-051 ROOFING SERVICES Issue Date: June 13, 2018 CLOSING DATE: JUNE 27, 2018 AT 2:00 P.M. Submit all Questions and Statements of Qualifications on the Bid Page at Public Purchase. For assistance contact Darren Howard at (559) 600-7110. C-3 NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 18-051 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR RESPONSE. • Questions and Answers • Exhibit B is hereby added and made a part hereof. ACKNOWLEDGMENT OE ADDENDUM NUMBER ONE (1) TO RFSO 18-051 COMPANY NAME: SIGNATURE: NAME & TITLE: Purchasing Use: DH:st N,Unn,~27 Sean Rauch President/CEO (PRINT) (PRINT) ORG/Requlsitlon: 8935 / 1321801134 G:IPUBLICIREQUESTS FOR QUALIFICATIONS\FY 2017-18\18-051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC
Addendum No. ONE (1} Request for Quotation Number: 18-051 June 13, 2018 Page2 Q1. In "18-015 Roofing Services" Document, it says there's attachment list from Exhibit A to Exhibit G. But on the website, Exhibit B is missing. Is it something that will be available later on? A 1. Please see the attached Exhibit B. Q2. Can you please let me know if there is Pre-Bid meeting for County of Fresno Roofing Service Project? A2. A Pre-Bid meeting has not been scheduled for the initial RFSQ process. G:\PUBLIC\REQUESTS FOR QUALIFICATIONS\FY 2017-18\18·051 ROOFING SERVICES\18-051 ADDENDUM 1.DOC C-3
C-3 RFSQ 18-051 EXHIBIT B SERVICE LEVEL AGREEMENT (WARRANTY) The following segment states some of the specifications for the services covered under this RFSQ. Interested vendors are instructed to indicate their compliance or non-compliance with the stated specifications. Compliance and understanding of the specification is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "NOT COMPLY" on the line. All bidders are required to indicate their level of compliance on all statements below. Submittals not indicating a level of compliance will not be considered. Please note, failure to comply to all services requested wlll not automatically disqualify any bidder. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. Failure to furnish emergency callback service as listed below may result in termination of contract, withholding of payment, and/or another vendor to be hired to complete the work at the current vendor(s) expense. BIDDER TO COMPLETE THE FOLLOWING: COMPLY/ NOT COMPLY 1. Vendor possess all applicable licenses, registrations, and permits required by the State of California, Fresno County, and/or City of Fresno to perform the scope of Comply work reauested. 2. Vendor shall furnish all labor, equipment, materials, tools, and transportation Comply required to perform the services herein described. 3. Vendor shall follow industry safety standards, and use only industry approved safety equipment in accordance with the manufacturer's specifications in the Comply oerformance of all duties. 4. Vendor shall comply with all securitv exhibits (Exhibits E throuoh G). Comply 5. Contractor and all sub-contractors who perform work must be registered with the Comply California Department of Industrial Relations. 6. Contractor will inform County of any change in subcontractor use for the entire Comply duration of this aoreement. 7. Vendor shall invoice County as stated by vendor in "Exhibit A -Quotation Comply Schedule". 8. List a minimum of three (3) references wherein commercial, industrial, or public Comply aoencv roofino services have been completed. Vendor must complete "Exhibit C". 9. Vendor understands that failure to furnish emergency call-back service with the "Level 1-3" as listed on page 3 may result in termination of contract, withholding of Comply payment, and/or chooslno another vendor. 10. Emergency callbacks categorized as LEVEL 1 requires onsite response in one (1) Comply hour or less. 11. Emergency callbacks categorized as LEVEL 2 requires onsite response in four (4) Comply hours or less. 12. Emergency callbacks categorized as LEVEL 3 requires onsite response at 7:00 Comply A.M. the next, normal workina day. 13. Vendor shall acknowledge within 30 minutes if the request can be fulfilled. Comply Otherwise, the reauest will be sent of another vendor. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Exhibit B.doc
Absolute Urethane 1 ATTACHMENT 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 (hereinafter referred to as "County Contractor"), 5 must disclose any self-dealing transactions that they are a party to while providing goods, 6 performing services, or both for the County. A self-dealing transaction is defined below: 7 "A self-dealing transaction means a transaction to which the corporation is a party and in 8 which one or more of its directors has a material financial interest" 9 The definition above will be utilized for purposes of completing this disclosure form. 10 INSTRUCTIONS 11 (1) Enter board member's name, job title (if applicable), and date this disclosure is being 12 made. 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 15 the County. At a minimum, include a description of the following: 16 a. The name of the agency/company with which the corporation has the 17 transaction; and 18 b. The nature of the material financial interest in the Corporation's transaction that 19 the board member has. 20 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable 21 provisions of the Corporations Code. 22 (5) Form must be signed by the board member that is involved in the self-dealing 23 transaction described in Sections (3) and (4). 24 25 26 27 28 -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 Absolute Urethane (l} Company Board Member Information: Date: (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}: {S} Authorized Signature Signature: I I Date: I -2-
Best Contracting Servic s 1 ATTACHMENT 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 (hereinafter referred to as "County Contractor"), 5 must disclose any self-dealing transactions that they are a party to while providing goods, 6 performing services, or both for the County. A self-dealing transaction is defined below: 7 "A self-dealing transaction means a transaction to which the corporation is a party and in 8 which one or more of its directors has a material financial interest" 9 The definition above will be utilized for purposes of completing this disclosure form. 10 INSTRUCTIONS 11 (1) Enter board member's name, job title (if applicable), and date this disclosure is being 12 made. 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 15 the County. At a minimum, include a description of the following: 16 a. The name of the agency/company with which the corporation has the 17 transaction; and 18 b. The nature of the material financial interest in the Corporation's transaction that 19 the board member has. 20 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable 21 provisions of the Corporations Code. 22 {5) Form must be signed by the board member that is involved in the self-dealing 23 transaction described in Sections (3) and (4). 24 25 26 27 28 -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 Best Contracting Serv·ces {1) Company Board Member Information: I Date: (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}: (S} Authorized Signature Signature: I I Date: l -2-
Nations Roof West, LLC 1 ATTACHMENT D 2 SELF-OEAUNG 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 (hereinafter referred to as "County Contractor"), 5 must disclose any self-dealing transactions that they are a party to while providing goods, 6 performing services, or both for the County. A self-dealing transaction is defined below: 7 "A self-dealing transaction means a transaction to which the corporation is a party and in 8 which one or more of its directors has a material financial interest" 9 The definition above will be utilized for purposes of completing this disclosure form. 10 INSTRUCTIONS 11 (1) Enter board member's name, job title (if applicable), and date this disclosure is being 12 made. 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 15 the County. At a minimum, include a description of the following: 16 a. The name of the agency/company with which the corporation has the 17 transaction; and 18 b. The nature of the material financial interest in the Corporation's transaction that 19 the board member has. 20 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable 21 provisions of the Corporations Code. 22 (5) Form must be signed by the board member that is involved in the self-dealing 23 transaction described in Sections (3) and (4). 24 25 26 27 28 -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 Nations Roof West, LLC (1) Company Board Member Information: I Date: (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: I I Date: I -2-
ATTACHMENT E THE PRISON RAPE ELIMINATION (PREA) ACT All bidders must comply with the Prison Rape Elimination (PREA) Act as stated below: "CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for juvenile correctional facilities. Training will be provided by Probation at no charge to CONTRACTOR." "CONTRACTOR will ensure that all staff assigned to work at the Juvenile Justice Campus (JJC) undergo a pre-employment Live Scan and criminal background security clearance by the Probation Department at no charge to CONTRACTOR. No alcoholic beverages/drugs will be brought into any facility. Nor will anyone under the influence of alcoholic beverages or drugs be allowed inside. In the event of any disturbance inside the facilities, the CONTRACTOR'S employees will immediately follow the orders of the Facility Administrator or his/her designees. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In the event of a dispute involving COUNTY staff and the contract employee, the on-duty Facility Administrator will have the final decision." INFORMATION ON THE PRISON RAPE ELIMINATION ACT CAN BE FOUND HERE: http://www.prearesourcecenter.org/
NO HOSTAGE SITUATIONS Fresno County Juvenile Justice Campus Policy Manual California Code of Regulations Subject: Hostage Situations Policy Number: 326.0 Page: 1 of 2 Date Originated: April 1, 2004 Date Revised: February 1, 2008 ATTACHMENT F 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 SIJUATION 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 Commander will: 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 theincident. 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 theChief. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Revised Exhibit F.docx
ATTACHMENT F 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: 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 hostagetakers. 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 the facility. D. The Watch Commander will coordinate with the Sheriffs 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 Chiefs office per departmental policy. Ill. SECURITY AND OPERATIONAL REVIEW 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.
ATTACHMENT G NO HOSTAGE POLICY EFFECTIVE DATE: 12-18-89 12-01-10 REVISED: 08-06-90, 12-25-94, 05-06-96, 09-01-99, APPROVED BY: Sheriff M. Mims BY: Assistant SheriffT. Gattie AUTHORITY: California Code of Regulations, Title 15,Section 1029(a)(7)(B) and Penal Code Section236. 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 facilitysecurity. 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)
EXHIBIT H
BACKGROUND INVESTIGATIONS AND
IDENTIFICATION (ID) BADGES
Background Investigations
Prior to the beginning of any services, one (1) background check may be required for every member of
the Contractor’s personnel providing services to a building location for the life of the agreement. The
background check may be required before access is given to any County facility/property. Clearance will
only be granted after a successful background check, completed by the County of Fresno Sheriff’s
Department. Background checks provided by any agency other than the County of Fresno Sheriff’s
Department will not be accepted.
The current cost of a background check is $52 per person. This cost will be incurred by the successful
Bidder. One check covering the cost of background checks for all employees shall be made payable to:
Sheriff, County of Fresno. The successful bidder will be notified regarding the result of background
checks. Those that are accepted will report to County of Fresno Security to have their photo taken and ID
badge issued.
Background checks are done on a first-come, first serve basis between the hours of 7:00 a.m and 12:00
noon. Monday through Friday. The process takes approximately 20 minutes time. The amount of time it
takes to receive the result of background checks varies from one day to a month (or longer), dependent
upon the individual’s history.
Individuals who are cleared through this process are entered into the Department of Justice database.
Their records are flagged and the County of Fresno Sheriff’s Department is notified if the person is ever
arrested in the future.
When required by County, applicants’ background checks must be approved prior to entering any County
facility. Approval will not be granted to any individual possessing any of the following circumstances:
1.They have been convicted of a felony, or any crime involving moral turpitude, or carrying or
possessing a dangerous weapon.
2.They have ever been charged with a felony or are currently under investigation for a felony.
3.They are charged with or convicted of any crime committed in or at a correctional institution.
4.They are currently on parole or probation or are a sentenced inmate at any correctional facility.
5.They have been refused a license as a private investigator or had such license revoked.
6.They have fraudulently represented themselves, their credentials, their employment or their
criminal or arrest record on their application.
7.Make omissions or false statements on their application.
8.They have no valid reason for entering a facility.
9.Their admission into a facility could represents a threat to security, staff or inmate safety.
10.Further information regarding the criteria for background check clearance, including an appeal for
process for someone who may be denied clearance is available upon request.
EXHIBIT H
Identification (ID) Badges
The successful bidder’s employees will be issued a badge that must be worn and be visible at all times
during performance of work in any County building to identify the wearer as an individual who is authorized
to enter County facilities.
1.ID badges will be given only after successfully completing the background investigation. ID badges
will be issued when the photo is taken. If electronic access to any County facility is required,
activation of the badge may take an additional 48 hours to complete.
2.The successful Bidder shall pay $11.99 per individual badge by submitting one check covering the
cost for all the Bidder’s employees made payable to: County of Fresno, Security.
3.Costs for ID badges are established by County Auditor and fluctuate annually, therefore the cost of
obtaining a new ID badge for a Bidder’s new employee may not remain the same throughout the
contract term.
4.The wearer will not escort or bring any other individuals into any County facilities. County issued ID
badges are for the exclusive use of the individual named and pictured on the badge.
5.All ID badges will remain the property of the County and are returnable upon demand or upon the
expiration of the contract. The successful Bidder will be responsible for collecting all ID badges
issued and turning them in to the County Security Office when a contract ends or when an employee
leaves employment. The Bidder will assumes all responsibility for their employee’s use of and the
return of the County ID badges.
6.The ID badges will only be issued to individuals passing the Background check. Each individual will
need to present themselves in person with a valid, clean, and legible copy of a Driver’s license or
State issued Identification Card to receive an ID badge.