HomeMy WebLinkAboutAgreement.pdf AGREEMENT
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between
West Valley Construction hereinafter called the Contractor, and the County of__F_ resno hereinafter
called the Owner.
WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as
follows:
ARTICLE I. The Contractor agrees to furnish all labor and materials, including tools, implements, and
appliances required, but excluding such materials as are mentioned in the specifications to
be furnished by the Owner, and to perform all the work in a good and workmanlike manner, free from
any and all liens and claims of mechanics, materialmen, teamsters, subcontractors, artisans,
machinists, and laborers required for:
ARPA WATER METER REPLACEMENTS
CONTRACT NUMBER: 23-26-C
All in strict compliance with the plans, drawings and specifications therefor prepared by the Owner,
and other contract documents relating thereto.
ARTICLE ll. The Contractor and the Owner agree that the Notice to Bidders and Special Provisions,
the Wage Scale (Prevailing Wages), the Plans and Drawings, Addenda and Bulletins thereto, and the
Proposal (Bid Book) hereto attached, together with this Agreement, form the contract, and they are as
fully a part of the contract as if hereto attached or herein repeated.
All portions of the Standard Specifications of the State of California, Department of Transportation,
dated 2015, which are not in conflict with this contract shall be deemed a part of the specifications as
though fully therein set forth; provided, however, that revisions to the said Standard Specifications
shall apply only to the extent, if any, included in the Project Details of these specifications or as
otherwise incorporated directly herein. No part of said specifications which is in conflict with any
portion of this agreement, or which is not actually descriptive of the work to be done thereunder, or of
the manner in which said work is to be executed, shall be considered as any part of this agreement,
but shall be utterly null and void.
ARTICLE III. The Owner agrees to pay the Contractor in current funds for the performance of the
contract the sum of Nine Hundred Ninety-Eight Thousand Three Hundred Twenty-Eight DOLLARS
AND 001100 ($998,328.00) it being understood that said price is based upon the estimated quantities
of materials to be used as set forth in the Proposal, except where provisions are made in the contract
documents whereby the estimated quantities shall constitute the final quantity; that upon completion of
the project the final contract prices shall be revised by change order, if necessary, to reflect the
true quantities used at the stated unit price thereof as contained in the Contractor's Proposal
hereto attached. Payments on account thereof will be made as set forth in the special provisions.
ARTICLE IV. If the Contractor should be adjudged a bankrupt, or if he or she should make a general
assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his
or her insolvency, or if he or she or any of his or her subcontractors should persistently violate any of
the provisions of the contract, or if he or she should persistently or repeatedly refuse or should fail,
except in cases for which extension of time is provided, to supply enough properly skilled workmen or
proper materials, or if he or she should fail to make prompt payment to subcontractors or for material
or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, then the Owner
Contract Number: 23-26-C
may, upon certificate of the Engineer when sufficient cause exists to justify such action, serve written
notice upon the Contractor and his surety of its intention to terminate the contract, and unless within
five days after the serving of such notice, such violations shall cease and satisfactory arrangements for
correction thereof be made, the contract shall, upon the expiration of said five days, cease and
terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof upon the
surety and the Contractor, and the surety shall have the right to take over and perform the contract,
provided, however, that if the surety within ten (10) days after the serving upon it of notice of
termination does not give the Owner written notice of its intention to take over and perform the contract
or does not commence performance thereof within the ten (10) days stated above from the date of the
serving of such notice, the Owner may take over the work and prosecute the same to completion by
contract or by any other method it may deem advisable, for the account and at the expense of the
Contractor, and the Contractor and his surety shall be liable to the Owner for any excess cost
occasioned the Owner thereby, and in such event the Owner may without liability for so doing, take
possession of and utilize in completing the work such materials, appliances, plant and other property
belonging to the Contractor as may be on the site of the work and necessary therefor. In such case
the Contractor shall not be entitled to receive any further payment until the work is finished. If the
unpaid balance of the contract price shall exceed the expenses of finishing the work, including
compensation for additional managerial and administrative services, such excess shall be paid to the
Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference
to the Owner. The expense incurred by the Owner, as herein provided and damage incurred through
the Contractor's default, shall be certified by the Engineer.
ARTICLE V. To the fullest extent permitted by law with respect to any work required to be done under
this contract, the Contractor will indemnify and hold harmless the COUNTY OF FRESNO, STATE OF
CALIFORNIA and all other participating public agencies, whether or not said agencies are named
herein, who have jurisdiction within the areas in which the work is to be performed, and all officers and
employees of the Owner, the County, the State, the United States and said other participating
agencies, from any and all costs and expenses, attorney fees and court costs, damages, liabilities,
claims and losses occurring or resulting to COUNTY in connection with the performance, or failure to
perform, by CONTRACTOR, its officers, agents or employees under this Agreement, and from any and
all costs and expenses, attorney fees and court 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, its officers, agents or employees under this Agreement. In
addition, CONTRACTOR agrees to indemnify COUNTY for Federal, State of California and/or local
audit exceptions resulting from non-compliance herein on the part of CONTRACTOR.
CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the
COUNTY, its officers, agents, and employees from any and all costs and expenses, damages,
liabilities, claims, and losses occurring or resulting to COUNTY in connection with the performance, or
failure to perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and
from any and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to
any person, firm, or corporation who may be injured or damaged by the performance, or failure to
perform, of CONTRACTOR, its officers, agents, or employees under this Agreement.
The Certificate of Insurance shall be issued in duplicate, to the COUNTY OF FRESNO and all other
participating agencies, whether or not said agencies are named herein, who contribute to the cost of
the work or have jurisdiction over areas in which the work is to be performed and all officers and
employees of said agencies while acting within the course and scope of their duties and
responsibilities.
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.
Contract Number: 23-26-C
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 AM Best Company rating of A
FSC VII or better.
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 not less than those shown in the following table:
Liabilit Insurance Requirements
For each Aggregate for General Umbrella or
Total bid occurrences products/completed aggregate excess liability°
operation
:5 $1,000,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000
> $1,000,000
:5 $10,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000
> $10,000,000
s $25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000
> $25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000
sCombined single limit for bodily injury and property damage.
bThis limit must apply separately to your work under this Contract.
°The umbrella or excess policy must contain a clause stating that it takes effect (drops down) in the
event the primary limits are impaired or exhausted.
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages
including completed operations, products liability, contractual liability, Explosion-Collapse-
Underground, fire legal liability, or any other liability insurance deemed necessary because of the of
the nature of this contract.
Such Commercial General Liability insurance shall name 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 shall obtain endorsements to the
Commercial General Liability insurance policy naming COUNTY as an additional insured and providing
for a thirty (30) day prior written notice of cancellation or change in terms or coverage.
Within eight (8) days from 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, or to designservices(cDfresnocountyca.gov, stating that such
insurance coverages have been obtained and are in full force; that the County of Fresno, its officers,
agents and employees will not be responsible for an 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
an any other insurance, or self- insurance shall not be cancelled or changed without a minimum of
thirty (30) days advance, written notice given to COUNTY.
Contract Number: 23-26-C
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 or thirty (30) days advance written notice given to COUNTY.
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars
($1,000,000) per accident for bodily injury and property damage. Coverage should include owned and
non-owned vehicles used in connection with this Agreement and all applicable endorsements.
C. Professional Liability
If CONTRACTOR is a licensed professional or employs professional staff, (e.g., Architect, Engineer,
Surveyor, etc.) 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 with a provision for 3 year tail coverage.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor Code.
ARTICLE VI. Contractor represents that he has secured the payment of Worker's Compensation in
compliance with the provisions of the Labor Code of the State of California and during the performance
of the work contemplated herein will continue so to comply with said provisions of said Code.
Contractor shall supply the Owner with certificates of insurance, in duplicate, evidencing that Worker's
Compensation Insurance is in effect and providing that the Owner will receive ten days notice of
cancellation. If Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure
should be provided the Owner.
ARTICLE VII. The Contractor shall forthwith furnish in duplicate, a faithful performance bond in an
amount equal to 100% of the contract price and a payment bond in an amount equal to 100% of the
contract price, both bonds to be written by a surety company acceptable to the Owner and in the form
prescribed by law.
The payment bond shall contain provisions such that if the Contractor or his subcontractors shall fail to
pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under
the contract, or (b) any amounts required to be deducted, withheld and paid over to the Employment
Development Department and to the Franchise Tax Board from the wages of the employees of the
Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon
the payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court.
ARTICLE Vill. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be listed on a
bid proposal for a public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes
only under Labor Code section 1771.1(a)].
Contract Number: 23-26-C
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be awarded a
contract for public work on a public works project or engage in the performance of work on any public
works project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
Contractor shall comply with all applicable laws and regulations relating to wages and employment,
including all requirements imposed by the California Department of Industrial Relations (DIR).
Contractor shall cooperate with County to furnish timely all information necessary for County's
completion of the form required to be submitted by County when registering the Project on the DIR
website; and County thereafter shall provide to Contractor the "Project ID Number" assigned by DIR in
order to facilitate Contactor's submission to DIR of its certified payrolls for the Project, in the manner
required and using such form as may be prescribed by DIR, in accordance with the provisions of Labor
Code section 1771.4(a)(3).
ARTICLE IX: Governing Law — Venue for any action arising out of or relating to this Agreement shall
be in Fresno County, California. This Agreement shall be governed by the laws of the State of
California.
This Contract, 23-26-C, was awarded by the Board of Supervisors on June 4, 2024. It has
been reviewed by the Department of Public Works and Planning and is in proper order for signature
of the Chairman of the Board of Supervisors.
IN WITNESS WHEREOF, they have executed this Agreement this day of
12024
West Valley Construction Company, Inc. COUNTY OF FRESNO
(CONTRACTOR) (OWNER)
By By
Nathan Magsig, Chairman
of the Board of Supervisors of the
County of Fresno
Title M. Jonathan Robb, Jr., Assistant Vice President
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By
Deputy
Contract Number: 23-26-C