Loading...
HomeMy WebLinkAboutP-25-007 Master Agreement.pdf coU�� County of Fresno �+ INTERNAL SERVICES DEPARTMENT Facilities• Fleet• Graphics• Purchasing •Security•Technology p� 156�p �R-V�S MASTER PROCUREMENT AGREEMENT Agreement Number P-25-007 January 7, 2025 The County of Fresno (County) hereby contracts with various vendors (Contractors)to provide pre- employment psychological screenings, special compulsory evaluations and third opinion appeal evaluations in accordance with the text of this agreement and the vendor's corresponding Attachment. TERM: This Agreement shall become effective January 7, 2025 and shall remain in effect through March 31, 2025. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in the vendor's corresponding Attachment"A" attached, at the rates set forth in the vendor's corresponding Attachment"A". ORDERS: Orders will be placed on an as-needed basis by Fresno County Department of Human Resources under this contract. PRICES: Prices shall be firm for the contract period. COMPENSATION: The Contractor will be compensated for performance of its services under this Agreement as provided below. The Contractor is not entitled to any compensation except as expressly provided in this document. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of Seventy-Five Thousand Dollars ($75,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be sent to the County of Fresno Department of Human Resources, 2220 Tulare Street, 14th Floor, Fresno, CA 93721, Attn: Employment Services in accordance with invoicing 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 *The County of Fresno is an Equal Employment Opportunity Employer* PROCUREMENT AGREEMENT NUMBER: P-25-007 Page 2 January 7, 2025 instructions. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30)days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers 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, its officers, agents, or employees under this Agreement. 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 Liabilitv: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liabilitv: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must be prior to the date on which services began under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Page 3 January 7, 2025 (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. Additional Requirements Relatinq to Insurance: 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 signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, County of Fresno Department of Human Resources, 2220 Tulare Street, 14th Floor, Fresno, CA 93721, Attn: Employment Services, 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. Certificates of insurance are to include the contract number at the top of the first page. 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. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Page 4 January 7, 2025 Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's 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 may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractors and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: 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(excluding the Contractor's corresponding Attachment); and (2)the Contractor's corresponding Attachment. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2)a faxed version of an original handwritten signature; or(3)an electronically scanned and transmitted (for example by PDF document) of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement(1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act(Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email. Please refer any inquiries in this matter to Crystal Nino, Purchasing Analyst, at 559- 600-7113 or cnino@fresnocountyca.gov. P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Page 5 January 7, 2025 FOR THE COUNTY OF FRESNO Digitally signed by Riley Blackburn Riley Blackburn Date:2025.01.2409:23:44 -08'00' Riley Blackburn Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Page 6 January 7, 2025 CONTRACTOR TO COMPLETE: Company. ERENE SOLIMAN, PSY.D. Type of Entity: ❑ Individual ❑ Limited Liability Company ❑.Sole Proprietorship ❑ Limited Liability Partnership Corporation ❑ General Partnership c p� I Address City State Zip TELEPHONE NUMBER FAX NUMBER F-+14IL A 3 REss Print Name & O 0 Title: i50, 5 Print Name &Title: Signature: Signature: P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER:P-2"07 P&G*7 January 7,2025 CONTRACTOR TO COMPLETE; Company. KENT M. KAWAGOE, PH.D. Type�of Entity 7tj Individual ❑ Limited Liability Company ❑ Sob Proprietorship ❑ Limited Liability Partnership ❑ Corporation ❑ General Partnership 5? 94%- 1�5 cv% q3?oLl Address state zip ( ss9 ) `{3► -(qa0 (SSt, �i3I -i45(� DrKa ,••-we ttOG+ofr•,m;(.GoM TELEPHONE NUMBER FAX NUMBER E ADDREss Print Name& KtA{ µ t l Title a a1u�I�•�� Print Name&Tdle Signature � Signature. ACCOUNTING USE ONLY ORG No 10100400 Account No 7295 Requisition No,; 1012500044 (7/2024) P-25-007 Master Agreement docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Page 8 January 7, 2025 CONTRACTOR TO COMPLETE: Company: CALIFORNIA FORENSIC INSTITUTE Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership Q Corporation ❑ General Partnership 5730 N First St Ste 105-503 Fresno CA 93710 Address City State Zip 559-908-4162 559-485-1624 jcopdoc@aol.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Jana Price-Sharps CEO Title: p Print Name &Title: Digitally signed by Jana Price- Digitally signed by Jana Price- Jana Price-Sharps Sharps Jana Price-Sharps Sharps Signature: Date:2025.01.0712:50.34-08'00' Signature: Date:2025.01.21 16:02:24-08'00' ACCOUNTING USE ONLY ORG No.: 10100400 Account No.: 7295 Requisition No.: 1012500044 (7/2024) P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Attachment Page 1 of 3 January 7, 2025 ERENE SOL/MAN, PSY.D. Cost of Services Pre-Placement Screening (at $427 contractor's Place of Business) Pre-Placement Screening $527 (Conducted Off-Site) Hourly rate for special $108 compulsory evaluations and special services Third Opinion Appeal $427 Evaluation Rate per No-Show for $135 Appointment Deposition and court $378 testimony hourly rate Court preparation and $212 standby hourly rate Hourly rate for consultation $108 services. Hourly rate for authorized $108 additional pre-employment testing (in cases requiring additional testing or evaluation.) P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Attachment Page 2 of 3 January 7, 2025 KENT M. KAWAGOE, PH.D. Cost of Services 7� Pre-Placement Screening $450 (at Bidder's Place of Business) Pre-Placement Screening $450 (Conducted Off-Site) Hourly rate for special $1,500 (up to a compulsory evaluations hours,$200/hr after) and special services Third Opinion Appeal $750 Evaluation Rate per No-Show for $150 Appointment Deposition and court $300 testimony hourly rate Court preparation and $300 standby hourly rate Hourly rate for consultation No charge for services. informal /$250 per hour for professional Hourly rate for authorized $70 additional pre-employment testing (in cases requiring additional testing or evaluation.) P-25-007 Master Agreement.docx PROCUREMENT AGREEMENT NUMBER: P-25-007 Attachment Page 3 of 3 January 7, 2025 CALIFORNIA FORENSIC INSITITUTE Cost of Services Pre-Placement Screening (at $380 contractor's Place of Business) Pre-Placement Screening $425 (Conducted Off-Site) Hourly rate for special $150 compulsory evaluations and special services Third Opinion Appeal $500/hr Evaluation Rate per No-Show for No Appointment Charge Deposition and court $125 testimony hourly rate Court preparation and $100 standby hourly rate Hourly rate for consultation No services. Charge (under 2 hours); $125 (over 2 hours) Hourly rate for authorized $125 additional pre-employment testing (in cases requiring additional testing or evaluation.) P-25-007 Master Agreement.docx