HomeMy WebLinkAboutP-25-016 Master Agreement.pdf 1-0 County of Fresno
INTERNAL SERVICES DEPARTMENT
Facilities- Fleet-Graphics- Purchasing -Security-Technology
p� lsg�p
�Rf,
MASTER PROCUREMENT AGREEMENT
Agreement Number P-25-016
January 31, 2025
The County of Fresno (County) hereby contracts with various vendors (Contractors)to provide an initial no
fee comprehensive energy audit and savings analysis for County-owned and/or leased buildings in
accordance with the text of this agreement, Attachment"A", County of Fresno Request for Statement of
Qualifications No: 24-069 and contractors response to County of Fresno Request for Statement of
Qualifications No: 24-069 by this reference made a part hereof.
TERM: This Agreement shall become effective February 1, 2025 and shall remain in effect through January
31, 2028.
EXTENSION: This Agreement may be extended for two (2)additional one (1)year periods by the mutual
written consent of all parties.
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 County of Fresno, General Services Department
under this contract.
PRICES: Initial no fee for comprehensive energy audit and savings analysis proposal.
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.
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.
333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110
*The County of Fresno is an Equal Employment Opportunity Employer*
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 2
January 31, 2025
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 Liability: 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 Liability: 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
(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 Relating to Insurance:
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 3
January 31, 2025
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, ISDFacilitiesAP@fresnocountyca.gov, 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.
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.
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 4
January 31, 2025
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 Attachment"A", County's Request for Statement of Qualifications No.
24-069 and the Contractor's response thereto); (2)Attachment"A"; (3)the County's Request for Statement of
Qualifications No. 24-069 and (4)the Contractor's response made in response to County's Request for
Statement of Qualifications No. 24-069.
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 or USPS.
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 5
January 31, 2025
Please refer any inquiries in this matter to Chanvathei Lonh, Purchasing Analyst at(559) 600-7110 or
CLONH@fresnocountyca.gov.
FOR THE COUNTY OF FRESNO
signedRiley Bcur
Riley Blackburn Datleaily 025.03.10y14:48:111a0T00n
Riley Blackburn
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
P-25-016 Master Agreement_Revised.docx
i
f
i
PROCUREMENT AGREEMENT NUMBER:P-26-016 Page 6
January 31, 2025
CONTRACTOR TO COMPLETE:
Company: ALLIANCE BUILDING SOLUTIONS
Type of Entity:
El Individual Limited Liability Company j
El Sole Proprietorship [ Limited Liability Partnership
i Corporation General Partnership
1Z5 2-0 � Rl4tV� 1'3toR P Su,.k— 3 K5- Save /tread 6A q2/3O
Aa�iuss City VState Zip
1
TV-f 7 `r35�3- 35Cp - RCVS l �ra6e-p abse.,nercjy-
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
i
s
s
t
1
I
I
l
I
i
Print Name &
Title: -9P-a1> GW w G �� roc
�h��-� - ,'i,{'rint Name&Title: / ^�'°''
1
Signature: Signature:
I
1
i
i
i
I
P-25-016 Master Agreemenl_Rev€sed.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 7
January 31, 2025
CONTRACTOR TO COMPLETE:
Company: AMERESCO, INC.
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
a Corporation ❑ General Partnership
111 Speen St. #410 Framingham MA 01701
Address City State Zip
866-263-7372 proposals@ameresco.com
TELEPHONE NUMBER FAX NUMBER E-MAILADDRESS
Print Name & Ron Haxton Senior VP
Title: Print Name &Title:
DlgllC=S,—h Ron Hatton
p DN:C�15,E=vhaxion�iamaresco.com.0�/Jest
Slgnature. — Reglo-5,02A3145,CH=RonHaxlon Signature:
Date:2025.02.1314 54:24-OB'00'
P-25-016 Master Agreement_Revised.docx
Docusign Envelope ID: F9B926A2-604F-479C-AEC2-99B3FB403A99
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 8
January 31, 2025
CONTRACTOR TO COMPLETE:
Company: ENGIE SERVICES U.S., INC.
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
■❑ Corporation ❑ General Partnership
500 12th Street, Suite 300 Oakland CA 94607
Address City State Zip
844-678-3772 ashu.jain@engie.com
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
Print Name & Courtney Jenkins, President Sarah Pearce, Chief Financial Officer
Title: Print Name &Title:
DS
DocuSigned by: DocuSigned by:
Signature Signature: Sara. pt.a. u-
VV C333BEFB0042485... 103344440BDF4A0...
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 9
January 31, 2025
CONTRACTOR TO COMPLETE:
Company: TRANE U.S., INC.
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
■❑ Corporation ❑ General Partnership
3026 N. Business Park Ave., Ste 104 Fresno CA 93727
Address City State Zip
949-337-0684 Dbwalker@Trane.com
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
Print Name &Title: Keit Tan Print Name &Title:
Area General Manager
Signature: Signature:
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 10
January 31, 2025
CONTRACTOR TO COMPLETE:
Company: VEREGY PACIFIC, LLC.
Type of Entity:
❑ Individual ■❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
❑ Corporation ❑ General Partnership
3090 Bristol Street, Suite 400 Costa Mesa CA 92614
Address City State Zip
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
Print Name & Clayton Boop/VP West
Title: Print Name &Title:
Signature: ��—, L � � Signature:
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 Page 11
January 31, 2025
CONTRACTOR TO COMPLETE:
Company: WILLDAN
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
■❑ Corporation ❑ General Partnership
2401 East Katella Avenue, Suite 300 Anaheim CA 92806
Address City State Zip
913.940.2558 714.940.4920 sstrom@willdan.com
TELEPHONE NUMBER FAX NUMBER E-MAILADDRESS
Print Name & Vice
Aaron Etzkorn, ce President
Title: Print Name &Title: Kate Nguyen, Secretary
Signature: CAIMO*V azklml _ Signature:
XSIGN 1JRR7LRY-193YZ33V bOXSIGN 15YQZPLI-193YZ33V
ACCOUNTING USE ONLY
ORG No.: 8935
Account No.: 7220
Requisition No.: 1322401086/1322501061
(7/2024)
P-25-016 Master Agreement_Revised.docx
PROCUREMENT AGREEMENT NUMBER:P-25-016 ATTACHMENT A
ATTACHMENT"A"
The vendors indicated in this `Attachment A' have met the minimum requirements to be included
in the County of Fresno's Qualified Vendor List (QVL) for energy services.
It is the intention of the County to solicit comprehensive energy proposals from the vendors who
make up this QVL, however inclusion on this list does not guarantee that any vendor will
eventually be selected and engaged under a contract with the County for energy services.
QVL vendors will be given access to County utility usage data and be given the opportunity to
survey County buildings to aid in the development of their comprehensive energy proposals.
The County may elect to do future projects or multiple phases of an energy project as a result of
the received proposals with one or more of the identified qualified vendors if the efficiencies
implemented will financially cover equipment, installation, and developmental costs.
Vendor* Address Contact Name Contact Email
Number
Alliance Building Solutions 12520 High Bluff Drive,Suite 345 Brad Chapman (858)444-0240 Brad@absenergy.com
San Diego,CA 92130
Ameresco,Inc. 2300 Clayton Road,Suite 1370 Keith Smith (916)804-2442 Ksmith@ameresco.com
Concord,CA 94520
Engle Services U.S.,Inc. 500 12th Street,Suite 300 Ashu Jain (714)473-7837 Ashu.Jain@engie.com
Oakland,CA 94607
Trane U.S.,Inc. 3026 N Business Park Ave.,Suite Doug Walker (949)337-0684 Dbwalker@Trane.com
104
Fresno,CA 93727
Veregy Pacific,LLC 3090 Bristol Street,Suite 400 Ryan Gunstream (949)531-1979 Rgunstream@veregy.com
Costa Mesa,CA 92614
Willdan 2401 E Katella Ave. Scott Strom (800)424-9144 Sstrom@willdan.com
Anaheim,CA 92806
*Vendors are listed in alphabetical order, which does not imply any preference.
P-25-016 Master Agreement Revised.docx