Loading...
HomeMy WebLinkAboutCity of Fresno-Emergency Evacuation Assistance_A-25-124.pdf COtj County of Fresno Hall of Records, Room 301 2281 Tulare Street Fresno,California 601 Board of Supervisors 93721-2198 O� 1$56 0 Telephone: (559)600-3529 FRV,t' Minute Order Toll Free: 1-800-742-1011 www.fresnocountyca.gov April 8, 2025 Present: 5- Vice Chairman Garry Bredefeld, Supervisor Luis Chavez, Supervisor Nathan Magsig, Chairman Buddy Mendes, and Supervisor Brian Pacheco Agenda No. 31. Public Health File ID: 23-1442 Re: Under Administrative Policy No. 34 for competitive bids or requests for proposals(AP 34), determine that an exception to the competitive bidding requirement under AP 34 is satisfied and a suspension of competition is warranted due to unusual or extraordinary circumstances as the City of Fresno has a significant number of buses and drivers available to provide to the County in the event of an emergency and is able to receive and respond to a request for evacuation assistance 24 hours per day, seven days per week; and approve and authorize the Chairman to execute an Agreement with the City of Fresno through the City's Department of Transportation, effective upon execution, not to exceed five consecutive years,which includes a three-year base contract and two optional one-year extensions, total not to exceed $175,000 APPROVED AS RECOMMENDED Ayes: 5- Bredefeld, Chavez, Magsig, Mendes, and Pacheco Agreement No. 25-124 County of Fresno Page 35 COZj���C Board Agenda Item 31 O 1856 O FRE`'� DATE: April 8, 2025 TO: Board of Supervisors SUBMITTED BY: David Luchini, RN, PHN, Director, Department of Public Health SUBJECT: Agreement with the City of Fresno for use of Buses for Emergency Evacuations RECOMMENDED ACTION(S): 1. Under Administrative Policy No. 34 for competitive bids or requests for proposals (AP 34), determine that an exception to the competitive bidding requirement under AP 34 is satisfied and a suspension of competition is warranted due to unusual or extraordinary circumstances as the City of Fresno has a significant number of buses and drivers available to provide to the County in the event of an emergency and is able to receive and respond to a request for evacuation assistance 24 hours per day, seven days per week; and 2. Approve and authorize the Chairman to execute an Agreement with the City of Fresno through the City's Department of Transportation, effective upon execution, not to exceed five consecutive years,which includes a three-year base contract and two optional one-year extensions, total not to exceed $175,000. There is no additional Net County Cost associated with the recommended actions. Approval of the recommended actions will allow the Department of Public Health (DPH)to request the City of Fresno Department of Transportation to provide buses to transport evacuees from an area in Fresno County affected by an emergency event to a designated shelter or other location identified by Fresno County Office of Emergency Services (OES). This item is countywide. ALTERNATIVE ACTION(S): Should your Board not approve the recommended actions, DPH would need to identify another means of transportation during an emergency event for evacuees that is available on little to no notice and is available 24 hours per day, seven days per week. SUSPENSION OF COMPETITION: It is requested that the County find under AP No. 34 that an exception to the competitive bidding requirement is satisfied and a suspension of competition is warranted due to unusual or extraordinary circumstances as the City of Fresno has a significant number of buses and drivers available to assist the County in the event of an emergency evacuation and is able to receive and respond to a request for evacuation assistance 24 hours per day, seven days per week, with little or no notice. The Internal Services Department- Purchasing Division concurs with the Department's assessment that this satisfies the exception to the competitive bidding process required by AP 34. County of Fresno page 1 File Number.23-1442 File Number:23-1442 FISCAL IMPACT: There is no increase in Net County Cost associated with the recommended actions. Compensation will only be paid to the Contractor if a request is made for its services. The maximum compensation payable to the City of Fresno under this Agreement is $175,000 for a full five-year term. Compensation shall not exceed $35,000 annually during each of the three years of the initial term and each subsequent 12-month period. If there is a declared disaster associated with the use of this agreement, a significant portion of the costs can be recovered from State or Federal disaster funds. If the agreement needs to be used for an event that is not a declared disaster, the County would be responsible for the cost to utilize the transportation services identified in the agreement which would be paid for through Department funds, which could include Realignment Funds. Sufficient appropriations and estimated revenues are included in the Department's Org 5620 FY 2024-25 Adopted Budget and will be included in future budget requests. DISCUSSION: The County has a duty to respond to various types of emergencies/disasters that may occur in the unincorporated area of the Fresno County Operational Area and also assists with disaster responses within the 15 cities when requested by those jurisdictions. Emergency response activities, which are coordinated through the County's Office of Emergency Services (OES), may be needed at any time with little warning. These activities may include provision of transportation resources to areas under evacuation order or warning due to threat of fire, flood, and other imminent threats for residents who cannot self-evacuate from the affected areas. The City of Fresno's Department of Transportation, FAX, maintains a fleet of 129 buses, all of which are wheelchair accessible, employs 337 drivers, and operates seven days per week. While FAX's normal operations do not occur 24 hours per day, the City is willing to provide requested evacuation service 24 hours per day, seven days per week, with little or no notice and has emergency personnel who are able to receive and respond to a request 24/7. Additionally, the City is willing to assist with evacuation anywhere within the unincorporated area and within the 15 cities as needed. The City's E Street Yard where it parks and maintains the FAX bus fleet is centrally located within the County in downtown Fresno with quick access to local freeways (41, 99, 180, 168)and other major transportation routes. Based on recent experience with disaster response in Fresno County, there is little potential to use these transportation services. However, having an established agreement to immediately access these types of transportation services is important for the County's emergency preparedness and for the safety of our communities. If evacuation transportation resources are needed, evacuees will be transported to an emergency shelter or another location identified by the OES. The recommended agreement deviates from the County's standard indemnification language in that it includes language whereby the County and City mutually indemnify each other. Additionally, the standard insurance language has been replaced, removing language specifying insurance type minimums and identifying that the County and City both maintain insurance policies or self-insurance programs including, but not limited to, an insurance pooling arrangement and/or Joint Powers Agreement. Risk Management has reviewed the agreement and does not agree with inclusion of mutual indemnification and excluding the County's standard insurance provisions; however, the Department of Public Health believes that the benefits of the recommended agreement outweigh any potential risks and recommends approval of the agreement as a prudent business decision. ATTACHMENTS INCLUDED AND/OR ON FILE: Suspension of Competition Acquisition Request Form On file with Clerk-Agreement with City of Fresno CAO ANALYST: Ron Alexander County of Fresno Page 2 File Number.23-1442 cOc"V, Email Me] Suspension of Competition Acquisition Request Double click! 1. Fully describe the product(s) and/or service(s) being requested. If requested by the Fresno County Office of Emergency Services (OES), as feasible, the City of Fresno Department of Transportation will provide Fresno Area Express (FAX) buses and drivers to evacuate residents from areas under an evacuation order or evacuation warning within any of the 15 incorporated cities within Fresno County and the unincorporated area. Services may be requested with little or no notice seven days per week, 24 hours per day. Evacuees will be transported to a shelter or other designated location identified by OES. 2. Identify the selected vendor and contact person; include the address, phone number and e-mail address for each. City of Fresno Department of Transportation. Daniel Colbert, Safety and Security Officer, 2223 G Street, Fresno, CA 93706, (559) 621-1430; Daniel.Colbert@fresno.gov 3. What is the total cost of the acquisition? If an agreement, state the total cost of the initial term and the amounts for potential renewal terms. Maximum compensation is $175,000 for a full five year term. The agreement will be for 3 years with two, optional 12 month extensions. Maximum compensation for each individual year is $35,000. 4. Identify the unique qualities and/or capabilities of the service(s)and/or product(s)that qualify this as a Suspension of Competition acquisition. FAX maintains a fleet of 129 buses, all of which are wheelchair accessible, employs 337 bus drivers, and operates seven days per week. While normal operations do not occur 24 hours per day, the City is willing to provide the requested service 24 hours per day, 7 days per week, with little or no notice. The City maintains emergency personnel who are able to receive and respond to a request 24/7. Additionally, the City's E Street Yard where it parks and maintains its bus fleet is centrally located in the county in downtown Fresno. 5. Identify from Administrative Policy#34 what circumstances constitute a Suspension of Competition. ❑ In an emergency when goods or services are immediately necessary for the preservation of the public health,welfare,or safety,or for the protection of County property. ❑When the contract is with a federal,state,or local governmental agency. ❑When the department head,with the concurrence of the Purchasing Agent,finds that the cost of preparing and administering a competitive bidding process in a particular case will equal or exceed the estimated contract amount or$5,000 whichever is more. ❑When a contract provides only for payment of per diem and travel expenses and there is to be no payment for services rendered. ❑When obtaining the services of expert witnesses for litigation or special counsel to assist the County. ®When in unusual or extraordinary circumstances,the Board of Supervisors or the Purchasing Agent/Purchasing Manager determines that the best interests of the County would be served by not securing competitive bids or issuing a request for proposal. 6. Explain why the unique qualities and/or capabilities described above are essential to your department. The Fresno County OES responds to various emergencies/disasters occuring in the unincorporated areas of Fresno County and also assists with disaster responses within the 15 cities when requested. This may include evacuation of areas under evacuation order and evacuation warning due to fire, flood, or other imminent threats. Due to the nature of these types of events, they may occur with little or no notice at any time and may threaten a large number of residents, necessitating a rapid response using considerable transportation resources such as those possessed by FAX to evacuate the affected area. 7. Provide a comprehensive explanation of the research done to verify that the recommended vendor is the only vendor with the unique qualities and/or capabilities stated above. Include a list of all other vendors contacted, what they were asked, and their responses. The City of Fresno has a significant number of buses and drivers and is willing to partner with the County to quickly evacuate affected areas in the event of an emergency 24/7. There are a number of charter bus companies in the county as well as handi-ride bus companies that could provide transportation services. However, these services require reservations in advance rather than "right now" and may already be booked or out of the county at the time evacuation transportation is needed. Local school districts and the Fresno County Rural Transit Agency also provide bus services, however they do not generally conduct operations seven days per week and in early morning and late evening hours. Additionally, they may not have emergency management staff available 24/7 to marshall the necessary staff and buses in a short period of time if evacuation is needed outside normal operating hours. Additionally, most school buses are not generally wheelchair accessible which the FAX buses are. dlynch 10/18/2024 07:33:49 Division Manager [a Sign] Double click! Requested By: Title E-PD-048 (Rev 07/2021) I approve this request to suspend competition for the service(s) and/or product(s) identified herein. dluchini 10/18/2024 4:25:54 PM [a Sign] Double click! Department Head Signature rblackburn 12/11/2024 10:01:37 AM [a Sign] Double click! Purchasing Manager Signature E-PD-048 (Rev 07/2021) I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 Agreement No. 25-124 1 SERVICE AGREEMENT 2 This Service Agreement ("Agreement") is made and entered into, effective on 3 April 8, 2025 (the "Effective Date") and is between the City of Fresno, a municipal 4 corporation, through its Department of Transportation Fresno Area Express (FAX), whose 5 address is 2223 G Street, Fresno, CA 93706 ("Contractor"), and the County of Fresno, a 6 political subdivision of the State of California ("County"). 7 Recitals 8 A. WHEREAS, the County has a duty to respond to various emergencies/disasters 9 occurring in the unincorporated areas of the Fresno County Operational Area and to coordinate 10 and assist with the disaster response in jurisdictions within the Fresno County Operational Area; 11 and 12 B. WHEREAS, emergencies/disasters may necessitate issuing evacuation orders and 13 evacuation warnings to residents located within and near areas affected by an 14 emergency/disaster; and 15 C. WHEREAS, the County and other jurisdictions located within the Operational Area may 16 need to request transportation resources from other agencies to assist in evacuating areas 17 under an evacuation order or warning in a timely manner; and 18 D. WHEREAS, the Contractor has numerous buses, including wheelchair accessible buses, 19 and drivers and has offered to deploy such transportation resources as it is able to the area 20 under evacuation order or evacuation warning to transport affected residents to a designated 21 safe location upon request by the County. 22 The parties therefore agree as follows: 23 Article 1 24 Contractor's Services 25 1.1 Scope of Services. The Contractor shall perform all of the services provided in the 26 "Contractor Responsibilities" section of Exhibit A to this Agreement, titled "Scope of Services." 27 1.2 Representation. The Contractor represents that it is qualified, ready, willing, and 28 able to perform all of the services provided in this Agreement. 1 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 1.3 Compliance with Laws. The Contractor shall, at its own cost, comply with all 2 applicable federal, state, and local laws and regulations in the performance of its obligations 3 under this Agreement, including but not limited to workers compensation, labor, and 4 confidentiality laws and regulations. 5 Article 2 6 County's Responsibilities 7 2.1 The County shall perform all of the services provided in "County Responsibilities" 8 section of Exhibit A to this Agreement, titled "Scope of Services". 9 Article 3 10 Compensation, Invoices, and Payments 11 3.1 The County agrees to pay, and the Contractor agrees to receive, compensation for 12 the performance of its services under this Agreement as described in Exhibit B to this 13 Agreement, titled "Compensation". 14 3.2 Maximum Compensation. The maximum compensation payable to the Contractor 15 under this Agreement is One Hundred Seventy-Five Thousand Dollars ($175,000.00) for a full 16 five-year term. Compensation shall not exceed Thirty-five Thousand Dollars ($35,000.00) 17 annually during each of the three years of the initial term. Should this Agreement be extended 18 under Section 4.2 hereof, the maximum compensation payable to the Contractor for each 19 subsequent 12-month period shall be Thirty-five Thousand Dollars ($35,000.00). The Contractor 20 acknowledges that the County is a local government entity, and does so with notice that the 21 County's powers are limited by the California Constitution and by State law, and with notice that 22 the Contractor may receive compensation under this Agreement only for services performed 23 according to the terms of this Agreement and while this Agreement is in effect, and subject to 24 the maximum amount payable under this section. The Contractor further acknowledges that 25 County employees have no authority to pay the Contractor except as expressly provided in this 26 Agreement. 27 3.3 Invoices. The Contractor shall submit monthly invoices to the County of Fresno, 28 Department of Public Health, Office of Emergency Services, Attention: OES Staff Analyst at 2 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 DPHBOAP(a)-fresnocountyca.gov or addressed to the County of Fresno, Department of Public 2 Health, P.O. Box 11867, Fresno, CA 93775, Attention: OES Staff Analyst. The Contractor shall 3 submit each invoice within 60 days after the month in which the Contractor performs services 4 and in any case within 60 days after the end of the term or termination of this Agreement. 5 3.4 Payment. The County shall pay each correctly completed and timely submitted 6 invoice within 45 days after receipt. The County shall remit any payment to the Contractor's 7 address specified in the invoice. 8 3.5 Incidental Expenses. The Contractor is solely responsible for all of its costs and 9 expenses that are not specified as payable by the County under this Agreement. 10 Article 4 11 Term of Agreement 12 4.1 Term. This Agreement is effective on the date that the parties sign this Agreement 13 and terminates three years from the effective date, except as provided in section 4.2, 14 "Extension," or Article 6, "Termination and Suspension," below. 15 4.2 Extension. The term of this Agreement may be extended for no more than two, one- 16 year periods only upon written approval of both parties at least 30 days before the first day of 17 the next one-year extension period. The Director of the Department of Public Health or his or 18 her designee is authorized to sign the written approval on behalf of the County based on the 19 Contractor's satisfactory performance. The extension of this Agreement by the County is not a 20 waiver or compromise of any default or breach of this Agreement by the Contractor existing at 21 the time of the extension whether or not known to the County. 22 Article 5 23 Notices 24 5.1 Contact Information. The persons and their addresses having authority to give and 25 receive notices provided for or permitted under this Agreement include the following: 26 For the County: 27 Director, Department of Public Health County of Fresno 28 P.O. Box 11867 Fresno, CA 93775 3 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 DPHContracts@fresnocountyca.gov 2 For the Contractor: 3 City Manager, City of Fresno City of Fresno, Department of Transportation 4 2600 Fresno Street Fresno, CA 93721 5 6 5.2 Change of Contact Information. Either party may change the information in section 7 5.1 by giving notice as provided in section 5.3. 8 5.3 Method of Delivery. Each notice between the County and the Contractor provided 9 for or permitted under this Agreement must be in writing, state that it is a notice provided under 10 this Agreement, and be delivered either by personal service, by first-class United States mail, by 11 an overnight commercial courier service, or by Portable Document Format (PDF) document 12 attached to an email. 13 (A) A notice delivered by personal service is effective upon service to the recipient. 14 (B) A notice delivered by first-class United States mail is effective three County 15 business days after deposit in the United States mail, postage prepaid, addressed to the 16 recipient. 17 (C)A notice delivered by an overnight commercial courier service is effective one 18 County business day after deposit with the overnight commercial courier service, 19 delivery fees prepaid, with delivery instructions given for next-day delivery, addressed to 20 the recipient. 21 (D)A notice delivered by PDF document attached to an email is effective when 22 transmission to the recipient is completed (but, if such transmission is completed outside 23 of County business hours, then such delivery is deemed to be effective at the next 24 beginning of a County business day), provided that the sender maintains a machine 25 record of the completed transmission. 26 5.4 Claims Presentation. For all claims arising from or related to this Agreement, 27 nothing in this Agreement establishes, waives, or modifies any claims presentation 28 4 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 requirements or procedures provided by law, including the Government Claims Act (Division 3.6 2 of Title 1 of the Government Code, beginning with section 810). 3 Article 6 4 Termination and Suspension 5 6.1 Termination for Non-Allocation of Funds. The terms of this Agreement are 6 contingent on the approval of funds by the appropriating government agency. If sufficient funds 7 are not allocated, then the County, upon at least 30 days' advance written notice to the 8 Contractor, may: 9 (A) Modify the services provided by the Contractor under this Agreement; or 10 (B) Terminate this Agreement. 11 6.2 Termination for Breach. 12 (A) Upon determining that a breach (as defined in paragraph (C) below) has 13 occurred, the County may give written notice of the breach to the Contractor. The written 14 notice may suspend performance under this Agreement, and must provide at least 30 15 days for the Contractor to cure the breach. 16 (B) If the Contractor fails to cure the breach to the County's satisfaction within the 17 time stated in the written notice, the County may terminate this Agreement immediately. 18 (C) For purposes of this section, a breach occurs when, in the determination of the 19 County, the Contractor has: 20 (1) Obtained or used funds illegally or improperly; 21 (2) Failed to comply with any part of this Agreement; 22 (3) Submitted a substantially incorrect or incomplete report to the County; or 23 (4) Improperly performed any of its obligations under this Agreement. 24 6.3 Termination without Cause. In circumstances other than those set forth above, the 25 County may terminate this Agreement by giving at least 30 days advance written notice to the 26 Contractor. 27 6.4 No Penalty or Further Obligation. Any termination of this Agreement by the County 28 under this Article 6 is without penalty to or further obligation of the County. 5 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 6.5 County's Rights upon Termination. Upon termination for breach under this Article 2 6, the County may demand repayment by the Contractor of any monies disbursed to the 3 Contractor under this Agreement that, in the County's sole judgment, were not expended in 4 compliance with this Agreement. The Contractor shall promptly refund all such monies upon 5 demand. This section survives the termination of this Agreement. 6 Article 7 7 Independent Contractor 8 7.1 Status. In performing under this Agreement, the Contractor, including its officers, 9 agents, employees, and volunteers, is at all times acting and performing as an independent 10 contractor, in an independent capacity, and not as an officer, agent, servant, employee, joint 11 venturer, partner, or associate of the County. 12 7.2 Verifying Performance. The County has no right to control, supervise, or direct the 13 manner or method of the Contractor's performance under this Agreement, but the County may 14 verify that the Contractor is performing according to the terms of this Agreement. 15 7.3 Benefits. Because of its status as an independent contractor, the Contractor has no 16 right to employment rights or benefits available to County employees. The Contractor is solely 17 responsible for providing to its own employees all employee benefits required by law. The 18 Contractor shall save the County harmless from all matters relating to the payment of 19 Contractor's employees, including compliance with Social Security withholding and all related 20 regulations. 21 7.4 Services to Others. The parties acknowledge that, during the term of this 22 Agreement, the Contractor may provide services to others unrelated to the County. 23 Article 8 24 Indemnity and Defense 25 8.1 Contractor shall indemnify, hold harmless and defend County and each of its officers, 26 officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, 27 forfeitures, costs and damages (whether in contract, tort or strict liability, including but not 28 limited to personal injury, death at any time and property damage) incurred by County, 6 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 Contractor or any other person, and from any and all claims, demands and actions in law or 2 equity (including attorney's fees and litigation expenses), arising or alleged to have arisen 3 directly or indirectly from the negligent or intentional acts or omissions, or willful misconduct of 4 Contractor or any of its officers, officials, employees, agents or volunteers in the performance of 5 this Agreement; provided nothing herein shall constitute a waiver by Contractor of governmental 6 immunities including California Government Code section 810 et seq. 7 8.2 County shall indemnify, hold harmless and defend Contractor and each of its officers, 8 officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, 9 forfeitures, costs and damages (whether in contract, tort or strict liability, including but not 10 limited to personal injury, death at any time and property damage) incurred by the Contractor, 11 County or any other person, and from any and all claims, demands and actions in law or equity 12 (including attorney's fees and litigation expenses), arising or alleged to have arisen directly or 13 indirectly from the negligent or intentional acts or omissions, or willful misconduct of County or 14 any of its officers, officials, employees, agents or volunteers in the performance of this 15 Agreement; provided nothing herein shall constitute a waiver by County of governmental 16 immunities including California Government Code section 810 et seq. 17 8.3 In the event of concurrent negligence on the part of Contractor or any of its officers, 18 officials, employees, agents or volunteers, and County or any of its officers, officials, employees, 19 agents or volunteers, the liability for any and all such claims, demands and actions in law or 20 equity for such losses, fines, penalties, forfeitures, costs and damages shall be apportioned 21 under the State of California's theory of comparative negligence as presently established or as 22 may be modified hereafter. 23 Article 9 24 Insurance 25 9.1 Without limiting the indemnification of each party as stated herein, it is understood 26 and agreed that County and Contractor shall each maintain, at their sole expense, insurance 27 policies or self-insurance programs including, but not limited to, an insurance pooling 28 arrangement and/or Joint Powers Agreement to fund their respective liabilities including general 7 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 liability, automotive liability, workers' compensation and employers liability as stated below. 2 Evidence of Insurance, e.g., Certificates of Insurance or other similar documentation, shall be 3 provided at the request of either party under this Agreement. 4 Article 10 5 Inspections, Audits, and Public Records 6 10.1 Inspection of Documents. The Contractor shall make available to the County, and 7 the County may examine at any time during business hours and as often as the County deems 8 necessary, all of the Contractor's records and data with respect to the matters covered by this 9 Agreement, excluding attorney-client privileged communications. The Contractor shall, upon 10 request by the County, permit the County to audit and inspect all of such records and data to 11 ensure the Contractor's compliance with the terms of this Agreement. 12 10.2 State Audit Requirements. If the compensation to be paid by the County under this 13 Agreement exceeds $10,000, the Contractor is subject to the examination and audit of the 14 California State Auditor, as provided in Government Code section 8546.7, for a period of three 15 years after final payment under this Agreement. This section survives the termination of this 16 Agreement. Additional Federal audit requirements may apply if any portion of the compensation 17 to be paid by the County under this Agreement is also provided by Federal funding. 18 10.3 Public Records. The County is not limited in any manner with respect to its public 19 disclosure of this Agreement or any record or data that the Contractor may provide to the 20 County. The County's public disclosure of this Agreement or any record or data that the 21 Contractor may provide to the County may include but is not limited to the following: 22 (A) The County may voluntarily, or upon request by any member of the public or 23 governmental agency, disclose this Agreement to the public or such governmental 24 agency. 25 (B) The County may voluntarily, or upon request by any member of the public or 26 governmental agency, disclose to the public or such governmental agency any record or 27 data that the Contractor may provide to the County, unless such disclosure is prohibited 28 by court order. 8 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 (C) This Agreement, and any record or data that the Contractor may provide to the 2 County, is subject to public disclosure under the Ralph M. Brown Act (California 3 Government Code, Title 5, Division 2, Part 1, Chapter 9, beginning with section 54950). 4 (D)This Agreement, and any record or data that the Contractor may provide to the 5 County, is subject to public disclosure as a public record under the California Public 6 Records Act (California Government Code, Title 1, Division 10, Chapter 1, beginning 7 with section 7920.000) ("CPRA"). 8 (E) This Agreement, and any record or data that the Contractor may provide to the 9 County, is subject to public disclosure as information concerning the conduct of the 10 people's business of the State of California under California Constitution, Article 1, 11 section 3, subdivision (b). 12 (F) Any marking of confidentiality or restricted access upon or otherwise made with 13 respect to any record or data that the Contractor may provide to the County shall be 14 disregarded and have no effect on the County's right or duty to disclose to the public or 15 governmental agency any such record or data. 16 10.4 Public Records Act Requests. If the County receives a written or oral request 17 under the CPRA to publicly disclose any record that is in the Contractor's possession or control, 18 and which the County has a right, under any provision of this Agreement or applicable law, to 19 possess or control, then the County may demand, in writing, that the Contractor deliver to the 20 County, for purposes of public disclosure, the requested records that may be in the possession 21 or control of the Contractor. Within five business days after the County's demand, the 22 Contractor shall (a) deliver to the County all of the requested records that are in the Contractor's 23 possession or control, together with a written statement that the Contractor, after conducting a 24 diligent search, has produced all requested records that are in the Contractor's possession or 25 control, or (b) provide to the County a written statement that the Contractor, after conducting a 26 diligent search, does not possess or control any of the requested records. The Contractor shall 27 cooperate with the County with respect to any County demand for such records. If the 28 Contractor wishes to assert that any specific record or data is exempt from disclosure under the 9 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 CPRA or other applicable law, it must deliver the record or data to the County and assert the 2 exemption by citation to specific legal authority within the written statement that it provides to 3 the County under this section. The Contractor's assertion of any exemption from disclosure is 4 not binding on the County, but the County will give at least 10 days' advance written notice to 5 the Contractor before disclosing any record subject to the Contractor's assertion of exemption 6 from disclosure. The Contractor shall indemnify the County for any court-ordered award of costs 7 or attorney's fees under the CPRA that results from the Contractor's delay, claim of exemption, 8 failure to produce any such records, or failure to cooperate with the County with respect to any 9 County demand for any such records. 10 Article 11 11 Disclosure of Self-Dealing Transactions 12 11.1 Applicability. This Article 12 applies if the Contractor is operating as a corporation, 13 or changes its status to operate as a corporation. 14 11.2 Duty to Disclose. If any member of the Contractor's board of directors is party to a 15 self-dealing transaction, he or she shall disclose the transaction by completing and signing a 16 "Self-Dealing Transaction Disclosure Form" (Exhibit C to this Agreement) and submitting it to 17 the County before commencing the transaction or immediately after. 18 11.3 Definition. "Self-dealing transaction" means a transaction to which the Contractor is 19 a party and in which one or more of its directors, as an individual, has a material financial 20 interest. 21 Article 12 22 General Terms 23 12.1 Modification. Except as provided in Article 6, "Termination and Suspension," this 24 Agreement may not be modified, and no waiver is effective, except by written agreement signed 25 by both parties. The Contractor acknowledges that County employees have no authority to 26 modify this Agreement except as expressly provided in this Agreement. 27 12.2 Non-Assignment. Neither party may assign its rights or delegate its obligations 28 under this Agreement without the prior written consent of the other party. 10 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 12.3 Governing Law. The laws of the State of California govern all matters arising from 2 or related to this Agreement. 3 12.4 Jurisdiction and Venue. This Agreement is signed and performed in Fresno 4 County, California. Contractor consents to California jurisdiction for actions arising from or 5 related to this Agreement, and, subject to the Government Claims Act, all such actions must be 6 brought and maintained in Fresno County. 7 12.5 Construction. The final form of this Agreement is the result of the parties' combined 8 efforts. If anything in this Agreement is found by a court of competent jurisdiction to be 9 ambiguous, that ambiguity shall not be resolved by construing the terms of this Agreement 10 against either party. 11 12.6 Days. Unless otherwise specified, "days" means calendar days. 12 12.7 Headings. The headings and section titles in this Agreement are for convenience 13 only and are not part of this Agreement. 14 12.8 Severability. If anything in this Agreement is found by a court of competent 15 jurisdiction to be unlawful or otherwise unenforceable, the balance of this Agreement remains in 16 effect, and the parties shall make best efforts to replace the unlawful or unenforceable part of 17 this Agreement with lawful and enforceable terms intended to accomplish the parties' original 18 intent. 19 12.9 Nondiscrimination. During the performance of this Agreement, the Contractor shall 20 not unlawfully discriminate against any employee or applicant for employment, or recipient of 21 services, because of race, religious creed, color, national origin, ancestry, physical disability, 22 mental disability, medical condition, genetic information, marital status, sex, gender, gender 23 identity, gender expression, age, sexual orientation, military status or veteran status pursuant to 24 all applicable State of California and federal statutes and regulation. 25 12.10 No Waiver. Payment, waiver, or discharge by the County of any liability or obligation 26 of the Contractor under this Agreement on any one or more occasions is not a waiver of 27 performance of any continuing or other obligation of the Contractor and does not prohibit 28 enforcement by the County of any obligation on any other occasion. 11 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 12.11 Entire Agreement. This Agreement, including its exhibits, is the entire agreement 2 between the Contractor and the County with respect to the subject matter of this Agreement, 3 and it supersedes all previous negotiations, proposals, commitments, writings, advertisements, 4 publications, and understandings of any nature unless those things are expressly included in 5 this Agreement. If there is any inconsistency between the terms of this Agreement without its 6 exhibits and the terms of the exhibits, then the inconsistency will be resolved by giving 7 precedence first to the terms of this Agreement without its exhibits, and then to the terms of the 8 exhibits. 9 12.12 No Third-Party Beneficiaries. This Agreement does not and is not intended to 10 create any rights or obligations for any person or entity except for the parties. 11 12.13 Authorized Signature. The Contractor represents and warrants to the County that: 12 (A) The Contractor is duly authorized and empowered to sign and perform its 13 obligations under this Agreement. 14 (B) The individual signing this Agreement on behalf of the Contractor is duly 15 authorized to do so and his or her signature on this Agreement legally binds the 16 Contractor to the terms of this Agreement. 17 12.14 Electronic Signatures. The parties agree that this Agreement may be executed by 18 electronic signature as provided in this section. 19 (A) An "electronic signature" means any symbol or process intended by an individual 20 signing this Agreement to represent their signature, including but not limited to (1) a 21 digital signature; (2) a faxed version of an original handwritten signature; or (3) an 22 electronically scanned and transmitted (for example by PDF document) version of an 23 original handwritten signature. 24 (B) Each electronic signature affixed or attached to this Agreement (1) is deemed 25 equivalent to a valid original handwritten signature of the person signing this Agreement 26 for all purposes, including but not limited to evidentiary proof in any administrative or 27 judicial proceeding, and (2) has the same force and effect as the valid original 28 handwritten signature of that person. 12 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 1 (C) The provisions of this section satisfy the requirements of Civil Code section 2 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, 3 Part 2, Title 2.5, beginning with section 1633.1). 4 (D) Each party using a digital signature represents that it has undertaken and 5 satisfied the requirements of Government Code section 16.5, subdivision (a), 6 paragraphs (1) through (5), and agrees that each other party may rely upon that 7 representation. 8 (E) This Agreement is not conditioned upon the parties conducting the transactions 9 under it by electronic means and either party may sign this Agreement with an original 10 handwritten signature. 11 12.15 Counterparts. This Agreement may be signed in counterparts, each of which is an 12 original, and all of which together constitute this Agreement. 13 [SIGNATURE PAGE FOLLOWS] 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 13 ii Docusign Envelope ID:E4885BOA-BCB2-4BAD-8501-2F25B5138036 1 The parties are signing this Agreement on the date stated in the introductory clause. 2 City of Fresno COUNTY OF FRESNO 3 a California municipal corporation DocuSigned by: 4 o 5 GeorgeannerWhite, City Manager Ernest Buddy Mendes, Chairman of the 6 2600 Fresno Street Board of Supervisors of the County of Fresno Fresno, CA 93721 7 8 APPROVED AS TO FORM: 9 ANDREW JANZ City At eyed by: 10 (�t,Wt,Y'a By: Tk6& 11 Tricia Herrera Deputy City Attorney 12 13 Attest: 14 Bernice E. Seidel Clerk of the Board of Supervisors 15 County of Fresno, State of California 16 17 By: -L _ Deputy 18 19 20 21 For accounting use only: 22 Org No.: 56204605 Account No.: 7295 23 Fund No.: 0001 Subclass No.: 10000 24 25 26 Attachments: 27 Exhibit A—Scope of Services Exhibit B —Compensation 28 Exhibit C — Self-Dealing Transaction Disclosure Form 14 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 Exhibit A 1 Scope of Services 2 The Fresno County Office of Emergency Services (OES) facilitates various emergency 3 response activities when needed through its Emergency Operations Center (EOC), including 4 evacuation of areas impacted by fire, flood, and other imminent threats. Evacuation areas could 5 be located anywhere within Fresno County's boundaries including incorporated cities and the 6 unincorporated area. 7 In the event of an evacuation order or evacuation warning, the City of Fresno 8 Department of Transportation FAX buses, bus drivers and supervisors may be requested by 9 Fresno County OES to provide transportation to evacuees from the affected area to a 10 designated evacuation shelter or other location identified by OES. Due to the nature of 11 emergency events, this transportation resource may be requested with little or no notice and 12 multiple buses, including wheelchair accessible buses, may be required. 13 14 County Responsibilities 15 If transportation resources are needed to evacuate residents from an area affected by an 16 evacuation order or evacuation warning, OES staff will request FAX assistance as soon as 17 feasible and provide the following information: 18 . The area(s) being evacuated and the pick-up location(s). Pick-up locations may 19 include residences of individual evacuees. 20 . The time by which the first bus should arrive at the pick-up location(s) and the 21 time by which the evacuation should be complete. 22 . An estimated number of evacuees. This number is subject to change as exact 23 numbers of evacuees and their access to personal transportation may be 24 unknown and emergency conditions may change rapidly. 25 . An estimated number of evacuees requiring a wheelchair accessible bus, if 26 known. 27 . The location of the designated evacuation shelter or other site where evacuees 28 should be taken. A-1 I Docusign Envelope ID: E4885BOA-BCB2-4BAD-8501-2F25B5138036 Exhibit A 1 FAX should anticipate that some evacuees will want to evacuate with their household 2 pets (e.g. dogs, cats, birds, etc. that are not service animals) and allow these pets to travel with 3 their owners provided they are under their owner's control and leashed or in appropriate crates. 4 5 Contractor Responsibilities 6 Upon receiving notification of the need to transport evacuees from an affected area FAX 7 shall notify appropriate FAX personnel in order to provide buses and bus drivers, including 8 handicapped buses, to transport evacuees as requested by OES. 9 As feasible, FAX will provide a sufficient number of buses and drivers to transport all 10 anticipated evacuees from the evacuation area to the designated evacuation shelter or other 11 location as identified by OES staff within the requested time frame. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A-2 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 Exhibit B 1 Compensation 2 Contractor charges an hourly service hour rate which includes the cost of bus driver and 3 supervisor, salary, fuel, wear and tear and all other costs associated with use of FAX buses, 4 drivers and supervisors in non-revenue service. This rate is updated by FAX on an annual basis 5 following an evaluation of the operating costs from the prior year. 6 The County shall reimburse Contractor for its costs as follows: 7 . For services performed during Fiscal Year 2024-25, the reimbursement rate shall 8 be $155.04 per service hour. 9 • For each subsequent fiscal year Contractor shall provide notification to County of 10 the newly established hourly service rate prior to providing services which would 11 be invoiced at the new rate. The Director of the Department of Public Health or 12 his/her designee shall review the new rate and, if approved, shall provide 13 notification of acceptance of the new rate as provided for in Article 5. If the 14 Director does not approve the new rate, this agreement may be terminated as 15 provided for in Article 6. 16 17 18 19 20 21 22 23 24 25 26 27 28 B-1 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 Exhibit C 1 Self-Dealing Transaction Disclosure Form 2 In order to conduct business with the County of Fresno ("County"), members of a contractor's board of directors ("County Contractor"), must disclose any self-dealing transactions 3 that they are a party to while providing goods, performing services, or both for the County. A 4 self-dealing transaction is defined below: 5 "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest." 6 The definition above will be used for purposes of completing this disclosure form. 7 Instructions 8 (1) Enter board member's name, job title (if applicable), and date this disclosure is being 9 made. 10 (2) Enter the board member's company/agency name and address. 11 (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: 12 a. The name of the agency/company with which the corporation has the transaction; 13 and 14 b. The nature of the material financial interest in the Corporation's transaction that the board member has. 15 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable 16 provisions of the Corporations Code. 17 The form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). 18 19 20 21 22 23 24 25 26 27 28 C-1 I Docusign Envelope ID: E4885 BOX BCB2-4BAD-8501-2F25B5138036 Exhibit C 1 (1) Company Board Member Information: 2 Name: Date: 3 Job Title: 4 (2) Company/Agency Name and Address: 5 6 7 8 9 (3) Disclosure (Please describe the nature of the self-dealing transaction you are a 10 party to) 11 12 13 14 15 16 (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code § 5233 (a) 17 18 19 20 21 22 23 (5)Authorized Signature 24 Signature: Date: 25 26 27 28 C-2