Loading...
HomeMy WebLinkAbout29543 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 AGREEMENT THIS AGREEMENT is dated _________, 2016, and is between the County of Fresno, a political subdivision of the State of California ("COUNTY"), and RJW Enterprises, P.O. Box 162, Shaver Lake, CA 93664 ("CONTRACTOR"). RECITALS WHEREAS, the COUNTY wishes to contract for snow removal services on roads in County Service Area No. 35, zones AS and AT, the driveway from Solitude Lane to the Shaver Lake Wastewater Treatment Plant, and Bretz Road from State Highway 168 to Slick Rock Lane (collectively, “Service Area”); and WHEREAS, the COUNTY has issued an informal request for quotation for snow removal service for four snow removal service areas, including the Service Area, and WHEREAS, the CONTRACTOR is willing and able, and submitted the low bid to provide snow removal services for the Service Area. The parties therefore agree as follows: 1. CONTRACTING OF CONTRACTOR A. The COUNTY hereby contracts with the CONTRACTOR as an independent contractor to provide services under this agreement. B. Subject to section 15 of this agreement, the CONTRACTOR may retain subcontractors as CONTRACTOR requires to assist in providing services under this agreement. Compensation to be paid by the COUNTY to CONTRACTOR under this agreement will not be increased if CONTRACTOR retains any subcontractors. The COUNTY has no obligation to compensate any subcontractors retained by CONTRACTOR to assist in providing services under this agreement. C. The CONTRACTOR shall provide all services under this agreement as expeditiously as is consistent with the professional skill and the orderly progress of the work. The contact person for the CONTRACTOR shall be: Name: Robert Walker, Owner Phone: (559) 841-2411 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 FAX: (559) 855-4776 E-mail:robert@shaverlakepowercenter.com 2. CONTRACTOR’S OBLIGATIONS The CONTRACTOR shall have the following SCOPE OF WORK / DUTIES AND RESPONSIBILITIES : CONTRACTOR shall provide snow removal services in the Service Area. Snow removal at all times shall be done in a manner to preserve and protect the roads to the e xtent necessary to insure safe and efficient transportation. The work shall be performed in a professional, workmanlike manner, and CONTRACTOR shall use those methods and equipment consistent with the best practices of the snow removal trade. Snow removal services are divided into two periods: The “November through April Snow Removal Period ” begins at 12:00 AM on November 1, and lasts through 12:00 PM on the following April 30. The “Out-of- Season Snow Removal Period” is begins at 12:00 PM on April 30 and last through 12:00 AM on the following November 1 . The CONTRACTOR’s responsibilities and duties are detailed below. A. The CONTRACTOR’s responsibilities and duties for the November through April Snow Removal Period are as follows. 1. Before November 1, the CONTRACTOR shall: a. Provide COUNTY staff with current certificates of insurance for all categories of required coverage. b. Conduct an inspection of the roadways in the Service Area, while accompanied by the COUNTY Representative (as defined below), and one or more Citizens Advisory Council member s for the relevant zone of County Service Area No. 35 within the Service Area, to accomplish all of the following: (i) Document in writing and in digital photographs the location and extent of any previous damage to roadway pavement, curbs, gutters , driveway approaches, drainage and sewer collection facilities. The documentation shall be transmitted to the COUNTY Representative promptly and will be retained by 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 the COUNTY as a benchmark for evaluating future damage. (ii) Determine where snow poles are needed to be placed. The CONTRACTOR shall give p articular attention to areas susceptible to damage during the performance of snow removal services, such as curves in the roadway or cul-de-sacs. The CONTRACTOR can obtain snow poles from the COUNTY’s Special Districts staff by written request (which may include by email). Snow poles should be placed close to roadside curbing and close enough to each other to guide the snow removal equipment operator away from c ausing damage to curbs and other obstacles. c. Contact the Permit Engineer in the Road Maintenance and Operations Division of the COUNTY Department of Public Works and Planning and obtain an encroachment permit for snow removal for all eligible roadways. CONTRACTOR is solely responsible to pay encroachment permit fees. If CONTRACTOR fails to obtain encroachment permits COUNTY may terminate this agreement. 2. During the November through April Snow Removal P eriod, the CONTRACTOR shall: a. Have all necessary equipment in working and well - maintained condition, have all necessary materials (such as sand) on hand, and have all necessary labor available 24 hours a day, seven days a week , to perform snow removal services in the Service Area. b. Perform snow removal operations in the Service Area such that snow does not accumulate to more than three (3) inches in any one place including during storms. The CONTRACTOR must commit the necessary equipment and manpower to reach the above referenced standard, no matter what other snow removal commitments it has, and no matter the length of roadways or the amount of snow. The COUNTY Representative may allow CONTRACTOR to deviate from the above referenced standard in extreme or abnormal situations. 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 c. The roadways in the Service Area shall be cleared of snow (i) so that two (2) traffic lanes are open at all times, or (ii) if a roadway is not wide enough for two traffic lanes, to within two (2) feet of curbs or edge of roadway pavement. d. Make every reasonable effort to avoid pilin g or pushing snow up on driveway approaches or access ways. e. To limit potholing and rutting of the roads, the Contractor will remove snow that accumulates and packs during a storm as soon as weather conditions permit, even if the accumulation is less than t hree inches. f. Maintain and keep clear of snow all over -board drains provided on the subject roadways. g. Remove snow from fire hydrants sufficient to keep them all accessible and maintainable. h. Apply sand to road areas that are slippery or subject to icing, or at the request of the COUNTY Representative. i. Be responsible, and indemnify the COUNTY, for all damages to public and private property resulting from snow removal and ancillary services. If the CONTRACTOR damages COUNTY-owned property or property that the COUNTY is responsible for maintaining, the COUNTY Representative shall determine, and notify the CONTRACTOR in writing, whether the CONTRACTOR is directly responsible to repair the damages or shall pay the COUNTY for the actual cost of repair within 15 days after written notice. j. Without additional compensation, remove snow or ice that accumulated because CONTRACTOR failed to ensure that snow did not accumulate. The COUNTY is not responsible for any damage or injury to equipment or persons resulting from th e removal of accumulated snow or ice. k. Respond in writing to the COUNTY Representative about complaints made by residents in the Service Area. 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 l. If there are complaints of insufficient services by the CONTRACTOR, the COUNTY Representative will ask complainants to provide digital photo images with time stamps. If the COUNTY Representative receives a first complaint of insufficient service, the CONTRACTOR shall investigate and provide a written response to the COUNTY regarding the circumstances. m. If the COUNTY Representative receives a second complaint about the same insufficient service, or about similar insufficient service after a later snow storm and is not satisfied with the written explanation provided by the CONTRACTOR, the COUNTY Representative may request a meeting with the CONTRACTOR to discuss any improvements in operation the CONTRACTOR can provide. n. If the COUNTY Representative receives a third complaint about the same insufficient service, or about similar insufficient service after a later snow storm and is not satisfied with the CONTRACTOR’s written response, the COUNTY Representative may assess liquidated damages of up to ten percent (10%) of the monthly’s compensation. Further complaints about the same insufficient service, or about similar insuf ficient service, are cause for the COUNTY to terminate this agreement . o. Replace all snow poles damaged or removed during the season. 3. After the November through April Snow Removal Period , the CONTRACTOR shall: a. Provide street sweepings on all roadways in the Service Area that received by snow removal services , preferably before the Memorial Day weekend, unless prohibited by unseasonable snows. The purpose of street sweeping is to remove excess sand and debris and whatever has been deposited in roadways due to snow removal. b. Repair all surfaces, curbs, bent snow poles and signs , and 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 other facilities that were damaged by snow removal. The COUNTY Representative may withhold payment under this agreement until repairs are made. B. For the Out-of-Season Snow Removal Period: If snowstorm episodes occur during the Out-of-Season Snow Removal Period, the COUNTY Representative may give verbal authorization to the CONTRACTOR to remove snow from an area within the Service Area . The COUNTY Representative may determine the level of service, type of equipment, and manpower levels that may or may not match the level of service provided in the November through April Snow Removal Period. Unless there are extraordinary conditions that imminently jeopardize the health and safety o f residents, or will result in damage to vital equipment or property , the CONTRACTOR shall not provide snow removal services until the C OUNTY Representative provides verbal authorization. If extraordinary conditions occur, the CONTRACTOR shall inform the COUNTY Representative in writing of the reason for initiating snow removal without verbal authorization . 3. COUNTY’S OBLIGATIONS A. COUNTY shall compensate the CONTRACTOR as provided in this agreement. B. The COUNTY Representative is the COUNTY Director of Public Works and Planning or his or her designee. The CONTRACTOR shall communicate and coordinate with the COUNTY Representative, who will provide the following services: 1. Examine documents and written notices submitted to the COUNTY by the CONTRACTOR and timely render decisions as needed; and 2. Provide communication between the CONTRACTOR and COUNTY officials and staff. C. COUNTY Representative shall consider all matters submitted by the CONTRACTOR for approval in a manner reasonably calculated to avoid substantial delays in the CONTRACTOR’s provision of services under this agreement. 4. COMPENSATION: 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. November through April Snow Removal Period: The CONTRACTOR’s compensation for the November through April Snow Removal Period is derived from the “Quotation for an average year” amount provided in the CONTRACTOR’s informal bid response, which was $49,000 for County Service Area 35, Zone AS, $4,500 for the driveway from Solitude Lane to the Shaver Lake Wastewater Treatment Facilities, $10,000 for County Service Are a 35, Zone AT, and $7,000 for Bretz Road from State Highway 168 to Slick Rock Lane . The CONTRACTOR is guaranteed a minimum of seventy percent (70%) of that amount, which will be paid in equal monthly installments for the first five months starting in November. The CONTRACTOR may receive additional compensation only as provided in this agreement. 1. For all purposes of this agreement, the amount of precipitation is established by taking the precipitation (rain and snowmelt) amounts at the Granite Ridge Pump Station for the period between November 1 and April 30 , as stated in section 4.A.2., below. For purposes of this agreement, the ten -year average precipitation is defined as the total amount of precipitation over the 10 year period immediately preceding the year in which the average is determined, divided by 10. 2. The electronic measuring equipment at the Granite Ridge Pump Station is linked to the website http://www.wunderground.com/personal -weather- station/dashboard?ID=KCASHAVE11#history . This electronic measuring equipment has a battery backup in the event of power failure, but if this equipment is damaged or fails to function correctly, measurement da ta taken manually on a daily basis by COUNTY staff at the same location will be substituted during the period of equipment failure. If the electronic measuring equipment fails, and manual measurements are not obtainable, then measurements from measuring e quipment located at the Shaver Lake Regional Wastewater Facility will be substituted during that period. If there is an equipment failure, the Special Districts staff have sole discretion to determine when manual measurements, or measurements from the Shaver Lake Regional Facility, will be used. The California Department of Water Resources (DWR) announcement of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 “Final Snow Survey Results” and data available from stations in the southern Sierra from other agencies will not be used as a backup if there is eq uipment failure at the Shaver Lake Regional Wastewater Facility or Granite Ridge Pump Station. 3. After April 30, the amount of precipitation for the immediately preceding snow season from November to April will be tabulated by the COUNTY. If the total amount of precipitation for that period is greater than 70 percent of the ten- year average of precipitation, the CONTRACTOR will receive additional compensation calculated as the number of inches by which the amount of precipitation exceeds 70 percent of the ten-year average of precipitation multiplied by the unit price per inch. In any case, the compensation paid to CONTRACTOR for each November through April Snow Removal Period shall not exceed 150 percent of the compensation amounts for an average year as stated below. If the total amount of precipitation for the immediately preceding snow season from November to April is less than or equal to 70 percent of the ten -year average of precipitation , the CONTRACTOR will not receive any compensation in addition to the guaranteed minimum . 4. Below are the compensation amounts for an average year, for 70 percent of an average year (the guaranteed minimum compensation), for the monthly payment for five months to reach the guaranteed minimum compensation , and the unit price per inch for precipitation exceeding 70 percent of the ten-year average of precipitation. November through April Snow Removal Period Compensation Amounts SERVICE AREA AVERAGE YEAR 70% OF AVERAGE YEAR MONTHLY PAYMENT - FIVE INSTALLMENTS UNIT PRICE PER INCH OF PRECIPITATION County Service Area 35 Zone AS $49,000 $34,300 $6,860 $1,672 Solitude Lane to Shaver Lake Wastewater Treatment Plant $4,500 $3,150 $630 $154 County Service Area 35 Zone AT $10,000 $7,000 $1,400 $341 Bretz Road between Hig hway 168 and Slick Rock Lane $7,000 $4,900 $980 $239 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 5. For illustrative purposes only, the table below shows what the CONTRACTOR’s additional compensation would be if the ten-year average of precipitation were 29.3 inches and the total amount of precipitation for the immediately preceding snow season from November to April were 40.5 inches. November through April Removal Snow Period Additional Compensation for over 70% of Ten-Year Average Precipitation SERVICE AREA Unit Price Per Inch 70% of the ten-year avg. Precipitation exceeding 70% of the ten-year avg. (20.5 inches) Additional Compensation County Service Area 35 Zone AS $1,672 20.5 inches 20 inches $33,440 Solitude Lane to Shaver Lake Wastewater Treatment Plant $154 20.5 inches 20 inches $3,080 County Service Area 35 Zone AT $341 20.5 inches 20 inches $6,820 Bretz Road between Highway 168 and Slick Rock Lane $239 20.5 inches 20 inches $4,780 B. Out-of-Season Snow Removal Period: During the Out-of-Season Snow Removal Period, the CONTRACTOR will be compensated at the rates stated in the table below. The CONTRACTOR shall submit in writing the hours engaged in Out-of- Season snow removal when a minimum of three inches has accumulated on the subject roadway. No allowance will be made for travel time to and from the service area. The CONTRACTOR may be required to provide snow removal services for other areas that the CONTRACTOR is not responsible for during the November through April Snow Removal Period. The table below provides the hourly rate that may be utilized for Out- of-Season Snow Removal. Out-of-Season Snow Removal Period Hourly Rates SERVICE AREA Hourly Rate County Service Area 35 Zone AS $200 Driveway from Solitude Lane to Shaver Lake Wastewater Treatment Plant $200 County Service Area 35 Zone AT $200 Bretz Road from Highway 168 to Slick Rock Lane $200 C. The maximum compensation that may be paid to the CONTRACTOR for each year of the two-year term of this agreement is $105,750 for the November 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 through April Snow Removal Period a nd $14,100 for the Out-of-Season Snow Removal Period, for a total of $119,850. D. CPI ADJUSTMENT: For each of the two additional one year extensions past the two year term, the price quote(s) will be adjusted based on the Consumer Price Index (CPI) All Urb an Consumers for San Francisco -Oakland-San Jose, CA, Standard Metropolitan Statistical Area published by the United States Department of Labor, Bureau of Labor Statistics or any successor index. The CPI information will be taken from the U.S. Department o f Labor’s website: http://www.bls.gov/cpi/. The price quote(s) for an average year for the November through April snow removal period and rate(s) per hour for Out-of-Season snow removal shall be adjusted as follows. 1. In the third year of the service agreement, if both the COUNTY Representative and CONTRACTOR agree to extend the agreement by one year, the CPI value for April 201 6 will be subtracted from the CPI value for April 201 8 and the difference divided into the April 2016 value to determine the p ercentage change in the CPI from April 2016 to April 2018. The percentage change will be calculated to a tenth of one percent. If the COUNTY Representative and the CONTRACTOR agree to extend the agreement in the third year, all compensation amounts will be adjusted up by the percentage change from April 2016 to April 2018 not to exceed six percent (6%). 2. In the fourth year of the service agreement, if both the COUNTY Representative and the CONTRACTOR agree to extend the agreement by one more year, the CPI value for April 2018 will be subtracted from the CPI value for April 201 9 and the difference divided into the CPI value for April 2018 to determine the percentage change during that period. If the COUNTY Representative and the CONTRACTOR agree to extend the agreement in the fourth year, all compensation amounts will be adjusted up by the percentage change not to exceed three percent (3%). 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 3. If the percentage change is zero or negative, t he respective quotations and hourly rates shall remain the same in either or both of the third or the fourth year of the agreement. 5. INVOICING: CONTRACTOR shall prepare and send to the COUNTY Representative a separate invoice for each County Service Area zone within the Service Area. If the precipitation amount is above the ten-year average, the CONTRACTOR shall prepare and send to the COUNTY an invoice by the end of May showing the adjustment calculation. The CONTRACTOR shall send invoices by United States First-Class Mail to: Fresno County Department of Public Works and Planning Resources Division, Special Districts Section 2220 Tulare Street, Sixth Floor Fresno, CA 93721-2106 6. PAYMENT: Upon receipt of a proper invoice, the COUNTY will take a maximum of forty-five (45) working days to review, approve, and issue payment through the COUNTY Auditor- Controller/Treasurer-Tax Collector. Unsatisfactory or inaccurate invoices may be returned to the CONTRACTOR for correction and resubmittal. 7. TERM AND RENEWAL: This agreement is effective when signed through October 31, 2018, provided however that this agreement may be extended for no more than two one-year periods after October 31, 2018, by the COUNTY Representative. To exercise each one-year extension, the COUNTY Representative will notify the CONTRACTOR of the extension by written letter before June 30, 2018, for the first extension and before June 30, 2019, for the second extension. 8. DEFAULT: In case of default by CONTRACTOR, the COUNTY may procure snow removal services from another source and may recover the loss occasioned thereby from any 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 unpaid balance due the CONTRACTOR or by any other legal means available to the COUNTY. 9. TERMINATION: A. Non-Allocation of Funds - The terms of this agreement, and the services to be provided thereunder, are contingent on the approval of funds by the COUNTY. Should sufficient funds not be allocated, the services provided may be modified, or this agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written notice. B. Breach of Contract - The COUNTY may immediately suspend or terminate this agreement in whole or in part, where in the determination of the COUNTY there is: 1) An illegal or improper use of funds; 2) A failure to comply with any term of this agreement; 3) A substantially incorrect or incomplete report submitted to the COUNTY; 4) Improperly performed service. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any breach of this agreement or any default, which may then exist on the part of the CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the CONTRACTOR under this agreement, which in the judgment of the COUNTY were not expended in accordance with the terms of this agreement. The CONTRACTOR shall promptly refund any such funds upon demand. C. Without Cause - Under circumstances other than those set forth above, this agreement may be terminated by either party upon the giving of ninety (90) days advance written notice of an intention to terminate to other party. In the event of such termination, the CONTRACTOR shall be paid for satisfactory services or supplies provided to the date of termination. 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 10. LAWS AND REGULATIONS: The CONTRACTOR shall comply with all laws, rules and regulations whether they are Federal, State or municipal, which may be applicable to CONTRACTOR's business, equipment and personnel engaged in service covered by this Agreement. 11. AUDITS AND INSPECTIONS: A. The CONTRACTOR shall at any time during business hours, and as often as the COUNTY may deem necessary, make available to the COUNTY for examination all of its records and data with respect to the matters covered by this agreement. The CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data necessary to ensure CONTRACTOR'S compliance with the terms of this agreement. B. If this agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be subject to the examination and audit of the Auditor General for a period of three (3) years after final payment under contract (Government Code Section 8546.7). 12. HOLD HARMLESS: 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. 13. 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 throughout the term of this 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 agreement: Commercial General Liability: Commercial General Liability Insurance with limits of not less than One Million and No/100 Dollars ($1,000,000.00) per occurrence and an annual aggregate of Two Million and No/100 Dollars ($2,000,000.00). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars and No/100 Dollars ($250,000.00) per person, Five Hundred Thousand and No/100 Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousan d and No/100 Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand and No/100 Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the COUNTY, 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. Within thirty (30) days from the date CONTRACTOR executes this agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 above for all of the foregoing policies, as required herein, to the COUNTY Department of Public Works and Planning, Resources Division, Special Districts Section, stating that such insurance coverage have been obtained and are in full force; that the COUNTY, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the COUNTY, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self - insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. 14. INDEPENDENT CONTRACTOR: A. 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 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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. B. 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. 15. 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. 16. AMENDMENTS: Except as provided in section 7, this agreement may be amended only by written agreement signed by both parties. 17. CONTRACTOR'S LEGAL AUTHORITY: Each individual executing this agreement on behalf of CONTRACTOR hereby covenants, warrants, and represents: (i) that he or she is duly authorized to execute and deliver this agreement on behalf of the CONTRACTOR; and (ii) that this agreement is binding upon the CONTRACTOR. 18. NOTICES: The persons and their addresses having authority to give and receive notices under this Agreement include the following: COUNTY CONTRACTOR COUNTY OF FRESNO Robert Walker, Owner 17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Special Districts Administrator RJW Enterprises Department of Public Works and Planning P.O. Box 162 2220 Tulare Street, 6th Floor Shaver Lake, CA 93664 Fresno, CA 93721 All notices between the COUNTY and the CONTRACTOR provided for or permitted under this agreement must be in writing and delivered either by personal service, by first- class United States mail, by an overnight commercial courier service, or by telephonic facsimile transmission. A notice delivered by personal service is effective upon service to the recipient. A notice delivered by first-class United States mail is effective three COUNTY business days after deposit in the United States mail, postage prepaid, addressed to the recipient. A notice delivered by an overnight commercial courier service is effective one COUNTY business day after deposit with the overnight commercial courier service, delivery fees prepaid, with delivery instructions given for next day delivery, addressed to the recipient. A notice delivered by telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmission is completed outside of COUNTY business hours, then such delivery shall be deemed to be effective at the next beginning of a COUNTY business day), provided that the sender maintains a machine record of the completed transmission. For all claims arising out of or related to this agreement, nothing in this section establishes, waives, or modifies any claims presentation requirements or procedures provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the Government Code, beginning with section 810). 19. GOVERNING LAWS AND VENUE: 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. 20. SEVERABILITY: If a court of competent jurisdiction finds that any provision of this agreement is invalid, this agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and effect. 21. ENTIRE AGREEMENT: This agreement constitutes the entire agreement between the CONTRACTOR and 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 COUNTY with respect to the subject matter hereof and supersedes all previous agreement negotiations, proposals, commitments, writings, advertisements, publications, and understanding of any nature whatsoever unless expressly included in this agreement. [SIGNATURE PAGE FOLLOWS] 1 IN WITNESS WHEREOF, the parties have executed this Agreement on the date 2 set forth above. 3 4 5 6 7 8 9 10 11 12 13 14 RJW ENTERPRISES Robert Walker, Owner REVIEWED AND RECOMM FOR APPROVAL By:-:-:-----=,.....-:-:-~P'-::1!:-i-----:---­Steven E. Whi e, Department of P Planning 15 APPROVED AS TO LEGAL FORM Daniel C. Cederberg 16 17 18 19 20 County Counsel By:~/~ ~puty APPROVED AS TO ACCOUNTING 21 FORM Vicki Crow, C.P.A 22 Auditor-Controller/ Treasurer-Tax Collector 23 24 25 26 27 28 By: {(> c 1 :Zc ( 4c:::=-- Deputy 19 COUNTY OF FRESNO ~~~ Ernest Buddy Mendes, Chairman Board of Supervisors ATTEST: Bernice E. Seidel, Clerk Board of Supervisors By: ~,ci; ~ Depuy FOR ACCOUNTING USE ONLY CSA 35 Zone 0 Fund: 0220 Subclass: 12330 Org. No: 9180 Account: 7220 CSA 35 Zone AS Fund: 0220 Subclass: 12778 Org. No: 9275 Account: 7220 CSA 35 Zone AT Fund: 0220 Subclass: 12575 Org. No: 9231 Account: 7220 CSA 35 Zone CD Fund: 0220 Subclass: 12758 Org. No: 9259 Account: 7220 CSA 35 Zone Cl Fund: 0220 Subclass: 12765 Org. No: 9265 Account: 7220 CSA 31 Zone B Fund: 0810 Subclass: 12000 Org. No: 9166 Account: 7220 WWD 41 ZoneS Fund: 0920 Subclass: 16000 Org. No: 9351 Account: 7220