HomeMy WebLinkAboutP-20-451 W M Lyles.pdfCONTRACT INFORMATION SHEET
DATE: December 11, 2020
Contract No.: P-20-451 Vendor Number: 0000274297
Contract Title: Repair Services Name/Address: W.M. Lyles Co
1210 W. Olive Ave
Fresno, CA 93728
Contract Period: 12/1/20 – 11/30/2022 Contact: Tyler Caglia
Using Agencies: Public Works – Special
Districts Email: tcaglia@wmlylesco.com
Terms: Net 45
Total Contract Amt.: $150,000.00
Buyer Name: Heather Stevens
Requisition No: 1402100026 Org: 9140
Supersedes:
X NEW RENEWAL AMENDMENT
X TICK DATE 6 mo & 60% REFERENCE (RFQ# / RFP#)
DESCRIPTION: Repair services for Special Districts water and wastewater systems including emergency repairs.
SPECIAL INSTRUCTIONS: 2 year contract
DISTRIBUTION: Completed By: Date: Completed By: Date
DEPARTMENT: PWP
REQUISITIONER: Elena Cotta
Rev 1/3/2017
333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110
* The County of Fresno is an Equal Employment Opportunity Employer *
County of Fresno
INTERNAL SERVICES DEPARTMENT
PROCUREMENT AGREEMENT
Agreement Number P-20-451
December 9, 2020
W.M. Lyles
PO Box 4377
Fresno, CA 93744
The County of Fresno (County) hereby contracts with W.M. Lyles (Contractor) to provide Repair Services in
accordance with the text of this agreement and by this reference made a part hereof.
TERM: This Agreement shall become effective December 1, 2020 and shall remain in effect through
November 30, 2022.
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:
ORDERS: Orders will be placed on an as-needed basis by Public Works and Planning under this contract.
PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the
life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no
less than thirty (30) days prior to becoming effective.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of One
Hundred Fifty Thousand Dollars ($150,000.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by both parties.
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be
delivered complete as specified. All orders placed before Agreement expiration shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the articles/services from another
source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any
other legal means available to the County. The prices paid by County shall be considered the prevailing
market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not
meet specifications, will be at the expense of Contractor.
PROCUREMENT AGREEMENT NUMBER: P-20-451 Page 2
W.M. Lyles
December 9, 2020
G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-451 WM LYLES\CONTRACTS & AMENDS\P-20-451 WM LYLES.DOCX
INVOICING: An itemized invoice in shall be mailed to requesting County department in accordance with
invoicing instructions included in each order referencing this Agreement. The Agreement number must
appear on all shipping documents and invoices. Invoices may be emailed to:
PWPBusinessOffice@fresnocountyca.gov.
INVOICE TERMS: Net forty-five (45) days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written
notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related to its performance under this
contract. Such records shall be complete and available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of audit, examination, or copying during
the term of the contract and for a period of at least three years following the County's final payment under the
contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and
employees from any and all claims for damage or other liability, including costs, expenses (including
at 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 a
liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under
this Agreement. The parties hereto agree that this paragraph does not and shall not be interpreted in such a
manner that it creates an obligation in violation of California Civil Code 2782.
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 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). 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.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should
include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
PROCUREMENT AGREEMENT NUMBER: P-20-451 Page 3
W.M. Lyles
December 9, 2020
G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-451 WM LYLES\CONTRACTS & AMENDS\P-20-451 WM LYLES.DOCX
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relating to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
ent. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
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, Public Works & Planning, Resources Division, 2220 Tulare Street, 6 th
Floor, Fresno, CA 93721, 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.
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
PROCUREMENT AGREEMENT NUMBER: P-20-451 Page 4
W.M. Lyles
December 9, 2020
G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-451 WM LYLES\CONTRACTS & AMENDS\P-20-451 WM LYLES.DOCX
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor 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 Attachment "A (2) Attachment "A.
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.
Please acknowledge your acceptance by returning all pages of this Agreement to my office via email.
Please refer any inquiries in this matter to Heather Stevens, Purchasing Technician, at 559-600-7115 or
heastevens@FresnoCountyCA.gov.
FOR THE COUNTY OF FRESNO
Gary E. Cornuelle
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
GEC:HS
PROCUREMENT AGREEMENT NUMBER: P-20-451 Page 5
W.M. Lyles
December 9, 2020
G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-451 WM LYLES\CONTRACTS & AMENDS\P-20-451 WM LYLES.DOCX
CONTRACTOR TO COMPLETE:
Company:
Type of Entity:
Individual Limited Liability Company
Sole Proprietorship Limited Liability Partnership
Corporation General Partnership
Address City State Zip
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
Print Name &
Title:
Print Name & Title:
Signature:
Signature:
ACCOUNTING USE ONLY
ORG No.: 9140
Account No.: 7295
Requisition No.: 1402100026
(01/2020)
PROCUREMENT AGREEMENT NUMBER: P-20-451 Attachment Page 1 of 1
W.M. Lyles
December 9, 2020
G:\PUBLIC\CONTRACTS & EXTRACTS\2020 CONTRACTS\20-451 WM LYLES\CONTRACTS & AMENDS\P-20-451 WM LYLES.DOCX
SCOPE OF WORK:
Repair services for Public Works and Planning Resource Division, Special Districts.
Repairs of Water & Wastewater Utility Systems, Mains, and Appurtenances
Repair and/or Replacement of Fire Hydrants and Other Water Main Appurtenances
Repairs and/or General Maintenance of Water and Sewer Plant Facilities, Equipment,
Piping, Etc.
Repairs and/or Replacement of Site Surfacing Including Asphalt Pavement, Concrete,
Base Rock, Etc.
Repairs of General Earthwork & Drainage Systems
Repairs and/or Replacement of Settling Ponds and Associated Liner
Other repairs similar in scope as needed.
PRICING:
Cost plus 20% (overhead & profit).
Equipment pricing at Caltrans published Equipment Rates