county of el dorado chief administrative office

36
County of El Dorado Chief Administrative Office Procurement and Contracts Division solicitation on behalf of the Department of Transportation Request for Qualifications #21-745-015 for On-Call Road Maintenance Services For County Service Area Zones of Benefit Submittal Deadline: January 13, 2021, not later than 3:00 PM (PST)

Upload: others

Post on 01-Dec-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

County of El Dorado Chief Administrative Office

Procurement and Contracts Division solicitation on behalf of the

Department of Transportation

Request for Qualifications #21-745-015

for

On-Call Road Maintenance Services For County Service Area Zones of Benefit

Submittal Deadline:

January 13, 2021, not later than 3:00 PM (PST)

County of El Dorado Page 1 of 13 RFQ #21-745-015

Table of Contents

Section Page 1.0 INTRODUCTION…………………………………………………………… 2-3

2.0 SCOPE OF WORK……………………………………………………...…. 3-5

3.0 STATEMENT OF INTEREST AND QUALIFICATIONS……..……….... 5

4.0 RESPONSE CONTENT AND FORMAT REQUIREMENTS…...……… 5-6

5.0 PREVAILING WAGE REQUIREMENTS………………..………………. 7

6.0 CONTRACTOR’S LICENSE CLASSIFICATION……………………….. 7

7.0 CONTRACTOR REGISTRATION……………………………..……...…. 7

8.0 SUBCONTRACTOR LIST…………………………….…………...……… 7

9.0 CONFLICT OF INTEREST………………………………………...……… 7

10.0 CONTRACTOR’S QUESTIONS…..………………………………..……. 8

11.0 CONTRACTOR’S SUBMITTAL…..…………………………………..….. 8-9

12.0 EVALUATION AND SELECTION PROCESS…………………...……… 10

13.0 PUBLIC RECORDS ACT………………………………………………….. 11

14.0 COUNTY’S RIGHTS…………………………………………………….… 11-12

15.0 EL DORADO COUNTY WEBSITE REQUIREMENTS………………… 12

16.0 MODIFICATION OR WITHDRAWAL OF SOQ…………………………. 12

17.0 REJECTION OF SOQS…………………………………………………... 12-13

18.0 VALID OFFER……………………………………………………………… 13

19.0 BUSINESS LICENSE REQUIREMENT…………………………………. 13

20.0 PUBLIC AGENCY………………………………………………………….. 13

Attachment A – Proposer Overview Form Attachment B – Sample Agreement for Services *The attached Sample Agreement for Services is for reference only. Other terms and conditions may apply based on the types of services and funding involved.

County of El Dorado Page 2 of 13 RFQ #21-745-015

1.0 INTRODUCTION

The County of El Dorado (County) is soliciting Statements of Qualifications (SOQ) from highly qualified firms (Respondent, Contractor, firm) to provide road maintenance, sanding, and sweeping services in various County Service Area Road Zones of Benefit.

County of El Dorado established 31 zones of benefit within two (2) County Service Areas for the expressed purpose of providing road maintenance services on approximately ninety-two (92) miles of roads in unincorporated areas of the County’s West Slope. The roads are public, but are not in the County’s Maintained Mileage system. The Board of Supervisors has appointed advisory committees for the zones, who serve as liaisons for the residents and owners in the communities to the County’s Department of Transportation. Advisory committee representatives do not have authority to direct or order work. All work in the zones of benefit requires authorization by the County through fully executed agreement for services and a project specific Work Order or Task Order issued by the Contract Administrator.

The purpose of this Request For Qualifications (RFQ) is to pre-qualify Contractors to provide road maintenance, sanding, and sweeping services on an as-requested basis for the zone roads.

It is the intent of the County to award multiple Agreements for road maintenance, sanding, and sweeping services. The County makes no guarantee as to the total amount of work or compensation to the awarded vendors that will be utilized for these services.

The County of El Dorado is an equal opportunity employer (EOE). All individuals are encouraged to participate. The County will not discriminate against any individual because of race, religion, color, national origin, ancestry, physical handicap, mental disability, medical condition, genetic information, military or veteran status, marital status, age, gender, gender identity, gender expression, or sexual orientation.

This RFQ includes a description of the evaluation and selection process, Scope of Work, SOQ requirements, and insurance requirements.

The following schedule is for reference purposes:

Deadline for Questions December 29, 2020 Estimated Answer Posting December 31, 2020 Due Date for Submissions January 13, 2021

In the event that it becomes necessary to revise any part of this RFQ, written addenda will be issued and posted at: http://edcapps.edcgov.us/contracts/invite.asp. Any amendment to this RFQ is valid only if in writing and issued by the County,

County of El Dorado Page 3 of 13 RFQ #21-745-015

Procurement and Contracts Division. Verbal conversations or agreements with any officer, agent, or employee of the County that modify any terms or obligations of this RFQ are invalid. All interpretation or corrections, as well as any additional RFQ provisions that the County may decide to include, will be made only as an official addendum that will be posted to the County’s website and it shall be the Contractor’s responsibility to ensure they have received all addendums before submitting their SOQ. Any addendum issued by the County shall become part of the RFQ and will be incorporated into the SOQ. The County will not be bound by oral responses or inquires or written responses other than written addenda.

2.0 SCOPE OF WORK

2.1 Services The Contractor agrees to furnish personnel, materials, vehicles, equipment, supplies, and services necessary to perform road maintenance, sanding, and sweeping services for various County Service Area road zones of benefit (zones) on an on-call basis. The Work is to consist of maintenance work only, limited to routine, recurring and usual work for the preservation or protection of zone roads, including drainage repairs, dig outs, asphalt repairs and patching, application of overlay surface treatments of less than one inch (1”), including bituminous asphaltic emulsion with aggregate screenings (chip seal), slurry seal, hot applied and/or cold applied crack filler material, and culvert clearing.

2.2 Locations

Locations where services may be requested are listed by general region, by road zone name, and by the primary streets/roads within the zone and include the following:

Mt. Aukum/Pleasant Valley

River Pines Estates (D’Agostini Drive, Bertone Drive) Oakleaf Circle (Oakleaf Circle)

Pollock Pines Lynx Trail (Lynx Trail, Manx Trail, Slalom Lane, Gemini Lane) Dolly Varden (Dolly Varden Lane) Gilmore Vista (Gilmore Vista Road, New House, Adney Way) King of the Mountain (King of the Mountain Road) Randolph Canyon (Randolph Canyon Road)

County of El Dorado Page 4 of 13 RFQ #21-745-015

Placerville

Texas Hill Estates (Texas Hill Road, Gingham Court, Fairover Drive) Sundance Trail (Sundance Trail, White Oak Ridge Road)

Green Valley Oaks (Mulberry Lane, Oak Ridge Road, Blend O’ Green Way, Meesha Lane)

Shadow Lane (Shadow Lane, Anthis Drive, Anthis Court) Blanchard Estates (Clarion Court)

Shingle Springs/El Dorado Hills South of US Hwy 50 Creekside Drive (Creekside Drive to apartments)

Holly Drive (Holly Drive) Fernwood-Cothrin Ranch (Fernwood Drive, Cothrin Ranch Road) Ryan Ranch (Ryan Ranch Road, Beaver Pond Road) Shingle Springs/Cameron Park/Rescue North of US Hwy 50

Many Oaks Lane (Many Oaks Lane, Whispering Pines Lane, Lily Lane, Soap Plant Lane)

Maverick (Maverick Road, Equus Way) Carlson Drive (Carlson Drive) Rolling Ranch (Rolling Ranch Road) Rancho Ponderosa (Alpine View Drive, portion of Ponderosa Road north

of Shorthorn Road, north of Green Valley Road) Pineokio Road (Pineoakyo Road)

Walnut Drive (Walnut Drive, Valley View Road, Bainbridge Avenue) West Green Springs (West Green Springs Road, Valle Verde Road)

Lotus/Luneman

Arrowbee Estates (Arrowbee Drive, Large Oak Drive, Glory View Drive) Hidden Lake Estates (Hidden Lake Drive, Winding Way, Lower Lake

Drive, Old Rock Bridge Road, Burnt Shanty Creek Road) East El Largo (El Largo Drive, Coffer Lane, Shallow Creek Lane)

Pilot Hill/Cool Pilot View (Pilot View Drive) Nance (Nance Drive) Meadowview Acres (Meadowview Acres Road, Cross Creek Road, Bird

Haven Loop) Tegra (Tegra Road, Bud’s Alley)

2.3 Other Considerations Payment and Performance bonds are required for each Work Project of $25,000 and more. Bonds will be requested by County with preparation of the Work Order or Task Order.

County of El Dorado Page 5 of 13 RFQ #21-745-015

Work Orders may be issued for Work costing less than $25,000. Task Orders are required for Work exceeding $25,000. Notification of the Work to residents shall be provided not less than forty-eight (48) hours in advance.

3.0 STATEMENT OF INTEREST AND QUALIFICATIONS Responses to this RFQ shall be submitted with all information and documentation necessary to demonstrate the ability to provide the road surface treatment services as described herein, as well as the following: 3.1 Executive Summary: The executive summary shall not exceed two (2)

pages. Contractors shall describe the overall plan for accomplishing the services identified herein.

3.2 Detailed Discussion: The detailed discussion is a general, but complete,

narrative of the Contractor’s assessment of the work to be performed and the ability to meet the objectives. This overview should clearly describe:

3.2.1. The Contractor’s understanding of the performance expectations as

well as how the requirements will be met; and 3.2.2. The Contractor’s plan for providing services identified below and in

Attachment “B” – Sample Agreement for Services: • Asphalt Patching, Chip Sealing, Seal Coating, Crack Sealing,

Slurry Seal (include Type II, Micro), and Culvert Clearing. 3.3 Background and Experience: Contractors should provide responses as

indicated below. Resumes will not be considered in lieu of responses to each of the directives listed below:

3.3.1. Describe the Contractor’s background and history of providing

these services; 3.3.2. Provide referrals and recommendations from previous clients; and 3.3.3. Describe the amount of work performed internal by Contractor vs.

subcontracted.

4.0 RESPONSE CONTENT AND FORMAT REQUIREMENTS Each response to this RFQ shall include the information described in this section. Failure to include all of the elements specified may be cause for rejection. Additional information may be provided, but should be succinct and relevant to the goals of this RFQ. Excessive information will not be considered favorably. Interested parties are requested to respond to this RFQ using white paper.

County of El Dorado Page 6 of 13 RFQ #21-745-015

Unnecessarily elaborate responses, enclosures, and specialized binding are not desired, and may be construed as an indication of Contractor’s lack of cost consciousness. All Contractors submitting responses shall complete the Proposer Overview Form (Attachment A). The Proposer Overview Form identifies the name, address, contact information for the principal person representing the firm, and an original signature by an individual authorized to execute an agreement with the County. The Proposer Overview Form includes a statement acknowledging that the Respondent has reviewed the language contained within the Sample Agreement for Services (Attachment B) and that the Respondent concurs with the provisions contained within said Agreement, and can/will meet the indemnity and insurance required without alterations to County’s standard Agreement. When completing the Proposer Overview Form, Respondents should identify services for which they are submitting SOQs. This form will also allow Respondents to indicate the locations where they are willing to provide services. The form will be used to evaluate the proposals; as it will assist the County in contacting and easily identifying firms during the selection process.

4.1 Response formatting instructions:

4.1.1. Response should be type written using Arial typeface and a font size of 11 points.

4.1.2. Type may be no more than six lines per inch. 4.1.3. Use standard letter size (8 ½ x 11) paper.

4.2 Response Content

4.2.1 Cover letter: Provide a cover letter and introduction, include the name and address of the Contractor and individual submitting the response, together with the name, address, telephone and fax numbers, and e-mail address of the contact person who will be authorized to make representations for the Contractor.

4.2.2. Table of Contents. 4.2.3. Responses must not exceed twelve (12) pages, excluding cover

sheet. 4.2.4. Responses must be sequentially numbered throughout and bound

with a single staple in the upper left hand corner.

County of El Dorado Page 7 of 13 RFQ #21-745-015

5.0 PREVAILING WAGE REQUIREMENTS

County requires services on public works project(s) involving local, state, and/or federal funds to which prevailing wage requirements may apply. As a consequence, Contractor shall comply with all applicable state and federal prevailing wage rates, statutes, rules, and regulations then in effect. In the event of conflict between applicable federal and state provisions, the higher prevailing wage rate shall apply. Contractor shall use the general prevailing wage rates determined by the Director of Industrial Relations for the county in which the work is to be done, which are available on the Director of Industrial Relations website at: http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm

6.0 CONTRACTOR’S LICENSE CLASSIFICATION Contractors must be properly licensed to perform the work pursuant to the Contractors’ State License Law (Business and Professions Code Section 7000 et seq.) and must possess a Class A – General Engineering Contractor License or a C-12 Earthwork and Paving Contractor License required for the type of work described in Attachment “B,” and must maintain a valid license through completion and acceptance of the work, including the guarantee and acceptance period.

7.0 CONTRACTOR REGISTRATION No Contractor or subcontractor may bid on any public works project, be listed in a bid proposal for any public works project, or engage in the performance of any contract for public work unless registered with the Department of Industrial Relations pursuant to Labor Code sections 1725.5 and 1771.1.

8.0 SUBCONTRACTOR LIST The response must list therein the name, Contractor’s license number and address of each subcontractor to whom the Contractor proposes to subcontract portions of the work as described in Exhibit “D” of Attachment “B.”

9.0 CONFLICT OF INTEREST

Contractors warrant and covenant that no official or employee of the County, or any business entity in which an official of the County has an interest, has been employed or retained to solicit or aid in the procuring of the resulting agreement, nor that any such person will be employed in the performance of such agreement without immediate divulgence of such fact to the County. Contractor’s SOQ shall contain a statement to the effect that the Contractor is not currently committed to another project that would constitute a conflicting interest with the project defined in this RFQ.

County of El Dorado Page 8 of 13 RFQ #21-745-015

10.0 CONTRACTOR’S QUESTIONS

10.1 Questions regarding this RFQ must be submitted in writing by email or U.S. mail to the Procurement and Contracts Office and must be received no later than 5:00 p.m. on December 29, 2020.

10.2 All emails must have “RFQ #21-745-015 – QUESTION” as their subject,

and all envelopes or containers must be clearly marked “RFQ #21-745-015 – QUESTION” for convenience purposes. Emails, envelopes, and/or containers not clearly labeled may be overlooked and not responded to.

10.3 Questions will not be accepted by telephone, facsimile (fax), or orally. 10.4 The County reserves the right to decline a response to any question if, in

County’s assessment, the information cannot be obtained and shared with all potential organizations in a timely manner.

10.5 A summary of the questions submitted, including responses deemed

relevant and appropriate by County, will be posted to the County website on or about December 31, 2020.

10.6 All inquiries shall be submitted by email to: [email protected]

or by U.S. Mail to:

County of El Dorado Procurement and Contracts

2850 Fairlane Court Placerville, California 95667

Attn: Kristen Germond RFQ #21-745-015 – Question

10.7 Contractors are cautioned that they are not to rely upon any oral

statements that they may have obtained. Contractors shall direct all inquiries to the contact above and shall not contact the requesting department directly regarding any matter related to this RFQ.

11.0 CONTRACTOR’S SUBMITTAL

11.1 Submit one (1) original, three (3) hard copies and one (1) electronic copy via USB drive, of your SOQ not later than the time and date indicated on the cover page of this RFQ. All submittals shall be submitted in a sealed envelope or container and clearly marked with “RFQ #21-745-015 - On-Call Maintenance Services For County Service Area Zones of Benefit on the outside of the parcel.

County of El Dorado Page 9 of 13 RFQ #21-745-015

11.2 SOQs shall be submitted ONLY to:

El Dorado County Procurement and Contracts Division

2850 Fairlane Court Placerville, California 95667

Attn: Kristen Germond

11.3 The County shall not be responsible for SOQs delivered to a person or location other than specified herein. SOQs submitted to a location other than the above will not be considered duly delivered or timely. The County shall not be responsible for rerouting SOQs delivered to a person or location other than that specified above.

11.4 Faxed or emailed SOQs shall not be accepted. 11.5 Late submittals may not be accepted or considered. 11.6 All submittals, whether selected or rejected, shall become the property of

the County and shall not be returned.

11.7 The County reserves the right to waive minor defects and/or irregularities in SOQs, and shall be the sole judge of the materiality of any such defect or irregularity.

11.8 All costs associated with SOQ preparation shall be borne by the

Respondent. 11.9 All SOQs shall remain firm for one hundred twenty (120) days following

the closing date for the receipt of the submittals. 11.10 It is the responsibility of the Respondent to ensure that the submittal is

received in the Procurement & Contracts Division prior to the SOQ opening deadline date and time. The time stamp clock located in the office of the Procurement and Contracts Division will serve as the official time clock.

11.11 County staff will open SOQ’s following the submittal deadline. The only

information that will be made available to the public at that time will be the names of the Respondents submitting SOQ’s. The contents of all submittals, or any other medium which discloses any aspect of the SOQ, shall be held in strictest confidence until the County releases a Notice of Award or Notice of Intent to Award.

County of El Dorado Page 10 of 13 RFQ #21-745-015

12.0 EVALUATION AND SELECTION PROCESS

The County will evaluate all pertinent information and will endeavor to select qualified Contractors from those firms submitting statements. If a selection cannot be made on the basis of the qualification statements alone, the most qualified Contractors may be contacted for additional information and, if warranted, personal interviews. An evaluation screening committee and/or selection committee will be appointed by the Department of Transportation to evaluate the responses and make recommendations for selection and approval for an agreement(s) of services. Contractors may be interviewed by the selection committee either in person or by telephone during the selection process. Please note that this request is for a Statement of Interest and Qualifications. A detailed cost proposal is not being requested. Final project costs will be limited to the budget available for the project.

Criteria Maximum Points Project Managers, lead technical experts, and staff have specific experience to successfully provide the full range of services for the category of interest. Character and scope of past projects (i.e.,Caltrans, Local Agency, County Service Area Road Zones, other agency involvement).

30

Demonstrated management and organizational ability relative to time management, scheduling, staff/client relationships, and the ability to meet deadlines. Originality, creativity, and soundness of approach to problem solving associated with the County's related projects.

20

History of repeat business with clients as demonstrated by referrals, project experience and recommendations from clients.

25

Demonstrated understanding of community social relationships, such as citizen and environmental concerns, relationships with zone and County.

10

Amount of work performed internal to the prime consultant vs. subcontracted on past projects. 15

Key Subject Areas: Locations, Asphalt Patching, Chip Sealing, Seal Coating, Crack Sealing, Slurry Seal (include Type II, Micro), and Culvert Clearing

100

TOTAL POSSIBLE POINTS 200

County of El Dorado Page 11 of 13 RFQ #21-745-015

13.0 PUBLIC RECORDS ACT

All SOQs and materials submitted shall become property of the County and will not be returned. All responses, including the accepted SOQ and any subsequent contract, become public records in accordance with the requirements of the California Government Code, Sections 6250 - 6270, “California Public Records Act”. Proprietary material must be clearly marked as such. Elements of the successful SOQ are not considered proprietary information. Contractors which indiscriminately identify all or most of their SOQ as confidential or proprietary without justification may be deemed unresponsive.

The County will treat all information submitted in a SOQ as available for public inspection once the County has selected a successful Contractor. If you believe that you have a legally justifiable basis under the California Public Records Act (Government Section 6250 et. seq.) for protecting the confidentiality of any information contained within your SOQ, you must identify any such information, together with the legal basis of your claim in your SOQ, and present such information separately as part of your response package.

Upon receipt of a request for disclosure pursuant to the California Public Records Act for information that is set apart and marked as proprietary, County will notify you of the request for disclosure. You shall have sole responsibility for the defense of the proprietary designation of such information. Failure to respond to the notice and enter into an agreement with County providing for the defense of and complete indemnification and reimbursement for all costs incurred by the County in any legal action to compel the disclosure of such information, shall constitute a complete waiver of any rights regarding the information designated proprietary and such information will be disclosed by County pursuant to applicable procedures under the California Public Records Act.

14.0 COUNTY’S RIGHTS

The County reserves the right to:

1. Request clarification of any submitted information. 2. Waive any irregularity or immaterial deviation in any SOQ. 3. Not enter into any agreement. 4. Not select any Contractor. 5. Cancel this process at any time. 6. Amend this process at any time.

County of El Dorado Page 12 of 13 RFQ #21-745-015

7. To award more than one (1) contract if it is in the best interest of the County.

8. Interview Contractors prior to award. 9. To request additional information during an interview.

Waiver of an immaterial deviation shall in no way modify the RFQ documents or excuse the Contractor from full compliance with the contract requirements if the Contractor is awarded the contract.

15.0 EL DORADO COUNTY WEBSITE REQUIREMENTS It is the Contractor’s responsibility to monitor the County’s website for possible

addenda to this RFQ to inform him/herself of the most current specifications, terms, and conditions, and to submit his/her SOQ in accordance with original RFQ requirements and all required addenda. All available RFQs and related addenda can be found at:

http://edcapps.edcgov.us/contracts/invite.asp

Failure of Contractor to obtain this information shall not relieve him/her of the requirements contained therein. Those Contractors not acknowledging and returning Addenda as required will not be considered and will be rejected as “non-responsive.”

16.0 MODIFICATION OR WITHDRAWAL OF SOQ

A Respondent may withdraw its SOQ at any time prior to the submittal deadline by a written request for its withdrawal to the County Purchasing Agent, signed by an authorized agent of the firm. Respondents may thereafter submit a new or modified SOQ prior to the submittal deadline. To be considered, the new submittal must be received in writing, with the same number of copies as the original SOQ, prior to the date and time specified above; for receipt of SOQs.

17.0 REJECTION OF SOQS

Contractors interested in being considered must submit a SOQ in compliance with this notice. Failure to meet the minimum requirements of the RFQ shall be cause for rejection of the SOQ. The County reserves the right to reject any or all SOQs.

The County may reject a SOQ if it is conditional, incomplete, or contains irregularities. County may waive immaterial deviation in a SOQ. Waiver of an

County of El Dorado Page 13 of 13 RFQ #21-745-015

immaterial deviation shall in no way modify the RFQ documents or excuse the Contractor from full compliance with the contract requirements if the Contractor is awarded the contract.

18.0 VALID OFFER

The County reserves the right to negotiate with the successful Contractor any additional terms or conditions which are in the best interest of the County or to otherwise revise the scope of this RFQ.

This RFQ does not constitute a contract or an offer of employment.

19.0 BUSINESS LICENSE REQUIREMENT

It is unlawful for any person to furnish supplies or services, or transact any kind of business in the unincorporated territory of El Dorado County without possessing a County business license unless exempt under County Code Section 5.08.070. Contact the Tax Collector’s Office at 360 Fair Lane, Placerville, CA 95667, or phone (530) 621-5800, for further information.

It is not a requirement to possess a County business license at the time of SOQ submittal. Selected Contractors may be required to possess a County business license to award contract.

20.0 PUBLIC AGENCY

It is intended that other public agencies (i.e., city, special district, public authority, public agency, and other political subdivisions of the State of California) shall have the option to participate in any agreement created as a result of this RFQ with the same terms and conditions specified therein, including pricing. The County shall incur no financial responsibility in connection with any agreement from another public agency. The public agency shall accept sole responsibility for contracting for services and making payment to the vendor.

Attachment A Proposer Overview Form

Contractor Information Name of Contractor: Local Address: Mailing Address: Principal Contact: Contact Title: Contact Email Address: Contact Phone Number:

Location Information Check all areas where you are interested in providing services (see Location Descriptions): ☐ Mt. Aukum/Pleasant Valley (River Pines Estates, Oakleaf Circle)☐ Pollock Pines Area (Lynx Trail, Dolly Varden, Gilmore Vista, King of the Mountain, Randolph Canyon)☐ Placerville Area (Texas Hill Estates, Sundance Trail, Green Valley Oaks, Shadow Lane, Blanchard

Estates)☐ Shingle Springs/El Dorado Hills South of US 50 (Creekside Drive, Holly Drive, Fernwood-Cothrin

Ranch, Ryan Ranch)☐ Shingle Springs/Cameron Park/Rescue North of US 50 (Many Oaks Lane, Maverick, Carlson Drive,

Rolling Ranch, Rancho Ponderosa, Pineoakio Road, Walnut Drive, West Green Springs)☐ Lotus/Luneman (Arrowbee Estates, Hidden Lake Estates, East El Largo)☐ Pilot Hill/Cool (Pilot View, Nance, Meadowview Acres, Tegra)

Services Information Check type(s) of services you are interested in providing (check all that apply): ☐ Asphalt Patching☐ Seal Coating☐ Chip Sealing☐ Sanding

☐ Crack Sealing☐ Slurry Seal (Including Type II or Micro-Surfacing)☐ Culvert Clearing☐ Sweeping

Acknowledgement Statement ☐ I acknowledge that I have reviewed the language contained in the Sample Professional Services

Agreement (Attachment B) and that my firm concurs with the provisions contained within saidagreement, and can/will meet the indemnity and insurance requirements without alterations tothe County’s standard agreement.

Approval and Original Signature (by an individual authorized to execute an agreement with the County of El Dorado)

_______________________________ Title

_____________________________________ Printed Name

____________________________________ ______________________________ Signature Date

County of El Dorado Page 1 of 1 RFQ #21-745-015 Attachment A

County of El Dorado Page 1 of 21 RFQ #21-745-015

Attachment B

Attachment B

Sample Agreement for Services

COUNTY OF EL DORADO DEPARTMENT OF TRANSPORTATION

AGREEMENT FOR ON-CALL ROAD ZONE MAINTENANCE SERVICES #____

THIS AGREEMENT made and entered into by and between the COUNTY OF EL DORADO, a political subdivision of the State of California, acting through the governing body or board thereof (hereinafter referred to as “County”), and ________________________, a _______________ duly qualified to conduct business in the State of California, whose principal place of business is ____________________________________ (hereinafter referred to as “Contractor”);

R E C I T A L S

That for and in consideration of the mutual promises, covenants, agreements and conditions herein contained, the parties hereto agree with each other as follows: 1. Contract Documents

The complete Agreement (hereinafter “Agreement”) between the parties consists of and is set forth in the Contract Documents. The Contract Documents consist of: (a) this Agreement including any Exhibits hereto, and any amendments thereto in accordance with the provisions herein; (b) Exhibits to this Agreement; (c) Work Orders or Task Orders issued under this Agreement; (d) an executed Subcontractors Listing Form, if applicable; (e) executed Certificate of Insurance forms; (f) an executed California Form 590; (g) an executed Department of the Treasury Internal Revenue Service Form W-9 or County Payee Data Record Form, whichever is applicable; and (h) all executed Change Orders. All obligations of the parties are contained in the Contract Documents, and by acceptance of this Agreement the parties hereto agree to be bound by the provisions of all of said documents. All of said documents are intended to cooperate so that any work called for in one and not mentioned in the other or vice versa, is to be executed the same as if mentioned in all of them. In the event of any conflict between or among the terms and conditions of this Agreement and documents referred to and incorporated herein, such conflict shall be resolved by giving precedence in the order of priority identified above, beginning with (a) and ending with (h).

2. The Work

Contractor agrees to furnish all tools, equipment, apparatus, facilities, labor, materials, and all utility and transportation services to perform road maintenance services for various County Service Area road zones of benefit (zones) on an on-call basis and complete in a good and workmanlike manner, furnished and installed, and complete and ready for use:

Contractor agrees to furnish personnel, materials, vehicles, equipment, supplies, and services necessary to perform road maintenance, sanding, and sweeping services for various County Service Area road zones of benefit (zones) on an on-call basis. The Work is to consist of maintenance work only, limited to routine, recurring and usual work for the preservation or protection of zone roads, including drainage repairs, dig outs, asphalt repairs and patching, application of overlay surface treatments of less than one inch (1”), including bituminous asphaltic emulsion with aggregate screenings (chip seal), slurry seal, hot applied and/or cold applied crack filler material, and culvert clearing.

County of El Dorado Page 2 of 21 RFQ #21-745-015

Attachment B

Prior to commencing work, Contractor must attend an initial pre-construction conference with the County. The purpose of the initial pre-construction conference is to discuss County’s oversight of the zones and the relationship among County, Contractor, and the roads zones. The County or advisory committee’s key contact, on behalf of a zone, may issue a Request for Proposal for a specific project to Contractor and all other contractors with whom County has on-call agreements for the scope of work covered by the specific zone project. A pre-bid meeting with the zone key contact will be scheduled to discuss important aspects of the Work for an individual zone project. For each such Work project, Contractor shall provide a written quote to the Contract Administrator and to the zone contact. Each proposal shall be accompanied by Exhibit A, marked “County Service Area Zone of Benefit On-call Maintenance Services Worksheet,” to be completed during preparation of the proposal, and in consideration of the road zone representative’s recommendations for the work to be performed. An incomplete Exhibit A may delay issuance of a Work Order/Task Order while construction details are verified with Contractor and confirmed with the road zone representatives. Through the competitive proposal procedure, the zone residents and advisory contacts will consider the proposals, and will recommend the zone’s choice of contractor to the Contract Administrator. Individual Work assignments will be authorized through a fully executed Work Order or Task Order issued by the Contract Administrator for the specific zone where the Work is considered. County’s Contract Administrator will issue a written Task Order for work assignments where the not-to-exceed cost itemization is greater than $25,000. County’s Contract Administrator will issue a written Work Order for any work assignments where the not-to-exceed cost itemization is $25,000 or less. Upon receipt and consideration of the zone’s recommendations, the Contract Administrator will issue a separate Work Order or Task order to contractor for each work assignment identifying:

• The locations where the work will be performed; • The zone of benefit contact information for the location; • A detailed description of the work including:

o Method of patching, dimensions of each area designated for patching; o Types of materials used to perform the work including:

Asphalt binder type; Aggregate size; Type of asphaltic emulsion for seal coatings:

• Whether one (1) or two (2) courses of seal is to be applied; • Start and stop points for the work if not continuous; • Whether excess chips will be swept or left in place.

o Totals by square footage for:

Patching; and/or Seal coatings, including chip seal;, Linear feet of crack filling by road length; and Number of inlets and outlets for culvert cleaning.

o Any permits or property owner or resident notifications that may be required; o Any required deliverables including reports or other documents to be supplied in

connection with the work assignment; o A specific date the work will commence, o The number of working days to complete the work; o A not-to-exceed cost to complete the work, and o Liquidated damages to be charged to contractor if the Work is not completed

within the prescribed timeframe.

County of El Dorado Page 3 of 21 RFQ #21-745-015

Attachment B

For chip seal application where sweeping is indicated, the work is not complete until the excess chips are swept, therefore the number of days between chip seal and sweeping must be included in the total performance period. Only the Contract Administrator has authority to order work. Contractor shall not commence work until the County has reviewed and approved payment and performance bonds, when applicable, and has issued the Contractor the Work Order or Task Order. Zone of benefit contacts do not have authority to order work under this Agreement. No payment shall be made for any work performed prior to the dates specified in the written Work Order or Task Order, or for work not authorized in writing by the Contract Administrator. All methods and materials shall be consistent with applicable provisions of the California Department of Transportation (Caltrans) 2018 Standard Specifications for the types of materials and services required by each Work Order.

And all other work as called for, and in the manner designated in, and in strict conformance with the Contract Documents adopted by County as prepared by the Contract Administrator, which includes, but is not limited to, the terms Engineer and Architect. The Work shall be performed in accordance with all of the terms and conditions of the Contract Documents.

3. Location of Work

The maintenance projects will be located in various road zone of benefits throughout El Dorado County. Said Work is to be performed on the various roads within County as designated by an issued Task Order or Work Order. Zone of Benefit locations are identified in Exhibit B, marked “Zone of Benefit Location Descriptions.”

4. Contract Price

As compensation agreed upon for said Work, County shall pay or cause to be paid to Contractor, in full, and for the full contract price and compensation for said completion of the Work, including without limitation, all bonds and insurance, THE NOT TO EXCEED SUM OF DOLLARS ($) which sum constitutes the Contract Price for the complete Project (the “Contract Price”).

5. Time of Completion

This Agreement shall become effective when fully executed by both parties hereto and shall expire three (3) years thereafter. Time is of the essence. The Work under the Agreement shall be completed within the timeframe designated within each issued Task Order or Work Order, unless an extension of time or suspension of Work is authorized by County in writing in accordance with an amended Task Order or Work Order. It is agreed by the parties to this Agreement that in case all the Work called for under the Agreement in all parts and requirements is not finished or completed within the number of working days as set forth in each Task Order or Work Order, damage will be sustained by County, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which County will sustain in the event of and by reason of the delay; and it is therefore agreed that Contractor will pay to County a sum, as liquidated damages and not as a penalty, for each and every calendar day’s delay in finishing the Work in excess of the number of working days prescribed in the Task Order or Work Order; the sum shall be calculated as fifteen percent (15%) of the total of each issued Task Order or Work Order amount divided by the number of calendar days identified for the completion of the Task Order or Work Order; and Contractor agrees to pay the liquidated damages herein provided for, and further agrees that County may deduct the amount thereof from any moneys due or that may become due Contractor under the Agreement. The calculated liquidated damages amount will be included in each Task Order or Work Order.

County of El Dorado Page 4 of 21 RFQ #21-745-015

Attachment B

6. Payment

No payment will be made for any Work performed prior to approval and full execution of the Task Order or Work Order and no payment will be made for amounts in excess of the not-to-exceed amount of the Task Order or Work Order. The period of performance for the Task Order or Work Order shall be in accordance with dates specified in each Task Order or Work Order. No Task Order or Work Order will be written which exceeds the cumulative total of the not-to-exceed dollar amount of this Agreement. Payment by County as herein provided shall not be construed as an absolute acceptance of defects in the Work or improper materials. County shall promptly pay Contractor in accordance with Public Contract Code section 20104.50.

7. Performance Bond (as applicable)

As a part of the execution of this Agreement, Contractor shall furnish a bond of a surety company authorized to do business in the State of California, conditioned upon the faithful performance of all covenants and stipulations under this Agreement. The amount of this bond shall be one hundred percent (100%) of the total Contract Price and shall be executed upon the form provided by County.

8. Payment Bond (as applicable)

As a part of the execution of this Agreement, Contractor shall furnish a bond of a surety company authorized to do business in the State of California, conditioned upon the payment in full of all claims for labor and materials in accordance with the provisions of the law of the State of California. The amount of this bond shall be one hundred percent (100%) of the total Contract Price and shall be executed upon the form provided by County.

9. Notification of Surety Company

The surety company shall familiarize itself with all of the conditions and provisions of this Agreement, and shall waive the right of special notification of any change or modifications of this Agreement or extension of time, or of decreased or increased work, or of the cancellation of this Agreement, or of any other act or acts by County or its authorized agents, under the terms of this Agreement; and failure to so notify the aforesaid surety company of changes shall in no way relieve the surety company of its obligation under this Agreement.

10. Payment of Prevailing Wages

Contractor shall pay and require payment of wages according to a scale of prevailing wage rates determined by California law, which scale is on file at County’s Department of Transportation’s principal office and shall comply with all applicable wage requirements, as set forth in Labor Code Sections 1770 et seq., 1773.2, 1775, 1776, 1810 and 1813. In accordance with the provisions of Labor Code Section 1810, eight (8) hours of labor shall constitute a legal day’s work upon all work done hereunder, and Contractor and any subcontractor employed under this Agreement shall also conform to and be bound by the provisions of Labor Code Sections 1810 through 1815.

11. Apprentices

Attention is directed to Sections 1777.5, 1777.6, and 1777.7 of the California Labor Code and Title 8, California Code of Regulations Section 200 et seq. To ensure compliance and complete understanding of the law regarding apprentices, and specifically the required ratio thereunder, each Contractor or subcontractor should, where some question exists, contact the Division of Apprenticeship Standards, 455 Golden Gate Avenue, San Francisco, CA

County of El Dorado Page 5 of 21 RFQ #21-745-015

Attachment B

94102, or one of its branch offices prior to commencement of work on the public works contract. Responsibility for compliance with this section lies with Contractor.

It is County policy to encourage the employment and training of apprentices on public works contracts as may be permitted under local apprenticeship standards.

12. Certified Payroll

As required under the provisions of Labor Code Section 1776, Contractor and any subcontractors shall keep accurate payroll records as follows:

1. The payroll records shall show the name, address, social security number, work classification,

straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by Contractor or subcontractors in connection with this Project.

2 A certified copy of all payroll records enumerated above shall be available for inspection at all

reasonable hours at the principal office of Contractor as follows:

a. Make available or furnish to the employee or his or her authorized representative on request.

b. Make available for inspection or furnished upon request to a representative of County, the

State Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the State Department of Industrial Relations.

c. Make available upon request by the public for inspection or copies thereof made;

provided, however, that a request by the public shall be made through either County, the State Division of Labor Standards Enforcement, or the State Division of Apprenticeship Standards. The requesting party shall, prior to being provided the records, reimburse the costs of preparation by Contractor, subcontractor, and the entity through which the request was made. The public shall not be given access to the records at the principal office of Contractor.

d. All contractors and subcontractors must furnish electronic certified payroll records

directly to the Department of Industrial Relations.

13. Registration of Contractors

No contractor or subcontractor may bid on any public works project, be listed in a bid proposal for any public works project, or engage in the performance of any contract for public work unless registered with the Department of Industrial Relations pursuant to Labor Code sections 1725.5 and 1771.1. Contractor shall post job site notices as prescribed by Title 8 of California Code of Regulations Section 16451.

14. Records Examination and Audit Requirements

Contractor and its subcontractors, if any are authorized hereunder, shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering the various aspects of this Agreement. In accordance with Government Code Section 8546.7, all of the above-referenced parties shall make such materials available at their respective offices at all reasonable times during this Agreement period and for four (4) years from the date that final payment by County and all other pending matters are closed. Representatives of County, the State Auditor, and any duly authorized representative of other government agencies shall have access to any books, documents, papers, and

County of El Dorado Page 6 of 21 RFQ #21-745-015

Attachment B

records that are pertinent to this Agreement for audit, examination, excerpts, and transactions and copies thereof shall be furnished upon request.

15. Payment of all Federal, State, or Local Taxes

Any federal, state, or local tax payable on the articles furnished by Contractor under this Agreement shall be included in the Contract Price and paid by Contractor.

16. Compliance with all Applicable Laws

Contractor shall conform to and abide by all Federal, State, and local building, labor and safety laws, ordinances, rules, and regulations. All Work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshal, safety orders of the Division of Industrial Safety, California Electrical Code, California Building Code, California Plumbing Code, and any and all other applicable laws and regulations. Nothing in the Contract Documents, including but not limited to the plans and specifications, is to be construed to permit work not conforming to these codes, laws, and regulations.

17. Nondiscrimination

A. County may require Contractor’s services on projects involving funding from various state and/or federal agencies, and as a consequence, Contractor shall comply with all applicable nondiscrimination statutes and regulations during the performance of this Agreement including but not limited to the following: Contractor and its employees and representatives shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, mental disability, medical condition, genetic information, military or veteran status, marital status, age, gender, gender identity, gender expression, sexual orientation, or sex; Contractor shall, unless exempt, comply with the applicable provisions of the Fair Employment and Housing Act (Government Code, Sections 12900 et seq.) and applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Sections 11000 et seq.); the applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12990, set forth in Subchapter 5 Chapter 5 of Division 4.1 of Title 2 of the California Code of Regulations incorporated into this Agreement by reference and made a part hereof as if set forth in full; and Title VI of the Civil Rights Act of 1964, as amended. Contractor and its employees and representatives shall give written notice of their obligations under this clause as required by law.

B. Where applicable, Contractor shall include these nondiscrimination and compliance provisions in any of

its agreements that affect or are related to the services performed herein.

C. Contractor’s signature shall provide any certifications necessary under the federal laws, the laws of the State of California, including but not limited to Government Code Section 12990 and Title 2, California Code of Regulations, Section 11102.

18. Reporting Accidents

Contractor shall prepare and submit (within twenty-four [24] hours of such incidents) reports of accidents at the site and anywhere else the work is in progress in which bodily injury is sustained or property loss in excess of Five Hundred Dollars ($500.00) occurs.

19. Emissions Reduction

Contractor shall comply with emission reduction regulations mandated by the California Air Resources Board, and sign a certification of knowledge thereof:

County of El Dorado Page 7 of 21 RFQ #21-745-015

Attachment B

CERTIFICATE OF KNOWLEDGE – EMISSIONS REDUCTION REGULATIONS I am aware of the emissions reduction regulations being mandated by the California Air Resources Board. I will comply with such regulations before commencing the performance of the Work and maintain compliance throughout the duration of this Contract.

Signed: ___________________________________________Date____________________

20. Workers’ Compensation

Contractor shall comply with Labor Code Sections 3700 et seq., requiring it to obtain Workers’ Compensation Insurance, and sign a certificate of knowledge thereof.

CERTIFICATE OF KNOWLEDGE - LABOR CODE SECTION 3700

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Agreement.

Signed: ___________________________________________ Dated: ____________________ 21. Deviation from Plans and Specifications

No deviation shall be made from the plans and/or the specifications, if any, without the prior written approval of County.

22. Drug-Free Workplace

Contractor shall comply with Government Code section 8355.

23. Unity of Plans and Specifications

The plans and specifications, if any, are one document, and any work shown or mentioned, in one and not in the other, or vice versa, shall be furnished or performed as though mentioned or shown in both.

24. Relocation of Utilities

As required by Section 4215 of the California Government Code, County will assume responsibility for the removal, relocation, and protection of main or trunk-line utility facilities existing on the construction site, if such facilities are not shown in the plans and specifications, and County shall compensate Contractor for the costs of locating and repairing damage to such facilities not due to the failure of Contractor to exercise reasonable care.

Nothing herein shall be deemed to require County to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction or maintenance project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction.

County of El Dorado Page 8 of 21 RFQ #21-745-015

Attachment B

If Contractor, while performing the Work under this Agreement, discovers utility facilities not identified in the Contract Documents, including the plans or specifications, Contractor shall immediately notify the Contract Administrator or Project Manager. County shall not be liable for Contractor’s performance of unauthorized work.

25. Notice of Discovery of Hazardous Waste or Unusual Conditions

A. Contractor shall promptly, and before the following conditions are disturbed, notify County in writing, in the event Contractor encounters, after excavating to a depth of greater than four (4) feet, any of the following:

1. Material that Contractor believes may be hazardous waste, as defined in section 25117 of the

Health and Safety Code, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; or

2. Subsurface or latent physical conditions at the site differing materially from those indicated in the

Contract Documents; or

3. Unknown physical conditions at the site of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the Work provided for in this Agreement.

B. County shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,

or do involve hazardous waste, or cause a decrease or increase in Contractor’s cost of, or time required for performance of any part of the Work, an adjustment, excluding loss of anticipated profits, will be made and this Agreement will be modified by a Change Order. County will notify Contractor of County’s determination as to whether or not an adjustment of this Agreement is warranted.

C. In the event a dispute arises between County and Contractor as to whether the conditions materially

differ, or involve hazardous waste, or cause a decrease or increase in Contractor’s cost of, or time required for, performance of any part of the Work, Contractor shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all Work to be performed under this Agreement. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between Contractor and County.

26. Subcontracting

The provisions of Sections 4100-4114, inclusive, of the Public Contract Code regarding subcontracting shall apply to this Agreement, and Contractor represents that it will comply with all provisions therein. For the purposes hereof, subcontractors shall be in accordance with Exhibit D, marked “Subcontractor’s Listing,” incorporated herein and made by reference a part hereof.

27. Additional Work

County reserves the right to make such alterations, deviations, additions to, or deletions from the plans and specifications, including the right to increase or decrease the quantity of any item or portion of work, or to delete any items or portion of work, as may be deemed by County’s Contract Administrator to be necessary or advisable, and to require such additional work to be required for the proper completion of the whole Work contemplated. Any such changes will be set forth in a written Contract Change Order (Change Order) which will specify the additional work, adjustment of performance time, if any, and basis for additional compensation, if any. Any Change Order shall not become effective until approved by County’s Purchasing Agent, or where required, by the Board of Supervisors.

County of El Dorado Page 9 of 21 RFQ #21-745-015

Attachment B

Any representative of the Zone of Benefit does not have authority to speak on behalf of or obligate County in any way under this Agreement.

28. Termination by County for Convenience

County reserves the right to terminate this Agreement or any Work Order issued pursuant to this Agreement at any time upon determination by County’s representative that termination of this Agreement or any Work Order issued pursuant to this Agreement is in the best interest of County. County shall issue Contractor a written notice specifying that this Agreement or any Work Order issued pursuant to this Agreement is to be terminated.

Upon receipt of said written notice, Contractor shall stop all work under this Agreement except: (1) work specifically directed to be completed prior to termination, (2) work the Inspector deems necessary to secure the Project for termination, (3) removal of equipment and plant from the site of the Work, (4) action that is necessary to protect materials from damage, (5) disposal of materials not yet used in the Work as directed by County, and (6) clean up of the site.

If this Agreement or any Work Order issued pursuant to this Agreement is terminated for County’s convenience as provided herein, all finished or unfinished work and materials previously paid for shall, at the option of County, become its property. Contractor shall be paid an amount which reflects costs incurred for satisfactory work provided to the date of notification of termination. In addition, Contractor shall be paid the reasonable cost, as solely judged by County, and without profit, for all work performed to secure the Project for termination.

29. Termination by County for Cause

If Contractor is adjudged as bankrupt or insolvent, or makes a general assignment for the benefit of its creditors or if a trustee or receiver is appointed for Contractor or for any of its property, or if Contractor files a petition to take advantage of any debtor’s act, or to reorganize under the bankruptcy or applicable laws, or on more than one occasion fails to supply sufficient skilled workmen or suitable material or equipment, or on more than one occasion fails to make prompt payments to subcontractors for labor, materials, or equipment, or disregards the authority of County’s representative, or the Engineer, if one is appointed, or otherwise violates any provision of the Contract Documents, then County may, without prejudice to any other right or remedy and after giving Contractor and its Surety a minimum of ten (10) days from delivery of a written termination notice, terminate the services of Contractor and take equipment and machinery thereon owned by Contractor and finish the Work by whatever method County may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the Work is finished.

Without prejudice to other rights or remedies County may have, if Contractor fails to begin delivery of materials and equipment, to commence Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain a work program which will ensure County’s interest, or, if Contractor is not carrying out the intent of this Agreement, an Inspector’s written notice may be served upon Contractor and the Surety on its faithful performance bond demanding satisfactory compliance with this Agreement. If Contractor or its Surety does not comply with such notice within five (5) days after receiving it, or after starting to comply, fails to continue, County may exclude it from the premises and take possession of all material and equipment, and complete the Work by County’s own forces, by letting the unfinished Work to another Contractor, or by a combination of such methods.

Where Contractor’s services have been so terminated by County, said termination shall not affect any right of County against Contractor then existing or which may thereafter accrue. Any retention or payment of monies by County due Contractor will not release Contractor from compliance with the Contract Documents.

If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to Contractor. If the sums under this Agreement are insufficient for completion, Contractor or Surety shall pay to County within five (5) days after the completion, all costs in excess of the Contract Price. In any event, the cost of completing the Work shall be

County of El Dorado Page 10 of 21 RFQ #21-745-015

Attachment B

charged against Contractor and its Surety and may be deducted from any money due or becoming due from County.

The provisions of this Article shall be in addition to all other rights and remedies available to County under law.

If after notice of termination, it is determined for any reason that Contractor was not in default, the rights and obligations of the parties shall be the same as if the notice of termination had not been issued. This Agreement shall be equitably adjusted to compensate for such termination.

30. Successors and Assigns

This Agreement shall bind and inure to the heirs, devisees, assignees, and successors in interest of Contractor and to the successors in interest of County in the same manner as if such parties had been expressly named herein.

31. Assignment of Contract

Neither this Agreement, nor any part thereof, or any monies due or to become due hereunder, may be assigned by Contractor without the written approval of County, nor without the consent of the Surety unless the Surety has waived its right to notice of assignment in writing. County may assign this Agreement to a lender, or any third party that assumes the obligations of County hereunder.

32. Amendments

This Agreement may be amended by mutual consent of the parties hereto. Said amendment shall become effective only when in writing and fully executed by duly authorized officers of the parties hereto.

33. Separate Contracts

County reserves the right to let other contracts in connection with the Work. Contractor shall afford all other such contractors reasonable opportunity for storage of their materials, shall provide that the execution of its work properly connects and coordinates with theirs, and shall cooperate with them to the end of facilitating the Work.

34. Indemnity

To the fullest extent allowed by law, Contractor shall defend, indemnify, and hold County and its officers, directors, and employees harmless against and from any and all claims, suits, losses, damages, and liability for damages, including attorney’s fees and other costs of defense brought for or on account of injuries to or death of any person, including but not limited to, workers and the public, or on account of injuries to or death of County employees, or damage to property, or any economic, consequential or special damages which are claimed or which shall in any way arise out of or be connected with Contractor’s services, operations or performance hereunder, regardless of the existence or degree of fault or negligence on the part of County, Contractor, subcontractors or employees of any of these, except for the active, or sole negligence of County, its officers, directors, and employees, or where expressly prescribed by statute.

The duty to indemnify and hold harmless County specifically includes the duties to defend set forth in Section 2778 of the Civil Code. The insurance obligations of Contractor are separate, independent obligations under the Contract Documents, and the provisions of this defense and indemnity are not intended to modify nor should they be construed as modifying or in any way limiting the insurance obligations set forth in the Contract Documents.

35. Insurance

GENERAL INSURANCE REQUIREMENTS: Contractor shall provide proof of a policy of insurance satisfactory to County’s Risk Management Division and documentation evidencing that Contractor maintains insurance that meets the following requirements:

County of El Dorado Page 11 of 21 RFQ #21-745-015

Attachment B

1. Full Workers' Compensation and Employers’ Liability Insurance covering all employees of Contractor as required by law in the State of California.

2. Commercial General Liability Insurance of not less than One Million Dollars ($1,000,000) combined

single limit per occurrence for bodily injury and property damage, including but not limited to endorsements for the following coverage: premises, personal injury, operations, products and completed operations, blanket contractual, and independent contractors’ liability and a $2,000,000 aggregate limit.

3. Automobile Liability Insurance of not less than One Million Dollars ($1,000,000) is required in the event

motor vehicles are used by Contractor in performance of this Agreement.

4. In the event Contractor is a licensed professional and is performing professional services under this Agreement, Professional Liability Insurance is required with a limit of liability of not less than One Million Dollars ($1,000,000).

5. Explosion, Collapse and Underground coverage is required when the scope of work includes XCU

exposures.

PROOF OF INSURANCE REQUIREMENTS:

1. Contractor shall furnish proof of coverage satisfactory to County’s Risk Management Division as evidence that the insurance required herein is being maintained. The insurance will be issued by an insurance company acceptable to County’s Risk Management Division, or be provided through partial or total self-insurance likewise acceptable to the Risk Management Division.

2. The County of El Dorado, its officers, officials, employees, and volunteers shall be included as additional

insured, but only insofar as the operations under this Agreement are concerned. This provision shall apply to all general and excess liability insurance policies. Proof that County is named additional insured shall be made by providing the Risk Management Division with a certified copy, or other acceptable evidence, of an endorsement to Contractor’s insurance policy naming County as additional insured.

3. In the event Contractor cannot provide an occurrence policy, Contractor shall provide insurance covering

claims made as a result of performance of this Agreement for not less than three (3) years following completion of performance of this Agreement.

4. Any deductibles or self-insured retentions must be declared to and approved by County. At the option of

County, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects County, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.

5. Contractor shall require each of its subcontractors to procure and maintain Commercial General Liability

Insurance, Automobile Liability Insurance and Workers’ Compensation Insurance of the types and in the amounts specified above, or shall insure the activities of its subcontractors in its own policy in like amounts. Contractor shall also require each of its subcontractors to name Contractor and the County of El Dorado as additional insureds on each subcontractor’s general and excess liability insurance policies. Upon request by County Contractor shall furnish proof of coverage satisfactory to County as evidence that the subcontractor insurance required herein is being maintained.

INSURANCE NOTIFICATION REQUIREMENTS:

1. Contractor agrees that no cancellation or material change in any policy shall become effective except

upon prior written notice to County at the office of the Community Development Services, Administration and Finance Division, Contracts & Procurement Unit, 2850 Fairlane Court, Placerville, California 95667.

County of El Dorado Page 12 of 21 RFQ #21-745-015

Attachment B

2. Contractor agrees that the insurance required herein shall be in effect at all times during the term of this Agreement, inclusive of the guarantee/warranty period specified herein below. In the event said insurance coverage expires at any time or times during the term of this Agreement, Contractor shall immediately provide a new certificate of insurance as evidence of the required insurance coverage. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, County may, in addition to any other remedies it may have, terminate this Agreement upon the occurrence of such event. New certificates of insurance are subject to the approval of County’s Risk Management Division.

ADDITIONAL STANDARDS: Certificates shall meet such additional standards as may be determined by County’s Department of Transportation either independently or in consultation with County’s Risk Management Division, as essential for protection of County.

COMMENCEMENT OF PERFORMANCE: Contractor shall not commence performance of this Agreement unless and until compliance with each and every requirement of the insurance provisions is achieved.

MATERIAL BREACH: Failure of Contractor to maintain the insurance required herein, or to comply with any of the requirements of the insurance provisions, shall constitute a material breach of the entire Agreement.

REPORTING PROVISIONS: Any failure to comply with the reporting provisions of the policies shall not affect the coverage provided to County, its officers, officials, employees, or volunteers.

PRIMARY COVERAGE: Contractor’s insurance coverage shall be primary insurance as respects County, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by County, its officers, officials, employees or volunteers shall be in excess of Contractor’s insurance and shall not contribute with it.

PREMIUM PAYMENTS: The insurance companies shall have no recourse against County, its officers, officials, employees, and volunteers or any of them for payment of any premiums or assessments under any policy issued by any insurance company.

CONTRACTOR’S OBLIGATIONS: Contractor’s indemnity and other obligations shall not be limited by the insurance required herein and shall survive the expiration of this Agreement.

36. Independent Contractor/Liability

Contractor is, and shall be at all times, deemed independent and shall be wholly responsible for the manner in which it performs services required by terms of this Agreement. Contractor exclusively assumes responsibility for acts of its employees, associates, and subcontractors, if any are authorized herein, as they relate to services to be provided under this Agreement during the course and scope of their employment. Contractor shall be responsible for performing the work under this Agreement in a safe, professional, skillful, and workmanlike manner and shall be liable for its own negligence and negligent acts of its employees. County shall have no right of control over the manner in which work is done and shall, therefore, not be charged with responsibility of preventing risk to Contractor or its employees.

37. Interest of Public Official

No official or employee of County who exercises any functions or responsibilities in review or approval of services to be provided by Contractor under this Agreement shall participate in or attempt to influence any decision relating to this Agreement which affects personal interest or interest of any corporation, partnership, or association in which he/she is directly or indirectly interested; nor shall any such official or employee of County have any interest, direct or indirect, in this Agreement or the proceeds thereof.

County of El Dorado Page 13 of 21 RFQ #21-745-015

Attachment B

38. Interest of Contractor Contractor covenants that Contractor presently has no personal interest or financial interest, and shall not acquire same in any manner or degree in either: 1) any other contract connected with or directly affected by the services to be performed by this Agreement; or, 2) any other entities connected with or directly affected by the services to be performed by this Agreement. Contractor further covenants that in the performance of this Agreement no person having any such interest shall be employed by Contractor.

39. Conflict of Interest The parties to this Agreement have read and are aware of the provisions of Government Code section 1090 et seq. and section 87100 relating to conflict of interest of public officers and employees. Contractor attests that it has no current business or financial relationship with any County employee(s) that would constitute a conflict of interest with provision or services under this Agreement and will not enter into any such business or financial relationship with any such employee(s) during the term of this Agreement. County represents that it is unaware of any financial or economic interest of any public officer or employee of Contractor relating to this Agreement. It is further understood and agreed that if such a financial interest does exist at the inception of this Agreement either party may immediately terminate this Agreement by giving written notices as detailed in Article 29, Termination by County for Cause, hereto.

40. Licenses

Contractor warrants and represents that it holds a valid California license pursuant to the Contractors’ State License Law (Business and Professions Code Sections 7000, et seq.), that its license is in good standing and that it possesses a Class A General Engineering Contractor License or a C-12 Earthwork and Paving Contractor License as required by the categories and type of the Work. Copies of Contractor’s State Contractors’ license must be provided with this Agreement. Further, Contractor represents and warrants that Contractor and any subcontractor has all the applicable licenses, permits, registrations, and certifications that are legally required for Contractor and subcontractor to perform the work contemplated under this Agreement. Contractor and its subcontractors shall maintain said licenses, permits, registrations, and certifications in good standing throughout the term of this Agreement.

41. Business License

County’s Business License Ordinance provides that it is unlawful for any person to furnish supplies or services, or transact any kind of business in the unincorporated territory of County of El Dorado without possessing a County business license unless exempt under County Ordinance Code Section 5.08.070. Contractor warrants and represents that it shall comply with all of the requirements of County’s Business License Ordinance, where applicable, prior to beginning work under this Agreement and at all times during the term of this Agreement.

42. Cleaning Up

Contractor shall not allow the site of the Work to become littered with trash, rubbish, or waste material, but shall maintain the site of Work in a neat and orderly condition throughout the performance of the Work. At the end of each work day, Contractor shall clean up all debris and waste materials generated by the Work and shall properly dispose of all trash, rubbish and waste materials off site at no additional cost to County.

43. Access to the Work

County, and any state or local authorities having jurisdiction over the Project, shall at all times have access to the Work.

County of El Dorado Page 14 of 21 RFQ #21-745-015

Attachment B

44. Acceptance of Work

The Work will be accepted by County in writing when the whole shall have been completed satisfactorily, as determined by County or its duly authorized representative. Acceptance of the Work shall not constitute an acceptance of latent defects nor relieve Contractor of responsibility for any act or omission which is a violation of this Agreement.

45. Resolution of Claims

Contractor’s attention is invited to Public Contract Code Sections 20104, et seq., for resolution of construction claims, and specifically Section 20104.2. Claims pertaining to this Agreement shall be governed by the provisions of those sections. Contractor’s attention is directed to California Public Contract Code section 9204, which describes procedures for the resolution of claims on public works projects. Among other things, section 9204 requires the claimant to furnish reasonable documentation to support a claim, requires the public entity to respond to the claim within 45 days of receipt of the claim, and allows for the claimant to demand an informal meet and confer conference for settlement of the issues in dispute. For any portion of a claim that remains in dispute, section 9204 requires submission of the claim to nonbinding mediation. Additionally, section 9204 requires the public entity to make any payment due on an undisputed portion of the claim within 60 days of the public entity’s written response and to pay interest at the rate of 7 percent per annum on any amounts not paid in a timely manner. The claims procedures described herein and in any other Contract Documents are in addition to the procedures required by section 9204 and, in the event of a conflict between those various procedures, the more stringent procedures will control.

46. Environmental and Toxic Warranty

Contractor warrants that its operations concerning the Project are not and will not be in violation of any applicable federal, state, or local environmental statute, law, or regulation dealing with hazardous materials substances or toxic substances.

47. Guarantee

Final Guarantee: Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year. Contractor warrants and guarantees for a period of one (1) year from the date of Acceptance of the Work that the Work is free from all defects due to faulty materials or workmanship and Contractor shall promptly make such corrections as may be necessary, including repairs of any damage to other parts of the Work resulting from such defects at no cost to County. County will give notice of observed defects with reasonable promptness. In the event that Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, County may do so and charge Contractor the cost thereby incurred.

Extended Guarantees: If a guaranty exceeding one (1) year is provided by the supplier or manufacturer of any equipment or materials used in this Project, then the guarantee for such equipment or materials shall be extended for such term. Contractor expressly agrees to act as co-guarantor of such equipment and materials, and Contractor shall supply County with all warranty and guaranty documents relative to equipment and materials incorporated in the job and guaranteed by its suppliers or manufacturers.

Warranty: Contractor warrants to County that materials and equipment furnished under this Agreement will be of good quality and new, unless otherwise required or permitted by this Agreement, that the Work will be free from defects or flaws and is of the highest quality of workmanship and that the Work will conform with the requirements of this Agreement. Work not conforming to these requirements, including substitutions not properly approved and authorized, shall be considered defective.

County of El Dorado Page 15 of 21 RFQ #21-745-015

Attachment B

If within one (1) year from the date of the Acceptance of the Work or such longer period of time as may be prescribed by law or regulations or by the terms of any applicable special guarantee required by the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to County and in accordance with County’s written instruction, correct such defective work. If work is rejected by County, defective material or work will be removed from site and replaced with non-defective materials or work. If Contractor is unable to promptly and properly correct any defective work, County may at its option have the work corrected by such other means as County deems appropriate and hold Contractor liable for all direct, indirect and consequential costs caused by such defective work. Said warranty shall apply to all work found to be “defective” which is attributable to the quality or quantity of the materials used, the quality of the workmanship or for performance of this Agreement.

48. Notice

Any notice or other correspondence required to be given under this Agreement by either party to the other may be affected by personal delivery in writing or by mail, postage prepaid. Notices personally delivered during normal business hours shall be deemed received on the actual date of delivery; mailed notices shall be deemed received one (1) day after affixed postmark. Notices and correspondence to County shall be in duplicate and shall be delivered to it as follows:

To County: With a copy to:

County of El Dorado County of El Dorado Department of Transportation Chief Administrative Office 2850 Fairlane Court 2850 Fairlane Court Placerville, California 95667 Placerville, California 95667

Attn.: Contract Administrator ‘s Name Attn.: Michele Weimer Contract Administrator’s Title Procurement and Contracts Manager Contract Administrator’s Unit (if applicable)

Notices and correspondence to Contractor shall be delivered when personally delivered to, or if mailed, addressed to Contractor at:

Contractor’s Business Name Street Address City, State Zip Attn.: Name of Notices Recipient Title of Notices Recipient

Either party may change its address for notices or for its principal place of business by giving written notice pursuant to this Article.

49. Change of Address

In the event of a change in address for Contractor’s principal place of business, Contractor’s Agent for Service of Process, or Notices to Contractor, Contractor shall notify County in writing as provided in Article 47 – Notice. Said notice shall become part of this Agreement upon acknowledgment in writing by County’s Contract Administrator, and no further amendment of this Agreement shall be necessary provided that such change of address does not conflict with any other provisions of this Agreement.

50. California Residency (Form 590)

All independent Contractors providing services to County must file a State of California Form 590, certifying their California residency or, in the case of a corporation, certifying that they have a permanent place of business

County of El Dorado Page 16 of 21 RFQ #21-745-015

Attachment B

in California. Contractor will be required to submit a Form 590 prior to execution of an Agreement or County shall withhold seven (7) percent of each payment made to Contractor during the term of this Agreement. This requirement applies to any Agreement/Contract exceeding $1,500.00.

51. County Payee Data Record Form

All independent contractors or corporations providing services to County who do not have a Department of the Treasury Internal Revenue Service Form W-9 (Form W-9) on file with County must file a County Payee Data Record Form with County.

52. Taxes

Contractor certifies that as of today’s date, it is not in default on any unsecured property taxes or other taxes or fees owed by Consultant to County. Contractor agrees that it shall not default on any obligations to County during the term of this Agreement.

53. Venue

The Contract Documents and all provisions thereto shall be governed by the laws of the State of California. Any litigation arising herein shall be brought in the County of El Dorado.

54. Contract Administrator

The County Officer or employee with responsibility for administering this Agreement is Contract Administrator’s Name, Contract Administrator’s Title, Contract Administrator’s Division (if applicable), Department of Transportation, or successor.

55. Authorized Signatures

The parties to this Agreement warrant and represent that the undersigned individuals executing this Agreement on their respective behalves are fully authorized to do so by law or other appropriate instrument and to bind upon said parties the obligations set forth herein.

56. Partial Invalidity

If any provision, sentence, or word of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions, sentences, and words will continue in full force and effect without being impaired or invalidated in any way.

57. No Third Party Beneficiaries

Nothing in this Agreement is intended, nor will be deemed, to confer rights or remedies upon any person or legal entity not a party to this Agreement.

58. Counterparts

This Agreement may be executed in one or more counterparts, each of which shall be an original and all of which together shall constitute one and the same instrument.

59. Entire Agreement

This document and the documents referred to herein or exhibits hereto are the entire Agreement between the parties and they incorporate or supersede all prior written or oral agreements or understandings.

County of El Dorado Page 17 of 21 RFQ #21-745-015

Attachment B

IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dates indicated below, the latest of which shall be deemed to be the effective date of this Agreement.

- - C O U N T Y O F E L D O R A D O - - By: _____________________________ Dated: ____________________

Board of Supervisors

”County” Attest: Kim Dawson Clerk of the Board of Supervisors

By: _____________________________ Dated: ____________________

Deputy Clerk

- - C O N T R A C T O R’ S N A M E - - By: _____________________________ Dated: ____________________

Name Title “Contractor”

By: _____________________________ Dated: ____________________

Name Corporate Secretary

County of El Dorado Page 18 of 21 RFQ #21-745-015

Attachment B

Asphalt patching:Material: Asphalt Binder Type: __________ Chip Size: __________ Tack Coat: __________

Methods: Blanket Patch Edge Repair Remove / Replace: Max Thickness: __________ Max Thickness: ______ Max Depth Excavated: __________

Added Base: No Yes; If yes, compacted to: __________

HMA in: one lift (<4”) or two lifts (4”>) Chip seal following patching: No Yes; Add fog seal

Total Square Feet of Blanket Patch: _______________Total Square Feet of Edge Repair: _______________

Total Square Feet of Remove / Replace: _______________

Crack Sealing: Material: Hot Applied _______________ Rubberized No Yes Cold Applied _______________

Method: Cleaned: _____________________ Minimum width filled: _________________

Total Linear Feet of Crack Sealing: __________________

Surface Treatment: (Include totals for each different surface treatment type to be applied) Seal Coat Slurry Seal Chip Seal Application: Single / Double

Materials / Methods: First / Single Course: Second Course: (if applicable)Emulsion Type: __________ Spread Rate: ________ Emulsion Type: _________Spread Rate: ________

Screening Type / Size: ________ Spread Rate: ________ Screening Size: _________Spread Rate: ________

Other materials (e.g. paving fabric; specify type): _____________________________________________

Post Sweeping: No Yes; If yes, _______ # of days following final course

Total Square Feet of Surface Treatment: _______________

Culvert Clearing: Vactor Truck Excavator Other Equipment ______________________________

Hand Tools Number of Inlets __________ Number of Outlets __________

Contractor's NameExhibit A

County Service Area Zone of BenefitOn-Call Maintenance Services Worksheet

This worksheet shall accompany Contractor’s proposal for each maintenance project.

Materials and Methods: All materials and methods shall be in conformance with the 2018 Caltrans Specifications, including any amendments thereto. Spoils shall be disposed of offsite and at no additional cost to County, unless otherwise specifically requested.

County of El Dorado Page 19 of 21 RFQ #21-745-015

Attachment B

Contractor’s Name Exhibit B

Zone of Benefit Location Descriptions � Mt. Aukum/Pleasant Valley: River Pines Estates (D’Agostini Drive, Bertone Drive) Oakleaf Circle (Oakleaf Circle) � Pollock Pines: Lynx Trail (Lynx Trail, Manx Trail, Slalom Lane, Gemini Lane) Dolly Varden (Dolly Varden Lane) Gilmore Vista (Gilmore Vista Road, New House, Adney Way) King of the Mountain (King of the Mountain Road)* Randolph Canyon (Randolph Canyon Road) � Placerville: Texas Hill Estates (Texas Hill Road, Gingham Court, Fairover Drive) Sundance Trail (Sundance Trail, White Oak Ridge Road)

Green Valley Oaks (Mulberry Lane, Oak Ridge Road, Blend O’ Green Way, Meesha Lane)

Shadow Lane (Shadow Lane, Anthis Drive, Anthis Court) Blanchard Estates (Clarion Court) � Shingle Springs/El Dorado Hills South of US Hwy 50 Creekside Drive (Creekside Drive to apartments)

Holly Drive (Holly Drive) Fernwood Cothrin Ranch (Fernwood Drive, Cothrin Ranch Road) Ryan Ranch (Ryan Ranch Road, Beaver Pond Road)

� Shingle Springs/Cameron Park/Rescue North of US Hwy 50 Many Oaks Lane (Many Oaks Lane, Whispering Pines Lane, Lily Lane, Soap Plant Lane)

Maverick (Maverick Road, Equus Way) Carlson Drive (Carlson Drive) Rolling Ranch (Rolling Ranch Road) Rancho Ponderosa (Alpine View Drive, portion of Ponderosa Road north of Shorthorn Road, north of Green

Valley Road) Pineokio Road (Pineoakyo Road)

Walnut Drive (Walnut Drive, Valley View Road, Bainbridge Avenue) West Green Springs (West Green Springs Road, Valle Verde Road)

� Lotus/Luneman Arrowbee Estates (Arrowbee Drive, Large Oak Drive, Glory View Drive) Hidden Lake Estates (Hidden Lake Drive, Winding Way, Lower Lake Drive, Old Rock Bridge Road, Burnt

Shanty Creek Road) East El Largo (El Largo Drive, Coffer Lane, Shallow Creek Lane) � Pilot Hill/Cool Pilot View (Pilot View Drive) Nance (Nance Drive) Meadowview Acres (Meadowview Acres Road, Cross Creek Road, Bird Haven Loop) Tegra (Tegra Road, Bud’s Alley)

County of El Dorado Page 20 of 21 RFQ #21-745-015

Attachment B

Contractor’s Name Exhibit C

Fee Schedule

Rates for covered period (s) Price Per Unit*

*Unit equals one acre as an area eight feet (8’) wide by one (1) mile long.

County of El Dorado Page 21 of 21 RFQ #21-745-015

Attachment B

Contractor’s Name

Exhibit D Subcontractors Listing

The Respondent shall list the business name, address, and Contractor’s License Number of each subcontractor to whom the Respondent proposes to subcontract portions of the Work in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Public Contract Code Sections 4100-4114). The respondent shall also list the portion of the Work to be performed by each subcontractor by including a description of the Work to be performed by each subcontractor and the amount of each item subcontracted expressed as percentage of the Respondent’s total bid amount. This listing shall be attached to and be a part of the Respondent’s bid, quote or proposal.

Name of Subcontractor Business Address Contractor’s License No.

Item of Work Description and Percentage of Work

Subcontracted