Loading...
HomeMy WebLinkAboutAgreement A-16-427 with TOUCHPAY Payment Systems LP.pdf Agreeement No. 16-427 1 AGREEMENT 2 3 THIS AGREEMENT is made and entered into this1?tn day of July , 2016, by and between the 4 COUNTY OF FRESNO, a Political Subdivision of the State of California, hereinafter referred to as 5 "COUNTY", and TOUCHPAY Payment Systems, LP, a Texas limited partnership authorized to 6 conduct business in the state of California, whose address is 7801 Mesquite Bend Drive, Suite 7 101 Irving, Texas hereinafter referred to as "CONTRACTOR". 8 WHEREAS, COUNTY desires to provide an inmate money handling kiosk service for the 9 Fresno County Jail Facilities. The County desires a turnkey system and sought bids for the 10 provision of such services by issuing Request For Proposal ("RFP") 680-5426; and 11 WHEREAS, CONTRACTOR submitted a response to RFP 680-5426 and was the most 12 responsible respondent for the terms and conditions of RFP 680-5426. 13 NOW, THEREFORE, in consideration of the mutual promises, covenants and conditions 14 hereinafter set forth, the sufficiency of which is hereby acknowledged, the parties hereto agree as 15 follows: 16 1 . OBLIGATIONS OF THE CONTRACTOR 17 CONTRACTOR shall provide the below listed equipment and services pursuant to the 18 terms of RFP 680-5426 and CONTRACTOR's Response to RFP 680-5426, both of 19 which are incorporated herein by this reference: 20 A. Installation and Maintenance of Inmate Money Handling Kiosk Equipment 21 The CONTRACTOR will install and maintain a turn-key Inmate Money Handling 22 Kiosk system that automates initial deposits made at intake/booking, deposits made 23 by family and friends by several different methods, and withdrawals from inmate 24 accounts upon inmate release from custody, self-bail, and withdrawals requested by 25 inmate(s) family and friends and approved by the inmate. Contractor shall provide 26 several options for placing money on an inmate's account. Minimum options 27 include, but are not limited to, making: deposits in-person at lobby kiosk; deposits 28 via internet utilizing a web-based portal; and deposits over the telephone using an -1- 1 Interactive Voice Recognition (IVR). Contractor shall make daily deposits for the 2 total amount of money withdrawn from kiosks, via a web-based portal or IVR into the 3 COUNTY's Treasurer's account as determined by COUNTY's Auditor- 4 Controller/Treasurer-Tax Collector through Automated Clearing house (ACH) 5 transaction. The ACH transactions shall be identified by using the description 6 'Touchpay deposit for Sheriff Office'. 7 8 The system will operate via interface in real time with the County's Jail Inmate 9 Management Data System in order to update inmate money balances as various 10 deposit, withdrawal, and purchase transactions are made, and have a variety of 11 reporting capabilities. This system will also operate at no cost to the County and 12 minimal "industry standard" costs to the public, inmates'family and friends. 13 14 i. The CONTRACTOR will be required to install and maintain 7 Kiosks in the 15 following locations at no cost to the COUNTY. 16 Main Jail Pre-Booking Area (2) 1225 "M" Street, Fresno CA 93721 17 Main Jail Lobby (2) 1225 "M" Street, Fresno CA 93721 18 Main Jail ATM Lobby (1) 1225 "M" Street, Fresno CA 93721 19 South Jail Lobby (1) 2280 Fresno St., Fresno CA 93721 20 South Jail Attorney Lobby (1) 2280 Fresno St., Fresno CA 93721 21 North Jail Lobby (1) 1265 "M" Street, Fresno CA 93721 22 23 Additional locations may be required once the West Annex Jail opens, located 24 on the same County footprint/square as the Main and North Jail (the current 25 parking lot, or at other future needed locations). 26 27 The Main Jail pre-booking kiosks (two of them) shall be able to accept money 28 and change for the purpose of putting the funds on their books. They will not -2- 1 dispense money. Procedures are to be established to accept Release Cards 2 issued by Fresno County or other agencies that use the same vendor. 3 4 CONTRACTOR shall re-locate kiosks, as necessary to relieve congestion in the 5 jail lobby and booking areas, when requested by the COUNTY Contract 6 Administrator. This will be done at no cost to the County. The system must 7 meet American Disability Act (ADA) requirements. 8 9 ii. The CONTRACTOR shall be responsible for the installation and all ongoing 10 maintenance of all inmate kiosk system hardware and software at no cost to the 11 COUNTY. All repairs and issues arising after hours and on weekends shall be 12 reported through the CONTRACTOR'S after hour repair service. 13 iii. CONTRACTOR shall provide 24 hour service and repair upon request to 14 address critical malfunctions. A "critical Malfunction" is defined as any 15 malfunction (hardware or software) which does not allow for the acceptance of 16 funds at Booking or release of full funds at any kiosk. CONTRACTOR shall 17 respond to critical malfunctions as follows: 18 a. Provide a 24 hour number for reporting malfunctions. 19 b. During normal business hours (M-F, 8 am-5 pm), respond within 45 minutes 20 on site. 21 c. Outside of normal business hours, respond within 15 minutes by phone from 22 the time the 24 hour number is notified of the malfunction and within 1 hour 23 on site. 24 iv. CONTRACTOR shall provide a preventative maintenance plan to ensure that 25 all kiosks are fully operational at all times. CONTRACTOR'S technicians shall 26 respond to all requests for "non-critical malfunction" service regarding kiosks, 27 including all hardware and software, and promptly make appropriate repairs at 28 no cost to COUNTY, within five (5) days. A "non-critical" malfunction is defined -3- 1 as a malfunction of equipment which in and of itself does not render 2 inoperative a kiosk from performing it essential functions (i.e. dispensing, 3 receiving funds, or properly recording funds). 4 v. At its own expense, CONTRACTOR agrees to provide any additional 5 equipment, including, without limitation, cabling, wiring, and conduit as required 6 for the installation of additional kiosks as needed in all occupied detention 7 facilities, and include any future facilities. COUNTY will provide internal power 8 and data support stub-out within reasonable reach of equipment- 9 CONTRACTOR shall be responsible for connecting their equipment as 10 necessary to ensure its equipment operates pursuant to the terms of this 11 Agreement. 12 vi. Because CONTRACTOR'S technicians and subcontractors may be entering 13 secured areas of the facilities and the Sheriff's Office maintains a NO 14 HOSTAGE POLICY, technicians and subcontractors must complete and 15 satisfy the security background clearance requirements as determined by the 16 COUNTY in advance of beginning any work. 17 vii. CONTRACTOR shall designate one or more authorized representatives who 18 shall be the COUNTY'S point of contact. This person (s) shall have full 19 authority to bind CONTRACTOR with respect to all issues. 20 viii. CONTRACTOR shall bear all risk of loss of damage to the hardware. 21 ix. CONTRACTOR shall guarantee at all times that sufficient funding is available 22 for immediate release to inmates being released from custody and for other 23 types of money releases (bail, to friends and family, etc.), on a 24/7/365 day 24 basis. 25 B. Kiosk Specifications 26 Kiosks supplied by CONTRACTOR shall: 27 i. Be of rugged design, able to withstand harsh and destructive environments, 28 and must have a means of providing an emergency power back-up source with -4- 1 capacity of running up to 4 hours. 2 ii. Accept cash in $100, $50.00, $20.00, $10.00, $5.00 and $1.00 dollar and all 3 other applicable denominations for the purpose of depositing funds into an 4 inmates account and for the purpose of bail. Intake kiosk shall also accept 5 coins. 6 a) A countertop terminal will be provided in intake for those inmates who 7 return to custody with a Release Card issued by Fresno County or other 8 agencies that use the same vendor. 9 iii. CONTRACTOR will assume all liability for any counterfeit money accepted. 10 iv. Kiosks should accept all major credit cards and debit cards (Visa, MasterCard, 11 American Express, Discover, and any recognized bank credit and debit cards). 12 v. There shall be no cost to the inmate when money is returned to them upon 13 their release from custody, or when an inmate elects to release funds to a 14 person not in custody for the first transaction. Any additional release of funds 15 to persons not in custody may incur a service fee. 16 vi. Have a search system or capability that is able to find the in-custody status of 17 inmates by the identifying inmate Jail Identification number with automated, 18 self-service options. System will perform updates to inmate account balances 19 as transactions are processed, and shall have a documented automated back- 20 out process in the event an error is made on a transaction. The system will 21 not accept a deposit if an inmate is out of custody. 22 vii. System must be available in English and Spanish at a minimum. Other 23 languages will be provided upon request by the COUNTY Contract 24 Administrator. System must also meet all ADA requirements. 25 viii. CONTRACTOR must provide an integrated, real-time payment system for 26 every transaction. 27 ix. CONTRACTOR will provide a real time remote web-based reporting system 28 that will provide access only to its transactions for reporting purposes and will -5- 1 provide access at the agency level, facility level, and inmate-transaction level 2 to authorized personnel. For security, the user management and authorization 3 will be administered by the COUNTY and will allow unlimited simultaneous 4 users. 5 x. CONTRACTOR will guarantee accuracy of all deposits into the system and all 6 payments out of the system. CONTRACTOR will be responsible for any fraud 7 or counterfeit currency that is accepted into the system. All fraudulent 8 transactions that are attempted will be reported to COUNTY at a pre- 9 determined time period that COUNTY Contract Administrator chooses. 10 xi. Both Lobby and Intake Kiosks will take a photo (JPEG) of each depositor and 11 attach to each standard transaction record that can be printed or emailed from 12 the web-reporting system. 13 xii. Intake Kiosks will be programmed to dispense a minimum of two (2) traceable 14 receipts for all transactions. Each receipt, at a minimum, will include the date, 15 time, inmate's name, Jail Identification number, and money amount. 16 Depositors will not have the ability to see account balance. 17 18 C. Inmate Release/Funds 19 i. Funds returned to an individual upon release in the form of a debit card shall be 20 immediately available and the individual shall be able to convert the card to cash 21 at no cost or fees. With every release card issued, the first point of sale 22 transaction is free to the cardholder, enabling them to obtain access to their 23 funds at no cost or fees. CONTRACTOR will provide at no cost to the COUNTY 24 an ATM Machine in the Main Jail Lobby that provides this service. 25 CONTRACTOR's Kiosk Topper screens will be programmed to display the 26 nearest location(s) to use the release card at no cost and any information as 27 requested by the COUNTY. 28 ii. Services fees can only be assessed if the inmate being released from the facility -6- i 1 takes the debit card instead of cashing out the debit card in the lobby at the 2 ATM/kiosk. 3 a. If an inmate is being released with funds over $300, they may fill out a form to 4 have a check mailed to them for the entire amount or 5 b. They may elect to take the $300 from the ATM/Kiosk and incur a service fee 6 only after 7 days following the initial withdrawal. 7 iii. Upon inmate's release, the debit card will not incur account maintenance fees 8 (no vendor fees) until 7 days after activation. 9 10 D. Additional System Specifications 11 i. CONTRACTOR shall provide several options for placing money on an inmate's 12 account. Minimum options include the lobby kiosks, deposit via the internet 13 utilizing a web-based portal, or over the telephone using an Interactive Voice 14 Recognition (IVR). 15 ii. There will be no costs associated with the initial cash funds that are deposited to 16 the inmate's trust account at the time of booking. 17 iii. CONTRACTOR will be responsible for all interface cost with Motorola. The cost 18 per interface is $15,500. Interface fees may be assessed with additional 19 platforms, such as phone systems, commissary system, etc. as the COUNTY 20 moves towards an integrated electronic system (PC web based and/or Android 21 based systems). 22 iv. CONTRACTOR will bear all risk of damage to kiosks, and any loss associated 23 with counterfeit monies. 24 v. The COUNTY makes no representation regarding the number of inmates who will 25 be housed in its Jail Facilities during the duration of this Agreement, nor does 26 COUNTY make any representation regarding the number of transactions that will 27 occur on the kiosks during the term of this Agreement. CONTRACTOR 28 understands and agrees that the number of inmates housed in the COUNTY's -7- 1 Jail Facilities may increase or decrease during the duration of this Agreement. 2 CONTRACTOR understands and agrees that increases or decreases in the 3 number of inmates housed in the Jail Facilities during the duration of this 4 Agreement, does not relieve the CONTRACTOR of any of its obligations under 5 this Agreement. 6 vi. CONTRACTOR shall provide any needed training at no charge to the COUNTY, 7 and information flyers or posters to the public, to outside agencies for initial 8 training upon installation and start-up, and additional instruction on an as need 9 basis thereafter. 10 vii. CONTRACTOR shall provide, in writing, to the COUNTY Contract Administrator, 11 customer service escalation and resolution procedures. Customers utilizing 12 telephonic deposit methods should be advised of the expected length of wait 13 time, which should be no more than 5 minutes. Upon request, CONTRACTOR 14 will be able to supply a report documenting service wait times_ Customers 15 utilizing Internet deposit services shall be provided printable, electronic 16 verification receipts. 17 viii. CONTRACTOR shall be responsible for all cash collection and bank transactions 18 associated with the kiosks. 19 ix. CONTRACTOR may propose additional methods or ideas not covered in this 20 contract (e.g. new technology, additional deposit methods etc.) These ideas will 21 be considered based on their feasibility, cost, and the impact it would have on 22 facility operations. 23 x. CONTRACTOR shall provide a method of creating reports by inmate or multiple 24 inmates for the purpose of investigation(s) by the COUNTY and full audit 25 capabilities. 26 A. CONTRACTOR shall maintain complete and accurate records with respect to 27 the services rendered and the cost incurred. All records shall be prepared in 28 accordance with generally accepted accounting procedures, shall be clearly -8- 1 identified and shall be kept readily accessible. 2 xii. Upon request, CONTRACTOR shall make such records available to COUNTY 3 and maintain these records for a period of seven (7) years from contract 4 termination. The CONTRACTOR may provide an alternate solution whereby 5 they provide an electronic copy of the records to be given to the County upon the 6 expiration/termination of the contract. 7 xiii. CONTRACTOR shall refer all California Public Records Act requests to the 8 Sheriff's Office, and provide support to COUNTY to comply with California 9 Government Code Sections 26640, 26642, 22644, and 22646. 10 xiv. CONTRACTOR shall clearly publish all user fees associated with revenue 11 generation, including kiosk and remote load fees. 12 xv. CONTRACTOR shall comply with all applicable federal, state and local laws, 13 rules, regulations and ordinances. 14 15 E. TRANSACTION COSTS 16 i. Booking/Intake Kiosk— NO COST 17 ii. Release of Funds to Inmate — NO COST 18 iii. Release of Funds to Third Party— NO COST 19 iv. Inmate Commissary Purchases— NO COST 20 v. Trust/Commissary— For cash, credit/debit card, MoneyPak, and ACH 21 (Automated Clearing House) transactions onto an inmate's account for Trust 22 Commissary Deposits, CONTRACTOR will charge the Depositor a base fee as 23 follows; 24 Booking/intake: 25 -- Booking/Intake Deposits Transaction Fee 26 27 Any Amount No Cost 28 - - -9- 1 1 Release of funds to a third party: 2 — - Release of Funds to a Third Party Transaction Fee 3 4 1s1 Transaction No Cost 5 After 1st Transaction No Cost 6 _ Inmate release from custody: 7 8 Inmate Release/Transfer Transaction Fee 10 Any Amount No Cost 11 Trust/Commissary Deposits: 12 Cash Deposits: 13 l 14 Deposit Amount Lobby Kiosk Telephone (IVR) Online/Internet 15 $0.00 -$20.00 $2.95 N/A N/A 16 17 $20.01 -$100.00 $3.95 N/A NIA 18 $100.01 - $300.00 $4.95 NIA N/A 19 - 20 Additional/Optional Fees* 21 None 22 - 23 24 *List all additional fees and/or charges. This includes any percentage based fees. 25 26 Credit/Debit Deposits: 27 Deposit Amount Lobby Kiosk Telephone (IVR) Online/Internet 28 _ -10- 1 $0.00 - $20.00 $295 + 3.5% $295 + 3.5% $2.95 + 3.5% 2 3 $20.01 - $100.00 $3.95 + 3.5% $3.95 + 3.5% $3.95 + 3.5% 4 $100.01 - $300.00 $4.95 + 3.5% $4.95 + 3.5% $4.95 + 3.5% 5 Additional/Optional Fees* � 6 7 None 8 9 10 *List all additional fees and/or charges. This includes any percentage based fees. 11 12 Other Deposits (Legacy Phone): 13 Deposit Amount Lobby Kiosk Telephone (IVR) Online/Internet 14 - 15 $0.00 - $20.00 $3.00 $3.00 + 3.5% $3.00 + 3.5% 16 $20.01 - $100.00 $5.00 $5.00 + 3.5% $5.00 + 3.5% 17 $100.01 - $300.00 $6.00 $6.00 + 3.5% $6.00 + 3.5% 18 19 Additional/Optional Fees* 20 - None 21 22 23 *List all additional fees and/or charges. This includes any percentage based fees. 24 25 Bail Deposits: 26 Cash Deposits. 27 i Deposit Amount Lobby Kiosk Telephone (IVR) Online/Internet 28 -11- I $0.00 - $20.00 $5.00 N/A N/A 2 3 $20.01 - $100.00 $5.00 per$100 N/A N/A 4 $100.01 -$300.00 $5.00 per$100.00 N/A N/A 5 Additional/Optional Fees* 6 7 None 8 -- 9 10 *List all additional fees and/or charges. This includes any percentage based fees. 11 Credit/Debit Deposits: Bail 12 Deposit Amount Lobby Kiosk Telephone (IVR) Online/Internet 13 14 $0.00 - $20.00 $5.00 + 6.5% $5.00 + 6.5% $5.00 + 6.5% 15 $20.01 - $100.00 $5.00 + 6.5% $5.00 + 6.5% $5.00 + 6.5% 16 $100.01 - $300.00 $5.00 + 6.5% $5.00 + 6.5% $5.00 + 6.5% 17 18 Additional/Optional Fees* 19 None 20 ----- - 21 22 *List all additional fees and/or charges_ This includes any percentage based fees. 23 24 F. REMOVAL OF EQUIPMENT 25 Upon the expiration or termination of this Agreement, CONTRACTOR, at no cost to 26 County, shall remove any and all equipment installed by CONTRACTOR during the term of 27 this Agreement. In the event that the removal of said equipment causes damage to 28 COUNTY property, CONTRACTOR shall promptly repair such damage. -12- 1 G. ADDITIONAL SERVICES. 2 If CONTRACTOR provides additional services under this Agreement, including, but not 3 limited to, Canned Messaging, Voice Alert, or Topper Advertising, such additional services 4 would need to be authorized by the parties pursuant to SECTION 7, "MODIFICATION," of 5 this Agreement. 6 2. OBLIGATIONS OF THE COUNTY 7 A. COUNTY grants CONTRACTOR authorization to install and maintain a turn-key Inmate 8 Money Handling Kiosk system for automated initial deposits made at intake/booking, 9 deposits made by family and friends by several different methods, and withdrawals from 10 inmate accounts upon inmate release from custody, self-bail and withdrawals requested 11 by inmate family and friends. 12 B. COUNTY will provide at no cost to the CONTRACTOR power and internet access to all 13 Kiosks installed in the facilities. 14 C_ COUNTY shall afford CONTRACTOR, its officers agents or contractors, reasonable 15 access to the Inmate Money Handling Kiosks to perform routine inspections and make 16 necessary repairs. 17 D. COUNTY agrees that all products, software and hardware located at the COUNTY'S 18 detention facilities by CONTRACTOR pursuant to this Agreement shall at all times 19 remain the property of CONTRACTOR. 20 E. COUNTY shall prefund an account designated by CONTRACTOR with Thirty-five 21 Thousand and no/100Dollars ($35,000.00). Such money shall come from COUNTY'S 22 Inmate Trust Fund. This account shall be used by CONTRACTOR solely for issuing 23 debit cards to released inmates. CONTRACTOR shall maintain this account as a 24 reserve and, on every Monday, provide COUNTY with a weekly summary of the 25 account that shall include, but not be limited to, the account balance, the number of 26 withdrawals and total dollar amount of said withdrawals; and detail for each withdrawal. 27 Based on the weekly summary report, COUNTY will replenish the prefund account with 28 the total dollar amount of withdrawals from the previous week made by -13- 1 CONTRACTOR. COUNTY shall have the right to inspect and review the account at 2 any time for any reason. Within 30 days of termination of this Agreement, 3 CONTRACTOR shall refund the remaining balance of the account to COUNTY. 4 CONTRACTOR shall be liable for any portion of the Thirty-five Thousand and No/100's 5 Dollars (35,000.00) prefund deposit not refunded to COUNTY and shall be responsible 6 for refunding such money to COUNTY within 30 days. 7 F. COUNTY will appoint a Contract Administrator. The Contract Administrator will be the 8 Jail Programs & Services Bureau Captain. 9 3. TERM 10 The term of this Agreement shall be for a period of three (3) years, commencing on May 1, 11 2016 through and including April 30, 2019. This Agreement may be extended for two (2) 12 additional consecutive twelve (12) month periods upon written approval of both parties no 13 later than thirty (30) days prior to the first day of the next twelve (12) month extension 14 period. The Sheriff-Coroner or his or her designee is authorized to execute such written 15 approval on behalf of COUNTY based on CONTRACTOR'S satisfactory performance. 16 4. TERMINATION 17 A. Non-Allocation of Funds —The terms of this agreement, and the services to be provided 18 thereunder, are contingent on the approval of funds by the appropriating government 19 agency. Should sufficient funds not be allocated, the services provided may be 20 mollified, or this Agreement terminated, at any time by giving the CONTRACTOR thirty 21 (30) days advance written notice. 22 B. Breach of Contract—The COUNTY may immediately suspend or terminate this 23 agreement in whole or in part, where in the determination of the COUNTY there is: 24 1. An illegal or improper use of funds; 25 2. A failure to comply with any term of this Agreement 26 3. A substantially incorrect or incomplete report submitted to the COUNTY; 27 4. Improperly performed service. 28 C. Without Cause — Under circumstances other than those set forth above, this Agreement -14- 1 may be terminated by COUNTY upon the giving of thirty (30) days advance written 2 notice of an intention to terminate to CONTRACTOR. 3 5. COMPENSATION/INVOICING: There will be no compensation paid to the 4 CONTRACTOR by the COUNTY. There will be no revenue share to COUNTY on charges 5 collected by CONTRACTOR on deposits or on Topper screen displays. It is understood 6 that all expenses incidental to CONTRACTOR'S performance of services under this 7 Agreement shall be borne by CONTRACTOR. 8 6. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations 9 assumed by CONTRACTOR under this Agreement, it is mutually understood and agreed 10 that CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents, 11 subcontractors, and employees will at all times be acting and performing as an 12 independent contractor, and shall act in an independent capacity and not as an officer, 13 agent, servant, employee, joint venturer, partner, or associate of the COUNTY. 14 Furthermore, COUNTY shall have no right to control or supervise or direct the manner or 15 method by which CONTRACTOR shall perform its work and function. However, COUNTY 16 shall retain the right to administer this Agreement so as to verify that CONTRACTOR is 17 performing its obligations in accordance with the terms and conditions thereof. 18 19 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the 20 rules and regulations, if any, of governmental authorities having jurisdiction over matters 21 the subject thereof. 22 23 Because of its status as an independent contractor, CONTRACTOR shall have absolutely 24 no right to employment rights and benefits available to COUNTY employees. 25 CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its 26 employees all legally-required employee benefits. In addition, CONTRACTOR shall be 27 solely responsible and save COUNTY harmless from all matters relating to payment of 28 CONTRACTOR'S employees, including compliance with Social Security withholding and all -15- 1 other regulations governing such matters. It is acknowledged that during the term of this 2 Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY 3 or to this Agreement. 4 7. MODIFICATION: Any matters of this Agreement may be modified from time to time by the 5 written consent of all the parties without, in any way, affecting the remainder. 6 8. NON-ASSIGNMENT: Neither party shell assign, transfer or sub-contract this Agreement 7 nor their rights or duties under this Agreement without the prior written consent of the other 8 party. 9 9. SUBCONTRACTORS: Notwithstanding the provisions of SECTION 8, "NON- 10 ASSIGNMENT," of this Agreement, the parties agree that CONTRACTOR may sub- 11 contract with Stored Value Cards, Incorporated d/b/a Numi Financial, a California 12 Corporation whose place of business is 1901 Camino Vida Roble, Suite#100 Carlsbad, CA 13 92008 to provide Prestige Prepaid MasterCard Program services CONTRACTOR is to 14 provide to this Agreement. Specifically, Numi Financial shall issue the debit cards released 15 to inmates discussed under Section 1 "OBLIGATIONS OF THE CONTRACTOR," 16 Paragraph C-I, of this Agreement. COUNTY shall not be responsible for making payments 17 to Numi Financial for costs. Incurred in performance of said services. CONTRACTOR 18 shall be responsible for ensuring Numi Financial maintains in full force and effect, at all 19 times it provides services, the insurance policies or a program of self-insurance as set forth 20 in Section 11, "1NSURANCE," of this Agreement. CONTRACTOR shall be responsible for 21 ensuring performance of said services by Numi Financial conforms to the terms of this 22 Agreement. 23 10. HOLD HARMLESS: CONTRACTOR agrees to indemnify, save, hold harmless, and at 24 COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any 25 and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting 26 to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, 27 its officers, agents, subcontractors, or employees under this Agreement, and from any and 28 all costs and expenses, including Attorney's fees and Court costs, damages, liabilities, -1 6- 1 claims, and losses occurring or resulting to any person, firm, or corporation who may be 2 injured or damaged by the performance, or failure to perform, of CONTRACTOR, its 3 officers, agents, subcontractors, or employees under this Agreement. 4 11. INSURANCE 5 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any 6 third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the 7 following insurance policies or a program of self-insurance throughout the term of the 8 Agreement: 9 A. Commercial General Liability 10 Commercial General Liability Insurance with limits of not less than One Million Dollars 11 ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars 12 ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may 13 require specific coverages including completed operations, products liability, contractual 14 liability, Explosion-Collapse-Underground, fire legal liability or any other liability 15 insurance deemed necessary because of the nature of this contract. 16 B. Automobile Liabilit 17 Comprehensive Automobile Liability Insurance with limits for bodily injury of not less 18 than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred 19 Thousand Dollars ($500,000.00) per accident and for property damages of not less than 20 Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of 21 Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and 22 non-owned vehicles used in connection with this Agreement. 23 C. Professional Liability 24 If CONTRACTOR employs licensed professional staff, (e.g_, Ph.D_, R.N., L.C.S.W., 25 M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less 26 than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars 27 ($3,000,000.00) annual aggregate. 28 -17- 1 D. Worker's Compensation 2 A policy of Worker's Compensation insurance as may be required by the California 3 Labor Code. 4 5 E. Fidelity Bond/Crime Bond/Crime Insurance 6 CONTRACTOR shall maintain during the term of this agreement a Fidelity Bond or Crime 7 Bond /Insurance naming COUNTY as obigee or additional insured. The Bond is to be not 8 less than ONE HUNDRED THOUSAND DOLLARS ($100,000.00). The issuing Surety 9 shall be licensed to conduct business in the State of California and be acceptable to either 10 the director of Public Works & Planning or his designee or the County's Risk manager. 11 12 CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance 13 naming the County of Fresno, its officers, agents, and employees, individually and 14 collectively, as additional insured, but only insofar as the operations under this Agreement 15 are concerned. Such coverage for additional insured shall apply as primary insurance and 16 any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and 17 employees shall be excess only and not contributing with insurance provided under 18 CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without 19 a minimum of thirty (30) days advance written notice given to COUNTY. 20 21 Within Thirty (30) days from the date CONTRACTOR signs and executes this Agreement, 22 CONTRACTOR shall provide certificates of insurance and endorsement as stated above 23 for all of the foregoing policies, as required herein, to the County of Fresno, Jail Programs 24 & Services Bureau Captain, 2200 Fresno Street, Fresno, California 93721, stating that 25 such insurance coverage have been obtained and are in full force; that the County of 26 Fresno, its officers, agents and employees will not be responsible for any premiums on the 27 policies; that such Commercial General Liability insurance names the County of Fresno, its 28 officers, agents and employees, individually and collectively, as additional insured, but only -18- 1 insofar as the operations under this Agreement are concerned; that such coverage for 2 additional insured shall apply as primary insurance and any other insurance, or 3 self-insurance, maintained by COUNTY, its officers, agents and employees, shall be 4 excess only and not contributing with insurance provided under CONTRACTOR's policies 5 herein; and that this insurance shall not be cancelled or changed without a minimum of 6 thirty (30) days advance, written notice given to COUNTY. 7 8 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein 9 provided, the COUNTY may, in addition to other remedies it may have, suspend or 10 terminate this Agreement upon the occurrence of such event. 11 All policies shall be issued by admitted insurers licensed to do business in the State of 12 California, and such insurance shall be purchased from companies possessing a current 13 A.M. Best, Inc. rating of A FSC VII or better. 14 12. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during business 15 hours, and as often as the COUNTY may deem necessary, make available to the 16 COUNTY for examination all of its records and data with respect to the matters covered by 17 this Agreement. The CONTRACTOR shall, upon request by the COUNTY, permit the 18 COUNTY to audit and inspect all of such records and data necessary to ensure 19 1. CONTRACTOR'S compliance with the terms of this Agreement. 20 13. NOTICES: The persons and their addresses having authority to give and receive notices 21 under this Agreement include the following: 22 COUNTY CONTRACTOR COUNTY OF FRESNO SHERIFF TouchPav Holdings, LP 23 2200 Fresno Street 7801 Mesquite Bend Dr. Suite 101 24 Fresno, CA 93721 Irving, TX Attention; Business Manager Attention: Dan Burgess Partner/Manager 25 Any and all notices between the COUNTY and the CONTRACTOR provided for or 26 permitted under this Agreement or by law shall be in writing and shall be deemed duly 27 served when personally delivered to one of the parties, or in lieu of such personal services, 28 -19- i 1 when deposited in the United States Mail, postage prepaid, addressed to such party. 2 14. GOVERNING LAW: Venue for any action arising out of or related to this Agreement shall 3 only be in Fresno County, California. 4 The rights and obligations of the parties and all interpretation and performance of this 5 Agreement shall be governed in all respects by the laws of the State of California. 6 15. DISCLOSURE OF SELF-DEALING TRANSACTIONS 7 This provision is only applicable if the CONTRACTOR is operating as a corporation (a 8 for-profit or non-profit corporation) or if during the term of the agreement, the 9 CONTRACTOR changes its status to operate as a corporation. 10 11 Members of the CONTRACTOR's Board of Directors shall disclose any self-dealing 12 transactions that they are a party to while CONTRACTOR is providing goods or 13 performing services under this agreement. A self-dealing transaction shall mean a 14 transaction to which the CONTRACTOR is a party and in which one or more of its 15 directors has a material financial interest. Members of the Board of Directors shall 16 disclose any self-dealing transactions that they are a party to by completing and signing 17 a Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit A and 18 incorporated herein by reference, and submitting it to the COUNTY prior to commencing 19 with the self-dealing transaction or immediately thereafter. 20 21 16. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between the 22 CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all 23 previous Agreement negotiations, proposals, commitments, writings, advertisements, 24 publications, and understanding of any nature whatsoever unless expressly included in this 25 Agreement. In the event of any inconsistency in interpreting the documents which 26 constitute this Agreement, the inconsistency shall be resolved by giving precedence in the 27 following order of priority: (1) the text of this Agreement (excluding the County's RFP No. 28 680-5426; and the CONTRACTOR'S Proposal in response thereto), (2) the -20- 1 CONTRACTOR'S proposal made in response to COUNTY'S RFP NO. 680-5426; and(3) 2 the COUNT CS RFP No. 680-5426. 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 -21- I IN WITNESS WHEREOF, the parties hereto have executed 2 this Agreement as of the day and year first hereinabove written. 3 UCHPAY DINGS, LP COUNTY OF FRESNO a 4 � Dan BurgkssErnest Buddy Mende , Chairman, Board of 5 Partner/Manager Supervisors ATTEST: PN57Narrle &Title BERNICE E.SEIDEL,Clerk 7 7 9 C9 'ri Z � Board of Supervisors aa 8 �—-Q L)1 !� j 1C / �� 3 By �y SaA-, L jDeputy' Mailing Addre 9 10 DATE: DATE: k,14 I A, a.O 1 LIP 11 REVIEWED& RECOMMENDED FOR PPROVAL 12 ar im Sheriff-Coroner 13 14 APPROVED AS TO ACCOUNTING FORM 15 1 l Y g.L is , Vicki Crow PA, /Auditor oHerlTreasurer--Tax 16 Collector 17 ;D;i#C OVED AS TO LEGAL FORM 18 19 . a erborg, Counrol 20 21 22 23 FOR ACCOUNTING USE ONLY: ,fUrip;: .2250 24 gUBCLASS: 33410 25 26 27 28 -21-