Loading...
HomeMy WebLinkAboutAgreement A-16-623 with Fakouri Electrical Engineering Inc..pdf Agreement No. 16-623 1 AGREEMENT 2 THIS AGREEMENT is made and entered into this 18th day of October , 2016 3 (the "Effective Date"), by and between the COUNTY OF FRESNO, a political subdivision of the 4 State of California, hereinafter referred to as "COUNTY", and Fakouri Electrical Engineering, 5 Inc., a California Corporation, whose corporate address is at 30001 Comercio, Rancho Santa 6 Margarita, CA 92688, hereinafter referred to as "CONTRACTOR". 7 8 RECITALS 9 WHEREAS, COUNTY has a need for maintenance and repair services for the County of 10 Fresno's Uninterruptible Power Supply Systems (UPS) from CONTRACTOR; as set forth in the 11 COUNTY's Request for Quotation (RFQ) No. 285-5482 and Addendum No. One thereto 12 (collectively, the "RFQ"); and 13 WHEREAS, CONTRACTOR is qualified and willing to perform said services as stated in 14 CONTRACTOR's response to the RFQ ("Response"). 15 NOW, THEREFORE, for and in consideration of the promises herein, and for other good and 16 valuable consideration, the parties agree as follows: 17 1. OBLIGATIONS OF THE CONTRACTOR 18 A. CONTRACTOR shall provide all labor, materials, equipment, supplies, taxes, 19 insurance, etc. and possess all required licenses to perform emergency service, annual 20 inspections, maintenance and corrective services for Uninterruptible Power Supply Systems (UPS) 21 as specified by COUNTY under COUNTY's RFQ and CONTRACTOR's Response to RFQ, both of 22 which are attached hereto respectively as Attachments A and B and incorporated herein by this 23 reference. 24 B. CONTRACTOR shall install all material, equipment, devices, etc. in accordance 25 with the recommendations of the manufacturer of each particular item. CONTRACTOR shall 26 submit to COUNTY justification for any deviation from the manufacturer's recommendation and 27 receive written approval prior to completing work. CONTRACTOR is responsible for any 28 malfunction or damage to UPS systems when installation deviates from the manufacturer's - 1 - 1 recommendation. Manufacturer's installation instructions shall be delivered to and maintained on 2 the jobsite through the duration of each job. 3 C. All materials, parts and equipment shall be new and per manufacturer 4 specifications unless otherwise approved in writing by the "County Coordinator" (as defined in 5 Section 2 hereinbelow). 6 D. Work performed by CONTRACTOR shall be performed by skilled technicians and 7 helpers directly employed and supervised by the CONTRACTOR. Only qualified technicians with a 8 minimum of four (4) years journeyman experience or manufacturer's certification shall be permitted 9 to perform service or maintenance work. Helpers must work under the direct supervision of a 10 journeyman technician. 11 E. CONTRACTOR will utilize a "Contractor Report of Service Form," an exemplar of 12 which is attached hereto as Attachment C, to document services rendered for each site visit. The 13 form shall include, at minimum: date of service; time of arrival/departure; printed name and 14 signature of technician providing service; building number; unit identification; type of service 15 (preventative/corrective/extra service),;,action taken,; description of devices serviced, tested, or 16 repaired; parts utilization; status of service/repair; electrical readings; printed name and signature of 17 the County Coordinator authorizing the work; and printed name and signature of the County 18 Coordinator verifying the completion of the work. 19 F. CONTRACTOR acknowledges that the County of Fresno Jail and Juvenile 20 Justice Campus (JJC) are "no-hostage facilities". CONTRACTOR, CONTRACTOR's employees 21 and Sub-Contractors agree to abide by COUNTY's rules for a no-hostage facility as set forth in 22 Attachment D, attached hereto and incorporated herein by this reference, when working in the Jail, 23 JJC, and associated facilities. COUNTY may change these policies and procedures at any time, 24 without any prior notice to the CONTRACTOR. The CONTRACTOR shall plan and execute all 25 work in such a manner so as to prevent a breach of these detention facilities or any other COUNTY 26 secured facility. 27 G. In accordance with Labor Code section 1770, et seq., the Director of the 28 Department of Industrial Relations of the State of California has determined the general prevailing - 2 - 1 wages rates and employer payments for health and welfare pension, vacation, travel time and 2 subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs 3 authorized by Section 3093, and similar purposes applicable to the work to be done. 4 Information pertaining to applicable Prevailing Wage Rates may be found on the website 5 for the State of California — Department of Industrial Relations: 6 http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage 7 rates for apprentices may be found on the website for the State of California — Department of 8 Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp 9 It shall be mandatory upon the CONTRACTOR herein and upon any subcontractor to pay 10 not less than the prevailing wage rates, including overtime and holiday rates, to all workers, 11 laborers, or mechanics employed on this public work project, including those workers employed as 12 apprentices. Further, CONTRACTOR and each subcontractor shall comply with Labor Code 13 sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above- 14 mentioned prevailing wage rates shall be posted by the CONTRACTOR at the job site where it will 15 be available to any interested party. 16 CONTRACTOR shall comply with Labor Code section 1775 and forfeit as a penalty to 17 COUNTY Two Hundred Dollars ($200.00) for each calendar day or portions thereof, for each 18 worker paid less than the prevailing wage rates for the work or craft in which the worker is 19 employed for any work done under this project by CONTRACTOR or by any subcontractor under 20 CONTRACTOR in violation of Labor Code section 1770, et seq. In addition to the penalty, the 21 difference between the prevailing wage rates and amount paid to each worker for each calendar 22 day or portion thereof for which each worker was paid less than the prevailing wage rate shall be 23 paid to each worker by the CONTRACTOR or subcontractor. 24 CONTRACTOR and subcontractor shall keep an accurate record showing the names, 25 address, social security number, work classification, straight time and overtime hours worked each 26 day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or 27 other employee employed by him or her in connection with this public work project. In accordance 28 with Labor Code section 1776, each payroll record shall be certified and verified by a written - 3 - 1 declaration under penalty of perjury stating that the information within the payroll record is true and 2 correct and that the CONTRACTOR or subcontractor complied with the requirements of Labor 3 Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work 4 project. These records shall be open at all reasonable hours to inspection by the COUNTY, its 5 officers and agents, and to the representatives of the State of California — Department of Industrial 6 Relations, including but not limited to the Division of Labor Standards Enforcement. 7 2. OBLIGATIONS OF THE COUNTY 8 A. COUNTY shall provide the appropriate energy source to run UPS equipment 9 B. COUNTY shall provide access to COUNTY facilities as deemed appropriate. 10 C. COUNTY shall provide a County Coordinator(s) to approve: 11 a. Equipment shutdown schedules; 12 b. Temporary equipment and material storage areas; 13 c. Approval for use of non-standard equipment or materials; 14 d. Work authorizations; 15 e. Verification of work completion; 16 f. Determination of emergency callback and trouble call service categorization 17 (i.e., Level I, Level II, and Level III) as defined in Attachment A. 18 3. TERM 19 The term of this Agreement shall be for a period of three (3) years, commencing on 20 the (Effective Date) through and including the last day of the three-year period. This Agreement 21 may be extended for two (2) additional consecutive twelve (12) month periods upon written 22 approval of both parties no later than thirty (30) days prior to the first day of the next twelve (12) 23 month extension period. COUNTY's Director of Internal Services/Chief Information Officer or 24 his/her designee, is authorized to execute such written approval on behalf of COUNTY based on 25 CONTRACTOR's satisfactory performance. 26 4. TERMINATION 27 A. Non-Allocation of Funds—The terms of this Agreement, and the services to be 28 provided hereunder, are contingent on the approval of funds by the appropriating government - 4 - 1 agency. Should sufficient funds not be allocated, the services provided may be modified, or this 2 Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written 3 notice. 4 B. Breach of Contract—The COUNTY may immediately suspend or terminate this 5 Agreement in whole or in part, where in the determination of the COUNTY there is: 6 a. An illegal or improper use of funds; 7 b. A failure to comply with any term of this Agreement; 8 c. A substantially incorrect or incomplete report submitted to the COUNTY; or 9 d. Improperly performed service. 10 In no event shall any payment by the COUNTY constitute a waiver by the 11 COUNTY of any breach of this Agreement or any default which may then exist on the part of 12 the CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to 13 the COUNTY with respect to the breach or default. The COUNTY shall have the right to 14 demand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the 15 CONTRACTOR under this Agreement, which in the judgement of the COUNTY were not 16 expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly 17 refund any such funds upon demand. 18 C. Without Cause.— Under circumstances other than those set forth above, this 19 Agreement may be terminated by COUNTY upon the giving on thirty (30) days advance written 20 notice of an intention to terminate to CONTRACTOR. 21 5. COMPENSATION: 22 A. Annual Inspections —The COUNTY agrees to pay CONTRACTOR and 23 CONTRACTOR agrees to receive compensation as quoted in CONTRACTOR's Response 24 (Attachment B). A rate of$9,644.00 per annum, for scheduled inspections of UPS systems, 25 including UPS batteries and charging systems, will apply. In no event shall such scheduled 26 maintenance services performed under this Agreement be in excess of$48,220.00 during the 27 potential five-year term of this Agreement. 28 B. Corrective Maintenance and Parts— Rates for corrective maintenance labor will - 5 - 1 be charged at $112.00 per hour during CONTRACTOR's normal workday hours (Monday — 2 Friday, 7:00 a.m. — 6:OOp.m.) and $155.00 per hour after such normal working hours and 3 holiday hours. Materials will be charged at a rate of cost plus eight percent (8%). In no event 4 shall the total costs of replacement parts and corrective maintenance services provided under 5 this Agreement exceed $391,780.00 during the potential five-year term of this Agreement. 6 C. Total Maximum Compensation — In no event shall all services performed under 7 this Agreement be in excess of$440,000.00 during the term of this Agreement. 8 6. INVOICING: 9 CONTRACTOR shall submit monthly invoices (which must reference the provided 10 contract number) in triplicate to the County of Fresno, Internal Services Department, Facility 11 Services Division, 4590 E. Kings Canyon, Fresno, CA 93702. County will pay CONTRACTOR 12 within forty-five (45) days of receipt of an approved invoice, by mail addressed to CONTRACTOR's 13 remittance address: 30001 Comercio, Rancho Santa Margarita, CA 92688. 14 7. INDEPENDENT CONTRACTOR: 15 In performance of the work, duties and obligations assumed by CONTRACTOR 16 under this Agreement, it is mutually understood and agreed that CONTRACTOR, including any 17 and all of the CONTRACTOR'S officers, agents, and employees will at all times be acting and 18 performing as an independent contractor, and shall act in an independent capacity and not as an 19 officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. 20 Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method 21 by which CONTRACTOR shall perform its work and function. However, COUNTY shall retain the 22 right to administer this Agreement so as to verify that CONTRACTOR is performing its obligations 23 in accordance with the terms and conditions thereof. 24 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and 25 the rules and regulations, if any, of governmental authorities having jurisdiction over matters the 26 subject thereof. 27 Because of its status as an independent contractor, CONTRACTOR shall have 28 absolutely no right to employment rights and benefits available to COUNTY employees. - 6 - 1 CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its 2 employees all legally required employee benefits. In addition, CONTRACTOR shall be solely 3 responsible and save COUNTY harmless from all matters relating to payment of CONTRACTOR'S 4 employees, including compliance with Social Security withholding and all other regulations 5 governing such matters. It is acknowledged that during the term of this Agreement, 6 CONTRACTOR may be providing services to others unrelated to the COUNTY or to this 7 Agreement. 8 8. MODIFICATION: 9 Any matters of this Agreement may be modified from time to time by the written 10 consent of all the parties without, in any way, affecting the remainder. 11 9. NON-ASSIGNMENT: 12 Neither party shall assign, transfer or sub-contract this Agreement nor their rights or 13 duties under this Agreement without the prior written consent of the other party. 14 10. HOLD HARMLESS: 15 CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S 16 request, defend the COUNTY, its officers, agents, and employees from any and all costs and 17 expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection 18 with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees 19 under this Agreement, and from any and all costs and expenses, damages, liabilities, claims, and 20 losses occurring or resulting to any person, firm, or corporation who may be injured or damaged 21 by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees 22 under this Agreement. 23 11. INSURANCE: 24 Without limiting the COUNTY's right to obtain indemnification from 25 CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full 26 force and effect, the following insurance policies throughout the term of the Agreement: 27 A) COMMERCIAL GENERAL LIABILITY 28 Commercial General Liability Insurance with limits of not less than One Million - 7 - 1 Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars 2 ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require 3 specific coverages including completed operations, products liability, contractual liability, 4 Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed 5 necessary because of the nature of this contract. 6 B) AUTOMOBILE LIABILITY 7 Comprehensive Automobile Liability Insurance with limits for bodily injury of not 8 less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred 9 Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty 10 Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred 11 Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles 12 used in connection with this Agreement. 13 C) PROFESSIONAL LIABILITY 14 If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., 15 L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less 16 than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) 17 annual aggregate. 18 D) WORKER'S COMPENSATION 19 A policy of Worker's Compensation insurance as may be required by the 20 California Labor Code. 21 CONTRACTOR shall obtain endorsements to the Commercial General Liability 22 insurance naming the County of Fresno, its officers, agents, and employees, individually and 23 collectively, as additional insured, but only insofar as the operations under this Agreement are 24 concerned. Such coverage for additional insured shall apply as primary insurance and any 25 other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees 26 shall be excess only and not contributing with insurance provided under CONTRACTOR's 27 policies herein. This insurance shall not be cancelled or changed without a minimum of thirty 28 (30) days advance written notice given to COUNTY. - 8 - 1 Within Thirty (30) days from the date CONTRACTOR executes this Agreement, 2 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all 3 of the foregoing policies, as required herein, to the County of Fresno, Robert Bash, Attn: 4 Facility Services Manager, 4590 E. Kings Canyon, Fresno, CA 93702, stating that such 5 insurance coverages have been obtained and are in full force; that the County of Fresno, its 6 officers, agents and employees will not be responsible for any premiums on the policies; that 7 such Commercial General Liability insurance names the County of Fresno, its officers, agents 8 and employees, individually and collectively, as additional insured, but only insofar as the 9 operations under this Agreement are concerned; that such coverage for additional insured shall 10 apply as primary insurance and any other insurance, or self-insurance, maintained by 11 COUNTY, its officers, agents and employees, shall be excess only and not contributing with 12 insurance provided under CONTRACTOR's policies herein; and that this insurance shall not be 13 cancelled or changed without a minimum of thirty (30) days advance, written notice given to 14 COUNTY. 15 In the event CONTRACTOR fails to keep in effect at all times insurance 16 coverage as herein provided, the COUNTY may, in addition to other remedies it may have, 17 suspend or terminate this Agreement upon the occurrence of such event. 18 All policies shall be with admitted insurers licensed to do business in the State of 19 California. Insurance purchased shall be purchased from companies possessing a current A.M. 20 Best, Inc. rating of A FSC VII or better. 21 12. AUDITS AND INSPECTIONS: 22 CONTRACTOR shall at any time during CONTRACTOR'S normal business hours, 23 and upon prior written notice, as often as the COUNTY may deem necessary, make available to 24 the COUNTY for examination all of its records and data with respect to the matters covered by this 25 Agreement. CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and 26 inspect all of such records and data necessary to ensure CONTRACTOR'S compliance with the 27 terms of this Agreement. Any such examinations or audits shall be at the COUNTY'S expense. 28 If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall - 9 - 1 be subject to the examination and audit of the Auditor General for a period of three (3) years after 2 final payment under contract (Government Code Section 8546.7). 3 13. NOTICES: 4 A) AUTHORITY TO GIVE AND RECEIVE NOTICES 5 The persons and their addresses having authority to give and receive notices 6 under this Agreement include the following: 7 COUNTY OF FRESNO CONTRACTOR 8 Robert Bash Lisa Findlay Director of Internal Services/ Senior Contract Administrator 9 Chief Information Officer 333 W. Pontiac Way 30001 Comercio 10 Clovis, CA 93612 Rancho Santa Margarita, CA 92688 Telephone: (559) 600-7242 Telephone: (949) 888-2400 11 FAX: (559) 600-7739 FAX: (949) 888-2016 12 All notices between the COUNTY and CONTRACTOR provided for or permitted 13 under this Agreement must be in writing and delivered either by personal service, by first-class 14 United States mail, by an overnight commercial courier service, or by telephonic facsimile 15 transmission. A notice delivered by personal service is effective upon service to the recipient. A 16 notice delivered by first-class United States mail is effective three COUNTY business days after 17 deposit in the United States mail, postage prepaid, addressed to the recipient. A notice delivered 18 by an overnight commercial courier service is effective one COUNTY business day after deposit 19 with the overnight commercial courier service, delivery fees prepaid, with delivery instructions 20 given for next day delivery, addressed to the recipient. A notice delivered by telephonic facsimile 21 is effective when transmission to the recipient is completed (but, if such transmission is completed 22 outside of COUNTY business hours, then such delivery shall be deemed to be effective at the 23 next beginning of a COUNTY business day), provided that the sender maintains a machine record 24 of the completed transmission. For all claims arising out of or related to this Agreement, nothing in 25 this section establishes, waives, or modifies any claims presentation requirements or procedures 26 provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of 27 the Government Code, beginning with section 810). 28 1H - 10 - 1 14. GOVERNING LAW: 2 Venue for any action arising out of or related to this Agreement shall only be in 3 Fresno County, California. 4 The rights and obligations of the parties and all interpretation and performance of 5 this 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 8 (a for-profit or non-profit corporation) or if during the term of this agreement, the CONTRACTOR 9 changes its status to operate as a corporation. 10 Members of the CONTRACTOR's Board of Directors shall disclose any self-dealing 11 transactions that they are a party to while CONTRACTOR is providing goods or performing 12 services under this agreement. A self-dealing transaction shall mean a transaction to which the 13 CONTRACTOR is a party and in which one or more of its directors has a material financial interest. 14 Members of the Board of Directors shall disclose any self-dealing transactions that they are a party 15 to by completing and signing a Self-Dealing Transaction Disclosure Form (Attachment E) and 16 submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately 17 thereafter. 18 16. ENTIRE AGREEMENT: 19 This Agreement constitutes the entire agreement between the CONTRACTOR and 20 COUNTY with respect to the subject matter hereof and supersedes all previous Agreement 21 negotiations, proposals, commitments, writings, advertisements, publications, and understandings 22 of any nature whatsoever unless expressly included in this Agreement. In the event of any 23 inconsistency in interpreting the documents comprising this Agreement, the inconsistency shall be 24 resolved by giving precedence in the following order of priority: (1) the text of this Agreement 25 (excluding COUNTY's RFQ and CONTRACTOR's Response thereto); (2) COUNTY's RFP and (3) 26 CONTRACTOR's Response. 27 28 - 11 - 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of 2 the day and year first hereinabove written. 3 CONT TOR COUNTY OF FRESNO 4 YNAU:C� 15�-_ /1-tl� Varyaln EValt, President/CEO Ernest Buddy Mendes 5 Chairman, Board of Supervisors 6 Date: l l Date: D4,6 - 1�?, a•C l Lo 7 Charles Ewalt, 00 Bernice E. Seidel 8 q Clerk, Board of Supervisors 9 Date: ILl By: Q..O-A � pip DEPUTY 10 11 12 13 REVIEWED &RECOMMENDED FOR APPROVAL. 14 15 Robert W. Bash, Director of Internal Services/ 16 Chief Information Officer 17 FOR ACCOUNTING USE ONLY: APPROVED AS TO LEGAL FORM FUND: 1045 Daniel C. Cederborg 18 Count Counsel SUBCLASS: 10000 ✓� 19 ORG NO.: 8935 By: ACCOUNT; 7 Zr'S DEPUTY 20 APPROVED AS TO ACCOUNTING FORM Vicki Crow, CPA 21 Auditor-Controller/Treasurer-Tax Collector 22 By 23 24 25 26 27 28 - 12 - Attachment A Page 1 of 35 COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 285-5482 UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS Issue Date: June 8, 2016 Closing Date: JURY 26, 2016 Quotation will be considered LATE when the official Purchasing time clock reads 2:00 P.M. Questions regarding this RFQ should be directed to: Heather Stevens, e-mail countypurchasingCa7co.fresno.ca.us or phone (559) 600-7115. Check County of Fresno Purchasing's website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for any future addenda. Please submit all Quotations to: County of Fresno— Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE Undersigned agrees to fumish the commodity or service stipulated in the attached response at the prices and terms stated,subject to the attached `County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals(RFP's)And Requests For Quotations(RFQ's)': Except as noted on individual items,the following will apply to all items in the Quotation Schedule: • Acash discount of % days will apply. COMPANY ADDRESS CITY STATE ZIP CODE TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS SIGNATURE(IN BLUE INK) PRINT NAME TITLE Purchasing Use:HS:ssj ORG/Requisition:8935/1321601143 G:\Public\RFQ\FY2015-16\285-5482 Uninterruptibl Poorer Supply(UPS)Systems\285-5482 Unmterruptibl Punr Supply(UPS)Systems.doc PD-010(11/2015) Attachment A Page 2 of 35 Quotation No. 285-5482 COLNTYOF FRESNO PURCHASWi STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUESTS FOR PROPOSALS (RFP'S)AND REQUESTS FOR QUOTATIONS (RFQ'S) Note:the reference to'bids"in the following paragraphs applies to RFP's and RFQ's GENERAL CONDITIONS By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid. 1. BIDPREPARKHON Contact with any other County representative, including elected A) All prices and notations must be typed or written in ink. No erasures officials,for the purpose of discussing this RFP/RFQ,its content,or permitted. Errors maybe crossed out,initialed and corrections printed any other issue concerning it, is prohibited unless authorized by Purchasing.Violation ofthis clause,bythe vendor having unauthorized in ink by person signing bid. contact(verbally or in writing)with such other Countyrepresentatives, B) Brand Names: Brand names and numbers when given are for may constitute grounds for rejection by Purchasing of the vendor's reference.Equal items will be considered,provided the offer clearly quotation. describes the article and how it differs from that specified. In the The above stated restriction on vendor contact with County absence of such information it shall be understood the offering is representatives shall apply until the County has awarded a purchase exactly as specified. orderor contract to a vendor or vendors,except as follows.Fit,in the C) State brand or make of each item Ifbidding on other than specified, event that a vendor initiates a formal protest against the RFP/RFQ, state make, model and brand being bid and attach supporting such vendor may contact the appropriate individual,or individuals who literature/specifications to the bid. are managing that protest as outlined in the County's established protest procedures.All such contact must be in accordance with the D) Bid on each itemseparately. Prices shouklbe stated in units specified sequence set forth under the protest procedures.Second,in the event herein. All applicable charges mastbe quoted,charges on invoice not a public hearing is scheduled before the Board of Supervisors to hear quoted herein will be disallowed. testimony prior to its approval of a purchase order or contract,any E) Time of delivery is a part of the consideration and must be stated in vendor may address the Board definite terms and must be adhered to. F.O.B. Point shall be D) Bids received alter the closing time will NOT be considered. destination or freight charges must be stated E) Bidders are to bid what is specified or requested first.ffunable to or F) All bids must be dated and signed with the firm's name and by an unwilling to bidder may bid alternative or option, indicating all authorized officer or employee. advantages,disadvantages and their associated cost. G) Unless otherwise noted,prices shall be firm for one hundred eighty F) Public Contract Code Section 7028.15 (180)days alter closing date ofbid. Where the State of California requires a Contractor's license,it is a 2. SUBMITTING BIDS: misdemeanor for any person to submit a bid unless specifically A) Each bid mast be submitted on fours provided in a sealed exempted. envelope/package with bid number and closing date and time on the 3. FAUJJRE TO BID. outside of the envelope/package. A) If not bidding,return bid sheet and state reason for no bid or your B) Interpretation:Should any discrepancies or omissions be found inthe name maybe removed from marlmglist bid specifications or doubt as to their meaning,the bidder shall notify the Buyer in writing at once. The County shall not be held responsible 4. TABS,CHARGES ANDEXIRAS: for verbal interpretations. Questions regarding the bid must be A) County of Fresno is subject to Califomia sales and/or use tax received by Purchasing stated within this document. All addenda (8.225%).Please indicate as a separate line item if applicable. issued shall be in writing,duly issued by Purchasing and incorporated into the contract. B) DO NOT include Federal Excise Tax County is exempt under C) ISSUMAC'ENT/AUIHORU EDCONTACE This RFP/RFQhas been Registration I%.94-73-03401-K issued by County of Fresno, Purchasing. Purchasing shall be the C) County is exempt from Federal Transportation Tax Exemption vendor's sole point ofcontact with regard to the RFP/RFQ,its content, certificate is not required where shipping papers show consignee as and all issues concerning iL County of Fresno. All conmmiurrication regarding this RFP/RFQ shall be directed to an D) Charges for transportation,containers,packing,etc.will not be paid authorized representative of County Purchasing.The specific buyer unless specified in bid. managing this RFP/RFQ is identified on the cover page,along with his or her telephone number,and he or she should be the primary point of contact for discussions or information pertaining to the RFP/RFQ. G.\PUBLICIRFQTY2015-16\285-5482 UNKIIE RRUPTIBLPOWER SUPPLY(UPS)SYSTENB\285-5482 UNINIERRUPTIBLPOWER SUPPLY(UPS) lA SYSTEN&DOC Attachment A Page 3 of 35 Quotation No. 285-5482 5. W-9 —REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND be consideredthe prevailing market price atthe time suchpurchase is CERTIFICATION&CAIFORNWFORM590 WfIHEIOIDlI`K'EXEMPTION made. CERTIFICATE: B) Articles or services, which upon delivery inspection do not meet Upon award of bid, the vendor shall submit to County Purchasing, a specifications,will be rejected and the vendor will be considered in completed IRS Form W-9-Request for Taxpayer Identification Number and default.Vendor shall reimburse County for expenses related to delivery Certification and a California Form590 Withholding Exemption Certificate if ofnon-specified goods or services. not currently a County ofFresno approved vendor. C) Regardless of F.O.B.point,vendor agrees to bear all risks of loss, 6. AWARDS: injuryordestmctiontogoods andnraterials ordered herein which occur N Award(s)will be made to the most responsive responsible bidder, prior to delivery and such loss,injury or destruction shall not release however, the Fresno County Local Vendor Preference and/or the vendor from any obligation hereunder. Disabled Veteran Business Enterprise Preference shall take 11. DISCOUNTS: precedencewhenapplicable. Said Preferences applyonlyto Request for Quotations for materials, equipment and/or supplies only (no Terms ofless than fi$een(15)days for cash payment willbe considered as services);the preference do not apply to Request for Proposals.RFQ net in evaluating this bid.Adiscount for payment within fifteen(15)days or evaluations will preference such things as Request cost, availability, more will be considered in determining the award ofbid.Discountperiodwill delivery costs and whose product and/or service is deemed tobe in the commence either e Net later ofvedelivery45) or receipt of invoice by the County. best interest of the County. The County shall be the sole judge in Standard terms are Net forty-five(45)days. making such determination. 12. SPECLALCONDTTTONS INBID SCHEDULE SUPERSEDE GENERAL B) Unless bidder gives notice of all-or-none award in bid,County may CONDITIONS. accept any item,group ofitems or on the basis oftotal bid. The`General Conditions"provisions ofthis RFP/RFQ shallbe superseded if C) The County reserves the right to reject any and all bids and to waive in conflict with any other section ofthis bid,to the extent ofany such conflict. informalities or irregularities in bids. 13. SPECAALREQMHVENP D) AwardNotices are tentative:Acceptance ofan offermade in response With the invoice or within twenty-five(25)days of delivery,the seller must to this RFP/RFQ shall occur only upon execution ofan agreement by provide to the County a Material Safety Data Sheet for each product,which both parties or issuance of valid written Purchase Order by Fresno contains any substance on "The List of 800 Hazardous Substances", County Purcchasing• published by the State Lector of Industrial Relations. (See Hazardous E) After award,all bids shall be open to public inspection.The County Substances Infomration and Training Act, California State Labor Code assumes no responsibility for the confidentiality ofinfornration offered Sections 6360 through 6399.7.) in a bid. 14. REC'YCIEDPRODUCTS/MATERIALS: 7. TIE BIDS: Vendors are encouraged to provide and quote(With documentation)recycled All other factors being equal,the contract shall be awarded to the Fresno or recyclable products/materials which meet stated specifications. County vendor or,if neither or both are Fresno County vendors,it may be 15. YEAR COMPLMCE WARRANTY: awarded by the flip of coin in the presence ofwitnesses or the entire bid maybe rejected and re-bid.If the General Requirements of the RFQ state Vendorwarrants that anyproductfurnishedpursuanttothis Agreement/order that they are applicable,the provisions ofthe Fresno County Local Vendor shallsupporta four-digit year format and be able to accurately process date Preference shall take priority over this paragraph. and time data from, into and between the twentieth and twenty-first centuries,as well as leap year calculations.'Product"shall include,without 8. PATENT'ITNUEM E Y: limitation, any piece or component of equiprrent, hardware, fimnvare, The vendor shall hold the County, its officers, agents and employees, nnddleware, custom or commercial so$ware, or internal components or harmless from liability ofany nature or kind,including costs and expenses, subroutines therein.This vmmanty shall survive termination or expiration of for infruugement or use of any copyrighted or un-copyrighted composition, this Agreement secret process, patented or unpatented invention, article or appliance In the event of any decrease in product functionality or accuracy related to fiumished or used in connection with this bid. time and/or date data related codes and/or internal subroutines that impede 9. SAMPIES: the product from operating correctly using dales beyond December31,1999, vendor s hall.re store or repair the product to the same level offunctiona1y as Samples,when required,must be firmished and delivered flee and,if not warranted herein, so as to minimize interruption to County's ongoing destroyed by tests,will upon written request(within thirty(30)days of bid business process,time being ofthe essence.In the event that suclivmnanty closing date)be returned at the bidder's expense.In the absence of such compliance requires the acquisition ofadditional programs,the expense for notification, County shall have the right to dispose of the samples in any such associated or additional acquisitions, winch may be required, whatever manner it deems appropriate. including,without limitation,data conversion tools,shallbe home exclusively 10. RIGHTS AND REN EDIES OF COUNTYFOR DEFAULT. by vendor.Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have underthis Agreement with respect A) In case of default by vendor,the County may procure the articles or to defects other than year performance. service from another source and may recover the cost difference and 16. PARTICIPATION related expenses occasioned thereby from anyunpa id balance due the vendor or by proceeding against performance bond of the vendor,if Bidder may agree to extend the teens of the resulting contract to other any,orby suit againstthe vendor.The prices paid bythe County shall political subdivision,municipalities and tax-supported agencies. G:\PUBIICRFQ\FY2015-16\285-5482 UDR LJPTIBLPMERSUPPLY(UPS)SYSTIM\285-5482 LNINfERRUPTIMPOwER SUPPLY(UPS) 1B SYSTEN&DOC Attachment A Page 4 of 35 Quotation No. 285-5482 Such paricipatingGovemmentalbodies shallmakepurchases in their own 20. ALMS&RETENTION: name,make payment directly to bidder,and be liable directly to the bidder, holding the CountyofFresno harmless. The Contractor shall maintain in good and legible condition all books, documents,papers,data files and other records related to its performance 17. CON IDENTTALTIY: under this contract Such records shallbe complete and available to Fresno All services performed by vendor shall be in strict conformance with all County, the State of California, the federal goverment or their duly applicable Federal, State of California and/or local laws and regulations authorized representatives forthe purpose ofaudit,examination,orcopying relating to confidentiality,including but not limited to,California Civil Code, during the term of the contract and for a period of at least three(3)years California Welfare and Institutions Code,Health and SafetyCode,Califo following the County's finalpayment under the contract or until conclusion of Code ofRegulations,Code ofFederal Regulations. anypending matter(e.g.,litigation or audit),whichever is later.Such records mustbe retained in the mannerdescnbedabove untlallpendingmatters are Vendor shall submit to County s monitoring of said compliance. closed. Vendormaybe a business associate ofCounty,as that termis defined in the 21. DISCLOSURE—CRMIALHSTORY&CMACTIONS: 'Privacy Rule"enactedbythe Health his urance PortablityandAccountability Act of 1996(HEAP,).As a IlIPAABusiness Associate,vendor may use or Applies to Request for Proposal(RFP); does not apply to Request for disclose protected health informationCPHf)toperf°rm functions,activities Quotation(RFQ)unlessspecificallystatedelsewhereintheRFQdocument. or services for or on behalfof County as specified by the County,provided In their proposal,the bidder is required to disclose if any of the following that such use or disclosure shall not violate HIPAA and its implementing conditions apply to them,their owners,officers,corporate managers and regulations.The uses and disclosures if PHI may not be more expansive partners(hereinafter collectively referred to as`Bidder'): than those applicable to County,as the`Covered Entity"under HIPAAs mMrin the three-year period preceding the proposal,they have been Privacy Rule,except as authorized for management,administrative or legal convicted of or had a civil judgment rendered against them for responsibilities ofthe Business Associate. Vendor shall not use or further disclose PHI other than as permitted or o fraud or a criminal offiense in connection with obtaining, required by the County,or as required by lawwithout written notice to the attempting to obtain,or performing a public(federal,state, Count, or local)transaction or contract under a public transaction; Vendor shall ensure that any agent,including any subcontractor,to which o violation of a federal or state antitrust statute; vendor provides PHIreceivedfrom,or created or received bythe vendor on o embezzlement, theft, forgery, bribery, falsification, or behalfofCounty,shall complywiththe same restrictions and conditions with destruction ofrecords;or respect to such information. o false statements or receipt of stolen property 18. APPEALS: Appeals rust be submitted in writing within seven(7)worldrig days after Within a three-year period preceding theirproposal,theyhave had a public notification ofproposed recommendations for award A`Notice ofAward"is transaction(federal,state,or local)terminated for cause or default not an indication ofCounty's acceptance ofan offermade inresponse to this 22 DAT'ASEC URTTY RFP/RFQ.Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamihon Avenue, Fresno, California 93702-4599 and in Word Individuals and/oragencies that enterinto a contractual relationship with the format to acomuelle(a)co.fresno.ca.us.Appeals should address only areas COUNTY for the purpose of providing services must employ adequate regarding RFP/RFQ contradictions,procurement errors, quotation rating controls and data securitymeasures,both internally and extemallytoensure discrepancies, legality of procurement context, conflict of interest, and and protect the confidential information and/or data provided to contractor by inappropriate or unfair competitive procurement grievance regarding the the COUNTY,preventing the potential loss,misappropriation or inadvertent RFP/RFQ process. access,viewing,use or disclosure ofCOUNTYdata including sensitive or Purchasing will provide a written response to the complainant within seven personalclient information;abuse ofCOUNTYresources;and/or disruption (7)working days unless the complainant is notified more time is required. to COUNTY operations. Individuals and/or agencies may not connect to or use COUNTY If the protesting bidder is not satisfied with the decision of Purchasing, networks/systems via personally owned mobile, wireless or handheld he/she shall have the right to appeal to the Purchasing Agent/CAO within devices unless authorized by COUNTY for telecomnnting purposes and seven(7)working days after Purchasing's notification,except iC notified to provide a secure connection;up to date virus protection and mobile devices appeal directly to the Board ofSupervisors at the scheduled date and time. must have the remote wipe feature enabled. Computers or computer If the protesting bidder is not satisfied with Purchasing Agent/CAO's peripherals including mobile storage devices maynotbe used(COUNTYor decision,the final appeal is with the Board of Supervisors. Contractor device) or brought in for use into the COUNTY's system(s) without prior authorization from COUNTY's Chieflnf°rmation Officer and/or 19. OBLIGATIONS OF CONTRACTOR designee(s). A) CONIRACTOR shall perform as required by the ensuing contract No storage ofCOUNI Y's private,confidential or sensitive data on anyhard- CONTRACTORalsowarrants onbehalfofitselfandallsubcontractors disk drive,portable storage device or remote storage installation unless engaged for the performance ofthe ensuing contract that onlypersons encrypted according to advance encryption standards (AES of 128 bit or authorized to work in the United States pursuant to the Immigration higher). Reform and Control Act of 1986 and other applicable laws shall be employed in the performance ofthe work hereunder. The COUNTY will immediately be notified of any violations,breaches or potentialbreaches ofsecurity related to COUNIY's confidentialinfommation, B) CONTRACTOR shall obey all Federal,State,local and special district data and/or data processing equipment which stores orprocessesCOUNTY laws,ordinances and regulations. data,internally or externally. G\PVBLIc\RFQ\FY2015-16\285-5482 UN NrMLIPTIBLPOWER SUPPLY(UPS)SYSTENE\285-5482 UN NrMLIPTIBLPOVVER svPPLY(UPS) 1C SYSTEIVS.DOC Attachment A Page 5 of 35 Quotation No. 285-5482 COUNTY shall provide oversight to Contractor's response to all incidents the total program budget and to limit employee benefits to a maximum of arising from possible breach ofsecurity related to COUNTY's confidential 20%of total salaries for those employees worldr►g under this agreement clientinfomiation. Contractor will be responsible to issue any notification to during the teimofthis agreement Failure toconformto this provision will be affected individuals as requiredbylaworas deemednecessarybyCOUNIY grounds for contract temmiationat the option ofthe Comfy ofFresno." inns sole discretion. Contractor will be responsible for all costs incurred as a result ofproviding the required notification. The above provision shall be applied to renew�alor�-yearcontracts with non-profit organizations which primarily serve Fresno County and 23. PURCHASING LOCATION&HOURS: professional services contracts where Fresno County Purchasing is located at 4525 E.Hamilton Avenue(second Fresno County is the sole client,such as: floor),Fresno, CA 93702. Non-holiday hours of operation are 1Vbnday 0 Communitybased organization service contracts related to social through Friday,8:00 AM to 12:00 Noon and 1:00 P.M to 5:00 P.M PST; Purchasing is closed daily from 12:00 Noon to 1:00 P.M The following services,health services,or probation services. holiday office closure schedule is observed: • Cultural art program contracts. January 1* NewYeafs Day • Professional services contracts. Third lvbnday in January Mir in Luther Knig,Jr.'s Birthday This policy will not apply to contracts between the County and the Federal or State governments;or one-time contracts.The Board of Supervisors will Third lvbnday in February Washington-Lincoln Dray consider exemptions to this policy only upon the recommendation of the Nhrch 31* Cesar Chavez'Birthday County Administrative Office. Munaeement Responsibility:It shall be the responsibility of any County Last Nbnday in lvhy N1 morial Day official authorized by the Board of Supervisors to execute contracts or enter into agreements onbehalfofthe Countytoreviewallapplicable contracts to July 4* Independence Day unsure that this policy enforced. lro Y is�Y First lvbnday in September Labor Day It shall be the responsibility of the County Administrative Officer to review November 11* Veteran's Dray requests for exemptions to this policy and to make recommendations to the Board of Supervisors on such requests for exemption. Fourth Thurs day iallovember Thanksgiving Day ADNV\ffSTRATIVE POUCYNUNBER 34 Friday following Thanksgiving Competitive Bids and Requests for Proposals acember25* Christmas Fresno County Administrative PolicyNo.34provides thatno person,firm *When this date falls on a Saturday, the holiday is observed the or subsidiary thereofwho has been awarded a consulting services contract preceding Friday. Ifthe date falls on a Sunday,the holiday is observed by the County,may submit a bid for, or be awarded a contract for,the provision ofservices,procurement ofgoods or supplies,or any other related the fallowing lvbnday. actionwhich is required,suggested,orotherwise deemed appropriate in the end product ofthe consulting services contract Any bidder that wishes an 24. FRESNO COUNTY BOARD OF SUPERVISORS ADMNSTRATIVE exemption from this contract limitation must set forth the request for POLICIES: exemption,as well as a complete explanation ofwhy the exemption should ADNMTRATIVE POUCYNUNBER 5 be granted, in the bidder's response to the RFP. Only the Board of Supervisors,on a four-fifths(4/5)vote finding that such waiver is in the best Contract Salary Limitation Fresno interests ofthe County,can waive this policy. County Administrative Policy No.5 provides that in contracts with non- Definitions:Purchasing Authority and Responsibility—hi accordance with profit organizations that primarily serve Fresno County and professional the State of California Government Code Section 25500 et seq.,and the service contracts where Fresno County is the sole client,the contractors Fresno County Ordinance Code Chapter2.56,the Board ofSupervisors has must agree to the following contract language:"The contractor agrees to limit established a County Purchasing Agent The Board has designated the administrative cost to a maximum ofl5%ofthe total programbudget and to County Administrative Officer as the Purchasing Agent.Unless otherwise limit employee benefits to a maximum of 201/o of total salaries for those restricted,all necessary authority and responsibility has been delegated to employees working under this agreement during the term ofthe agreement. the Purchasing Agent to satisfy the acquisition requirements ofthe County. Failure to conform to this provision will be grounds for contract temrination at The Purchasing Agent may defer day-today acquisition management to the the option of the County of Fres no."Any bidder that wishes an exemption Purchasing Manager as appropriate. from this contract requirements must s et forth the request for exemption,as well as a complete explanation ofwhy the exemption should be granted,in Policy Statement: Competitive bids or requests for proposals shall be the bidder's response to the RFP. Only the Board of Supervisors can secured for all contracts for goods or services which are proposed to be approve such exemption. acquired by the County except when in unusual or extraordinary circumstances,a department head,requests an exception to competitive Policy Statement: Contractors shall be limited to a maximum 15% bidding.All such requests must be documented by the department head administrative cost as compared to the total programbudgetand employee including a detailed description of the facts justifying the exception. The benefits shall be limited to a maximum of 20%of salaries. request must receive concurrence ofthe procurement authoritywho will sign The following language will be included in each applicable contract: that particular contract ie. the Board of Supervisors or Purchasing Agent/Purchasing Manager. The fallowing circumstances are examples "The contractor agrees to limit administrative cost to a maximum of 15%of which constitute`Suspension of Competition'. O:\PUBUC\RFQ\Y2015-16\285-5482 UNNTERRUPTIBLPOWER SUPPLY(UPS)SYSTEN8\85-5482 LNNTERRUPTIBLPOwER SUPPLY(UPS) ID SYSTEMSBOC Attachment A Page 6 of 35 Quotation No. 285-5482 • In an emergency when goods or services are immediately necessary Prohibited Bids Conceming End Product of Consulting Contracts for the preservation of the public health,welfare,or safety,or for the ISO person,firm,or subsidiary thereofwho has been awarded a consulting protection of County property services contract by the County, shall be awarded a contract for the • When the contract is with a federal, state, or local governmental provision ofservices,procurement ofgoods orsupplies,or any other related agency. action which is required,suggested,or otherwise deemed appropriate in the end product ofthe consulting services contract.This policy may be waived • When the department head,with the concurrence of the Purchasing by the Board of Supervisors on a four-fifihs (4/5)vote finding that such Agent,finds that the cost ofpreparing and administering a competitive waiver is in the best interests ofthe County bidding process in a particular case will equator exceed the estimated contract amount or$1,000 whichever is more. Management Resnons ability: The County Administrative Officer is responsible far preparing and issuing written procedures to assure • When a contract provides only for payment of per diem and travel compliance with this policy by all County officials and departments. expenses and there is to be no payment for services rendered. ADM NSTRATM POLICYNLABER 71 • %enobtainingthe services ofexpertwilnnesses for litigation or special counsel to assist the County. Prohibiting the Use of Public Funds for Political Advocacv • When in unusual or extraordinary circumstances, the Board of Fresno County Administrative Policy No. 71 provides that no County Supervisors orthe Purchasing Agent/PurchasingNhnagerdeteniines assets,including money,shallbe used for political campaignsofanytype. that the best interests ofthe County would be served by not securing Political campaigns are defined as political advocacy for or opposition to a competitive bids or issuing a request for proposal. matter or person that has qualified for the ballot.No contract entered into by the County shall provide for use of County,monies for political campaigns. Contracts for services should not usually cover a period of more than one year although a longer period may be approved in unusual circumstances. Policy Statement:Government assets,including money,grant funds,paid Multiple year contracts must include provisions for early termination and stafftirne,equipment and supplies,facilities or any other government asset must be contingent on available funding.Unless exempted as provided for shallnotbe used forpoliticalcampaigns ofanytype.Politicalcampaigns are above,no contract for service shall extend,either by original contract or by defined as political advocacy for or opposition to a matter or person that has extension,beyond three years unless competitive bids have been sought or qualified for the ballot. a Request for Proposal has been processed. Management Resaonsibility:DepartmentHeads shallbe heldresponsible During any competitive bidding procedure,all bids shall be opened publicly for ensuring that government assets within their control are not used to and the dollar amount of each bid shall be read aloud. Under no advocate for or against any matter or person that has qualifiedfortheballot. circumstance shall a bid which is received at the designated place of This section does not prohibit the expenditure of government assets to opening after the closing time be opened or considered. create and provide infamnationalor educationalmaterials regarding a matter Contracts for goods or services shall not be effective until approved by the that has qualified for the ballot.Such infomration or educational materials Board of Supervisors or,if appropriate,the Purchasing Agent/Purchasing shall provide a fair, accurate and impartial presentation of relevant Manager. Contractors and vendors shall be advised by the responsible information relating to the matter that has qualified for the ballot.However, department head that performance under the contract may not commence government assets shall not be expended to create and provide such prior to such approval. informational or educational materials in the 90 days prior to the election unless specifically authorized by the Board ofSupervisors orrequiredbythe Nbdical Professional Contracts Public Records Act or other law. The competitive recruitment process,annualperfomnance evaluation,and periodic salary surveys are equivalent to competitive bids for independent physicians contracting with the County on a fee for service basis. Asalary survey farphysician services shall be conducted every two years. Contracts forphysician services shallnot extend,either byorignialcontract orbyextension,beyond five years unless competitive bids have beensought or unless exempted as provided above. Contracts for Legal Services The competitive recruitment process,annualperfommance evaluation,and periodic salary surveys are equivalent to competitive bids for independent law firms and attorneys contracting with the County on a fee for service basis. Asalary survey for legal services shall be conducted every two years. The selection ofand contracting with firms to provide legal services shallbe coordinated through the CountyCounsefs Office.The County Counsel shall assist in securing a law firm with the requisite legal expertise and price structure thatwouldprovide the best service to the County.CountyCounsel shall be involved throughout the process of selecting a firm,developing a contract,and monitoring the billing and services provided throughout the contract period. G\PUBLICIRFQ\FY2015-16\285-5482 UI`Il[JrMUPTIBLPOVVERSUPPLY(UP S)SYSTIIvS\285-5482 UI`Il[JrMUPTIBLPOVVER SUPPLY(UPS) lE SYSTENS.DOC Attachment A Page 7 of 35 Quotation No. 285-5482 Page 2 TABLE OF CONTENTS PAGE KEYDATES ....................................................................................................................3 BIDDING INSTRUCTIONS..............................................................................................4 PARTICIPATION ........................................................................................................... 12 DIR ACKNOWLEDGEMENT......................................................................................... 12 REFERENCE LIST........................................................................................................ 13 SPECIFICATIONS......................................................................................................... 14 QUOTATION SCHEDULE.............................................................................................22 CHECKLIST .................................................................................................................25 ATTACHMENT A...........................................................................................................26 G:\Public\RfgTy 2015-16\285-5482 Unintenuptibl Power Supply(Ups)Systems\285-5482 Unintemaptibl Power Supply(Ups)Systems.Ibc Attachment A Page 8 of 35 Quotation No. 285-5482 Page 3 KEY DATES RFQ Issue Date: June 8, 2016 Vendor Conference: June 20, 2016 at 10:00 A.M. Vendors are to contact Heather Stevens at County of Fresno Purchasing (559) 600-7115 if planning to attend vendor 4525 E. Hamilton Avenue, 2nd Floor conference. Fresno, CA 93702 Deadline for Written Requests for June 23, 2016 at 1:00 P.M. Interpretations or Corrections of RFQ: E-Mail: CountyPurchasing6a�co.fresno.ca.us RFQ Closing Date: July 26, 2016 at 2:00 P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702 Site Visit Immediately following Vendor Conference G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 9 of 35 Quotation No. 285-5482 Page 4 BIDDING INSTRUCTIONS The County of Fresno on behalf of the Department of Internal Services, Facilities Division is requesting quotations from qualified vendors to provide the following inspection, annual maintenance, corrective services, and emergency services to the Uninterruptible Power Supply (UPS)and battery units in operation within County facilities. LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do not apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested at the scheduled Vendor Conference (see below). Any change in the RFQ will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations. Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions: a. Such questions are submitted in writing to County Purchasing by 1:00 P.M. June 23, 2013 Cut-Off. Questions must be directed to the attention of the buyer identified on page one. b. Such questions are submitted with the understanding that County can respond only to questions it considers material in nature. Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, CA 93702 or email: CountyPurchasing(a-)co.fresno.ca.us. NOTE: The bidder is encouraged to submit all questions at the Vendor Conference. Time limitations can prevent a response to questions submitted after the conference. AWARD: Award will be made to the vendor(s)offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact(verbally or in writing)with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 10 of 35 Quotation No. 285-5482 Page 5 in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. VENDOR CONFERENCE/SITE INSPECTION: On June 20, 2016 at 10:00 A.M., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. A Site Inspection will begin immediately after the Vendor Conference. Each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. An Addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference. Bidders are to contact Heather Stevens at County of Fresno Purchasing, (559) 600-7115, if they are planning to attend. NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the County will issue a written Notice to Proceed for the project specified herein. The completion period as defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor. CODES AND REGULATIONS: All work and material to conform to all applicable state and local building and other codes and regulations. NUMBER OF COPIES: Submit one (1) original and two (2) copies of your quotation no later than the quotation closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy to be identical to the original, include all supporting documentation (e.g. literature, brochures, reports, schedules etc.). The cover page of each quotation is to be appropriately marked "Original" or"Copy". FIRM QUOTATION: All quotations shall remain firm for at least ninety (90)days. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 11 of 35 Quotation No. 285-5482 Page 6 any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are a maximum for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks shall be provided. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered in duplicate to the ordering department. Each invoice shall reference the purchase order or contract no. The contractor shall obtain the "invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2)one (1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 12 of 35 Quotation No. 285-5482 Page 7 ORDERING: Orders will be placed as required by County of Fresno Internal Services— Facility Services TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of his work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job site. WATER, POWER&TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site (when existing) at no expense to the successful bidder. Successful bidder will be required, G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 13 of 35 Quotation No. 285-5482 Page 8 however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. SIB 854: California law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR)and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public-Works/PublicWorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.qov/oprl/pwappwage/PWAPPWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion G:\Public\RfqTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 14 of 35 Quotation No. 285-5482 Page 9 thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, 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 him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. Contractor shall provide the Certified Payroll Records for each pay period within ten (10)days, as required herein, to the County of Fresno, Internal Services Department— Facility Services, 4590 E. Kings Canyon Road, Fresno, CA 93702. In the event Contractor fails to provide the Certified Payroll Records within the allotted time frame, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00)annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30)days advance written notice given to COUNTY. Within thirty (30) days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Internal Services Department— Facility Services, 4590 E. Kings Canyon Road, Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 15 of 35 Quotation No. 285-5482 Page 10 shall not be cancelled or changed without a minimum of thirty(30)days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts Payable, 559-600-3609. BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing: CONTRACTOR'S LICENSE: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-10 or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. Number and Class: Date of Issue: Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs— Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1)year. Such one (1)year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 16 of 35 Quotation No. 285-5482 Page 11 DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 17 of 35 Quotation No. 285-5482 Page 12 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback)on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. FE] Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature in Blue Ink) Title DIR ACKNOWLEDGEMENT I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR)and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature in Blue Ink) Title DIR Number G:\Pubhc\RfgTy 2015-16\285-5482 Unintemrptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 18 of 35 Quotation No. 285-5482 Page 13 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. G:\Pubhc\Rfq\Fy 2015-16\285-5482 Unmtenuphbl Power Supply(Ups)Systerm\285-5482 Unmtemrphbl Power Supply(Ups)Systerns.Doc Attachment A Page 19 of 35 Quotation No. 285-5482 Page 14 SPECIFICATIONS The County of Fresno on behalf of the Department of Internal Services, Facilities Division is requesting proposals from qualified vendors to provide the following inspections, annual maintenance, corrective services, and emergency services to the Uninterruptible Power Supply (UPS) and battery power units in operation within County facilities. This Request for Quotation provides interested firms with the information required to prepare and submit to the County quotations for scheduled and corrective maintenance. The bidders will be responsible for supplying information on their ability to perform these services in a reliable, practical, cost-effective manner, while maintaining the highest technical standards, regardless of the day or time. The County has identified its needs for a maintenance program and the submitted quotation shall meet these requirements. GENERAL REQUIREMENTS: 1. Provide all labor, materials, appliances, tools, transportation, and equipment required to complete scheduled system maintenance and corrective maintenance as required within the Scope of Work. 2. All work shall be in full compliance with current rules and regulations of all applicable codes. Nothing in this RFQ is to be construed to permit work not conforming to these codes. Applicable codes and regulations include, but are not limited to, the following: a. National Fire Protection Association— NFPA b. Uniform Building Code (Latest Edition) c. American Society of Mechanical Engineers—ASME d. American Society for Testing and Materials—ASTM e. National Electrical Code— NEC (Latest Edition) f. National Electrical Manufacturer's Association—NEMA g. National Electrical Contractors Association — NECA h. Title 24, Building Safety, C.C.R. i. Occupational Safety and Health Act—OSHA j. Underwriters Laboratory- UL k. All Local Codes COUNTY COORDINATOR- RIGHTS AND RESPONSIBILITIES: The term "County Coordinator" shall refer to the person or persons responsible in the supervision of any Contract resulting from this Request for Quotation (RFQ). It will be the duty of the County Coordinator to supervise the work as it progresses as well as to inspect materials, which are used in the work. The duty of inspectors acting under the County Coordinators shall not be only to report deviations from the specifications, but they shall have the power to stop the work pending a decision by the County. The inspector shall have no power to alter the specifications. Advice or directions given to the Contractor by the inspector shall not be binding upon the County; neither shall it release the Contractor from his responsibilities as herein stated. It will be the right of the County at any time to stop defective work or to stop the entire work by the Contractor if he is not complying with the specifications and terms of the contract entered into between the County of Fresno and the Contractor. The County shall have the right to require the Contractor to remove at any time any employee of the Contractor who shall be employed on this job and who appears to be incompetent, who acts in a disorderly, unsafe or improper manner, or fails to follow established protocols, including County rules and regulations and such person shall not be put back to work on the job without written consent of the County. The County without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work only by written Orders, initiated by the County and properly approved and authorized by County of Fresno Purchasing, setting forth the amount of money to be added or deducted. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 20 of 35 Quotation No. 285-5482 Page 15 DELIVERY REQUIREMENTS: Facility Services will be responsible for the administration of the work requested through this Request for Quotation (RFQ). Coordination and communication with Facility Services Department will be essential to the successful completion of the work. All facilities will remain in full normal operation for the duration of the agreement and any need for disruption of the services provided in these facilities shall be presented with the quotation. Upon award the County shall issue a Notice to Proceed and identify his designee(s)therein. Only those designated by the County will have authority to make determinations under the agreement. Corrective maintenance and any system component or parts replacement shall be approved by County prior to the start of work and be so indicated in writing on the approved service form. CONTROL OF WORK AND INSTRUCTIONS: The contractor shall provide supervision of the work to the satisfaction of the County. Contractor shall confine storage of materials to such limits as may be directed by the County and shall not unreasonably encumber the premises with materials and equipment. Contractor shall enforce any instructions of the County regarding signs, advertising, fire, danger signals, barricades, and smoking, and shall require all persons employed on the work to comply with all building regulations while on the premises. SCHEDULING OF WORK: All maintenance service shall be scheduled subject to the review and approval of the County. The contractor(s)shall be required to provide yearly schedules of the work within thirty (30)days of contract execution and on or before January 1, of the subsequent years. These schedules must be adhered to throughout the term of the agreement. No work shall interfere with the operation of the existing facilities on or adjacent to the site. SAFEGUARDS: The Contractor shall provide, in conformity with all local codes and ordinances and as may be required, lockouts, fences, guardrails, barricades, lights, danger signs, enclosures, etc. and maintain such safeguards until work is complete. Any fire hazardous operation shall have proper fire extinguisher, furnished by the contractor, close by and the adjacent area shall be policed before starting or stopping work for the day. The contractor shall be responsible for all costs incurred by the County as a result of damage caused by the contractor's operations, including costs associated with false fire alarms caused by the contractor. The contractor shall ensure that the health and welfare of occupants of the building will not be effected by noise and fumes produced by the work. The County reserves the right to halt any work, at any time it adversely affects the building occupants. Any asbestos removal shall be by the County. If the contractor discovers asbestos, which has not been removed, the contractor shall immediately cease work in that area and promptly notify the County or County Coordinator. MATERIALS &WORKMANSHIP: Materials and equipment shall be new unless otherwise approved by the County. Materials and equipment of a given type shall be of the same manufacture. Materials and equipment shall be free of dents, scratches, marks, shipping tags, and all defacing features. All material, equipment, devices, etc. shall be installed in accordance with the recommendations of the manufacture of the particular item. The Contractor shall be responsible for all installations contrary to the manufacture's recommendations. The contractor shall make all necessary changes and revisions necessary for compliance. Manufacturer's installation instructions shall be delivered to and maintained on the jobsite through the duration of the project. Any work which is done as an addition, expansion or remodel to an existing system or system component shall be compatible with that system and be approved prior to the installation. Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. The Contractor at the Contractor expense shall correct all defective workmanship. The Contractor shall thoroughly clean all of his work, removing all debris, stain and marks resulting from his work. This includes but is not limited to building surfaces, piping, and equipment. Surfaces shall be free of dirt, grease, labels, tags, tape, rust, and all foreign material. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 21 of 35 Quotation No. 285-5482 Page 16 Contractor shall ensure that before testing or servicing the systems notification is given to the appropriate County representative(s). Contractor shall be responsible for all costs associated with system shutdowns, alarms or signals that result in interruption of business or unplanned evacuation. Wiring in panel boards, and cabinets shall be neatly installed. Wiring shall be grouped, laced, or clipped and fanned out to wiring terminals. Wiring in all cabinets, panel boards, control panels shall be identified and clearly marked at termination. Installation of conduit,junction boxes, and associated equipment shall be done in a neat manner secured to the structure or suspended on conduit hangers. All wiring and construction prints or diagrams of systems covered under this contract are the property of the County and upon termination of this contract shall be delivered to the County. Absolutely no changes are to be made to the circuitry or mechanical systems without prior approval of the County. Any changes without prior approval may be considered a breach of contract. All changes in circuitry made by Contractor shall be properly recorded on the diagrams, including date of change and name of person making same. It is the responsibility of the Contractor to maintain clean, legible, readable and accurate schematics and wiring diagrams at all times. Prints and diagrams are to remain on the job site. RESPONSIBILITY OF CONTRACTOR: Contractor shall take responsibility for the work, and shall bear all losses resulting to him on account of the negligence of the Contractor. Contractor shall be responsible for all work of subcontractors and shall assume the defense of and indemnify and save harmless the County of Fresno and any of its officers and their agents from claims of any kind arising from the negligent performance of this Contract by the Contractor or any of his subcontractors. Contractor shall not be liable for injuries or damage to persons or property except those directly due to his own acts or omissions, and the responsibility of the County for injuries or damage to persons or property while on or about the equipment being maintained hereunder is in no way affected by this Agreement. Contractor shall not be liable for any loss, damage or delay caused by strikes, lock-outs, fire, theft, floods, riot, civil commotion, war, malicious mischief, act of God or any cause beyond his reasonable control. No equipment-requiring repair shall be allowed to remain out of service due to the lack of diligent effort by the Contractor. Any part or equipment locally available will be purchased locally if necessary to expedite the job. Repairs shall be begun and carried to completion as soon as possible unless the County approves other arrangements. Contractor shall in no case allow the performance of work by subcontract unless the subcontractor has been approved by the County, and in no case shall the use of subcontractors in any way alter the position of the Contractor or his sureties with relation to his Contract with Fresno County. When a subcontractor is used the responsibility for every portion of the work shall still remain with the Contractor. Contractor shall obtain prior approval of the County in writing for any area or space required for the Contractor's storage during operations. This space will be maintained in a clean and orderly fashion. Materials, equipment, etc. shall not be piled or stored in any location, which shall interfere with the conduct of the normal functions of the building or property. All required safety precautions such as barricades, signs, danger signals, etc., shall be furnished and installed by the Contractor during operations. Upon demand of the County, the Contractor shall correct any dangerous or hazardous situations that the County may indicate. Contractor shall completely protect against damage from either materials or equipment all surfaces, equipment and facilities, adjoining his work, including, but not limited to woodwork, wall and floors. All repair or replacement costs resulting from this damage shall be borne by the Contractor. At the conclusion of each day's work, the Contractor shall remove refuse, debris or waste materials and leave the premises in an orderly condition as required by the County. Contractor must specify the degree of support the County may be required to furnish to accomplish the requirements of this agreement, if any. Specify the man-hours required, and the nature of County's participation within the scope of the agreement. Contractor shall provide sufficient technicians for the service of the systems listed in this agreement in accordance with the specifications herein. Technicians utilized for UPS and battery maintenance shall be G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 22 of 35 Quotation No. 285-5482 Page 17 qualified and experienced in the inspection, testing, and maintenance of these systems. Contractor may be required at any time to provide substantiation and verification of qualifications of their employee(s) upon request of the County Contractor shall provide, for approval by the County, the procedure to be followed for requesting services provided in this agreement. This procedure will include, method of requesting service, ability to provide estimated arrival time of technician to site, reporting of call completion, communication with requesting staff and technician servicing the contract, etc. EXTRA WORK-CHANGE IN WORK: The County, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work only by written Orders, initiated by the County and properly approved and authorized by the County of Fresno Purchasing, setting forth the amount of money to be added or deducted. SPECIAL CONDITIONS: In the event that the County will withdraw any equipment from service, or the usefulness of any equipment shall end, during the term of this Contract, the Contractor shall agree to negotiate an acceptable reduction of cost for services for the balance of the duration of said Contract. The successful bidder shall have verifiable experience in a detention facility environment and be regularly engaged in the service and repair of UPS AND battery systems. MANNER AND TIME OF CONDUCTING THE WORK: All work shall be performed by skilled technicians and helpers directly employed and supervised by the Contractor. Only qualified system technicians with a minimum of 4 years'journeyman experience or manufacturer's certification shall be allowed to perform service or maintenance work. Helpers must work under the direct supervision of a journeyman technician. Except for emergency callback service and minor repairs and/or adjustments hereinafter provided for, all work shall be performed during regular working hours and days. Regular working hours are from 7:00 a.m. until 6:00 p.m. Monday through Friday. County holidays excluded. All equipment shutdowns for regular maintenance or extra examinations shall be scheduled in advance with the designated County representative and approved by the County so as not to interfere with building operations during the peak usage times. Shutdowns in excess of one hour may require scheduling outside of normal business hours. No extra charges will be incurred because of a scheduled shutdown regardless of day or time. EMERGENCY WORK: All work of a callback nature or trouble calls shall be treated as an emergency and work commenced shall be carried through to completion without delay. Provide 24-hour emergency callback service for all equipment maintained hereunder. Emergency callback service shall consist of prompt response to requests from the County or his authorized representatives for emergency services on any day of the week, at any hour of the day or night. An emergency callback is defined as any necessity for maintenance, minor repair and/or adjustment of equipment between regular service calls to restore normal equipment operation. Emergency callbacks will be categorized as follows: LEVEL I - Requires onsite response in two (2) hours or less. LEVEL II - Requires onsite response in eight(8) hours or less. LEVEL III- Requires onsite response at 0800 hours, the next day Due to the criticality of the protected systems, 911 Dispatch, Detention Door Controls, and Countywide Information Systems, determination of call level is at the discretion of the County or his authorized representative. Failure to furnish emergency callback service within the above-specified time of notification of need may result in termination of the contract, withholding of payment, and/or another contractor to be hired to complete the work at the current contractor's expense. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 23 of 35 Quotation No. 285-5482 Page 18 MINIMUM REQUIREMENTS FOR SITE VISITS: A. FRESNO COUNTY DETENTION FACILITY: • 4 EACH RIELLO 65 KVA, 480V 3ph in 480V 3ph out, with 30 Johnson Control 12-270/each or equivalent. (Note: Located in Bldg. 608 roof room &2 each in basement) • 1 EACH TRIPLITE 2.2 KVA with internal batteries, 1 EACH SENS 12A Rectifier Model DCT120-12-A653 with 20 6V Marathon batteries Model M6V190F (Note: Located in Bldg. 608) • 1 EACH MITSUBISHI 50 KVA Model UP2033C-B503SU-2. (Note: Located in Bldg. 607, 1st floor Elec. Rm.) • 1 EACH MITSUBISHI 40 KVA Model UP2033C-B403SU-2. (Note: Located in Bldg. 607, 2nd floor Elec. Rm.) • 1 EACH MITSUBISHI 20 KVA, Model up2033c-b1535v-2, Serial #02-663j0102, with 30 (internal)Yuasa NP-18-12B or equivalent. (Note: Located in Bldg. 605, Laundry Storage; for Violent Offender Control) • 1 EACH LIEBERT 30 KVA Model N Power, Serial No. M08F30007, Part No. 37SA03AAC6EH 76 (Note: Located in Bldg. 701, Room E112) • 1 EACH LIEBERT 30 KVA Model N Power, Serial No. M08F30006, Part No. 37SA03AAC6EH 76 (Note: Located in Bldg. 701, Room B-245) PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR EACH UPS. PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR BATTERIES. (Does not include corrective maintenance and parts.) B. FRESNO COUNTY SHERIFF ADMINISTRATION BUILDING: • 1 EACH RIELLO 65 KVA, 480V 3ph in 480V 3ph out, Batteries (Sealed), 30 Each PRC-1290S PROVIDE TWO SCHEDULED MAINTENANCE VISITS PER YEAR FOR EACH UPS. (Corrective maintenance parts not included/labor included.) PROVIDE FOUR SCHEDULED MAINTENANCE VISITS PER YEAR FOR BATTERIES AND CHARGING SYSTEM. (Corrective maintenance, parts, and labor included.) C. FRESNO COUNTY ITSD, PLAZA BUILDING and 10th Street: • Toshiba 50 KVA, Battery (Sealed), 30 each Datasafe 12HX330FR (Note: Located in Plaza Bldg. 610— 21 st Floor) • Toshiba 225 KVA, Battery (Sealed), 80 each CSB XHRL12620WFR (Note: Located in Bldg. 509) • Toshiba 225 KVA, Battery (Sealed), 80 each CSB XHRL12620WFR (Note: Located in Bldg. 509) PROVIDE TWO SCHEDULED MAINTENANCE VISITS PER YEAR FOR EACH UPS. (Includes corrective maintenance and parts replacement.) PROVIDE FOUR SCHEDULED MAINTENANCE VISITS PER YEAR FOR BATTERIES AND CHARGING SYSTEM. (Corrective maintenance, parts, and labor included.) D. FRESNO COUNTY CORONER BUILDING: • 1 EACH LIEBERT 65 KVA Model N-Power with 40 VISION batteries Model UNA 12-200 (Note: Located in Bldg. 716) PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR UPS. PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR BATTERIES. (Does not include corrective maintenance and parts.) G:\Public\RfgTy 2015-16\285-5482 Unintenuptibl Power Supply(Ups)Systems\285-5482 Unintemaphbl PowEr Supply(Ups)Systems.Ibc Attachment A Page 24 of 35 Quotation No. 285-5482 Page 19 MAINTENANCE REQUIREMENTS: SCHEDULED UPS MAINTENANCE VISITS SHALL, AT A MINIMUM, INCLUDE THE FOLLOWING IF APPROPRIATE TO EQUIPMENT: • Comply with all site safety and security requirements. • Perform and record maintenance per OEM specifications • Clean cabinet and surrounding operational area. • Check internal /external airflow and all fans. • Measure and record ambient/operating noise levels. • Perform IR scan for normal heat signature. • Check for excessive mechanical /magnetic vibrations. • Record Key components and ambient operating temps. • Inspect all components for abnormalities. • Check and correct all connections to proper torque rating. • Record normal operation conditions and parameters. • Record solid state filter assemblies currents • Record capacitor filter assemblies voltage/current. • Record magnetic filter assemblies voltage/current. • Check and adjust display meters and indicators. • Record input/output neutral and ground readings. • Perform Sub-Systems periodic tests. • Calibrate sub-systems. • Check all circuit breakers and fuses. • Check remote input/output displays/interfaces. • Check operating environment safeties. • Check for applicable seismic compliance requirements. • Identify in writing all discrepancies and deficiency. • Provide written report of service. • Review report with facilities personnel. SCHEDULED BATTERY MAINTENANCE VISITS SHALL, AT A MINIMUM, INCLUDE THE FOLLOWING: • Comply with all site Safety and security requirements. • Perform and record maintenance per OEM specifications. • Clean racks and cabinets. • Correct all rack and cabinet connector hardware deficiency. • Check internal/external airflow and fans. • Record piolet cell/jar ambient operating temps. • Inspect all components for abnormalities. • Perform IR scan for normal operating heat signatures. • Inspect all jars for cracks, leaks, swelling, etc. • Remove/correct all terminal/connector corrosion. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 25 of 35 Quotation No. 285-5482 Page 20 • Check and correct all connections to proper toque rating. • Correct all terminal deficiencies. • Inspect and correct for proper terminal coating. • Record normal operating conditions and parameters. • Record all cell /jar float voltages. • Record ground voltage and current. • Record all cell/jar impedance voltages. • Record all charger filter assemblies voltages and currents. • Record charger float and ripple voltages and currents. • Adjust charger to temperature-compensated float voltage. • Check LVSD. • Check all circuit breakers and fuses. • Perform normal load test(vice resistive load test). • Profile/estimate minimum back-up time. • Check remote input/output displays/interfaces. • Check for seismic compliance. • Identify in writing all discrepancies or deficiency. • Provide written service report and review with facility personnel. NON-SEALED SYSTEMS ALSO INCLUDE: • Inspect jar hardware (flame arrestors, vents, caps, etc.) • Identify& record critical sediment levels. • Record electrolyte specific gravity, temperature, and level. • Inspect internal components (plates, separators, etc.). • Check inter-cell /jar connector impedance. • Correct electrolyte level with distilled water. • Proper release of hydrogen gas bubbles. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 26 of 35 Quotation No. 285-5482 Page 21 COMPETENCE OF BIDDER: The importance of maintaining the identified equipment in a safe and efficient operating condition at all times demands that service be performed by a company who has satisfactorily maintained equipment of similar grade to the degree specified herein. In order to demonstrate that the bidder can properly fulfill all of the services and conditions of these specifications, each vendor is required to confirm its ability to comply with the specifications listed in the table below. SPECIFICATION: COMPLY NOT COMPLY Possession of a valid State of California Electrical Contractor's License, Classification C-10. Satisfactorily performed other contracts of similar nature and magnitude. Proposal includes names, telephone numbers, and scope of work for such agreements. The requisite organization of skilled and experienced technicians thoroughly trained in the inspection, testing, maintenance and repair of UPS/battery/Power Systems repair under his direct employment and supervision. Proposal includes names, years of experience, specialized training and experience of individuals to perform the work. Furnish one manned telephone number providing 24 hours per day, 7 days a week, 365 days per year basis for emergency response. Calls may be forwarded to another phone number; however, answering machines are not acceptable. All proprietary information and diagnostic tools necessary to properly maintain, troubleshoot, and adjust the County's systems. The equipment protected by the UPS systems identified herein is essential to the County's ability to serve citizens of the County on a 24-hours per day, seven days per week basis. Therefore, the successful bidder shall have the ability to respond to the specified worksite within two (2) hours after receiving emergency Level I notification regardless of the day or time. G:\Public\RfqTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 27 of 35 Quotation No. 285-5482 Page 22 QUOTATION SCHEDULE A. DETENTION FACILITY Note: Vendor to provide the Annual cost per unit for the services specified. DESCRIPTION QTY ANNUAL COST PER UNIT RIELLO 65 KVA, 480V 3ph in 480V 3ph out, with 30 Johnson Control 12- 4 $ each 270/each or equivalent. (Note: Located in Bldg. 608 roof room &2 each in basement) TRIPLITE 2.2 KVA, SENS 12A Rectifier 1 $ each (Note: Located in Bldg. 608) MITSUBISHI 50 KVA Model UP2033C-B503SU-2. 1 $ each (Note: Located in Bldg. 607, 1st floor Elec. Rm.) MITSUBISHI 40 KVA Model UP2033C-B403SU-2. 1 $ each (Note: Located in Bldg. 607, 2nd floor Elec. Rm.) MITSUBISHI 20 KVA, Model up2033c-bl535v-2, Serial#02-663j0102, with 1 $ each 30 (internal)Yuasa NP-18-12B or equivalent. (Note: Located in Bldg. 605, Laundry Storage; for Violent Offender Control) LIEBERT 30 KVA Model N Power, Serial No. M08F30007, Part No. 1 $ each 37SA03AAC6EH 76 (Note: Located in Bldg. 701, Room E112) LIEBERT 30 KVA Model N Power, Serial No. M08F30006, Part No. 1 $ each 37SA03AAC6EH 76 (Note: Located in Bldg. 701, Room B-245) *Provide one (1) scheduled maintenance visit per year for each UPS. *Provide one (1) scheduled maintenance visit per year for batteries. B. SHERIFF ADMINISTRATION Note: Vendor to provide the Annual cost per unit for the services specified. DESCRIPTION QTY ANNUAL COST PER UNIT RIELLO 65 KVA, 480V 3ph in 480V 3ph out, with 30 each PRC-1290S 1 $ each Batteries (Sealed) *Provide two (2) scheduled maintenance visit per year for each UPS. *Provide four(4) scheduled maintenance visit per year for batteries. • Locates batteries indicating imminent failure • Includes failed battery replacement at the rate of 10% year up to"end of life" • Designed for battery systems eligible for the manufacturer's full warranty period G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 28 of 35 Quotation No. 285-5482 Page 23 C. PLAZA$ ITSD DESCRIPTION QTY ANNUAL COST PER UNIT Plaza Building 215t Floor 1 $ each Toshiba 50 KVA Model T42d3F500XAMXN (4200FA XT)with 30 each Datasafe 12HX330FR Batteries (Sealed) 10t" Street 2 $ each UPS Toshiba 225 KVA Model T90S3S22KS6XSN with 80 each CSB XHRL 12620WFR Batteries (Sealed) *Provide two (2) scheduled maintenance visit per year for each UPS. *Provide four(4) scheduled maintenance visit per year for batteries and charging system. • Locates batteries indicating imminent failure • Includes failed battery replacement at the rate of 10% year up to"end of life" • Designed for battery systems eligible for the manufacturer's full warranty period D. CORONER BUILDING DESCRIPTION QTY ANNUAL COST PER UNIT LIEBERT 65 KVA Model N-power with 40 each VISION UNA 12-200 1 $ each Batteries *Provide one (1) scheduled maintenance visit per year for each UPS. *Provide one (1) scheduled maintenance visit per year for batteries. CORRECTIVE MAINTENANCE LABOR AND MATERIALS RATES Quotations for rates should include Travel/Mileage/Portal to Portal On site labor rates: NORMAL HOURS $ HOUR (Monday— Friday 7:00 a.m. -- 6:00 p.m.) AFTER NORMAL HOURS $ HOUR HOLIDAY HOURS $ HOUR Materials: Provide a price sheet of major component and replacement batteries for systems indicated. Other Material Cost Plus % G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 29 of 35 Quotation No. 285-5482 Page 24 Serviceman's name, address and phone number during: Regular working hours (8:00 a.m. to 5:00 p.m.) Name Phone number Address After regular working hours: Name Phone number Address Other person/location, address or phone number where service/maintenance may be obtained: Name Phone number Address Name Phone number Address Name Phone number Address Minimum Charge: (Attach additional sheets and explain in detail) G:\Public\RfgTy 2015-16\285-5482 Unintenuptibl Power Supply(Ups)Systems\285-5482 Unintemaptibl Power Supply(Ups)Systems.Ibc Attachment A Page 30 of 35 Quotation No. 285-5482 Page 25 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. All signatures must be in blue ink. 2. The Request for Quotation (RFQ) has been signed and completed. 3. One (1) original and two (2) copies of the RFQ have been provided. 4. Addenda, if any, have been completed, signed and included in the bid package. 5. The completed Reference List as provided with this RFQ. 6. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed in ink. 7. Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 8. The Participation page as provided within this RFQ has been signed and included 9. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been completed signed and included. 10. Bidder to Complete page as provided with this RFQ. 11. Verification of Department of Industrial Relations Contractor Registration. 12. Verification of Contractor's License and the Department of Consumer Affairs—Contractors' State License Board. 13. Specification, descriptions etc. for items offered under bidder(s) quotation. 14. A description of the design and techniques that the bidder will use to complete the project. 15. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid include the following information: FCountyofno RFQ No. 285-5482 July 26, 2016 2:00 P.M. Service: Uninterruptible Power Supply(UPS) Systems Return Checklist with your RFQ response. G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 31 of 35 Quotation No. 285-5482 Page 26 ATTACHMENT A NO HOSTAGE POLICY G:\Public\RfgTy 2015-16\285-5482 Unintenuptbl Power Supply(Ups)Systems\285-5482 Unintenuptbl Power Supply(Ups)Systems.Doc Attachment A Page 32 of 35 RFQ 285-5482 ATTACHMENT A Page 1 NO HOSTAGE FACILITIES SECURITY: COUNTY's Juvenile Justice Campus, Fresno County South Annex Jail, Fresno County North Annex Jail, and Fresno County Main Jail are no hostage facilities operated by the Fresno County Sheriff Office and Probation Department. The security of each Detention Facility is paramount and takes precedence over all processes. Before the start of any work, CONTRACTOR and any subcontractors shall review with a representative of the Sheriff's Office, Probation Department and COUNTY Coordinator, the proposed process and how his work will interface with the respective Detention Facility's operations. The Detention Facility's operations shall take precedence. CONTRACTOR shall perform his work in accordance with the procedures established by the Sheriff's Office and Probation Department. Should any revisions to any procedures become necessary, such revisions shall be reviewed and approved by Sheriff's Office or Probation Department and the COUNTY Coordinator before execution of such revisions. Exit facilities, distress warning devices and similar devices and equipment shall remain operable at all times in accordance with regulations of the State Fire Marshall. CONTRACTOR shall plan and execute his work in such a manner so as to prevent a breach of the Detention Facilities' Security or allowing an inmate to escape. This maintenance of security shall remain in effect for the duration of the project. CONTRACTOR shall be responsible for preventing the introduction of any material or equipment into the facility that could be deemed contraband. Such contraband shall include, but not be limited to, tools, equipment, supplies, construction waste, and construction materials. Only tools, supplies and equipment necessary to complete a given task shall be taken into an inmate occupied space. Such tools, supplies, and materials shall be inventoried in and out of the secured area by CONTRACTOR. Any discrepancy shall be called to the attention of the Sheriff's Office or Probation Department representative immediately. The Sheriff's Office or Probation Department may want to limit the number of workmen in any one area at one time. Only workmen with proper identification as issued by the Sheriff's Office shall be allowed into the work area within the Detention Facilities. The appropriate identification will be issued on an as needed basis. The Detention Facilities have no "Off Hours". CONTRACTOR shall confer with the Sheriff's Office representative and COUNTY Coordinator on a case by case basis for all work to be performed outside normal hours. Any violations of security procedures which result in extraordinary man hour expenditures by COUNTY, such as for unscheduled searches to retrieve contraband or man hour costs expended to report and/or recapture an escapee,will be the responsibility of the CONTRACTOR. G:TtA3LIC\CLERICAL\flEATHER&SHAJN TEMP BID FILES\285-5482\285-5482 ATTACHMENT'A-NO HOSTAGE POUCY.DOC Attachment A Page 33 of 35 RFQ 285-5482 ATTACHMENT A Page 2 "NO HOSTAGE" POLICY EFFECTIVE DATE: 12-18-89 REVISED: 08-06-90, 12-25-94, 05-06-96, 09-01-99, 12-01-10 APPROVED BY: Sheriff M. Mims BY: Assistant Sheriff T. Gattie AUTHORITY: California Code of Regulations, Title 15, Section 1029(a)(7)(B) and Penal Code Section 236. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage- taking incident while preserving the safety of staff, public, inmates, and hostages, and maintaining facility security. POLICY: The Fresno County Sheriffs Office Jail Division maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriffs Office Jail Division that once any staff member is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriffs Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person involved, if possible, from serious injury or death. PROCEDURES: I. DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. II. NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGENCY). B. The Watch Commander will notify the Patrol Watch Commander and apprise them of the incident. The Patrol Watch Commander may be requested to activate the Crisis Negotiations Team (CNT), outside support agencies, equipment, personnel, and dispatch a detective to the scene for the crime report. III. DURING NEGOTIATIONS A. While at the scene, the CNT members will conduct all verbal or written communications between the hostage taker(s)and the Incident Commander. CNT will immediately notify the Incident Commander of any changes in the following situations: 1. Hostage status 2. Incident changes and developments 3. Hostage taker demands 4. Any and all pertinent information concerning the incident B. Staff members at the scene not actively involved with negotiations will not act or speak out to the hostage taker(s) or hostages. C. The Tactical Commander will formulate a plan to take the necessary actions, using the appropriate force, to terminate the hostage situation in the event negotiations fail. Hostage safety will be of paramount concern. "YOU ARE ENTERING A NO HOSTAGE FACILITY. EMPLOYEES WILL NOT RECOGNIZE HOSTAGES FOR BARGANING PURPOSES OR PERMIT INMATES OR OTHERS TO USE HOSTAGES TO ESCAPE FROM CUSTODY. PERSONS ENTERING THIS FACILITY MAY BE SUBJECT TO SEARCH." G:TUBLI0CLERICALMEATHER&SHAJN TEMP BID FILES\285-5482\285-5482 ATTACHMENT'A-NO HOSTAGE POLICY.DOC Attachment A Page 34 of 35 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 285-5482 UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS Issue Date: June 24, 2016 IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO,PURCHASING 4525 EAST HAMQLTON AVENUE,2nd Floor FRESNO,CA 93702-4599 CLOSING DATE OF QUOTATION WILL BE AT 2:00 P.M., ON JULY 269 2016. QUOTATION WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. All quotation information will be available for review after contract award Clarification of specifications is to be directed to: Heather Stevens, phone (559) 600-7115 or e-mail CountyPurchasing(a;go.fresno.ca.us. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 285-5482 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN IN BLUE INK AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFQ 285-5482 COMPANY NAME: (PRINT) SIGNATURE (In Blue Ink): NAME & TITLE: (PRINT) Purchasing Use:HS:hts ORG/Requisition:8935/1321601 143 Attachment A Page 35 of 35 QUESTIONS AND ANSWERS Q1. What is the required response time (4 or 8 hours) A1. Level 1 = Onsite in 2 hours or less Level 2 = Onsite in 8 hours or less Level 3 = Onsite at 8:00 am next day Q2. What is the physical location (address) of the equipment? A2. 509 ITSD-Information Tech Services 1020 S. 10th Street Fresno Ca, 93702 604 Sheriff's Administration Building 2200 Fresno Street Fresno Ca, 93724 605 South Annex Jail 2204 Fresno Street Fresno Ca, 93724 607 Main Jail 1225 "M"Street Fresno Ca, 93721 608 North Annex Jail 1265 "M"Street Fresno Ca, 93721 610 Plaza Building 2220 Tulare Ave. Fresno Ca, 93721 701 JJC Delinquency Courts 3333 E. American Ave. Fresno Ca, 93725 716 Coroner's Office/Morgue 3150 E. Jefferson Fresno Ca, 93725 Q3. Page 18 section B and C reads 'provide four scheduled maintenance visits per year for the batteries and charging system (corrective maintenance, parts, and labor included) -Are you expecting the winning bidder to replace the batteries as they fail during the 3 to 5 year contract period with no additional cost to the County? A3. It depends on the warranty of the batteries; any additional costs for material or labor needs to be provided on the Quotation Schedule. Q4. I see that you must hold a valid contractors license (Class C-10). Can you please give me more information about this licenses to see if this is something our company can apply for in such short notice. A4. C-10 - Electrical Contractor California Code of Regulations Title 16, Division 8, Article 3. Classifications 'An electrical contractor places, installs, erects or connects any electrical wires, fixtures, appliances, apparatus, raceways, conduits, solar photovoltaic cells or any part thereof, which generate, transmit, transform or utilize electrical energy in any form or for any purpose." Authority cited: Sections 7008 and 7059, Reference: Sections 7058 and 7059 (Business and Professions Code) Further requirements can be found on the C.S.L.B. web site: www.cslb.ca..qov Attachment B COUNTY OF FRESNO REQUEST FOR QUOTATION NUMBER: 285-5482 UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS Issue Date: June 8, 2016 Closing Date.- JULY 2692016 Quotation will be considered LATE when the official Purchasing time clock reads 2:00 P.M. Questions regarding this RFQ should be directed to: Heather Stevens, e-mail p_gU1VRMrghgging@ S1_Qgfr %_n2.c@,U_,_or phone (559) 600-7115. Check County of Fresno Purchasing's website at for any future addenda. Please submit all Quotations to: County of Fresno— Purchasing 4525 E. Hamilton Avenue, 2 nd Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE Undersigned agrees to fumish the commodity or service stipulated in the attached response at the prices and terms stated,subject to the attached "County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals(RFP's)And Requests ForQuotations(RFQ's)". Except as noted on individual items,the following will apply to all items in the Quotation Schedule: • A cash discount of 2 % 20 days will apply. FAKOURI ELECTRICAL ENGINEERING,INC. COMPANY 30001 COMERCIO ADDRESS Rancho Santa Margarita CA 92688 CITY STATE ZIP CODE (949) 888-2400 (949 ) 888-2016 Lfindlav(,@-fee-ups.com TELEPHONE NUMP§R FACSIMILE NUMBER E-MAIL ADDRESS 7- 2 z_/C --9-1GNATURE(IN BLUE INK) LISA FINDLAY 'N/SENIOR CONTRACT ADMINISTRATOR PRINT NAME TITLE Purchasing Use:HS:ssj ORG/Requisition:8935 1321601143 G-.\Public\RFQ\FY2015-16\285-5482UninterrupfibiPowerSupply(UPS)Systems\285-5482UninterrupfibIPowerSupply(UPS)Systems.doc PD-010(11/2015) Attachment B Page 2 of 53 ADDENDUM COUNTY OF FRESNO - ONE (1 ) UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS Issue Date: June 24, 2016 IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO, PURCHASING 4525 EAST HAMILTON AVENUE, 2nd Floor FRESNO,CA 93702-4599 CLOSING DATE OF QUOTATION WILL BE AT 2a 0 P.M., ON JULY 26, 2016.1 QUOTATION WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. All quotation information will be available for review after contract award. Clarification of specifications is to be directed to: Heather Stevens, phone (559) 600-7115 or e-mail CountyPurchasinqRco.fresno.ca.us. NOTE THE ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 285-5482 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN IN BLUE INK AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1)TO RFQ 285-5482 COMPANY NAME: o• �:a c Sri i'�' x"i T c (PRINTYJ SIGNATURE (In Blue Ink): NAME & TITLE: - �� (PRINT) Purchasing Use:HS:hrs ORG/Requisition:8935/1321601143 G:\PUBLIC\RFQ\FY 2015-16\285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS)SYSTEMS\285-5482 ADD 1.DOC (10/2015) Attachment B Page 3 of 53 Addendum No. One (1) Page 2 Request for Quotation Number: 285-5482 June 24, 2016 QUESTIONS AND ANSWERS Q1. What is the required response time (4 or 8 hours) A 1. Level I = Onsite in 2 hours or less Level 2 = Onsite in 8 hours or less Level 3 = Onsite at 8:00 am next day Q2. What is the physical location (address) of the equipment? A2. 509 ITSD-Information Tech Services 1020 S. 10th Street Fresno Ca, 93702 604 Sheriffs Administration Building 2200 Fresno Street Fresno Ca, 93724 605 South Annex Jail 2204 Fresno Street Fresno Ca, 93724 607 Main Jail 1225 "M"Street Fresno Ca, 93721 608 North Annex Jail 1265 "M"Street Fresno Ca, 93721 610 Plaza Building 2220 Tulare Ave. Fresno Ca, 93721 701 JJC Delinquency Courts 3333 E. American Ave. Fresno Ca, 93725 716 Coroner's Office/Morgue 3150 E. Jefferson Fresno Ca, 93725 Q3. Page 18 section B and C reads 'provide four scheduled maintenance visits per year for the batteries and charging system (corrective maintenance, parts, and labor included) -Are you expecting the winning bidder to replace the batteries as they fail during the 3 to 5 year contract period with no additional cost to the County? A3. It depends on the warranty of the batteries;any additional costs for material or labor needs to be provided on the Quotation Schedule. Q4. I see that you must hold a valid contractors license (Class C-10). Can you please give me more information about this licenses to see if this is something our company can apply for in such short notice. A4. C-10-Electrical Contractor California Code of Regulations Title 16, Division 8, Article 3. Classifications "An electrical contractor places, installs, erects or connects any electrical wires, fixtures, appliances, apparatus, raceways, conduits, solar photovoltaic cells or any part thereof, which generate, transmit, transform or utilize electrical energy in any form or for any purpose. Authority cited: Sections 7008 and 7059, Reference: Sections 7058 and 7059 (Business and Professions Code) Further requirements can be found on the C.S.L.B. web site: www.cs1b.ca.,qov GVUBLICIRMFY 2015-1085-5482 UNINTERRUPTIBL POWER SUPPLY(UPS)SYSTEMS05-5482 ADD 1.DOG Attachment Page 4Of53 Quotation No. 285-5482 �������� ��� ������� �������8��� v���~�vmv u ��n v nnu=,�v��� v�m�x�~�v"�°�^vu��� STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUESTS FOR PROPOSALS/RFP`S\AND REQUESTS FOR QUOTATIONS (RFQ^S) Note:the reference to"bids"in the following paragraphs applies to RFP's and RFQ's ������������� �����0��0��0������ ����m,m�=�"�r��� ����m�m��amm�rm'��� By submitting a bid the bidder agrees to the following conditions.These conditions will apply to all subsequent purchases based on this bid. 1. 80 PREPARATION: Contact with any other County representative,including elected o�n�|o.6ur�hepu�onaofdimounoingthioRFFYRFO.i�on�an�.nr A) �U|phm�and n�oUonmmu�he�pedorwh�uninink. No erasures any�berioououunueminOi\.iopmhibi��un\ooeauUhnhzedby ponn�»d.Ennmmaybe um000dout,inKio|odand oone�ionophn�d pumhooing.V�|aUonof�iodauoo.by�ovondnrhu�nOunoo�nhoW ininkbypomonoignix8hid� contact(vorbaUyoriowhdng)nith such other County representatives, B) Brand Names:Brand names and numbers when given are for may constitute grounds for rejection by Purchasing nf the vendor's reference.Equal items will be considered,provided the offer clearly quotation. describes the article and how it differs from that specified. In the The above stated restriction on vendor contact with County absence of such information it shall be understood the offering in representatives shall apply until the County has awarded upurchase exactly uospecified. order or contract h»a vendor ur vendors,except ao|b||uwu.First,inthe C) State brand or make m[each item. |f bidding on other than specified, event that o vendor initiates o formal protest against the RFFYRF0. state make, model and brand being bid and attach supporting such vendor may contact the appropriate individual,or individuals who literature/specifications to the bid. are managing that pmhentau outlined in the County'oestablished protest procedures.All such contact must boin accordance with the D) Bid oo each item separately.Prices should he stated in units specified sequence metfodhundortho protest procedures.Second,io the event herein.All opp|ivab|o charges must bo quoted;charges oo invoice not apub|iuhoehngiaoohedulod before the Board uf Supervisors hohear quoted herein will bedisallowed. testimony phorio its approval ofa purchase ondoror contract,any E) Time of delivery ieupurtof the consideration and must bodute vendor . definite terms and must be adhered to. F.O.B. Point be D) Bids received after the closing time will NOT boconsidered. destination orhnight charges must bestated. E) 8iddemue�b�what ia specified ormquo�ed8nX.|funuNotoor F) /U|bidnmu�badatndonduignedwi�the�rm'mnameandbyun unwilling to, bidder may bid alternative or option,indicating all authorized officer oremployee. advantages,disadvantages and their associated cost. G) Unless otherwise noted,prices shall be firm for one hundred eighty F) Public Contract Code Section 7028.15 (18O)days after closing date ofbid. Where the State of California requires a Contractor's license,itinm 2. SUBMITTING BIDS: misdemeanor for any person hu submit a bid unless specifically A) Each bid must be submitted on forms provided in a nou|ed exempted. envelope/package with bid number and closing date and time onthe 3. FA|LURETO8|D: outside of the envo|opelpuokugo. A) |f not bidding,return bid sheet and state reason for nu bid oryour B) Interpretation:Should any discrepancies or omissions hofoundinthn name may ba removed from mailing list. bid specifications or doubt aoho their meaning,the bidder shall notify the Buyer in writing ot once.The County shall not be held responsible 4. TAXES,CHARGES AND EXTRAS: for verbal interpretations.Questions regarding the bid must be A) C'--' ofFresno inoubjed{oCa|iKomiaoa|uoand/nruuotax received by Purchasing stated within this document.All addenda (8225%).Please indicate ana separate line item ifapplicable. issued shall boin writing,duly issued hy Purchasing and incorporated into the contract. 8) DO NOT include Federal Excise Tax.County io exempt under C) ISSUING AGENTAUTH0R|ZED CONTACT:This RFP/RFU has been Registration No. 84-73-034O1-K issued byCnunmof Fresno,Purchasing.Purchasing shall hathe C) County io exempt from Federal Transportation Tax.Exemption vendors sole point o[oontadwUh regard hn the RFFYRFO.itsoontent. certificate in not required where shipping papers show consignee ax and all issues concerning it. CuuntyofFmonu. All communication regarding this RFPIRFO shall ho directed toan D) Charges for transportation,containers,packing,etc.will not bopaid authorized representative of County Purchasing.The specific buyer unless specified inbid. managing this RFP/RFOiu identified onthouovorpage.a|onUwithhis orhorte|uphono number,and heor she should be the primary point of contact for discussions ur information pertaining k/the RFFYRFU. GAPUBL0RFQ\FY2015-10285-5482UN|NTERRUPT|8L POWER SUPPLY(UPG)SYSTENS\2B5-5482UN|NTERRUPT|BLPOWER SUPPLY(UPS) 1x SYGTEMGDOC Attachment B Page 5 of 53 Quotation No. 285-5482 5. W-9—REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND be considered the prevailing market price atthetime such purchase is CERTIFICATION&CALIFORNIA FORM 590 WITHHOLDING EXEMPTION made. CERTIFICATE: B) Articles or services,which upon delivery inspection do not meet Upon award of bid,the vendor shall submit to County Purchasing,a specifications,will be rejected and the vendor will be considered in completed IRS Form W-9-ReguestforTaxpaVer Identification Numberand default.Vendor shall reimburse County for expenses related to delivery Certification and a California Form 590Withholding Exemption Certificate if of non-specified goods orservices. notcurrentfy a County of Fresno approved vendor. C) Regardless of F.O.B.point,vendor agrees to bear all risks of loss, 6. AWARDS: injury or destruction to goads and materials ordered herein which occur A) Award(s)will be made to the most responsive responsible bidder; prior to delivery and such loss,injury or destruction shall not release however,the Fresno County Local Vendor Preference and/or the vendor from any obligation hereunder. Disabled Veteran Business Enterprise Preference shall take 11. DISCOUNTS: precedence when applicable.Said Preferences apply only to Request Terms of less than fifteen(15)days for cash payment will be considered as for Quotations for materials,equipment and/or supplies only(no services);the preferencedo notapplyto Requestfor Proposals.RFQ net in evaluating this bid.A discountfor paymentwithin fifteen(15)days or evaluations will include such things as life-cycle cost,availability, morewill beconsidered in determining the award of bid.Discount period will delivery costs and whose productand/orserviceis deemed tobeinthe commence either the later of delivery or receipt of invoice by the County. best interest of the County.The County shall be the sole judge in Standard terms are Netfortyfive(45)days. making such determination. 12. SPECIALCONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL B) Unless bidder gives notice of all-or-none award in bid,County may CONDITIONS: accept any item,group of items oron the basis of total bid. The"General Conditions'provisions of this RFP/RFQ shall be superseded if C) The County reserves the right to reject any and all bids and to waive in conflictwith anyothersection of this bid,tothe extentof any such conflict. informalities or irregularities in bids. 13. SPECIAL REQUIREMENT: D) Award Notices are tentative:Acceptance of an offer made in response With the invoice or within twenty-five(25)days of delivery,the seller must to this RFP/RFQ shall occur only upon execution of an agreement by provide to the County a Material Safety Data Sheetfor each product,which both parties or issuance of a valid written Purchase Order by Fresno contains any substance on"The List of 800 Hazardous Substances", County Purchasing. published by the State Director of Industrial Relations.(See Hazardous E) After award,all bids shall be open to public inspection.The County Substances Information and Training Act,California State Labor Code assumes no responsibility forthe confidentiality of information offered Sections 6360 through 6399.7.) inabid. 14. RECYCLED PRODUCTS/MATERIALS: 7. TIE BIDS: Vendors are encouraged to provide and quote(with documentation)recycled All other factors being equal,the contract shall be awarded to the Fresno or recyclable products/materials which meet stated specifications. County vendor or,if neither or both are Fresno County vendors,it may be 15. YEAR COMPLIANCE WARRANTY: awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid.If the General Requirements of the RFQ state Vendor warrants that any product furnished pursuant to this Agreemenvorder thatthey are applicable,the provisions of the Fresno County Local Vendor shall supporta four-digit year format and be able to accurately process date Preferenceshall take priority overthis paragraph. and time data from,into and between the twentieth and twenty-first centuries,as well as leap year calculations."Product"shall include,without 8. PATENT INDEMNITY: limitation, any piece or component of equipment, hardware, firmware, The vendor shall hold the County,its officers,agents and employees, middleware,custom or commercial software,or internal components or harmless from liability of any nature or kind,including costs and expenses, subroutines therein.This warranty shall survive termination orexpirationof for infringement or use of any copyrighted or un-copyrighted composition, this Agreement. secret process, patented or unpatented invention, article or appliance Intheeventof anydecrease in product functionality or accuracy related to furnished or used in connection with this bid. time and/or date data related codes and/or internal subroutines that impede 9. SAMPLES: the product from operating correctly using dates beyond December 31,1999, vendorshall restore orrepairthe prod ucttothe same level of functionality as Samples,when required,must be furnished and delivered free and,if not warranted herein,so as to minimize interruption to County's ongoing destroyed by tests,will upon written request(within thirty(30)days of bid business process,time being ofthe essence.In theeventthat such warranty closing date)be returned at the bidder's expense.In the absence of such compliance req uiresthe acquisition of additional programs,the expense for notification,County shall have the right to dispose of the samples in any such associated or additional acquisitions,which may be required, whatever manner it deems appropriate, including,without limitation,data conversion tools,shall be borne exclusively 10. RIGHTSAND REMEDIES OF COUNTY FOR DEFAULT: by vendor.Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect A) In case of default by vendor,the County may procure the articles or todefects other than year performance. service from anothersource and may recoverthe cost difference and 16. PARTICIPATION: related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of the vendor,if Bidder may agree to extend the terms of the resulting contractto other any,or by suit againstthe vendor.The prices paid bytheCounty shall political subdivision,municipalities and tax-supported agencies. G:\PUBLIC\RFQ\FY 2015-161285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS)SYSTEMS\285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS) 1 B SYSTEMS.DOC Attachment B Page 6 of 53 Quotation No. 285-5482 Such participating Governmental bodiesshall make purchases in theirown 20. AUDITS& RETENTION: name,make payment directly to bidder,and be liable directlytothe bidder, The Contractor shall maintain in good and legible condition all books, holding the County of Fresno harmless. documents,papers,data files and other records related to its performance 17. CONFIDENTIALITY: underthis contract.Such records shall becomplete and availableto Fresno All services performed by vendor shall be in strict conformance with all County,the State of California,the federal government or their duly applicable Federal,State of California and/or local laws and regulations authorized representatives for the purpose of audit,examination,or copying relating to confidentiality,including but not limited to,California Civil Code, during the term of the contract and fora period of at leastthree(3)years California Welfare and Institutions Code,Health and Safety Code,Califomia following the County'sfiinalpaymentunderthe contractor until conclusion of Codeof Regulations,Codeof Federal Regulations. anypending matter(e.g.,litigation oraudit),whicheveris later.Such records mustberetained inthemannerdescribed aboveuntilall pending mattersare Vendor shall submit to County's monitoring of said compliance. closed. Vendormay be a business associate of County,as thatterm is defined in the 21. DISCLOSURE—CRIMINAL HISTORY&CIVIL ACTIONS: "Privacy Rule"enacted by the Health Insurance Portability and Accountability Applies to Request for Proposal(RFP);does not apply to Request for Act of 1996(HIPAA).As a HIPAA Business Associate,vendor may use or Quotation(RFQ)unless specifically stated elsewhere in the RFQ document. disclose protected health information(°PHI")to perform functions,activities or services for or on behalf of County as specified by the County,provided In their proposal,the bidder is required to disclose if any of the following that such use or disclosure shall not violate HIPAA and its implementing conditions apply to them,their owners,officers,corporate managers and regulations.The uses and disclosures if PHI may not be more expansive partners(hereinafter collectively referred to as "Bidder'): than those applicable to County,as the"Covered Entity"under HIPAA's Privacy Rule,exceptasauthorizedformanagement,administrativeoriegal e convicted dof,orhathree-yearciviperiodprecntrenng eedoposal,tthemfohey ebeen responsibilities of the Business Associate. convicted of,or hadaciviljudgmentrenderedagainstthemfor: Vendor shall not use or further disclose PHI other than as permitted or o fraud or a criminal offense in connection with obtaining, required by the County,or as required by law without written notice to the attempting toobtain,orperforming a public(federal,state, County. or local)transaction orcontract undera public transaction; Vendor shall ensure that any agent,including any subcontractor,to which o violation of a federal orstate antitrust statute; vendorprovides PHI received from,orcreatedor received bythevendoron o embezzlement,theft,forgery,bribery,falsification,or behalfof County,shal I com plywith the same restrictions and conditions with destruction of records;or respect to such information. o false statements orreceiptof stolen property 18. APPEALS: Within a three-year period preceding their proposal,they have had a public Appeals must be submitted in writing within seven(7)working days after transaction(federal,state,or local)terminated forcause or default. notification of proposed recommendations foraward.A"Notice of Award"is notan indication ofCounty'sacceptanceofanoffermadeinresponsetothis 22. DATA SECURITY: RFP/RFQ.Appeals should be submitted to County of Fresno Purchasing, 4525 E.Hamilton Avenue,Fresno,California 93702-4599 and in Word Individuals and/or agencies that enter into a contractual relationship with the format togcornuelle co.fesno.ca.us.Appealsshouldaddressonlyareas COUNTY for the purpose of providing services must employ adequate regarding RFP/RFQ contradictions,procurement errors,quotation rating controls and data security measures,both internally and externally to ensure discrepancies, legality of procurement context, conflict of interest,and and protect the confidential information and/or data provided to contractor by inappropriate or unfair competitive procurement grievance regarding the the COUNTY,preventing the potential loss,misappropriation or inadvertent RFPIRFQ process. access,viewing,use or disclosure of COUNTY data including sensitive or personal client information;abuse of COUNTY resources;and/or disruption Purchasing will provide a written response to the complainantwithin seven to COUNTY operations. (7)working days unless the complainant is notified more time is required. Individuals and/or agencies may not connect to or use COUNTY If the protesting bidder is not satisfied with the decision of Purchasing, networks/systems via personally owned mobile, wireless or handheld he/she shall have the right to appeal to the Purchasing Agent/CAO within devices unless authorized by COUNTY for telecommuting purposes and seven(7)working days after Purchasing's notification;except if,notified to providea secure connection;up to date virus protection and mobiledevices appeal directlytothe Board of Supervisors at the scheduled date and time. must have the remote wipe feature enabled. Computers or computer If the protesting bidder is not satisfied with Purchasing Agent/CAO's peripherals including mobile storage devices may not be used(COUNTYor decision,thefinal appeal iswith the Board of Supervisors. Contractor device)or brought in for use into the COUNTY's system(s) without prior authorization from COUNTY's Chief Information Officer and/or 19. OBLIGATIONS OF CONTRACTOR: designee(s). A) CONTRACTOR shall perform as required by the ensuing contract. No storage of COUNTY's private,confidential orsensitive data on any hard- CONTRACTOR also warrants on behalf of itself and all subcontractors disk drive,portable storage device or remote storage installation unless engaged forthe performance of the ensuing contractthatonly persons encrypted according to advance encryption standards(AES of 128 bit or authorized to work in the United States pursuant to the Immigration higher). Reform and Control Act of 1986 and other applicable laws shall be employed intheperformanceoftheworkhereunder. The COUNTY will immediately be notified of any violations,breaches or potential breaches of security related to COUNTY's confidential information, B) CONTRACTOR shall obey al I Federal,State,local and special district data and/or data processing equipment which stores or processes COUNTY laws,ordinances and regulations. data,internally or externally. G:IPUBLIQRFQTY 2015-1085-5482 UNINTERRUPTIBL POWER SUPPLY(UPS)SYSTEMS1285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS) 1C SYSTEMS.DOC Attachment B Page 7 of 53 Quotation No. 285-5482 COUNTY shall provide oversight to Contractor's response to all incidents the total program budget and to limit employee benefits to a maximum of arising from a possible breach of securityrelated to COUNTY's confidential 20%of total salaries for those employees working under this agreement client information.Contractorwill be responsible to issue any notification to during the term of this agreement.Failure to conform to this provision will be affected individuals as required by law or as deemed necessary by COUNTY grounds for contract termination atthe option of theCounty of Fresno." in its sole discretion.Contractor will be responsible for all costs incurred as a result of providing the required notification. The above provision shall be applied to renewal orm ulti-yearcontracts with non-profit organizations which primarily serve Fresno County and 23. PURCHASING LOCATION& HOURS: professional services contracts where Fresno County Purchasing is located at 4525 E.Hamilton Avenue(second Fresno County is the sole client,such as: floor), Fresno,CA 93702. Non-holiday hours of operation are Monday through Friday,8:00 A.M.to 12:00 Noon and 1:00 P.M.to 5:00 P.M.PST; Community based organization service contracts related to social Purchasing is closed daily from 12:00 Noon to 1:00 P.M.The following services,health services,orprobation services. holiday office closure schedule is observed: 0 Cultural art program contracts. January1* New Year's Day . Professional services contracts. Third Mondayin January Martin LutherKing,Jr.'s Birthday Thispolicywill not apply to contracts between the County and the Federalor State governments;or one-time contracts.The Board of Supervisors will Third Mondayin February Washington-Lincoln Day consider exemptions to this policy only upon the recommendation of the March 31* Cesar Chavez' Birthday County Administrative Office. Management Responsibility:It shall be the responsibility of any County LastMondayinMay Memorial Day official authorized by the Board of Supervisors to execute contracts orenter into agreements on behalf ofthe County to review all applicable contracts to July4* Independence Day insure that this policy is fully enforced. First Mondayin September Labor Day It shall be the responsibility of the County Administrative Officer to review November1l* Veteran's Day requests for exemptions to this policy and to make recommendations to the Board of Supervisors on such requests forexemption. Fourth Thursday in November Thanksgiving Day ADMINISTRATIVE POLICY NUMBER 34 Friday following Thanksgiving Competitive Bids and Requests for Proposals December25* Christmas Fresno County Administrative Policy No.34 provides that no person,firm or subsidiary thereof who has been awarded a consulting services contract *When this date falls on a Saturday,the holiday is observed the by the County,may submit a bid for,or be awarded a contract for,the preceding Friday.If the date falls on a Sunday,the holiday is observed provisionof services,procurementof goods orsupplies,oranyotherrelated the following Monday. actionwhich is required,suggested,orotherwisedeemed appropriate in the end product of the consulting services contract.Any bidder that wishes an 24. FRESNO COUNTY BOARD OF SUPERVISORS ADMINISTRATIVE exemption from this contract limitation must set forth the requestfor POLICIES: exemption,as well as a complete explanation of why the exemption should ADMINISTRATIVE POLICY NUMBER 5 be granted, in the bidder's response to the RFP. Only the Board of Supervisors,on a four-fifths(415)vote finding that such waiver is in the best Contract Salary Limitation Fresno interests of the County,can waive this policy. County Administrative Policy No.5 provides that in contracts with non- Definitions:Purchasing Authority and Responsibility—In accordancewith profit organizations that primarily serve Fresno County and professional the State of California Government Code Section 25500 et seq.,and the service contracts where Fresno County is the sole client,the contractors Fresno County Ordinance Code Chapter2.56,the Board ofSupervisorshas must agree to the following contract language:"The contractor agrees to limit established a County Purchasing Agent.The Board has designated the administrative cost to a maximum of 15%of thetotal program budgetand to County Administrative Officer as the Purchasing Agent.Unless otherwise limit employee benefits to a maximum of 20%of total salaries for those restricted,all necessary authority and responsibility has been delegated to employeesworkingunderthisagreementdu ring the term oftheagreement. the Purchasing Agent to satisfy the acquisition requirements of the County. Failure to conform tothis provisionwill begroundsforcontracttermination at The Purchasing Agent may defer day-today acquisition management to the the option of the County of Fresno."Any bidder that wishes an exemption Purchasing Manager as appropriate. from this contract requirements must setforth the requestforexemption,as Policy Statement:Competitive bids or requests for proposals shall be well as a complete explanation of why the exemption should be granted,in secured for all contracts for goods or services which are proposed to be the bidder's response to the RFP.Only the Board of Supervisors can acquired by the County except when in unusual or extraordinary approve such exemption. circumstances,a department head,requests an exception to competitive Policy Statement:Contractors shall be limited to a maximum 15% bidding.All such requests must be documented by the department head administrative cost as compared to the total program budgetand employee including a detailed description of the facts justifying the exception.The benefits shall be limited to a maximum of 20%of salaries. request must receive concurrence of the procurement authority who will sign The following language will be included in each applicable contract: that particular contract i.e.the Board of Supervisors or Purchasing Agent/Purchasing Manager.The following circumstances are examples "The contractor agrees to limit administrative costto a maximum of 15%of which constitute"Suspension of Competition": G:\PUBLICIRFQIFY 2015-16\285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS)SYSTEMS1285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS) 1D SYSTEMS.DOC Attachment B Page 8 of 53 Quotation No. 285-54.82 • In an emergencywhen goods or services are immediately necessary Prohibited Bids Concerning End Product of Consulting Contracts for the preservation of the public health,welfare,or safety,or for the No person,firm,orsubsidiary thereof who has been awarded a consulting protection of County property. services contract by the County,shall be awarded a contract forthe • When the contract is with a federal,state,or local governmental provision of services,procurement of goods orsupplies,oranyotherrelated agency. action which is required,suggested,orotherwise deemed appropriate in the end product ofthe consulting services contract.This policy may be waived • When the department head,with the concurrence of the Purchasing by the Board of Supervisors on a four-fifths(415)vote finding that such Agent,finds that the cost of preparing and administering a competitive waiver is in the best interests of the County. bidding process in a particularcasewill equalorexceed the estimated contract amountor$1,000whichever is more. Management Responsibility:The County Administrative Officer is responsible for preparing and issuing written procedures to assure • When a contract provides only for payment ofperdiem and travel compliance with this policy by all County officials and departments. expenses and there is to be no payment for services rendered. ADMINISTRATIVE POLICY NUMBER 11 • When obtaining the services of expert witnesses for litigation or special counsel to assistthe County. Prohibiting the Use of Public Funds for Political Advocacy • When in unusual or extraordinary circumstances,the Board of Fresno County Administrative Policy No.11 provides that no County Supervisors or the Purchasing Agent/Purchasing Manager determines assets,including money,shall be used for political campaigns of any type. thatthe best interests of the County would be served by not securing Political campaigns are defined as political advocacy for oropposition to a competitive bids orissuing a request for proposal. matteror person that has qualified for the ballot.No contract entered into by Contracts for services should not usually cover a period of more than one the County shall provide for use of County monies for political campaigns. year although a longer period may be approved in unusual circumstances. Policy Statement:Government assets,including money,grantfunds,paid Multiple year contracts must include provisions for early termination and staff time,equipmentand supplies,facilities or any other government asset must be contingent on available funding.Unless exempted as provided for shall notbe used for political campaignsof anytype.Political campaigns are above,no contract for service shall extend,either by original contract or by defined as political advocacy for oropposition toa matter or person that has extension,beyond three years unless competitive bids have been soughtor qualified forthe ballot. a Requestfor Proposal has been processed. Management Responsibility:Department Heads shall be held responsible During any competitive bidding procedure,all bids shall be opened publicly for ensuring that government assets within their control are not used to and the dollar amount of each bid shall be read aloud. Under no advocate foror against any matteror person that has qualified forthe ballot. circumstance shall a bid which is received at the designated place of This section does not prohibit the expenditure of government assets to opening after the closing time be opened or considered. create and provide informational or educational materials regarding a matter Contracts for goods or services shall not be effective until approved by the that has qualified for the ballot.Such information or educational materials Board of Supervisors or,if appropriate,the Purchasing Agent/Purchasing shall provide a fair,accurate and impartial presentation of relevant Manager.Contractors and vendors shall be advised by the responsible information relating to the matterthat has qualified for the ballot.However, department head that performance underthe contract may notcommence government assets shall not be expended to create and provide such priorto such approval. informational or educational materials in the 90 days prior to the election unless specifically authorized bythe Board of Supervisorsorrequired bythe Medical Professional Contracts Public Records Act orotherlaw. The competitive recruitment process,annual performance evaluation,and periodic salary surveys are equivalent to competitive bids for independent physicians contracting with the County on a fee for service basis. A salary survey for physician services shall be conducted every two years. Contracts for physician services shall not extend,either byoriginal contract or by extension,beyond five years unless competitive bids have been sought or unless exempted as provided above. Contracts for Legal Services Thecompetitive recruitment process,annual performance evaluation,and periodic salary surveys are equivalent to competitive bids for independent law firms and attorneys contracting with the County on a fee for service basis. A salary survey for legal services shall be conducted every two years. The selection of and contracting with firms to provide legal services shall be coordinated through the County Counsel's Office.The County Counsel shall assist in securing a law firm with the requisite legal expertise and price structure thatwould providethe best service to the County.CountyCounsel shall be involved throughout the process of selecting a firm,developing a contract,and monitoring the billing and services provided throughout the contract period. G:IPUBLICIRFQIFY 2015-161285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS)SYSTEMS1285-5482 UNINTERRUPTIBL POWER SUPPLY(UPS) 1 E SYSTEMS.DOC Attachment B Page 9 of 53 Quotation No. 285-5482 Page 2 TABLE OF CONTENTS PAGE KEYDATES.................................................................................................................... 3 BIDDING INSTRUCTIONS ............................................................................................. 4 PARTICIPATION........................................................................................................... 12 DIR ACKNOWLEDGEMENT......................................................................................... 12 REFERENCELIST ....................................................................................................... 13 SPECIFICATIONS ........................................................................................................ 14 QUOTATION SCHEDULE ............................................................................................ 22 CHECKLIST................................................................................................................. 25 ATTACHMENTA.......................................................................................................... 26 GAPubl1c\RfqTy 2015-10285-5482 Uninterrupfibl Power Supply(Ups)Systems\285-5482 Uninterrupfibl Power Supply(Ups)Systems.Doc Attachment B Page 10 of 53 Quotation No. 285-5482 Page 3 KEY DATES RFQ Issue Date: June 8,2016 Vendor Conference: June 20,2016 at 10:00A.M. Vendors are to contact Heather Stevens at County of Fresno Purchasing (559)600-7115 if planning to attend vendor 4525 E. Hamilton Avenue, 2 Id Floor conference. Fresno, CA 93702 Deadline for Written Requests for June 23,2016 at 1:00 P.M. Interpretations or Corrections of RFQ: E-Mail: CountvPurchasinq(d)co.fresno.ca.us RFQ Closing Date: July 26, 2016 at 2:00 P.M. County of Fresno Purchasing 4525 E. Hamilton Avenue, 2 nd Floor Fresno, CA 93702 Site Visit Immediately following Vendor Conference GAPubl6RfqTy 2015-161285-5482 Uninterrupfibi Power Supply(Ups)Systems1285-5482 Uninterruptbl Power Supply(Ups)Systems.Doc Attachment Page 11Of53 Quotation No. 285~5482 Page ������������ ���������8�����0������ ��������°��� °���� � ������ � ������� The County of Fresno on behalf of the Department of Internal Services, Facilities Division is requesting quotations from qualified vendors to provide the following inspection, annual maintenance, corrective services, and emergency services to the Uninbarruptib|e Power Supply(UP8)and battery units in operation within County facilities. LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference dQjlQLapply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc.which is offering the quotation and is identified nn page one of this Request For Quotation (F<F{]). ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested at the scheduled Vendor Conference(see below). Any change in the RFQ will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations. Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions: a. Such questions are submitted in writing to County Purchasing by 1:00 P.M.June 23,2013 Cut-Off. Questions must be directed to the attention of the buyer identified on page one. b. Such questions are submitted with the understanding that County can respond only to questions it considers material in nature. Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, CA 93702 or email: . NOTE: The bidder is encouraged to submit all questions at the Vendor Conference. Time limitations can prevent a response ho questions submitted after the conference. AWARD: Award will be made to the v*ndor(a)offering the oan/ioea, products, prices, de|ivery, equipment and system deemed bobeto the best advantage of the County. The County shall be the sole judge in making such determination. Award Notices are tentative:Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities inbids. AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing.The specific buyer managing this RFC) iu identified nn the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact(verbally or in writing)with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates oforma\ protest against the RFCl, such vendor may contact the appropriate individue|, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be GAPub|ic\RfqTyx015-10\2O5-5482UnintenupfiN Power Supply(Um$SymomsM0W Unimo"moUbi Power Supply(Uns)Systemo.Do: Attachment Page 12Of53 Quotation No, 285~5482 Page 5 in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. VENDOR CONFERENCE/SITE INSPECTION: On June 20, 2016 at 10:00 A.M., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. A Site Inspection will begin immediately after the Vendor Conference. Each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. An Addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders'conference. Bidders are to contact Heather Stevens at County of Fresno Purchasing, (559) 600-7115, if they are planning tmattend. NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the County will issue a written Notice to Proceed for the project specified herein. The completion period as defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor. CODES AND REGULATIONS: All work and material to conform to all applicable state and local building and other codes and regulations. NUMBER OF COPIES: Submit one(1)original and two (2) copies of your quotation no later than the quotation closing date and time as stated on the front of this document to County of Fresno Purchasing. Each copy to be identical to the original, include all supporting documentation (e.g. literature, brochures, reports, schedules etc.). The cover page of each quotation is to be appropriately marked "Original"or"Copy". FIFkNo QUOTATION: All quotations shall remain firm for otleast ninoty(Q0)days. TAXES: The quoted amount must include all applicable taxes. |f taxes are not specifically identified inthe quotation it will be assumed that they are included in the total quoted. SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's place of doing business. TAXES, PERMITS &FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. GUARANTEE AGAINST DEFECTS/ All items are hz carry efull guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding tu the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or GAPhNic\RfqF'3015-1O\285-5482Unmtenmp8N Power Supply(Upo)SystemsT85-5482Unimanmptb|Power Supply(Ups)Sysmms.Dvn Attachment Page 13Of53 Quotation No. 285~5482 Page 6 any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are a maximum for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks shall be provided.The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection(1)serve as officers, principals, partners or major shareholders. 3. Persons who, within the immediately preceding twelve (12) monthe, came within the provisions of Subsection(1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract,or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection(3)serve as offioens,principals, partners or major shareholders. 5. No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection ofacontractor. INVOICING: All invoices are to be delivered in duplicate to the ordering department, Each invoice shall reference the purchase order or contract no. The contractor shall obtain the"invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. CONTRACT TERM: It ia Cgunly's intent to contract with the successful bidder for a term of three(3) XQN& RENEWAL: Agreement may be renewed for a potential of two(2)one(1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right bo increase nr decrease quantities. GAPublickRfqkFy2o15-1805-5482UninmnnptN Power Supply(UpNSvmoms\205-54 2Uuimvnmvub|Powe,Supply(Uno)Gymemo.Dom Attachment Page 14Of53 Quotation No. 285~5482 Page 7 ORDERING: Orders will be placed as required by County of Fresno Internal Services—Facility Services TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions uf law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legal ly-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated ho the County orto the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation(a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees,from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person,firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade,free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing uonetruotinn, equipment, p|anUng, mto., by the contractor in the performance of his work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job site. WATER, POWER&TOILET FACILITIES: Successful bidder may use County owned water, power and toilet facilities at job site(when existing)at no expense to the successful bidder. Successful bidder will be required, GAPub|i6RfqFy2V15-10285-S482UnimenmoUh|Power Supply(Upo)Gymoms\285-502UnimonmpfiN Power Supply(Uns)Systemo.Dvo Attachment Page 15Of53 Quotation No. 285~5482 Page 8 however, to provide piping, fittings and other items as necessary to bring water and power from existing service to job site. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on.The County shall have the right bu reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which he is remunerated in the contract price. He shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features or conditions effecting the contract will not excuse him from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The successful bidder shall provide, in conformity with all local codes and ordinances and as may be required, such temporary walls,fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work iacompleted. SB 854: California law(SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR)and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. P|oouo refer to r more information. This requirement, found in Labor Code Sections 1725.5 and 177O-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered nnn'nesponeive. PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance, inutaUution, rehabilitation, damo|{Uon, construction or reconstruction of public buUdingo, streets, ud|iUeo, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours vvorked, including holiday and overtime nobau, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may befound on the vveboite for the State of California—Department ofIndustrial Relations: . Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California—Department of Industrial Relations: It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof,for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion GiPuNic\RfqFy2O15-1O\2O5-5482Uniotennpth|Power Supply<Uw$SysmmoM5-5482UnimomupbN Power Supply(Upo)8ystemaDoo Attachment Page 16Of53 Quotation No. 285~5482 Page 9 thereof for which each worker was paid ieao than the prevailing wage rate oho|| be paid to each worker by the Contractor orsubcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number,work classification, straight time and overtime hours worked each day and week, and the actual per them wages paid to each journeyman, apprentice,worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These naourda shall be open at all reasonable hours to inspection by the Counh/, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. Contractor shall provide the Certified Payroll Re rd for each pay period within ten /1O\days, eorequired herein, to the County ufFresno, Internal Services Departmnmnt—Facility Services, 4690 E. Kings Canyon Road, Fresno, CA 93702. In the event Contractor fails to provide the Certified Payroll Records within the allotted time frame, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. INSURANCE: Without limiting the C[)UNT\'u right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or program of self-insurance, including but not limited to, an insurance pooling arrangement orJoint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liabilit : Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued one per occurrence basis. COUNTY may require specific coverages including completed operations. products liability, contractual |iabilih/. Explosion-Collapse-Underground, fire |ago| liability or any other liability insurance deemed necessary because of the nature of this contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury ufnot|ena than Two Hundred Fifty Thousand Dollars($250'000.00) per person, Five Hundred Thousand Dollars ($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. C. Professional Liability: |f CONTRACTOR employs licensed professional staff, (eg, Ph.D, R.N, LC.G.VV, M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars($1'O0U.0OU.0O)per occurrence,Three Million Dollars($3,00O.0OO.0O)annual aggregate. D. : A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers,agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other inauronoe, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein.This insurance shall not be cancelled or changed without a minimum of thirty(30)days advance written notice given tnCOUNTY. Within thirty/30\days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County ofFresno, Internal Services Qeportrnent—Facility Services, 4590 E. Kings Canyon Read, Fresno, CA93702. stating that such insurance coverage have been obtained and are in full force; that the County ofFresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County ofFresno, its offioens, agents and employees, individually and cnUectiva|y, an additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured ahe|| apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein; and that this insurance GiPuWic\Rfq\Fy2015-1U\285-5482Unintenvpfib|Power Supply(Uvs)SymomdM5-5482Unintenmpfibi Power Supply(Um08vstema.Doc Attachment Page 17Of53 Quotation No, 285~5482 Page 10 shall not be cancelled or changed without a minimum of thirty(30)days advance, written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your browser: r call Fresno CouniyAcoountn Payable,55A-8OO-3GO0. BIDDER TO COMPLETE: SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing: FEE will perform services under -this contract and not subcontract. CONTRACTOR'S LICENSE: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. The bidder shall possess a current State of California contractor's License, Class C-1 0 or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. Number and Class: Date mfIssue: 10/17/1985 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs- Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one(1) year. Such one(1)year period shall commence upon the date of final acceptance by County.The guarantee shall include but in no way be limited to workmanship, equipment and materials. GAPvNicRNTy2015-1m285-5482Vniotenmptib|Power Supply(Upo)Systemo\285-54D2Uoinmnmptbl Power Supply(Ups)Gystem»Doo Attachment Page 18Of53 Quotation No. 285~5482 Page11 DISPUTE RESOLUTION: The ensuing contract shall ba governed bv the laws of the state of California. Any claim which cannot ba amicably settled without court action will be litigated in the U.S. District Court for the Eastern District ufCalifornia in Fresno, CA or in o state court for Fresno County. DEFAULT: In case of default by the selected bidder,the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964,the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies.The County ofFresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RF{J. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County,the State of California,the federal government or their duly authorized representatives for the purpose of audit,examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(o.g.. litigation oraudit). whichever ialater. Such records must be retained in the manner described above until all pending matters are closed. G:\Puh|ic\Rfq\Fv2015-10285-5482Uninmnmpfib|Power Supply(Ups)Gvmwmd285-502UoinmnmpbN Power Supply(Um8Sysmms.Dnn Attachment Page 19Of53 Quotation No, 285.5482 Page 12 BIDDER TO COMPLETE THE FOLLOWING: ������=�'0��������=W���� � ��"� � ����� �� � ����� The County of Fresno is a member of the Central Valley Purchasing Group. This group nunninia of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback)on contractsput in place byone nf the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. [71 Yea, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature in Blue I L|8&F|NDLAY-SENIOR CONTRACT ADMINISTRATOR Title ��0�� ACKNOWLEDGEMENT ����� I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR)and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the O|Rregistration. uSxp|moLxY-SENIOR CONTRACT ADMINISTRATOR Title 1000020394 DIR Number G:kPuNickRfqUyz01540285-5482Unintenmpdb|Power Supply(Up)Sysmms\28o-54 2UniommunuWpowm,Supply<UpgSystems.Doc Attachment B Page 20 of 53 Quotation No. 285-5482 Page 13 YEtLDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: FAKOURI ELECTRICAL ENGINEERING, INC. REFERENCE LIST Provide a list of at least five (5)customers for whom you have recently provided similar prod ucts/services. Be sure to include all CAveOeNIAINDEPENDEN T SYSTEM Reference Name: OPERATORS —Contact: DUNCAN FINLAYSON Address: 250 OUTCROPPING WAY City: FOLSOM State:CA Zip: 95630 Phone No. (916)717-1213 Date: 2014-present Service Provided: UPS and Battery Maintenance,including 24171365 emergency coverage Reference Name: LOCKHEED MARTIN Contact: CRAIG BARBER Address: 1111 LOCKHEED MARTIN WAY City: SUNNYVALE State: CA Zip: 94089 Phone No.: (408 )507-5987 Date: 1999 to present Service Provided: UPS AND BATTERY MAINTENANCE including 24/71365 emergency coverage MULTIPLE SITES Reference Name: AT&T Contact: JUSTIN STEELMAN Address: 345 N.SAN JOAQUIN ROAD City: STOCKTON State: CA Zip: 95202 - Phone No.: (916) 847-1857 Date: 1999 to present Service Provided: UPS AND BATTERY MAINTENANCE MULTIPLE SITES-Fresno/San Jose/Bakersfield including 24/71365 emergency coverage ----------- Reference Name: SYNCHRONY FINANCIAL Contact: JOSE CASTILLO Address: 2995 REDHILL AVENUE City: COSTA MESA State: CA Zip: 92626 Phone No.: (714)434-4111 Date: 201 0-present Service Provided: UPS AND BATTERY MAINTENANCE MULTIPLE SITES-San Jose, CA, including 24/7/365 emergency coverage ---------------___----------------- Reference Name: US POSTAL OFFICE Contact: MICHAEL MEDLIN Address: 1750 LUNDY AVENUE City: SANJOSE State: CA Zip: 95101 Phone No.: (408)437-6584 Date: 2014-present Service Provided: UPS AND BATTERY MAINTENANCE MULTIPLE SITES,INCLUDING 24/7/365 emergency coverage Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. WPublickRfqkFy 2015-16\285-5482 Uninterrupfibl Power Supply(Ups)Systems1285-5482 Uninterrupbbi Power Supply(Ups)Systems.Doc Attachment B Page 21 of 53 Quotation No. 285-5482 Page 14 SPECIFICATIONS The County of Fresno on behalf of the Department of Internal Services, Facilities Division is requesting proposals from qualified vendors to provide the following inspections, annual maintenance, corrective services, and emergency services to the Uninterruptible Power Supply(UPS) and battery power units in operation within County facilities. This Request for Quotation provides interested firms with the information required to prepare and submit to the County quotations for scheduled and corrective maintenance.The bidders will be responsible for supplying information on their ability to perform these services in a reliable, practical, cost-effective manner, while maintaining the highest technical standards, regardless of the day or time. The County has identified its needs for a maintenance program and the submitted quotation shall meet these requirements. GENERAL REQUIREMENTS: 1. Provide all labor, materials, appliances, tools, transportation, and equipment required to complete scheduled system maintenance and corrective maintenance as required within the Scope of Work. 2. All work shall be in full compliance with current rules and regulations of all applicable codes. Nothing in this RFQ is to be construed to permit work not conforming to these codes.Applicable codes and regulations include, but are not limited to,the following: a. National Fire Protection Association—NFPA b. Uniform Building Code(Latest Edition) c. American Society of Mechanical Engineers—ASME d. American Society for Testing and Materials—ASTM e. National Electrical Code—NEC(Latest Edition) f. National Electrical Manufacturer's Association—NEMA g. National Electrical Contractors Association—NECA h. Title 24, Building Safety,C.C.R. i. Occupational Safety and Health Act—OSHA j. Underwriters Laboratory-UL k. All Local Codes COUNTY COORDINATOR- RIGHTS AND RESPONSIBILITIES: The term"County Coordinator" shall refer to the person or persons responsible in the supervision of any Contract resulting from this Request for Quotation (RFQ). It will be the duty of the County Coordinator to supervise the work as it progresses as well as to inspect materials, which are used in the work. The duty of inspectors acting under the County Coordinators shall not be only to report deviations from the specifications, but they shall have the power to stop the work pending a decision by the County. The inspector shall have no power to alter the specifications.Advice or directions given to the Contractor by the inspector shall not be binding upon the County; neither shall it release the Contractor from his responsibilities as herein stated. It will be the right of the County at any time to stop defective work or to stop the entire work by the Contractor if he is not complying with the specifications and terms of the contract entered into between the County of Fresno and the Contractor. The County shall have the right to require the Contractor to remove at any time any employee of the Contractor who shall be employed on this job and who appears to be incompetent, who acts in a disorderly, unsafe or improper manner, or fails to follow established protocols, including County rules and regulations and such person shall not be put back to work on the job without written consent of the County. The County without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work only by written Orders, initiated by the County and properly approved and authorized by County of Fresno Purchasing, setting forth the amount of money to be added or deducted. GAPubRclRfgTy 2015-161285-5482 Uninterruptibl Power Supply(Ups)Systems1285-5482 Unintemapbbl Power Supply(Ups)Systems.Doc Attachment Page 22Of53 Quotation NK». 285~5482 Page 15 DELIVERY REQUIREMENTS: Facility Services will be responsible for the administration of the work requested through this Request for Quotation (RFC>). Coordination and communication with Facility Services Department will be essential to the successful completion of the work. All facilities will remain in full normal operation for the duration of the agreement and any need for disruption of the services provided in these facilities shall be presented with the quotation. Upon award the County shall issue a Notice to Proceed and identify his designee(s)therein. Only those designated by the County will have authority to make determinations under the agreement. Corrective maintenance and any system component or parts replacement shall be approved by County prior to the start of work and be so indicated in writing on the approved service form. CONTROL OF WORK AND INSTRUCTIONS: The contractor shall provide supervision of the work tothe satisfaction uf the County. Contractor shall confine storage of materials to such limits as may be directed by the County and shall not unreasonably encumber the premises with materials and equipment. Contractor shall enforce any instructions of the County regarding signs, advertising,fire, danger signals, barricades, and smoking, and shall require all persons employed on the work to comply with all building regulations while on the premises. SCHEDULING OF WORK:All maintenance service shall be scheduled subject to the review and approval of the County. The contractor(s)shall be required to provide yearly schedules of the work within thirty(30)days of contract execution and on or before January 1, of the subsequent years.These schedules must be adhered to throughout the term of the agreement. No work shall interfere with the operation ofthe existing facilities onor adjacent bu the site. SAFEGUARDS: The Contractor shall provide, in conformity with all local codes and ordinances and as may be required, lockouts, fences, guardrails, barricades, lights, danger signs, enclosures, etc. and maintain such safeguards until work iocomplete. Any fire hazardous operation shall have proper fire extinguisher,furnished by the contractor, close by and the adjacent area shall be policed before starting or stopping work for the day. The contractor shall be responsible for all costs incurred by the County as a result of damage caused by the contractor's operations, including costs associated with false fire alarms caused by the contractor. The contractor shall ensure that the health and welfare of occupants of the building will not be effected by noise and fumes produced by the work. The County reserves the right to halt any work, at any time it adversely affects the building occupants. Any asbestos removal shall be by the County. If the contractor discovers asbestos, which has not been removed, the contractor shall immediately cease work in that area and promptly notify the County or County Coordinator. MATERIALS &WORKMANSHIP: Materials and equipment shall be new unless otherwise approved bythe County. Materials and equipment of a given type shall be of the same manufacture. Materials and equipment shall be free of dents, scratches, marks, shipping tags, and all defacing features. All material, equipment, devices, etc. shall be installed in accordance with the recommendations of the manufacture of the particular item. The Contractor shall be responsible for all installations contrary to the manufacture's recommendations. The contractor shall make all necessary changes and revisions necessary for oornp|ianoe. K8onuhaotuna/ainata||aboninetrucdonsahaUbede|imsnadtoondmainbainedonthejohnibathoouQh the duration of the project. Any work which is done as an addition, expansion or remodel to an existing system or system component shall bo compatible with that system and be approved prior tothe installation. Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems.The Contractor at the Contractor expense shall correct all defective workmanship. The Contractor shall thoroughly clean all of his work, removing all debris, stain and marks resulting from his work.This includes but is not limited to building surfaces, piping, and equipment. Surfaces shall be free ofdirt. gnanoe. labels, tags, tope, ruat, and all foreign material. G:\Pvblic\RNUFy2015-10\285-o482Unimonmptb|Power Supply(Uva}Syxmma05-5482Uoinmnopbb|Power Supoly(Uoo)Systemo.Dom Attachment B Page 23 of 53 Quotation No. 285-5482 Page 16 Contractor shall ensure that before testing or servicing the systems notification is given to the appropriate County representative(s). Contractor shall be responsible for all costs associated with system shutdowns, alarms or signals that result in interruption of business or unplanned evacuation. Wiring in panel boards, and cabinets shall be neatly installed.Wiring shall be grouped, laced, or clipped and fanned out to wiring terminals. Wiring in all cabinets, panel boards, control panels shall be identified and clearly marked at termination. Installation of conduit,junction boxes, and associated equipment shall be done in a neat manner secured to the structure or suspended on conduit hangers. All wiring and construction prints or diagrams of systems covered under this contract are the property of the County and upon termination of this contract shall be delivered to the County. Absolutely no changes are to be made to the circuitry or mechanical systems without prior approval of the County. Any changes without prior approval may be considered a breach of contract. All changes in circuitry made by Contractor shall be properly recorded on the diagrams, including date of change and name of person making same. It is the responsibility of the Contractor to maintain clean, legible, readable and accurate schematics and wiring diagrams at all times. Prints and diagrams are to remain on the job site. RESPONSIBILITY OF CONTRACTOR: Contractor shall take responsibility for the work, and shall bear all losses resulting to him on account of the negligence of the Contractor. Contractor shall be responsible for all work of subcontractors and shall assume the defense of and indemnify and save harmless the County of Fresno and any of its officers and their agents from claims of any kind arising from the negligent performance of this Contract by the Contractor or any of his subcontractors. Contractor shall not be liable for injuries or damage to persons or property except those directly due to his own acts or omissions, and the responsibility of the County for injuries or damage to persons or property while on or about the equipment being maintained hereunder is in no way affected by this Agreement. Contractor shall not be liable for any loss, damage or delay caused by strikes, lock-outs, fire, theft, floods, riot, civil commotion, war, malicious mischief, act of God or any cause beyond his reasonable control. No equipment-requiring repair shall be allowed to remain out of service due to the lack of diligent effort by the Contractor. Any part or equipment locally available will be purchased locally if necessary to expedite the job. Repairs shall be begun and carried to completion as soon as possible unless the County approves other arrangements. Contractor shall in no case allow the performance of work by subcontract unless the subcontractor has been approved by the County, and in no case shall the use of subcontractors in any way alter the position of the Contractor or his sureties with relation to his Contract with Fresno County.When a subcontractor is used the responsibility for every portion of the work shall still remain with the Contractor. Contractor shall obtain prior approval of the County in writing for any area or space required for the Contractor's storage during operations. This space will be maintained in a clean and orderly fashion. Materials, equipment, etc. shall not be piled or stored in any location, which shall interfere with the conduct of the normal functions of the building or property. All required safety precautions such as barricades, signs, danger signals, etc., shall be furnished and installed by the Contractor during operations. Upon demand of the County, the Contractor shall correct any dangerous or hazardous situations that the County may indicate. Contractor shall completely protect against damage from either materials or equipment all surfaces,equipment and facilities, adjoining his work, including, but not limited to woodwork, wall and floors. All repair or replacement costs resulting from this damage shall be borne by the Contractor. At the conclusion of each day's work, the Contractor shall remove refuse, debris or waste materials and leave the premises in an orderly condition as required by the County. Contractor must specify the degree of support the County may be required to furnish to accomplish the requirements of this agreement, if any. Specify the man-hours required, and the nature of County's participation within the scope of the agreement. Contractor shall provide sufficient technicians for the service of the systems listed in this agreement in accordance with the specifications herein. Technicians utilized for UPS and battery maintenance shall be G:\Public\Rfq\Fy 2015-16\285-5482 Uninterrupbbl Power Supply(Ups)Systems\285-5482 Unintenuptibl Power Supply(Ups)Systems.Doc Attachment B Page 24 of 53 Quotation No. 285-5482 Page 17 qualified and experienced in the inspection, testing, and maintenance of these systems. Contractor may be required at any time to provide substantiation and verification of qualifications of their employee(s) upon request of the County Contractor shall provide,for approval by the County, the procedure to be followed for requesting services provided in this agreement. This procedure will include, method of requesting service, ability to provide estimated arrival time of technician to site, reporting of call completion, communication with requesting staff and technician servicing the contract, etc. EXTRA WORK-CHANGE IN WORK: The County, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work only by written Orders, initiated by the County and properly approved and authorized by the County of Fresno Purchasing, setting forth the amount of money to be added or deducted. SPECIAL CONDITIONS: In the event that the County will withdraw any equipment from service, or the usefulness of any equipment shall end, during the term of this Contract, the Contractor shall agree to negotiate an acceptable reduction of cost for services for the balance of the duration of said Contract. The successful bidder shall have verifiable experience in a detention facility environment and be regularly engaged in the service and repair of UPS AND battery systems. MANNER AND TIME OF CONDUCTING THE WORK:All work shall be performed by skilled technicians and helpers directly employed and supervised by the Contractor. Only qualified system technicians with a minimum of 4 years'journeyman experience or manufacturer's certification shall be allowed to perform service or maintenance work. Helpers must work under the direct supervision of a journeyman technician. Except for emergency callback service and minor repairs and/or adjustments hereinafter provided for, all work shall be performed during regular working hours and days. Regular working hours are from 7:00 a.m. until 6:00 p.m. Monday through Friday. County holidays excluded. All equipment shutdowns for regular maintenance or extra examinations shall be scheduled in advance with the designated County representative and approved by the County so as not to interfere with building operations during the peak usage times. Shutdowns in excess of one hour may require scheduling outside of normal business hours. No extra charges will be incurred because of a scheduled shutdown regardless of day or time. EMERGENCY WORK: All work of a callback nature or trouble calls shall be treated as an emergency and work commenced shall be carried through to completion without delay. Provide 24-hour emergency callback service for all equipment maintained hereunder. Emergency callback service shall consist of prompt response to requests from the County or his authorized representatives for emergency services on any day of the week, at any hour of the day or night.An emergency callback is defined as any necessity for maintenance, minor repair and/or adjustment of equipment between regular service calls to restore normal equipment operation. Emergency callbacks will be categorized as follows: LEVEL I - Requires onsite response in two(2) hours or less. LEVEL II - Requires onsite response in eight(8) hours or less. LEVEL III- Requires onsite response at 0800 hours, the next day Due to the criticality of the protected systems, 911 Dispatch, Detention Door Controls, and Countywide Information Systems, determination of call level is at the discretion of the County or his authorized representative. Failure to furnish emergency callback service within the above-specified time of notification of need may result in termination of the contract, withholding of payment, and/or another contractor to be hired to complete the work at the current contractor's expense. G:\Public\Rfq\Fy 2015-16\285-5482 Uninterruptibl Power Supply(Ups)Systems05-5482 Uninterrup6bl Power Supply(Ups)Systems.Doc Attachment Paqe 25Of53 Quotation No. 285-5482 Page 18 MIbj1MUM REQUIREMENTS EOR SITE VISITS: A. FRESN0 COUNTY DETENTION FACILITY: w 4 EACH R|ELLO05KVA.480V3phin480V3ph out, with 30 Johnson Control 12-270/aaohor equivalent. (Note: Located in Bldg. 0O8 roof room &2 each in basement) 0 1 EACH TR|pL|TE2.2KVA with internal batteries, 1 EACH SENS12A Rectifier Model DCT120-12,4653 with 20 6V Marathon batteries Model M6V190F (Note: Located in Bldg. 608) 0 1 EACH W4|TSUB|SH| 50 N\AAKXode| UP2033C'B503GU-2. (Note: Located in B|dg. 8O7. 1otOnorBau. Rm.) « 1 EACH K8IT8UB|SH| 40K\V\ Model UP2033C-B4D3SU-2. (Nohe: Located in Bldg. G07. 2nu floor Elec. Rm.) w 1 EACH M|TSU8|3H|20K\AA' Model up2033u-b1535v-2. Serial#02-0O3]01O2.with 30(inbarne|)Yuaaa NP-18-12Borequivalent. (Note: Located in Bldg. 805. Laundry Storage;for Violent Offender Control) " 1 EACH L|EBERT 30 K\AAK4ode| N Povver, Serial No. M08F30007' Part No. 37SA03/y\C8EH70 (Nohe: Located in Bldg. 7O1. Room E112) ° 1 EACH L|EBERT3O KVAMudo| N Povvar, Serial No. K408F30008. Part No. 37SA03A\C8EH78 (Note: Located in Bldg. 7O1. Room B-245) PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR EACH UPS. PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR BATTERIES. (Does not include corrective maintenance and pods.) B. FRESNOCO0NTY SHERIFF ADMINISTRATION BUILDING: * 1 EACH R|ELL{}85KVA.48UV3phin48OV3ph out, Batteries(Sea|od). 3O Each PRC-12AOS PROVIDE TWO SCHEDULED MAINTENANCE VISITS PER YEAR FOR EACH UPS. (Corrective maintenance parts not included/labor ino|uded.) PROVIDE FOUR SCHEDULED MAINTENANCE VISITS PER YEAR FOR BATTERIES AND CHARGING SYSTEM. (Corrective maintenance, parts, and labor induded.) C. FRESNO COUNTY OFSD.PLAZA BUILDING and 1omStreet: * Toshiba 5OKVA' Battery(Seo|od). 30 each Dmtaomfe12HX33UFR(Nnto: Located in Plaza Bldg. G1O- 21mFloor) ° Toshiba 225 KVA, Battery(Sealed), 80 each CSB XHRL1 2620WFR(Note: Located in Bldg. 509) * Toshiba 225K\0A. Battery/Sea|ed\. 8O each C8BXHRL1282OVVFF<(Nota: Located inBldg. 509) PROVIDE TWO SCHEDULED MAINTENANCE VISITS PER YEAR FOR EACH UPS. (includes corrective maintenance and parts rep|ncement.) PROVIDE FOUR SCHEDULED MAINTENANCE VISITS PER YEAR FOR BATTERIES AND CHARGING SYSTEM. (Corrective maintenance, parts, and labor ino|uded.) D. FRESNO COUNTY CORONER BUILDING: w 1 EACH L!E8ERT05KVA Model N'Povver with 4U VISION batteries Model UNA12-2OD(Nohe: Located in Bldg. 718) PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR UPS. PROVIDE ONE SCHEDULED MAINTENANCE VISIT PER YEAR FOR BATTERIES. (Does not include corrective maintenance and parta.) SAP"bl6RfqTv2O15-1O\285-5482Unintenm»fiN Power Supply(Ups)8ymemo05-542Unimonmpfib|Power Supply(Up$Gymoms.Doo Attachment Paqe 26Of53 Quotation No. 285-5482 Page 19 SCHEDULED UPS MAINTENANCE VISITS SHALL, ATA MINIMUM, INCLUDE THE FOLLOWING IF APPROPRIATE TOEQUIPMENT: w Comply with all site safety and security requirements. o Perform and record maintenance per OEM specifications • Clean cabinet and surrounding operational area. v Check internal/external airflow and all fans. * Measure and record ambient/operating noise levels. ° Perform |R scan for normal heat signature. m Check for excessive mechanical/magnetic vibrations. • Record Key components and ambient operating temps. • Inspect all components for abnormalities. * Check and correct all connections bo proper torque rating. ° Record normal operation conditions and parameters. * Record solid state filter assemblies currents • Record capacitor filter assemblies voltage/current. * Record magnetic filter assemblies voltage/current. w Check and adjust display meters and indicators. w Record input/output neutral and ground readings. » Perform Sub-Systems periodic tests. ° Calibrate sub-systems. * Check all circuit breakers and fuses. « Check remote input/output diop|evs/inherfacen. * Check operating environment safeties. ° Check for applicable seismic compliance requirements. w Identify in writing all discrepancies and deficiency. * Provide written report ofservice. w Review report with facilities personnel. SCHEDULED BATTERY MAINTENANCE VISITS SHALL, ATAMINIMUM, INCLUDE THE FOLLOWING: * Comply with all site Safety and security requirements. * Perform and record maintenance per OEM specifications. ^ Clean racks and cabinets. ^ Correct all rack and cabinet connector hardware deficiency. ^ Check internal/external airflow and fans. m Record pio|et cell/jar ambient operating temps. ^ Inspect all components for abnormalities. p Perform |R scan for normal operating heat signatures. ° Inspect all jars for cracks,ieoka, nvvmUing,etc. w Remove/correct all terminal/connector corrosion. GAPuWc\efqTy2015-10285*482Uninmnuptb|Power Supply(Ups)Systemo05-5482Uointemupbb|Power Supply(Upa)Systems.Doc Attachment Page 27Of53 Quotation No. 285-5482 Page 20 w Check and correct all connections tn proper toque rating. • Correct all terminal deficiencies. ^ Inspect and correct for proper terminal coating. * Record normal operating conditions and parameters. = Record all cell/jar float voltages. ~ Record ground voltage and current. • Record all cell/jor impedance voltages. * Record all charger filter assemblies voltages and currents. * Record charger float and ripple voltages and currents. • Adjust charger to temperature-compensated float voltage. * CheuhLVSO. v Check all circuit breakers and fuses. * Perform normal load test(vice resistive load haat). ° Profile/estimate minimum back-up time. " Check remote input/output displays/interfaces. w Check for oeimmiconmp|ianoe. • Identify in writing all discrepancies ordeficiency. w Provide written service report and review with facility personnel. NON-SEALED SYSTEMS ALSO INCLUDE: ° Inspect jar hardware(flame arrestors,vents,caps, etc.) ° Identify&record critical sediment levels. w Record electrolyte specific gravity,temperature,and level. ° Inspect internal components(p|ates.separators,eto.). w Check inter-cell/jar connector impedance. ° Correct electrolyte level with distilled water. ° Proper release of hydrogen gas bubbles. GApub|icRNTy2O1540285-5482Uommnopfibl Power Supply(Um)SyswmoQ85-5482Uninmnmp0bl Power Supply(UpWSystemoDoo Attachment Page 28Of53 Quotation No, 285~5482 Page 21 The importance of maintaining the identified equipment in a safe and efficient operating condition at all times demands that service be performed by a company who has satisfactorily maintained equipment of similar grade ho the degree specified herein. [n order tm demonstrate that the bidder can properly fulfill all of the services and conditions wfthese specifications, each vendor ie required tm confirm its ability tw comply with the specifications listed !n the table ba|mxv. SPECIFICATION: COMPLY NOT COMPLY Possession of a valid State of California Electrical Contractor's License, Satisfactorily performed other contracts of similar nature and magnitude. Proposal includes names,telephone numbers, and scope of work for such X The requisite organization of skilled and experienced technicians thoroughly trained in the inspection, testing, maintenance and repair of UPS/battery/Power Systems repair under his direct employment and X supervision. Proposal includes names, years of experience, specialized training and experience of individuals to perform the work. Furnish one manned telephone number providing 24 hours per day, 7 days a week, 365 days per year basis for emergency response. Calls may be forwarded to another phone number; however,answering machines are not X All proprietary information and diagnostic tools necessary to properly maintain, troubleshoot, and adjust the County's systems. X The equipment protected by the UPS systems identified herein is essential to the County's ability to serve citizens of the County on a 24-hours per day, seven days per week basis. Therefore, the successful bidder shall X have the ability to respond to the specified worksite within two(2) hours after receiving emergency Level I notification regardless of the day or time. GtPvb|i6RfqUy2D15-10285-o482UninmnopbN Power Supply(Up*)Sysmmo0s-548xUnmmnvpbb|Power Supply<UmVSysmnm.Doc Attachment Page 29Of53 Quotation No. 285~5482 Page 22 QUOTATION ����������8�� �� ������ = �� � ���=� ����°�==�����=== A. DETENTION FACILITY Note: Vendor in provide the Annual cost per unit for the services apaudimd. DESCRIP OTY I?E13 UNII R|ELLO85N\A\' 48OV3phin480V3ph out, with 3U Johnson Control 12- 4 $554.00 each 270/eaohnrequivalent. (Noba: Located in Bldg. 608 roof room Q2 each inbasement) TR|PL|TE22KVA. GEN812ARectifier 1 $233.00 each (Nobe: Located in Bldg. 8O8) K8|T8UB|8H| 5OKVA Model UP2O33C-B5038U'2. 1 $583.00 each (Note: Located in Bldg.SD7' 1"floor Elec. F<m] &4|TSUB|SH| 4OKVA Model UP2O33C-B4O38U-2. 1 $583.00 each (Note: Located in Bldg. G07' 2d floorBec. Rm.) K4|TSUB|8H|2OKVA. Model up2O33o-b1535v'2.Serial#O2-603)O1O2.with 1 $554.00 each 30(interna|)YuaooNP-18-12Borequivalent. (Note: Located in Bldg.605, Laundry Storage;for Violent Offender Control) L|EBERT3UKVA Model N Power, Serial No. K8U8F30007. Part No. 1 $554.00 each 37SA03/AC0EH78 (Note: Located in Bldg. 7O1^ Room E112) L|EBERT30K\6A Model N Power, Serial No. yWUBF38OOG' Part No. 1 $554.00 each 37SA03AAC6EH78 (Note: Located inBldg. 701' Room B-245) *Provide one(1) scheduled maintenance visit per year for each UPS. *Provide one(1) scheduled maintenance visit per year for batteries. B. SHERIFF ADMINISTRATION Note: Vendor to provide the Annual cost per unit for the services specified. QTY ANNUAL COST PEE MIT R{ELLO05KVA. 48OV3phin480V3ph out, with 30 each PFlC-129O8 1 $768.00 each Batteries (Sealed) *Provide two (D) scheduled maintenance visit per year for each UPS. *Provide four<4U scheduled maintenance visit per year for batteries. ° Locates batteries indicating imminent failure w Includes failed battery replacement at the rate of 10%year up to"end of life" * Designed for battery systems eligible for the manufacturer's full warranty period SAPubli&RfqFy2015-1m285-5482UnintenopbW Power Supply(UmVSystema\285-542Unimonmptbl Power Supply(Ups)Systems.Dm` Attachment Page 30Of53 Quotation No. 285-5482 Page 23 C. PLAZA&ITSD QTY AbINUAL GO PER Ublij Plaza Building 21m Floor i $889.00 each Toshiba 50K\AA Model T42d3F50O>0AkAXN (42OOFAXT)with 3Oeach Datamafe12HX330FR Batteries (Sma|ed) m 1O Street 2 $1083.00 each UPS Toshiba 225NVY\Model TAOG3G22K88X8N with 8U each CSBXHRL 1362OVVFR Batteries(Gea|ed) *Provide two/2\ scheduled maintenance visit per year for each UPS. *Provide four(4)scheduled maintenance visit per year for batteries and charging system. • Locates batteries indicating imminent failure * Includes failed battery replacement at the rate of 10%year up to"end of life" • Designed for battery systems eligible for the manufacturer's full warranty period D. CORONER BUILDING DESCRIPTION QTY ANNUAL COST PEE Uh1IT L|EBERT05K\A\Model N'povw»r with 4O each VISION UNA12-2O0 1 $55*.00 each Batteries *Provide one(1)scheduled maintenance visit per year for each UPS. *Provide one(1) scheduled maintenance visit per year for batteries. CORRECTIVE MAINTENANCE LABOR AND MATERIALS RATES Quotations for rates should include Travel/Mileage/Portal to Portal On site labor rates: NC)RK8ALHOURG $112.00 HOUR (Monday—Friday 7:OUa.m. —O:00 pm.) AFTER NORMAL HOURS $155.00 HOUR HOLIDAY HOURS $155.00 HOUR Materials: Provide a price sheet of major component and replacement batteries for systems indicated. Other Material Cost Plus 8 96percent) 8ApuNic\RfqFr2O15-16\285-542Unim,nnpubi Power Supply(Up*)Smmmo\285-5482UninmnmptN Power Supply(Ups)Svmemn.Dom Attachment B Page 31 of 53 Quotation No. 285-5482 Page 24 Serviceman's name, address and phone number during: Regular working hours (8:00 a.m. to 5:00 p.m.) RICHARD SCOTT DUNN 209-480-1694 800-669-8862 Name Phone number 4233 GABRIEL WAY, MODESTO CA 95356 Address After regular working hours: TONY TASSINARI 209-401-5574 800-669-8862 Name Phone number 5837 Riverside Circle, Stockton CA 95219 Address Other person/location, address or phone number where service/maintenance may be obtained: KENNETH S. EVANS 510-512-0234 800-669-8862 Name Phone number 3750 TAMAYO ST, FREMONT CA 94536 Address MICHAEL HALL 530-491-1130 800-669-8862 Name Phone number 1600 LARRY STREET, OLIVEHURST CA 95961 Address Name Phone number Address Minimum Charge: (Attach additional sheets and explain in detail) NO MINIMUM CHARGE GAPublickRfq\Fy 2015-16\285-5482 Uninterrupfibl Power Supply(Ups)Systems05-5482 Uninterruptbl Power Supply(Ups)Systems.Doc Attachment Page 32Of53 Quotation No. 285~5482 Page 25 ���������� LIST ���°����°� This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. _X All signatures must beinb|ua|nk. 2. X The Request for Quotation(RF{])has been signed and completed. 3. x One M\original and two(2)copies cf the RF[]have been provided. 4. X Addenda, if any, have been completed,signed and included in the bid package. 5. X The completed Reference List on provided with this RF(J. 8. X The Quotation Schedule as provided with this RFQ has been completed, price reviewed for ----- accuracy and any corrections initialed inink. 7. X Indicate all of bidder exceptions to the County's requirements,conditions and specifications as ----' stated within this RFC}. 8. _X The Participation page as provided within this RFQ has been signed and included N/A 0. The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference ---- section Uf�pp|icab|e) has been completed signed and included. � ` ' 10. Bidder to Completepage aa provided with this RFO. 11. Verification of Department of Industrial Relations Contractor Registration. 12. X Verification of Contractor's License and the Department of Consumer Affairs—Contractors'State ----- License Board. X 13. Specification,descriptions etc.for items offered under bidder(s)quotation. 14. X A description of the design and techniques that the bidder will use to complete the project. 15. X Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your ----' bid include the following information: County of Fresno RFQ No. 285-5482 Closing Date: July 26,2016 Closing Time: 2:00 P.M. Commodity or Service: Uninterruptible Power Supply(UPS)Systems GAPub|ic\RfqTy2015-10285-548cUnmtenmvfiN Power Supply(Ups)8ymnmo\285<N8 Uninmnmptb|Power Supply(UpVSysmms.Duo Attachment B Page 33 of 53 Quotation No. 285-5482 Page 26 ATTACHMENT A NO HOSTAGE POLICY G:IPublic\RfgkFy 2015-161285-5482 Uninterruptibl Power Supply(Ups)Systems1285-5482 Uninterrupbbl Power Supply(Ups)Systems.Doc Attachment Page 34Of53 RPQ 285-5482 A17ACHK0ENTA Page ���� HOSTAGEFACILITIES "��� =����� = ������ SECURITY: CDUNTY'e Juvenile Justice Cannpuo, Fresno County South Annex Jail, Fresno County North Annex Jail, and Fresno County Main Jail are no hostage facilities operated by the Fresno County Sheriff Office and Probation Department. The security of each Detention Facility is paramount and takes precedence over all processes. Before the start of any work, CONTRACTOR and any subcontractors shall review with a representative of the Sheriffs Office, Probation Department and COUNTY Coordinator, the proposed process and how his work will interface with the respective Detention Facility's operations. The Detention Facility's operations shall take precedence. CONTRACTOR shall perform his work in accordance with the procedures established by the Sheriffs Office and Probation Department. Should any revisions to any procedures become necessary, such revisions shall be reviewed and approved by Sheriffs Office or Probation Department and the COUNTY Coordinator before execution of such revisions. Exit facilities, distress warning devices and similar devices and equipment shall remain operable at all times in accordance with regulations of the State Fire Marshall. CONTRACTOR shall plan and execute his work in such a manner so as to prevent a breach of the Detention Facilities' Security or allowing an inmate to escape. This maintenance of security shall remain in effect for the duration of the project. CONTRACTOR shall be responsible for preventing the introduction of any material or equipment into the facility that could be deemed contraband. Such contraband shall include, but not be limited to, tools, equipment, nupplieo, construction waste, and construction materials. Only tools, supplies and equipment necessary to complete a given task shall be taken into an inmate occupied space. Such tools, supplies, and materials shall be inventoried in and out of the secured area by CONTRACTOR. Any discrepancy shall be called to the attention of the Sheriffs Office or Probation Department representative immediately. The Sheriffs Office or Probation Department may want to limit the number of workmen in any one area at one time. Only workmen with proper identification as issued by the Sheriffs Office shall be o||ovved into the work area within the Detention Facilities. The appropriate identification will be issued on an as needed basis. The Detention Facilities have no"Off Houre^ CONTRACTOR shall confer with the Sheriffs Office representative and COUNTY Coordinator on a case by case basis for all work to be performed outside normal hours. Any violations of security procedures which result in extraordinary man hour expenditures by COUNTY, such as for unscheduled searches to retrieve contraband mr man hour costs expended tm report and/or recapture an escapee,will be the responsibility of the CONTRACTOR. Attachment Page 35Of53 BFQ285-5482 ATTACHfNENTA Page 2 "���� HOSTAGE" POLICY ���� ������ � ������ EFFECTIVE DATE: 12-18'89 REVISED: 08-08'90. 12-25'04. O5~U8'UO. O0-01-QA.12-D1-10 APPROVED BY: GheriffK8. Mims BY: Assistant Sheriff T.Gottie AUTHORITY: California Code of Regulations, Title 15, Section 1U20(e)(7)(B)and Penal Code Section 238. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage- taking incident while pnaaen/inO the safety ofstaff, pub|ic, inmates, and hoatagea, and maintaining facility security. POLICY: The Fresno County Sheriffs Office Jail Division maintains NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriffs Office Jail Division that once any staff member is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriffs Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person invn|ved, if possible, from serious injury ordeath. PROCEDURES: i DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. |i NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures /B-1U1/F|LE:EK4ERGENCY\. B. The Watch Commander will notify the Patrol Watch Commander and apprise them of the incident. The Patrol Watch Commander may be requested to activate the Crisis Negotiations Team (CNT), outside support agencies, equipment, personnel, and dispatch a detective to the scene for the crime report. |U. DURING NEGOTIATIONS A. While at the scene, the CNT members will conduct all verbal or written communications between the hostage taker(s)and the Incident Commander. CNT will immediately notify the Incident Commander of any changes in the following situations: 1. Hostage status 2. Incident changes and developments 3. Hostage taker demands 4. Any and all pertinent information concerning the incident B. Staff members at the scene not actively involved with negotiations will not act or speak out to the hostage taker(n)orhostages. C. The Tactical Commander will formulate a plan to take the necessary actions, using the appropriate force, to terminate the hostage situation in the event negotiations fail. Hostage safety will be of paramount concern. "Y(JU ARE ENTERING NO HOSTAGE FACILITY. EMPLOYEES WILL NOT RECOGNIZE HOSTAGES FOR BAFlGAN|NG PURPOSES OR PERMIT INMATES DR OTHERS T[} USE HOSTAGES TO ESCAPE FROM CUSTODY. PERSONS ENTERING THIS FACILITY MAY BE SUBJECT TO SEARCH." G:\PU8UQCLER|CAUMExTHER&SHAUN TEMP BID F|LES\285-54D2QO5-5482 ATTACHMENT A-N0 HOSTAGE POUCY.DOS Attachment B Page 36 I= COUNTY�6FFiESN6 PARTS LIST AND COMPONENTS Liebert—N12ower 30K-VA Parts Description Fuse 60A 500V Fuse 125A 500V Fuse 125A 700V Capacitor 7900 U Cap 1.0 mf 1000 Cap 90 of 310VA Cap 28 of 3% 60 Cap 490 000 of Fan 115V PWA SCR Driver PWA IGBT Driver PWA BP ST SW PWA Snubber PWA Rectifier S Total Cost: $4,934.00 Liebert—N -VA power65K Parts Description Fuse 175A 500V Fuse 250A 500V CAP 30uf 6%240 CAP 25uf 240'V CAP ELEC 2500uf CAP 40uf 6%440 Fan Axial 11 5V Fuse 4A 500NT Fuse 3 A 600V SCR Mod 131 PWA Gate Base G PWA Cntrlr/Buffe PWA Inv Base Dr Total Cost: $3,648.00 Attachment B Page 37 of 53 Mitsubishi 20K-VA Parts Description Fuse 140A Contactor Control Power Supply 15V Control Power Supply 24V Power Device (IGBI) 50A Power Device (IGBI) 300A PCB (Thy Gate) PCB (Gate Drive) Power Device (THY) Fan 35W PCB (main) UPFR-KB Total Cost: $4,336.00 Mitsubishi 40K-VA Parts Description Fuse 280A Contactor Control Power Supply 15V Control Power Supply 24V Power Device (lGBf) 12H-600V150A PowerDe-vq*cc (lGB'I) 12H-600V/200A Power Device (IGBT 12H-600V/400A PCB (Thy Gate) PCB (Gate Drive) Power Device (17H�O Fan 50/60Hz PCB (50A) PCB (main) UPFR-K B Total Cost: $5,156.00 Attachment B Page 38 of 53 Toshiba 50kva Parts Description Fuses Axial Fan IGBT's PC Board (control) PC Board (inverter driver) PC Board (logic) Total Cost: $4,296.00 Toshiba 225kva Parts Description Fuses Axial Fan IGBT's PC Board (logic control) PC Board (inverter driver) PC Board (main) Total Cost: $9,689.00 Riello 65kva Parts Description Fuses 4A gR 690V 10x38 Fuses 4A gR 900vdc 10x38 Fuses 125A aR 690V 200kA Fuses 200A aR 700Vdc 200A Fuses OMEGA 10x38 690V ul Total Cost: $600.00 Attachment B 53 Detention Facility—Battery Pricing Riello 65kva UPS $162.41 per battery Mitsubishi 201wa,2033C $66.00 per battery Sherriff Admin Building—Baggy Pricing RieHo 65kva $188.82 per battery ITSD, Plaza Building and 10"' Street-Battery Pricing Toshiba 50k-va $162.41 Toshiba 2251wa $334.80 per battery Liebert 65kva $128.80 per battery 7-22-16 Attachment B Page 40 of 53 July 22,2016 0, 1 G I NAL County of Fresno-Purchasing 4525 E. Hamilton Avenue,2-a Floor Fresno, CA 93702-4599 SPECIALIZING IN POWER SYSTEMS AND ENGINEERING RE: RFQ No. 285-5482 Unititerruptible Power Supply(UPS) Systems Due July 26,2016 2:00 p.m. Dear Purchasing Dept./Ms.Heather Stevens: As the current service provider,please find attached one(1) original and two (2) copies of Fakouri Electrical Engineering,Inc.'s (FEE) quotation and supporting documentation for the maintenance of County of Fresno's UPS systems, per RFQ No.285-5482 specifications. In addition,the following corporate information is submitted for your review: Point of Contact: Fakouri Electrical Engineering,Inc. Contact:Lisa Findlay 30001 Comercio Rancho Santa Margarita,CA 92688 Phone: (800) 669-8862/ (949) 888-2400 Fax: (949) 888-2416 Lfindlay@fee-ups.com FAKOURi ELECTRICAL At its incorporation in 1978,Fakouri Electrical Engineering,Inc.was the first independent UPS maintenance ENGINEERING,INC. services and engineering organization. Since then we have helped set the standard for customer satisfaction in CORPORATE OFFICE the design,installation and service of critical power applications.Today,we are the nation's largest independent 30001 Comercio service provider and critical power specialists. In addition to experienced and factory trained UPS service Rancho Santa Margarita, CA 92688 engineers for Liebert and Mitsubishi UPS systems,FEE service engineers are also factory trained and premium 949 888 2400 service provider for Riello UPS systems with a full inventory of spare parts availability. 800.669,8862 FAX 949 888.2416 FEE is ISO 9001:2008 Certified and is a nationally recogr�zed small Women-Owned Business Enterprise www.fee-ups.com recognized by the WBENC. REGIONAL SERVICE CENTERS Below is a brief Est of all the services FEE provides on a national level.We have a proven track record of NATIONWIDE performance for over 35 years in UPS services. "Excellence through innovation,engineering —Design Engineering&Installation Services: Preventive Maintenance&Emergency Services: and experience" EF&I-Data Center Facilities UPS Power Systems (Est 1975) EF&I-Telecom DC Plants Rotary UPS Systems UPS Turn-key Installations Telecom DC Power Plants Certified Battery System Replacement 48VDC Rectifier Systems Site Survey/Power Audits 48VDC Inverter Systems Single Point Failure Analysis Battery Back-up Systems Wown's Buses Entprtyriw Forensic Power Investigation Emergency Generator Systems Facility Power Evaluation Automatic Transfer Switches (ATS) Facilities Systems Management Power Distribution Systems (PDU's) EF&I-Emergency Generator and Co Remote Monitoring Systems Generation plants. UPS Reconditioning/Refurbishment Power Equipment sales&service I Disaster/Recovery Support Attachment B Page 41 of 53 Many organizations are looking at FEE as an option to provide substantial savings on their maintenance contracts without compromise on the quality of service. Should you have any questions or require additional information,please do not hesitate to contact us at(800) 669-8862. We look forward to hearing from you. Sincerely, 21 Lisa Findlay Sr. Contract Administrator Customer Service&Support Enc. 2 Attachment B Page 42 COMPANY BACKGROUND AND EXPERIENCE Fakouri Electrical Engineering, Inc. (F.E.E.) was incorporated in 1978,providing uninterruptable power supply (UPS) and critical power systems preventive maintenance,24/7 emergency support, engineering/installations and power management services for facilities and data center operations. From our inception,we were able to offer our clients single source UPS services for various manufacturer's UPS types and models, thereby reducing costs of multiple vendors or subcontractor services with inconsistent performance and service rates. Our factory trained and experienced UPS service engineers and technicians are well qualified on multiple type UPS systems and are knowledgeable with UPS and critical environments, as it relates to the infrastructure of electrical critical power systems. In addition to experienced and factory trained UPS service engineers for Liebert and Mitsubishi UPS systems, FEE service engineers are also factory trained and premium service provider for Riello UPS systems with a full inventory of spare parts availability. Our primary objective is to protect operational load demands,with a proven track record of performance for over 35 years,with our proactive maintenance program and immediate responsiveness to emergency scenarios,keeping mission critical power uninterrupted as intended with reliable UPS power. F.E.E. expanded to a national level decades ago, through many referrals and opportunities as a single source UPS service organization for companies that required UPS services at multiple locations and equipment types. Through our performance and service dedication,we became a "preferred service partner"with many management groups and clients. F.E.E is a diversified Women Business Enterprise (WBE) certified through the National Women's Business Council and Public Utilities Commission. We are also a ISO 9001:2008 certified company since 2001, for UPS service and installation with quality parameters per ISO. In addition to our UPS service capabilities, F.E.E's team of professional electrical engineers,UPS certified technical specialists, electricians, and power engineers can provide engineering and installations (turnkey EF&I)) projects for UPS, stand by generators,ATS,DC plants,UPS batteries, STS, and critical power distribution for data center and facilities. In brief to summarize our UPS services and engineering capabilities we provide: Maintenance&24/7 Emergency Support: Project Engineering,Furnish&Installation(EF&I) * UPS Power protection Systems * EF&I turn-key UPS power system configuration design * UPS battery plants &installation e 48VDC telecommunication DC Plants 9 EF&I Battery plants installation and replacement e Emergency Generator Systems * 48VDC telecommunication plants * Automatic Transfer Switchgear(ATS) * EF&I emergency back-up Generators and ATS - Power Distribution Systems (PDUs) 9 Site power survey/energy efficiency evaluations e Static Transfer Switch(STS) e Forensic power study e Monitoring of critical systems (Battery,UPS) o Single point failure analysis o Environmental and cooling systems (14VAC) o UPS and equipment refurbishment/rebuild e UPS Reconditioning/Refurbishment 9 Technical facilities and/or relocation planning 0 24/7 emergency and Disaster/Recovery Support 9 Power equipment turn-key sales,installation&services Attachment B Page 4 FTECHNICAL APPROACH & TRANSITION PLAN TO COMPLETE THE PROJECT L Fakouri Electrical Engineering, Inc. (FEE)understands the County of Fresno contract requirements of this RFQ. The following process is submitted for an orderly and efficient transition of operations to complete and deliver all services required by the new contract: 1. Immediate distribution and exchange of contact information prior to contract start date,to enable the availability for any on-call emergency call out requests during the transition period. a. FEE emergency response phone numbers and email of integration team members. b. Emergency escalation procedures 2. Emergency escalation procedures Contract(kick-off)meeting with field operations, account managers, accounting and executive management to discuss: a. Contract scope and SLA deliverables b. Identify designated project managers c. Coordinator/Account manager Assignment d. Field service team assignments e. Customer procedures and requirements of service provider f. Distribution of contact information g. Development of PM service schedules. h. Emergency response times and procedures i. Applicable badging requirements 3. Assign new customer and individual site identification tracking numbers 4. Customer/ Site and contract data entry within M-Power(enter site maintenance schedules and asset management system) a. Customer site and contact information b. Contract information and Service Level Agreement (SLA) confirmation c. Inventory verification of assets d. Frequency of service e. Emergency response time f. Site asset information and verification of- i. Manufacturer ii. Model Number iii. Equipment Rating iv. Input/Output Voltages Attachment B Page 4 v. DC Voltages 5. Implement performance metrics (KPI's) which meets Customer reporting requirements,with quarterly review. (Key Indicators: Technologies/Quality/Responsiveness/Delivery/Costs) ACCOUNT MANAGER/REGIONAL COORDINATORS AND FIELD OPERATIONS l. Review service contract and escalation procedures 2. Review maintenance scope of work and procedures 3. Establish site and equipment yearly maintenance schedule 4. Obtain information required for method of procedure(MOP) development 5. Coordinate site visits to verify equipment, status and configuration. 6. Indentify and establish FEE owned spare parts that may be placed on site or within the region to support maintenance/emergency efforts 7. Provide and review web hosted database with customer portal for service reports, MOP's, PM schedule, equipment assets and equipment status. 8. Establish frequent communication to assure smooth transition period and them ongoing review and update. 9. Implement performance reporting metrics (KPI's) to monitor and improve maintenance support services. 10. Schedule P.M. schedules in advance, with customer personnel per customer convenience maintenance window. UPON INITIAL SITE MAINTENANCE VISIT 1. Attach FEE emergency response phone numbers to equipment 2. Perform physical inventory of equipment and update M-Power accordingly i. Manufacturer ii. Model iii. Serial Number iv. Date of code of equipment v. Equipment Rating vi. Input/Output Voltages vii. DC Voltages 3. Establish available site spares on site inventories 4. Verification of equipment operational procedures (If posted or within manuals) 5. Verification of electrical single line diagrams 6. Verification of circuit breaker identification plates for correct nomenclature 7. Environmental conditions 8. Identification of operational status Attachment B Page 45 NONE, W1 ESCALATION PROCEDURES Emergency Services and Escalation Process For a UPS related emergency,proceed as follows: Call FEE's 24/7 Emergency and Central Office Number (800) 669-8862 State the nature of your call. The office will proceed immediately to contact the service engineer in charge of your facility. All calls are logged by our call center and followed up to ensure customer satisfaction and response times are adhered to. As back up to our dispatch 800 number,regional service engineers mobile numbers and emails are distributed accordingly. ESCALATION PROCESS 1. TYPE OF SERVICE a. Emergency call out: i. Call back to contact within 15 minutes ii. On site within 2 hours or less b. Non- Emergency: (remedial repair) i. Respond as job is scheduled or at customer convenience or approved maintenance/remedial repair window. c. Consultation/Discussion of Equipment i. Available at any time d. Quotations: i. For equipment quotations of replacement, enhancement or repair items would be communicated within 2 to 5 days depending on urgency. 2. EMERGENCY CALL OUT AND ESCALATION PROCESS: a. FEE call back to emergency within 15 minutes to gather information on emergency scenario b. Area FSE immediately responds to site c. FEE regional service manager also notified of emergency scenario Attachment B Page 46 d. Once on site, the FSE is to evaluate the situation and identify diagnosis and repairs within 4 hours of being on site e. Should diagnosis or repair be more complex and not conclusive,National Field Service Manager is notified along with senior technical specialists and Director of Operations. f. Resolution should be resolved with plan of action in place to rectify situation 3. ADDITIONAL BACK-UP TELEPHONE NUMBERS OF OUR 24 HR. FIELD SERVICE TEAM WILL BE PROVIDED UPON AWARD Attachment B Page 47 of 53 Fakouri Electrical Engineering, Inc. Local Field Service Engineering Staff Tony Tassinari National Field Service Manage SPECIALIZING IN 0 20+years of experience installing and maintaining various UPS Systems POWER SYSTEMS 0 Experience in troubleshooting and maintaining a multitude of UPS Systems including Liebert 600 AND ENGINEERING Series,Liebert Npower, Riello,Eaton Powerware 9355 Model 30, BEST, MGE/APC, Mitsubishi, Siemens,Toshiba , Riello, PS&C Rotary,and Deltec. 0 Factory and field trained on both single phase and 3-phase UPS systems,(Liebert, Mitsubishi, Powerware,and MGE). 0 Assistance in supervisory activities relating to scheduling,emergency and remedial repairs, Mike Hall National Senior Technical Specialist • Over 27+years of experience in Electrical Power Production specific to UPS Systems • Senior Engineer with field experience for maintenance and repair of various UPS system types(Liebert, Teledyne, Powerware,APC/MGE, Pillar,Chloride, Riello,Toshiba and Mitsubishi) • Application Engineer • Extensive experience in troubleshooting, repair and rebuilding of UPS Systems • Senior Test Engineer for manufacturers of UPS Systems for over 12 years • Senior Circuit Design Engineer for manufacturers of UPS Systems • R&D Engineer for UPS, Power Distribution Systems and Battery Monitoring Systems Richard Dunn Senior Field Service Engineer 0 10+years experience in service and maintenance of UPS Systems, inverter lighting,voltage regulators, transformers, rectifiers,48VDC Battery Plants,and variable speed drives. 0 Experience with diagnostics and repair of UPS Systems including Liebert 600 Series,APC/MGE, FAKOURI Exide/Powerware 9355 Model 30, Best(Ferrups), Deltec, Mitsubishi, Riello,Toshiba,On line,and ELECTRICAL others ENGINEERING,INC. 0 Extensive experience in the troubleshooting of electronic circuits and design modifications 0 Training and experience on servicing 48VDC Battery Plants CORPORATE OFFICE 0 Coursework and training in Electrical Safety, Protective Equipment,Lock Out/Tag Out and various 30001 Comercio safety related courses. Rancho Santa Margarita, CA 92688 949.888,2400 Ken Evans 800.669.8862 Field Service Engineer/Technical Specialist FAX 949.888.2414 0 A.S. Electronics Engineering Technol v",v.fee-ups.co ogy rn 0 ITT Technical Institute Degree in Electronics 0 15+years of providing maintenance and repair of UPS Systems,DC Power Plants, Rectifiers, Inverters, REGIONAL SERVICE Static Transfer Switches, Power Distribution Units and Maintenance Bypass Cabinets. CENTERS 0 Specialist in maintenance, installation and start up services for UPS and battery systems,including NATIONWIDE Liebert 600 series, Npower, Riello,Best Ferrups, Exide/Powerware 9355 Model 30,APC and others. "Excellence through 0 Develop custom program and specifications for large EF&I, UPS and emergency back-up power system innovation,engineering projects,timeline schedules and project management practices and experience" (Est.1975) Rufus Oldham Sr. Field Service Engineer/Technical Specialist: =Certified 0 20 years FSE experience 0 BS Degree in Electronic Engineering 0 Experienced and trained on multiple UPS systems including:Alpha Technologies, MGE,Liebert, binds Business 17"tPrtwicp Powerware, IPM, Emerson, Chloride, Riello, Mitsubishi&Toshiba. W - 0 Trained on maintenance vendor management, infrastructure diagnosis/troubleshooting and training on A( and DC power distribution 0 Performed numerous UPS initial start-ups and commissioning 0 Maintains Sealed&Flooded lead acid batteries Attachment Page 48Of53 William West Power System En-gineer-Technical Specialist: ° 25 years experience working with UPS and critical power equipment ° Extensive experience in maintaining&repairing APC, MGE, Liebert, Exide/Powerware,Toshiba, RieUo. Mitsubishi UPS Systems&PDU'e. ° Advanced specialized training onLiobert UPS and Power Products " Manufacturer trained Liebert UPS systems " Trained on UPS operational and maintenance on multiple types of UPS and battery systems " Experienced&trained on Generators,/TSSwituhgear&OCplants Aaron Blake Regional Manager/Lead Field Service En-gineer: ^ 11 years FSEexperience " Experienced and trained on multiple UPS systems including:MGE,Liebert, Powerware, IPM, Emerson, Ch|ohdn, Mitsubishi, Rio||o.Toohiba. " Experienced and trained on multiple ATS systems including:ASCO,Zenith,Westinghouse& Ruooe|ectho 0 Maintains sealed&vented lead acid batteries Bobby Javanpour " Over 17+years as a Field Service Engineer specializing in UPS maintenance and troubleshooting and battery maintenance. ° Performed installation and start up services for UPS and battery systems,including Liebert Series 600, Npowor. RieUo.Best Fenupo.Exido/Powonwam.APC and others. ° Performance of maintenance of various manufacturers(Caterpillar,Onan, Cummins, Kohler)of electrical generators from 3KVVto2OODKVV/ ° Hands un repair duties for generator/power plants and UPS Systems Dennis O'Hara Senior Field Service Engineer ° Fullerton College, Electronics Certification 1088 0 Proficient in the operation and maintenance of electronic power supply systems and 48VDC Plants ° 12+years experience and factory trained on multiple types and manufacturers of UPS systems including Exido/Powenwam.APC. M8E.Toshiba , Mitsubishi,Topaz, Best Fonupo.Alpha and Ememmn/Liobert. ° Expert in battery PM procedures in impedance,conductance and equipment utilized in battery maintenance " Knowledgeable in the implementation/maintenance of various monitoring solutions for UPS systems, K8od8ueo. IK4S-40O0.SNK8P. CoUvmatch.AJber.and K4idtroniom. ° Involved with installation and testing of batteries, UPS systems and Power Distribution Systems California Department of Industrial Relations - Contact DIR Attachmpa of 1 Page 49 of 53 Press Room. ; Conirct[AR . CAgov <.as -` Go to Search Pubic Works Public Works Contractor (PWC) Registration Search This is a listing of current and active PwC registrations pursuant to Division 2,Part 7,Chapter 1(commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display acMve registered public wciks contractors)snatching your selections. Registration Year: Next Fiscal Year 2016/17 ;V PWC Registration Number: 1000020394 �_ Contractor Legal Name: example:ABC COMPANY Contractor License Lookup License Number: example:123456 i i County: [ORANGEv# Search i Reset Export as: Excel I PDF Search Results One registered contractor found. 1 Details.Legal Name Registration County city Registration Expiration Number Date Date View 'FAKOURI ELECTRICAL ENGINEERING,INC. 1000020394 ORANGE RANCHO SANTA;06/07/2016 06/30/2017 MARGARITA 12.20160101 About DIR Work with Us Learn More who we are Licensing,registrations,certifications&permits Site Map DIR Divisions,hoards F,Commissions Notification of activies Frequently Asked Questions Contact DIR Public Records Act Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright 2015 State of California https://efiling.dir.ca.gov/PWCR/Search.acfon 6/7/2016 Attachment B Page 50 of 53 State Of California (�'qq` CONTRACTORS STATE LICENSE BOARD t ACTIVE LICENSE Coasumcr � _ 1tiain 4�8114�9 Q I �e : - E.coRP FAKOURI ELECTRICAL ENGINEERING INC i C 10 C20 B 10/31/2017 www.csIb.ca.gov ,k ieck A License -License Detail Attachment B Page I o� Page 51 of 53 Contractor's License Detail for License # 481149 ISCILAIMER: A license status check provides information taken from the CSLB license database. Before relying on this iformation, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on th link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Business Information FAKOURI ELECTRICAL ENGINEERING INC 30001 COMERCIO RANCHO SANTA MARGARITA, CA 92688 Business Phone Number:(949)888-2400 Entity Corporation Issue Date 10/17/1985 Expire Date 10/3112017 License Status 'This license is current and active. NI information below should be .reviewed ---------—------- Classifications ------------ ------­_____­_­1-------------­­­------ C 10-ELECTRICAL C20-WARM-AIR HEATING,VENTILATING AND AIR-CONDITIONING B-GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond —------------- This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY, and Number: 100106941 and Amount: $15,000 Effective Date: 01/01/2016 bontractor's Bond History ------------------- ----------- ....... Bond of Qualifying Individual The qualifying individual CHARLES WILLIAM EWALT certified that he/she owns 10 percent or more of the voting stock/membershipi, interest of this company;therefore, the Bond of Qualifying Individual is not required. Effective Date: 12/04/2000 �,BQI's Bond History Workers' Compensation This license has'Wcr_kers compensation insurance with the TV\flN CITY FIRE INSURANCE COMPANY Policy Number:57WEGH1325 effective Date: 10/01/2015 Expire Date: 10/01/2016 W rkers'Compensation History ps://www2.cslb.ca.gov/OnlineServices/CheckLicensell/LicenseDetail.aspx?LicNum=481149 7/19/20 Attachment B Page 52 of 53 )�MEN C' Worn&s Business FnteTrise National Canncil hereby grants iFlusinm ]Elite 0 Iv 0 *omell lis to � 0 O-A 101b Fakouri Electrical Engineering, Inc. Q744110 %klp V who has successhilly met WBENC's standards as a Women's Business Enterprise (VIBE). Tlus certification affirms the business is woman-owned, operated and controlled; and is valid through the date herein. WBENC National WBE Certification was processed and validated by Women's Business Enterprise Council—West,a WBENC Regional Partner/Organization. Expiration Date: 09/30/2016 qcy �.�Q��L7 h. } WBENC National Certificate Number: 243556 yVomens t ' Authorized by Pamela S.Williamson,PhR, President/CEO, Business Enterprise Women's Business Enterprise Council—West Council NAICS Codes:811219,541990 UNSPSC Codes:39120000 fZ ORVW13C ; w � �{° i waEC WBEQ WBEC Ass ra . ., i ,., n" .<, ." t� WBEA r tf, 4 f REGISTRATION CERTIFICATE This document certifies that the administration systems of ElectricalFakourl" ,, Inc 30007 Comercio, Rancho Santa Margarita, California 92688, USA have been assessed and approved ,by QAS International to the following management systems, standards and guidelines. With the permitted exclusion of clause 7.6 Control of Monitoring and Measuring Equipment The approved administration systems apply to the following: Electrical Design and Manufacture for EF&Installations and i! Maintenance Services for Critical Power Equipment, ie, UPS Systems S and Battery Plants, Emergency Diesel Generators, ATS Switchgear. Original Approval --------- 6 h.November_2©03-------------------. Current Certificate 6ih November 2015 Certificate Expiry ..........6t'_November 201.6----..... Certificate Plumber A1801US Signed: Certification Officer _✓ �� behalfOn of QAS International This certificate remains valid white the holder maintains their quality administration systems in accordance with the standards and guidelines stated above,which will be audited annually by OAS International.The holder is entitled to display the above registration mark for the duration ` of this certificate,which should be returned to OAS international upon reasonable request. Issuing Office:QAS international,20A Oxford Street,Malmesbury,Wiltshire SN16 91 UK . � 1 IN IN I N. SO Attachment C MFakouri Electrical Engineering, Inc. 800 - 669 - 8862 30001 Comercio Phone : (949) 888-2400 Rancho Santa Margarita, CA 92688 Fax : (949) 888-2414 www.fee-ups.com Field Service Report Customer Information Site Site Contact Address Phone Number City,State Zip Email Service Information Service Summary Job Number Customer PO/Approval Service Start Date/Time Service End Date/Time Equipment Type Customer Equipment ID Service Type ❑ Monthly PM ❑ Quarterly PM ❑ Semi Annual PM [:]Annual PM ❑ ES-Call ❑ T&M ❑ BCO ❑ CCO ❑ Standby Service ❑ Courtesy ❑ Project ❑ Other Equipment Information Manufacturer/Model IlRating 1-ocation/Custo IlVoltage(In/Out) Serial Number IlDate Code Arrival status ilDeparture Status Unable to Service 11 1Follow Up Required 11 ReportTechnical Corrective Action(s) **Please see the last page for more detail Labor Arrival Departure [Stndard Ovr.Time Dbld Time Standard Ovr.Time Dbld Time Travel Date/Time Date/Time Tech/Eng bor Labor Labor Travel. Travel Travel Miles 0000000 0000000 0000000 0000000 0000000 0000000 Total 0000000 Part and Material Qt .11 Description P/N Source TAG #/ MRA# 0 0 0 0 0 0 0 0 Customer at Site-Name/Number FEE Lead Engineer Form 065-A Rev 1.0 June 7,2007 1 Attachment C Fakouri Electrical Engineering, Inc. 8 0 0 - 6 6 9 - 8 8 6 2 El 30001 Comercio Phone : (949) 888-2400 Rancho Santa Margarita, CA 92688 Fax : (949) 888-2414 www.fee-ups.com On-Line Inspection INSPECTION Description 1 7 Yes Inspect the environment and condition of room. LinputVoltageA Yes Check for proper air movement, in and around the equipment I Input Voltage B Yes Check air filters and replace. I Input Voltage C Yes erify alarm and Sys status indication lights are displaying correct equip.operational Input Current A status. Yes Identify any abnormal noise or vibrations Input Current B Yes erify equipment fan operation Input Current C Yes Infra-red scan equipment assemblies for excessive heat. Output Voltage A Yes isually and electrically inspect logic and major assemblies Output Voltage B Yes isually inspect UPS Switchgear for component damage. Output Voltage C Yes erify proper load sharing among modules(if MMS) Output Current A Yes erify automatic transfer systems are in operation and enabled. Output Current B Yes erify remote status panel/building management systems correct operational status. Output Current C Yes erify the Balance of the Load(Check only on 3 Phase Units) Percent Loaded Off-Line Inspection INSPECTION Yes erify transfer operations and logic are within specification(phasing and voltage difference)>>complete transfer to B.P. mode Yes isually inspect and electrically inspect rectifier major power assemblies. Yes isually inspect and electrically inspect inverter major power assemblies Yes Inspect DC filter capacitors checking for open fuses,leakage,and swelling. Date Code: Yes Inspect AC filter capacitors checking for open fuses, leakage,and swelling. Date Code: Yes Electrically verify control logic power supply potentials»calibrate if necessary Yes Electrically verify critical logic control and power signals»calibrate if necessary Yes Electrically verify critical power output waveforms are within parameters»calibrate if necessary Yes Inspect power and control wiring for damage,worn insulation and signs of excessive heat or arcing. Yes Calibrate equipment AC,DC voltages and current,and frequency metering. Yes erify rectifier output is within specification. Yes erify inverter output is within specification. Yes Electrically inspect static switch assembly. Yes Inspect the switchgear and major magnetic assemblies. Yes If applicable>>perform operational integrity verification,transfers,input fail and battery discharge. Form 065-A Rev 1.0 June 7,2007 2 Attachment C rE Fakouri Electrical Engineering, Inc. 8 0 0 - 6 6 9 - 8 8 6 2 30001 Comercio Phone : (949) 888-2400 Rancho Santa Margarita, CA 92688 Fax : (949) 888-2414 www.fee-ups.com Field Service Report - VRLA Battery Customer Information Site Site Contact Address Phone Number City,State Zip Email Service Information Service Summary Job Number Customer PO/Approval Service Start Date/Time Service End Date/Time Equipment Type Customer Equipment ID Service Type ❑ Monthly PM ❑Quarterly PM ❑ Semi Annual PM ►Fl Annual PM ❑ ES-Call ❑ T&M ❑ BCO ❑ CCO ❑ Standby Service ❑ Courtesy ❑ Project ❑ Other Equipment Information Manufacturer 11 11 Battery Model Battery Date C 11 Cabinet Serial Number Designated Equipment Battery Cab Cust ID Arrival status Departure Status Unable to Service Follow Up Required ReportTechnical Corrective Action(s) Labor Arrival Departure Standard Ovr.Time Dbld Time Standard Ovr.Time Dbld Travel Date/Time Date/Time Tech/Eng Labor Labor Labor Travel. Travel Time Miles Travel 0000000 0000000 0000000 0000000 0000000 0000000 Total 0000000 Part and Material P-Y] Description P/N Source TAG#/ MRA# 0 0 0 0 0 0 0 Customer at Site-Name/Number FEE Lead Engineer Form 066-A Rev 1.0 June 7,2007 Attachment C Fakouri Electrical Engineering, Inc. 8 0 0 - 6 6 9 - 8 8 6 2 e 30001 Comercio Phone : (949) 888-2400 Rancho Santa Margarita, CA 92688 Fax : (949) 888-2414 www.fee-ups.com Battery On-Line Inspection Inspected Description MRading D Inspect the environment and condition of room. Have eye wash and spill kit. DC Float Voltage Visually inspect each battery container for cracks, leaks,and swelling. DC Current Visually inspect for evidence of corrosion on terminals and intercell connections. DC+to GND Check the integrity of the battery rack/cabinet. DC—to GND Record ambient room temperature. AC Ripple Voltage Insure the general appearance and cleanliness of the battery system,clean normal AC Ripple Current accumulation of dust and debris. Out of Range Battery -Per Mfg. Data Sheet Jar or Cell numbers 11 Battery Off-Line Inspection INSPECTION Measure and record individual cell voltage,specific gravity,temperature,intercell resistance,and internal Impedance. 0 Inspect battery plates for sulphation,contamination,separation,or excessive shading and sedimentation. 0 Clean and re-torque any failed battery terminal and intercell connections. Batt# DC Volts AC Mill pnner Terminal �Lsctatus ond. Batt# DC Volts AC Mill Inner Terminal Cond. Volts Im edance Q Volts Impedance 52 Status 000000 21 00000 000000 22 00000 000000 23 00000 ®00000 24 00000 000000 25 00000 ©00000 26 00000 000000 27 00000 ®00000 28 00000 000000 29 00000 11 00000 31 00000 12 00000 32 00000 13 00000 33 00000 14 00000 34 00000 15 00000 35 00000 16 00000 36 00000 17 00000 37 00000 18 �00�0 38 �0�00 19 00000 39 00000 20 �00�0 40 �0�00 Form 066-A Rev 1.0 June 7,2007 4 Attachment D Page 1 of 2 EFFECTIVE DATE: 12-18-89 REVISED: 08-06-90, 12-25-94,05-06-96,09-01-99, 12-01-10 APPROVED BY: Sheriff M. Mims BY: Assistant Sheriff T. Gattie AUTHORITY: California Code of Regulations, Title 15, Section 1029(a)(7)(B) and Penal Code Section 236. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage-taking incident while preserving the safety of staff, public, inmates, and hostages, and maintaining facility security. POLICY: The Fresno County Sheriffs Office Jail Division maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriff s Office Jail Division that once any staff member is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriffs Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person involved, if possible, from serious injury or death. PROCEDURES: I. DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. 11. NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGENCY). C:\USERS\JBORIACK\DOCUMENTS\PROJECTS\FY 2016-2017\IN PROCESSWAINT_&_REPAIR_FOR_COUNTY_S_UNINTERRUPTIBLE_POWER_SUPPLY\DOCUMENTS\NEW VENDOR AGREEMENT\NO HOSTAGE ATTACHMENT D.DOCX Attachment D Page 2 of 2 B. The Watch Commander will notify the Patrol Watch Commander and apprise them of the incident. The Patrol Watch Commander may be requested to activate the Crisis Negotiations Team(CNT),outside support agencies, equipment, personnel, and dispatch a detective to the scene for the crime report. 111. DURING NEGOTIATIONS A. While at the scene, the CNT members will conduct all verbal or written communications between the hostage taker(s) and the Incident Commander. CNT will immediately notify the Incident Commander of any changes in the following situations: 1. Hostage status 2. Incident changes and developments 3. Hostage taker demands 4. Any and all pertinent information concerning the incident B. Staff members at the scene not actively involved with negotiations will not act or speak out to the hostage taker(s) or hostages. C. The Tactical Commander will formulate a plan to take the necessary actions, using the appropriate force, to terminate the hostage situation in the event negotiations fail. Hostage safety will be of paramount concern. "YOU ARE ENTERING A NO HOSTAGE FACILITY. EMPLOYEES WILL NOT RECOGNIZE HOSTAGES FOR BARGANING PURPOSES OR PERMIT INMATES OR OTHERS TO USE HOSTAGES TO ESCAPE FROM CUSTODY. PERSONS ENTERING THIS FACILITY MAY BE SUBJECT TO SEARCH. C:\USERS\JBORIACK\DOCUMENTS\PROJECTS\FY 2016-2017\IN PROCESSWAINT_&_REPAIR_FOR_COUNTY_S_UNINTERRUPTIBLE_POWER_SUPPLY\DOCUMENTS\NEW VENDOR AGREEMENT\NO HOSTAGE ATTACHMENT D.DOCX Attachment E Page 1 of 2 1 SELF-DEALING TRANSACTION DISCLOSURE FORM 2 In order to conduct business with the County of Fresno (hereinafter referred to as "County"), 3 members of a contractor's board of directors must disclose any self-dealing transactions that 4 they are a party to while providing goods, performing services, or both for the County. A self- dealing transaction is defined below: 5 "A self-dealing transaction means a transaction to which the corporation is a party and in 6 which one or more of its board members has a material financial interest" 7 The definition above will be utilized for purposes of completing this disclosure form. 8 g INSTRUCTIONS 10 (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. 11 12 (2) Enter the board member's company/agency name and address. 13 (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: 14 a. The name of the agency/company with which the corporation has the 15 transaction; and 16 b. The nature of the material financial interest in the Corporation's transaction that 17 the board member has. 18 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. 19 (5) Form must be signed by the board member that is involved in the self-dealing 20 transaction described in Sections (3) and (4). 21 22 23 24 25 26 27 28 1 Attachment E Page 2 of 2 1 2 (1)Company Board Member Information: 3 Name: Date: 4 Job Title: 5 (2)Company/Agency Name and Address: 6 7 8 9 10 (3)Disclosure(Please describe the nature of the self-dealing transaction you are a party to): 11 12 13 14 15 16 17 18 19 (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a): 20 21 22 23 24 25 26 (5)Authorized Signature 27 Signature: Date: 28 2