Loading...
HomeMy WebLinkAboutAgreement A-18-681 with Siemens Industry Inc..pdf Agreement No. 18-681 1 AGREEMENT 2 3 THIS AGREEMENT is made and entered into this 11 th day of December, 2018, by and between 4 the COUNTY OF FRESNO, a Political Subdivision of the State of Califomia, hereinafter referred to as 5 "COUNTY", and Siemens Industry, Inc. , a Delaware corporation, whose address is 4273 West Richert 6 Avenue, Suite 110, Fresno, CA 93722, hereinafter referred to as"CONTRACTOR". 7 WITNESSETH: 8 WHEREAS, COUNTY has need for services of an independent contractor to perform fire 9 and life safety, security, master antenna television (MAN) and pneumatic systems maintenance and 10 repair at various jail facilities and the Sheriff's Administrative Building; 11 WHEREAS, COUNTY desires to contract for the provision of such services in connection 12 with the operation of its Jail Facilities and Sheriff's Administrative Building, as identified below. 13 NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions herein 14 contained, the parties hereto agree as follows: 15 COUNTY hereby engages CONTRACTOR and CONTRACTOR accepts such 16 engagement, to perform those services specified in this Agreement, and Pricing for Labor & Materials as 17 identified in the National Joint Powers Alliance (NJPA) Contract No. 031517-SIE— Pricing Update: 18 Rev02071. More specifically, CONTRACTOR will charge labor rates as identified in Exhibit D, a copy of 19 which is attached hereto and fully incorporated herein by this reference. CONTRACTOR also agrees to 20 comply with the cost breakdowns, per year, as identified in Exhibit A which is attached hereto and 21 incorporated herein by this reference. The rates identified in Exhibit D, and broken-down per facility and 22 by year in Exhibit A, are in connection with fire and life safety, security, MATV and pneumatic systems 23 maintenance for Fresno County Jail Facilities and the Sheriff's Administrative Building. In performance 24 of this Agreement, CONTRACTOR will provide fire and life safety, security, MAN and pneumatic 25 systems maintenance at the following locations: 26 . Main Jail 1225 "M" Street, Fresno, CA 93721 27 . South Annex Jail 2280 Fresno Street, Fresno, CA 93721 28 . North Annex Jail 1265 °M" Street, Fresno, CA 93721 -1- 1 • Satellite Jail (Not Currently in Use) 110 "M" Street, Fresno, CA 93721 2 . Sheriff's Administrative Building 2200 Fresno Street, Fresno, CA 93721 3 • Additional locations may be mutually agreed upon for services upon the opening of the West 4 Annex Jail, located on the same COUNTY footprint/square block as the Main and North Jails 5 (the current parking lot) or at other future locations. 6 • Should COUNTY represent, at any time, that any of the locations identified herein no longer 7 exist, or no longer require CONTRACTOR's services, or should new locations become available 8 and require CONTRACTOR's services, such as the West Annex Jail, which is set to open in 9 2020, COUNTY may, and CONTRACTOR will therefore, agree to amend this Agreement and the 10 attached Exhibits, to provide for reductions or additions of service, or for a change in location of 11 services. 12 1. OBLIGATIONS OF THE CONTRACTOR 13 CONTRACTOR shall provide the below listed services: 14 A. Provide all required labor and material to perform all work outlined in the 15 maintenance service plan contained in Exhibit B, which is attached hereto and incorporated herein by 16 this reference. Provide all testing and verification of systems and equipment to meet the requirements 17 of all regulatory agencies. CONTRACTOR will provide fire and life safety, security, MATV and 18 pneumatic systems maintenance, repairs, and service, to keep the foregoing systems and equipment 19 functioning and operational. 20 B. Provide 24-hour service, maintenance and repair, as described in sections 1.(C) 21 and 1.(D) of this Agreement, upon COUNTY's request to address Critical Malfunctions in the specified 22 systems indicated below. A"Critical Malfunction" is defined as a malfunction which renders inoperative 23 any part of the security system deemed to be responsible for maintaining security or safety within any 24 area of the County that CONTRACTOR is servicing, pursuant to this Agreement. The affected systems, 25 which if impacted or are non-operational will result in a Critical Malfunction, include, but are not limited 26 to, the following: 27 i. C.C.T.V. 28 Any camera or monitor providing primary surveillance to any area of a -2- 1 facility. (Example: Sallyport Cameras) 2 ii. Housing Intercom System 3 a. Any intercom component providing primary voice 4 communications to a remotely operated door or area, with no 5 adjacent redundancy. (Example: staff entrance) 6 b. Any intercom component providing primary voice 7 communication to and from any inmate holding cell or area 8 that is isolated or locked. (Example: Administrative 9 Segregation cells). 10 iii. [Intentionally Omittedl 11 iv. Guard Security to Housinq Intercoms 12 A critical malfunction is deemed to occur when intercom component 13 providing primary voice communication to and from any inmate area 14 that is isolated or locked is out of service. (Example: Administrative 15 Segregation cells) 16 V. Integrated Security and Fire Alarm System 17 a. Any panic alarm malfunction 18 b. Any door alarm malfunction 19 c. Any fire alarm malfunction 20 d. Any door control system malfunction 21 vi. Control Console Graphic Display 22 a. Any malfunction rendering inoperable fire zone status. 23 b. Any malfunction rendering inoperable remotely operated door 24 status information. 25 vii. Administrative Intercom System 26 All components providing communication to and from a fixed staff post. 27 (Example: Tunnel Security Station) 28 viii. Central Processing Unit ("CPU") failures of: -3- 1 CPU in door control, Fire Alarm Panel & NVR's. 2 ix. Any Uninterru tible Power Supply ("UPS") failure 3 X. Metal Detectors 4 Repair upon request malfunctions to any and all facility metal detectors 5 and calibration as needed. Metal detectors are located in each of the 6 detention facility lobbies, booking area and on all housing floors. 7 8 C. CONTRACTOR agrees to respond to Critical Malfunctions as follows: 9 i.Provide a 24-hour number for reporting malfunctions. 10 ii.Monday through Friday between 8:00 a.m. and 5:00 p.m., respond within 15 11 minutes by phone and 45 minutes on site, from the time the 24-hour 12 number is notified of the malfunction. 13 iii.On all other days or times respond within 30 minutes by phone and within one 14 (1) hour on site, from the time the 24-hour number is notified of the 15 malfunction. 16 iv.Complete the repairs, replacements, and maintenance, making the critical 17 equipment and systems operational, within four(4) hours of when 18 CONTRACTOR begins work. 19 D. In regards to Critical Malfunctions, CONTRACTOR is responsible for maintenance 20 of, repair of, and purchasing parts on demand for malfunctioning critical equipment and systems. 21 E. CONTRACTOR will provide routine repair for Non-Critical Malfunctions in specified 22 systems indicated below. A"Non-Critical Malfunction" is defined as follows: A malfunction of equipment 23 which in and of itself does not render inoperative any other part of the security system and which is not, in 24 the sole discretion of the Sheriff-Coroner, or her/his designee, a threat to security or safety in the facilities or 25 otherwise a Critical Malfunction. Those affected systems are as follows: 26 L Closed Circuit Television (C.C.T.V.) 27 Any camera or monitor providing redundant surveillance to any area of 28 the facility. (Example: Gym Cameras) -4- 1 ii. Housing Intercom System 2 a. All functions of the housing paging system. 3 b. All functions of the housing program system. 4 c. Any intercom component providing secondary voice 5 communication to any area of the facility. 6 iii. [Intentionally Omitted] 7 iv. Floor Security Station to Individual Housinq Intercoms 8 When less than three (3) of six (6) intercoms are simultaneously 9 malfunctioning on any one housing floor. 10 V. Master Paging and Program System 11 All functions of this system. 12 vi. M.A.T.V. (Master Antenna Television) 13 All functions of this system. 14 vii. Pneumatic Tube System 15 All components of this system considered non-critical malfunctions 16 when inoperative. 17 18 F. CONTRACTOR is responsible to have a ready and accessible inventory of spare parts 19 necessary to repair or replace malfunctioning equipment and make operable Non-Critical Malfunctions 20 within ten (10) working days of receipt of written notification from COUNTY. CONTRACTOR shall 21 provide COUNTY a list of spare parts necessary to maintain Non-Critical Malfunctions according to this 22 standard. During the term of this Agreement, COUNTY, through its Sheriff-Coroner, her/his designee, 23 has the right to require CONTRACTOR to add items to the spare parts inventory, as may be necessary 24 to satisfy performance standards. 25 G. COUNTY,through its Sheriff-Coroner, or her/his designee, shall have sole discretion 26 to determine whether any malfunction or failure of the system or underlying equipment is a Critical 27 Malfunction or a Non-Critical Malfunction, and CONTRACTOR will accept the reasonable determination of 28 the Sheriff-Coroner, or her/his designee, regarding the nature of the malfunction and treat said malfunction -5- i 1 accordingly. 2 H. The integrity of the Pneumatic Tube System will be examined in its entirety on a 3 quarterly, i.e. at least every three (3) months, basis. Preventive Maintenance adjustment action will be 4 implemented to the following major systems components, and repairs will be initiated, where warranted: 5 i.Blower Package 6 a. Turbine and associated controls. 7 b. Operation of control board and examination of power and 8 control relays. 9 c. Operation of printed circuit board. 10 d. Tightness of hardware. 11 ii.Diverter I 12 a. Motor drive units and controls. 13 b. All sensors associated with positioning and carrier passage. 14 c. Operation of the P.C. Board. 15 d. Cleaning of the diverter. 16 e. All necessary mechanical and electronic alignments. 17 iii.Stations 18 a. Motor drive units and controls. 19 b. All sensors associated with each slidegate/dispatcher and 20 carrier detection. 21 c. Operation of the P.C. Board and Display. 22 d. Tightness of the drive. 23 e. Tightness of all hardware. 24 f. All necessary mechanical and electronic requirements. 25 iv.Carriers 26 a, Examine the integrity of each carrier for structural preservation. 27 b. Replace as required. 28 v.Computer -6- 1 a. Check all pertinent operational functions. 2 b. Examine each printed circuit board for operational integrity. 3 c. Clean unit to eliminate the buildup of debris. 4 I. CONTRACTOR shall provide to the Jail Bureau Commander a report each month 5 which shall include a description of all work performed, status of parts inventory, detail on after hours calls, 6 status of preventative maintenance schedule, copies of all written communications, meeting minutes and 7 any recommendations CONTRACTOR may have. The Jail Bureau Commander may request, and 8 CONTRACTOR will provide, additional information to be provided in reports delineated in this paragraph. 9 J. CONTRACTOR agrees to, and will provide, technical services requirements, e.g. 10 preventative maintenance, as follows: 11 i. SERVICE AVAILABILITY: CONTRACTOR must provide maintenance 12 coverage as defined herein and structure a maintenance service plan as 13 defined in Exhibit B. 14 ii. STAFF QUALIFICATIONS: CONTRACTOR must certify that the 15 staff CONTRACTOR assigns are technically competent and qualified to 16 perform the work controlled or provided pursuant to this agreement. 17 COUNTY may request and shall receive a replacement Service Technician 18 within five (5) days if there are concems with the technical qualifications of 19 any Service Technician CONTRACTOR has assigned. 20 iii. REQUEST FOR SERVICE: Access to maintenance support must 21 be through a continuously staffed (toll free 24/7) dispatch telephone 22 number. All calls to the dispatch number will be answered by a 23 human being. CONTRACTOR agrees and promises that COUNTY's calls to 24 the dispatch telephone number will not be met by a busy signal or an 25 answering machine/non-human being and that hold time on a call to dispatch 26 will average 30 seconds or less. COUNTY will consider alternative methods 27 of contact and/or dispatch related communications, as provided by 28 CONTRACTOR. However, those methods must be approved by COUNTY, -7- 1 in writing, through the Sheriff-Coroner or her/his designee. 2 iv. RESPONSE TO SERVICE REQUEST: CONTRACTOR's Service 3 Technician must be on-site to begin maintenance service on repair 4 action within two (2) hours from the time COUNTY receives a dispatch 5 received notification. This shall not affect the time limitations discussed in 6 Sections 1.(C) and (D) of this Agreement with respect to Critical 7 Malfunctions. 8 v. ESCALATION PROCEDURE: The escalation procedure shall have three 9 levels. The escalation procedure shall commence at level 1 and move 10 through level 3. The timing between escalation levels is at COUNTY's sole 11 discretion, to be determined by the Sheriff-Coroner or her/his designee. 12 COUNTY shall inform CONTRACTOR's personnel reviewing the problem of 13 their intention to escalate to the next level. 14 a. Level 15 1. On duty Sergeant or Lieutenant makes notification to on duty 16 Technician to address problem. 17 2. On duty Sergeant or Lieutenant makes notification to 18 afterhours Technician or Emergency Dispatch (559) 276- 19 2600 to address problem. 20 b. Level 21 On duty Sergeant or Lieutenant notifies CONTRACTOR's Senior 22 Technician of the failure to resolve problem and delay of service 23 restoration. 24 c. Level 25 On duty Sergeant or Lieutenant notifies Contract Administrator of 26 failure to resolve problem and delay of service restoration. 27 d. Response 28 1. Once CONTRACTOR's service personnel become aware of -8- I a potential delay in service restoration, the following steps will 2 be taken: 3 a) CONTRACTOR will inform the Sheriff's 4 Office staff of proposed corrective plan of action. 5 b) Sheriff's Office staff and the CONTRACTOR will 6 mutually agree on corrective action to be taken. 7 c) CONTRACTOR will utilize all means at its 8 disposal to remedy all disruptions in service 9 locally. 10 d) When necessary, CONTRACTOR will enlist 11 the assistance of all local, district, or corporate 12 engineering and technical support personnel to 13 resolve and minimize any delays or disruptions in 14 service restoration. 15 2. If it is determined that parts, components, software, etc., are 16 unavailable locally CONTRACTOR will inform the Sheriff's 17 Office of the estimated time to complete repairs and use all 18 means available to secure the parts. 19 vi. PROBLEM DETERMINATION: In response to a request for 20 assistance, if CONTRACTOR determines that the source or cause of the 21 outage is not in the equipment covered under this Agreement, or if 22 multiple causes are possible, CONTRACTOR must work with and assist 23 COUNTY Support Staff to achieve a problem resolution. COUNTY 24 requires CONTRACTOR, in a problem management process, to 25 communicate what the appropriate contacts are on a timely basis and 26 undertake reasonable action steps to achieve problem resolution, even if 27 the responsibility for the final corrective action is with another party. 28 vii. PARTS SPECIFICATION: All parts supplied must be new -9- 1 replacement parts or, if new replacement parts are no longer 2 manufactured; refurbished pails will be supplied. CONTRACTOR must 3 supply parts, which match the Engineering Change ("EC") level of the 4 failed machine, as released by the equipment manufacturer, as this is 5 essential for optimum machine performance and reliability. 6 viii. PARTS AVAILABILITY: CONTRACTOR will purchase parts on demand. 7 X. ENGINEERING CHANGES: CONTRACTOR must monitor and initiate 8 actions to ensure that all EC's provided under this agreement are fitted 9 as released by the manufacturer. CONTRACTOR shall coordinate the 10 work through Jail management. CONTRACTOR shall manage all specs 11 of applying EC's, including aspects such as software upgrades and 12 microcode changes. CONTRACTOR guarantees recertification of the 13 equipment by the manufacturer. 14 xi. PREVENTATIVE MAINTENANCE: CONTRACTOR, through 15 the coordination of its Senior Service Technician, must perform 16 preventive maintenance on the equipment as recommended by 17 the manufacturer and according to manufacturing specifications and/or 18 recommendations. The schedule for this service will be 19 coordinated with COUNTY, through the Jail Services Sergeant. 20 xii. PREDICTIVE MAINTENANCE: CONTRACTOR must confer 21 with COUNTY to establish performance criteria for the equipment and 22 implement a schedule of performance and quality checks. When a 23 potential problem is identified, CONTRACTOR will schedule the 24 appropriate corrective maintenance with the Jail Services Sergeant and 25 perform the work as planned. 26 xiii. EQUIPMENT MANUFACTURER RECERTIFICATION: 27 Whenever manufacturer recertification is necessary, CONTRACTOR 28 guarantees and will ensure recertification of all equipment -10- 1 CONTRACTOR is providing or is maintaining and that such 2 recertification will be provided in writing, by the original equipment 3 manufacturer, all at CONTRACTOR's sole and completed expense. 4 CONTRACTOR promises and will ensure that maintenance 5 CONTRACTOR provides will not result in the manufacturer canceling 6 warranties or support, when applicable, in relation to any of the 7 equipment or software provided or maintained, pursuant to this 8 Agreement. if due to recertification, the manufacturer of the equipment is 9 requires onsite supervision or labor to maintain said certification, that 10 labor, if billed to CONTRACTOR by a manufacturer, will be paid by 11 COUNTY, upon the approval of the Sheriff-Coroner, or her/his designee, 12 such approval to be provided prior to the incurrence of any such billed 13 labor, and such payment to be covered by the Additional Service 14 Allotment. 15 xiv. ADDED VALUE SUPPORT: CONTRACTOR shall provide active support 16 to enhance the reliability and availability of the services it shall deliver 17 under this Agreement. CONTRACTOR must utilize state-of-the-art 18 technology and systems management practices to monitor equipment 19 performance across the industry and recommend action steps and 20 implement precautionary measures to minimize outages. 21 K. CONTRACTOR's Senior Technician shall provide an updated list of all work 22 performed by CONTRACTOR to COUNTY's Jail Services Sergeant on a regular basis, but at least on the 23 first day of each new calendar month, or the first business day after. 24 L. CONTRACTOR will maintain, repair, and replace parts on the systems and 25 equipment listed below, in this Section 11, to keep them functional and operational as designed and as 26 necessary, until such time as CONTRACTOR and the Sheriff-Coroner, or her/his designee, determines 27 that they need to be replaced: 28 Cell control 41000 with live backup -11- 1 ■ The NCC, node 4 of cell control ■ Satellite Jail system. Any new installation will include 50pt Desigo 2 ■ Main Jail Pneumatic tube system, with a properly sized blower 3 ■ Admin Building TFX system. Replacement to include Desigo ■ Dukane Intercoms with IDEC, Jensen and other V party controls. Replacement 4 will depend upon size ■ UPS system for cell control 5 ■ Character Message Generator 6 At the time the foregoing equipment and systems are set to be replaced, the CONTRACTOR will 7 send an invoice to the Sheriff-Coroner, and the Sheriff-Coroner, or her/his designee, may approve the 8 purchase and replacement of equipment and systems as part of this Agreement's Additional Services. 9 CONTRACTOR will provide maintenance, preventative maintenance, and repairs, for the foregoing 10 equipment and systems, as delineated in this Section 11, if and when such are installed and/or 11 replaced, under the terms and conditions of this Agreement. In regards to the manner of maintenance, 12 preventative maintenance, and repairs of such updated or replaced equipment and systems, in the 13 event this Agreement does not specifically discuss the maintenance, preventative maintenance, or 14 repairs of such equipment and systems listed in this Section 11, the CONTRACTOR will provide such in 15 the manner reasonably requested by the Sheriff-Coroner, or her/his designee. 16 M. In instances where replacement parts are needed for systems and/or equipment 17 to keep them functioning and operational as needed by COUNTY, but such replacement parts are no 18 longer available, the following will apply: 19 CONTRACTOR will make every effort to repair and maintain systems or equipment that are 20 covered in this Agreement. When efforts, as delineated in this Agreement, to repair or maintain systems or 21 equipment fail and replacements parts are needed but no longer available, CONTRACTOR will, for 22 purposes of this paragraph, make every effort to repair systems or equipment by dedicating an additional 23 sixteen (16)technician hours and one (1) eight(8) -hour sub-contractor visit to repair or maintain the 24 system or equipment. Pursuant to this paragraph, CONTRACTOR is required to provide the additional 25 sixteen (16) technician hours and one (1) eight(8)—hour sub-contractor visit once a year for each piece of 26 existing system or equipment. If the system or equipment cannot be repaired after the once per year 27 sixteen (16)technician hours and one (1) eight (8) —hour sub-contractor visit, or if CONTRACTOR has 28 within prior twelve (12) months provided the sixteen (16)technician hours and one(1) eight (8) —hour sub- -12- I contractor visit for the respective equipment or system, CONTRACTOR will either provide a quote to the 2 Sheriff-Coroner, regarding continued repairs, or discuss a reasonable solution/replacement with the 3 COUNTY, and the Sheriff-Coroner, or her/his designee. The Sheriff-Coroner, or her/his designee, may 4 consent to and agree to said repairs or solution/replacement, in writing. Any payment for repairs, solutions, 5 or replacements, as provided for in this paragraph, may be paid, upon approval of the Sheriff-Coroner, or 6 her/his designee, and will account for a portion of the annual Additional Services allotment. 7 N. A Catastrophic Failure Of An Entire System, provided for under this 8 paragraph, is defined as: as complete and total failure of either an intercom system, fire alarm system, 9 or door control system, in any of the facilities for which this Agreement relates. CONTRACTOR will not 10 be held responsible for the cost associated with repair or replacement of items in the event of a 11 Catastrophic Failure Of An Entire System if such is not or was not caused by, or a result of, the 12 CONTRACTOR; its officers, contractors, agents, or employees failure to provide services, repairs, or 13 other work, as agreed within this Agreement. CONTRACTOR will be held responsible to the COUNTY 14 for the costs, expenses, fees, charges, and other monetary losses, that are associated with all repairs or 15 replacements of items, in the event of a Catastrophic Failure Of An Entire System, if such is, in any way, 16 caused by, or a result of, the CONTRACTOR, its officers, contractors, agents, or employees, failing to 17 perform under this Agreement. 18 O. CONTRACTOR will have access to a storage area for parts. CONTRACTOR 19 shall strictly control access to this storage area and shall only store those parts necessary to provide 20 services to COUNTY under this Agreement. However, CONTRACTOR shall provide Jail Services Staff 21 with a key to the storage area and COUNTY shall maintain the right to access this area. 22 P. ADDITIONAL SERVICES: CONTRACTOR may be required to perform services 23 in addition to those previously specified under this Agreement ("Additional Services"). The Jail Programs 24 and Services Bureau Captain is authorized to and must approve any such Additional Services in writing 25 and in advance to the provision of such Additional Services. 26 2. OBLIGATIONS OF THE COUNTY 27 The obligations of COUNTY under this Agreement are: 28 A. Providing CONTRACTOR with adequate and safe means for access to Jail -13- 1 facilities. CONTRACTOR is aware, and will make all of CONTRACTOR's agents, 2 employees, contractors, and other persons whom CONTRACTOR invites to the Jail 3 facilities aware, of the nature of the Jail facilities, the dangers involved with entry into 4 the Jail facilities, and require that CONTRACTOR's agents, employees, contractors, 5 and other invitees, agree to assume the risk or entering said Jail facilities, including 6 the risks of severe bodily injury and death. 7 B. Providing on site storage space for CONTRACTOR to store spare parts. The 8 size of the storage area is to be determined by COUNTY. 9 C. To authorize work orders and service calls to CONTRACTOR, through the 10 Fresno County Sheriff-Coroner, or her/his designee. 11 D. issue identification cards to CONTRACTOR to enable CONTRACTOR's 12 personnel to enter the facility and perform necessary repairs. 13 E. Security Clearance 14 i. COUNTY's Sheriff's Office shall perform background checks as 15 deemed necessary by the Sheriff-Coroner or her/his designee, on all 16 personnel CONTRACTOR desires to perform work in the Jail Facilities. 17 Background checks must be completed on all CONTRACTOR 18 personnel, employees, agents, contractors, or other invitees before any 19 admission into a COUNTY Jail Facility. The Sheriff-Coroner, through 20 her/his designee, has absolute and unrestricted authority to deny access 21 to the Jail facilities, and/or any other facility related to the Sheriff- 22 Coroner's operations, and for any reason or for no reason. Should any 23 one, who is associated with CONTRACTOR or acting on 24 CONTRACTOR's behalf, be denied access, CONTRACTOR agrees to 25 immediately assist and ensure removal of said person from the subject 26 facilities. 27 ii. COUNTY (correctional staff) shall provide direction to CONTRACTOR's 28 employees, agents, contractors, or other invitees, in the event of -14- 1 disturbances inside the facilities. CONTRACTOR's employees, agents, 2 contractors, or other invitees shall immediately follow the direction of 3 correctional staff in such circumstances. 4 iii. COUNTY designated Watch Commander or designee shall resolve 5 disputes involving jail staff and CONTRACTOR in such matters as work 6 location and security measures. 7 iv. COUNTY shall provide access into and out of its jail facilities to 8 CONTRACTOR's employees, subject to security requirements. 9 COUNTY has the absolute right to exclude from any facility anyone at 10 any time for any reason whatsoever, or for no reason, and to redirect 11 CONTRACTOR's employees from place to place within the facilities 12 when deemed appropriate by COUNTY. 13 3. TERM 14 The term of this Agreement shall be for a period of three (3) years, commencing on 15 the1 st day of January, 2019 through and including the 31 st day of December, 2021. This Agreement may 16 be extended for two (2) additional consecutive twelve (12) month periods upon written approval of both 17 parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. 18 The Sheriff-Coroner or his or her designee is authorized to execute such written approval on behalf of 19 COUNTY based on CONTRACTOR'S satisfactory performance. 20 4. TERMINATION 21 A. Non-Allocation of Funds_-The terms of this Agreement, and the services to be 22 provided hereunder, are contingent on the approval of funds by the appropriating government agency. 23 Should sufficient funds not be allocated, the services provided may be modified, or this Agreement 24 terminated, at anytime by giving the CONTRACTOR thirty (30) days advance written notice. 25 B. Breach of Contract_-The COUNTY may immediately suspend or terminate this 26 Agreement in whole or in part, where in the determination of the COUNTY there is: 27 1) An illegal or improper use of funds; 28 2) A failure to comply with any term of this Agreement; -15- 1 3) A substantially incorrect or incomplete report submitted to the COUNTY; 2 4) Improperly performed service. 3 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any breach 4 of this Agreement or any default which may then exist on the part of the CONTRACTOR. Neither shall such 5 payment impair or prejudice any remedy available to the COUNTY with respect to the breach or default. 6 The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the COUNTY of any 7 funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of the COUNTY were 8 not expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly refund 9 any such funds upon demand. 10 C. Without Cause_- Under circumstances other than those set forth above, this 11 Agreement may be terminated by COUNTY for any reason or for no reason, upon the giving of thirty (30) 12 days advance written notice of an intention to terminate to CONTRACTOR. 13 5. COMPENSATION/INVOICING: COUNTY agrees to pay CONTRACTOR and 14 CONTRACTOR agrees to receive compensation as stated in Exhibit A, which is attached hereto and 15 incorporated herein by this reference. CONTRACTOR shall submit monthly invoices in triplicate to the 16 County of Fresno Sheriff's Business Office P.O. Box 1788, Fresno, CA 93717. 17 In no event shall services performed under this Agreement be in excess of$495,355 annually 18 (From January Vt through December 31" of each calendar year) and $1,486,065 cumulatively during the 19 term of this Agreement (January 1, 2019— December 31, 2021). Subject to the annual limit, in no event 20 shall Additional Services under this Agreement be in excess of$100,000 annually (between each January 21 is, through December 31s) and $300,000 cumulatively during the initial three-year term of this Agreement 22 (January 1, 2019— December 31, 2021). 23 In no event shall services performed under the two one-year renewals (January 1, 2022, through 24 December 31,2022, and January 1, 2023, through December 31, 2023) be in excess of$495,355 annually 25 and $990,710 cumulatively. Subject to the annual limitation, in no event shall Additional Services under this 26 Agreement during the two one-year renewals (January 1, 2022, through December 31, 2022, and January 27 1, 2023, through December 31, 2023) be in excess of $100,000 annually and $200,000 cumulatively. It is 28 I understood that all expenses incidental to CONTRACTOR'S performance of services under this Agreement -16- 1 shall be borne by CONTRACTOR. Within forty-five (45) days after receipt of an invoice, COUNTY will remit 2 payment to CONTRACTOR. 3 6. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations 4 assumed by CONTRACTOR under this Agreement, it is mutually understood and agreed that 5 CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents, and employees will at all 6 times be acting and performing as an independent contractor, and shall act in an independent capacity and 7 not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. 8 Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method by which 9 CONTRACTOR shall perform its work and function. However, COUNTY shall retain the right to administer 10 this Agreement so as to verify that CONTRACTOR is performing its obligations in accordance with the 11 terms and conditions thereof. 12 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the rules and 13 regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof, 14 Because of its status as an independent contractor, CONTRACTOR shall have absolutely no right 15 to employment rights and benefits available to COUNTY employees. CONTRACTOR shall be solely liable 16 and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In 17 addition, CONTRACTOR shall be solely responsible and save COUNTY harmless from all matters relating 18 to payment of CONTRACTOR'S employees, including compliance with Social Security withholding and all 19 other regulations governing such matters. It is acknowledged that during the term of this Agreement, 20 CONTRACTOR may be providing services to others unrelated to the COUNTY or to this Agreement. 21 7. MODIFICATION: Any matters of this Agreement may be modified from time to time by 22 the written consent of all the parties without, in any way, affecting the remainder. 23 8. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this 24 Agreement nor their rights or duties under this Agreement without the prior written consent of the other 25 party. Any assignments, transfers, or sub-contracts that are pursued or obtained with the prior written 26 consent of the other party are null and void. 27 ! 9. HOLD HARMLESS: CONTRACTOR agrees to indemnify, save, hold harmless, and at 28 ' COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all costs and -17- 1 ' expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or 2 resulting to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, its 3 officers, agents, or employees under this Agreement, and from any and all costs and expenses (including 4 attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm, 5 or corporation who may be injured or damaged by the performance, or failure to perform, of 6 CONTRACTOR, its officers, agents, or employees under this Agreement. 7 10. INSURANCE: 8 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third 9 parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance 10 policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or 11 Joint Powers Agreement (JPA) throughout the term of the Agreement: 12 A. Commercial General Liability 13 Commercial General Liability Insurance with limits of not less than Two Million Dollars 14 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This 15 policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including 16 completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal 17 liability or any other liability insurance deemed necessary because of the nature of this contract. 18 B. Automobile Liability 19 Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars 20 ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto 21 used in connection with this Agreement. 22 C. Professional Liability 23 If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in 24 providing services, Professional Liability Insurance with limits of not less than One Million Dollars 25 ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 26 D. Worker's Compensation 27 A policy of Worker's Compensation insurance as may be required by the 28 California Labor Code. -18- I E. Additional Requirements Relating to Insurance 2 CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming 3 the County of Fresno, its officers, agents, and employees, individually and collectively, as additional 4 insured, but only insofar as the operations under this Agreement are concerned. Such coverage for 5 additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained 6 by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance 7 provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without 8 a minimum of thirty (30) days advance written notice given to COUNTY. 9 CONTRACTOR hereby waives its right to recover from COUNTY, its officers, agents, and 10 employees any amounts paid by the policy of worker's compensation insurance required by this 11 Agreement. CONTRACTOR is solely responsible to obtain any endorsement to such policy that may be 12 necessary to accomplish such waiver of subrogation; but CONTRACTOR's waiver of subrogation under 13 this paragraph is effective whether or not CONTRACTOR obtains such an endorsement. 14 Within Thirty (30) days from the date CONTRACTOR signs and executes this Agreement, 15 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the 16 foregoing policies, as required herein, to the County of Fresno, Jail Medical and Services Bureau 17 Captain P.O. Box 1788 Fresno, Ca 93717, stating that such insurance coverage have been obtained 18 and are in full force;that the County of Fresno, its officers, agents and employees will not be responsible 19 for any premiums on the policies; that for such worker's compensation insurance the CONTRACTOR 20 has waived its right to recover from the COUNTY, its officers, agents, and employees any amounts paid 21 under the insurance policy and that waiver does not invalidate the insurance policy; that such 22 Commercial General Liability insurance names the County of Fresno, its officers, agents and 23 employees, individually and collectively, as additional insured, but only insofar as the operations under 24 this Agreement are concerned; that such coverage for additional insured shall apply as primary 25 insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and 26 employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's 27 policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty 28 (30) days advance, written notice given to COUNTY. -19- 1 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein 2 provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this 3 Agreement upon the occurrence of such event. 4 All policies shall be issued by admitted insurers licensed to do business in the State of California, 5 and such insurance shall be purchased from companies possessing a current A.M. Best, Inc. rating of A 6 FSC VII or better. 7 11. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during business 8 hours, and as often as the COUNTY may deem necessary, make available to the COUNTY for examination 9 all of its records and data with respect to the matters covered by this Agreement. The CONTRACTOR 10 shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data 11 necessary to ensure CONTRACTOR'S compliance with the terms of this Agreement. 12 If this Agreement exceeds ten thousand dollars($10,000.00), CONTRACTOR shall be subject to 13 the examination and audit of the Auditor General for a period of three(3)years after final payment under 14 contract (Government Code Section 8546.7). 15 12. NOTICES: The persons and their addresses having authority to give and receive 16 notices under this Agreement include the following: 17 COUNTY CONTRACTOR COUNTY OF FRESNO Sheriff-Coroner Siemens Industry, Inc. 18 2200 Fresno Street 4273 West Richert Avenue, Suite 110 Fresno, CA93721 Fresno, CA 93722 19 Attention: Business Manager Attention: Contract Administrator 20 All notices between the COUNTY and CONTRACTOR provided for or permitted under this 21 Agreement must be in writing and delivered either by personal service, by first-class United States mail, by 22 an overnight commercial courier service, or by telephonic facsimile transmission. A notice delivered by 23 personal service is effective upon service to the recipient. A notice delivered by first-class United States 24 mail is effective three COUNTY business days after deposit in the United States mail, postage prepaid, 25 addressed to the recipient. A notice delivered by an overnight commercial courier service is effective one 26 COUNTY business day after deposit with the ovemight commercial courier service, delivery fees prepaid, 27 with delivery instructions given for next day delivery, addressed to the recipient. A notice delivered by 28 telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmission is -20- 1 completed outside of COUNTY business hours, then such delivery shall be deemed to be effective at the 2 next beginning of a COUNTY business day), provided that the sender maintains a machine record of the 3 completed transmission. For all claims arising out of or related to this Agreement, nothing in this section 4 establishes, waives, or modifies any claims presentation requirements or procedures provided by law, 5 including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the Government Code, 6 beginning with section 810). 7 13. GOVERNING LAW: Venue for any action arising out of or related to this Agreement 8 shall only be in Fresno County, California. 9 The rights and obligations of the parties and all interpretation and performance of this Agreement 10 shall be governed in all respects by the laws of the State of California. 11 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS 12 This provision is only applicable if the CONTRACTOR is operating as a corporation (a for-profit 13 or non-profit corporation) or if during the term of the agreement, the CONTRACTOR changes its status 14 to operate as a corporation. 15 Members of the CONTRACTOR's Board of Directors shall disclose any self-dealing transactions 16 that they are a party to while CONTRACTOR is providing goods or performing services under this 17 agreement. A self-dealing transaction shall mean a transaction to which the CONTRACTOR is a party 18 and in which one or more of its directors has a material financial interest. Members of the Board of 19 Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a 20 Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit C and incorporated herein by 21 reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or 22 immediately thereafter. 23 15. COMPLIANCE WITH ALL LAWS —CONTRACTOR acknowledges public funds are 24 used for payments by COUNTY under this AGREEMENT, including any "public works" projects 25 necessitated by this Agreement. Accordingly, CONTRACTOR shall comply with, and shall ensure 26 compliance by all contractors and subcontractors with, all applicable laws and regulations, including the 27 payment of prevailing wages pursuant to Section 1770 et. seq. of the Labor Code. 28 -21- 1 16. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between the 2 CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all previous 3 Agreement negotiations, proposals, commitments, writings, advertisements, publications, and 4 understanding of any nature whatsoever unless expressly included in this Agreement. In the event of any 5 inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be 6 resolved by giving precedence in the following order of priority. (1) the text of this Agreement(excluding 7 Exhibits 'A through D'), (2) Exhibit 'A (3) Exhibit 'B", Exhibit "C"and(4) Exhibit "D". 8 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year 9 first hereinabove written. 10 11 CONTRACTOR COUNTY OF FRESNO S a l o n i a email ly signal ni Selonia Ps.c DIN:cn=Salonis Paul,o=Siemens, 12 Reason 1 l asloniaovs g this .com Reason:I am approving this ln enf (Authorize ignaff�'j126„22:z�-g8° Sal Q i tern Chairperson of the Board of 13 Supe i of the County of Fresno 14 Print Name & Title 15 16 17 Mailing Address ATTEST: DIN bn=F...J n Fuss Jenny Bernice E. Seidel 1� DIN cn=Fuss Jenny.o=Siemens, Digitally email=lenny.fuss®siemens—in �iy^d6y Fuss Jenny Reason 6r.Director of Flnancef in Clerk Clerk of the Board of Supervisors Marquez F8A P—W 3-1,F6A for SF and Chelsie SAC 19 --•� Date: Date 2018 112616 23:06-08D0' County of Fresno, State of California ]018.11.26 0°:50:51 -08'00' 20 21 rr 22 By: �,1�0—y� F.�A--L -�L20 23 Deputy FOR ACCOUNTING USE ONLY: 24 ORG No.: 31114000 25 Account No.: 7220 Requisition No.: 26 27 28 -22- 1 Siemens Industry, Inc. Agreement 2 3 EXHIBIT A 4 COST BREAKDOWN 5 Monthly Base Cost for Each Facility 6 Main Jail 1225"M" Street, Fresno, CA 93721 $12,520 7 South Annex Jail 2280 Fresno Street, Fresno, CA 93721 $9,060 8 North Annex Jail 1265 "M" Street, Fresno, CA 93721 $9,884 9 Satellite Jail 110 "M" Street, Fresno, CA 93721 $329 10 Sheriff's Admin 2200 Fresno Street, Fresno, CA 93721 $1,153 11 Monthly-Total $32,946 12 Annual Total Cost for Each Facility 13 Main Jail 1225"M" Street, Fresno, CA 93721 $150,240 14 South Annex Jail 2280 Fresno Street, Fresno, CA 93721 $108,723 15 North Annex Jail 1265 "M" Street, Fresno, CA 93721 $118,608 16 Satellite Jail 110 "M" Street, Fresno, CA 93721 $3,948 i 17 Sheriff's Admin 2200 Fresno Street, Fresno, CA 93721 $13,836 18 Additional Services $100,000 19 Yearly Total $495.355 20 Total Cost for 3 Year Period 21 22 Main Jail 1225"M" Street, Fresno, CA 93721 $450,720 23 South Annex Jail 2280 Fresno Street, Fresno, CA 93721 $326,168 24 North Annex Jail 1265"M" Street, Fresno, CA 93721 $355,825 25 Satellite Jail 110 "M' Street, Fresno, CA 93721 $11,844 26 Sheriff's Admin 2200 Fresno Street, Fresno, CA 93721 $41,508 27 Additional Services $300,000 28 Three Year Total $1,486,46 -23- 1 Total Cost for 4 Year Period 2 3 Main Jail 1225 "M" Street, Fresno, CA 93721 $150,240 4 South Annex Jail 2280 Fresno Street, Fresno, CA 93721 $108,723 5 North Annex Jai! 1265"M" Street, Fresno, CA 93721 $118,608 6 Satellite Jail 110 "M" Street, Fresno, CA 93721 $3,948 7 Sheriff's Admin 2200 Fresno Street, Fresno, CA 93721 $13,836 8 Additional Services $100,000 9 Yearly Total 1495,355 10 Four Year Total $1,981,420 11 12 Total Cost for 5 Year Period 13 14 Main Jail 1225 "M" Street, Fresno, CA 93721 $150,240 15 South Annex Jail 2280 Fresno Street, Fresno, CA 93721 $108,723 16 North Annex Jail 1265"M" Street, Fresno, CA 93721 $118,608 17 Satellite Jail 110 "M" Street, Fresno, CA 93721 $3,948 18 Sheriff's Admin 2200 Fresno Street, Fresno, CA 93721 $13,836 19 Additional Services $100,000 20 Yearly Total j495,355 21 Five Year Total $2,476,775 22 23 24 25 26 27 28 -24- 1 Siemens Industry Technologies, Inc. Agreement 2 EXHIBIT B 3 MAINTENANCE SERVICE PLAN (ALL FACILITIES) 4 5 MAIN JAIL FACILITY 6 MONTHLY: 7 1. Lamp test and replacement 8 2. Intercom voltage check 9 3. Visual inspection of Uninterruptable Power Supply (UPS)for door controls 4. Functional inspection of CCTV systems 10 5. Functional inspection of door cards 11 QUARTERLY: 12 1. Check alarm status 13 2. Visual inspection of KDR-1000 Five Alarm panel 3. Check line integrity of KDR-1000 panels 14 4. Measure KDR-10000 test points 5. Measure KDR-1000 test points 15 6. Check KDR-1000 line integrity 16 7. Test KDR-1000 back-up battery 8. Verify operation of KDR-1000 trouble indicators 17 9. Check KDR-1000 off-line mode 10. Check alarm and trouble reporting at KDR-1000 18 11. Visual inspection of KDR-1000 System 12. Test of KDR-1000 system functions 19 13. Check UPS batteries for door controls 14. Clean Paging system racks 20 15. Visual inspection of fire phones 21 16. Visual inspection of fire detectors 17. Visual inspection of fire pull stations 22 18. Visual inspection of duct detectors 19. Check auxiliary KDR-1000 output controlled devices 23 20. Check auxiliary KDR-1000 input controlled devices 21. Clean and adjust Cameras 24 22. Clean and adjust CCTV monitors 25 23. Test and clean all digital video recorders (DVR's) 26 SEMI-ANNUAL: 27 1. Test operation and voice clarity of paging/fire phone system 2. Test Paging/fire phone call-up function 28 3. Test and adjust MATV -25- 1 4. Test operation of panic/duress alarms 5. Test all water flow switches 2 6. Test all Tamper/OS & Y switches 3 7. Test and calibrate all metal detectors 4 ANNUAL: 5 1. Test automatic switch-over to KDR-1000 degraded mode 6 2. Verify operation of each audio speaker 3. Inspect and test audio amplifiers 7 4. Perform test of all KDR-1000 functions 5. Test and clean each fire phone station 8 6. Test and clean each fire detector 7. Test and clean each fire pull station 9 8. Verify operation of each horn, siren, or bell 10 9. Test alarm contact points 10. Check all CCTV connections 11 11. Check CCTV mounts for stability 12. Clean, test, and adjust all other devices 12 13. Check auxiliary KDR-1000 output controlled devices 14. Check auxiliary KDR-1000 input controlled devices 13 15. Test elevator recall function 16. Test fire curtains 14 15 NORTH ANNEX JAIL FACILITY 16 MONTHLY: 17 1. Visual Inspection of CPU 18 2. Lamp test and replacement 19 3. Intercom voltage check 4. Clean VDT and Printers 20 5. Functional inspection of CCTV systems 6. Functional inspection of security and door controls 21 22 BI-MONTHLY 23 1. Test all water flow switches 2. Test all temper/OS&Y switches 24 25 QUARTERLY: 26 1. Clean CPU Racks 2. Clean CPU 27 3. Check Alarm status 28 4. Visual inspection of 4100 panels -26- 1 5. Check line integrity of security equipment 6. Measure 4100 test points 2 7. Verify control panel settings 3 8. Audit CPU history 9. Check fire system line integrity 4 10. Verify operation of fire panel trouble indicator 11. Test fire panel battery backup. 5 12. Check fire system off-line mode 13. Check alarm and trouble reporting at 4100 panels 6 14. Clean paging system racks 15. Visual inspection of fire phones 7 16. Visual inspection of fire alarm detectors 8 17. Visual inspection of fire alarm pull stations 18. Visual inspection of duct detectors 9 19. Check auxiliary output controlled devices 20. Check auxiliary input controlled devices 10 21. Clean cameras 22. Adjust cameras if necessary 11 23. Clean and adjust CCTV monitors 24. Clean and test security controls 12 25. Test and clean digital video recorders (DVR's) 13 26• North Jail court holding; check intercoms, door controls and interview phones 14 SEMI-ANNUAL: 15 1. Test operation and voice clarity of paging/fire phone system 16 2. Test paging/fire phone call-up function 3. Test and adjust MATV systems 17 4. Test operation of panic/duress alarms 5. Test all water flow switches 18 6. Test all Tamper/OS & Y Switches 7. Test and calibrate metal detectors 19 20 ANNUAL: 21 1. Test automatic switch-over to fire control panel degraded mode 22 2. Verify operation of each audio speaker 3. Inspect and test audio amplifiers 23 4. Perform test of all fire panel functions 5. Test and clean each fire phone station 24 6. Test and clean each smoke Detector 7. Test and clean each fire pull station 25 8. Verify operation of each horn, siren, door bell 9. Test alarm contact points 26 10. Check all CCTV connections 27 11. Check CCTV mounts for stability 12. Clean, test, and adjust all other related devices 28 13. Test elevator recall function -27- 1 2 SOUTH ANNEX JAIL FACILITY 3 MONTHLY: 4 1. Visual inspection of CPU 5 2. Lamp test and replacement 3. Intercom voltage check 6 4. Visual inspection of UPS for door controls 7 5. Clean VDT 6. Functional inspection of CCTV systems 8 7. Functional inspection of security and door controls 9 QUARTERLY: 10 1. Clean CPU racks 11 2. Clean CPU 3. Check Alarm status 12 4. Visual inspection of 4100 panel 5. Check line integrity of PLC'S 13 6. Measure 4100 test points 14 7. Verify control panel settings 8. Check fire system history log 15 9. Check fire system integrity 10. Test fire panel backup batteries. 16 11. Verify operation of fire panel trouble indicator 12. Check fire system off-line mode 17 13. Check alarm and trouble reporting on 4100 panel 14. Check UPS batteries 18 15. Clean paging system racks 19 16. Visual inspection of fire detectors 17. Visual inspection of fire alarm pull stations 20 18. Check auxiliary output controlled devices 19. Check auxiliary input controlled devices 21 20. Clean and adjust cameras 21. Clean and adjust CCTV monitors 22 22. Clean and test door security controls 23 23. Test and clean all digital video recorders (DVR's) 24 SEMI-ANNUAL: 25 1. Test operation and voice clarity of paging system 26 2. Test and adjust MAN systems 3. Test operation of panic/duress alarms 27 4. Test all water flow switches 5. Test all Tamper/OS &Y Switches 28 6. Test and calibrate all metal detectors -28- 1 ANNUAL: 2 1. Test automatic switch-over to fire control panel degraded mode 2. Verify operation of each audio speaker 3 3. Inspect and test audio amplifiers 4 4. Perform test of all fire panel functions 5. Test and clean each fire phone station 5 6. Test and clean each smoke detector 7. Test and clean each fire pull station 6 8. Verify operation of each horn, siren, door bell 9. Test alarm contact points 7 10. Check all CCTV connections 11. Check CCTV mounts for stability 8 12. Clean, test, and adjust all other related devices 9 13. Test fire curtains 10 SATELLITE JAIL FACILITY 11 12 MONTHLY: 13 1. Visual inspection of fire control panel 2. Lamp test and replacement 14 15 QUARTERLY: 16 1. Check line integrity of fire alarm control panel 2. Measure fire alarm control panel test points 17 3. Test fire panel battery back-up 4. Verify operation of fire panel trouble indicators 18 5. Check fire system off-line mode 6. Check alarm and trouble reporting 19 7. Visual inspection of smoke and heat detectors 20 8. Visual inspection of manual pull stations 9. Check auxiliary output controlled devices 21 10. Check auxiliary input controlled devices 22 SEMI-ANNUAL: 23 1. Test all water flow switches 24 25 ANNUAL: 26 1. Perform test of all fire panel functions 2. Test each smoke detector 27 3. Test and clean each manual pull station 4. Verify operation of each horn, siren or bell 28 5. Clean, test and adjust all other related devices -29- 1 2 SHERIFF-CORONER'S ADMINISTRATION BUILDING 3 Provide a monthly, bimonthly, quarterly, and annual service plan for the, Sheriff's Administration Building Main Fire Alarm System, the Sheriff's Administration Building Elevator Recall Fire Alarm, and 4 the Sheriffs Administration Building Halon System — Dispatch Area comparable to that provided to the other three facilities. 5 6 7 WEST ANNEX JAIL 8 This Exhibit will be amended upon the opening of the facility. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 -30- Exhibit C 1 2 SELF-DEALING TRANSACTION DISCLOSURE FORM 3 In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members of a contractor's board of directors(hereinafter referred to as "County Contractor"), must 4 disclose any self-dealing transactions that 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 which one 6 or more of its directors has a material financial interest" 7 The definition above will be utilized for purposes of completing this disclosure form. 8 INSTRUCTIONS 9 (1) Enter board member's name,job title(if applicable),and date this disclosure is being made. 10 (2) Enter the board member's company/agency name and address. 11 (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the 12 County. At a minimum,include a description of the following: a. The name of the agency/company with which the corporation has the transaction;and 13 b. The nature of the material financial interest in the Corporation's transaction that the 14 board member has. 15 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. 16 (5) Form must be signed by the board member that is involved in the self-dealing transaction 17 described in Sections (3)and(4). 18 19 20 21 22 23 24 25 26 27 28 -31- Exhibit C 1 2 I (1)Company Board Member Information: 3 Name: Date: Job Title: l 4 (2)Company/Agency Name and Address: 5 6 7 8 9 (3)Disclosure(Please describe the nature of the self-dealing transaction you are a party to): 10 11 12 13 14 15 16 17 18 --- (4)Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233(a): 19 20 21 22 23 24 (5)Authorized Signature 25 Signature: 1 I Date: 26 I 11 1 27 28 -32- Siemens Regional Labor Rates 2018 EXHIBIT D S6CuMV Soluuaa 7MPBd Li Tell om £ � Type Labor Tier Standard Rates ARM aGrsB Su •1 a RronU,Nam, Arancn N.— Rrangh Natnp Alanch Name. installation Techrikian(Specialist) Tier 1 S 136 S 184 S 234 Alaska Horse Alabama Charms, Ter2 S 117 S 160 5 212 Albany Cirdnnat Aaarra Grew tom Teri S 106 S 143 $ 191 Albuoueroue CLwel d Austin L."Ite Thu 4 $ 95 S 127 S lag SAD... Colprado Spring. ❑atlas Dklellome Project Manager Teri S 158 S 207 S 275 Boston Columbus Fresno Raleigh Trer 2 S 152 S 199 S 265 euftw. Denver Iowa Roanoke TBI 3 S 148 S 191 S 254 Central'11'". Dah4o4 Jackson VurYma Basch Meld $ 140 1 S 183 S 243 1 CNcego Gland Rapids JarkmrrNe En9 meeting Tier/ $ 138 S 1- S 243 H.mso.rg Hw fo Maine Ter 2 $ 128 S 783 3 243 Hiedond Houston Mleml Tier 8 123 S 175 S 234 Hmya➢ Indianapolis Nashville Tkr4 3 113 5 167 222 Konsa.Goy Witio3k Nablasle Las Vegas MOTION; Orlando Los Anpebs New Orlears Peneacda MiMJuk- Ph-ob, puan4 Rico Rates do not apply lruntun Laoorls required Minneaoof Rhode Island San Antonio St,Lo N cw Jo—y Rthmund Sal on., York Sauamento ulc drJprya Sa3 Lola Chy TePahiaeee P4Uburgh Tampa Portland Rochn.ler San Diego San Fren<-ism Seattle Syree �as� �y��+s,,.�, ,a wash pO.Betlawbe 8"ufny a�/k8'namd r.�eselr Pk am r 1 e The 1 Trt I rw 3 711r4 Standard Rates After Hodls Sundays! Type Labor Tier r hr oll Branch Name Brarlcn Name Branch Name breach Namc Service Technician Tief 1 S 165 Sma 217 S 286 A4roka Albany Austio Airborne Tier 2 S 151 S 199 5 265 Allom.eque Bosmn Cenral Robe Barre TIar3 S 143 S 191 S 254 Atlanta Cirnal Oenvel Charlotte Ter4 S 134 S 193 S 243 sugab Gndnnro Grand Rapids Dmiaa Project Management Ter 1 £ too S 211 S 915 Cleveand Colorado Springs Jackeomhlle Haniaburg Ter2 S 174 $ 226 S 278 Hartford Columbus Kansas qty Houston Tier 3 S 162 S 212 5 280 Hav-a D"014 Louiadl. Jackson Tara S 15g S 207 S 254 1 Indierepol. Fresno Nebraska Latayetie la.vegas Greermbalo San Antonio Maine Los Angeles Harwrd Sakenlrah 10—phs Minomposs I— Ta.hessee Miami Now Jersey Mdwaukee Tampa NaeInvdle New Orr— Onland. Oklahoma New Yerk Pheank peraisc ok Reins do nor apply I/un/on!.bor is-aufred PAeadelPMa P&burgh Puerto Rim Saaamenm Portland Raleigh San Lake City Rhode Intend Roanoke San Fna-- Richmond Vinsinia Brach Sears Rochi,star San Diego SL Louis Syracuse Fire Saitilowis Tiered Labor Rates FY18 VJaeh DC-Balswte Type Labor Tlor Sran4era Rates After Hours 8 Sundaya I Branch Name I.,-.1 Name Branch Name Branch Name f hr Emergenry Rates Holitlay Rater Instaliafiw Technician(Specialist) Tort S 142 S 213 5 264 Al9eke and Alabama Charlotte Ter2 t 19 S 263 A51enV busAtlenla Dade. Trer 3 S 1 S 192 2a3 A81qu0tqu6 r Austin Grand R." 'Her 4 3 111 S 67 5 222 8.nmom Greatksboro Bo¢e Jadsonvde Project Manager Tart S 182 S 213 S 284 Boston Hanford Cenballemois Kansas Cly Tkr2 S 151 8 205 S 274 auftab Harvard Cincalnat laeyatle Ter 3 $ 151 S 74 Cldcag. MiMn ukee Colorado Spring. Maine Ter 4 $ 146 3 197 S 3 Hau strrrg New Odeale; DO.o Nashnlle Engineering Tier S 1291 S 182 S 243 Hasa ph 1f. Fresno Nab-s". Ter2 5 123 /4 S 233 Jackson PoMand H-ston ONahoma Ter 3 S 123 IS 187 5 233 Las Vegas Rhode Island Indianapolis Orlando Tiler 118 5 167 15 222 Los Angeles Richmond lows PBmaeeW New Jersey Searle LouG%ae Roanoke Now York Memphis Savannah Relaigh MwN St Louis Rochester Mlnneapols Tampa Was do natapplylimW Laburlo roqutrod S.. to Phocelpnia Vewus Beach Sea Lake Cm Pblburgh San Diego .uolto Rioe San Francisco San Antonio Sy— Soutn Jersay wean DC43e18ufa Tarinesaee BT Fire Service Fiered Labor Rates FY1 8 2 A Type labor Tier Standard Rates After Hours 8 Sundays 1 Branch Name Branch Name Branch N.M. 8mnch Name /hr Emergency Rates H.hday Reras Sarvlea Technician Tel S 159 _ 213 S 284 pinks Syracuse Atlanta Alablme Tier2 S 140 S 197 253 Abany Austin BON. Greensboro To,3 S 129 S 182 5 243 Albuquerque Cleveland Ccnkal ltlnois Houston Tier4 5 118 S 167 S 222 Saki— Columbus Clim:eM.tl Lafaye8e forolect Management Tiert 187 211 214 8os.. Dallas Homsburg Memphis Ter2 S 1w S 212 F 274 &ftlo Orand Raistle Indianapolis Miami T r3 S 160 S 212 5 274 Charlon Hartford Mahe Nashyrle Ter4 156 S 207 s 263 Chicago Jackson New Orleans Pinsburgh Colorado Sp+ings Jacksomdkr Oklahoma Raleigh Comer Kansas City Orlando San Diego De oft Laa Vegas PhU".hia Tamps Fresno m1wheapors Puerto Rim Harvard Nebraska South Jersey Havrau N—Jersey Virginia Beadl Rates do nor apply itunlon Labor is roquirad lb— New V.ok Los Angeles Pensecota Lousde San Antonio wtyaukee Savannah Phaonp Seattle Rhode tslantl Tallabassee Richmond Wash DC-Betaysk Roanoke Sprinkler Service Tiered Labor Rates FY18 r—I Rochester Sacramento Sall Lane City Frantlscp Type Labor Tier Standard Rates Attar Hours 8 Sundays r Branch Name Branch Name Branch Name Branch Name 1 hr Emergency Rates Holiday Rates Service Technician Tler 1 s 219 S 284 S 350 Bairtmme Chicago Columbus Birmingham ier2 168 5 218 _ 269 aosto. rodanapd'a Dalla. Charlotte Tier 3 S 140 $ 183 S 22d Phiadcpbla Pardand Deriver Houston :1Tier4 S 118 5 153 S 188 San Franarsao San Diego Los Angeles Oilando Sea tic Miami Raleigh Races do not apply rTonlon LaborlS rpqulred South Jersey Tampa Sprinkler Inspection Tiered Labor Rates FYI 8 T—I T—2 Type Labor Tier SwfldarE Rates After Hours Sundays) Branch Name Branch Name Branch Name Branch Name Ihr Emergency Rates Holiday Roles Inspector Tier 1 $ 213 S 277 340 Baltimore Crag. euanta Austin Tier S 167 S 204 S 251 Boston Fresno Columbus Birnrloril Tier3 5 140 S 183 5 224 Minneapsrrs LatbNi,e Dallas Charlotte Tier4 5 134 S 175 275 San Francis- Miami Los Angeles Cleveland Seattle Portland P.Jadelphte Denver S—mento South Jersey Hanford Houston Indanapcts Kansas City New Odeans Orlando Ralegh Roanoke San Diego Tampa Vs'Pia Beach AlrWiria'tic71 Solutions Tiered Labor Rates FY18 Tier Till Tor Tlera Tr.rs Type Labor Tor Standard Rates After Hauls B Sundays Branch Name Branch Name Branch NJ— Branch Name Branch Name I hr Emergency Rates Holklay Rates Specialist Tler 1 S 161 S 233 S 310 :aska Chlcago AlbanyAlan— Iowa Oeveland Tre,2 S 146 S 210 S 280 New J—w Hawaii Aib...enoue Atanta Jackson Dallas Tier S 1a4 S 195 S 260 New Yolk 0.Vepas Balbmora Ausbn .1-ka le Kansas City Ter4 S 120 $ 180 $ 169 San Francisco Los Ange!as Boble Base LouitmL'e Lafayene Tiers 5 106 S 139 S 155 Philadelphia Cincinnati Boston Maine Mraml Project Management pert 5 196 S 255 l 332 Phoeria Fresno Central ifineis Memphs Nebraska Tier 5 168 $ 218 5 292 Rochester Harrisburg Ch.lolle Minneapo. New Orleans Tiers S 166 S 212 S 272 Sacramento Hardord Colorado Springs OIIanAo Odahoma Tier4 S 164 S 197 8 260 Milwaukee Columbus Pi0ebumh Roanoke Tier S 148 S 193 S Nashnle Denver Portland Engineering Trer1 5 140 $ 1113 S 240 Pensacola Detroe Puerto Rim Tier 2 $ 129 $ 174 S 232 San Oieoo Grand Real& Raleinh Mier 3 S 129 S 165 3 220 St Louis Greensboro Rhode Island rer4 S 118 $ 158 S 210 Syracuse Harvard Sall Lake Ctty S 118 S 153 S 171 Wash DC-Scls A Houston San Antonia Inarm.pda Savannah Sea7fe Rates do noraDplY H unron Labar Ia required Tellahessae Tampa vromla Baam I I Automation Service Tierva Labor Rates FYI$ ail TLt1 Tien Tiers T1ora Ti.5 Standard Rates After Hours 1, Sundays? Typo Labor Tfer 1 hr Emergency Roles Holiday Rates Branch Name Branch Name Branch Name Branch Name Blanch Name Specialist Tw 1 5 790 $247 $304 Nasky Columbus Albany Alabama G—not,ro Tart $ 168 $218 $269 Nbuwergue Dehoil Baltimore Allanta Labyaae Tier3 S 151 $197 3242 Boslarl Hanisbura Buffalo Austin PA- Tie,4 $ 140 $183 $224 —,hicaoo Iowa Cenhal lPnois Boise Miami Tier5 S 129 $168 $206 0eveland Kansas City Cincinnati 'hanode Pensacoa Project Management Tier 1 $ 219 $284 S350 Denver PhuadeipW Colorado Spnngs Jacksonvdle Puerto Fico Tier2 5 179 $233 S287 Fresno Pi%burph Dallas M—Nils Ra!eioh Tie,3 174 $226 S278 H—ail Salt Lake CiN Grand Rapids Nebraska Tie' 4 174 5226 5278 Indlanapalls San Antonio Hartford Oklahoma Tie,5 S 167 Kilt $267 Les V". San Dleno Harvard Odanda Les Angeles Houston Palm City Minneapolis Jackson Savannah New Jassy LoueWle Tdlahasaee Rates do not apply it union Labor fa r.quiltad New York Mllwaukee Tampa Ph— Nashvtie v"llmia ersach Portland New Orleans Rhodelsland Saaamenb R;chmand San Franccxa Roanoke Seattle Rochesee, St Loub Seaman SL Lou. Syracuse Wash DC Beh6vfee EXHIBIT D Errorgy FnrS�agrigig Tk-nt3 LNt or RAIN F VU Tim I Tr 2 TIa 2 Tw 4l Type Labor Tier Stand. Rates Alter Hours& Sunders+ I BranoA Name Branch Name Branch Name 8raneh Name hr Emergency Rates Holiday Rates Engineering Alaska Also—. Arouquin ue Alban q Y Tier1 S 259 S 337 S 074 Boise Atl-nrz AuaSrr Ba;:on Tier2 S 235 S 306 $ 376 Chiesito Charloae Seri... Buffalo Tier3 S 2 res is S 284 S 349 Detroh Greensboro Cincinnati Harrisburg Ter4 S 196 S 255 S 314 Fno Jaok:on cu—lend Heftlord Grand Ratuls J-elow 40 Womble Springs Harvard Hawaa Lamgebe Columhus Maine Indi,a`sws Afirtn Detlas New Jersey Iowa New Orleans D— New York Kansas City Odsndd Houston Phfladtlphia Luc Angeles Pei.City i.ae Vegas Pilroburgh Mawauk.e Pensacola boei 'Me Rhode Island Minneaoo6a PUciro Rico W.M.l- Rochester Nebraska RB4righ N.tbgge Scranton PDMand Savannah Oklsf— Syracuse Sacramento Tampa Richmond San Diego Roarwke San Francbce Sell Lake City Seattle San Antonio St Louis Tallahassee Virginia Beach Wash OC.be16vC'c Energy SprkoWlaidPM Ti{n a Fyn 1ai�[1 Tier2 I T1�3 3ts—Rate- rigor Hours& Sundays) +I Type 1]iboY Tim I hr Emergency Rates Holiday Rates Branch Name Branch Name Branch Name @ranch Name Specialist Tier 1 S 230 $ 299 S 368 AWtare Msbama Baltimore Albany Ter S 162 S 212 S 260 Boise Albuquerque Chiesgo Boston Tiara S 140 $ 183 S 224 H—J AYama Cincinnati Buffalo Ttsr4 8 123 S 160 S 197 Lo-Angela• Austhl Cleveland Harrisburg Project Managemant Trar 1 S 211 S 3211 3 394 Polllan l Chsibtte Columbus Hertford Tier2 5 213 $ 277 3 340 Sacramento Colorado Spri;Ms Debit Harvard Ti.3 S 219 S 27% 3 a40 son Oiepe Doll© Grand Raolds Maine Ter4 S 213 S 277 S 3ic San Francisco Denver lndansPaks New Jersey Seattle Greensboro I laws NenYmk Houawn Kansa-Cdty Phibdelubla Jackson LoulsAM PRBburgh Jaoksonvi i Me.Dhle Rhbd9 fsland Rates do not aAoly Bwicn LaborisrequrY•d Lafayette NO—kee Se—ton lac Vegas PA—orbs Syracuse W-1 NashwUe New Orleans Nebrssta OWahoma Richmond Odaritlo Roanoke Pakn City Rochester Pensacola St,Louis Phoervtr Tabun ee Puedo Rico Virgin.Beach Rddgh Wash DGBdt-J. Salt Lake Cis San Antonio Savannah Teas Electrical Irtstaller Tierod tabor Raba FY11 TAW rwl Tter2 Tea Tier 6 Aft,Hottrs& StandardSwtl Type Labor Tier Rates!hr Emergency me��ry Rat Holiday Res Branch Na mu Branch Name Emrich Name Branch Name Jacksonville ar•rrch Name Installer TMr 1 $ 207 S 299 S 331 Alaska [Albuquerque Baltimore Albany LaFgeCe Alabama Tier2 S 157 S 204 S 251 11 w40 Chicarp Central fir—EsAtlanta Mane Dakar Tier 3 s 134 S 175 $ 215 New Jersey Lea Vegas Clweand Auebn W—' Houson Tar 3 J29 S 131 $ 101 New York. Los Angeles Fresno Bolas Orlando Louipme Ter5 S 105 S 137 S 177 Phiadelp it MlWaukea Kansas Clly Boston PelmCiry, Memphis Phoenb, Mrineaool. Biafdo Pensacola NaeAate Richmond Nabrd-ke Cherbtts Pithourgh New Odeans Sactamonb> Clndanaa Portland Oktafwma ran I eke at? Colorado SDnnga Puerto RS Seadie Columbus RWWgh Spa0n1hur0 Denver Rhode Wand Rates do norappfy ironion Lab-w required SL Loulp Ocitdt Roanoke Virgin®Beach Giant!IZepids Rochester Wash DC-Se1SNJe Greensboro San Antonio Haniaburg San Gage Hanford San Fmndsce Harvard Savannah Indianan", Syraua:e Icwa Talkah—Jackson Tem Electrical Services Tiered LaoorRates FY18 Tier rer2 Tatra Tier{ Type Labor Tim Standard furs After Hours& Su me ndays! a Jacksonvllla r hr Eme�rr� — ne ldev RsSs Branch Na B ranch Name Wench Name Branch Nam Service Specialist lie,1 S 236 S 307 S 377 AWkis Albuquerque eas— Albany waveee TIer2 S 196 5 255 $ 314 Hayek Chicago Centmt Wino$ Atlants hall. liana $ 185 $ 241 S 286 New Jeiaey Las Vepae C.niarM Austin Arta Tor 4 S 165 S 214 b 263 New Yak Los Angeles Fresno Boise 01—co TIerS $ 151 S 197 S 242 Philadelphia W.o kee Kvr-as CM Boston Pabrr CRY Tior6 S 141 5 184 S 226 Phoenbr Wrineapdh SuBelo Peneacda Power 6ysam SAtdv Engineer Category 1 Ter 1 $ 173 S 224 $ 276 Richmond Nebraska Chaddtta Pftburgh Tier2 $ 163 S eta $ 269 5atamento Cincinnab Portland Tier 3 $ ]as $ 218 S 269 Salt Lake City Colorado Springs Puerto Mr. Tier4 $ 166 S 218 $ 269 Seattle Columbus RuAlgh Tier 5 5 168 S 218 $ 269 Spsrlanburg Denver Rhoda Island Ter& $ 168 5 218 $ 269 St.Louis Detroit Roanoke —1 S 173 $ 224 S 276 Vkguda Beach Grand RaplS Rochester Power System Study Eoglneet Category4 Tier2 $ 230 $ 289 S 397 Wash DCEeri-xi, Greeosbore San Antonio Tier 3 S 230 S 299 S 367 Harn-bury ieg Ban Do Tr4 $ 230 S 299 S 367 Hanford San Francaco Tier 5 5 131 S 299 S 367 Harvard 8—bneh Tarfi S 230 S 299 S 397 mdianappra Syscuee lolw Teiahassee Raloa do nor appry fruntbn ysDerrsroqu/red Jedawn Tam EXHIBIT D