Loading...
HomeMy WebLinkAboutAgreement A-18-681 with Siemens Industry, Inc..pdfAgreement No . 18-681 1 AGREEMENT 2 3 THIS AGREEMENT is made and entered into this 11th day of December, 2018, by and between 4 the COUNTY OF FRESNO, a Political Subdivision of the State of California , 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 W I T N E S S ET H: 8 WHEREAS, COUNTY has need for s~rvices of an independent contractor to perform fire 9 and life safety , security, master antenna television (MATV) 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 here in 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 connect ion with fire and life safety , security, MATV and pneumatic systems 23 maintenance for Fresno County Jail Facilities and the Sheriff's Administrative Build i ng . In performance 24 of this Agreement , CONTRACTOR will provide fire and life safety , security , MA TV and pneumatic 25 systems maintenance at the following locations : 26 • Main Jail 1225 "M" Street, Fresno, CA 93721 27 • South Annex Ja il 2280 Fresno Street, Fresno , CA 93721 28 • North Annex Jail 1265 "M" Street , Fresno , CA 93721 -1- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 •Satellite Jail (Not Currently in Use) 110 "M" Street, Fresno, CA 93721 •Sheriff's Administrative Building 2200 Fresno Street, Fresno, CA 93721 •Additional locations may be mutually agreed upon for services upon the opening of the West Annex Jail, located on the same COUNTY footprinUsquar e block as the Main and North Jails (the current parking lot) or at other future locations. •Should COUNTY represent, at any time, that any of the locations identified herein no longer exist, or no longer require CONTRACTOR's services, or should new locations become available and require CONTRACTOR's services, such as the West Annex Jail, which is set to open in 2020, COUNTY may, and CONTRACTOR will therefore, agree to amend this Agreement and the attached Exhibits, to provide for reductions or additions of service, or for a change in location of services. 1.OBLIGATIONS OF THE CONTRACTOR CONTRACTOR shall provide the below listed services: A Provide all required labor and material to perform all work outlined in the maintenance service plan contained in Exhibit B, which is attached hereto and incorporated herein by this reference. Provide all testing and verification of systems and equipment to meet the requirements of all regulatory agencies. CONTRACTOR will provide fire and life safety, security, MA TV and pneumatic systems maintenance, re pairs, and service, to keep the foregoing systems and equipment functioning and operational. B.Provide 24-hour service, maintenance and repair, as described in sections 1.(C) and 1.(D) of this Agreement, upon COUNTY's request to address Critical Malfunctions in the specified systems indicated below. A "Critical Malfunction" is defined as a malfunction which renders inoperative any part of the security system deemed to be responsible for maintaining security or safety within any area of the County that CONTRACTOR is servicing, pursuant to this Agreement. The affected systems, which if impacted or are non-operational will result in a Critical Malfunction, include, but are not limited to, the following: i.C.C.T.V. Any camera or monitor providing primary surveillance to any area of a -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ii. iii. iv. v. vi. vii. viii. facility . (Example: Sallyport Cameras) Housing Intercom System a.Any intercom component providing primary voice communications to a remotely operated door or area, with no adjacent redundancy. (Example: staff entrance) b.Any intercom component providing primary voice communication to and from any inmate holding cell or area that is isolated or locked. (Example: Administrative Segregation cells). [Intentionally Omitted] Guard Security to Housing Intercoms A critical malfunction is deemed to occur when intercom component providing primary voice communication to and from any inmate area that is isolated or locked is out of service. (Example: Administrative Segregation cells) Integrated Security and Fire Alarm System a.Any panic alarm malfunction b.Any door alarm malfunction c.Any fire alarm malfunction d.Any door control system malfunction Control Console Graphic Display a.Any malfunction rendering inoperable fire zone status. b.Any malfunction rendering inoperable remotely operated door status information. Administrative Intercom System All components providing communication to and from a fixed staff post. (Example: Tunnel Security Station) Central Processing Unit (''CPU") failures of: -3- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ix. X. CPU in door control, Fire Alarm Panel & NVR's. Any Uninterruptible Power Supply ("UPS") failure Metal Detectors Repair upon request malfunctions to any and all facility metal detectors and calibration as needed. Metal detectors are located in each of the detention facility lobbies, booking area and on all housing floors. C.CONTRACTOR agrees to respond to Critical Malfunctions as follows: i.Provide a 24-hour number for reporting malfunctions. ii.Monday through Friday between 8:00 a.m. and 5:00 p.m., respond within 15 minutes by phone and 45 minutes on site, from the time the 24-hour number is notified of the malfunction. iii. On all other days or times respond within 30 minutes by phone and within one ( 1)hour on site, from the time the 24-hour number is notified of the malfunction. iv. Complete the repairs, replacements, and maintenance, making the critical equipment and systems operational, within four (4) hours of when CONTRACTOR begins work. 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 i.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 2 3 4 5 6 7 8 9 ii. iii. iv. V. vi. vii. Housing Intercom System a.All functions of the housing paging system. b.All functions of the housing program system. c.Any intercom component providing secondary voice communication to any area of the facility. [Intentionally Omitted] Floor Security Station to Individual Housing Intercoms When less than three (3) of six (6) intercoms are simultane ously malfunctioning on any one housing floor. Master Paging and Program System All functions of this system. M.A.T.V. (Master Antenna Television) All functions of this system. Pneumatic Tube System All components of this system considered non-critical malfunctions when inoperative. 10 11 12 13 14 15 16 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 ope rable 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- 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. 1 O d.Tightness of hardware. 11 ii.Diverter 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 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 a.Check all pertinent operational functions. b.Examine each printed circuit board for operational integrity. c.Clean unit to eliminate the buildup of debris. I.CONTRACTOR shall provide to the Jail Bureau Commander a report each month which shall include a description of all work performed, status of parts inventory, detail on after hours calls, status of preventative maintenance schedule, copies of all written communications, meeting minutes and any recommendations CONTRACTOR may have. The Jail Bureau Commander may request, and CONTRACTOR will provide, additional information to be provided in reports delineated in this paragraph. J.CONTRACTOR agrees to, and will provide, technical services requirements, e.g. preventative maintenance, as follows: i.SERVICE AVAILABILITY: CONTRACTOR must provide maintenance coverage as defined herein and structure a maintenance service plan as defined in Exhibit B. ii.STAFF QUALIFICATIONS: CONTRACTOR must certify that the staff CONTRACTOR assigns are technically competent and qualified to perform the work controlled or provided pursuant to this agreement. COUNTY may request and shall receive a replacement Service Technician within five (5) days if there are concerns with the technical qualifications of any Service Technician CONTRACTOR has assigned. iii.REQUEST FOR SERVICE: Access to maintenance support must be through a continuously staffed (toll free 24/7) dispatch telephone number. All calls to the dispatch number will be answered by a human being. CONTRACTOR agrees and promises that COUNTY's calls to the dispatch telephone number will not be met by a busy signal or an answering machine/non-human being and that hold time on a call to dispatch will average 30 seconds or less. COUNTY will consider alternative methods of contact and/or dispatch related communications, as provided by CONTRACTOR. However, those methods must be approved by COUNTY, -7- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 in writing, through the Sheriff-Coroner or her/his designee. iv.RESPONSE TO SERVICE REQUEST: CONTRACTOR's Service Technician must be on-site to begin maintenance service on repair action within two (2) hours from the time COUNTY receives a dispatch received notification. This shall not affect the time limitations discussed in Sections 1.(C) and (D) of this Agreement with respect to Critical Malfunctions. v.ESCALATION PROCEDURE: The escalation procedure shall have three levels. The escalation procedure shall commence at level 1 and move through level 3. The timing between escalation levels is at COUNTY's sole discretion, to be deter mined by the Sheriff-Coroner or her/his designee. COUNTY shall inform CONTRACTOR's personnel reviewing the problem of their intention to escalate to the next level. a.Level 1 1. 2. b.Level 2 On duty Sergeant or Lieutenant makes notification to on duty Technician to address problem. On duty Sergeant or Lieutenant makes notification to afterhours Technician or Emergency Dispatch (559) 276- 2600 to address problem. On duty Sergeant or Lieutenant notifies CONTRACTOR's Senior Technician of the failure to resolve problem and delay of service restoration. c.Level 3 On duty Sergeant or Lieutenant notifies Contract Administrator of failure to resolve problem and delay of service restoration. d.Response 1.Once CONTRACTOR's service personnel become aware of -8- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 vi. vii. 2. a potential delay in service restoration, the following steps will be taken: a)CONTRACTOR will inform the Sheriff's Office staff of proposed corrective plan of action. b)Sheriffs Office staff and the CONTRACTOR will mutually agree on corrective action to be taken. c)CONTRACTOR will utilize all means at its disposal to remedy all disruptions in service locally. d)When necessary, CONTRACTOR will enlist the assista nce of all local, district, or corporate engineering and technical support personnel to resolve and minimize any delays or disruptions in service restoration. If it is determined that parts, components, software, etc., are unavailable locally CONTRACTOR will inform the Sheriffs Office of the estimated time to complete repairs and use all means available to secure the parts. PROBLEM DETERMINATION: In response to a request for assistance, if CONTRACTOR determines that the source or cause of the outage is not in the equipment covered under this Agreement, or if multiple causes are possible, CONTRACTOR must work with and assist COUNTY Support Staff to achieve a problem resolution. COUNTY requires CONTRACTOR, in a problem management process, to communicate what the appropriate contacts are on a timely basis and undertake reasonable action steps to achieve problem resolution, even if the responsibility for the final corrective action is with another party. PARTS SPECIFICATION: All parts supplied must be new -9- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 viii. X. xi. xii. replacement parts or, if new replacement parts are no longer manufactured, refurbished parts will be supplied. CONTRACTOR must supply parts, which match the Engineering Change ("EC") level of the failed machine, as released by the equipment manufacturer, as this is essential for optimum machine performance and reliability. PARTS AVAILABILITY: CONTRACTOR will purchase parts on demand. ENGINEERING CHANGES: CONTRACTOR must monitor and initiate actions to ensure that all EC's provided under this agreement are fitted as released by the manufacturer. CONTRACTOR shall coordinate the work through Jail management. CONTRACTOR shall manage all specs of applying EC's, including aspects such as software upgrades and microcode changes. CONTRACTOR guarantees recertification of the equipment by the manufacturer. PREVENTATIVE MAINTENANCE: CONTRACTOR, through the coordination of its Senior Service Technician, must perform preventive maintenance on the equipment as recommended by the manufacturer and according to manufacturing specifications and/or recommendations. The schedule for this service will be coordinated with COUNTY, through the Jail Services Sergeant. PREDICTIVE MAINTENANCE: CONTRACTOR must confer with COUNTY to establish performance criteria for the equipment and implement a schedule of performance and quality checks. When a potential problem is identified, CONTRACTOR will schedule the appropriate corrective maintenance with the Jail Services Serge ant and perform the work as planned. xiii.EQUIPMENT MAN UFACTURER RECERTIFICATION: Whene ver manu facturer recertification is necessary, CONTRACTOR guarantees and will ensure recertification of all equipment -10- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 CONTRACTOR is providing or is maintaining and that such recertification will be provided in writing, by the original equipment manufacturer, all at CONTR ACTOR's sole and completed expense. CONTRACTOR promises and will ensure that maintenance CONTRACTOR provides will not result in the manufacturer canceling warranties or support, when applicable, in relation to any of the equipment or software prov ided or maintained, pursuant to this Agreement. lf due to recertification, the manufacturer of the equipment is requires onsite supervision or labor to maintain said certification, that labor, if billed to CONTRACTOR by a manufacturer, will be paid by COUNTY, upon the approval of the Sheriff-Coroner, or her/his designee, such approval to be provided prior to the incurrence of any such billed labor, and such payment to be covered by the Additional Service Allotment. xiv.ADDED VALUE SUPPORT: CONTRACTOR shall provide active support to enhance the reliability and availability of the services it shall deliver 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 1.L, 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 4100U with live backup -11-, 1 2 3 4 5 •The NCC, node 4 of cell control•Satellite Jail system. Any new installation will include 50pt Desiga•Main Jail Pneumatic tube system, with a properly sized blower•Admin Building TFX system. Replacement to include Desiga•Dukane Intercoms with IDEC, Jensen and other 3 rd party controls. Replacement will depend upon size•UPS system for cell control •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 1.L, 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 1.L, 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- 1 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 1 O 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 0.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 necess ary 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 appr ove 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 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 facilities. CONTRACTOR is aware, and will make all of CONTRACTOR's agents, employees, contractors, and other persons whom CONTRACTOR invites to the Jail facilities aware, of the nature of the Jail facilities, the dangers involved with entry into the Jail facilities, and require that CONTRACTOR's agents, employees, contractors, and other invitees, agree to as sume the risk or entering said Jail facilities, including the risks of severe bodily injury and death. B.Providing on site storage space for CONTRACTOR to store spare parts. The size of the storage area is to be determined by COUNTY. C.To authorize work orders and service calls to CONTRACTOR, thr ough the Fresno County Sheriff-Coroner, or her/his designee. D.Issue identification cards to CONTRACTOR to enable CONTRACTOR's personnel to enter the facility and perform necessary repairs. E.Security Clearance i.COUNTY's Sheriff's Office shall perform background checks as ii. deemed necess ary by the Sheriff-Coroner or her/his designee, on all personnel CONTRACTOR desires to perform work in the Jail Facilities. Background checks must be completed on all CONTRACTOR personnel, employees, agents, contractors, or other invitees before any admission into a COUNTY Jail Facility. The Sheriff-Coroner, thro ugh her/his designee, has absolute and unrestricted authority to deny access to the Jail facilities, and/or any other facility related to the Sheriff­ Coroner's operations, and for any reason or for no reason. Should any one, who is associated with CONTRACTOR or acting on CONTRACTOR's behalf, be denied access, CONTRACTOR agrees to immediately assist and ensure removal of said person from the subject facilities. COUNTY (correctional staff) shall provide direction to CONTRACTOR's employees, agents, contractors, or other invitees, in the event of -14- 1 2 3 4 5 6 7 8 9 10 11 12 13 3.TERM iii. iv. disturbances inside the facilities. CONTRACTOR's employees, agents, contractors, or other invitees shall immediately follow the direction of correctional staff in such circumstances. COUNTY designated Watch Commander or designee shall resolve disputes involving jail staff and CONTRACTOR in such matters as work location and security measures. COUNTY shall provide access into and out of its jail facilities to CONTRACTOR's employees, subject to security requirements. COUNTY has the absolute right to exclude from any facilit y anyone at any time for any reason whatsoever, or for no reason, and to redirect CONTRACTOR's employees from place to place within the facili ties when deemed appropriate by COUNTY. 14 The term of this Agreement shall be for a period of three (3) years, comme ncing on 15 the1 st day of January, 2019 through and including the 31st 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 any time 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 Caus e -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 he reto 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 1 st through December 31st 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 21 151 , through December 31st) 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 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 absol utely 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 1 O 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 pr ofessional staff, (e.g., Ph.D., RN., 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- 1 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 insura nce, 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 wa ives 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 ne cessary to accomplish such waiver of subrogation, but CONTRACTOR's waiver of subrogation under 13 this pa ragraph 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 1 6 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 Commer cial 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 CONTRAC TOR'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 tenninate 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 AM. Best, Inc. rating of A 6 FSC VII or better. 7 11.AU DITS 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 rec ords 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 18 19 COUNTY COUNTY OF FRESNO Sheriff-Coroner 2200 Fresno Street Fresno, CA93721 Attention: Business Manager CONTRACTOR Siemens Industry, Inc. 4273 West Richert Avenue, Suite 11 aFresno, CA 93722 Attention: Contract Administrator 20 All notices between the COUNTY and CONTRACTOR provided for or pennitted 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 overnight 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 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 complet ed outside of COUNTY business hours, then such delivery shall be deemed to be effective at the next beginning of a COUNTY business day), provided that the sender maintains a machine record of the completed transmission. For all claims arising out of or related to this Agreement, nothing in this section establishes, waives, or mod ifies any claims presentation requirements or procedures provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the Government Code, beginning with section 810). 13.GOVERNING LAW: Venue for any action arising out of or related to this Agreement shall only be in Fresno County, California. The rights and obligations of the parties and all interpretation and performan ce of this Agreement shall be governed in all respects by the laws of the State of California. 14.DISCL OSURE OF SELF-DE ALING TRANSACTIONS This provision is only applicable if the CONTRACTOR is 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 this agreement. 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 Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit C and incorporated herein by reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 15.COMPLIANCE WITH ALL LAWS -CONTRACTOR acknowledges public funds are used for payments by COUNTY under this AGREEMENT, including any "public works" projects necessitated by this Agreement. Accor dingly, CONTRACTOR shall comply with, and shall ensure compliance by all contractors and subcontractors with, all applicable laws and regulations, including the payment of prevailing wages pursuant to Section 1770 et. seq. of the Labor Code. -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 S I . Digitaly signed by Salonia Paul a o n I a DN: cn=Salonia Paul. o=Siemens, 12 email=paul.salonfa@siemens.com 1-1---.t,,!..;n, -H' ·~,l--------'~ ... -·-·=•on"1L: 1 a_m _•PPf_ov_ing-th is __ _ (Authorized' Signaf~j 11.26112221 -oa·oo· 13 14 l+-------------- 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Print Name & Titl Mailing Address Oig~alty signed by Fuss Jenny ON : cn•Fuss Jemy, o•Siemens. Dlg itillly signed by Marquez Che lsie F J email•jemy.fus,s@siemens.com USS enny Rea,on:_ScO,odo,ofFinaoce/Zone FBA Pacific/ Bra nchFBA for SF and SAC ---Dille; 2018.11.26 09:5-4:51 -08'00' Date: 2018.11 .2616:23:05-08'00' FOR ACCOUNTING USE ONLY: ORG No .: 31114000 Account No.: 7220 Requisition No.: i tero Chairperson of the Board of i of the County of Fresno ATTEST: Bernice E. Seidel Clerk of the Board of Supervisors County of Fresno, State of California -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 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 51,486,065 -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 Jail 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 14951355 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 Jai l 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 14951355 21 Five Year Total $2,476.775 22 23 24 25 26 27 28 -24- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Siemens Industry Technologies, Inc. Agreement EXHIBIT B MAINTENANCE SERVICE PLAN (ALL FACILITIES) MAIN JAIL FACILITY MONTHLY: 1. 2. Lamp test and replacement Intercom voltage check 3. 4. Visual inspection of Uninterruptable Power Supply (UPS) for door controls Functional inspection of CCTV systems 5.Functional inspection of door cards QUARTERLY: 1.Check alarm status 2.Visual inspection of KDR-1000 Five Alarm panel 3.Check line integrity of KDR-1000 panels 4.Measure KDR-10000 test points 5.Measure KDR-1000 test points 6.Check KDR-1000 line integrity 7.Test KDR-1000 back-up battery 8.Verify operation of KDR-1000 trouble indicators 9 .Check KDR-1000 off-line mode 10.Check alarm and trouble reporting at KDR-1000 11.Visual inspection of KDR-1000 System 12.Test of KDR-1000 system functions 13.Check UPS batteries for door controls 14.Clean Paging system racks 15.Visual inspection of fire phones 16.Visual inspection of fire detectors 17.Visual inspection of fire pull stations 18.Visual inspection of duct detectors 19.Check auxiliary KDR-1000 output controlled devices 20.Check auxiliary KDR-1000 input controlled devices 21.Clean and adjust Cameras 22.Clean and adjust CCTV monitors 23.Test and clean all digital video recorders (DVR's} SEMI-ANNUAL: 1. 2. 3. Test operation and voice clarity of paging/fire phone system Test Paging/fire phone call-up function Test and adjust MATV -25- -26- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15: 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 1. 2. 3. 4. 5. 6. 7. 20 ANNUAL: 21 22 23 24 25 26 27 28 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. Check line integrity of security equipment Measure 4100 test points Verify control panel settings Audit CPU history Check fire system line integrity Verify operation of fire panel trouble indicator Test fire panel battery backup. Check fire system off-line mode Check alarm and tmuble reporting at 4100 panels Clean paging system racks Visual inspection of fire phones Visual inspection of fire alarm detectors Visual inspection of fire alarm pull stations Visual inspection of duct detectors Check auxiliary output controlled devices Check auxiliary input controlled devices Clean cameras Adjust cameras if necessary Clean and adjust CCTV monitors Clean and test security controls Test and clean digital video recorders (DVR's) North Jail court holding; check intercoms, door controls and interview phones Test operation and voice clarity of paging/fire phone system Test paging/fire phone call-up function Test and adjust MATV systems Test operation of panic/duress alarms Test all water flow switches Test all Tamper/OS & Y Switches Test and calibrate metal detectors Test automatic switch-over to fire control panel degraded mode Verify operation of each audio speaker Inspect and test audio amplifiers Perform test of all fire panel functions Test and clean each fire phone station Test and clean each smoke Detector Test and clean each fire pull station Verify operation of each horn, siren, door bell Test alarm contact points Check all CCTV connections Check CCTV mounts for stability Clean, test, and adjust all other related devices Test elevator recall function 1 2 SOUTH ANNEX JAIL FACILITY 3 MONTHLY: 4 1.Visual inspection of CPU5 2.Lamp test and replacement 3.Intercom voltage check6 4.Visual inspection of UPS for door controls 7 5.Clean VDT 6.Functional inspection of CCTV systems 8 7.Functional inspection of secur ity and door controls 9 QUARTERLY: 10 1.Clean CPU racks 11 2.Clean CPU 3.Check Alarm status12 4.Visual inspection of 4100 panel 5.Check line integrity of PLC'S13 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 indicato r 12.Check fire system off-line mode17 13.Check alarm and trouble reporting on 4100 panel 14.Check UPS batte ries18 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 monitors22 22.Clean and test door security controls 23.Test and clean all digital video recorders (DVR's)23 24 SEMI-ANNUAL: 25 1.Test operation and voice clarity of paging system 26 2.Test and adjust MA TV 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 mode2.Verify operation of each audio speaker3 3.Inspect and test audio amplifiers 4 4.Perform test of all fire panel functions5.Test and clean each fire phone station 5 6.Test and clean each smoke detector7.Test and clean each fire pull station 6 8.Verify operation of each horn, siren, door bell9.Test alarm contact points7 10.Check all CCTV connections11.Check CCTV mounts for stability8 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 panel2.Lamp test and replacement 14 15 QUARTERLY: 16 1.Check line integrity of fire alarm control panel2.Measure fire alarm control panel test points 17 3.Test fire panel battery back-up4.Verify operation of fire panel trouble indicators18 5.Check fire system off-line mode 6.Check alarm and trouble reporting19 7.Visual inspection of smoke and heat detectors 20 8.Visual inspection of manual pull stations9.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 fu nctions2.Test each smoke detector27 3.Test and clean each manual pull station4.Verify operation of each horn, siren or bell28 5.Clean, test and adjust all other related devices -29- 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 21 24 26 27 28 SHERIFF -CORONER'S ADMINISTRATION BUILDING 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 the Sheriff's Administration Building Halon System -Dispatch Area comparable to that provided to the other three facilities. WEST JAIL This Exhibit wil l be amended upon the opening of the facility. -30- 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit C SELF-DEAUNGTRANSACOON DISO.OSURE FORM In order to condu ct business with the County of Fresno (herein after referred to as "County"), members of a contractor's board of directors (hereinafter referred to as "County Contractor"), must 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: "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest'' The definition above will be utilized for purpo ses of. completing this disclosure form. INSTRUCTIONS (1)Enter board member's name, job title (if applicable), and date this disclosure is being made. (2)Enter the board member's company/agency name and address. (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: a.The name of the agency/company with which the corporation has the transaction; and b.The nature of the material financial interest in the Corporation's transaction that the board member has. (4)Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. (5)Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). -31- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit C (1) Company Board Member Information:Name: I I Data: I JobTitle: I I (2) Company/Acency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to): (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Coda 5233 (a): (5) Authorized SignatureSignature: I I Date: I -32- Siemens Regional labor Rates 2018 EXHIBIT D ------·--. Type labor ,,., StandatdRatos ln•tollation Technician (Specialist} Projea Man.ager Tier1 Toet2 Toe<3 Tier4 rier1 T'°'2 Toe,3 Tier4 Tlorl Tet2 ,,.,3 Tler4 hr $ 135 s 117 $ 106 $ 95 s 158 $ 1$2 $ 148 $ 1'0 s 1l8 $ 128 $ i23 s 112 ' . . . ' . ·. '' � ... -... I I -, •... ,, c· '. ,; •··-· ��• ' 1· 234 _,.. 8olso -Chmlatte :m Alban, Cincinnati -GrQmsboro 191 Ab!QUerque c-• ·-UPanlte 169 -·Cdofado S prings □-Oklahoma $ s 27S "°"'°" ColtimbUs Fre8J1o Ral9igb s 199 s 26S Bu-""""' lowo R08tloke $ 191 $ $ 183 $ 254 c.n..,-□,..il Jac:keon Vtrpini,� 243 Chlcogo Grand Rapid& Jack10mfe $ 183 $ 243 Harri&burg -.,. MRI� $ 183 s 243 _., HoU&loo Mllffli $ 175 $ s 167 $ 234 -lnd•nopok Na�viile: 222 ...... City -Nob!,ou LaaV� """'""" Orlando '-""M<l<lto N!JwOflnno Penaocola _,., ... Pho,NX Puerto Rico RaMe' do notat>Rlyllunlon Lnorls ,-uJrH Mlnl"INPOi& RhDdel5land San Amo® r - L - - Type labor Swvic:41 Technician Projec:I Management Tier r..-1 ile!2 r..,3 .... ,,.,, flM2 TIO!J Tillf� sianc:1� RatH lh 165 s 217 s 151 s 199 s 143 s 191 s 134 s 183 $ 100 $ 2◄8 $ 174 $ 226 $ 1f2 s 212 $ , .. s 207 Fire S01t1lio11, Ttt!reO LJllor R,ile:. FY 18 Type Labor Tiet S..dardRates After Hours. & /h, Emergency RatH lnstolr.tion Tochnk:lan (Spoeiallot) Tio, I s 213 Tier2 s , 1 T,.,3 182 Tler4 167 P!OjectM..,_, Tier1 213 Tler2 $ 205 T..-3 $ .... $ 197 Engineering T1erl $ 12& s Tio<2 $ 123 ..... $ 123 T•< $ 118 s Ride& do not apply W union I.nor Is f'OQUkN ,., SeNlc• TKhnk.lan no, 1 159 1 r .. 2 14() m , .. 3 125 182 Tier� 118 11$7 Prolect Manaaement Toe<1 187 248 , .. 2 160 212 Tlet3 160 212 Tler4 156 207 Rates do nor apply ii union L.ebor ISi reouitff 265 254 s 243 305 $ ZT8 2'lO 25" Sundays I HolldayRalN 284 263 s 243 222 284 14 s 2"3 243 233 222 Nw,JofM\' R:dlmo4ld Savannai'I N8Yt'Yodt Sacramento Q, Louis ,,,_,.. s.llLwCity Taliahalli98 _,gh Tamoo - R- S.,,,Oiogo San Fl'8fAC'O -�-WOSllOC- _,.. Auitin -· Al)uquerque """""' C�alttmcla Boiu Allan1a Chicago a.,..., Chaikllie Buf181o Cindnn"11 Gr.ind Raj)m 0.- Clcwland Colo1ado$pring$ -·Hi1fli";abcng -•d ColJmbuo l<oJlsasCity Haus,on -De!N)� L�le Jock9on Jn<lano ..... F!flnO NebfNka , ... ,... .... v_ Groensboro SanAnton:o Maine lo&Angela _,,., Savannoh Mamphis Minneapo!:s -Talaheis:see _, Naw_,.,..,, -Tampa N- NawOrleans °'-OOahofn• NawYark Phoenix Pensacola -Pittsbu� Puerto Rico S-1.0 -nd R-Sakt.a!<eClV Rhodolelond Roanoke San Fl'anci9co Richmond V11Aina8neh -··-- San OleQo St. LOIJitl. S.racuse WuhOC-13iimiio Bran<h Homo --Branch Name Brarw.hName -Cleve-land Alabemo Cha11fotteo Albeny Columbus -"' 0.0.. AlbuQ091'qlli o.nvor -Grand Rapide e,,,m,>te Greenstx>ro ac;,, J,ck$onville BoSlon Hartford Central lhloi� Kansas C!ty -Ha/Va!6 Cinei'lna1i -·Chi<ago ........... Colo<-SpMgs Maine H.,_ NewO,teo,,,, O.,,oi -lwif, --.. Fr«$1\0 -.. .. -·Porhnd HoOolon OkiahOma LilsVeAM-Rnodel$1and ,.-... Orlando los.Aogaiez Richmond -Pe- NtwJetll/f/ Seattle Louiwlt Ro1n01<e NtwYortc Memohls SQY31'1nah RaWgll M-Stl.OU11 ·-Minneapolis Tamoa s. ......... Piludelphia V«Rinia Beach Saltl&UCll,I -•gh San Oiego Pu«toRioo SanFrancleco SanAntcnlO � --Wash OC-8� tallaba&ee -SWacuso ·-Ala�a -.. --Green&boro AlboQue:r� CMY,!and Ccmlralllnon Houlltl:ln -·COIUmbU$ Clncbnoll Lala,elle BoS!on °""' H1nisbursi MomPh� -Grand R.e�da tndisnaoois Miami Ch.,,_ H.artfo,d Maino N-Cnleogo J-NiewOttun.a Pitra:burgh Colorado Splingo Jacl<oo!wlll o-. R""'9> Oerwer l<ansuC>V Orlando San0ie$10 O&Uol L.aBV .... Phlladolorua Tampa Fresno M!Moapok PuertoR.:o HaNerd ------Hawai NewJe<se/ Virgllie Be&di Iowa New\l'alk Los Angeles PenHCda U)-SanAniOOio ......... SMann•h Pho::tm( - Type Labor r .. , standard Rales After Hours & Sundays/ /hr Emergency Rates Holiday Rates Setvtce Techniclan n.,1 219 $ 284 350 ner2 168 s 218 269 Ttet3 s 140 s 183 s 22A Tier 4 s 118 153 $ 188 Rat2s do not .eppJy lf unfon L�r ls required T�p• L.a�or Tier Standard Rates AftetHaurs& Sundays/ /hr E.mergenoy Rates Holiday Rates Tiet1 213 s 271 340 n,.-2 s 157 •204 s 251 r..,3 $ 140 s 183 224 T,er4 $ 134 s 175 215 Type Lobar Tier Standard Rate$ Aft8rHout5& Sund ays I /hr Emergancy Ratos Hcllday Rates Speeiafist ,,.,, s 161 s 233 s 310 Toe,2 s.1.., •210 s 280 Tier3 s 134 s 195 $ 280 Tlflt4 s 120 $ 180 $ 169 r,.,5 ""' s 139 $ 156 Project Managemwtt ne,1 196 8 255 332 Tler2 168 s· 218 292 Tier 3 s 166 $ 212 s 272 Tier4 •184 s 197 s 260 Tier5 $ , .. s 193 s Engineering T,er 1 140 s 183 $ 240 1 ... 2 129 $ 174 5 232 ..,, $ 129 s 165 s 220 ,er4 s 118 s 158 5 210 s 118 s 153 s 171 Ral'e$ do nor aop/y If union Labor Js tWllJired Type Labor Tier StandardR� AtterHours& Sundays I /hr Emergency Rates t1olfday Rates Specialist TIC!r1 s 190 $247 5304 r,.,2 $ 168 S218 S289 Tler3 $ 151 $197 S242 r ... $ 140 5183 S224 TierS s 129 $168 S20B Project Management Tle,1 219 5284 S350 lier 2 179 $233 S287 Tier 3 174 $226 S278 Tier 4 174 S226 S278 Tit, 5 167 $217 S2ET �t.n do nol apply ;r union Labor is 1•quf,ed RhOdersland Richmond RoanOl<e Rocheste1 Sacramento Sall Lake CR)' San Frand8oo Branch Name Baitmc1e Sa&lon Phlade/oh� SatlFranc:l&t:o Seal!le South Je-,sey Branch Name BaMlmore Boston Minneapofis San Frandsco Seattle- Branch Name .... NewJet:.ev Nf!t'1Yo1k SanFranci!u:a Branch Name Alaska AlbtlQU&/'QUI! 800lon hica<lo Cleveland o.o ... FrNnc HawaiJ tndlana!XJIIS; L.8$Ve$1ei La&Ange!es Minneapolis N�Je,sey New York Phoeri, Portland RhodelsJand Sa�amen10 SanFran!±.co ...... St. Loujs st Louis Tallahassii:e iW-oh OC-Be!o.wle Branch Nime Chicago ln<ianapc/i& -nd San Diego Branch Name Fresno Loli::.ldlc Miam1 Port,and &k:rwnento Branch Name Chicago Hawu l.aGVeA8S LO$Ang,e/es Ptllladtlphia Phoenb< Rochester Sacramento Brandl Name Columbus Oettoit Ha11isbur.A Iowa KansasCi1y _ ... Pitl&b1.mm Sal!Lal<,Cny San Antonio San DliJlo BranGhNarne Columbus Oauas Denve, LosAngeJes Miami Branch Name t!aflta Colun\bus Oiiles LO$Ang� Philadetptlia Soulh Jersey -·· A!bucuCICIUC Baltimo,e 8utf:81o CineiMati Fr&eno Ha10Sbmg Hartford Mimaukee Nast,,ite """"""'" San Oieno St Louis Svracuse WashDC•Bebw-iao BmnchName Albany B*more Buffalo Centrall�nois CincinnaU Cototado spnngs o.llas GtarldRaJid.$ Hattrofd Haward Housten ackson Lcui&vile Milwaukee Nastwile NewOrleam. Richmond Roanoke Rocheste1 Scianton Syracuse ai:ih.OC-� BQndtName Birminaham Chaitotte Hooston Oilando R- Tampa Branch Nama Au.lin 8iffl'llllRh8m Cho<­ Cleveli!nd' Denvar li81t!ocd Hou­ lnd:anapcM& Kansascey NewOdeans O•la<ldo RAkllgh Roanoke San Diego Tampa Vir • ia Beach_ Branch Name lowa Jaelr1on Ausbn Jaci'SOnville Boise Lou�e Boston Mc1in& ntr.l�ioQis Memphis Char1otte Mlnn.eapo,!is Colorado $priRQ& 01lan& olumbus Pittsbumh Denver Pout,nd o.tron Puelto Rico Grand-Raleis:lh Greenst)oro Rhode lcland HIMlld Salt llffle CitV Houston San Antonio rn<ianapo'.& Savannah Se-Ta!taiiassee Tampa ·niaBoach Branch Name Branch Name Alabama Oietmboro """"" Lar"ayeU.11 Au5tin Boise hailotle Pensa001a Jaclc6olWBle ""-- MetnDhls Ra!eklh Nebta&ka OWahoma O•Jando P•!mCity Savannah Tallahas&ee Tampa V�niaBeach EXHIBIT D Branch N.a� Cleveland 0- Kans,,:i;City L3tayefto .... ,., Nsbraska New0,Jeall'3 <»Mhoma Roanoke ••Iii,. Ill ,. .... �· .... aw& ... . Type l.abor Tiu ·--After tloW5 & Sundayi,t 8ranchNamo Bronc:hkame BnWM:hNuna Branch Name 'hr Eme,gencyR.ales HollNy Rates Englnffrlng -·AMbama Ablql,erque Albany lieri s 259 $ 337 $ 414 Boise A!lonta AUsllo Tior2 $ 235 s -$ 376 Cllica,,o Ch.w-baltimore . ..-i1er3 s 218 s 264 $ ••• Deir .. -Cl-Hetrisb!Jra TN1rll s 196 s 25S $ 314 Fresno -"""-lond Hafflord Grand Rasidt. --Coicrado &mmi, Harva,d -H.-L-Colum""' Maine lncfanaoti!s -Dalla NewJ.,,... 1,.,. Newo,toan, 0,,,.., NewVod< Kanaaoelv 0-Ho\ltllon PJ-il-Los-PalmCty l.aVegn Plltobur,,h Mfwaukee ,,.._ lol!isviile Rhodololand Minoea,,oh PUettoRico ......... Rochester ..,,,, .... --· S-1on .... and .....,.., -·SYtill:UH secramentG Tampa Rk:hmood SanQiel!:IO Roanoke SanFta� Sall LakeCilv s-S.,,Antonlo SL Louis TiNah3SIS(NJ VirOnia Beactl w..i.oe--. �::'., ·"-�· - .. -:i.--�= --1� 7,, • ·"'!_ ·, ' -,--- -i,� .. � _'!.' . .......,.,,_____,___ Type Labor T'"' ·--AftcrHouts& Sunday:sl 8raneh Nwne •�Name Brau.hName a,andl ... me llv emergency Rates HadayRatas Speciali&t Tle<1 $ 230 s 299 $ 368 -Alabama Bal<m,ore Albony l'lor2 $ ,112 $ 212 $ 260 Boise AlbuQUerqua C�ago """°" TI..-3 s 140 $ "'" s 224 Hawaii Atlanta Cincihnri ....... T:er4 •123 $ 160 s 197 L.,.Angolel Aid> "'"'"'8nd Harrisburg Projeot M-ri.,,$ 246 $ 320 • ,... """""" ChorloOe Columbl.G H-,tfwd Tle,2 s 213 $ 277 • 340 Sacramento Coloredo SoMAt D-Harvard iier3 $ 213 s '217 s 340 San"'-�G!ondR-M,... r�• s 213 •277 s 340 San Francllco Denve< , ........ New.le<..,, -Greanaboro , ..... New York H..,_ K-.nsacav _,. .-on Lou-. PICtsbu,gh ......., ... Memphis. Rbodefsl&hd Rate$ do nor •IIJNY if union Ube,,-;. ,-quired Lm-Milwaukee Seranton t..•V-mss "'1lnM8DclG ,..,,..., .. Miami N...,_ Ne=NOl'leens --Okiahome Ric:i'imond 0-Roanoke Palme., Rochester Pensooola st.Loulll -r--.. Pttt1rtoRico V'lrnlnla8e8a\ -· Washe>C--.uo Salt Lal<oC/ty SanArnonlo Savtnnoh Tamo, ·-·--I . -·:�·-...... ..., .... a-. ....... _.,.. -, .... .... - S-.<t A.fterHoun& SUMays/ Type Labor TNr Emergoncy Branch Ham• Brandl Name ibanc:hName 1:itaflc:-h Name .J41.!(sonvK!e Bram:hNam!:! Rn6/hr Ra ... Holiday- Installer T«<1 $ 207 $ 2 .. s 331 -1,o1ooq..,_ Blhimora -·· .._ Alll>lma T>«2 $ 107 $ 204 s 251 H-c-Contra! linola Manta MiWnc °'""" TiwS $ 134 $ 175 s 215 --Las V"51$ �-nd AullEn M"iami -T<W4 s 129 $ 131 $ 1$1 New York. L08-Fran<> Boloe 0!1ando lo-Tltr5 s 105 s 137 $ 177 PhladolpNa -Kon&a0Clty -Pilm.Cil), Memphis Phoenix Mlnneapo£ Butfalo Pemi.,-Richmond ,,.._ .. Chartottl! -Ill, NewOooans Sae.-arner.tD CmMnall ,.._ Oldaho""' SR!tlake CitV Cofon:ldoSmioAs PuertoAico -Columbo& R- Sp:arhmburg o.nve, R-111ond Rateadonat�ifunkmLabori6r.equlred 81.Loui. O<trolt - VirginillBeateh GrandRapid!I Red!_. Wash OC&ltlafJe G<oel1<boro S.OAntonlo Hllniaburg S.OD!eoo Hartford San Fnmciaa> H,.,,.nd Sava'lllah lnda.napois 8yf...,.. Iowa Ta!tahlNN Jackson Tom°' Electrical Services Tiered ubor Rates FY18 r-,1 rt•r2 T•rl Toor4 Typo Labor Tier StandardRare5 Aher Hours & SWUloys/ Branch Na,ne Branch Name Branch Name F):ranch Name Jacksonvllk!i ,., 111:----· •--1.1.-11.i .... ,---•-··· S.rviceSpecilliat Ti.;-1 s 2,0 s 307 s 377 -Alb-•e.--i..r..,... Tlw2 ,. 196 $ 2$$ $ 314 HawaO Chlcaoo Centllllllliooi, Allon"' ...... Tl«3 $ 185 s 241 $ 296 NewJeruy uosv..,.. "'""'and ....... -Tie,4 s 105 s 214 $ 263 -YOik loGAnQeles Flesno ..... Tiers $ 151 $ 197 $ ..t2 --.. KAAMsCity -Paln,C;ty T'816 s 141 $ 184 $ 226 Phoenix -Elollolo Pensacola Power System SbJdV Engineer cateaorv 1 T!or1 $ 173 s 224 s '218 Richmond -Cha-Piltst>u'llh Tlef2 $ , .. s �ur: $ �-Clncinna6 Porllend Tw3 $ 168 $ 218 s 28$ Saltlak•(ay Colo/ado-Puan:i,RJico Ti<f 4 $ 168 $ 218 $ :!69 -ColunibUS Raleloh liwS s 16" $ 218 s 269 Spsrtanbtlrg Oenvfl Rhodt llllnd Tlor8 s 16" s 218 s 269 st.Loui& Deir .. Roonol<e T"'1 s 173 $ ii4 $ 276 V.gilllaBeach GrendR.o .... R_, PowerSystamStudyEaglncet careoo,y• Tlor2 $ 230 $ 299 $ :l'7 Wash OC-8eilsv& GreenaborG StnAntorvo T<er3 s 230 s 2119 $ 3IJ7 H-8an0iooo nac-4 s 23() s ,.. •367 HlftfGJd San l=ranciaco Ti9'5 s 230 s 299 s 367 Harvard Savannoh Tle,6 s 23() s 299 s .,,,, 1nd•n•polls sy,ecu,e � T ... ._ ,W.. do no1 •ppry if unfcn L1!bor ls mqu/ted J""'"°n Tam= EXHIBIT D