HomeMy WebLinkAboutP-25-560 Matson Alarm Co. Pye-Barker.pdf CO,U County of Fresno
�+ GENERAL SERVICES DEPARTMENT
10
Facilities• Fleet• Purchasing•Security
O� 185�O
PROCUREMENT AGREEMENT
Agreement Number P-25-560
November 10, 2025
Matson Alarm Co., A Pye-Barker Company
581 W. Fallbrook Avenue
Fresno, CA 93711
The County of Fresno (County) hereby contracts with Matson Alarm Co., A Pye-Barker Company
(Contractor)to Alarm Monitoring Services (including equipment and installation) in accordance with the text
of this agreement, Attachment"A", by this reference made a part hereof.
TERM: This Agreement shall become effective November 1, 2025 and shall remain in effect through
October 31, 2028.
EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual
written consent of all parties.
MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County
reserves the right to increase or decrease orders or quantities.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A"
attached, at the rates set forth in Attachment"A".
ORDERS: Orders will be placed on an as-needed basis by Department of Social Services, Sheriff's Office,
Department of Behavioral Health, and Department of Public Health under this contract.
PRICES: Prices shall be firm for the entire contract period.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of
Eighty-Two Thousand Twenty Dollars ($82,020.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by both parties.
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be
delivered complete as specified. All orders placed before Agreement expiration shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the articles/services from another
source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any
other legal means available to the County. The prices paid by County shall be considered the prevailing
market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not
meet specifications, will be at the expense of Contractor.
Purchasing Services/333 W Pontiac Way/Clovis, California 93612/ (559)600-7110
*The County of Fresno is an Equal Employment Opportunity Employer*
PROCUREMENT AGREEMENT NUMBER: P-25-560 Page 2
Matson Alarm Co., A Pye-Barker Company
November 10, 2025
INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing
instructions included in each order referencing this Agreement. The Agreement number must appear on all
shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty-five (45) days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written
notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related to its performance under this
contract. Such records shall be complete and available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of audit, examination, or copying during
the term of the contract and for a period of at least three years following the County's final payment under the
contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and
employees from any and all claims for damage or other liability, including costs, expenses (including
attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected
with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this
Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages,
liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under
this Agreement.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement:
A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two
Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products,
completed operations, property damage, bodily injury, personal injury, and advertising injury. The
Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents,
employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the
operations under this Agreement are concerned. Such coverage for additional insureds will apply as
primary insurance and any other insurance, or self-insurance, maintained by the County is excess only
and not contributing with insurance provided under the Contractor's policy.
B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars
($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto
used in connection with this Agreement.
C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars
($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a
claims-made policy, then (1)the retroactive date must be prior to the date on which services began
P-25-560 Matson Alarm Co., Pye-Barker.docx
PROCUREMENT AGREEMENT NUMBER: P-25-560 Page 3
Matson Alarm Co., A Pye-Barker Company
November 10, 2025
under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual
evidence of insurance for not less than five years after completion of services under this Agreement; and
(3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a
retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall
purchase extended reporting coverage on its claims-made policy for a minimum of five years after
completion of services under this Agreement.
D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of
California with statutory limits.
Additional Requirements Relating to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Department of Social Services, 205 W. Pontiac Way, Clovis, CA
93612, Attn: Nou Thao, stating that such insurance coverage have been obtained and are in full force; that
the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the
policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents
and employees, individually and collectively, as additional insured, but only insofar as the operations under
this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance
and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall
be excess only and not contributing with insurance provided under Contractor's policies herein; and that this
insurance shall not be cancelled or changed without a minimum of thirty (30)days advance, written notice
given to County. Certificates of Insurance are to include the contract number at the top of the first
page.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish
proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
P-25-560 Matson Alarm Co., Pye-Barker.docx
PROCUREMENT AGREEMENT NUMBER: P-25-560 Page 4
Matson Alarm Co., A Pye-Barker Company
November 10, 2025
in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature
whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both
parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the
text of this Agreement (excluding Attachment"A"); and (2)Attachment"A".
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the
State of California. Venue for any action shall only be in County of Fresno.
ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic
signature as provided in this section.
A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement
to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an
original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF
document) of a handwritten signature.
B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid
original handwritten signature of the person signing this Agreement for all purposes, including but not
limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and
effect as the valid original handwritten signature of that person.
C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in
the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section
1633.1).
D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of
Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other
party may rely upon that representation.
This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means
and either party may sign this Agreement with an original handwritten signature.
Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or
USPS.
Please refer any inquiries in this matter to Susan Walker, Purchasing Technician at 559-600-7111 or
suwalker@fresnocountyca.gov.
P-25-560 Matson Alarm Co., Pye-Barker.docx
PROCUREMENT AGREEMENT NUMBER: P-25-560 Page 5
Matson Alarm Co., A Pye-Barker Company
November 10, 2025
FOR THE COUNTY OF FRESNO
Digitally signed Riley Blckbur
Riley Blackburn Date:2025.11.157y10:4536a0800n
Riley Blackburn
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
P-25-560 Matson Alarm Co., Pye-Barker.docx
PROCUREMENT AGREEMENT NUMBER: P-25-560 Page 6
Matson Alarm Co., A Pye-Barker Company
November 10, 2025
CONTRACTOR TO COMPLETE:
Company:
Matson Alarm Co Inc dba Pye Barker Fire and Safety
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
■❑ Corporation ❑ General Partnership
581 W Fallbrook Avenue Fresno CA 93711
Address City State Zip
559-438-8000 sales@matsonalarm.com
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
Print Name & Trina Paige GM
Title: Print Name &Title:
Trina Paige
Trina CN=Trina Paige,E=tpaige@
matsonalarm.com,C=US
Signag Paige F-'It11.1s19:r:202 A.1 Signature:
ture: Poxit PCF Ed8:30:4o08'00
ACCOUNTING USE ONLY
ORG No.: 56107001
Account No.: 7295
Requisition No.: 5612600320
(7/2024)
P-25-560 Matson Alarm Co., Pye-Barker.docx
MATSON ALARM CO., A PYE-BARKER COMPANY
SCOPE OF WORK
1. System shall be compatible with existing Matson Alarm Company security devices and equipment.
2. Must provide immediate alarm activation of motion detector devices installed.
3. Provide twenty-four(24) hour technical support and same day service, if required.
4. Must have a twenty-four(24) hour, seven (7) days a week monitoring center.
5. Vendor shall be required to immediately notify local law enforcement agencies of all alarm activations. Provide
dispatching special instructions as required.
6. Report to Department contact when alarm is activated.
7. Maintain call down lists for each facility and perform call downs on receipt of the alarm.
8. Provide at no expense to the County opening and closing report by user as requested.
9. Provide County control of code management, door accesses shall have an activation delay to allow sufficient
entry and exist time.
10. Conduct an Annual Inspection of the burglary system and all components.
11. If removing, upgrading, or replacing system, there will be an overlap to allow time to remove existing
equipment and install new if needed.
12. Vendor shall provide one monthly invoice per department listing all department locations, instead of individual
invoices for each location.
13. The following locations are to be billed to:
Department of Social Services Sheriff's Business Office
P.O. Box 24055 2200 Fresno Street
Fresno, CA 93779-4055 Fresno, CA 93721
Attn:Accounts Payable Attn: Accounts Payable
1320 E. Shaw Ave., Fresno 770 E. Shaw Ave. Suite 300, Fresno
770 E. Shaw Ave. Suite 304, Fresno
5693 E. Kings Canyon Rd., Fresno 770 E. Shaw Ave. Suite 330, Fresno
311 Coalinga Plaza Dr., Coalinga 200 N. "H"Street, Fresno
15180 Whitesbridge Rd., Kerman 7633 N.Weber, Fresno
1195 E. Manning Ave., Reedley 21925 W. Manning Ave., San Joaquin
3830 McCall Avenue, Selma 33155 Auberry Rd.,Auberry
Department of Behavioral Health 30691 E. Kings Canyon Rd., Squaw Valley
3151 N. Millbrook Avenue 1053 Golden State, Selma
Fresno, CA 93703 1055 Golden State, Selma
Attn: DBH Finance 1057 Golden State, Selma
3109 N. Millbrook, Fresno 807 S. Chance, Fresno
3115 N. Millbrook, Fresno Department of Public Health
3127 N. Millbrook, Fresno PO Box 11867
3151 N. Millbrook, Fresno Fresno CA 93775
3676 E. Shields, Fresno Attn: Business Office
3688 E. Shields, Fresno 2909 S. Elm Avenue, Fresno
5091 N. Fresno Street#118, Fresno
Matson Alarm Co.,A Pye-Barker Company
Alarm Monitoring Services
Pricing Schedule
DEPARTMENT&LOCATION Monthly Charge Monthly Charge Monthly Charge Monthly Charge Monthly Charge
Year One Year Two Year Three Year Four Year Five
Department of Social Services
1320 E.Shaw,Fresno $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
5693 E.Kings Canyon Rd.,Fresno $ 45.00 $ 45.00 $ 45.00 $ 45.00 $ 45.00
311 Coalinga Plaza Dr.,Coalinga $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
15180 Whitesbridge Rd.,Kerman $ 43.00 $ 43.00 $ 43.00 $ 43.00 $ 43.00
1195 E Manning Ave,Reedley $ 48.00 $ 48.00 $ 48.00 $ 48.00 $ 48.00
3830 McCall Avenue,Selma $ 48.00 $ 48.00 $ 48.00 $ 48.00 $ 48.00
Department of Behavioral Health
3109 N.Millbrook,Fresno $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
3115 N.Millbrook,Fresno $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
3127 N.Millbrook,Fresno $ 48.00 $ 48.00 $ 48.00 $ 48.00 $ 48.00
3151 N.Millbrook,Fresno $ 38.00 $ 38.00 $ 38.00 $ 38.00 $ 38.00
3676 E.Shields,Fresno $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
3688 E.Shields,Fresno $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
Department of Public Health
5091 N Fresno St.,#118,Fresno $ 43.00 $ 43.00 $ 43.00 $ 43.00 $ 43.00
2909 S.Elm Avenue,Fresno $ 49.00 $ 49.00 $ 49.00 $ 49.00 $ 49.00
Sheriffs Office
770 E.Shaw Ave.Suite 300,Fresno $ 48.00 $ 48.00 $ 48.00 $ 48.00 $ 48.00
770 E.Shaw Ave.Suite 304,Fresno(estimate) $ 52.50 $ 52.50 $ 52.50 $ 52.50 $ 52.50
770 E.Shaw Ave.Suite 330,Fresno $ 52.50 $ 52.50 $ 52.50 $ 52.50 $ 52.50
200 N."H"St.,Fresno $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
7633 N.Weber,Fresno(Pistol Range) $ 103.00 $ 103.00 $ 103.00 $ 103.00 $ 103.00
21925 W.Manning Ave.,San Joaquin $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
33155 Auberry Rd.,Auberry $ 43.00 $ 43.00 $ 43.00 $ 43.00 $ 43.00
30691 E.Kings Canyon Rd.,Squaw Valley $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
1053 Golden State,Selma $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
1055 Golden State,Selma $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
1057 Golden State,Selma $ 33.00 $ 33.00 $ 33.00 $ 33.00 $ 33.00
807 S.Chance,Fresno $ 75.00 $ 75.00 $ 75.00 $ 75.00 $ 75.00
Repairs&New Installations Price Price Price Price Price
Labor-Qualified Technician(Straight time)Per Hour $ 135.00 $ 135.00 $ 135.00 $ 135.00 $ 135.00
Labor-Qualified Technician(Overtime)Per Hour $ 202.50 $ 202.50 $ 202.50 $ 202.50 $ 202.50
Equipment-Percent Off List Price 15.00% 15.00% 15.00% 15.00% 15.00%
List and explain any additional cost not included in the amounts entered above:
Guard Responses:$35.00
Replacement or upgrade of systems
Annual Inspections of Burg/Fire
Note: All cost to be all inclusive