Loading...
HomeMy WebLinkAboutA-20-425 Generator Servicing Agreement - Cummins.pdf1 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 G R E E M E N T THIS AGREEMENT (“Agreement”) is made and entered into this day of , 2020, by and between the COUNTY OF FRESNO, a political subdivision of the state of California ("COUNTY"), and Cummins Inc., an Indiana corporation, whose address is 1939 Deere Ave, Irvine, CA 92606 ("CONTRACTOR"), collectively referred to as Parties. W I T N E S S E T H: WHEREAS, COUNTY has a need for a generator maintenance and repair program; WHEREAS, COUNTY is able to obtain preferential pricing through contract buying group Sourcewell (formerly National Joint Powers Alliance), through Sourcewell’s Contract No. #120617-CMM for Electrical Energy Power Generation with Related Parts, Supplies, and Services (“Sourcewell Contract”), which was competitively bid and awarded to CONTRACTOR; WHEREAS, CONTRACTOR is qualified and willing to perform said services pursuant to the terms and conditions of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions herein contained, the parties hereto agree as follows: 1.DOCUMENTS CONSTITUTING THIS AGREEMENT This Agreement includes the following exhibits, which are attached and incorporated by this reference: i.Exhibit A: Requirements, Specifications, and Scope of Work – service delivery, performance expectations, and points of contact for the County’s Departments ii.Exhibit B: CONTRACTOR’s Planned Equipment Maintenance Proposal for the Internal Services Department – Facility Services Division (Facility Services) iii.Exhibit C: CONTRACTOR’s Planned Equipment Maintenance Proposal for the Department of Public Works and Planning – Resources Division (Resources) iv.Exhibit D: COUNTY’s security regulations, including but not limited to the COUNTY security rules and procedures v.Exhibit E: Self-Dealing Transaction Disclosure Form 20th October Agreement No. 20-425 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 2.OBLIGATIONS OF THE CONTRACTOR A.Scheduled Maintenance – CONTRACTOR shall perform and deliver all scheduled and corrective maintenance and repair services for emergency generators, as outlined in Exhibit A. B.CONTRACTOR may propose changes to the Services. To be binding, such changes must be approved by both Parties in writing by the respective authorized COUNTY REPRESENTATIVE, as defined in Section 3 herein below. The parties may also, at any time, agree to add and/or delete new Services and/or equipment at agreed prices to be covered by this Agreement. To be binding, such additions and/or deletions must be approved by the corresponding authorized representatives of both parties in writing. At that time this Agreement would be amended by mutual written agreement of the respective parties. The Director of Internal Services/Chief Information Officer (ISD Director/CIO) or his/her designee may approve these amendments to Exhibits C and/or D, provided the Agreement compensation limit would not be able to be amended in this manner by the ISD Director/CIO. C.CONTRACTOR shall install all material, equipment, devices, etc. in accordance with the recommendations of the manufacturer of each particular item. CONTRACTOR shall submit to COUNTY justification for any deviation from the manufacturer's recommendation, and obtain written approval from the appropriate COUNTY REPRESENTATIVE (as that term is defined in Section 3, herein) prior to completing such work. D.All materials, parts and equipment shall be new, and conform to manufacturer specifications, unless otherwise approved in writing by the appropriate COUNTY REPRESENTATIVE, (as that term is defined in Section 3, herein). E.CONTRACTOR acknowledges that the County of Fresno Jail and Juvenile Justice Campus (JJC) are “no-hostage facilities”. CONTRACTOR shall ensure that its employees and any sub- contractors working in the Jail, JJC, and associated facilities, agree to abide by COUNTY’s rules for a no-hostage facility as set forth in Exhibit D. COUNTY may change these policies and procedures at any time, without any prior notice to the CONTRACTOR. CONTRACTOR shall plan and execute all work in such a manner so as to prevent a breach of these detention facilities or any other COUNTY secured facility. 3 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 F.In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to the work to be done. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp. It shall be mandatory upon the CONTRACTOR herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, CONTRACTOR and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the abovementioned prevailing wage rates shall be posted by the CONTRACTOR at the job site where it will be available to any interested party. CONTRACTOR shall comply with Labor Code section 1775 and forfeit as a penalty to COUNTY Two Hundred Dollars ($200.00) for each calendar day or portions thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by CONTRACTOR or by any subcontractor under CONTRACTOR in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the CONTRACTOR or subcontractor. CONTRACTOR and subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or another employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of 4 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 perjury stating that the information within the payroll record is true and correct and that the CONTRACTOR or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the COUNTY, its officers and agents, and to the representatives of the State of California – Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. 3.OBLIGATIONS OF THE COUNTY A.COUNTY shall provide two (2) COUNTY REPRESENTATIVES to represent the COUNTY to assist the CONTRACTOR in carrying out the provisions of this Agreement. The COUNTY REPRESENTATIVES responsible for the generators listed in the Planned Equipment Maintenance Agreements (Exhibits B and C) will be the COUNTY’s Facility Services Manager, and the Resources Division Manager, or their designees. B.The COUNTY REPRESENTATIVES shall: a.Approve in writing equipment shutdown schedules; b.Approve in writing temporary equipment and material storage areas; c.Approve or disapprove in writing use of non-standard equipment or materials; d.Approve written work authorizations; e.Verify in writing work completion; f.Determine appropriate emergency callback and trouble call service categorization (i.e., Level I, Level II, and Level III), and associated overtime rates, as defined in Exhibit A. 4.TERM The term of this Agreement shall be for a period of three (3) years, commencing on October 20, 2020, through and including October 19, 2023. This Agreement may be extended for two (2) additional consecutive twelve (12) month periods, upon written approval of both parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. COUNTY’s ISD Director/CIO, or his/her designee, is authorized to execute such written approval on behalf of COUNTY based on CONTRACTOR’s satisfactory performance. 5 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 5.TERMINATION A. Non-Allocation of Funds - The terms of this Agreement, and the services to be provided hereunder, are contingent on the approval of funds by the appropriating government agency. Should sufficient funds not be allocated, the services provided may be modified, or this Agreement terminated, at any time without penalty by giving the CONTRACTOR thirty (30) days advance written notice. B.Breach of Contract - The COUNTY may immediately suspend or terminate this Agreement in whole or in part, where in the determination of the COUNTY there is: 1)An illegal or improper use of funds; 2)A failure to comply with any term of this Agreement; 3)A substantially incorrect or incomplete report submitted to the COUNTY; 4)Improperly performed service. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any breach of this Agreement or any default which may then exist on the part of the CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly refund any such funds upon demand. C.Without Cause - Under circumstances other than those set forth above, this Agreement may be terminated by COUNTY by giving thirty (30) days advance written notice of an intention to terminate to CONTRACTOR. 6.COMPENSATION/INVOICING: COUNTY agrees to pay CONTRACTOR, and CONTRACTOR agrees to receive compensation based on the services, materials and parts provided at each generator site at the pricing as listed in Exhibit B and Exhibit C. The pricing set forth in Exhibits B and C shall remain in effect for the duration of this Agreement. Exhibits B and C do not guarantee a minimum or maximum amount of service to be provided. Additionally, generators may be added or deleted by COUNTY from Exhibits B and/or C at any time, upon written notice to CONTRACTOR. 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.CONTRACTOR’s compensation shall be based on the services, materials and parts provided at each generator site at the pricing as listed in Exhibit B and Exhibit C, not including associated taxes. The maximum compensation amount for the services required for Facility Services under this Agreement, including taxes (excepting “Extra Services” as defined hereinbelow) shall not exceed four hundred and eighty thousand dollars ($480,000) during years one, two, and three (Initial term). Any funds not used in the initial three-year term may be carried over to the two possible one-year renewals. The total not to exceed amount for services, materials, and parts shall not exceed $790,000 for the entire possible five-year agreement term. In no event shall compensation paid by COUNTY for services or goods provided pursuant to this Agreement, including Extra Services, exceed nine hundred and ninety thousand dollars ($990,000) for the possible five-year term (Overall Term) for the Internal Services Department (Facility Services division). B.Extra Services – Extra Services are expressly contemplated to include, but are not necessarily limited to, the potential addition of other emergency generator locations not listed in Exhibits B or C, for which maintenance and/or repair services may be provided by CONTRACTOR, emergency repair work according to the rates described in Exhibit A, section I(J), or other unanticipated service costs. CONTRACTOR shall not add markup percentages or costs to subcontractor’s costs or incidental costs, unless expressly authorized in writing by a COUNTY REPRESENTATIVE. CONTRACTOR shall not undertake any Extra Services without the advance written authorization of a COUNTY REPRESENTATIVE. C.Total Maximum Compensation – In no event shall the maximum compensation payable to CONTRACTOR under this Agreement exceed the sum of $990,000.00 for all products and services provided to both Facility Services and PW&P for the entire potential five-year term of this Agreement. It is understood that all expenses incidental to CONTRACTOR’s 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 performance of services under this Agreement shall be borne by CONTRACTOR. 7.INVOICING: CONTRACTOR shall submit invoices, either electronically or via mail, in triplicate to the appropriate COUNTY department responsible for the generator to the addresses provided below. Internal Services Department, Attn: Business Office Department of Public Works and Planning, Resources Division 333 W. Pontiac Way Clovis, CA 93612 isdap-ar@fresnocountyca.gov 2220 Tulare Street, Sixth Floor Fresno, CA 93721 PWPBusinessOffice@fresnocountyca.gov All invoices (including planned maintenance) shall clearly reference the provided agreement number, identify the responsible COUNTY department, the name of the facility or special district where the services were performed, the date upon which such services were performed, and a cost breakdown of services, labor, parts and mileage. COUNTY shall pay CONTRACTOR within forty-five (45) days of receipt of an approved invoice 8.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 the CONTRACTOR'S officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method by which CONTRACTOR shall perform its work and function. However, COUNTY shall retain the right to administer this Agreement so as to verify that CONTRACTOR is performing its obligations in accordance with the terms and conditions thereof. CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, CONTRACTOR shall have absolutely no right 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 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. 9. MODIFICATION: Any matters of this Agreement may be modified from time to time by the written consent of all the parties without, in any way, affecting the remainder. 10. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the prior written consent of the other party. 11. HOLD HARMLESS: (a) CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all third-party costs and expenses (including attorney’s fees and costs), damages, liabilities, claims, and losses occurring or resulting in bodily injury or property damage, including damages, liabilities, claims and losses incurred by COUNTY due to damage to COUNTY’s property, or bodily injury incurred by COUNTY’s officers, agents, and employees, to the extent caused by Contractor’s negligence, in connection with the performance of the services provided hereunder, or failure to perform, by CONTRACTOR, its officers, agents, or employees under this Agreement. CONTRACTOR further agrees to indemnify, save, hold harmless, and at COUNTY’s request, defend the COUNTY, its officers, agents, and employees from any and all third-party 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. (b) Notwithstanding any other provision in this Agreement, in no event shall CONTRACTOR be liable for indirect, special, incidental, consequential or punitive damages including, but not limited to loss of revenue or profits, loss business, business interruption, or loss of data or records arising out of this Agreement or the Work and product provided hereunder, whether the claim is 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 one of indemnification or in Agreement, negligence, strict liability or otherwise, even if CONTRACTOR has been advised, had reason to know or fact knew of the possibility of such damage. In no event shall CONTRACTOR's liability to COUNTY or any third party claiming directly through COUNTY or on COUNTY's behalf under this Agreement exceed $5 million dollars. This limitation of liability shall not apply to an indemnity claim made subject to Section 11(a), above. (c)The provisions of this Section 11 shall survive the termination of this Agreement. 12.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 ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B.Automobile Liability Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C.Professional Liability If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 10 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 D.Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. E.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, Facility Services Manager, Internal Service Department – Facility Services, 4590 E Kings Canyon, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that for such worker’s compensation insurance the CONTRACTOR has waived its right to recover from the COUNTY, its officers, agents, and employees any amounts paid under the insurance policy and that waiver does not invalidate the insurance policy; 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 11 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 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. 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 issued by admitted insurers licensed to do business in the State of California, and such insurance shall be purchased from companies possessing a current A.M. Best, Inc. of an FSC VII rating or better. 13.SECURITY: Security is of great concern to COUNTY. Failure to comply with the security requirements listed below will be considered a breach of contract, and may result in termination of this Agreement. CONTRACTOR’s personnel shall cooperate with all COUNTY security personnel at all times, and shall be subject to and conform to COUNTY security rules and regulations, including, but not limited to the COUNTY security rules and procedures, as detailed in Exhibit D. Any violations or disregard of these rules may be cause for denial of access to COUNTY property. Policies and requirements for background checks may change throughout the life of this Agreement. It is CONTRACTOR’S responsibility to request updates from COUNTY. All of CONTRACTOR’S employees, agents, and subcontractors must read Exhibit D. 14.AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during business hours, and as often as the COUNTY may deem necessary, make available to the COUNTY for examination all of its records and data with respect to the matters covered by this Agreement with prior written notification to CONTRACTOR. The CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data necessary to ensure CONTRACTOR'S compliance with the terms of this Agreement. Such audit shall occur no more than once in any twelve- month period, and shall be subject to CONTRACTOR’s privacy and confidentiality policies. If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be subject to 12 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 the examination and audit of the California State Auditor for a period of three (3) years after final payment under contract (Government Code Section 8546.7). 15.NOTICES: The persons and their addresses having authority to give and receive notices under this Agreement include the following: COUNTY OF FRESNO CONTRACTOR Internal Services Department CONTRACTOR: Cummins, Inc. Facility Services Manager PM Business Territory Manager 4590 E. Kings Canyon Road Fresno, CA 93702 2755 Cherry Ave Fresno, CA 93706 Telephone: (559) 600-7242 Telephone: (559) 274-4400 FAX: (559) 600-7739 Department of Public Works and Planning Division Manager, Resources 2220 Tulare St. 6th Floor Fresno, CA 93721 Telephone: (559) 600-4259 FAX: (559) 600-4552 All notices between the COUNTY and CONTRACTOR provided for or permitted under this Agreement must be in writing and delivered either by personal service, by first-class United States mail, by an overnight commercial courier service, or by telephonic facsimile transmission. A notice delivered by personal service is effective upon service to the recipient. A notice delivered by first-class United States mail is effective three (3) COUNTY business days after deposit in the United States mail, postage prepaid, addressed to the recipient. A notice delivered by an overnight commercial courier service is effective one (1)COUNTY business day after deposit with the overnight commercial courier service, delivery fees prepaid, with delivery instructions given for next day delivery, addressed to the recipient. A notice delivered 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 by telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmission is completed 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 modifies 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). 16.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 performance of this Agreement shall be governed in all respects by the laws of the State of California. 17.DISCLOSURE OF SELF-DEALING 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 E and incorporated herein by reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 18.ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between the CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all previous Agreement negotiations, proposals, commitments, writings, advertisements, publications, and understandings of any nature whatsoever unless expressly included in this Agreement. 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year 2 first hereinabove written. 3 4 5 6 CUMMINS INC. r-u.d~ (Authorized Signature) Fred Risse GM Power Generation PM Solutions Western US 7 I+-~~~~~~~~~~ 8 9 10 Print Name & Title 2755 S Cherry Ave Fresno, CA 93706 11 Mailing Address 12 13 14 15 16 17 18 19 FOR ACCOUNTING USE ONLY: 20 Fund: 1045 Subclass: 10000 21 ORG: 8935 Account: 7205 COUNTY OF FRESNO £ ~~'hk A---.---Ernest8uddYM€fldSlChairman of the Board of Supervisors of the County of Fresno ATTEST: Bernice E. Seidel Clerk of the Board of Supervisors County of Fresno, State of California Fund:0770 Subclass: 16800 ORG: 9250 Account: 7205 Fund:0770 22 lll--~~~~~~~~~~~-+-~~~~~~~~~~~-+-~~~~~~~~~~~-t Fund: 0810 Fund: 0920 23 Subclass: 16800 ORG: 9250 24 Account: 7205 25 26 Fund:0910 Subclass: 16000 27 ORG: 9361 Account: 7205 Subclass: 16120 Subclass: 16000 ORG: 9166 ORG: 9351 Account: 7205 Account: 7205 Fund:4030 Subclass: 40680 ORG: 9310 Account: 7205 14 Fund: 0801 Subclass: 16900 ORG: 9140 Account: 7205 15 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 Fund: 0830 Subclass: 16210 ORG: 9254 Account: 7205 Fund: 0830 Subclass: 16202 ORG: 9320 Account: 7205 Fund: 0870 Subclass: 16430 ORG: 9247 Account: 7205 Fund: 0830 Subclass: 16211 ORG: 9255 Account: 7205 Fund: 0700 Subclass: 15000 ORG: 9026 Account: 7205 REQUIREMENTS, SPECIFICATIONS, AND SCOPE OF WORK I.OVERVIEW A.GENERAL REQUIREMENTS CONTRACTOR will provide all labor, materials, equipment permits, fees, taxes, appliances, tools, transportation, and equipment required to complete scheduled system maintenance and corrective maintenance as required. All work shall be performed at the Prevailing Wage Rates, as defined in Section 2(F) of the Agreement. CONTRACTOR shall adhere to all current National and State building, safety codes, laws, and regulations. B.COUNTY REPORTING RESPONSIBILITIES The COUNTY REPRESENTATIVES shall supervise and administer this Agreement for their respective generator locations. COUNTY REPRESENTATIVES shall be authorized to supervise work as it progresses, and inspect materials which are used in the work, as determined by COUNTY needs. It will be the right of the COUNTY REPRESENTATIVES at any time to stop defective work or to stop the entire work by CONTRACTOR if CONTRACTOR is not complying with the Agreement. The COUNTY REPRESENTATIVES shall have the right to require CONTRACTOR to remove, at any time, any employee of CONTRACTOR who shall be employed on a job and who appears to be incompetent, who acts in a disorderly, unsafe or improper manner, or fails to follow established protocols, including COUNTY rules and regulations, and such person shall not be allowed to return on to the job without written consent of the respective COUNTY REPRESENTATIVES. C.CONTROL OF WORK AND INSTRUCTIONS The respective COUNTY REPRESENTATIVE shall be responsible for the administration of their related work locations. All facilities will remain in full normal operation for the duration of the Agreement, and any need for disruption of the services provided in these facilities shall be presented to the appropriate COUNTY REPRESENTATIVE prior to initiating work. CONTRACTOR shall provide diligent supervision of the work to the satisfaction of the COUNTY REPRESENTATIVES. Exhibit A 16 CONTRACTOR shall confine storage of materials to such limits as may be directed by the COUNTY REPRESENTATIVE, and shall not unreasonably encumber the Premises with materials and equipment. CONTRACTOR shall enforce any instructions of the COUNTY regarding signs, advertising, fire, danger signals, barricades, and smoking, and shall require all persons employed on the work to comply with all building regulations while on the Premises. D.SCHEDULING OF WORK All maintenance service shall be scheduled subject to the review and approval of the appropriate COUNTY REPRESENTATIVE. CONTRACTOR shall be required to provide yearly schedules of the work within thirty (30) days of contract execution, and on or before January 1 of the subsequent years. These schedules must be adhered to throughout the term of the Agreement. No work shall interfere with the operation of the existing facilities on or adjacent to the site. Normal Facility Services site hours are Monday through Friday 7:00 AM to 4:30 PM; American Avenue Disposal Site hours are Monday through Friday 7:00 AM to 3:00 PM, and Saturday Work may be scheduled outside of normal working hours as approved in writing by the appropriate COUNTY REPRESENTATIVE. Prior to commencement of the requested work, CONTRACTOR shall contact the following staff for the Internal Services Department – Facility Services Division (Facility Services), and for the Department of Public Works and Planning’s Resources’ division sections (PW&P – Special Districts Administration, and PW&P – American Avenue Disposal Site) to schedule work: DEPARTMENT AND DIVISION/SUBDIVISION CONTACT PERSON CONTACT NUMBER Facility Services Facility Services Maintenance Supervisor (559)396-6232 PW&P – Special Districts Administration Supervising Water/Wastewater Specialist (559)994-4744 Exhibit A 17 PW&P – American Avenue Disposal Site Landfill Operations Manager (559) 600-4309 E. SAFEGUARDS CONTRACTOR shall provide, in conformity with all local codes and ordinances and as may be required by COUNTY, lock-outs, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and maintain such safeguards until work is complete. Any fire hazardous operation shall have proper fire extinguisher, furnished by CONTRACTOR, close by, and the adjacent area shall be policed before starting or stopping work for the day. CONTRACTOR shall be responsible for all costs incurred by the COUNTY as a result of damage caused by CONTRACTOR's operations, including costs associated with false fire alarms caused by CONTRACTOR. CONTRACTOR shall ensure that the health and welfare of occupants of the building shall not be affected by noise and fumes produced by the work. The COUNTY REPRESENTATIVES reserve the right to halt any work; at any time if they feel it adversely affects the building occupants. Any asbestos removal shall be completed by COUNTY. If CONTRACTOR discovers asbestos, which has not been removed, CONTRACTOR shall immediately cease work in that area and promptly notify the appropriate COUNTY REPRESENTATIVE or their designees. F. RESPONSIBILITY OF CONTRACTOR No equipment-requiring repair shall be allowed to remain out of service due to the lack of diligent effort by CONTRACTOR. Any part or equipment locally available shall be purchased locally, if necessary, to expedite the job. Repairs shall begin and be carried to completion as soon as possible, unless other arrangements are approved by the respective COUNTY REPRESENTATIVE. CONTRACTOR shall in no case allow the performance of work by subcontract unless the subcontractor has been approved in writing by the respective COUNTY REPRESENTATIVE, or their designees, in accordance with repair area, and in no case shall the use of subcontractors in any way alter the position of CONTRACTOR or its sureties with relation to its Agreement with COUNTY. When a subcontractor is used, the responsibility for every portion of the work shall remain with CONTRACTOR. Exhibit A 18 CONTRACTOR shall obtain prior written approval of the appropriate COUNTY REPRESENTATIVE for any area or space required for CONTRACTOR's storage during operations. This space will be maintained in a clean and orderly fashion. Materials, equipment, etc. shall not be piled or stored in any location or in any manner that will interfere with the conduct of the normal functions of the building or property. All required safety precautions such as barricades, signs, danger signals, etc., shall be furnished and installed by CONTRACTOR during operations, and at CONTRACTOR's expense. Upon request of the COUNTY REPRESENTATIVE, CONTRACTOR shall correct any dangerous or hazardous situations that the respective COUNTY REPRESENTATIVE may indicate. CONTRACTOR shall completely protect against damage from either materials or equipment, all surfaces, equipment and facilities, adjoining its work, including, but not limited to woodwork, wall and floors. All repair or replacement costs resulting from this damage shall be borne by CONTRACTOR. At the conclusion of each day's work, CONTRACTOR shall remove refuse, debris or waste materials and leave the premises in an orderly condition as required by the COUNTY REPRESENTATIVE. CONTRACTOR must specify the degree of support the COUNTY may be required to furnish to accomplish the requirements of each individual site Generator service, if any. Specify the labor hours required, and the nature of COUNTY’s participation within the scope of the Agreement. CONTRACTOR shall provide sufficient technicians for the service of the systems addressed through this Agreement and in accordance with the specifications herein. Technicians utilized for fire alarm systems shall be qualified and experienced in the inspection, testing, and maintenance of fire alarm systems. CONTRACTOR may be required at any time to provide substantiation and verification of qualifications of their employee(s) upon request of the COUNTY REPRESENTATIVE. CONTRACTOR shall provide, for approval by the respective COUNTY REPRESENTATIVE, the procedure to be followed for requesting services provided in the Agreement. This procedure shall include: method of requesting service, ability to provided estimated arrival time of technician to site, reporting of call completion, communication with requesting staff, and technician servicing the contract. Exhibit A 19 G. EXTRA WORK - CHANGE IN WORK The COUNTY, without invalidating the Agreement, may order extra work or make changes by altering, adding to or deducting from the work only by written Orders, initiated by the COUNTY REPRESENTATIVE, and properly approved and authorized, and setting forth the amount of funds to be added or deducted. H. ADDING, DELETING, AND MODIFYING SERVICES In the event the COUNTY shall withdraw any equipment from service, or the usefulness of any equipment shall end, during the term of this Agreement, CONTRACTOR shall agree to negotiate an acceptable reduction of cost for services for the balance of the duration of this Agreement. In the event the COUNTY adds any equipment to the service plan during the term of this Agreement, CONTRACTOR shall agree to negotiate an acceptable cost for services of new equipment for the duration of the Agreement. If such an addition will result in an increase in the total not-to-exceed amount of this Agreement, then the parties shall enter into an amendment to the Agreement, in accordance with COUNTY policy. I. MANNER AND TIME OF CONDUCTING THE WORK All work shall be performed by skilled Motor Generator technicians and helpers directly employed and supervised by CONTRACTOR. Only qualified system technicians with a minimum of four (4) years' journeyman experience shall be allowed to perform service or maintenance work. Helpers must work under the direct supervision of a journeyman technician. Except for emergency callback service and minor repairs and/or adjustments hereinafter provided for, all work shall be performed during regular working hours and days. Regular working hours are from 7:00 AM to 4:30 PM Monday through Friday, excluding County holidays. All equipment shutdowns for regular maintenance and/or extra examinations shall be scheduled in advance and approved by the designated COUNTY REPRESENTATIVE so as not to interfere with building operations during the peak usage times. Shutdowns in excess of one (1) hour Exhibit A 20 may require scheduling outside of normal business hours. No extra charges will be incurred because of a scheduled shutdown, regardless of day or time. J.SCHEDULED LABOR RATES AND EMERGENCY WORK Labor Rate Regular Hours $133.00 Overtime (Level II-III) $199.50 Overtime (Level I) & Holiday Response Rate $266.00 Mileage rate for non-scheduled Inspections and Full Service $2.00 per mile from Fresno Office 1.EMERGENCY WORK All work of a callback nature or trouble calls shall be treated as an emergency, and work commenced shall be carried through to completion without delay. CONTRACTOR shall provide twenty-four (24) hour emergency callback service for all equipment maintained hereunder. Emergency callback service shall consist of prompt response to requests from the COUNTY REPRESENTATIVE or their designee for emergency services on any day of the week, at any hour of the day or night. An emergency callback is defined as: any necessity for maintenance, minor repair and/or adjustment of equipment between regular service calls to restore normal equipment operation. Emergency call backs will be categorized as follows: LEVEL I - Requires onsite response within one (1) hour or less. LEVEL II - Requires onsite response within four (4) hours or less. LEVEL Ill - Requires onsite response at 7:00 AM, the next normal working day Determination of call level is at the discretion of the COUNTY REPRESENTATIVE or their designee. Failure to furnish emergency call-back service within the above specified time of notification of Exhibit A 21 need may result in termination of contract, withholding of payment, and/or another CONTRACTOR to be hired to complete the work at CONTRACTOR's expense. K.MINIMUM REQUIREMENTS FOR GENERATORS All costs provided shall be all inclusive of regular labor time and travel to the work site location(s). A written report indicating the general operating condition of each unit (generators, associated transfer switches, and fire pumps) shall be submitted to the COUNTY REPRESENTATIVE upon completion of service to all the units and associated transfer switches. The report shall state repairs made to each unit, as well as any extraordinary repairs which may be necessary in the immediate future. CONTRACTOR shall submit a sample of a written report with the noted minimum requirements: 1.An annual full load test to be completed for two (2) hours. 2.All spark plugs will be checked and cleaned or replaced, if necessary, on the gasoline engines. All injectors will be checked, cleaned and tested on the diesel engines. 3. Ignition systems will be checked and cleaned as necessary. The timing will be checked and adjusted as necessary. 4.The equipment will be lubricated, the engine oil and filters changed, oil and filters are to meet original equipment manufacturer (OEM) specification. 5.Visual inspection of fuel system to include: inspection of day tank, fuel lines and connections for leaks and assure proper operation. Clean or replace all fuel filters as per manufacturer's specifications. 6.All equipment will be checked for fuel, oil and water leaks. All hoses that need to be replaced shall be replaced with silicone hoses for an additional charge. 7.All batteries will be inspected for damage, electrolyte level, and specific gravity. Clean and tighten all battery cable connections. 8.All air cleaners will be replaced as necessary. 9.All instruments and safety devices will be tested and adjusted for proper operation. Exhibit A 22 10. Inspection of exhaust system. 11.Cooling systems shall be drained flushed and replenished to OEM specifications the first year of this agreement and every other year thereafter. 12. Inspect, clean, and tighten all generator output connections per OEM specifications. Verify output voltage, phasing, and proper operation of all electrical monitoring devices. L.MINIMUM REQUIREMENTS FOR ASSOCIATED TRANSFER SWITCHES CONTRACTOR shall submit an Acceptance Testing Plan for the maintenance of transfer switches to include the following minimum requirements: 1.Annual cleaning. 2. Annual torque and inspection of each terminal. 3. Annual testing of contacts to have resistant tests performed. 4. Annual testing and inspection of mechanical transfer switches. 5.Annual inspection of paralleling switch gear and controls. M.MINIMUM REQUIREMENTS FOR FIRE PUMPS CONTRACTOR shall adhere to Title 19, Inspection, Testing, and Maintenance, C.C.R. requirements for inspection, testing, and maintenance of fire pumps. II.SPECIFICATIONS AND SCOPE OF WORK FOR PLANNED MAINTENANCE A.SERVICE CATEGORY AND SERVICE REQUIREMENT The below services are to be provided for each of the three (3) listed category maintenance schedules. Pricing provided for each location category schedule should include all costs excluding materials and parts. During inspections, CONTRACTOR shall notify the appropriate COUNTY REPRESENTATIVE of any needed repairs and immediately fix and/or replace any parts upon approval of the appropriate COUNTY REPRESENTATIVE. Exhibit A 23 SERVICE CATEGORY A ANNUAL INSPECTIONS 1 1.Check battery electrolyte level and specific gravity. 2.Clean and tighten all battery cable connections. 3.Load test batteries. 4. Inspect air filters and radiator core. 5.Check radiator louvers for proper operation. 6.Inspect exhaust system for leaks and defects. 7.Check all fuel systems connections. 8.Check fluid levels, note the condition of coolant and add conditioner (if required). 9. Inspect generator and check controls. 10. Start engine and run under facility load, if possible. 11.Test safety shutdown systems. 12. Take oil sample for analysis of wear metals and other contaminates. 13.Inspect engine for oil and water leaks. 14.Inspect condition of engine drive belts and hoses. 15.Wipe down engine and clean area. 16.Submit written report of work done, repairs needed, problems found, and approximate cost of repair. 17.Check transfer switch operation. 1 Category A inspections may be combined with Category B, or implemented more frequently based on need. Exhibit A 24 SERVICE CATEGORY B ANNUAL – FULL SERVICE 1.All items listed under Category A; performed once per year. 2. Inspect air cleaners and replace, if necessary. 3.Change water filter, if installed. 4. Change oil and oil filters. 5.Disposal of used oil and filters. 6.Change fuel filters. 7.Test coolant for proper ethylene glycol and conditioner concentration. 8.Includes the handling and disposal of the hazardous waste oil and coolant. SERVICE CATEGORY C ANNUAL CHECKS (Battery and charger Load Testing)2 1. Performed once per year 2.Provide a specific battery test. 3.Clean corrosion as needed. 4.Adjust charger output as needed. 2 Battery and charger servicing shall be combined with Categories A and B if only one (1) site visit is conducted annually, or performed on conjunction with a separate site visit inspection (Category A) if semi-annual visits are performed. Exhibit A 25 Cummins Inc. 2755 S Cherry Ave Fresno, CA 93706 Phone: (559) 274-4400 Fax: PLANNED EQUIPMENT MAINTENANCE AGREEMENT Customer Address Customer Contact Quote Information The County of Fresno Facilities 333 W Pontiac Way Fresno, CA 93612 Customer #: Payment Type: Undetermined Name: Facilities Maintenance Supervisor Quote Date: 9/1/2020 Phone:(559) 396-6232 Quote Expires: 10/31/2020 Cell: (559) 600-5893 Quote ID: QT-7744 Fax: (559) 600-5927 Quoted By: Steven Lommerse E-mail: bfremming@fresnocountyca.gov Quote Term: 5 Year Site Name:Bear Mountain Radio Site (Knox La Rue Contract) ( Sanger CA 93657) Unit Name: Bear Mountain Radio Site (Knox La Rue Contract) Make: Kohler Model: Unknown S/N: Unknown Size: 60kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $674.74 $674.74 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$1,341.34 2 Unknown Full Service 1 $693.90 $693.90 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$1,377.50 3 Unknown Full Service 1 $713.64 $713.64 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$1,414.75 4 Unknown Full Service 1 $733.97 $733.97 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$1,453.11 5 Unknown Full Service 1 $754.91 $754.91 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$1,492.62 Site Name:Brix/Mercer Bldg. (1221 Fulton St Fresno CA 93621) Unit Name: Brix/Mercer Bldg. Make: Kohler Model: Unknown S/N: Unknown Size: 155kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $980.67 $980.67 1 Unknown Loadbank (2 Hrs) 1 $716.60 $716.60 Year 1 Total:$1,697.27 2 Unknown Full Service 1 $1,009.01 $1,009.01 2 Unknown Loadbank (2 Hrs) 1 $733.60 $733.60 Year 2 Total:$1,742.61 3 Unknown Full Service 1 $1,038.20 $1,038.20 3 Unknown Loadbank (2 Hrs) 1 $751.11 $751.11 Year 3 Total:$1,789.31 4 Unknown Full Service 1 $1,068.27 $1,068.27 4 Unknown Loadbank (2 Hrs) 1 $769.14 $769.14 Year 4 Total:$1,837.41 5 Unknown Full Service 1 $1,099.23 $1,099.23 5 Unknown Loadbank (2 Hrs) 1 $787.71 $787.71 PLANNED EQUIPMENT MAINTENANCE Exhibit B 26 Year 5 Total:$1,886.94 Site Name:Central Kitchen (200 N H St Fresno CA 93621) Unit Name: Central Kitchen Make: Kohler Model: Unknown S/N: Unknown Size: 750kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,844.30 $1,844.30 1 Unknown Loadbank (2 Hrs) 1 $1,503.49 $1,503.49 Year 1 Total:$3,347.79 2 Unknown Full Service 1 $1,898.55 $1,898.55 2 Unknown Loadbank (2 Hrs) 1 $1,525.34 $1,525.34 Year 2 Total:$3,423.89 3 Unknown Full Service 1 $1,954.43 $1,954.43 3 Unknown Loadbank (2 Hrs) 1 $1,547.86 $1,547.86 Year 3 Total:$3,502.29 4 Unknown Full Service 1 $2,011.98 $2,011.98 4 Unknown Loadbank (2 Hrs) 1 $1,571.04 $1,571.04 Year 4 Total:$3,583.02 5 Unknown Full Service 1 $2,071.26 $2,071.26 5 Unknown Loadbank (2 Hrs) 1 $1,594.92 $1,594.92 Year 5 Total:$3,666.18 Site Name:Elkhorn Correctional (500 E Elkhorn Rd Caruthers CA 93609) Unit Name: Elkhorn Correctional Make: Cummins Model: 500FDR5053FFW S/N: HF90048-6/26-1 Size: 230kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,156.73 $1,156.73 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$1,973.33 2 Unknown Full Service 1 $1,189.09 $1,189.09 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$2,022.69 3 Unknown Full Service 1 $1,222.42 $1,222.42 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,073.53 4 Unknown Full Service 1 $1,256.76 $1,256.76 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,125.90 5 Unknown Full Service 1 $1,292.12 $1,292.12 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,179.83 Site Name:Elkhorn Correctional Fire Pump (500 E Elkhorn Rd Caruthers CA 93609) Unit Name: Elkhorn Correctional Fire Pump Make: Cummins Model: 500FDR5053FFW S/N: 45427318 Size: 230kW ATS Qty: 1 Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,156.73 $1,156.73 Year 1 Total:$1,156.73 2 Unknown Full Service 1 $1,189.09 $1,189.09 Year 2 Total:$1,189.09 3 Unknown Full Service 1 $1,222.42 $1,222.42 Exhibit B 27 Notes:Year 3 Total:$1,222.42 4 Unknown Full Service 1 $1,256.76 $1,256.76 Year 4 Total:$1,256.76 5 Unknown Full Service 1 $1,292.12 $1,292.12 Year 5 Total:$1,292.12 Site Name:Fresno County Plaza (2200 Tulare St Fresno CA 93621) Unit Name: Fresno County Plaza Make: Kohler Model: Unknown S/N: Unknown Size: 500kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,601.47 $1,601.47 1 Unknown Loadbank (2 Hrs) 1 $1,222.55 $1,222.55 Year 1 Total:$2,824.02 2 Unknown Full Service 1 $1,648.43 $1,648.43 2 Unknown Loadbank (2 Hrs) 1 $1,241.98 $1,241.98 Year 2 Total:$2,890.41 3 Unknown Full Service 1 $1,696.81 $1,696.81 3 Unknown Loadbank (2 Hrs) 1 $1,261.99 $1,261.99 Year 3 Total:$2,958.80 4 Unknown Full Service 1 $1,746.63 $1,746.63 4 Unknown Loadbank (2 Hrs) 1 $1,282.60 $1,282.60 Year 4 Total:$3,029.23 5 Unknown Full Service 1 $1,797.95 $1,797.95 5 Unknown Loadbank (2 Hrs) 1 $1,303.82 $1,303.82 Year 5 Total:$3,101.77 Site Name:Hall of Records (2281 Tulare St Fresno CA 93721) Unit Name: Hall of Records Make: Cummins Model: Unknown S/N: A000040120 Size: 200kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,094.40 $1,094.40 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$1,911.00 2 Unknown Full Service 1 $1,126.06 $1,126.06 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$1,959.66 3 Unknown Full Service 1 $1,158.67 $1,158.67 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,009.78 4 Unknown Full Service 1 $1,192.26 $1,192.26 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,061.40 5 Unknown Full Service 1 $1,226.86 $1,226.86 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,114.57 Site Name:Health Dept. Portable #1 (4590 E Kings Canyon Rd Fresno CA 93702) Unit Name: Health Dept. Portable #1 Make: Cummins Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $549.85 $549.85 Exhibit B 28 Model: Unknown S/N: D010232799 Size: 30kW ATS Qty: 1 Notes: 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$1,216.45 2 Unknown Full Service 1 $565.18 $565.18 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$1,248.78 3 Unknown Full Service 1 $580.96 $580.96 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$1,282.07 4 Unknown Full Service 1 $597.22 $597.22 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$1,316.36 5 Unknown Full Service 1 $613.97 $613.97 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$1,351.68 Site Name:Health Dept. Portable #2 (4590 E Kings Canyon Rd Fresno CA 93702) Unit Name: Health Dept. Portable #2 Make: Cummins Model: Unknown S/N: C020343958 Size: 250kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,094.40 $1,094.40 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$1,911.00 2 Unknown Full Service 1 $1,126.06 $1,126.06 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$1,959.66 3 Unknown Full Service 1 $1,158.67 $1,158.67 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,009.78 4 Unknown Full Service 1 $1,192.26 $1,192.26 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,061.40 5 Unknown Full Service 1 $1,226.86 $1,226.86 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,114.57 Site Name:Health Dept. Portable #3 (4590 E Kings Canyon Rd Fresno CA 93702) Unit Name: Health Dept. Portable #3 Make: Cummins Model: Unknown S/N: C020343957 Size: 250kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,094.40 $1,094.40 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$1,911.00 2 Unknown Full Service 1 $1,126.06 $1,126.06 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$1,959.66 3 Unknown Full Service 1 $1,158.67 $1,158.67 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,009.78 4 Unknown Full Service 1 $1,192.26 $1,192.26 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,061.40 Exhibit B 29 5 Unknown Full Service 1 $1,226.86 $1,226.86 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,114.57 Site Name:Joaquin Ridge Radio Site (Knox La Rue Contract) ( Coalinga CA 93210) Unit Name: Joaquin Ridge Radio Site (Knox La Rue Contract) Make: Kohler Model: Unknown S/N: Unknown Size: 60kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $323.00 $323.00 1 Unknown Loadbank (2 Hrs) 1 $504.72 $504.72 Year 1 Total:$827.72 2 Unknown Full Service 1 $327.20 $327.20 2 Unknown Loadbank (2 Hrs) 1 $516.86 $516.86 Year 2 Total:$844.06 3 Unknown Full Service 1 $331.53 $331.53 3 Unknown Loadbank (2 Hrs) 1 $529.37 $529.37 Year 3 Total:$860.90 4 Unknown Full Service 1 $335.98 $335.98 4 Unknown Loadbank (2 Hrs) 1 $542.25 $542.25 Year 4 Total:$878.23 5 Unknown Full Service 1 $340.57 $340.57 5 Unknown Loadbank (2 Hrs) 1 $555.52 $555.52 Year 5 Total:$896.09 Site Name:Juvenile Justice Campus - Chiller Room (3333 E American Ave Fresno CA 93725) Unit Name: Juvenile Justice Campus - Chiller Room Make: Kohler Model: Unknown S/N: Unknown Size: 50kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $614.47 $614.47 1 Unknown Loadbank (2 Hrs) 1 $585.66 $585.66 Year 1 Total:$1,200.13 2 Unknown Full Service 1 $631.55 $631.55 2 Unknown Loadbank (2 Hrs) 1 $600.23 $600.23 Year 2 Total:$1,231.78 3 Unknown Full Service 1 $649.15 $649.15 3 Unknown Loadbank (2 Hrs) 1 $615.24 $615.24 Year 3 Total:$1,264.39 4 Unknown Full Service 1 $667.28 $667.28 4 Unknown Loadbank (2 Hrs) 1 $630.69 $630.69 Year 4 Total:$1,297.97 5 Unknown Full Service 1 $685.94 $685.94 5 Unknown Loadbank (2 Hrs) 1 $646.61 $646.61 Year 5 Total:$1,332.55 Site Name:Juvenile Justice Campus - Water Treatment (3333 E American Ave Fresno CA 93725) Unit Name: Juvenile Justice Campus - Water Treatment Make: Kohler Model: Unknown S/N: Unknown Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $614.47 $614.47 1 Unknown Loadbank (2 Hrs) 1 $585.66 $585.66 Year 1 Total:$1,200.13 Exhibit B 30 Size: 50kW ATS Qty: 1 Notes: 2 Unknown Full Service 1 $631.55 $631.55 2 Unknown Loadbank (2 Hrs) 1 $600.23 $600.23 Year 2 Total:$1,231.78 3 Unknown Full Service 1 $649.15 $649.15 3 Unknown Loadbank (2 Hrs) 1 $615.24 $615.24 Year 3 Total:$1,264.39 4 Unknown Full Service 1 $667.28 $667.28 4 Unknown Loadbank (2 Hrs) 1 $630.69 $630.69 Year 4 Total:$1,297.97 5 Unknown Full Service 1 $685.94 $685.94 5 Unknown Loadbank (2 Hrs) 1 $646.61 $646.61 Year 5 Total:$1,332.55 Site Name:Main Jail (1225 M St Fresno CA 93621) Unit Name: Main Jail Make: Kohler Model: Unknown S/N: Unknown Size: 1100kW ATS Qty:1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $2,256.25 $2,256.25 1 Unknown Loadbank (2 Hrs) 1 $1,971.32 $1,971.32 Year 1 Total:$4,227.57 2 Unknown Full Service 1 $2,322.86 $2,322.86 2 Unknown Loadbank (2 Hrs) 1 $2,000.46 $2,000.46 Year 2 Total:$4,323.32 3 Unknown Full Service 1 $2,391.46 $2,391.46 3 Unknown Loadbank (2 Hrs) 1 $2,030.47 $2,030.47 Year 3 Total:$4,421.93 4 Unknown Full Service 1 $2,462.13 $2,462.13 4 Unknown Loadbank (2 Hrs) 1 $2,061.39 $2,061.39 Year 4 Total:$4,523.52 5 Unknown Full Service 1 $2,534.91 $2,534.91 5 Unknown Loadbank (2 Hrs) 1 $2,093.23 $2,093.23 Year 5 Total:$4,628.14 Site Name:Meadow Lakes - Radio Site (42480 Radio Ln Meadow Lakes CA 93602) Unit Name: Meadow Lakes - Radio Site Make: Cummins Model: Unknown S/N: C130467545 Size: 35kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $774.85 $774.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$1,441.45 2 Unknown Full Service 1 $793.33 $793.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$1,476.93 3 Unknown Full Service 1 $812.36 $812.36 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$1,513.47 4 Unknown Full Service 1 $831.96 $831.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$1,551.10 5 Unknown Full Service 1 $852.14 $852.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Exhibit B 31 Year 5 Total:$1,589.85 Site Name:North Annex Jail (1265 M Street Fresno CA 93621) Unit Name: North Annex Jail Make: Kohler Model: Unknown S/N: Unknown Size: 1250kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $2,458.94 $2,458.94 1 Unknown Loadbank (2 Hrs) 1 $2,221.32 $2,221.32 Year 1 Total:$4,680.26 2 Unknown Full Service 1 $2,531.63 $2,531.63 2 Unknown Loadbank (2 Hrs) 1 $2,250.46 $2,250.46 Year 2 Total:$4,782.09 3 Unknown Full Service 1 $2,606.50 $2,606.50 3 Unknown Loadbank (2 Hrs) 1 $2,280.47 $2,280.47 Year 3 Total:$4,886.97 4 Unknown Full Service 1 $2,683.61 $2,683.61 4 Unknown Loadbank (2 Hrs) 1 $2,311.39 $2,311.39 Year 4 Total:$4,995.00 5 Unknown Full Service 1 $2,763.04 $2,763.04 5 Unknown Loadbank (2 Hrs) 1 $2,343.23 $2,343.23 Year 5 Total:$5,106.27 Site Name:Pontiac ISD (333 W Pontiac Way Clovis CA 93612) Unit Name: Pontiac ISD Make: Kohler Model: Unknown S/N:Unknown Size:650kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $91.67 $91.67 1 Unknown Loadbank (2 Hrs) 1 $1,222.55 $1,222.55 Year 1 Total:$1,314.22 2 Unknown Full Service 1 $93.07 $93.07 2 Unknown Loadbank (2 Hrs) 1 $1,241.98 $1,241.98 Year 2 Total:$1,335.05 3 Unknown Full Service 1 $94.51 $94.51 3 Unknown Loadbank (2 Hrs) 1 $1,261.99 $1,261.99 Year 3 Total:$1,356.50 4 Unknown Full Service 1 $96.00 $96.00 4 Unknown Loadbank (2 Hrs) 1 $1,282.60 $1,282.60 Year 4 Total:$1,378.60 5 Unknown Full Service 1 $97.53 $97.53 5 Unknown Loadbank (2 Hrs) 1 $1,303.82 $1,303.82 Year 5 Total:$1,401.35 Site Name:Satellite Jail (110 M Street Fresno CA 93621) Unit Name: Satellite Jail Make: Kohler Model: Unknown S/N:Unknown Size:300kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,091.40 $1,091.40 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$1,908.00 2 Unknown Full Service 1 $1,123.06 $1,123.06 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Exhibit B 32 Year 2 Total:$1,956.66 3 Unknown Full Service 1 $1,155.67 $1,155.67 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,006.78 4 Unknown Full Service 1 $1,189.26 $1,189.26 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,058.40 5 Unknown Full Service 1 $1,223.86 $1,223.86 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,111.57 Site Name:Sheriff Admin. Bldg. (2200 Fresno St Fresno CA 93721) Unit Name: Sheriff Admin. Bldg. Make: Cummins Model: Unknown S/N: 1040688316 Size: 125kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $983.67 $983.67 1 Unknown Loadbank (2 Hrs) 1 $716.60 $716.60 Year 1 Total:$1,700.27 2 Unknown Full Service 1 $1,012.01 $1,012.01 2 Unknown Loadbank (2 Hrs) 1 $733.60 $733.60 Year 2 Total:$1,745.61 3 Unknown Full Service 1 $1,041.20 $1,041.20 3 Unknown Loadbank (2 Hrs) 1 $751.11 $751.11 Year 3 Total:$1,792.31 4 Unknown Full Service 1 $1,071.27 $1,071.27 4 Unknown Loadbank (2 Hrs) 1 $769.14 $769.14 Year 4 Total:$1,840.41 5 Unknown Full Service 1 $1,102.23 $1,102.23 5 Unknown Loadbank (2 Hrs) 1 $787.71 $787.71 Year 5 Total:$1,889.94 Site Name:South Annex Jail #1 (2204 Fresno St Fresno CA 93621) Unit Name: South Annex Jail #1 Make: Kohler Model: Unknown S/N: Unknown Size: 50kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $593.80 $593.80 1 Unknown Loadbank (2 Hrs) 1 $585.66 $585.66 Year 1 Total:$1,179.46 2 Unknown Full Service 1 $610.53 $610.53 2 Unknown Loadbank (2 Hrs) 1 $600.23 $600.23 Year 2 Total:$1,210.76 3 Unknown Full Service 1 $627.77 $627.77 3 Unknown Loadbank (2 Hrs) 1 $615.24 $615.24 Year 3 Total:$1,243.01 4 Unknown Full Service 1 $645.52 $645.52 4 Unknown Loadbank (2 Hrs) 1 $630.69 $630.69 Year 4 Total:$1,276.21 5 Unknown Full Service 1 $663.81 $663.81 5 Unknown Loadbank (2 Hrs) 1 $646.61 $646.61 Year 5 Total:$1,310.42 Exhibit B 33 Site Name:South Annex Jail #2 (2204 Fresno St Fresno CA 93621) Unit Name: South Annex Jail #2 Make: Kohler Model: Unknown S/N: Unknown Size: 300kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $1,601.80 $1,601.80 1 Unknown Loadbank (2 Hrs) 1 $897.55 $897.55 Year 1 Total:$2,499.35 2 Unknown Full Service 1 $1,648.77 $1,648.77 2 Unknown Loadbank (2 Hrs) 1 $916.98 $916.98 Year 2 Total:$2,565.75 3 Unknown Full Service 1 $1,697.16 $1,697.16 3 Unknown Loadbank (2 Hrs) 1 $936.99 $936.99 Year 3 Total:$2,634.15 4 Unknown Full Service 1 $1,746.99 $1,746.99 4 Unknown Loadbank (2 Hrs) 1 $957.60 $957.60 Year 4 Total:$2,704.59 5 Unknown Full Service 1 $1,798.32 $1,798.32 5 Unknown Loadbank (2 Hrs) 1 $978.82 $978.82 Year 5 Total:$2,777.14 Site Name:Squaw Valley Communication Center (30691 Kings Canyon Rd Squaw Valley CA 93675) Unit Name: Squaw Valley Communication Center Make: Cummins Model: Unknown S/N: C130467545 Size: 20kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $596.57 $596.57 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$1,263.17 2 Unknown Full Service 1 $610.87 $610.87 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$1,294.47 3 Unknown Full Service 1 $625.59 $625.59 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$1,326.70 4 Unknown Full Service 1 $640.76 $640.76 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$1,359.90 5 Unknown Full Service 1 $656.38 $656.38 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$1,394.09 Site Name:UMC #1 (445 S Cedar Ave Fresno CA 93702) Unit Name: UMC #1 Make: Caterpillar Model: D349 S/N: 61P00598 Size: 1000kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $2,256.25 $2,256.25 1 Unknown Loadbank (2 Hrs) 1 $2,942.65 $2,942.65 Year 1 Total:$5,198.90 2 Unknown Full Service 1 $2,322.86 $2,322.86 2 Unknown Loadbank (2 Hrs) 1 $3,000.93 $3,000.93 Year 2 Total:$5,323.79 3 Unknown Full Service 1 $2,391.46 $2,391.46 Exhibit B 34 3 Unknown Loadbank (2 Hrs) 1 $3,060.96 $3,060.96 Year 3 Total:$5,452.42 4 Unknown Full Service 1 $2,462.13 $2,462.13 4 Unknown Loadbank (2 Hrs) 1 $3,122.79 $3,122.79 Year 4 Total:$5,584.92 5 Unknown Full Service 1 $2,534.91 $2,534.91 5 Unknown Loadbank (2 Hrs) 1 $3,186.47 $3,186.47 Year 5 Total:$5,721.38 Site Name:UMC #2 (445 S Cedar Ave Fresno CA 93702) Unit Name: UMC #2 Make: Caterpillar Model: D349 S/N: Unknown Size: 1000kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $2,256.25 $2,256.25 1 Unknown Loadbank (2 Hrs) 1 $2,942.65 $2,942.65 Year 1 Total:$5,198.90 2 Unknown Full Service 1 $2,322.86 $2,322.86 2 Unknown Loadbank (2 Hrs) 1 $3,000.93 $3,000.93 Year 2 Total:$5,323.79 3 Unknown Full Service 1 $2,391.46 $2,391.46 3 Unknown Loadbank (2 Hrs) 1 $3,060.96 $3,060.96 Year 3 Total:$5,452.42 4 Unknown Full Service 1 $2,462.13 $2,462.13 4 Unknown Loadbank (2 Hrs) 1 $3,122.79 $3,122.79 Year 4 Total:$5,584.92 5 Unknown Full Service 1 $2,534.91 $2,534.91 5 Unknown Loadbank (2 Hrs) 1 $3,186.47 $3,186.47 Year 5 Total:$5,721.38 Site Name:UMC #3 (445 S Cedar Ave Fresno CA 93702) Unit Name: UMC #3 Make: Cummins Model: NT270GS S/N: Unknown Size: 150kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Full Service 1 $980.67 $980.67 1 Unknown Loadbank (2 Hrs) 1 $1,283.21 $1,283.21 Year 1 Total:$2,263.88 2 Unknown Full Service 1 $1,009.01 $1,009.01 2 Unknown Loadbank (2 Hrs) 1 $1,317.21 $1,317.21 Year 2 Total:$2,326.22 3 Unknown Full Service 1 $1,038.20 $1,038.20 3 Unknown Loadbank (2 Hrs) 1 $1,352.22 $1,352.22 Year 3 Total:$2,390.42 4 Unknown Full Service 1 $1,068.27 $1,068.27 4 Unknown Loadbank (2 Hrs) 1 $1,388.29 $1,388.29 Year 4 Total:$2,456.56 5 Unknown Full Service 1 $1,099.23 $1,099.23 5 Unknown Loadbank (2 Hrs) 1 $1,425.44 $1,425.44 Year 5 Total:$2,524.67 Year 1 Total:* $55,393.34 Year 2 Total:* $56,746.01 Exhibit B 35 Year 3 Total:*$58,139.27 Year 4 Total:*$59,574.29 Year 5 Total:*$61,052.24 Total Agreement Amount:*$290,905.25 *Quote does not include applicable taxes Exhibit B 36 c Sales and Service Exhibit B PLANNED EQUIPMENT MAINTENANCE Cummins Inc. 2755 S Cherry Ave Fresno, CA 93706 Phone: (559) 274-4400 Customer Address Customer Contact Quote Information -----==~= The County of Fresno Facilities 333 W Pontiac Way Fresno, CA 93612 Customer#: Payment Type : Undetermined Name: Facilities Maintenance Supervisor Phone: (559) 396-6232 Cell : (559) 600-5893 Fax: (559) 600-5927 E-mail: bfremming@fresnocountyca.gov Quote Date: Quote Expires: Quote ID: Quoted By : Quote Term : 9/1/2020 10/31/2020 QT-7744 Steven Lommerse 5 Year Total Agreement Amount:* $290,905.25 *Quote does not include applicable taxes Comment: **** Inspections Executed Only Upon Request**** Total Agreement Amount Does Not Include Applicable Taxes. Please Email PMTEAM@cummins.com for invoice total prior to sending payment. Selection Required for Load Bank Test Readings will be taken every 15 minutes, unless otherwise specified. *If no selection is made, we will perform this option by default 0 *30% of the EPS nameplate kW rating for 30 minutes, followed by 50% of the EPS nameplate kW rating for 30 minutes, followed by 75% of the EPS nameplate kW rating for 60 minutes for a total of 2 continuous hours 0 80% of the EPS nameplate kW rating for 2 continuous hours 0 Other-Please Specify-------------------------- Please return signed agreement to: Cummins Sales and Service 3061 S. Riverside Ave. Bloomington, CA 92316 Fax: (909) 879-8236 Email: PMTEAM@cummins.com Seller hereby agrees to sell to Buyer. and Buyer hereby agrees to buy from Seller, the foregoing products/services upon the terms and conditions set forth in the "Planned Equipment Maintenance Agreement Terms and Conditions" attached hereto , which are hereby 1rcorrioratso. herein b~ reference. Customer A provaljQuote ID QT-7744 ummins Inc. Appr=ov"""'a=•-------------' ru.d~ Signature:...=£~ ... ~~==:!:::l-~A!:C...._2::::!.~~-..-!!'71-..::¥-Grt......L.~:...L...lio::3..-....a1.-..0_ Signature : _______________ _ ___ \_O...._\ 1.D:;;.........i\,...;:;.1.ol.O=--"--------Date: 09/23/2020 Date : ATTEST : BERNICE E. SEIDEL Clerk of the Board of Supervisors Count of F_resno , State of Ca lifornia .. ~.<.··· 37 Generator Planned Maintenance Scope of Services The following items are included in a typical Planned Maintenance Agreement (PMA): Coolant System Check Only Antifreeze Radiator and cap Hoses and heater Belts and tension Louvers Coolant sample (optional) Leaks DCA level Transfer Switch Time delays (adjust as needed) Exerciser clock (reset as needed) Clean cabinet Building load test (if permitted) Fuel System Leaks Day tank - float switch pump Governor linkage Check for water in system Semi Annual Checks Battery and Charger Specific gravity test Clean corrosion as needed Adjust charger output as needed Scheduled Checks Cooling System Radiator air restriction Condition of hoses and connection leaks Antifreeze and coolant conditioner concentration Condition and tension of belts Ensure motor-operated louvers are working properly Pressure Testing Air intake System Visually check for leaks, holes, and loose connections/clamps Exhaust System Visually check for leaks and restrictions Drain condensation trap Electrical System Review meters for proper operation Specific gravity of battery liquid Fuel System Proper fuel levels Fuel transfer pump Annual Checks Maintenance Change oil Oil sample (optional) Change filters Disposal of used oil and filters Diesel Engine Checks Starter and all wiring Oil and coolant levels Generator End bearing A.C. wiring Exciter stator Overspeed switch Cooling air Breakers Engine Running Oil Pressure Leaks Alternator output Alarm Record A.C. output Frequency Amps under load Intake and Exhaust Check Air cleaner Turbocharger Muffler and traps Leaks Breather Flex pipe Rain cap Natural Gas and Gasoline Engine Checks Spark plugs Distributor wires Points and condenser Cap and rotor Starter and all wiring Oil and coolant levels Controls Voltage regulator Wiring and relays Engine monitors Bulbs Request Service: 1-800-CUMMINS salesandservice.cummins.com Exhibit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xhibit C 39 350kW 3 Unknown Full Service 1 $100.51 $100.51 3 Unknown Loadbank (2 Hrs) 1 $711.11 $711.11 Year 3 Total:$912.13 4 Unknown Inspection 1 $102.00 $102.00 4 Unknown Full Service 1 $102.00 $102.00 4 Unknown Loadbank (2 Hrs) 1 $729.14 $729.14 Year 4 Total:$933.14 5 Unknown Inspection 1 $103.53 $103.53 5 Unknown Full Service 1 $103.53 $103.53 5 Unknown Loadbank (2 Hrs) 1 $747.71 $747.71 Year 5 Total:$954.77 Site Name:CSA 31B L.S. #1 (41571 Sunset Rock Rd Shaver Lake (Musick Creek) CA 93664) Unit Name: Shaver Lake: Musick Creek L.S. #1 Make: Generac Model: Unknown S/N: Unknown Size: 75kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $311.00 $311.00 1 Unknown Full Service 1 $311.00 $311.00 1 Unknown Loadbank (2 Hrs) 1 $676.60 $676.60 Year 1 Total:$1,298.60 2 Unknown Inspection 1 $315.20 $315.20 2 Unknown Full Service 1 $315.20 $315.20 2 Unknown Loadbank (2 Hrs) 1 $693.60 $693.60 Year 2 Total:$1,324.00 3 Unknown Inspection 1 $319.53 $319.53 3 Unknown Full Service 1 $319.53 $319.53 3 Unknown Loadbank (2 Hrs) 1 $711.11 $711.11 Year 3 Total:$1,350.17 4 Unknown Inspection 1 $323.98 $323.98 4 Unknown Full Service 1 $323.98 $323.98 4 Unknown Loadbank (2 Hrs) 1 $729.14 $729.14 Year 4 Total:$1,377.10 5 Unknown Inspection 1 $328.57 $328.57 5 Unknown Full Service 1 $328.57 $328.57 5 Unknown Loadbank (2 Hrs) 1 $747.71 $747.71 Year 5 Total:$1,404.85 Site Name:CSA 31B/WWD 41S Bus Barn Portable (39360 Solitude West Shaver Lake CA 93664) Unit Name: Shaver Lake: Bus Barn Portable Make: Other Model: S350W-PE S/N: 098-60884-CHE Size: 35kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $556.83 $556.83 1 Unknown Full Service 1 $789.85 $789.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$2,013.28 2 Unknown Inspection 1 $568.31 $568.31 2 Unknown Full Service 1 $808.33 $808.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$2,060.24 3 Unknown Inspection 1 $580.14 $580.14 3 Unknown Full Service 1 $827.36 $827.36 Exhibit C 40 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,108.61 4 Unknown Inspection 1 $592.33 $592.33 4 Unknown Full Service 1 $846.96 $846.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$2,158.43 5 Unknown Inspection 1 $604.88 $604.88 5 Unknown Full Service 1 $867.14 $867.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,209.73 Site Name:CSA 31B/WWD 41S WWTP OFFICE TRAILER UNIT (39360 Solitude West Shaver Lake CA 93664) Unit Name: Shaver Lake: 41 Towable (Portable) Make: Caterpillar Model: 033-S S/N: 2032648 Size: 68kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $314.00 $314.00 1 Unknown Full Service 1 $314.00 $314.00 1 Unknown Loadbank (2 Hrs) 1 $676.60 $676.60 Year 1 Total:$1,304.60 2 Unknown Inspection 1 $318.20 $318.20 2 Unknown Full Service 1 $318.20 $318.20 2 Unknown Loadbank (2 Hrs) 1 $693.60 $693.60 Year 2 Total:$1,330.00 3 Unknown Inspection 1 $322.53 $322.53 3 Unknown Full Service 1 $322.53 $322.53 3 Unknown Loadbank (2 Hrs) 1 $711.11 $711.11 Year 3 Total:$1,356.17 4 Unknown Inspection 1 $326.98 $326.98 4 Unknown Full Service 1 $326.98 $326.98 4 Unknown Loadbank (2 Hrs) 1 $729.14 $729.14 Year 4 Total:$1,383.10 5 Unknown Inspection 1 $331.57 $331.57 5 Unknown Full Service 1 $331.57 $331.57 5 Unknown Loadbank (2 Hrs) 1 $747.71 $747.71 Year 5 Total:$1,410.85 Site Name:CSA 34 WWTF Brighton Crest (24111 Brighton Crest Dr Friant CA 93626) Unit Name: Brighton Crest Make: Olympian Model: DFEH-5735200 S/N: G050811165 Size: 400kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $153.67 $153.67 1 Unknown Full Service 1 $153.67 $153.67 1 Unknown Loadbank (2 Hrs) 1 $1,072.55 $1,072.55 Year 1 Total:$1,379.89 2 Unknown Inspection 1 $156.12 $156.12 2 Unknown Full Service 1 $156.12 $156.12 2 Unknown Loadbank (2 Hrs) 1 $1,091.98 $1,091.98 Year 2 Total:$1,404.22 3 Unknown Inspection 1 $158.64 $158.64 3 Unknown Full Service 1 $158.64 $158.64 3 Unknown Loadbank (2 Hrs) 1 $1,111.99 $1,111.99 Exhibit C 41 Year 3 Total:$1,429.27 4 Unknown Inspection 1 $161.24 $161.24 4 Unknown Full Service 1 $161.24 $161.24 4 Unknown Loadbank (2 Hrs) 1 $1,132.60 $1,132.60 Year 4 Total:$1,455.08 5 Unknown Inspection 1 $163.92 $163.92 5 Unknown Full Service 1 $163.92 $163.92 5 Unknown Loadbank (2 Hrs) 1 $1,153.82 $1,153.82 Year 5 Total:$1,481.66 Site Name:CSA 34B Ventana Hills (20836 Via Del Sol Dr Friant CA 93626) Unit Name: Ventana Hills Make: Cummins Model: DGDB-5765415 S/N: F060934278 Size: 100kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $136.00 $136.00 1 Unknown Full Service 1 $136.00 $136.00 1 Unknown Loadbank (2 Hrs) 1 $676.60 $676.60 Year 1 Total:$948.60 2 Unknown Inspection 1 $138.10 $138.10 2 Unknown Full Service 1 $138.10 $138.10 2 Unknown Loadbank (2 Hrs) 1 $693.60 $693.60 Year 2 Total:$969.80 3 Unknown Inspection 1 $140.26 $140.26 3 Unknown Full Service 1 $140.26 $140.26 3 Unknown Loadbank (2 Hrs) 1 $711.11 $711.11 Year 3 Total:$991.63 4 Unknown Inspection 1 $142.49 $142.49 4 Unknown Full Service 1 $142.49 $142.49 4 Unknown Loadbank (2 Hrs) 1 $729.14 $729.14 Year 4 Total:$1,014.12 5 Unknown Inspection 1 $144.79 $144.79 5 Unknown Full Service 1 $144.79 $144.79 5 Unknown Loadbank (2 Hrs) 1 $747.71 $747.71 Year 5 Total:$1,037.29 Site Name:CSA 34C Bella Vista - L.S. (20918 Ruscello Ln. Friant CA 93626) Unit Name: Bella Vista Make: Cummins Model: GGMA-1200216 S/N: D120324363 Size: 20kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $376.16 $376.16 1 Unknown Full Service 1 $609.18 $609.18 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$1,651.94 2 Unknown Inspection 1 $385.19 $385.19 2 Unknown Full Service 1 $625.21 $625.21 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$1,694.00 3 Unknown Inspection 1 $394.50 $394.50 3 Unknown Full Service 1 $641.71 $641.71 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$1,737.32 Exhibit C 42 4 Unknown Inspection 1 $404.09 $404.09 4 Unknown Full Service 1 $658.71 $658.71 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$1,781.94 5 Unknown Inspection 1 $413.96 $413.96 5 Unknown Full Service 1 $676.22 $676.22 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$1,827.89 Site Name:CSA 44D Monte Verde (2222 N Willow Ave Clovis CA 93619) Unit Name: Monte Verde Make: Cummins Model: DGFC-3381247 S/N: K990026944 Size: 200kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $457.10 $457.10 1 Unknown Full Service 1 $1,153.73 $1,153.73 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$2,427.43 2 Unknown Inspection 1 $468.56 $468.56 2 Unknown Full Service 1 $1,186.09 $1,186.09 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$2,488.25 3 Unknown Inspection 1 $480.37 $480.37 3 Unknown Full Service 1 $1,219.42 $1,219.42 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,550.90 4 Unknown Inspection 1 $492.53 $492.53 4 Unknown Full Service 1 $1,253.76 $1,253.76 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,615.43 5 Unknown Inspection 1 $505.06 $505.06 5 Unknown Full Service 1 $1,289.12 $1,289.12 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,681.89 Site Name:CSA 47 Quail Lake - Water Facility (4382 N Waterslide Dr Clovis CA 93612) Unit Name: Quail Lake - Water Facility Make: Caterpillar Model: 9NR01443 S/N: 128-4440 Size: 250kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $457.10 $457.10 1 Unknown Full Service 1 $1,153.73 $1,153.73 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$2,427.43 2 Unknown Inspection 1 $468.56 $468.56 2 Unknown Full Service 1 $1,186.09 $1,186.09 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$2,488.25 3 Unknown Inspection 1 $480.37 $480.37 3 Unknown Full Service 1 $1,219.42 $1,219.42 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,550.90 4 Unknown Inspection 1 $492.53 $492.53 Exhibit C 43 4 Unknown Full Service 1 $1,253.76 $1,253.76 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,615.43 5 Unknown Inspection 1 $505.06 $505.06 5 Unknown Full Service 1 $1,289.12 $1,289.12 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,681.89 Site Name:CSA 47 Quail Lake - WWTF (4121 N Quail Lake Dr Clovis CA 93612) Unit Name: Quail Lake - WWTF Make: Kohler Model: 9NR01443 S/N: 150ROZJ Size: 200kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $457.10 $457.10 1 Unknown Full Service 1 $1,153.73 $1,153.73 1 Unknown Loadbank (2 Hrs) 1 $816.60 $816.60 Year 1 Total:$2,427.43 2 Unknown Inspection 1 $468.56 $468.56 2 Unknown Full Service 1 $1,186.09 $1,186.09 2 Unknown Loadbank (2 Hrs) 1 $833.60 $833.60 Year 2 Total:$2,488.25 3 Unknown Inspection 1 $480.37 $480.37 3 Unknown Full Service 1 $1,219.42 $1,219.42 3 Unknown Loadbank (2 Hrs) 1 $851.11 $851.11 Year 3 Total:$2,550.90 4 Unknown Inspection 1 $492.53 $492.53 4 Unknown Full Service 1 $1,253.76 $1,253.76 4 Unknown Loadbank (2 Hrs) 1 $869.14 $869.14 Year 4 Total:$2,615.43 5 Unknown Inspection 1 $505.06 $505.06 5 Unknown Full Service 1 $1,289.12 $1,289.12 5 Unknown Loadbank (2 Hrs) 1 $887.71 $887.71 Year 5 Total:$2,681.89 Site Name:WWD 41S Bretz Point L.S. (42607 Canyon Vista Lance Shaver Lake CA 93664) Unit Name: Shaver Lake: 31B Lift Station #1 Make: Generac Model: 00907-2 S/N: 314226 Size: 15kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $314.00 $314.00 1 Unknown Full Service 1 $314.00 $314.00 1 Unknown Loadbank (2 Hrs) 1 $0.00 $0.00 Year 1 Total:$628.00 2 Unknown Inspection 1 $318.20 $318.20 2 Unknown Full Service 1 $318.20 $318.20 2 Unknown Loadbank (2 Hrs) 1 $0.00 $0.00 Year 2 Total:$636.40 3 Unknown Inspection 1 $322.53 $322.53 3 Unknown Full Service 1 $322.53 $322.53 3 Unknown Loadbank (2 Hrs) 1 $0.00 $0.00 Year 3 Total:$645.06 4 Unknown Inspection 1 $326.98 $326.98 4 Unknown Full Service 1 $326.98 $326.98 Exhibit C 44 4 Unknown Loadbank (2 Hrs) 1 $0.00 $0.00 Year 4 Total:$653.96 5 Unknown Inspection 1 $331.57 $331.57 5 Unknown Full Service 1 $331.57 $331.57 5 Unknown Loadbank (2 Hrs) 1 $0.00 $0.00 Year 5 Total:$663.14 Site Name:WWD 41S Musick Falls L.S. (39689 Crest Point Ln Shaver Lake CA 93612) Unit Name: Shaver Lake: Music Falls L.S. Make: Winco Model: AP55000/B24 S/N: 10512S90 Size: 5kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $553.83 $553.83 1 Unknown Full Service 1 $705.90 $705.90 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$1,926.33 2 Unknown Inspection 1 $565.31 $565.31 2 Unknown Full Service 1 $721.95 $721.95 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$1,970.86 3 Unknown Inspection 1 $577.14 $577.14 3 Unknown Full Service 1 $738.48 $738.48 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,016.73 4 Unknown Inspection 1 $589.33 $589.33 4 Unknown Full Service 1 $755.50 $755.50 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$2,063.97 5 Unknown Inspection 1 $601.88 $601.88 5 Unknown Full Service 1 $773.03 $773.03 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,112.62 Site Name:WWD 41S Musick Ridge L.S. (40740 Sunset Vista Ln Shaver Lake CA 93664) Unit Name: Shaver Lake: Musick Ridge Make: Generac Model: Unknown S/N: 1843190 Size: 15kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $553.83 $553.83 1 Unknown Full Service 1 $786.85 $786.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$2,007.28 2 Unknown Inspection 1 $565.31 $565.31 2 Unknown Full Service 1 $805.33 $805.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$2,054.24 3 Unknown Inspection 1 $577.14 $577.14 3 Unknown Full Service 1 $824.36 $824.36 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,102.61 4 Unknown Inspection 1 $589.33 $589.33 4 Unknown Full Service 1 $843.96 $843.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Exhibit C 45 Year 4 Total:$2,152.43 5 Unknown Inspection 1 $601.88 $601.88 5 Unknown Full Service 1 $864.14 $864.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,203.73 Site Name:WWD 41S WildFlower L.S. #1 (40406 Mariposa Lily Ln Shaver Lake CA 93664) Unit Name: Shaver Lake: WildFlower L.S. #1 Make: Generac Model: 20A03516-S S/N: 2058604 Size: 35kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $556.83 $556.83 1 Unknown Full Service 1 $789.85 $789.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$2,013.28 2 Unknown Inspection 1 $568.31 $568.31 2 Unknown Full Service 1 $808.33 $808.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$2,060.24 3 Unknown Inspection 1 $580.14 $580.14 3 Unknown Full Service 1 $827.36 $827.36 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,108.61 4 Unknown Inspection 1 $592.33 $592.33 4 Unknown Full Service 1 $846.96 $846.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$2,158.43 5 Unknown Inspection 1 $604.88 $604.88 5 Unknown Full Service 1 $867.14 $867.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,209.73 Site Name:WWD 41S WildFlower L.S. #2 (40158 Wild Rose Ln. Shaver Lake CA 93664) Unit Name: Shaver Lake: WildFlower L.S. #2 Make: Generac Model: 20A03516-S S/N: 2058602 Size: 35kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $556.83 $556.83 1 Unknown Full Service 1 $789.85 $789.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$2,013.28 2 Unknown Inspection 1 $568.31 $568.31 2 Unknown Full Service 1 $808.33 $808.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$2,060.24 3 Unknown Inspection 1 $580.14 $580.14 3 Unknown Full Service 1 $827.36 $827.36 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,108.61 4 Unknown Inspection 1 $592.33 $592.33 4 Unknown Full Service 1 $846.96 $846.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$2,158.43 Exhibit C 46 5 Unknown Inspection 1 $604.88 $604.88 5 Unknown Full Service 1 $867.14 $867.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,209.73 Site Name:WWD 41S WildFlower L.S. #3 (Little Meadow 37.07306 -119.3312 Shaver Lake,CA 93664 Shaver Lake CA 93664) Unit Name: Shaver Lake: WildFlower L.S. #3 Make: Generac Model: 20A03516-S S/N: SG035-K64.3-18CBYYY Size: 35kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $556.83 $556.83 1 Unknown Full Service 1 $789.85 $789.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$2,013.28 2 Unknown Inspection 1 $568.31 $568.31 2 Unknown Full Service 1 $808.33 $808.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$2,060.24 3 Unknown Inspection 1 $580.14 $580.14 3 Unknown Full Service 1 $827.36 $827.36 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,108.61 4 Unknown Inspection 1 $592.33 $592.33 4 Unknown Full Service 1 $846.96 $846.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$2,158.43 5 Unknown Inspection 1 $604.88 $604.88 5 Unknown Full Service 1 $867.14 $867.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,209.73 Site Name:WWD 41S Wildflower L.S. #4 (37750 Tollhouse Rd. Shaver Lake CA 93664) Unit Name: Shaver Lake: WildFlower L.S. #4 Make: Generac Model: 20A03516-S S/N:SG0015- D361.5N18HDYYC Size: 15kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $556.83 $556.83 1 Unknown Full Service 1 $789.85 $789.85 1 Unknown Loadbank (2 Hrs) 1 $666.60 $666.60 Year 1 Total:$2,013.28 2 Unknown Inspection 1 $568.31 $568.31 2 Unknown Full Service 1 $808.33 $808.33 2 Unknown Loadbank (2 Hrs) 1 $683.60 $683.60 Year 2 Total:$2,060.24 3 Unknown Inspection 1 $580.14 $580.14 3 Unknown Full Service 1 $827.36 $827.36 3 Unknown Loadbank (2 Hrs) 1 $701.11 $701.11 Year 3 Total:$2,108.61 4 Unknown Inspection 1 $592.33 $592.33 4 Unknown Full Service 1 $846.96 $846.96 4 Unknown Loadbank (2 Hrs) 1 $719.14 $719.14 Year 4 Total:$2,158.43 5 Unknown Inspection 1 $604.88 $604.88 Exhibit C 47 5 Unknown Full Service 1 $867.14 $867.14 5 Unknown Loadbank (2 Hrs) 1 $737.71 $737.71 Year 5 Total:$2,209.73 Site Name:WWD 41W- Granite Ridge Tank (42054 Granit Ridge Rd. Shaver Lake CA 93664) Unit Name: Shaver Lake: Granite Ridge Make: Caterpillar Model: 363PS11607 S/N: MX2939760413 Size: 150kW ATS Qty: 1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $637.77 $637.77 1 Unknown Full Service 1 $1,223.67 $1,223.67 1 Unknown Loadbank (2 Hrs) 1 $716.60 $716.60 Year 1 Total:$2,578.04 2 Unknown Inspection 1 $651.68 $651.68 2 Unknown Full Service 1 $1,255.16 $1,255.16 2 Unknown Loadbank (2 Hrs) 1 $733.60 $733.60 Year 2 Total:$2,640.44 3 Unknown Inspection 1 $666.01 $666.01 3 Unknown Full Service 1 $1,287.59 $1,287.59 3 Unknown Loadbank (2 Hrs) 1 $751.11 $751.11 Year 3 Total:$2,704.71 4 Unknown Inspection 1 $680.77 $680.77 4 Unknown Full Service 1 $1,321.00 $1,321.00 4 Unknown Loadbank (2 Hrs) 1 $769.14 $769.14 Year 4 Total:$2,770.91 5 Unknown Inspection 1 $695.98 $695.98 5 Unknown Full Service 1 $1,355.41 $1,355.41 5 Unknown Loadbank (2 Hrs) 1 $787.71 $787.71 Year 5 Total:$2,839.10 Site Name:WWD 41W Ridgetop Water Tank Booster Room (37.0172 -119.3373 Shaver Lake, CA 93664 Shaver Lake CA 93664) Unit Name: Shaver Lake: Ridgetop Water Tank Booster Room Make: Generac Model: Unknown S/N: SG105-K366.8L23HBNLC Size: 105kW ATS Qty:1 Notes: Year Month of 1st Service Service Type Qty Sell Price Extended Price 1 Unknown Inspection 1 $314.00 $314.00 1 Unknown Full Service 1 $314.00 $314.00 1 Unknown Loadbank (2 Hrs) 1 $676.60 $676.60 Year 1 Total:$1,304.60 2 Unknown Inspection 1 $318.20 $318.20 2 Unknown Full Service 1 $318.20 $318.20 2 Unknown Loadbank (2 Hrs) 1 $693.60 $693.60 Year 2 Total:$1,330.00 3 Unknown Inspection 1 $322.53 $322.53 3 Unknown Full Service 1 $322.53 $322.53 3 Unknown Loadbank (2 Hrs) 1 $711.11 $711.11 Year 3 Total:$1,356.17 4 Unknown Inspection 1 $326.98 $326.98 4 Unknown Full Service 1 $326.98 $326.98 4 Unknown Loadbank (2 Hrs) 1 $729.14 $729.14 Year 4 Total:$1,383.10 5 Unknown Inspection 1 $331.57 $331.57 5 Unknown Full Service 1 $331.57 $331.57 ) Exhibit C 48 5 Unknown Loadbank (2 Hrs) 1 $747.71 $747.71 Year 5 Total:$1,410.85 Year 1 Total:*$35,675.94 Year 2 Total:*$36,499.90 Year 3 Total:*$37,348.62 Year 4 Total:*$38,222.72 Year 5 Total:*$39,122.96 Total Agreement Amount:*$186,870.05 *Quote does not include applicable taxes Exhibit C 49 c Sales and Service Exhibit C PLANNED EQUIPMENT MAINTENANCE Cummins Inc. 2755 S Cherry Ave Fresno, CA 93706 Phone: (559) 274-4400 Customer Address Customer Contact Quote Information The County of Fresno PW&P Name : Supervising Water/Wastewater Specialist Quote Date: 9/1/2020 2220 Tulare St, FL 6 Main: (559) 600-4259 Quote Expires: 10/31/2020 Fresno, CA 93721-2127 Cell: (559) 600-4321 Quote ID : QT-7743 Customer#: Fax : (559) 600-4552 Quoted By: Steven Lommerse Payment Type : Undetermined E-mail: jcavalla@fresnocountyca.gov 5 Year Total Agreement Amount:* $186,870.05 *Quote does not include applicable taxes Total Agreement Amount Does Not Include Applicable Taxes. Please Email PMTEAM@cummins.com for invoice total prior to sending payment. Selection Required for Load Bank Test Readings will be taken every 15 minutes, unless otherwise specified. *If no selection is made , we will perform this option by default D *30% of the EPS nameplate kW rating for 30 minutes, followed by 50% of the EPS nameplate kW rating for 30 minutes, followed by 75% of the EPS nameplate kW rating for 60 minutes for a total of 2 continuous hours D 80% of the EPS nameplate kW rating for 2 continuous hours D Other-Please Specify-------------------------- Please return signed agreement to: Cummins Sales and Service 3061 S. Riverside Ave. Bloomington, CA 92316 Fax: (909) 879-8236 Email: PMTEAM@cummins .com Se ll er hereby agrees to sell to Buyer. and Buyer hereby agrees to buy from Seller, the foregoing products/services upon the terms and conditions set forth in the "Planned Equipment Maintenance Agreement Terms and Conditions" attached hereto , which are hereby inc o rporated herein b~ reference. Customer Approval Quote ID QT-7743~ Signature ~ r~~ Z 4.. / r;f '31A 71 A....._ Signature : _____________ _ Date: ATIEST: BERNICE E. SEIDEL Clerk of the Board of Supervisors ~~o , State of California Depu~ ~ 09/23/2020 50 Generator Planned Maintenance Scope of Services The following items are included in a typical Planned Maintenance Agreement (PMA): Coolant System Check Only Antifreeze Radiator and cap Hoses and heater Belts and tension Louvers Coolant sample (optional) Leaks DCA level Transfer Switch Time delays (adjust as needed) Exerciser clock (reset as needed) Clean cabinet Building load test (if permitted) Fuel System Leaks Day tank - float switch pump Governor linkage Check for water in system Semi Annual Checks Battery and Charger Specific gravity test Clean corrosion as needed Adjust charger output as needed Scheduled Checks Cooling System Radiator air restriction Condition of hoses and connection leaks Antifreeze and coolant conditioner concentration Condition and tension of belts Ensure motor-operated louvers are working properly Pressure Testing Air intake System Visually check for leaks, holes, and loose connections/clamps Exhaust System Visually check for leaks and restrictions Drain condensation trap Electrical System Review meters for proper operation Specific gravity of battery liquid Fuel System Proper fuel levels Fuel transfer pump Annual Checks Maintenance Change oil Oil sample (optional) Change filters Disposal of used oil and filters Diesel Engine Checks Starter and all wiring Oil and coolant levels Generator End bearing A.C. wiring Exciter stator Overspeed switch Cooling air Breakers Engine Running Oil Pressure Leaks Alternator output Alarm Record A.C. output Frequency Amps under load Intake and Exhaust Check Air cleaner Turbocharger Muffler and traps Leaks Breather Flex pipe Rain cap Natural Gas and Gasoline Engine Checks Spark plugs Distributor wires Points and condenser Cap and rotor Starter and all wiring Oil and coolant levels Controls Voltage regulator Wiring and relays Engine monitors Bulbs Request Service: 1-800-CUMMINS salesandservice.cummins.com Exhibit C 51 NO HOSTAGE SITUATIONS California Code of Regulations Subject: Hostage Situations Policy Number: 326.0 Page: 1 of 2 Date Originated: April 1, 2004 Date Revised: February 1, 2008 It is imperative for the safety and security of all persons within Juvenile Justice Campus (JJC) facilities, as well as for those in the community, that minors are not allowed to leave the secure confines of the facilities by the taking of a hostage(s). If successful in securing a release through these means minors would be much more likely in the future to use this practice again in an attempt to escape the confines of the facilities. This would put those visiting and working at the JJC at higher level of risk and would jeopardize the safety of the community if the minor was in fact successful in securing his/herrelease. The JJC is a “no-hostage” facility. This means that minors will not be released from custody under any circumstances due to the taking of a hostage(s). Any staff person taken hostage, no matter what their rank or status, immediately loses their authority and any orders issued by that person will not befollowed. I. HOSTAGE SITUATIONPROCEDURES A. If any minor(s) and/or other person(s) in the facility attempt to hold any person hostage, and they do not respond to verbal commands to stop staff will immediately notify the Watch Commander. He/she will respond to the location and assess the situation. If a hostage situation is in progress the Watch Commander will: 1.Summon assistance from other officers as required. 2.Establish a secure perimeter around the hostage takers and allow no one to pass into it for any reason without authorization. Risks should not be taken that might allow the taking of additionalhostages. 3.Evacuate all non-essential persons at the scene to a safe location or any housing pod that is not directly involved in theincident. 4.Direct officers to place minors in uninvolved housing pods in their rooms and have them remain there until directed otherwise. Minors outside of housing pods will remain in place under officer supervision until it is safe to return to their respective housing pods or any housing pod that is not directly involved in theincident. 5.Immediately notify the Director or the Probation Services Manager/Assistant Director in his/her absence and confer with higher authority as to action to be taken. Administration in turn will notify theChief. $WWDFKPHQW& C Page 1 of 2 Exhibit D 52 B. The Fresno Sheriff’s Dispatch Center (488-3111) will be notified immediately and a request for a trained hostage negotiator and other emergency personnel will be made as needed. Prior to the arrival of the Sheriff Department’s hostage negotiator the Watch Commander will attempt to ascertain: 1.The number and identity of both the hostages and hostage takers; 2.Any known weapons possessed by the hostage takers; 3.The demands of the hostagetakers. C. The Watch Commander will retain and direct departing custody officers, as well as, available Probation peace officer staff to assist with security and safety needs, as necessary. Additional Juvenile Correctional Officers should be called in as may be needed to insure the safe and secure operation of the facility. D. The Watch Commander will coordinate with the Sheriff’s Department all activities taken to resolve the hostage situation, including the use of appropriate force, and will maintain control of the facility until relieved of that duty by the presence of a Probation Services Manager/Assistant Director, Director, or the Chief Probation Officer. E. Once the hostage situation has been resolved the minors involved should be housed in the most secure setting available and all appropriate charges should be filed. F. Each officer and/or non-sworn staff member who was involved or observed the incident will complete an incident report and if required, the appropriate critical incident evaluation report(s) regarding the details of the incident prior to the end of his/her shift. (See Incident Report, located in JAS Probation View, under “Word Templates”.) G. The Watch Commander will prepare a Critical Incident Investigation Report, using the Critical Incident Evaluation Report - Page 2 report form and the critical incident evaluation report(s) completed by the reporting persons at the time of the incident. II. PARENTAL AND MEDIA INFORMATION A. Attempts will be made at the direction of Administration to reach the families of the hostages to advise them of the situation. Notification will also be made to the parents of the hostage takers as deemed appropriate. B. All media inquiries will be referred to the Chief’s office per departmental policy. III. SECURITY AND OPERATIONAL REVIEW Once the incident has been resolved a team will be established to conduct a security and operational review of the incident. The review will be conducted within 2 days of the resolution of the incident. The review team will be comprised of the facility administrator and/or facility Director, Probation Services Manager/Assistant Director and Supervising Juvenile Correctional Officers who are relevant to the incident. The team will review the circumstances leading up to the incident and any necessary corrective action necessary to insure that such an incident does not repeat itself. $WWDFKPHQW& C Page 2 of 2 Exhibit D 53 FRESNO COUNTY SHERIFF’S OFFICE JAIL DIVISION POLICIES AND PROCEDURES TITLE: HOSTAGE SITUATIONS NO: B-130 FILE: HOSTAGE Page 1 of 5 EFFECTIVE DATE: 12-18-89 REVISED: 08-06-90, 12-25-94, 05-06-96, 09-01-99, 12-01-10 AUTHORITY: Sheriff M. Mims APPROVED BY: Assistant Sheriff T. Gattie REFERENCE: California Code of Regulations, Title 15, Section 1029(a)(7)(B) and Penal Code Section 236. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage-taking incident while preserving the safety of staff, public, inmates, and hostages, and maintaining facility security. POLICY: The Fresno County Sheriff's Office Jail Division maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriff's Office Jail Division that once any staffmember is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriff's Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person involved, if possible, from serious injury or death. PROCEDURES: I. DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. II. NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION Exhibit D 54 FRESNO COUNTY SHERIFF’S OFFICE JAIL DIVISION POLICIES AND PROCEDURES TITLE: HOSTAGE SITUATIONS NO: B-130 FILE: HOSTAGE Page 2 of 5 A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGENCY). B. The Watch Commander will notify the Patrol Watch Commander and apprise them of the incident. The Patrol Watch Commander may be requested to activate the Crisis Negotiations Team (CNT), outside support agencies, equipment, personnel, and dispatch a detective to the scene for the crime report. III. DURING NEGOTIATIONS A. While at the scene, the CNT members will conduct all verbal or written communications between the hostage taker(s) and the Incident Commander. CNT will immediately notify the Incident Commander of any changes in the following situations: 1. Hostage status 2. Incident changes and developments 3. Hostage taker demands 4. Any and all pertinent information concerning the incident B. Staff members at the scene not actively involved with negotiations will not act or speak out to the hostage taker(s) or hostages. C. The Tactical Commander will formulate a plan to take the necessary actions, using the appropriate force, to terminate the hostage situation in the event negotiations fail. Hostage safety will be of paramount concern. IV. HOSTAGE SURVIVAL STRATEGIES A. If taken hostage, it is important to make the transition from being a victim to being a survivor. The following are not strict rules that must be rigidly followed, but rather general guidelines. There will always be exceptions. 1. Regain/maintain composure. Try to be calm, focusedand clear-headed Exhibit D 55 FRESNO COUNTY SHERIFF’S OFFICE JAIL DIVISION POLICIES AND PROCEDURES TITLE: HOSTAGE SITUATIONS NO: B-130 FILE: HOSTAGE Page 3 of 5 at all times. Do not stand out from other hostages. Drawing unnecessary attention increases the chance of being singled out and victimized. 2. Maintain a low-key, unprovocative posture. Overt resistance is usually counterproductive in a hostage situation. a. Remain calm and follow instructions. Comply with the hostage takers when at all possible. b. Be stoic. Maintain an outward face of acceptance of adversity with dignity. Avoid open displays of cowardice and fear. Inmates will view frailty and feebleness as weakness, which may lead to victimization. c. Do not antagonize, threaten or aggravate the hostage takers. Avoid saying “no”, or arguing with the hostage takers. Do not act authoritative. The hostage takers must make it known that they are in charge. d. Eye contact may be regarded as a challenge; make eye contact with the hostage takers sparingly. e. Fight off basic instincts, such as anger and hostility. Be polite and remain alert. Speak normally and don’t complain. 3. Hostages should try to establish a level of rapport or communication with their captors in attempt to get the captors to recognize them as human beings. a. Find a mutual ground, an association with the hostage takers. Foster communication on non-threatening topics (e.g., family, hobbies, sports, interests). b. Use the captors’ first names, if known. However, if hostage takers are attempting to conceal their identity, do not give any indication that they are recognized. c. Listen actively to the captors’ feelings and concerns, but never praise, participate in, or debate their "cause”. If they want to talk about their cause, act interested in their viewpoints. Avoid being overly solicitous, which may be viewed as patronizing or insincere. d. Do not befriend the inmates; such an attempt will likely result in Exhibit D 56 FRESNO COUNTY SHERIFF’S OFFICE JAIL DIVISION POLICIES AND PROCEDURES TITLE: HOSTAGE SITUATIONS NO: B-130 FILE: HOSTAGE Page 4 of 5 exploitation. e. Try asking for items that will increase personal comfort. Make requests in a reasonable, low-key manner. 4. Be prepared to be isolated and disoriented. a. Do not talk to other hostages. The hostage takers may think a plot is being formed. b. Develop mind games to stimulate thinking and maintain mental alertness. 5. Be tolerant of fellow hostages. Just as each person has different reactions to stress, each individual will have different methods of coping as a hostage. Some methods are not effective and may endanger the group, or be annoying to other hostages (e.g., constant talking). Try to help these people cope in other ways. 6. Gather intelligence. Hostages should take in and store as much detail, about their captors aspossible without drawing attention to their efforts. Make mental notes and attempt to gather the following information: identification of the ring leader, the number of hostage takers, the type of weapons they are using, their tactics, location within the area, etc. 7. Maintain hope. Depending on the circumstances, resolution of hostage situations can be a lengthy process. B. Stay away from doors and windows through which rescue teams may enter or shoot. If a rescue is attempted, drop to the floor and keep hands in view. C. If there is a chance to escape, the hostage should be certain of their success. 1. Balance the likely payoff of any behavior with the possible consequences. Hostage takers may use violence or death to teach a lesson. 2. Realize that Central Control will not open any doors for anyone. D. Hostages should be aware of the “Stockholm Syndrome”, whereby hostages begin to show sympathy toward their captors. Hostages who develop Exhibit D 57 FRESNO COUNTY SHERIFF’S OFFICE JAIL DIVISION POLICIES AND PROCEDURES TITLE: HOSTAGE SITUATIONS NO: B-130 FILE: HOSTAGE Page 5 of 5 Stockholm Syndrome often view the captor as giving life by simply not taking it. Such hostages often misinterpret a lack of abuse as kindness and may develop feelings of appreciation for the perceived benevolence. Exhibit D 58 THE PRISON RAPE ELIMINATION (PREA) ACT All bidders must comply with the Prison Rape Elimination (PREA) Act as stated below: “CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for juvenile correctional facilities. Training will be provided by Probation at no charge to CONTRACTOR.” “CONTRACTOR will ensure that all staff assigned to work at the Juvenile Justice Campus (JJC) undergo a pre-employment Live Scan and criminal background security clearance by the Probation Departm ent at no charge to CONTRACTOR. No alcoholic beverages/drugs will be brought into any facility. Nor will anyone under the influence of alcoholic beverages or drugs be allowed inside. In the event of any disturbance inside the facilities, the CONTRACTOR’S employees will immediately follow the orders of the Facility Administrator or his/her designees. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In the event of a dispute involving COUNTY staff and the contract employee, the on-duty Facility Administrator will have the final decision.” INFORMATION ON THE PRISON RAPE ELIMINATION ACT CAN BE FOUND HERE: http://www.prearesourcecenter.org/ $WWDFKPHQW( Page1 of 1 Exhibit D 59 Background Investigations Prior to the beginning of any services, one (1) background check may be required for every member of the Contractor’s personnel providing services to a building location for the life of the agreement. The background check may be required before access is given to any County facility/property. Clearance will only be granted after a successful background check, completed by the County of Fresno Sheriff’s Department. Background checks provided by any agency other than the County of Fresno Sheriff’s Department will not be accepted. The current cost of a background check is $52 per person. This cost will be incurred by the successful Bidder. One check covering the cost of background checks for all employees shall be made payable to: Sheriff, County of Fresno. The successful bidder will be notified regarding the result of background checks. Those that are accepted will report to County of Fresno Security to have their photo taken and ID badge issued. Background checks are done on a first-come, first serve basis between the hours of 7:00 a.m and 12:00 noon. Monday through Friday. The process takes approximately 20 minutes time. The amount of time it takes to receive the result of background checks varies from one day to a month (or longer), dependent upon the individual’shistory. Individuals who are cleared through this process are entered into the Department of Justice database. Their records are flagged and the County of Fresno Sheriff’s Department is notified if the person is ever arrested in the future. When required by County, applicants’ background checks must be approved prior to entering any County facility. Approval will not be granted to any individual possessing any of the following circumstances: 1.They have been convicted of a felony, or any crime involving moral turpitude, or carrying or possessing a dangerousweapon. 2.They have ever been charged with a felony or are currently under investigation for a felony. 3.They are charged with or convicted of any crime committed in or at a correctional institution. 4.They are currently on parole or probation or are a sentenced inmate at any correctional facility. 5.They have been refused a license as a private investigator or had such license revoked. 6.Theyhave fraudulentlyrepresented themselves, their credentials, their employment or their criminal or arrest record on theirapplication. 7.Make omissions or false statements ontheir application. 8.They have no valid reason for entering a facility. 9.Their admission into a facility could represents a threat to security, staff or inmate safety. 10.Further information regarding the criteria for background check clearance, including an appeal for process for someone who may be denied clearance is available upon request. $WWDFKPHQW) Page1 of 2 Exhibit D 60 Identification (ID) Badges The successful bidder’s employees will be issued a badge that must be worn and be visible at all times during performance of work in any County building to identify the wearer as an individual who is authorized to enter Countyfacilities. 1.ID badges will be given only after successfully completing the background investigation. ID badges will be issued when the photo is taken. If electronic access to any County facility is required, activation of the badge may take an additional 48 hours to complete. 2.The successful Bidder shall pay $11.99 per individual badge by submitting one check covering the cost for all the Bidder’s employees made payable to: County of Fresno, Security. 3.Costs for ID badges are established by County Auditor and fluctuate annually, therefore the cost of obtaining a new ID badge for a Bidder’s new employee may not remain the same throughout the contract term. 4.The wearer will not escort or bring any other individuals into any County facilities. County issued ID badges are for the exclusive use of the individual named and pictured on the badge. 5.All ID badges will remain the property of the County and are returnable upon demand or upon the expiration of the contract. The successful Bidder will be responsible for collecting all ID badges issued and turning them in to the County Security Office when a contract ends or when an employee leaves employment. The Bidder will assumes all responsibility for their employee’s use of and the return of the County ID badges. 6.The ID badges will only be issued to individuals passing the Background check. Each individual will need to present themselves in person with a valid, clean, and legible copy of a Driver’s license or State issued Identification Card to receive an ID badge. $WWDFKPHQW) Page2 of 2 Exhibit D 61 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 E 62 SELF-DEALING TRANSACTION DISCLOSURE FORM 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 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 purposes 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). 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 E 63 (1) Company Board Member Information: Date: (2) Company/Agency 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 Code 5233 (a): (5) Authorized Signature Signature Date: