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 B
38
&XPPLQV,QF
6&KHUU\$YH
)UHVQR&$
3KRQH
)D[
3/$11('(48,30(170$,17(1$1&($*5((0(17
&XVWRPHU$GGUHVV &XVWRPHU&RQWDFW 4XRWH,QIRUPDWLRQ
7KH&RXQW\RI)UHVQR3: 3
:3RQWLDF:D\
&ORYLV&$
&XVWRPHU
3D\PHQW7\SH8QGHWHUPLQHG
1DPH6XSHUYLVLQJ:DWHU:DVWHZDWHU6SHFLDOLVW 4XRWH'DWH
3KRQH4XRWH([SLUHV
&HOO 4XRWH,' 47
)D[ 4XRWHG%\ 6WHYHQ/RPPHUVH
(PDLOEUHPPLQJ#IUHVQRFRXQW\FDJRY 4XRWH7HUP <HDU
6LWH1DPH$PHULFDQ$YH'LVSRVDO6LWH
($PHULFDQ$YH)UHVQR&$
8QLW
1DPH
$PHULFDQ$YH'LVSRVDO
6LWH
0DNH &XPPLQV
0RGHO ')(*
61 ,
6L]H N:
$764W\
1RWHV
<HDU 0RQWKRI
VW6HUYLFH 6HUYLFH7\SH 4W\ 6HOO3ULFH ([WHQGHG3ULFH
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
6LWH1DPH&6$$0DQVLRQHWWH,,,
&ORYLV&$
8QLW1DPH 0DQVLRQHWWH,,,
0DNH &XPPLQV
0RGHO '*'%
61 -
6L]H N:
$764W\
1RWHV
<HDU 0RQWKRI
VW6HUYLFH 6HUYLFH7\SH 4W\ 6HOO3ULFH ([WHQGHG3ULFH
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
8QNQRZQ ,QVSHFWLRQ
8QNQRZQ )XOO6HUYLFH
8QNQRZQ /RDGEDQN+UV
<HDU7RWDO
8QNQRZQ ,QVSHFWLRQ
3/$11(' (48,30(17 0$,17(1$1&(
7XODUH 6W )/
)UHVQR &$
MFDYDOOD#IUHVQRFRXQW\FDJRY
0DLQ
Exhibit 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: