Loading...
HomeMy WebLinkAboutBid No. 2017-30, Phase Two, Security Guard Services. "Security Guard Services., Bid No. 2017-30,, Phase Two" C1-TY CLERK nit Fa X10' 3 CONTACT SECURITY, INC. d7�"� ✓ s Servinst the State of California Since 1992 CITY OF FOMONA Submitted to: City Clerk's Office 505 S. Garey Ave. Pomona, CA 91768 February 11, 2018 Submitted by: Contact Security, Inc. 3000 East Birch Street, Suite 111 Brea, Ca 91761 /PPO 11285 7141572-6760 PROPRIETARY/COMPANY CONFIDENTIAL This information is company confidential. It has been created solely with Contact Security, Inc. Funds. Therefore, this information may not be distributed or duplicated without the express written permission of Contact Security, Inc. Use or disclosure of all data represented on this sheet is subject to proprietary restrictions of the title page of the proposal. 3000 E. Birch Street, Suite 111, Brea, CA 92821 /PPO Lie# 11285 /PP Lic# 983 (714) 572-6760/(714) 572-6766 fax W.B.E. Established 1992 Member CALSAGA Table of Contents Cover Letter, Page 3... ..... .... ... ... ... ... ... ... ... ... ... ...... ....Section I Pricing Submission Years 1-3, including all costs for Meal, Rest Breaks and other Scheduling needs, Pages 4-9.. ... ..... ....Section 2 "OPTIONAL/RECOMMENDED PRICING SUBMISSION FOR REVIEW.. Years 1-3, including all costs for Meal, Rest Breaks and other Scheduling needs, Pages 10-15. ..... ....Section 3 Required Forms Pages 16-18... ... ... ... ... .... ... ... ... .... .....Section 4 Copy City of Pomona Invitation to Bid, Phase Two, Including Revised Scope of Services, Revised Compensation Schedules Pages19-68... ... ... ... ... ... ... .... ... ... ... ... ... ... ...Section5 Use or disclosure of all data represented on this sheet is subject to proprietary restrictions of the title page of the proposal. 3000 E. Birch Street, Suite 111,Brea, CA 92821 /PPO Lie# 11285/PP Lie# 983 (714) 572-67601 (714) 572-6766 fax W.B.L. Established 1992 Member CALSAGA $i CONTACT SECUR-ITY, INC. Serving the State of(California Since 1992 February 11, 2018 CITY OF POMONA 505 S. Garey Ave. Pomona, CA 91768 Attn: City Clerk SUBJECT: Section 1 —Cover Letter Contact Security, Inc., has provided a responsible bid in response to The City of Pomona's Invitation to Bid, Bid No. 2017-30 Phase Two, in Section 2. However, when Contact Security, Inc., inquired at the mandatory bid meeting; as well as at the "Interview", if it would be permissible to include "Options" or"Recommendations"to the responses to The City of Pomona's Invitation to bid, Bid No. 2017-30 Phase Two. In both circumstances we were advised that Contact Security, Inc. may do so. Please note, in Section 3 of the proposal, Contact Security, Inc., "Recommended Option". This "Recommended Option" allows for a dedicated Account Manager, who would be responsible to insure all deliverables are received in a timely manner, according to the City of Pomona's requirements. In addition, this person is available to assist at the City or any other contracted location should the need arise for the convenience of The City of Pomona's Contract, designated, Contact. Contact Security, Inc., also guarantees its service, should there be any circumstance that requires a shift credit, Contact Security, Inc., provides a credit for the entire shift. Contact Security, Inc, would like to take this opportunity to thank The City of Pomona for the opportunity to participate in its bidding process. Best regards, Contact Security, Inc. Use or disclosure of all data represented on this sheet is subject to proprietary restrictions of the title page of the proposal. 3000 E. Birch Street, Suite 111,Brea, CA 92821 1 PFO Lie# 11285 I PP Lie#983 (714) 572-67601(714) 572-6766 fax W.B.E. E.ctah ished 1992 Member CALSAGA R J Security Guard Services, Bid No_ 2017-30, Phase Two, Invitation to Bid ,r 1O.REVISED - COMPENSATION SCHEDULE EXHIBIT "B" SeCUriity Guard Services, old No. 2017-30, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be incll.lsive of all costs to provide goods and/or services as requested by the City, including costs related to licenses and insurance. Annual price for bonding shall be provided as a separate line item. No additional costs of any kind.will be authorized unless specifically itemized herein. Estimated LinItem e Service Area #of Foot Patrol #of Vehicle Hours/28- Monthly Cost Annual Cost Guards Guards day Billing Cycle 1 A-1, 5.1.4 a. Parks Patrol 1 1 112 Lock-up Shift $ IHR $ /HR sol, 2 A-1;5.1.4 b. Parks Patrol 1 1 224 _ Directed Patrol Shift $ /HR $ IHR 3 A-2 Special Events (Small 2 Events) 0 16 7 $ /HR ,3�fa.l� LY6 `/c3_-�R 4 A-2 Special Events (Large 4 10 Events) $—/H R D W /9/.� �i '.5 2 . 5. A-3 City Facility Rentals 0 16 $ /HR �QG A-4, 5.4.4.a.a. Veterans 1 1 6, Park Night Patrol (Must 375 Include Vehicle) $ IHR $ /HR ` 1 � 7. A-5, 5.5.4 a. Library (M-Th) 0 80 ��l� 116$ /HR 8. 8. A-5, 5.5.4 b. Library (Sat) $ /HR 0 2D03 , nr r .5i 10 A-7, 5.7.4 a. Metrofink North 1 M-F Shift $ /HR o 340 LFj-0 � q. 11. A-7, 5.7.4 b. Metrolink North 1 Sa-Su $ /HR0 104 12 A-9, 5.7.9 a. Metrolink 1 672 ��JJpp 7 Downtown Guard 1 $ /HR 0 �0�0 �.�� /►�y�a��'/ �� J 13 A-9, 5.7.9 b. Metrolink 1 Downtown Guard 2 0 330 Lf'— i L fQ $ /I-{R �e�,.3/3 . 95� Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 15. A-8, 5.8.4 b. Civic Center F- 0 96 Su $ !HR 16 A-8, 5.8.4 c. Civic Center 1 088 88 $ IHR 5�1///b 93 17. Performance Bond Unit Price Per Year 18 Total Annual Cost (Sum of items 1 - 18) G, �J Total Three (3) Year Term Cost 33 (Total Annual Cost X 3 Years) l oq' ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre-determined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol ' m 9� Vehicle Patrol +` a� gl /', — Armed Patrol EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices. RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid ,r 10-REVMED ^ COMPENSATION SCHEDULE EXH SIT "B» Security ward Services, Bid No. 2017-30, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be inclusive of all costs to provide goods and/car services as requested by the City, including costs related to licenses and insurance. Annual price for bonding shall be provided as a separate line item. No additional costS of any kind will be authorized unless specifically itemized herein. Estimated Line Service Area #of Foot Patrol #of Vehicle Hours/28- Efiem # da Billiry Monthly Cost AnnualCost Guards Guards Y 9 Cycle 1 A-1, 5.1.4 a. Parks Patrol 1 1 Lock-up Shift 112 $ 1HR $ IHR o?333 r �i(��'� � 2 A-1, 5.1.4 b_ Parks Patrol 1 1 ❑irected Patrol Shift $ IHR $ 224 IHR ��xlpG U� /.`•� 3 A-2 Special Events (Small 2 Events) 0 16 4 A-2 Special Events (Large 4 Events) $ IHR 0 10 / J Q0 5, A-3 City Facility Rentals $ 2 16/HR 0 � 3-a kv'JWe). �y A-4, 5.4.4.a.a.Veterans 1 1 6. Park Night Patrol (Must 375 Include Vehicle) $ /HR $ IHR 11� 7. A-5, 5.5.4 a.Library (M-Th) 1 0 80 $ If IR �11 1b6 60 94�.acs 8. A-5, 5.5.4 b. Library (Sat) 1 $ IHR 0 20 6,57 LY C�9ggED i f1-6 Wrnter"Shelter 'TB�`` 10 A-7, 5.7.4 a. Metrolink North 1 �f/f M_P Shift 0 340 cP /0 .3.U� � $ /H R 11 A-7, 5.7.4 b. Metrolink North 1 Sa-Su $ /HR 0 104 12 A-9, 5.7.9 a. Metrolink 1 Downtown Guard 1 $ IHR 0 672 L 13 13 A-9, 5.7.9 b. Metrolink 1 Downtown Guard 2 $ IHR c 330 �i 3 O Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 7�L� 15. A-8, 5.8.4 b. Civic Center F- 1 0 95 su IH R /J 7 9� c�� l z�q A-8, 5.8.4 c. Civic Center 1 $8 /�/ iG. Holidays $ /HR ��f�--7 OW `77%, f 17. Performance Bond Unit Price Per Years , Total Annual Cost 18. (sum of items 1 - 18) Z,g, Total Three (3) Year Term Cost S4 (Total Annual Cost X 3 Years) �d�r�� Ua" ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre-determined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol A /� J3 Vehicle Patrol Armed PatrolsU 6U 9.�`� r� EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices. RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. Security Guard Services, Bid No_ 2017-30, Phase Two, invitation to Did \C. C 10-REVISED - COMPENSATION SCHEDULE EXHIBIT "B" SecLirity Guard Services, Bid No. 2017-30, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be inclusive of all costs to provide goods and/car services as requested by the City, including costs related to licenses and insurance. Annual price for bonding shall be provided as a separate line item. No additional costs of any kind will be authorized unless specifically itemized herein. Line Estimated ##of Foot Patrol #of Vehicle Hours/28-iterrt � Service Area Monthly Cost Annual Cost Guards Guards day Billing Cycle 1 A-1, 5.1.4 a. Parks Patrol 1 1 Lock-up Shift 112 6-6 $ IHR $ IHR 5.1.4 b. Parks Patrol 1 1 cted Patrol Shift 224 _ c� >> $ IHR $ IHfZ ��� 7 �di 3.1 Special Events (Small 2 nts) 0 16 $ IHR LpL� 4 A-2 Special Events (Large 4 Events) $ IHR 0 10 � �5 / d 5. A-3 City Faciiity Rentals 2 0 16 � $ /HR A-4, 5.4.4.a.a. Veterans 1 1 ' 6. hark Night Patrol (Must 375 Include Vehicle) $ !HR $ IHR i'�j'L� N SOI, � J•`�� 7. A-5, 5,5.4 a. Library (M-Th) 1 © 80 gU 8. A--5, 5.5.4 b. Library(Sat) $_/HR 0 20 I F , Ir 9 A—F Wirifer Shelter� T�Dr�„ " 10 A-7, 5.7.4 a. Metrolink North 1 M-F Shift $ INR 0 340 11 A-7, 5.7.4 b. Metrolink North 1 Sa-Su 0 104 $ /HR a, �5.- cJS, )L/g `may 12 A-9, 5.7.9 a. Metrolink 1 Downtown Guard 1 0 672 $_/H R 13 A-9, 5.7.9 b. Metrolink 1 Downtown Guard 2 0 330 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 15 A-8, 5.8.4 b. Civic Center F- 1 0 gg _ 1 (A Su $ IHR 57 A-8, 5.8.4 c. Civic Center 1 88 � �� 16. Holidays IHR 0 i 17. Performance Bond Unit Price Per Year Total Annual Cost 18. (Sum of items 1 - 18) Z/ Total Three (3) Year Term Cost (Total Annual Cast X 3 Years) �P�e a��ouo• ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre-determined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol � � Vehicle PatrolG� � a3 7q Armed PatrolaDLJ *,3q !r� EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices, RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval, Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. Ok Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 10-.EEYMED - COMPENSATION SCHEDULE EMBIT "l3" SeCUrity Guard Services, Bid No. 2017-30, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be inClLlsive of all costs to provide goods and/or' services as requested by the City, including costs related to licenses and :insurance. Annual price for bonding shall be provided as a separate line item. No additional costs:of any kind;will b.e authorized unless specificalfy itemized herein. Estimated Line #of Foot Patrol #of Vehicle Hours/28-# `Service Area Monthly Cost Annual Cost Guards . Guards day Billing Cycle 1 A-1, 5.1.4 a, Parks Patrol 1 1 112 f Lock-uja Shift $ IHR $ /HR 2. A-1, 5.1.4 b. Parks Patrol 1 1 Directed Patrol Shift 224 ��;/, $ /HR $ IHR H5� A-2 Special Events (Small 2 Events) fl 16 _ $ IHR � � a��.� � A-2 Special Events (Large 4 Events) 0 10 $ 1HRf Sjf �, A-3 City Facility Rentals 2 0 16 A-4, 5.4.4.a.a. Veterans 1 1 6. Park Night Patrol (Must 375 Include Vehicle) _1IHR $_/H R 7. A-5, 5.5.4 a.Library (M-Th) 1 0 80 8. A-5, 5.5.4 b. Library(Sat) 1 I $ IHR 207lcJ.�b �'� s M�yR� :l;r 10 A-7, 5.7:4 a. Metrolink North 1 M-P Shift 0 340 11 A-7,5.7.4 b. Metrolink North 1 Sa-Su $ !HR 0 104 3°tel offV �/� 72. A-9, 5.7.9 a. Metrolink 1 Downtown Guard 1 $ 'HR 0 672 13 A-9, 5.7.9 b. Metrolink 1 Downtown Guard 2 0 330. n7 , ryj 'J .ti.5 $ I�i R � e � rs� Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 15 A-8, 5.8.4 b. Civic Center F- 1 0 96 /> d Su $ IHR �1�6 16 A-8, 5.8.4 c. Civic Center88 1 0 J �� �j` Holidays IHR �f� s l�(a-3 17. Performance Bond Unit Price Per Year jzl 61 Total Annual Cost y 3 18. (Sum of items 1 - 18) Total Three (3) Year Term Cost (Total Annual Cost X 3 Years) ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre-determined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol Vehicle Patrol Armed Patrol EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices, RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. 11 security Guard Services, Bid No- 2017-30, Phase Two, Invitation to Bidb C 10.REVSED - COMPENSATION SCHEDULE EXHI[BIT "B" Security Guard Services, Bid No. 2017-30, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be inclusive of all costs to provide goods and/car services as requested by the City, including costs related to licenses and insurance. Annual price for bonding shall be provided as a separate line item. No additional costs of any kind will be authorized unless specifically itemized herein. Estimated Line #of Foot Patrol # of vehicle Hours/28- Item # Service Area Monthly Cost Annual Cost Guards guards day Billing Cycle 1 A-1, 5.1.4 a. Parks Patrol 1 1 Lock-up Shift $—/HR $ IHR 112 2 A-1, 5.1.4 b. Parks Patrol 1 1 Directed Patrol Shift $ IHR 224 3 A-2 Special Events (Sma1I 2 Events) 0 16 16J 4 A-2 Special Events (Large 4 Events) $ IHR 0 10 � 5. A-3 City Facility Rentals 2 IHR 0 16 $ s;�-- A-4, 5.4.4.a.a. Veterans 1 1 6. Park Night Patrol (Must 375 Include Vehicle) $ IHR $ �y /HR 7. A-5, 5.5.4 a.Library (M-Th) 1 $ IHR 8. A-5, 5.5.4 b. Library (Sat) 1 0 20 $ IHR [l` ! �i StP /�,• , A`-6, WrnterShelter TBD�� u 10 A-7, 5.7.4 a. Metrolink North 1 M-F Shift 0 340 11. A-7 5.7.4 b. Metrolink North 1 Sa-Su 0 104 $ IHR �. c �f g 12 A-9, 5.7.9 a. Metrolink 1 q�/ �� Downtown Guard 1 $ IHR 0 672 11y 119 3 /N0, 1115- 13 A-9, 5.7.9 b. Metrolink 1 Downtown Guard 2 0 330 1"a. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bids _ A-8, 5.8.4 b. Civic Center P- 1 96 15. Su $ INR �91;ti A-8, 5.8.4 c. Civic Center 1 �/ 16. Holidays $ /HR 8 88 6 /!� (� Year ear 17. Performance Bond Unit Price Total Annual Cost 18. (Sum of items 1 - 18) �gy S-br Total Three (3) Year Term Cost (Total Annual Cost X 3 Years) ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre-determined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol Vehicle Patrol Armed PatrolG� EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices, RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid Z rk�clj7s C 10.REVISED - COMPENSATION SCHEDULE EXHIBIT "B" Security Guard Services, Bid No. 201730, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be inclusive of all costs to provide goods and/or services as requested by the City, including costs related to licenses and insurance. Annual price for bonding shall be provided as a separate line item. No additional costs of any kind will be authorized unless specifically itemized herein. Estimated Lino Service Area #of Foot Patrol #of Vehicle Hours/28-Item # Guards Guards day Billing Monthly Cast Annual Cost Cycle 1 A-1, 5.1.4 a. Parks Patrol 1 1 112 Lock--up Shift $ $ IHR `IHR � �/� LI ` 2 A-1, 5.1.4 b. Parks Patrol 1 1 224 _ �✓ Directed Patrol Shift $ IHR $ INR WO 3 A-2 Special Events (Small 2 Events) $ IHR p Z6 ¢ A-2 Special Events (Large 4 Events) IHR 0 10 $ 5. A-3 City Facility Rentals 2 $ /HR 0 16 A-4, 5.4.4.a.a. Veterans 1 1 6. Park Night Patrol (Must 375 / '1 Include Vehicle) $ IHR $ IHR 7. A5, 5.5.4 a. Library (M-Th) 1 $ IHR 0 80 � � l 8. A-5, 5.5.4 b. Library (Sat) 1 _ $ I 0 20 HR 9: Ate,WMriter Shelter T8D 10 A7, 5.7.4 a. Metrolink North 1 M-1=Shift $ IHR 0 340 q'(l�'/ /�� /� ��O • / 11 A-7,5.7.4 b. Metrolink North 1 Sa-Su $ IHR 0 104 Cv 12 A-9, 51.9 a. Metrolink 1 Downtown Guard 1 0 672 .2 $_/H R ilI' 13. A-9. 5.7.9 b. Metrolink 1 10 Downtown Guard 2 $ IHR 0 330 a i �y Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 15 A-8, 5.8.4 b. Civic Center F- 1 0 96 �y Su $ 1HR /) yp)� 16. A-8, 5.8.4 c. Civic Center 1 0 88 ��96 ��� Holidays $ /HR 17. Performance Bond Unit Price Per Year Total Annual Cost GP 18. (Sum of items 1 - 18) y� Total Three (3) Year Term Cost _ �> 9,0 (Total Annual Cost X 3 Years) ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing predetermined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol �3. 93 Vehicle Patrol $c93 - 33 Armed PatrolaG� / �5 EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices, RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed, The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. 15 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 9. BIDDER SUMMARY SHEET Bidder's Name: Lr�ac)t Bidder's Address: PlanetBids Vendor ID Number for the City of Pomona- (Bidders MUST be a registered Prospective Bidder and have downloaded the bid document from PlanefBids - DO NOT REGISTER FOR THIS BID THROUGH A THIRD PARTY OTHER THAN PLANETBIDS) California State License Board (CLSB) Number: S'�\� o�NfA Department of Industrial Relations (DIR) Registration Number: "2� \\\-\ NIA Number of years providing the specified services: 26 Main Telephone Number: l"�\` � \c` '�`� Fax Number: \:\X`-'r�, 3` A Bid Contact (person responsible for answering questions related to the Bid response)- Na me- esponse):Name: ���e�\� �� - U�.�C' Title: Telephone Number: L`'` \�j��s,cC-1v Jy\16 Fax: �� `� ��� Email: C..om Management Contact (person responsible for making contract decisions): Name: 11 - Titier ��e�� Telephone Number: �J ��9 � 51 Fax: Imo,\ , J�` •L����D Email: Contract/Account Manager (Person responsible for the day-to-day servicing of the Contract/Account): Name: '� +e� Telephone Number: Fax: 1:\A 5`1`c ,• ���, , Email: c b`n _ _ Cb�. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 18.ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION Security Guard Services, Bid No. 2017-30, Phase Two Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be considered for award. c�VA\\-\Q T 7)y e P'� have read and understand (Full Printed Name) (Title) the Bid Document, and I am duly authorized to commit my company to sell goods or perform services specified herein. I understand by signing this bid I am not obligating the City to make this procurement, nor am I signing a contract to sell goods or perform services. By signing this document, upon award of a contract, I agree to comply with all specifications, scope of services, requirements and terms and conditions described herein at the price(s) offered. This bid is firm for 120 days from the due date Identified in the Schedule of Events of this Bid. Authorized Representative: Business Name: Authorized Signer: tf ; Business Address: (Signature) ' f. Phone Number/E-mail Address: (Print Name & Title) (�. �!\\Q�(S\2k'l\M6 1'`1 Security Guard Services, Bid No. 2017-30, Phase Two, invitation to Bid EXCEPTIONS SHEET Exceptions to any part of this BID document (scope of work, specifications, required forms, sample Agreement for Contractor Services) must be clearly identified and described in detail using the following worksheet. Make a copy of, and use additional sheets if needed. Bidder must state if no exceptions will be taken. Failure to complete and submit this worksheet with the bid response may render the bid submittal as non-responsive. Security Guard Services, Bid No. 2017-30, Phase Two Reference Reference item or Page# Exceptions Section # \F� CITY OF POMONA INVITATION FOR BID - INVITE ONLY FOR GENERAL SERVICES _. (PHASE Two of Tiro-STEP FORMAL BID PROCESS) SECURITY GUARD SERVICES BID No. 2017-30 SCHEDULE OF EVENTS: Release Date 215118 ........................................................................................................................... ............................................................................................................... ................................................._.......,............................ ............_...................... Questions Due 217118 by 12:00 P.M. Post Addendum (if needed) 217118 .............................................. ..................... ......................_............._............................................................................ . ......... ._. .............. .............. Due Date 2/12118 by 4:00 P.M. to the City Clerk's Office ............. ................... .................. .......................................................... .......... .................................... ........... . ............_._.................................. .............................................. ............................................ .. The City reserves the right to change the Schedule of Events without prior notice or responsibility to Bidders. It is the Bidder's sole responsibility to check PlanetBids on a consistent basis for changes. It is the Bidder's sole responsibility to insure their response is received on time. Late submittals will be rejected regardless of circumstance Security Guard Services, Bid No. 2017-30, Phase Two, invitation to Bid 1. INTRODUCTION The City of Pomona issues this Invitation to Bid (Bid) to invite security firms (Bidders) that have successfully been determined as pre-qualified as a result of the Request for Qualifications (RFQ), Phase One of the two-step bidding process. The selected bidder will provide unarmed Security Guard services for City owned parks, community centers for special events, Civic Center Plaza, Library, Metrolink North Station, and the Downtown Regional Transit Center. This BID is the second step of a two-step formal bidding process. The City has pre-qualified Bidders on the basis of non-price criteria, and is issuing this Bid to qualifying Bidders to submit prices in order to determine the lowest, most responsive and responsible bidder. 2. TERM OF AGREEMENT The term of agreement shall be fixed for three (3) years from date of Council award, with the option to renew for up to two (2) additional years, in one (1) year increments. 3. SPECIFICATIONS AND SCOPE OF SERVICES The Scope of Services shall be in accordance with Exhibit "A" to the SAMPLE AGREEMENT provided herein. 4. PARTICIPATION INSTRUCTIONS A. Bidder Registration To participate in this BID, invited parties must be registered as a "Prospective Bidder' within the City's online bid system, PlanetBids. Invite only bids will not display on the public PlanetBids site. In order to access the bid, invited bidders will receive an email with a provided link to the bid document, which must be downloaded in order to become a registered prospective bidder. Invited bidders can also access this bid by logging into PlanetBids and locating the bid listing. B. Questions and Addenda 1. Bidders must examine all documents and any addenda posted to PlanetBids, and seek clarification of any ambiguity, conflict, omission or error. If an answer materially affects the solicitation, the information will be incorporated into an addendum and distributed to all registered Prospective Bidders via PlanetBids. 2. All questions related to this solicitation must be submitted through PlanetBids prior to the due date and time for questions published in the "Schedule of Events". 3. To submit a question, visit the City's website at www.ci. omona.ca.us, click on "Business"; "Requests for Bids and Proposals"; then, click on "Bid Opportunities"; log Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid COMB BINDING. DOING SO MAY RESULT IN IMMEDIATE DISQUALIFICATION OF THE SUBMITTAL. 9. Deliver submittals to the City Clerk's Office at the following location by the published due date and time. It is the Bidder's sole responsibly to insure their response is received on time. Late submittals will be reiected regardless o_f circumstance: Mail Delivery: Hand Delivery. FedEx. UPS, other: City of Pomona City of Pomona City Hall C/O: City Clerk's Office/Bid City Clerk's Office (Upper Level) P.O. Box 660 505 S. Garey Avenue Pomona, CA 91769 Pomona, CA 91766 B. Withdrawal of Submittal - Responses received by the Purchasing Division may be withdrawn at any time prior to the advertised due date and time. An authorized representative of the Bidder must submit a signed, written request on company letterhead to the Purchasing Manager, formally requesting their submittal to be withdrawn from the bidding process. C. Response Contents This description of Submittal Contents is intended to assist Bidders with preparing submittals that provide information the City requests. The following outline specifies the consistency and organization expectations when formatting a response to this BID. By adhering to the specified format, it will assist with the evaluation process. By submitting a response to this BID, the Bidder certifies that the Bidder has full knowledge of the scope, nature, quantity and quality of work to be performed; the detailed requirements of the scope of services; and the conditions under which the work is to be performed. Submittals shall contain the following information in the order listed: 1. Bidder Summary Sheet 2. Contract Compensation Fee Schedule 3. Exceptions Sheet 6. ADDITIONAL INSTRUCTIONS AND REQUIREIVIENTS A. Appropriation of Funds - If the term of this agreement extends into fiscal years subsequent to that in which it was approved, such continuation of the Agreement is subject to the appropriation of funds for such purpose by the City of Pomona City Council. If funds to effect such continued payment are not appropriated, the Bidder agrees to terminate any service supplied to the City under the Agreement. B. Background Check - Extensive and thorough background checks may be mandatory for all employees prior to executing services. 2k\ Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid when required. D. News/Press Releases — The Bidder shall not make news releases pertaining to an award made in response to the solicitation without the prior written approval of the Purchasing Manager. In addition, the successful Bidder must agree not to release any advertising copy mentioning the City of Pomona, or quoting the opinion of any City employee without written approval by the City. E. Gratuities - Except for items that are clearly promotional in nature, mass produced, trivial in value and not intended to invoke any form of reciprocation, employees of the City of Pomona may not accept gratuities, entertainment, meals of anything of value whatsoever from current or potential suppliers. The offer of such gratuity to an employee of the City shall be cause for declaring such supplier to be an irresponsible proposer and will be prevented from responding as provided in Sections 2-974 and 2-975 of the City Code of the City of Pomona. F. Performance Bond - A Performance Bond will be required for these services: Yes: X No: 1. When a Performance Bid is required, the successful bidder shall submit a Performance Bond prior to execution of the contract (see Attachment 1 included herein). The bond shall be duly executed by a responsible corporate surety authorized to issue such bonds in the State of California, and secured through an authorized agent with an office in California. Said bond shall be signed by both the bidder and surety, and the signature of the authorized agent of the surety shall be notarized. The successful bidder shall pay all bond premiums, costs and incidentals. 2. The Performance Bond shall be for 100% of the contract price to guarantee faithful performance of all work in a satisfactory manner and within the time prescribed. For any extension of the contract term, a revised bond shall be submitted no later than thirty (30) days prior to the end of the then-current contract term. Price Performance Bond cost options separately in your bid. G. Quantities 1. Quantities listed herein are estimates and are not to be construed as a guarantee. 2. The City reserves the right to increase or decrease the quantities at the prices bid, and to modify other provisions the City may deem necessary to best meet its needs. H. Prices 1. Bidders are advised that in the event of a discrepancy the unit price shall prevail. 2. Unit prices shall be provided in the Unit of Measure (UOM) as requested on the Bid Sheet. Unit prices submitted in a UOM that deviates from the specified UOM may be deemed non-responsive and subject to rejection. 3. Prices shall be inclusive of all costs to provide goods and/or services as requested by ►^gra Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 4. Renewal and Pricing Adiustment. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, and prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. 5. From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on that month's invoice. 6. Additional Services: Pricing may also be requested for a variety of "additional services." Such additional services are not the same as the "routine" work provided daily. In the event the City requests any of the additional services for which pricing is requested, Contractor agrees to accept such requests for service and honor the pricing submitted herein. I. Public Information - Responses to this solicitation shall become public record and shall be available for the public's inspection upon City Council award. The City treats submitted responses as public documents; therefore, proprietary or confidential information that is not intended for public review should not be included with the submittal. Bidder may provide an explanation of why the information was not included. If the City conducts interviews, the information can be presented at that time. The City reserves the right to retain all submittals, whether or not the submittal was selected or judged to be responsive. 7. RESERVATION OF RIGHTS The City reserves the right at its sole discretion to: A. Reject responses received after the due date ,and time specified regardless of circumstance. The City will not return or open late submittals. Late submittals will remain on file and documented as "LATE". It is the Bidder's sole responsibility to ensure their response is received on time. B. Cancel the entire solicitation prior to the due date and time, and re-advertise when, or if, determined to be in the City's best interest. C. Accept or reject any and all submittals, waive any minor errors, informalities and procedures without penalty to the extent permitted by law. D. Be the final judge as to which bid is the most responsive and responsible. E. Consider any of the following as a non-responsive bid and subject to rejection: 1 Rirlc rpr.pivPrl frnm Riririprc that arp not rpnictprpri a.q a nm;znpr:tivP hirlrlpr fnr this Security Guard Services, Bid No. 2017-30, Phase Two, invitation to Bid 3. Bids containing items or services not specified; 4. Bids containing incorrect items or services; 5. Bids that do not respond to items or services in the manner specified; 6. Bids that fail to specifically provide the information requested; and 7. Bids otherwise not compliant with the instructions and requirements. F. Disqualification 1. Bidders must be listed on the city of Pomona's "prospective bidders list" on PlanetBids in order to participate in this bid. if bidders fail to register with PlanetBids prior to submitting a response, the city shall immediately reject any response you submit in reference to this solicitation. 2. Per Section 2-975(2) of the Pomona City Code, any unauthorized contact by the Bidder during the bid process with an official or city employee, other than those shown on the bid, the Finance Director or Purchasing Manager, shall cause the Bidder to be immediately disqualified from participating in the bidding process. 3. DO NOT USE THE CITY'S SEAL OR LOGO. DOING SO IS IN VIOLATION OF THE CITY'S CODE AND MAY RESULT IN IMMEDIATE DISQUALIFICATION OF THE SUBMITTAL. Section 2-5(3)a of the Pomona City Code prohibits the use of the City's Seal or Logo, or any reproduction thereof, for any purpose other than for official business of the city, its council, officers or departments. 8. EVALUATION SELECTION AND AWARD A. Bids will be publicly opened on the date and time identified herein. Bid results are typically posted on the City's website within one (1) to two (2) days after bids have been opened. Posted prices are preliminary and may not reflect the final cost calculation. Notices regarding bid results will only be emailed to Bidders that have registered as a Prospective Bidder through PlanetBlds; the City will make no other means of contact. It is the Bidder's responsibility to check PlanetBids to determine if any changes have been posted prior to the due date and time. B. The City intends to award the agreement to the bidder that has successfully been pre- qualified as a result of Phase One of the bid process. Bids will be evaluated by City staff using criteria as defined in Pomona City Code, Section 2-961, and shall be awarded to the lowest, most responsive and responsible bidder at prices bid. C. For the purpose of determining the lowest bidder to recommend for award, the Bidder that has offered the lowest overall price will be determined the lowest bidder. The City reserves the right to award all items to one Bidder as a lump sum, or to award separate items, or groups of items, to multiple Bidders, when determined to be in the City's best interest. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid contractual obligation when the award is made. E. In the event there is a tie between responsive and responsible bidders, the City shall determine the winning bid by a coin-toss. Each of the tied bidders shall be contacted regarding a date and time for when the coin-toss will occur. The Bidder whose bid was received first shall make the call. Bidders, or their authorized representative(s), are allowed to be present for the coin-toss. F. Award notices will be emailed only to bidders that have registered as a Prospective Bidder within PlanetBids; the City will make no other means of contact. It is the bidder's sole responsibility to check PlanetBids to determine if any award notices have been posted. G. The City reserves the right to cancel a purchase agreement in the event of the Vendor's failure to perform services in a manner satisfactory to the City. The Vendor's performance deficiency may be established by a single incident, or by a pattern of incidents, as determined by the City. The City shall make a record of any performance discrepancies by using a form substantially similar to that shown in Attachment 2 below. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid Required Forms THE FOLLOWING FORMS MUST BE SUBMITTED WITH BID RESPONSE. IM Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 9. BIDDER SUMMARY SHEET Bidder's Name: Bidder's Address: PlanetBids Vendor ID Number for the City of Pomona: (Bidders MUST be a registered Prospective Bidder and have downloaded the bid document from PlanetBids - DO NOT REGISTER FOR THIS BID THROUGH A THIRD PARTY OTHER THAN PLANETBIDS) California State License Board (CLSB) Number: NIA Department of Industrial Relations (DIR) Registration Number: N/A Number of years providing the specified services: Main Telephone Number: Fax Number: Bid Contact (person responsible for answering questions related to the Bid response): Name: Title: Telephone Number: Fax: Email: Management Contact (person responsible for making contract decisions): Name: Title: Telephone Number: Fax: Email: Contract/Account Manager (Person responsible for the day-to-day servicing of the Contract/Account): Name: Title: Telephone Number: Fax: Email: Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 10.COMPENSATION SCHEDULE Security Guard Services, Bid No. 2017-30, Phase Two The following prices shall be for the initial term of three (3) years, and shall be incorporated as "Exhibit B" to the final Agreement. Prices shall be inclusive of all costs to provide goods and/or services as requested by the City, including costs related to licenses, insurance and bonding. No additional costs of any kind will be authorized unless specifically itemized herein. Estimated Line Service Area Foot Patrol Vehicle Guards Hours/28- Monthly Cost Annual Cost Item# Guards day Billing Cycle A-1, 5.1.4 a. Parks Patrol 1 1 112 1' Lock-up Shift $ !HR $ IHR A-1, 5.1.4 b. Parks Patrol 1 1 224 2' Directed Patrol Shift $ IHR $ IHR A-2 Special Events (Small 1-2 16 3' Events) $ IHR 0 4 A-2 Special Events (Large 3-4 0 10 Events) $ IHR 5. A-3 City Facility Rentals 1-2 0 16 $_/HR A-4, 5.4.4.a.a.Veterans 1 1 6. Park Night Patrol (Must 300 include Vehicle) $ IHR $ IHR A-4, 5.4.4.a.b. &c. Veterans 1 1 7. Park Night Patrol (Must 144 Include Vehicle) $ IHR $ /HR 1 8. A-5, 5.5.4 a. Library(M-7h) 0 80 $ IHR 9. A-5, 5.5.4 b. Library(Sat) 1 0 20 $ IHR 1t1'. A-6,wintat Shelter-Tri A-7, 5.7.4 a. Metrolink North 1 340 11. M_F Shift $ IHR 0 A-7, 5.7.4 b. Metrolink North 1 104 12. Sa-Su $ IHR 0 A-9, 5.7.9 a. Metrolink 1 672 13' Downtown Guard 1 $ IHR 0 A-9, 5.7.9 b. Metrolink 1 330 14. nnwntnwn{;iiarrl 2 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 16 A-8, 5.8.4 b. Civic Center F- 1 96 Su $ IHR 17 A-8 5.8.4 c. Civic Center 1 88 Holidays 0 $ IHR Total Annual Cost Total Three (3) Year Term Cost ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre-determined hourly rates for additional services on an as-needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol Vehicle Patrol Armed Patrol Renewal and Pricing Adjustment. Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid EXCEPTIONS SHEET Exceptions to any part of this BID document (scope of work, specifications, required forms, sample Agreement for Contractor Services) must be clearly identified and described in detail using the following worksheet. Make a copy of, and use additional sheets if needed. Bidder must state if no exceptions will be taken. Failure to complete and submit this worksheet with the bid response may render the bid submittal as non-responsive. Security Guard Services, Bid No. 2017-30, Phase Two Reference Reference Item or Exceptions Page # Section # �a Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 18.ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION Security Guard Services, Bid No. 2017-30, Phase Two Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be considered for award. , have read and understand (Full Printed Name) (Title) the Bid Document, and I am duly authorized to commit my company to sell goods or perform services specified herein. I understand by signing this bid I am not obligating the City to make this procurement, nor am I signing a contract to sell goods or perform services. By siqninq this document upon award of a contract i a ree to comply with am specifications, scope of services, requirements and terms and conditions described herein at the prices} offered. This bid is firm for 120 days from the due date identified in the Schedule of Events of this Bid. Authorized Representative: Business Name: Authorized Signer: Business Address (Signature) Phone Number/E-mail Address: (Print Name & Title) Security Guard Services, Sid No. 2017-30, Phase Two, invitation to Bid End of Required Forms Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid SAMPLE AGREEMENT FOR CONTRACTOR SERVICES (Exceptions to the sample agreement must be stated on the "Exceptions"sheet provide as in the "Required Forms"section of this BID) AGREEMENT FOR CONTRACTOR SERVICES THIS AGREEMENT ("AGREEMENT") is entered into by and between the CITY OF POMONA ("the CITY") and ("CONTRACTOR"), referred to hereinafter collectively as the "Parties" and individually as "Party." RECITALS WHEREAS, the CITY desires to engage CONTRACTOR to provide security services for the CITY; WHEREAS, CONTRACTOR is willing to perform the services defined herein; and WHEREAS, CONTRACTOR represents that the principal representative stated below is authorized to act as such on behalf of CONTRACTOR. NOW, THEREFORE, the Parties agree as follows: 1. TERM. This AGREEMENT shall be for a term of _ years commencing on , continuing through , with extension options, subject to written agreement by the Parties. An Amendment to extend the AGREEMENT shall be fully executed by the Parties no later than thirty (30) days prior to expiration of the then current term. 2. REPRESENTATIVES OF THE PARTIES AND SERVICE OF NOTICE. The representatives of the Parties who are primarily responsible for the administration and performance of the AGREEMENT, and to whom formal notice, demands and communications shall be given, are as follows: A. The principal representative of the CITY shall be: xxxx City of Pomona Public Works Department 505 South Garey Avenue Pomona, CA 91766 (909) 620-xxxx B. The principal representative of the CONTRACTOR shall be: xxx xxx. 1K Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to gid C. Formal notices, demands and communications to be given hereunder by either party shall be made in writing and may be effected by personal delivery or by mail. Formal notices and demands sent by E-mail or facsimile shall not be acknowledged. D. If the name of the principal representative designated to receive the notices, demands or communications, or the address of such person, is changed, written notice shall be given within five (5) working days of said changes. 3. RETENTION. The CITY retains CONTRACTOR to provide security services pursuant to this AGREEMENT. CONTRACTOR agrees to render such services on the terms and conditions stated herein. 4. SCOPE OF SERVICES. The scope of services to be provided is set forth in the attached Scope of Services, which is made Exhibit "A" to this AGREEMENT. 5. COMPENSATION. A. The CITY agrees to pay CONTRACTOR for the services set forth in the aforementioned Scope of Services. CONTRACTOR agrees that the fees for services shall not exceed the authorized amount of Dollars ($ ) as set forth in the Fee Schedule, attached hereto as Exhibit "B," unless the CITY has given specific advance approval in writing. B. Within thirty (30) days of receipt of invoices, the CITY shall pay undisputed invoice balances. Within thirty (30) days of receipt of invoices, the CITY shall notify CONTRACTOR of any disputed amounts. C. Withholding Compensation. i. After the CITY gives the CONTRACTOR notice of performance deficiencies, including a time for correcting deficient performance, the City may, at its option, withhold compensation for nonperformance when CONTRACTOR fails to correct performance deficiencies. iii. Ongoing or recurring deficiencies are considered separate non-performance events each time CONTRACTOR fails to correct deficiencies within the time stated in the notice of performance deficiency (or deficiencies), after which each day is an additional occurrence subject to withholding of compensation. iii. In addition, the CITY may withhold amounts from payment of CONTRACTOR's invoice in accordance with the CITY's costs incurred by using CITY work force (including CITY overhead not to exceed 15%), or an alternate source, to correct CONTRACTOR's performance deficiencies. 6. INDEPENDENT CONTRACTOR. A. CONTRACTOR is an independent contractor. As such, CONTRACTOR shall have no power or authority to incur any debt, obligation or liability on behalf of the CITY, unless such authority is expressly conferred under this AGREEMENT. Further, CONTRACTOR is not entitled to any benefit typically associated with an employee such as medical, sick leave, retirement, or vacation benefit. CONTRACTOR expressly waives any claim to any such rights. B. The personnel performing services pursuant to this AGREEMENT on behalf of f ti%k I TP9/1 X31 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid C. CONTRACTOR shall perform services pursuant to this AGREEMENT as an independent contractor and shall, at all times, remain a wholly independent contractor. The CITY shall not in any way or for any purpose become or be deemed to be a partner of CONTRACTOR in its business or otherwise a joint venture or member of any joint enterprise with CONTRACTOR. 7. PERS INDEMNITY. In the event that CONTRACTOR or any employee, agent, or subcontractor of CONTRACTOR providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the CITY, CONTRACTOR shall indemnify, defend, and hold harmless the City for the payment of any employee and/or employer contributions for PERS benefits on behalf of CONTRACTOR or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to the contrary, CONTRACTOR and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by the CITY, including but not limited to eligibility to enroll in PERS as an employee of the CITY and entitlement to any contribution to be paid by the CITY for employer contribution and/or employee contributions for PERS benefits. CONTRACTOR is solely responsible for compliance with PERS restrictions applicable to any of CONTRACTOR's employees, agents, or subcontractors. 8. ECONOMIC INTEREST STATEMENT. CONTRACTOR hereby acknowledges that pursuant to Government Code Section 87300 and the Conflict of Interest Code adopted by the CITY hereunder, CONTRACTOR is designated in said Conflict of Interest Code and is therefore required to file an Economic Interest Statement (Form 700) with the City Clerk, for each employee providing advise under this Agreement, prior to the commencement of work. The extent of CONTRACTORS disclosure requirements is set forth in the Written Determination of the City Manager of the CITY, attached hereto as Exhibit "C." 9. INDEMNITY AND INSURANCE. A. INDEMNITY. CONTRACTOR hereby agrees to protect, indemnify and hold the CITY and its employees, officers and servants free and harmless from any and all losses, claims, liens, demands and causes of action of every kind and character including, but not limited to, the amounts of judgment, interests, court costs, legal fees, expert costs, expert fees and all other expenses incurred by the CITY to the maximum extent allowed by law arising in favor of any party, including claims, liens, debts, personal injuries, including employees of the CITY, death or damages to property (including property of the CITY) and without limitation by enumeration, all other claims or demands of every character occurring or arising directly out of or as a consequence of the performance of the work performed hereunder, except only such injury to persons or damage to property due or claimed to be due to the sole negligence of the CITY. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid damages or injuries to third persons or property arising from CONTRACTOR's negligent performance hereunder. B. INSURANCE. CONTRACTOR shall procure and maintain at all times during the term of this Agreement insurance as set forth in Exhibit "D" attached hereto. 10. OWNERSHIP OF WORK PRODUCT. All reports, documents or other written material developed by CONTRACTOR in the performance of this AGREEMENT shall be and remain the property of the CITY without restriction or limitation upon its use or dissemination by the CITY. Such material shall not be the subject of a copyright application by CONTRACTOR. Any re-use by CITY of any such materials on any project other than the project for which they were prepared shall be at the sole risk of CITY unless CITY compensates CONTRACTOR for such use. 11. CONFIDENTIALITY. Employees of CONTRACTOR, in the course of their duties, may have access to financial, accounting, statistical, and personnel data of private individuals and employees of the CITY. CONTRACTOR covenants that all data, documents, discussion, or other information developed or received by CONTRACTOR or provided for performance of this AGREEMENT are deemed confidential and shall not be disclosed by CONTRACTOR without written authorization by the CITY. The CITY shall grant such authorization if disclosure is required by law. All CITY data shall be returned to the CITY upon the termination of this AGREEMENT_ CONTRACTOR's covenant under this Section shall survive the termination of this AGREEMENT. 12. TERMINATION FOR CONVENIENCE. The CITY may terminate this AGREEMENT at any time without cause by giving thirty (30) calendar days written notice to CONTRACTOR of such termination and specifying the effective date thereof. If this AGREEMENT is terminated as provided herein, CONTRACTOR shall be paid only the total amount equal to the service CONTRACTOR has provided, to the CITY's satisfaction, as determined solely by the CITY, as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this AGREEMENT or the value of services provided as of date of termination. 13. TERMINATION FOR CAUSE. If for any reason, CONTRACTOR shall fail to fulfill in a timely and proper manner its obligation under this AGREEMENT, or if CONTRACTOR shall violate any of the covenants or stipulations of this AGREEMENT, the CITY shall then have the right to terminate this AGREEMENT by giving a five (5) calendar day written notice to CONTRACTOR. The notice shall refer to this clause, shall specify the nature of the alleged default, and shall specify the effective date of the termination. The CONTRACTOR will be paid a total amount equal to the service CONTRACTOR has provided, to the CITY's satisfaction, as determined solely by the CITY, as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this AGREEMENT. 14. ASSIGNMENT AND SUBCONTRACTING. Neither party shall assign or subcontract the rights or responsibilities under this agreement without the express, written consent of the other party, which may be withheld for any reason or for no reason. 15, STANDARD. CONTRACTOR agrees that the services to be rendered pursuant to this Agreement shall be performed in accordance with the standards customarily provided by an experienced and competent professional organization rendering the same or similar services. CONTRACTOR shall re-perform any of said services, which are not in conformity with standards as J L... LL... /'�1-1"�/ /'+/1w1Y1"�A/'+T/1� ...lil I-, _�1:..___J -X :L- -L.1:--J.! t_ Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid to the approval of the CITY, but in no event shall such compensation exceed the actual cost of said services. 16. RESOLUTION OF DISPUTES. A. Disputes regarding the interpretation or application of any provisions of this AGREEMENT shall, to the extent reasonably feasible, be resolved through good faith negotiations between the Parties. B. If any action, at law or in equity, is brought to enforce or to interpret any provisions of this AGREEMENT, the prevailing party in such action shall be entitled to recover reasonable attorney's fees, costs and necessary disbursements, in addition to such other relief as may be sought and awarded. 17. FORCE MAJEURE. The respective duties and obligations of the Parties hereunder shall be suspended while and so long as performance hereto is prevented or impeded by strikes, disturbances, riots, fire, severe weather, government action, war acts, acts of God, or any other cause similar or dissimilar to the foregoing which are beyond the control of the party from whom the affected performance was due. If CONTRACTOR's non-performance is due to force majeure as described in this Section 17, the CITY will grant a time extension on performance that is equivalent to the number of working days that were caused by the Force Majeure incident(s), or a longer time extension as the CITY determines appropriate. 18. NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY. In the performance of this AGREEMENT, CONTRACTOR shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age physical or mental handicap, medical condition, or sexual orientation. CONTRACTOR will take affirmative action to ensure that subcontractors and applicants are employed without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 19. SEVERABILITY. If any provision of this AGREEMENT is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions nevertheless will continue in full force and effect without being impaired or invalidated in any way. 20. GOVERNING LAW. This Agreement shall be governed by and construed in accordance with laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles. In the event of litigation in a U.S. District Court, exclusive venue shall lie in the Central District of California. 21. COMPLIANCE WITH LAWS. A. CONTRACTOR shall keep informed of, and comply with, State, Federal, and local laws, ordinances, codes, and regulations that in any manner affect the CONTRACTOR's performance of this AGREEMENT. The CONTRACTOR shall at all times comply with such laws, ordinances, codes and regulations. B. CONTRACTOR shall obtain a CITY Business License prior to commencing performance under this AGREEMENT. C. If CONTRACTOR is an out-of-state corporation or LLC, it must be qualified or Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 22. NON-WAIVER. The CITY's waiver of any breach of any provision of this AGREEMENT shall not be deemed a waiver of any other provision of this AGREEMENT, and shall not be deemed a waiver of any subsequent breach of the same provision or any other provision. The CITY's payment to the CONTRACTOR shall not constitute a waiver of any breach or default, which may then exist on the part of the CONTRACTOR. The CITY's payment to CONTRACTOR shall not impair or prejudice any right or remedy available to the CITY with regarding to such breach or default. 23. NON-EXCLUSIVE CLAUSE. The City does not warrant to contract exclusively with the CONTRACTOR. 24. HEADINGS. Section headings are only for convenience and shall not be used to construe meaning or intent. 25. NO CONSTRUCTION OF AGREEMENT AGAINST ANY PARTY. Each Party has cooperated in the drafting and preparation of this AGREEMENT. Therefore, this AGREEMENT shall not be construed against any Party on the basis that such Party drafted this AGREEMENT or any provision within it. 26. ENTIRE AGREEMENT. This AGREEMENT, together with Exhibits "A," "B," "C" and "D" supersede any and all other agreements, either oral or in writing, between the parties with respect to the subject matter herein. Each party to this AGREEMENT acknowledges that no representation by any party, which is not embodied herein, nor any other agreement; statement or promise not contained in this AGREEMENT shall be valid and binding. Any modification of the AGREEMENT shall be effective only if it is in writing and signed by all Parties. IN WITNESS WHEREOF this Agreement is entered into by the Parties hereto on the dates set forth below. ATTEST: THE CITY OF POMONA By: City Clerk Linda Lowry, City Manager Date: APPROVED AS TO FORM: CONTRACTOR By: City Attorney Signature Print Name Title r�_s_. Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid EXHIBIT "A" SCOPE OF SERVICES 1. Security Guard Qualifications 1.1.Security Guards shall be licensed by the State Department of Consumer Affairs Bureau of Collective and Investigative Services. 1.2.Security Guards must have a current State of California Driver's License. 1.3.Security Guards must be physically capable of performing all duties as assigned, have no arrest or criminal record (other than minor traffic violations), and present a physical appearance acceptable to the City. 1.4.All Security Guards shall, at minimum, be trained in the use of, and carry, pepper spray. Guards registered as armed' Security Guards and carrying firearms must be available upon request. 1.5.Security Guards must have successfully completed First Aid Training and be CPR and AED certified. 1.6.The City may dismiss contractor employees whom the City deems incompetent, careless or otherwise objectionable to the public interest, 2. Duties (Generally) 2.1.Security Guards shall perform their duties in an efficient, conscientious manner, and shall be courteous and helpful to all persons on CITY property and all persons attending special events. Discourtesy, rudeness, or the use of profanity shall be grounds for immediate removal of the offending employee of CONTRACTOR. 2.2.Security Guards are intended to be the eyes and ears of the CITY and ambassadors of good will. Security Guards are intended to serve as a visual and physical deterrent to crime. 2.3.The primary role of Security Guards under this agreement is to protect people and the property of the CITY, including grounds and facilities. 2.4.A Security Guard's responsibility before an incident/offense has occurred is prevention. A Security Guard's responsibilities for incident/office prevention shall be in accordance with the Department of Consumer Affairs Bureau of Security and Investigative Services Security Guard Guide. . 2.5.Security Guards for the CITY should when reasonable attempt to gain voluntary compliance from individuals engaged in unlawful behavior by informing them of the regulation being violated and requesting that they cease and desist. In the event said individuals refuse, the Security Guard should contact law enforcement. 2.6.Security Guards are to immediately call 9-1-1 to report any illegal activity to the Pomona Police Department, and for other emergency response issues (Fire, EMS, etc.) as 35 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid The Daily Activity Log shall accurately specify the hours worked and the duties performed by the Security Guard for each day or shift. The Daily Activity Log shall be emailed at the end of the shift or day to the designated CITY department contact. The designated CITY department contact shall notify the CONTRACTOR weekly of any missing activity logs. 2.8.Activities observed that are criminal in nature (e.g. burglary, robbery, assault) shall be immediately called into the Police Department for appropriate action and recorded on the Incident Report. 2.9.CONTRACTOR shall also provide an Incident Report on a form approved by the CITY. The Incident Report shall be completed by the Security Guard in the event a major or unusual incident (as described herein) occurs. A "major or unusual incident" includes, but is not limited to, major acts of vandalism, problems or confrontations posed by patrons/visitors, suspicious activities of patrons/visitors, or any criminal activities requiring the Security Guard to contact the Police Department. The Incident Report shall be emailed at the end of the shift to the designated CITY department contact. In addition, if a Security Guard submits an Incident Report, the Security Guard shall immediately inform the designated CITY contact by telephone of the incident. If the contact person is not reached or is otherwise unavailable, the Security Guard shall leave a detailed message describing the incident. 3. Uniforms 1 Equipment 1 Vehicles 3.1.CONTRACTOR shall provide Security Guards with a standard uniform approved by the CITY. Uniforms must fit properly, be clean, pressed and have no rips or tears. The CITY reserves the right to request immediate replacement of any Security Guard due to unsatisfactory appearance. 3.2.CONTRACTOR shall provide Security Guards with cell phones to ensure the ability to communicate with designated CITY staff and/or the Police Department, as necessary. Radios for communication between Security Guards are optional. 3.3.CONTRACTOR shall provide two (2) security vehicles for use by Security Guards assigned to two areas, "Parks Patrol" and "Veterans Park Night Patrol" (locations and assignments are detailed under "Service Areas". The security vehicles must run well and be in good condition. Vehicles must be marked and identified as security vehicles. Each security vehicle shall have a minimum of one (1) amber light installed on the roof. Current registration and proof of insurance must be in each vehicle and accessible upon request. 4. Other 4.1.CONTRACTOR shall provide necessary phone numbers so that CITY staff will have direct access to a manager or shift supervisor on duty, and be reachable 24-hours a day, seven days per week. 4.2.CONTRACTOR will train, counsel, inspect and evaluate Security Guards. CONTRACTOR's Supervisor will make frequent unscheduled inspections of Security Guard personnel, and report the results to the CITY on a monthly basis. 4.3.CITY staff will communicate with and work through CONTRACTOR's security supervisor(s) fnr naPriPrl gPrvir:Pq gnP.Hfir. to the q. girtnmi-nf inratinnc 31� Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid accommodate adjusted shifts and hours of coverage as needed. The City will determine shift days and hours when the City identifies security needs, and may require coverage on Saturdays, Sundays, holidays, and/or 24-hour services. 5. Service Areas 5.1 .A-1 Parks Patrol 5.1.1. City Contact: 1. Primary - Contracts Coordinator, (909) 802-7404 2. Secondary - Parks and Facilities Manager, (909) 620-2481 5.1.2. Locations: Park locations to be patrolled shall include, but not be limited to, the following: 1. Centennial Park, Gibbs and 2nd Street 2. Cesar Chavez Park, 2720 Barjud Avenue 3. Country Crossing Park (lower and upper), 10 Santa Clara Drive 4. Ganesha Park, 1575 N. White 5. Garfield Park, 801 E. Holt Avenue 6. Hamilton Park, 317 Hamilton 7. Jaycee Park, 2000 N. San Antonio Avenue 8. John F. Kennedy Park, 1150 Fairplex Drive 9. Kellogg Park, 610 Medina Street 10.Kiwanis Park, 954 Weber 11.Lincoln Park, 400 E. Lincoln Avenue 12.Martin Luther King Jr. Park, 800 West Lexington Avenue 11 Memorial Park, 655 West Third Street 14.Montvue Park, 1555 N. Cordova Street 15.Paiomares Park, 499 E. Arrow Highway 16.Philadelphia Park, 700 East Philadelphia Street 17.Phillips Ranch Park, 10 Village Loop Road 18.Powers Park, 600 W. Olive Street 19.Ralph Welch Park, 1000 S. Buena Vista Street 20.Ted Greene Park, 2105 N. Orange Grove 21.Tony Cerda Park, 450 E. Grand 22.Veterans Park, 1945 W. Mission Boulevard 23.Washington Park, 865 E. Grand Avenue 24.Westmont Park, 1808 W. 9th Street 25.Wllie White Park, 3065 Battram Street 26.Phillips Mansion, 2640 Pomona Boulevard 27.Park and Recreation Yard--870 E. 9th Street 28.Casa Primera Adobe & Barbara Greenwood Kindergarten Building-1569 North Park Avenue 29.SoroptimistlRedwood, McKinley Avenue and Canyon Way 30.Adobe de Palomares, 491 E. Arrow Highway 31.Renacimiento Community Center, 2383 Chanslor Street Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 5.1.3. Number of guards 1 vehicles needed: Two (2) guards; two (2) vehicles; one (1) for Lock-up Shift, and one (1) for Directed Patrol Shift 5.1.4. Security Shifts: CONTRACTOR will be responsible for determining appropriate shift coverage; the CITY will not pay overtime. a. Lock-up Shift - Seven (7) days a week, 4 hours per day, including holidays, with times varying seasonally based on sunrise/sunset. b. Directed Patrol Shift — Seven (7) days a week, 8:00 P.M. to 4:00 A.M., including holidays. 5.1 .5. Duties shall include, but not be limited to, the following: a. Lock-up Shift: a. Lock and secure designated park restrooms, gates and other designated CITY facilities on a daily basis. b. Perform continuous foot and vehicle patrol of the exterior and/or interior of the assigned locations in a route and frequency as determined by the designated by the Primary or Secondary contact. c. Advise Park visitors of park rules and/or restrictions for the use of the parks or park facilities. d. Document and immediately report graffiti on park premises to the City's designated by the Primary or Secondary contact for cleanup. Document all items needing repair (burned out lights, damaged or broken equipment) on a Daily Activity Report form and submit it to the designated CITY contact at the end of the work shift or day. e. b. Directed Patrol Shift a. Perform continuous foot and vehicle patrol of the exterior and/or interior of the assigned locations in a route and frequency as determined by the designated Primary contact. b. Advise Park visitors of park hours and clear overnight visitors from parks and park facilities c. Document and immediately report graffiti on park premises to the designated Primary or Secondary contact for cleanup. Document all items needing repair (burned out lights, damaged or broken equipment) on a Daily Activity Report form and submit it to the designated CITY contact at the end of the work shift or day. d. Immediately report any illegal activity to the Pomona Police Department and Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 5.2.A-2 Special Events or Pro'ects 5.2.1. City Contact: a. Primary - Facility/Sports Rentals Supervisor , (909) 620-2301- b. Secondary - Community Services Manager, (909) 620-2329 5.2.2. Location(s): All CITY parks and community centers, occasional events at School District locations, construction sites, and/or City-owned property, as needed. 5.2.3. Number of guards needed: One or two for most events. A very large event could require five or more guards. CITY shall provide a minimum of 14 days advance notice for events requiring three (3) or more Security Guards. 5.2.4. Security Shifts: CONTRACTOR will be responsible for determining appropriate shift coverage. The CITY will not pay overtime. a. Shift coverage will depend on special events and projects, as needed. 5.2.5. Duties shall include, but not be limited to, the following: a. Provide security for CITY projects or special events, which may include, but not be limited to dances, community fairs, recreation programs, and construction projects. b. Provide a presence in parking lots, community facilities, and projects. c. Stay in parking lot until all event participants have safely departed. d. Opening and closing, locking, and securing CITY facilities after community events, e. During private party, non-city events, discouraging the presence of non- participants. 5.3.A-3 City Facility Rentals 5.3.1. City Contact: a. Primary - Facility/Sports Rentals Supervisor , (909) 620-2301 b. Secondary - Community Services Manager, (909) 620-2329 5.3.2. Location(s): All CITY Community Centers and/or Parks as requested 5.3.3. Number of guards needed: One (1) or two (2) guards - varies by specific assignment. CITY shall provide a minimum of 14 days advance notice for shift requirements. 5.3.4. Security Shifts: CONTRACTOR will be responsible for determining appropriate shift coverage. The CITY will not pay overtime. a. Varies according to rental or activity; primarily evenings and weekends, excluding Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid a. Continuous foot patrol of special events or rented facilities, both inside and outside of facilities, including parking lots. b. Monitor activity to ensure there are no alcoholic beverages being consumed or on the premises. c. Monitor restrooms and other facility rooms to deter graffiti or other damage to facilities. d. Upon arrival to event and periodically until conclusion of event, the Security Guard must establish communication with CITY staff members on duty. e. Promote orderly conduct among visitors and report any suspicious activity to CITY staff. 5.4.A-4 Veterans Park Night Patrol 5.4.1. City Contact: a. Primary - Facility/Sports Rentals Supervisor, (909) 620-2301 b. Secondary - Community Services Manager, (909) 620-2329 5.4.2. Location: 1945 W. Mission Blvd. 5.4.3. Number of guards 1 vehicles needed: One (1) guard; one (1) vehicle 5.4.4. Security Shifts: CONTRACTOR will be responsible for determining appropriate shift coverage. The CITY will not pay overtime. a. The typical schedule would be as follows: 1. Sunday through Thursday from 10:00p.m.-1:00p.m. the following day. 2. Friday 10:00p.m.-Saturday 7:00a.m. 3. Saturday 10:00p.m.-7:00a.m. Sunday. b. At the conclusion of the shift, the Security Guard assigned to this location shall remain at the park site until relieved by CITY staff upon their arrival at the location. 5.4.5. Holidays: On observed, City holidays the CONTRACTOR shall provide 24-hour coverage. CITY shall provide a minimum of 14 days advance notice for holiday shift requirements. 5.4.6. Duties shall include, but not be limited to, the following: a. Continuous foot patrol of park to ensure gates and buildings are locked and secure, and to inspect restrooms to deter possible camping and/or vandalism. b. Regular vehicle patrol of park perimeters. �1D Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid d. Remain at the park site until relieved by CITY staff upon their arrival at the location. 5.5.A-5 Libra 5.5.1. Location: Pomona Public Library, 625 S. Garey Avenue 5.5.2. City Contact: a. Primary— Library Tech Specialist 11, (909) 620-2725 b. Secondary - Library Manager, (909) 620- 2035 5.5.3. Number of guards needed: Two (2) 5.5.4. Security Shift: CONTRACTOR will be responsible for determining appropriate shift coverage; the CITY will not pay overtime. Days and times are subject to change. a. Monday through Thursday: Guard 1 shall cover from 1:00 P.M. - 6:00 P.M.; Guard 2 shall cover from 2:00 P.M. — 7:00 p.m., excluding City-observed holidays b. Saturday: 12:00 P.M. — 5:00 P.M., excluding City-observed holidays 5.5.5. Duties shall include, but not be limited to, the following: a. Continuous patrol of library premises (upstairs and downstairs) b. Respond immediately if the theft alarm sounds at the Circulation desk c. Check restrooms and elevator continuously for graffiti and other problems d. Check computer lab regularly for disorderly conduct e. Observe and report to Library management any patrons who may be damaging books, magazines, computers or anything else in the library f. Observe and report to Library management any patrons who are being too loud or disruptive either with other patrons or staff g. Awaken sleeping patrons h. Make sure children do not play in the elevator or on the stairway i. Turn off one set of lights fifteen minutes before closing j. Ensure there are no patrons in the Library building at closing time before the library is locked k. At closing time, wait with CITY staff until the Librarian-in-Charge has set the alarm and locked the staff door, and then escort staff to the parking area Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 5.6.A-6 Winter Shelter - TBD 5.7.A-7 Metrolink — North Station and Downtown Regional Transit Center 5.7.1. Location: Metrolink — North Station, North Garey Avenue and Santa Fe Street 5.7.2. City Contact: a. Primary - Contracts Coordinator, (909) 802-7404 b. Secondary - Parks and Facilities Manager, (909) 620-2481 5.7.3. Number of guards: One (1) 5.7.4. Security Shift: CONTRACTOR will be responsible for determining appropriate shift coverage; the CITY will not pay overtime. a. Monday through Friday: 5:00 A.M. to 10:00 P.M., including holidays b. Saturday and Sunday: 7:00 A.M. to 8:00 P.M., including holidays 5.7.5. Duties shall include, but not be limited to, the following: a. Routine foot patrol of the Center, which includes the train platform and adjoining parking lot, to ensure the safety of patrons. 5.7.6. Location: Downtown Regional Transit Center, 100 W Commercial St. 5.7.7. City Contact: a. Primary - Contracts Coordinator, (909) 802-7404 b. Secondary - Parks and Facilities Manager, (909) 620-2481 5.7.8. Number of guards: Two (2) 5.7.9. Security Shift: CONTRACTOR will be responsible for determining appropriate shift coverage; the CITY will not pay overtime. a. Coverage for Guard 1: 7 days per week, 24-hours per day, including holidays. b. Coverage for Guard 2: Monday through Friday, 5:00 A.M. to 9:30 P.M., including holidays. 5.7.10. Duties shall include, but not be limited to, the following: a. Duties for Guard 1: 24-hour monitoring of the City's security camera system; periodic site patrol, including hourly sweeps of the facilities and ground during times when Guard 2 is not scheduled. W1 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid passenger platforms, inside the station, in and around the pedestrian overpass, and in the walkway under the tracks on the west side of S. Garey Avenue. 5.8.A-8 Civic Center Plaza 5.8.1. Location: Civic Center, 505 S. Garey Avenue 5.8.2. City Contact: a. Primary – Contracts Coordinator, (909) 802-7404 b. Secondary - Parks and Facilities Manager, (909) 620-2481 5.8.3. Number of guards needed: One (1) 5.8.4. Security Shift: CONTRACTOR will be responsible for determining appropriate shift coverage. The CITY will not pay overtime. Days and times are subject to change. a. Monday through Thursday: 7:00 A.M. – 7:00 P.M. b. Friday through Sunday: 8:00 A.M_ –4:00 P.M. c. Holidays - For City Holidays, Guards shall patrol 8:00 A.M. – 4:00 P.M., and patrols shall be limited to outside of facilities. 5.8.5. Duties shall include, but not be limited to, the following.- a. ollowing:a. Routine patrolling to ensure safety of City Hall patrons and City employees of the following areas: 1. Civic Center Plaza and all grounds surrounding City Hall, Library, and Council Chambers, excluding the area immediately around the Courthouse; 2. East, west, south and Library parking lots; 3. Library entryways; 4. Lower basement walkway from west parking lot to east parking lot; 5. North side walkway; 6. Inside City Hall facility including the main entry court, upper level perimeter and upper level restrooms. b. Guard to patrol designated route approximately one time per hour depending on City Hall traffic and time of day. c. Guard to maintain an alert presence around the City Hall entry/ Council Chamber entry when not patrolling, making eye contact with and greeting/saying "hello" to all visitors to the building and passing pedestrians. Cell phone use should be restricted to work-related tasks excluding break-time. y3 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid e. Monday through Thursday shift shall provide presence at City Hall main entry doors starting at 5:30 P.M. through 6:15 P.M. while staff exits the building. At 6:15 P.M., Guard shall patrol sweep through City Hall interior, including public restrooms. 6. Scheduling 1.1 The City, at its option, may adjust the schedule at any given location at any time during the term of the Agreement upon written notice to the Contractor. Charges will be adjusted, as necessary, based on the hourly rates stated in the Bid. 1.2The City, at its option, may adjust the designated tasks at any time during the term of the Agreement upon written notice to the Contractor. 1.3The following table are the current number of estimated hours per month, as referenced in Section 5, "Service Areas": Line #of Foot Vehicle of Estimated Number Service Area Patrol Patrol Hours128-day Calculation Guards Guards Billing Cycle 1 A-1, 5.1.4 a. Parks Patrol Lock-up 1 1 112 4 hrs X 7days X 4wks Shift 2 A-1, 5.1.4 b. Parks Patrol Directed 1 1 224 8 hrs X 7 days X 4wks Patrol Shift 3. A-2 Special Events (Small Events) 1-2 0 16 4 hrslwk X 4 wks 4. A-2 Special Events (Large Events) 3-4 0 10 Dependent upon scheduled events 5. A-3 City Facility Rentals 1-2 0 16 4 hrs/wk X 4 wks A-4, 5.4.4.a.a.Veterans Park Night 1 1 300 15 hrs X 5 Days/wk X 4 wks 6. Patrol (Must Include Vehicle) (Sun-Thur coverage) A-4, 5.4.4.a.b. &c. Veterans Park 18 hrs X 2, 9hr shifts/wk X 7" Night Patrol (Must Include Vehicle) 1 1 144 4wks (Fri-Sun coverage) 8. A-5, 5.5.4 a. Library (M-Th) 1 0 80 5 hrs X 4 day X 4wks 9. A-5, 5.5.4 b. Library(Sat) 1 0 20 5 hrs X 1 day X 4wks 10. A-6, Winter Shelter- TBD , -A 11. A-7, 5.7.4 a. Metrolink North M-1= 1 0 340 17 hrs X 5 days X 4wks Shift 12. A-7, 5.7.4 b. Metrolink North Sa-Su 1 0 104 13 hrs X 2 days X 4wks 13. A-g, 5.7.9 a. Metrolink Downtown 1 0 672 24 hrs X 7 days X 4wks Guard 1 A A-9, 5.7.9 b. Metrolink Downtown n zqr% 1A A ln� Y F .l„ir V A,u4o 16 � Security Guard Services, Bid No. 2017-30, Phase Two, invitation to Bid 16. A-8, 5.8.4 b. Civic Center F-Su 1 0 96 8 hrs X 3 days X 4wks 17. A-8, 5.8.4 c. Civic Center Holidays 1 0 88 11 days/yr X 8 hrs/day [END OF SCOPE OF SERVICES] �5 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid EXHIBIT "B" COMPENSATION y� Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid EXHIBIT "C" WRITTEN DETERMINATION (Page 1 of 2) I, Linda Lowry, City Manager of the City of Pomona ("CITY") have made the following determination with regard to economic interest disclosure requirements for (name of CONTRACTOR), pursuant to the Conflict of Interest Code adopted by CITY: [ ] CONTRACTOR shall disclose its economic interest pursuant to the broadest disclosure category in the Code. (CATEGORY 1*) [ ] CONTRACTOR has been hired to perform a range of duties that are limited in scope and thus CONTRACTOR is not required to comply with the broadest disclosure category requirements. Based on the Scope of Services set forth in Exhibit "A," of the Agreement, CONTRACTOR need only provide economic interest disclosure under the following categories*: [ ] CATEGORY I: Business interests and Investments [ ] CATEGORY II: Supply Sources [ ] CATEGORY III: Contractors ] CATEGORY IV: Geographic location *A full explanation of each of these disclosure categories is found on page 2 of this Exhibit. [X] CONTRACTOR is not required to comply with Disclosure requirements based on the following: [X] Duties of CONTRACTOR under this AGREEMENT are not applicable to Conflict of Interest Code [ ] Other: Date: Linda Lowry, City Manager L!% Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid WRITTEN DETERMINATION (Page 2 of 2) DESIGNATED EMPLOYEE CATEGORIES I. This category applies to individuals that make, or participate in making, decisions that may have a material effect on their financial interest(s) in: a. businesses in which the individual holds an investment or business position'; b. sources of income; or c. real property. Individuals subject to this category need not disclose under Category 11 or A individuals subject to this category must disclose any of the following financial interests within the City and within two miles of City boundaries: a. investments in business entitiesZ; b. business positions held; c. sources of income; and d. interests in real property. il. This category applies to individuals that make, or participate in making, decisions that involve the purchase of services, supplies, materials, machinery or equipment. Individuals subject to this category must disclose any of the following financial interests in business entities which provide services, supplies, materials, machinery, equipment, or technology of the type utilized by the City: a. investments in business entities; b. business positions held; and c. sources of income_ III. This category applies to individuals that make, or participate in making, decisions that involve contracting for services including, but not limited to: a. professional services; b. vendor services; c. consulting services; and d. contractor services. Individuals subject to this category must disclose any of the following financial interests in business entities which provide contract services, of the type utilized by the City: a. investments in business entities; b. business positions held; and c. sources of income. IV. This category applies, as applicable, to commissioners. Individuals subject to this category must disclose: a. all investments in, interest in, or income from, real property located within the jurisdiction of the respective board or commission and five hundred feet contiguous thereto; and b. all investments in, interest in, or income from, any business entity: i. in which the person holds a business position; and ii. that is either: A) within the jurisdiction of the respective board or commission and five hundred feet contiguous thereto; or B) conducted business within the jurisdiction of the respective board or commission and five hundred feet contiguous thereto, at any time during the two years prior to the date of filing the Statements of Economic Interest. 1 "Business positions" shall include, but not be limited to, a role as a director, officers, partner, trustee, employee, or any management position. 7 "Ri ICinaCC Pnflflp4„ chall innh irip NO nnf hp limifarl fn cnla nrnnrinfnrchina nnrFnarchlnc anrf rvnrnnrafinnc Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid EXHIBIT "D" INSURANCE REQUIREMENTS CONTRACTOR shall maintain throughout the duration of the term of the Agreement, Liability Insurance covering CONTRACTOR and designating CITY, including its elected or appointed officials, directors, officers, authorized agents, and employees, as additional insureds against claims resulting in injury or damage to persons or property (both real and personal) caused by any aspect of CONTRACTOR's work, in amounts no less than the following and with such deductibles as are ordinary and reasonable in keeping with industry standards. It shall be stated, in the Additional Insured Endorsement, that CONTRACTOR's insurance policies shall be primary with respect to any claims related to or as the result of CONTRACTOR's work. Any insurance, pooled coverage, or self-insurance maintained by CITY, its elected or appointed officials, directors, officers, authorized agents, and employees shall be non-contributory. The Additional Insured Endorsement shall not apply to the Professional Liability or Workers' Compensation Insurance requirements. General Liability: a. General Aggregate $2,000,000 b. Products Comp/Op Aggregate $2,000,000 C. Personal & Advertising Injury $1,000,000 d. Each Occurrence $1,000,000 e. Fire Damage (any one fire) $50,000 f. Medical Expense (any one person) $5,000 Workers' Compensation: a. Workers' Compensation Statutory limits b. EL Each Accident $1,000,000 C. EL Disease - Policy Limit $1,000,000 d. EL Disease - Each Employee $1,000,000 Automobile Liability: a. Any vehicle, combined single limit $1,000,000 Professional Liability: a. General Aggregate $2,000,000 CONTRACTOR shall provide thirty (30) days advance notice to CITY in the event of cancellation of any coverage. Certificates of insurance and additional insured endorsements shall be furnished to CITY thirty (30) days prior to the effective date of this Agreement. Refusal to submit such certificates shall constitute a material breach of this Agreement entitling CITY to any and all remedies at law or in equity, including termination of this Agreement. If proof of insurance required under this Agreement is not delivered as required or if such insurance is canceled and not adequately replaced, CITY shall have the right but not the duty to obtain replacement insurance and to charge the CONTRACTOR for any premium due for such coverage. CITY has the option to deduct any such premium from the sums due to the CONTRACTOR. Insurance is to be placed with insurers authorized and admitted to write insurance in California and with a current A.M. Best's rating of A-:VII or better. Acceptance of insurance from a carrier with a rating lower than A-:VII is subject to approval by CITY's Risk Manager. �°l Security Guard Services, Bid No. 2017-30, Phase Two, Imitation to Bid (Use of City Bond Form is Required) ATTACHMENT 1 (Updated 10-22-15) FAITHFUL PERFORMANCE BOND PUBLIC WORK(CALIFORNIA) KNOW ALL MEN BY THESE PRESENTS: WHEREAS, (the Principal) and the City of Pomona (the Obligee) have entered into a written contract, hereinafter called the Contract, a copy of which is or may be attached hereto, dated the day of , 2015, referred to and made a part hereof for Project Name and all appurtenant work in accordance with Project No. xxx-xxxx-xxxxx which agreement requires the Principal to provide Obligee with this bond. NOW THEREFORE, we, (as Principal) and (as Surety) a corporation organized under the laws of and duly authorized to transact business in the State of California, as Surety, are held firmly bound unto the City of Pomona Obligee) in the sum of Dollars ( , lawful money of the United t es o eri for the payment whereof well and trulyto be made the Principal and Surety bind the>�ly � heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these l���ts. The address at which the Surety maybe served with noti e�ap ss 4nd other documents is: Th y Y � ; The address at which the Principal may be served notices, papers and other documents is: The condition of the f —. e-going obligation is such that if the Principal, his or its heirs, executors, administrators, successors or assigns,, nc each of his or its subcontractors shall well and truly perform and fulfill all the undertakings, coven an s,-tierms, conditions, and agreements of said contract, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of said contract that may hereafter be made, then this obligation shall be void; otherwise it shall be and remain in full force and effect. As part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the obligee in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. The Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the term-, of the agreemnnt or to the wnrie to he nerformerl thenernndf-x or the -,nerifinatinnc An.mmnnnvinc, the bb Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid This document is signed by the respective parties on the dates next to their names. (The Principal and Surety must attach Notary Acknowledgements, as well as proof of signature authorization or Power ofAttorney.) PRINCIPAL Signature: Date: Name and Title (Print): SURETY I declare under penalty of perjury under the laws of the State of California that the contents of the above Faithful Performance Bond are true and correct, and that I have been duly authorized to sign this Faithful Performance Bond on behalf of Surety. This Declaration is signed on , in the City of State of California. Signature: Date: (� Name and Title (Print): C\ ( f Name and License Number as stated on the California Depanot 6f s trance Licensee Database: 1 i APPROVED AS TO FORM: Arnold M. Alvarez-Glasman, City Atter ey - tJ x yJ 5� Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid ATTACHMENT 2 SAMPLE - VENDOR PERFORMANCE EVALUATION To Date Attention of Contact title and Purchase Order Number Email From 1. Discrepancy or problem - Describe the specifics of the deficiencies, and review with the Department Director and Purchasing. Contract manager identifies if specific problem occurred previously. If this issue has been brought up previously, state dates of discussion. Send the form to the Vendor for review and signature. Vendor shall review the following and respond by: Date: Time Number of times thi5-dgficiency has occurred since agreement execution: Department Dire or si n ate 2. Vendor resp - e or ' e uir d to es rib tie o ecti e c io t b Vendor Signature: print/sign Date 3. Disposition/action taken -After reviewing the Vendor's response, the contract manager enters the action taken, or required and returns a copy of the completed form to the Vendor and Purchasing. Department Director: print/sign- Date 4. Purchasing File - Submit final performance documentation to Purchasing for file. Vendor Performance Evaluation form has been provided to Purchasing Division for file: Purchasing Manager: print/sign Date b';) Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid EXHIBIT "A" REVISED SCOPE OF SERVICES 1. Security Guard Qualifications 1.1.Security Guards shall be licensed by the State Department of Consumer Affairs Bureau of Collective and Investigative Services, 1.2_Security Guards must have a current State of California Driver's License. 1.3.Security Guards must be physically capable of performing all duties as assigned, have no arrest or criminal record (other than minor traffic violations), and present a physical appearance acceptable to the City. 1.4.All Security Guards shall, at minimum, be trained in the use of, and carry, pepper spray. Guards registered as armed Security Guards and carrying firearms must be available upon request. 1.5.Security Guards must have successfully completed First Aid Training and be CPR and AED certified. 1.6.The City may dismiss contractor employees whom the City deems incompetent, careless or otherwise objectionable to the public interest. 2. Duties (Generally) 2.1.Security Guards shall perform their duties in an efficient, conscientious manner, and shall be courteous and helpful to all persons on CITY property and all persons attending special events. Discourtesy, rudeness, or the use of profanity shall be grounds for immediate removal of the offending employee of CONTRACTOR. 2.2.Security Guards are intended to be the eyes and ears of the CITY and ambassadors of good will. Security Guards are intended to serve as a visual and physical deterrent to crime. 2.3.The primary role of Security Guards under this agreement is to protect people and the property of the CITY, including grounds and facilities. 2.4.A Security Guard's responsibility before an incident/offense has occurred is prevention. A Security Guard's responsibilities for incident/office prevention shall be in accordance with the Department of Consumer Affairs Bureau of Security and Investigative Services Security Guard Guide. 2.5.Security Guards must, when reasonable, attempt to gain voluntary compliance from individuals engaged in unlawful behavior by informing them of the regulation being violated and requesting that they cease and desist. In the event said individuals refuse, the Security Guard must contact law enforcement. 2.6.Security Guards must immediately call 9-1-1 to report any illegal activity to the Pomona Police Department, and for other emergency response issues (Fire, EMS, etc.) as 5A Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid The Daily Activity Log shall accurately specify the hours worked and the duties performed by the Security Guard for each day or shift. The Daily Activity Log shall be emailed at the end of the shift or day to the designated CITY department contact. The designated CITY department contact shall notify the CONTRACTOR weekly of any missing activity logs. 2.8.Activities observed that are criminal in nature (e.g. burglary, robbery, assault) shall be immediately called into the Police Department for appropriate action and recorded on the Incident Report. 2.9.CONTRACTOR shall also provide an Incident Report on a form approved by the CITY. The Incident Report shall be completed by the Security Guard in the event a major or unusual incident (as described herein) occurs. A "major or unusual incident" includes, but is not limited to, major acts of vandalism, problems or confrontations posed by patrons/visitors, suspicious activities of patronslvisitors, or any criminal activities requiring the Security Guard to contact the Police Department. The Incident Report shall be emailed at the end of the shift to the designated CITY department contact. In addition, if a Security Guard submits an Incident Report, the Security Guard shall immediately inform the designated CITY contact by telephone of the incident. If the contact person is not reached or is otherwise unavailable, the Security Guard shall leave a detailed message describing the incident. 3. Uniforms I Equipment 1 Vehicles 3.1.CONTRACTOR shall provide Security Guards with a standard uniform approved by the CITY. Uniforms must fit properly, be clean, pressed and have no rips or tears. The CITY reserves the right to request immediate replacement of any Security Guard due to unsatisfactory appearance. 3.2.CONTRACTOR shall provide Security Guards with cell phones to ensure the ability to communicate with designated CITY staff and/or the Police Department, as necessary. Radios for communication between Security Guards are optional. 3.3.CONTRACTOR shall provide security vehicles for use by Security Guards as specified herein (locations and assignments are detailed under "Service Areas"). The security vehicles must run well and be in good condition. Vehicles must be marked and identified as security vehicles. Each security vehicle shall have a minimum of one (1) amber light installed on the roof. Current registration and proof of insurance must be in each vehicle and accessible upon request. 4. Other 4.1.Security Guard Shift Coverage: 4.1.1. CONTRACTOR shall be solely responsible for determining appropriate staffing to provide continual security guard coverage during each specified shift. 4.1.2. Meal and Rest Breaks: CONTRACTOR must comply with all applicable laws for employee meal and rest breaks, however, must provide continual security guard coverage during each specified shift. CONTRACTOR shall be solely responsible for determining how to provide continual security guard coverage during all employee rest anri mesal hrPakc ER Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 4.1.3. A lapse in security guard coverage shall be considered a CONTRACTOR performance deficiency that shall be documented and cured within a time period specified by the CITY. 4.2.CONTRACTOR shall provide necessary phone numbers so that CITY staff will have direct access to a manager or shift supervisor on duty, and be reachable 24-hours a day, seven days per week. 4.3.CONTRACTOR will train, counsel, inspect and evaluate Security Guards. CONTRACTOR's Supervisor shall make frequent unscheduled inspections of Security Guard personnel, and report the results to the CITY on a monthly basis. 4.4.CITY staff shall communicate with and work through CONTRACTOR's security supervisor(s). for needed services specific to the assignment locations. 4.5.The City anticipates that shift hours will vary depending on the need at each location; therefore, CONTRACTOR shall provide flexibility in Security Guard assignments to accommodate adjusted shifts and hours of coverage as needed. The City will determine shift days and hours when the City identifies security needs, and may require coverage on Saturdays, Sundays, holidays, and/or 24-hour services. 5. Service Areas 5.1.A-1 Parks Patrol 5.1.1. City Contact: 1. Primary - Contracts Coordinator, (909) 802-7404 2. Secondary - Parks and Facilities Manager, (909) 620-2481 5.1.2. Locations: Park locations to be patrolled shall include, but not be limited to, the following: 1. Centennial Park, 242 S Gibbs 2. Cesar Chavez Park, 2720 Barjud Avenue 3. Country Crossing Park (lower and upper), 10 Santa Clara Drive 4. Ganesha Park, 1575 N. White 5. Garfield Park, 801 E. Holt Avenue 6. Hamilton Park, 317 Hamilton 7. Jaycee Park, 2000 N. San Antonio Avenue 8. John F. Kennedy Park, 1150 Fairplex Drive 9. Kellogg Park, 690 Medina St 10.Kiwanis Park, 954 Weber 11.Lincoln Park, 400 E. Lincoln Avenue 12.Martin Luther King Jr. Park, 800 West Lexington Avenue 13.Memorial Park, 655 West Third Street 14.Montvue Park, 1555 N. Cordova Street 15.Palomares Park, 499 E. Arrow Highway 16.Philadelphia Park. 700 East Philadelphia Street Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Sid 20.Ted Greene Park, 2105 N. Orange Grove 21.Tony Cerda Park, 450 E. Grand 22.Veterans Park, 1945 W. Mission Boulevard 23.Washington Park, 865 E. Grand Avenue 24.Westmont Park, 1808 W. 9th Street 25.Willie White Park, 3065 Battram Street 26.Phillips Mansion, 2640 Pomona Boulevard 27.Park and Recreation Yard, 870 E. 91h Street 28.Casa Primera Adobe, 1569 N Park Ave 29.Barbra Greenwood Kindergarten Bungalow, 332 W McKinley 30.Soroptimist/Redwood, McKinley Avenue and Canyon Way 31.Adobe de Palomares, 491 E. Arrow Highway 32.Renacimiento Community Center, 2383 Chanslor Street 33.Pomona Civic Center Plaza, 505 S. Garey Avenue 34.Esperanza y Alegria Park, 2381 Angela Street 5.1.3. Number of guards 1 vehicles needed: Two (2) guards; two (2) vehicles; one (1) for Lock-up Shift, and one (1) for Directed Patrol Shift 5.1 .4. Security Shifts: a. Lock-up Shift - Seven (7) days a week, 4 hours per day, including holidays, with times varying seasonally based on sunrise/sunset. b. Directed Patrol Shift -- Seven (7) days a week, 8:00 P.M. to 4:00 A.M., including holidays. 5.1.5. Duties shall include, but not be limited to, the following: a. Lock-up Shift: a. Lock and secure designated park restrooms, gates and other designated CITY facilities on a daily basis. b. Perform continuous foot and vehicle patrol of the exterior and/or interior of the assigned locations in a route and frequency as determined by the designated by the Primary or Secondary contact. c. Advise Park visitors of park rules and/or restrictions for the use of the parks or park facilities. d. Document and immediately report graffiti on park premises to the City's designated by the Primary or Secondary contact for cleanup. Document all items needing repair (burned out lights, damaged or broken equipment) on a Daily Activity Report form and submit it to the designated CITY contact at the end of the work shift or day. b. Directed Patrol Shift a. Perform continuous foot and vehicle patrol of the exterior and/or interior of Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid b. Advise Park visitors of park hours and clear overnight visitors from parks and park facilities c. Document and immediately report graffiti on park premises to the designated Primary or Secondary contact for cleanup. Document all items needing repair (burned out lights, damaged or broken equipment) on a Daily Activity Report form and submit it to the designated CITY contact at the end of the work shift or day. d. Immediately report any illegal activity to the Pomona Police Department and record the incidents on the Incident Report Form. A-2 Special Events or Activities 5.2.1. City Contact: a. Primary - Facility/Sports Rentals Supervisor, (909) 620-2301 b. Secondary - Community Services Manager, (909) 620-2329 5.2.2. Location(s): All CITY parks and community centers, occasional events at School District locations, construction sites, and/or City-owned property, as needed. 5.2.3. Number of guards needed: One or two for most events. A very large event could require five or more guards. CITY shall provide a minimum of 14 days advance notice for events requiring three (3) or more Security Guards. 5.2.4. Security Shifts: a. Shift coverage will depend on special events and projects, as needed. 5.2.5. Duties shall include, but not be limited to, the following: a. Provide security for CITY projects or special events, which may include, but not be limited to dances, community fairs, recreation programs, and construction projects. b. Monitor participants arrival and departure from parking lots.. c. Opening and closing, locking, and securing gates and restrooms after community events. d. During private party, non-city events, discouraging the presence of non- participants. e. Upon arrival Security Guards must establish communication with CITY staff members on duty. At the end of the scheduled shift, Security Guards must once again communicate with CITY staff members on duty. Periodic communication must occur as necessary or as assigned, 5.3.A-3 City Facility Rentals Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid b. Secondary - Community Services Manager, (909) 620-2329 5.3.2. Location(s): All CITY Community Centers and/or Parks as requested 5.3.3. Number of guards needed: One (1) or two (2) guards - varies by specific assignment. CITY shall provide a minimum of 14 days advance notice for shift requirements. 5.3.4. Security Shifts: a. Varies according to rental or activity; primarily evenings and weekends, excluding observed CITY holidays. 5.3.5. Specific duties shall include, but not be limited to, the following: a. Continuous foot patrol of special events or rented facilities, both inside and outside of facilities, including parking lots. b. Monitor activity to ensure there are no alcoholic beverages being consumed or on the premises. c. Monitor restrooms and other facility rooms to deter graffiti or other damage to facilities. d. Upon arrival Security Guards must establish communication with CITY staff members on duty. At the end of the scheduled shift, Security Guards must once again communicate with CITY staff members on duty. Periodic communication must occur as necessary, or as assigned. e. Promote orderly conduct among visitors and report any suspicious activity to CITY staff. 5.4.A-4 Veterans Park Night Patrol 5.4.1. City Contact: a. Primary - Facility/Sports Rentals Supervisor, (909) 620-2301 b. Secondary - Community Services Manager, (909) 620-2329 5.4.2. Location: 1945 W. Mission Blvd. 5.4.3. Number of guards 1 vehicles needed: One (1) guard; one (1) vehicle 5.4.4. Security Shifts: a. The typical schedule would be as follows: 1. Sunday through Thursday from 10:00p.m.-1:00p.m. the following day. 2. Friday 10:00p.m.-Saturday 7:00a.m. SR Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 5.4.5. Holidays: On observed, City holidays the CONTRACTOR shall provide 24-hour coverage. CITY shall provide a minimum of 14 days advance notice for holiday shift requirements. 5.4.6. Duties shall include, but not be limited to, the following: a. Continuous foot patrol of park to ensure gates and buildings are locked and secure, and to inspect restrooms to deter possible camping and/or vandalism, b. Regular vehicle patrol of park perimeters. c. List on Daily Activity Log all items needing repair (burned out lights, graffiti, damaged or broken equipment). d. Remain at the park site until relieved by CITY staff upon their arrival at the location. 5.5.A-5 Library 5.5.1. Location: Pomona Public Library, 625 S. Garey Avenue 5.5.2. City Contact: a. Primary— Library Tech Specialist Il, (909) 620-2725 b. Secondary - Library Manager, (909) 620- 2035 5.5.3. Number of guards needed: Two (2) 5.5.4. Security Shift: Days and times are subject to change. a. Monday through Thursday: Guard 1 shall cover from 1:00 P.M. - 6:00 P.M.; Guard 2 shall cover from 2:00 P.M. — 7:00 p.m., excluding City-observed holidays b. Saturday: 12:00 P.M. — 5:00 P.M., excluding City-observed holidays 5.5.5. Duties shall include, but not be limited to, the following: a. Continuous patrol of library premises (upstairs and downstairs) b. Respond immediately if the theft alarm sounds at the Circulation desk c. Check restrooms and elevator continuously for graffiti and other problems d. Check computer lab regularly for disorderly conduct e. Observe and report to Library management any patrons who may be damaging books, magazines, computers or anything else in the library f. Observe and report to Library management any patrons who are being too loud or disruptive either with other patrons or staff S°1 Security Guard Services, Bid No. 2017-30, Phase Two, invitation to Bid i. Turn off one set of lights fifteen minutes before closing j. Ensure there are no patrons in the Library building at closing time before the library is locked k. At closing time, wait with CITY staff until the Librarian-in-Charge has set the alarm and locked the staff door, and then escort staff to the parking area I. Additional duties as directed by Library management A-6 Winter Shelter - TBD 5.7.A-7 Metrolink-- North Station and Downtown Regional Transit Center 5.7.1. Location: Metrolink — North Station, North Garey Avenue and Santa Fe Street 5.7.2. City Contact: a. Primary - Contracts Coordinator, (909) 802-7404 b. Secondary - Parks and Facilities Manager, (909) 620-2481 5.7.3. Number of guards: One (1) 5.7.4. Security Shift: a. Monday through Friday: 5:00 A.M. to 10:00 P.M., including holidays b. Saturday and Sunday: 7:00 A.M. to 8:00 P.M., including holidays 5.7.5. Duties shall include, but not be limited to, the following: a. Routine foot patrol of the Center, which includes the train platform and adjoining parking lot, to ensure the safety of patrons. 5.7.6. Location: Downtown Regional Transit Center, 100 W Commercial St. 5.7.7. City Contact: a. Primary - Contracts Coordinator, (909) 802-7404 b. Secondary - Parks and Facilities Manager, (909) 620-2481 5.7.8. Number of guards: Two (2) 5.7.9. Security Shift: a. Coverage for Guard 1: 7 days per week, 24-hours per day, including holidays. h rnnrnrrn frr r .nrr1 7• Adnnrinti +krr sink CrtA--3 + CZ-M) A AA +r, a•']f) D RA IA;En Ub Security Guard Services, laid No. 2017-30, Phase Two, Invitation to Bid visitors to the building and passing pedestrians. Cell phone use should be restricted to work-related tasks excluding break-time. d. Report abandoned personal property to the HEART line, (909) 620-2328. e. Monday through Thursday shift shall provide presence at City Hall main entry doors starting at 5:30 P.M. through 6:15 P.M. while staff exits the building. At 6:15 P.M., Guard shall patrol sweep through City Hall interior, including public restrooms. 6. Scheduling 6.1 .The CITY, at its option, may adjust the schedule at any given location, at any time during the term of the Agreement upon written notice to the CONTRACTOR. Charges will be adjusted, as necessary, in accordance with the hourly rates in the Agreement. 6.2.The CITY, at its option, may adjust the designated tasks at any time during the term of the Agreement upon written notice to the Contractor. 6.3.The following table specifies the current number of estimated hours per month, as referenced in Section 5, "Service Areas": Line #of Foot Vehicle Estimated Number Service Area Patrol patrol Hours/28-day Calculation Guards Guards Billing Cycle 1 A-1, 5.1.4 a. Parks Patrol Lock-up 1 1 112 4 hrs X 7days X 4wks Shift 2 A-1, 5.1.4 b. Parks Patrol Directed 1 1 224 8 hrs X 7 days X 4wks Patrol Shift 3. A-2 Special Events (Small Events) 1-2 0 16 4 hrs/wk X 4 wks 4. A-2 Special Events (Large Events) 3-4 0 10 Dependentupon scheduled events 5. A-3 City Facility Rentals 1-2 0 16 4 hrs/wk X 4 wks A-4, 5.4.4.a.a. Veterans Park Night 15 hour shifts X 5 Days/wk + 6" Patrol (Must Include Vehicle) 1 1 375 hour shifts X 2 Days/wk 7. A-5, 5.5.4 a. Library (M-Th) 1 0 80 5 hrs X 4 day X 4wks 8. A-5, 5.5.4 b. Library (Sat) 1 0 20 5 hrs X 1 day X 4wks 9. A-6, Winter Shelter-TBD r 10 A-7, 5.7.4 a. Metrolink North M-F 1 0 340 17 hrs X 5 days X 4wks Shift 11. A-7, 5.7.4 b. Metrolink North Sa-Su 1 0 104 13 hrs X 2 days X 4wks A n c -7n „ AA.4 I. I. R ....1 .... Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 14. A-8, 5.8.4 a. Civic Center M-Th 1 0 192 12 hrs X 4 days X 4wks 15. A-8, 5.8.4 b. Civic Center F-Su 1 0 96 8 hrs X 3 days X 4wks 16. A-8, 5.8.4 c. Civic Center Holidays 1 0 88 11 days/yr X 8 hrs/day [END OF SCOPE OF SERVICES] ls� City of Pomona Page 1 Security Guard Services-Phase Two(2017-30), bidding on February 12,2018 4:00 PM(Pacific) Printed 02111/2018 Q&A Set Question Answer Release Date 1.1 In Section 6:Additional Instructions and Requirements, Item Yes, A revised Compensation Schedule form will be provided 02/0812018 F#2,it states to provide the cost of the bond separately in as an attachment to the Q&A posting. 3:06 PM the bid. However,in Section 10: Compensation Schedule it (Pacific) states to include the Bonding cost into the itemized bill rate. May we provide the Bonding costs in the Cost Section seperately,not hourly? 1.2 Attachment 1;The current"Use of City Bond Form Required" The document referenced in the Bid is a sample. Any 02/08/2018 ,is dated for 2015,will an updated form be available for the information that requires updating will be done upon 3:06 PM Surety Company? contract execution. (Pacific) 1.3 Will there be a B&F before the award? No. 02108/2018 3:C6 PM (Pacific) 1.4 Please clarity for Surety.is this to be considered a The Bond will be for the total of the initial 3 year contract, 02/08/2018 Renewable Bond with the total of each year of the 3 year with a Renewable Bond executed on a year-by-year basis for 3:06 PM contract,indivdually renewed and for each of the 2 year the 2, 1 year options. (Pacific) renewals,at extension?Or is it for the Total of the 3 year contract with the Renewable Bond executed on a year by year basis for the 2,1 year options? 1.5 is there any living wage or prevailing wage that applies to No. 02/08/201B this project? 3:06 PM (Pacific) 1.6 Per California Labor Laws,one must take a 30-minute meal Contractor must comply with all applicable laws for employee 02/08/2018 break when he or she has worked more than 5 hours a day. meal and rest breaks. However,the City requires continual 3:06 PM Will this free of duty lunch period be paid? security guard coverage during each specified shift. The (Pacific) City shall not specify how the continual coverage is provided, Bidders shall offer their method of providing continual coverage,and at what price. The Bidder that meets the City's requirements and is determined to be the lowest, most responsive and responsible bidder shall be recommended for award. 1.7 Will you please provide the current billing rate as well as the Current Foot Patrol Rate is$12.161hr;Vehicle Patrol Rate is 02/08/2018 current vehicle cost? $14.001hr. 3:06 PM (Pacific) 1.8 When is the anticipated start date for this contract? April 1,2018. 02/08/2018 3:06 PM (Pacific) 1.9 Can you please provide more information on how the City Contractor shall be solely responsible for determining 02/08/2018 recognizes Holiday Pay and Sick Pay?Please provide a list employee benefits,such as holiday pay and sick pay; 3:C6 PM of Holidays that the City recognizes? therefore,absorbed by the Contractor. The City shall not (Pacific) dictate when Contractor employees are eligible for such benefits. Contractor employees shall not be considered City employees;therefore,not eligible for City employee benefits. The following list reflects City observed holidays,which may, or may not require security guard coverage: New Year's Day: 111 MLK Day:3rd Monday in January President's Day:3rd Monday in February Memorial Day:Last Monday in May Independence Day:714 Labor Day:1st Monday in September Veterans'Day: 11111 Thanksgiving Day:4th Thursday in November Day after Thanksgiving Day Christmas Eve: 12/24 Christmas Day: 12125 1.10 For Parks Patrol Lock-up Shift and Directed Patrol Shift,there For each Park Patrol shift, 1 vehicle patrol guard is needed; 0210812018 is only one security guard needed for each shift.Why is it therefore,total of 2 are needed; 1 vehicle patrol guard for 3:08 PM that on the compensation schedule on page 11 of the Bid the Lock-up shift,and 1 vehicle patrol guard for the directed (Pacific) Packet,there are two different guards assigned to Lock-up patrol shift. Shift and Directed Patrol Shift;foot petrol guards and vehicle guards?So,there are two guards required for each shift? Please explain. �y Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid 10. REVISED - COMPENSATION SCHEDULE EXHIBIT "B" Security Guard Services, Bid No. 2017-30, Phase Two The following prices shall be firm and fixed for the initial term of three (3) years. Prices shall be inclusive of all costs to provide goods and/or services as requested by the City, including costs related to licenses and insurance. Annual price for bonding shall be provided as a separate line item. No additional costs of any Kind will be authorized unless specifically itemized herein. U1 Estimated Line Item # Service Area # of Foot Patrol # of Vehicle Hours/28- Month/ Cost y Annual Cost Guards Guards day Billing Cycle 1 A-1, 5.1.4 a. Parks Patrol 1 1 Lock-up Shift 112 $ !HR $ IHR 2 A-1, 5.1.4 b. Parks Patrol 1 1 Directed Patrol Shift 224 $ IHR $ IHR 3 A-2 Special Events (Small 2 Events) 0 16 $ IHR 4 A-2 Special Events (Large 4 Events) 0 10 $ IHR 5. A-3 City Facility Rentals 2 0 16 $ IHR AA 5.4.4.a.a. Veterans 1 1 6. Park Night Patrol (Must 375 include Vehicle) $ IHR $ IHR 7. A-5, 5.5.4 a. Library (M -Th) 1 0 80 $ IHR 8. A-5, 5.5.4 b. Library (Sat) 1 0 20 $_/HR 9. , A-6, winter She Ker - TBt7 10. A-7, 5.7.4 a. Metrolink North 1 M -F Shift 0 340 $ IHR 11. A-7, 5.7.4 b. Metrolink North 1 Sa-Su 0 104 $ IHR 12 A-9, 5.7.9 a. Metrolink 1 Downtown Guard 1 0 672 $ IHR 13 A-9, 5.7.9 b. Metrolink 1 Downtown Guard 2 0 330 $ IHR U1 Security Guard Services, Bid No. 2017-30, Phase Two, Invitation to Bid :15 A-8, 5.8.4 b. Civic Center F- 1 6 96 Vehicle Patrol Su $ IHR 16. A-8, 5.8.4 c. Civic Center 1 88 Holidays $ IHR 17. Performance Bond Unit Price Per Year Total Annual Cost 18. (Sum of items 1 - 18) Total Three (3) Year Term Cost (Total Annual Cost X 3 Years) ADDITIONAL SERVICES This section for Additional Services is solely for the purpose of establishing pre -determined hourly rates for additional services on an as -needed basis, not included in the specified Scope of Services. Prices for Additional Services will not be included in determining the lowest responsive bid.. Guard Type Regular Hourly Rate Holiday Hourly Rate Foot Patrol Vehicle Patrol Armed Patrol EXCLUDED SERVICES From time to time, the City may request certain services be excluded, and such requests will be submitted by the City's official representative, confirmed in writing, and reflected accordingly on monthly invoices. RENEWAL AND PRICING ADJUSTMENT Agreement may be renewed annually for up to two (2) additional years, in one (1) year increments. Sixty (60) days prior to the expiration date of the initial agreement term, the Contractor may request a price adjustment, which must be submitted to the Purchasing Manager in writing for review and approval. Price increases shall be in accordance with the Yearly Consumer Price Index for the Los Angeles/Long Beach (all urban consumers) Metropolitan Statistical Area issued by the U.S. Department of Labor, or any prevailing minimum wage rates, if applicable. Price increases are not guaranteed. The City is not obligated to extend the Agreement, and reserves the right to rebid dependent upon the fiscal impact of the requested price increase. .: