No preview available
HomeMy WebLinkAbout2006-051 I RESOLUTION NO. 2006-51 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO ONE-YEAR OPTIONS TO A SECURITY MAX, INC. FOR SECURITY GUARD SERVICES AT THE SAN BERNARDINO METROLINK STATION IN THE AMOUNT OF $119,450. 3 4 5 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 8 SECTION 1. A Security Max, Inc. is the lowest and most responsive bidder for the 9 provision of security guard services at the San Bernardino Metrolink Station. Under the terms of 10 II this purchase, the Mayor is hereby authorized to execute an Agreement For Services, attached 12 and incorporated herein as Exhibit "A", and the Finance Department is hereby authorized and 13 directed to issue an annual Purchase Order with two one-year options to A Security Max, Inc. for 14 $28,100 for FY 2005/06, and $91,350 for FY 06/07, referencing this resolution in the text of the 15 Purchase Order. 16 17 SECTION 2. This contract and any amendment or modification thereto shall not take 18 effect or become operative until fully signed and executed by the parties and no party shall be 19 obligated hereunder until the time of such full execution. No oral agreements, amendments, 20 modifications or waivers are intended or authorized and shall not be implied from any other 21 course of conduct of any party. 22 23 SECTION 3. This authorization to execute the above referenced Agreement and 24 Purchase Order is rescinded ifnot issued within 90 days of the passage of this resolution. 25 III 26 III 27 28 2006-51 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SA BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT AN ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO ONE-YEAR OPTION TO A SECURITY MAX, INC. FOR SECURITY GUARD SERVICES AT THE SA BERNARDINO METRO LINK STATION IN THE AMOUNT OF $119,450. 3 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council ofthe City of San Bernardino at a j oint regular meeting thereof, held on the 21st day of February ,2006, by the following vote, to wit: 6 7 8 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA ~ 11 LONGVILLE X - 12 MCGINNIS x 13 DERRY X 14 x KELLEY 15 x JOHNSON 16 McCAMMACK x 17 - 18 19 20 21 ,let The foregoing resolution is hereby approved this j.~' day 0 February ,2006, 22 23 24 25 26 Approved as to form and legal content: 27 28 2006-51 Exhibit "A" ORIGINAL AGREEMENT FOR SERVICES This AGREEMENT is made and entered into this (~ilJ}Jy Jrr{ of 1J~~ 2006, by and between the CITY OF SAN BERNARDINO, California, a mtmicipal corporation, hereinafter ferred to as the "CITY" and A SECURITY MAX, Inc., hereinafter referred to as "VENDOR". WITNESSETH WHEREAS, City desires to obtain Security Guard Service for the Metrolink Station located adjacent to the Sante Fe Depot in San Bernardino, California; and WHEREAS, Vendor is qualified to provide said services; and WHEREAS, San Bernardino City Council has elected to engage the services of Vendor upon the terms and conditions as hereinafter set forth; and NOW, THEREFORE, it is mutually agreed, as follows: I. SCOPE OF SERVICES Vendor shall perform those services specified in Request for Proposal, RFP F -06- I3 and as contained in the proposal dated November 9,2005, (which is on file at the City Clerk's Office) and proposed costs, a copy of which is attached hereto as Exhibit "I ", and all of which are incorporated herein as though set forth in full. 2. TERM OF AGREEMENT Vendor shall commence within five (5) days after the City has authorized work to start by issuance of a Notice to Proceed. 3. STANDARD OF PERFORMANCE Vendor shall complete all work in conformance with Federal, State, and local regulations and industry standards. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the Request for Proposal RFP F-06-I3 dated November 9, 2005, are made an obligation of Vendor under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be considered as additional tasks and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Vendor for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. B. Vendor shall render no extra services tmder this Agreement tmless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. 20,06-51 Exhibit "A" 5. COMPENSA nON A. Upon satisfactory completion of the work, the Vendor will be paid time and material at a rate of $11.95 per hour, not to exceed $119,450 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in triplicate to the contract manager. The invoice amount will be based on the actual work performed by task. Vendor will submit an invoice to the City monthly. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Vendor shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Vendor. Any adjustment of the total cost of services will only be permitted when the Vendor establishes and City has agreed in writing that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3. Duration of work if the change from the time period specified in the Agreement for completion of the work warrants such adjustment. C. The Vendor is required to comply with all Federal, State and local laws and ordinances applicable to the work. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted every month by Vendor to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Vendor within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within (10) days of notice of such dispute. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. No payment will be made for any work performed prior to approval of this contract by City and Notification to Proceed. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Facilities Management of City, or his designee, shall have the right of general supervision over all work performed by Vendor and shall be City's agent with respect to obtaining Vendor's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Facilities Management or his designee. 2 2006-51 Exhibit "A" 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Vendor hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, age, handicap or national origin. Vendor shall comply with all State and Federal Civil Rights Laws in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERMINATION OF AGREEMENT A. This Agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following the date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Vendor for all the fees, charges and services performed to City's satisfaction by Vendor, which finding of satisfaction shall not be unreasonably withheld. Vendor hereby covenants and agrees that upon termination of this Agreement for any reason, Vendor will preserve and make immediately available to the City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Vendor from any claims, losses, costs, including attorney's fees and liability arising out of such use. Vendor shall be compensated for such services in accordance with Exhibit" I ". B. This Agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Vendor. Upon such notice, Vendor shall provide work product to City, and City shall compensate Vendor in the manner set forth above. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Vendor, Vendor fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Vendor such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Vendor shall notify City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. II. INDEPENDENT CONTRACTOR 3 . 2006-51 Exhibit "A" Vendor shall act as an independent contractor and shall not be considered an employee of the City in the performance of the services provided for under this Agreement. Vendor shall furnish such services in its own manner. This Agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association between Vendor and the City. 12. ASSIGNMENT OR SUBCONTRACTING Vendor shall not assign this Agreement, or any portion thereof without the written consent of City. Any attempt by Vendor to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach ofthis Agreement. All subcontracts exceeding $10,000 shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Vendor and City: CITY VENDOR Sam Boctor A Security Max, Inc. I 1731 Sterling Ave. Ste. B Riverside, CA 92503 Jim Sharer Director of Facilities Management 300 N. "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Vendor may reasonably rely upon the accuracy of data provided by the City or its agents. B. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. C. For the purpose of determining compliance with Public Contract Code Section 10115, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Vendor, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The State, the State Auditor, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have 4 2006-51 Exhibit "A" access to aoy books, records, and documents of the Vendor that are pertinent to the contract for audits, examinations, excerpts, aod traosactions, aod copies thereof shall be furnished if requested. 15. PREVAILING PARTY The prevailing party in any legal action to enforce or interpret aoy provision of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, aod necessary disbursements in connection with that action. The costs, salary, and expense of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 16. INDEMNITY Vendor shall indemnify, defend aod hold harmless City from aod against aoy and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees), aod liabilities, of, by, or with respect to third parties, which arise from Vendor's negligent performance of services under this Agreement. Vendor shall not be responsible for, and City shall indemnify, defend, and hold harmless Vendor from aod against, aoy and all claims, demaods, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the City's negligent performaoce under this Agreement. With respect to aoy and all claims, demaods, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Vendor and City, each party shall assume responsibility in proportion to the degree of its respective fault. 17. LIABILITY/INSURANCE Vendor shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Vendor shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Vendor performing any of the services under this Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty-(30) days written notice from the insurer to the City prior to modification or cancellation of any insurance policy of the Vendor. A. Comprehensive General Liabilitv and Automobile Insurance. The Vendor shall maintain comprehensive general liability and automobile liability insuraoce with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. Worker's Compensation Insurance. The Vendor shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Vendor. 5 2006-51 Exhibit "A" 18 . VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and effect, and to this end the provisions of this Agreement are declared to be severable. 19 ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. III III 6 -2006-51 Exhibit "A" AGREEMENT FOR SERVICES with A Security Max, Inc. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: BY: '~[t(lJul C}fVlt Rachel Clark, City Clerk City of San Bernardino \.06 0iVY1dA&..Y\L-elivvJllJj btp~ Approved as to form and legal content: JAMES F. PENMAN City Attorney BY: ;(/C Utd~!j Udt'4r4 . (J III III CITY OF SAN BERNARDINO BY: alles, Mayor C' y of San Bernardino A Security Max, Inc. ----,----------------~._-_._---~-------------.. ~ BY~'~ -..~ Signature NAME: 6MY\~~ TITLE: litdfd MOM{JfAf 7 2006-51 EXHIBIT 1 Additional Information for Pricing (To be submitted in a sealed envelope separate from proposal documents) REQUEST FOR QUOTES: RFP F-06-13 DESCRIPTION OF RFP: Security Guard Services - Metrolink BIDDER'S NAME/ADDRESS: A Secur~ty Max, Inc. 11731 Sterlinq Ave.. Suite B Riverside, C~ 92503 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Sam Boctor Office # 951-637-6800 Cell # 909-702-3596 ANNUAL PURCHASE ORDER Effective on or about March 1,2006 through June 30,2007 plus two single year options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Security Guard Service. Option year one, if exercised, shall be effective July 1,2007 through June 30, 2008. Option year two, if exercised, shall be effective July I, 2008 through June 30, 2009. Actual year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. 2006-51 EXHIBIT 1 Item Description UIM Cost, 001 Unifol111ed Security Guard Regular Time - per hour $ 11. 95 002 Uniformed Security Guard Overtime - per hour $ 17.95 If any 003 Uniformed Security Guard Holiday - per hour $ 17.95 If any 004 Other $ None ...- 005 Total Annual Estimated Cost $ 67,847.00 Are there any other additional or incidental costs~ which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes I @ ,(circle one), If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that cannot be met by your ~rm,. . " , ' , .. ., . Mf>>.e.' .. , Have you included in your bid all informational items and f01111S as requested@ I No (circle one). If you answered "No", please explain: . This offer shall remain firm for 90 days from RFP close date, Terms and conditions as set forth in this RFP apply to this bid. Cash discount allowable ao % terms are: Net thirty (30) days. days; unless otherwise stated, payment '2009-51 EXHIBIT 1 In signing this bid, Bidder wan-ants that all cettifications and documents ~equested herein are attached and properly completed and signed, From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: 1 Addenda No: Addenda No: Received on: 11-30-2005 Received on: Received on: AUTHORIZED SIGNATURE: '-"'~.~-- ~ \ J ~'" - PRINT SIGNER'S NAME AND TITLE: Sam Boctor Qualified Manager DATE SIGNED: 12-07-2005 A Security Max, Inc. COMPANY NAME & ADDRESS: 11731 Sterling Ave. Suite B Riverside, CA 92503 PHONE: 951- 637-6800 FAX: 951-637-5800 IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: 2006-51 EXHIBIT 1 Qption Year 1 July 1, 2007 - June 30, 2008 Item Description VIM Cost 001 Unifomled Security Guard Regular Time - per hour $ 12.55 002 Uniformed Security Guard Overtime - per hour . $ 18.83 003 Uniformed Security Guard Holiday - per hOllr $ 18.83 004 Other $ None 005 Total Annual Estimated Cost $ 71,239.35 Provided The minimum state wages remain the same. Are there any other additional or incidental costs, which will be required by your film in order to meet the requirements of the Technical Specifications? Yes I@ (circle one). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that camlot be met by your firm. lih)y, p Have you included in your bid all informational items and fomls as requested';@) INo.(circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as set forth in this RFP apply to this bid. EXHIBIT 1 2006-51 Qption Year 2 July 1, 2008 - June 30, 2009 Item Description U/M Cost DOl Uniformed Security Guard Regular Time - per hour $ 13.20 002 Uniformed Security Guard Overtime - per hour $ 19.80 If any 003 Uniformed Security Guard Holiday - per hour $ 19.80 If any 004 Other $ None 005 Total Annual Estimated Cost $74.801.35 Provided the minimum State wages remain the same. Are there any other additional or incidental costs, which will be required by YOU@ film in order to meet the requirements of the Technical Specifications? Yes I No (circle one). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that CalUlOt be met by yO~~ Have you included in your bid all informational items and forms as requested@ No.(circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as set forth in this RFP apply to this bid. " 2006-51 EXHIBIT 1 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of peljUlY:". That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFP F-06-13. BusinessName A Security Max, Inc. Business Address 11731 Sterling Ave. Suite B Riverside, CA 92503 Signature of bidder X Riverside, California Place of Residence Subscribed and sworn before me this 7th day of November ,2005. NotalY Public in and for the County of Riverside Califomia. , State of My commission expires December 27th, 20~. 21/~ / Signature of Notary :...**..***....*.*~.*.****.*..*...***.* !@RICHARDF.NE.VINS: g COMM '1336536 ~ ~ NOTARY PUBLIC. CAI.JFOANlA 0 *' RIV~DE COUNTY ... : \"'y COIMl/Qion &pir.. DIe. 27 200S: *.*****.*.,.***...........*..**...~*..: 12., c.HII fl-D \-. Nt. II ,,.I 5 Typed Name of Notary .2006-51 EXHIBIT 1 SECURITY MAX Inc. Address: 11731 Sterling Ave. Suite # B, Riverside, CA 92503 Tel.: (800) 445-5561 (951) 637 - 6800 Fax: (951) 637 - 5800 E-Mail: aseema.x:@sbeglobal.net State Lie. # PPO 15232 1nsured and Bonded City of San Bernardino Purchasing Division 300 N. D Street, 4th Floor San Bernardino, CA 92418 Date: December 07, 2005 Re: RFP F-06-13: Security Guard Service - Metrolink 1 - Name, Address and Phone numbers: is as mentioned above. 2- There will be no subcontractors to us regarding this job. 3- We received addenda # 1 on 11- 30 - 2005 4- Name of contact: Sam Boctor Qualified Manager 11731 Sterling Ave. Suite B Riverside, CA 92503 Office # 951-637-6800 Cell # 909-702-3596 5- We confirm that the bid will be valid for 90 days. ~==----=-- ~ ~ Authorized signature Page 1 EXHIBIT 1 2006-51 SECURITY MAX; Inc. Address: 11731 Sterling Ave. # B, Riverside, CA 92503 Tel.: ( 800) 445-5561 (951) 637 - 6800 Fax: (951) 637 - 5800 E-Mail: aseemax@5beglobaLnet State Lie. # PPO 15232 Insured and Bonded December 07, 2005 City of San Bernardino Purchasing Division 300 N. D Street, 4th Floor San Bernardino, CA 92418 RE: Security Service for a location in : San Bernardino. Dear Messrs., I would like to take this opportunity to introduce you to SECURITY MAX, Inc.; Founded in 2000, as a corporation, with on location in Riverside and having a total of 60 guards. We are a full-service security officer and patrol company offering one of the most cost-efficient and effective security protection programs. We have a senior management team has over 32 combined years of experience in law enforcement and private security, And by providing comprehensive security coverage, top-rate management, and high-quality security officer whose training exceeds state requirements, we are able to offer one of the finest security services available in the industry today. SECURITY MAX approach is designed to provide professional assistance to our clients in developing, staffing and operating a security program or if there is an existing program; we work with the client in every way . Page 2 2006-51 EXHIBIT 1 SECURITY ~ Inc. Address: 11731 Sterling Ave. Suite B, Riverside, CA 92503 Tel.: (800) 445-5561 (951) 637 - 6800 Fax: (951) 637 - 5800 E-Mail: aseemax@$beglobal.net State Lie. # PPO 15232 Insured and Bonded At SECURITY MAX is more than a traditional security company, With the ever growing demand for private and public security service. Therefore, our goal is to provide a single source of professional resources and technical expertise to perform a wide range of service to meet all ofa company's or individual security related , needs. Whether in areas affecting human, financial, or physical resources, our objective is to protect assets and reduce exposure to loss. We at SECURITY MAX, our officers are all experienced professionals who take pride in themselves and the service they provide to our clients. Our supervisory staff maintains close contact and regular site visit with field personnel, they are ready to respond to your every need 24 hours per day . We look forward to serving your security needs with ambition, dedication and professionalism. We take pride in being leaders of high standards when it comes to service in order to maintain client satisfaction. We not only believe in meeting the needs and expectations of our clients, we exceed in those expectations. Sincerely, ~ ~, --===-= Sam Boctor Director of Sales and Marketing -------- Page 3 2006-51 EXHIBIT 1 City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-06-13 Security Guard Services for the Metrolink Station, 1204 W. Third Street, San Bernardino, CA 92405 NOTICE "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: An authorized Bidder representative shall initial'right-hand column next to every requirement item. State "Acceptable" ifrequirements are agreeable as set forth in left-hand column. City reserves the right to disqualify any Bidder who does not accept all requirements. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INV ALIDA TE BID CATEGORY I ACCEPTABLE/ASSPECIflED Security Guard Services for the Metrolink Train Station 1. SCOPE The requires City a security guard in uniform - 2 shifts - " Acceptable" from 4:00 am until 10:30p.m, 18.5 hours per day, Monday through Saturday (until 10:30 p.m., or until the last train arrives at the station and the public safely clears the parking area, whichever comes 1 SI). 2. REQUIREMENTS . The security guards provided will have the necessary training, ability, and Supervisor oversight to perform all of the proposal duties, and shall always maintain a neat and " Acceptable " professional appearance. . The security guards will always conduct themselves with a professional respectful attitude and demeanor in any interaction with the public. . The security guards on duty shall always have the means on their person to contact all emergency services as required, fire, police, or ambulance. Either through radio or cell phone. . 2006-51 EXHIBIT 1 -, 3. UNIFORM " Acceptable " The security guard will wear a clean and pressed police style uniform acceptable to the City for each shift. 4. DUTIES 0 Providing surveillance of the property and securing the " Acceptable " Metrolink platform and site from incidence. Insure the Metrolink gate to the platform is closed, as safety to the public requires. 0 Monitor and observe all vehicles within the parking areas. . Provide foot patrol sweeping of the property and parking lots on an irregular basis, but at least a minimum of.3 I times per hour. Immediately notify the City of San Bernardino Police Department of irregularities or criminal activity. 0 Document on a daily basis a log of activities, incidents, and interactions, either with public, Supervisor, City personnel, or emergency services on a report format acceptable to the City of San Bernardino. 5. SERVICE GUARD COMPANY SHALL: " Acceptable " 0 Provide the necessary training and supervision for each security guard proposed for the Metrolink site. 0 Insure the security guards assigned to the Metrolink site are neat and professional in appearance, and conduct themselves as described above. . Provide sufficient unscheduled Supervisor visits to the site to monitor and insure the duties are bei!lg properly executed. . Review the daily Jog/report of the security guards, submit copies of each to the City on a biweekly basis. 6. SECURITY PROPOSAL SHALL INCLUDE: " Acceptable " 0 An addressing of the above requirements point by point. . A total annual cost based upon the above number of desired hours and days of service. . An hourly cost breakdown for the security guards hours for regular time, time and a half, and double time. All associated overhead, benefits, and suoervision are to be . 2006-51 EXHIBIT 1 included in the hourly rate. . A list of any days of the year when service is unavailable, or will cost the City of San Bernardino above and beyond regular time hourly rates. ยท List the certifications or any specific training that the proposed security guards and their supervisors will hold. . " Acceptable "