Loading...
HomeMy WebLinkAbout24-Facilities Management CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Date: 10-19-06 Subject: Resolution authorizing the execution of a Contract and issuance of an Annual Purchase Order with two one-year options to Securitas Security Services USA, Inc. for security guard services at the San Bernardino Metrolink Station. From: James Sharer, Director Dept: Facilities Management MICC Meeting Date: November 06, 2006 Synopsis of Previous Council Action: 12-19-05 Resolution authorizing an increase to Purchase order 206189 to Advanced Security for Security guard services at the San Bernardino Metrolink Station. 02-20-06 Resolution authorizing the execution of a contract and issuance of an Annual Purchase Order To A Security Max, Inc. for security guard services at the San Bernardino Metrolink Station Recommended Motion: 1. Ratify the cancellation of the agreement with A Security Max, Inc, for security Guard services at the Metrolink Station, and 2. Adopt Resolution. Contact person: James Sharer James W. Sharer Director of Facilities Mana ement Phone: 384-5244 Supporting data attached: Staff Report, Resolution Ward(s): I Source:: $70,400 001-325-5507 FUNDING REQUIREMENTS: Amount: Barbara Pachon Director of Finance Council Notes: Keso 0200 c:, -3 <PO Agenda Item No. ORIGINAL N~. J.y /lJe,JOfl> e e e CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT Resolution authorizing the execution of a contract and issuance of an annual Purchase Order with two one-year options to Securitas Security Services USA, Inc. for security guard services at the San Bernardino Metrolink Station. BACKGROUND .'11 . The San Bernardino Metrolink Station is located at 1204 West Thi.rd Street. The City provides security guard services at this location as part of an agreement with SANBAG dated December 3, 2003. The guard service is to be present at the station six days per week, eighteen and a half hours per day, with a second guard during evening hours for a total of 23.5 hours per day. A contract was awarded to A Security Max, Inc on February 20, 2006, to provide security services noted above. There were concerns raised on numerous occasions related to the quality of service by Metrolink and by the public. On October 12, a letter was sent to A Security Max notifying them the City was canceling the contract with them. The cancellation was done using a thirty notice in the best interest of the City, and not for cause. The City currently uses the firm of Securitas Security Services USA Inc. at the City Libraries, and the vendor has provided very good service. In addition, the County has used this vendor for sixteen years. Staff recommends that the Mayor and Common Council authorize the Administrative Services Manager in the Finance Department to amend the County contract for security services with Securitas Security Services USA, Inc. This contract would start on November 16, 2006, and run through June 30, 2007, with two one-year options for renewal. > . FINANCIAL IMPACT The cost for security services is included in the Facilities Management general fund budget for FY 06/07, account number 001-325-5507. RECOMMENDATION Adopt Resolution ~ '1l:D ~ I I//(o~j, e: e5 e8 RESOLUTION NO. RESOLUTION OF THE !\fA YOR 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 SECURITAS SECURITY SERVICES USA, INC. FOR SECURITY GUARD SERVICES AT THE SAN BERNARDINO METROLINK STATION. : I BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY , OF SAN BERNARDINO AS FOLLOWS: 3 4 7 8 SECTION 1. Securitas Security Services USA, Inc. is the current provider of security 9 guard services with the County of San Bernardino, and currently provides security services at the 10 ]1 City Libraries. Based upon this previous performance of very good quality security services, the 12 Common Council hereby authorizes the Mayor to execute an Agreement For Services, attached 13 and incorporated herein as Exhibit "A", and the Finance Department is hereby authorized and 14 directed to issue an annual Purchase Order with two one-year options to Securitas Security Services USA, Inc. for $70,400 for FY 2006/07, and $1 19,300 for FY 07/08, referencing this 16 17 resolution in the text of the Purchase Order, to provide security services at the San Bernardino 18 Metrolink Station. 19 SECTION 2. This contract and any amendment or modification thereto shall not take 20 effect or become operative until fully signed and executed by the parties arid no party shall be 21 obligated hereunder until the time of such full execution. No oral agreements, amendments, 22 23 modifications or waivers are intended or authorized and shall not be implied from any other 24 course of conduct of any party. 25 SECTION 3. This authorization to execute the above referenced Agreement and 26 Purchase Order is rescinded if not issued within 90 days of the passage of this resolution. 27 III III no . 19 1f4/o~ 1 e2 e5 _8 3 RESOLUTION OF THE MAYOR AND COM!\lON 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 SECURITAS SECURITY SERVICES USA, INC. FOR SECURITY GUAR SERVICES AT THE SAN BERNARDINO METROLINK STATION. 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2006, by the following vote, to wit: 6 7 8 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA II BAXTER 12 VACANT 13 DERRY 14 KELLEY JOHNSON 16 McCAMMACK 17 18 19 City Clerk 20 21 day of ,2006. The foregoing resolution is hereby approved this 22 23 24 Patrick J. Morris, Mayor City of San Bernardino 25 26 Approved as to form: 27 IO,~I fM/:u;;;) James F. P an, City Attorney Exhibit "A" e AGREEMENT FOR SERVICES This AGREEMENT is made and entered into this of 2006, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Securitas Security Services USA, 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: 1. SCOPE OF SERVICES .e Vendor shall perform those services specified in Request for Proposal, RFP F-06-13 and as contained in the proposal dated October 18, 2006, a copy of which is attached hereto as Exhibit "J", and all of which are incorporated herein as though set forth in full. 2. TERJvl OF AGREEMENT Vendor shall commence work on November 16,2006 at 4:00 am. 3. STANDARD OF PERFOlUvlANCE/ PERMITS AND LICENSES Vendor shall complete all work in conformance with Federal, State, and local regulations and industry standards. Vendor warrants it possesses, or shall obtain and maintain during the term of this agreement, a business registration certificate pursuant to Title 5 of the San Bernardino Municipal Code, and any and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required of vendor to practice its profession, skill or business. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the Request for Proposal RFP F-06-\3, and Vendor's proposal, dated October 18, 2006, 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. e e e e Exhibit "A" B. Vendor shall render no extra services under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be im-oiced based on the authorized additional task amounts. 5. COMPENSA TION A. Upon satisfactory completion of the work, the Vendor will be paid time and material at a rate of $13.54 per hour through December 31,2006 and $14.76 per hour through June 30, 2007. Vendor to provide guards with cell phones at a rate of $40.76 per week for two cell phones. The entire compensation is not to exceed $70,400 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: I. 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 "I" 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 2 e e e Exhibit "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. 8. COMPLIANCE WITH CIVIL RIGHTS LA WS 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 AGREEME!\:T A. This Agreement may be terminated for the convenience of the City or Vendor upon thirty (30) days wTitten notice to the other party. A. 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. I I. INDEPENDENT CONTRACTOR 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 thc 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 WTitten consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $ I 0,000 shall contain all provisions of this contract. 3 r- e e e' 16. Exhibit "N' 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Vendor and City: VENDOR CITY John W. Muldoon III Securitas Security Services LISA, Inc. 402 S. Milliken Ave Suite G-H Ontario, CA 91761 Jim Sharer Director of Facilities Management 300 N. "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES For the purpose of determining compliance with Public Contract Code Section lOllS, et. seq. and Title 2 I, 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 access to any books, records, and documents of the Vendor that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. . 15. PREV AILING PARTY The prevailing party in any legal action to enforce or interpret any provision of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, and 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. INDEMNITY Vendor shall indemnify, defend and hold harmless City from and against any and all claims, demands, 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 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 and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, 4 e e e Exhibit 'X' damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by ,'r with respect to third parties, which arise from the City's negligent performance under this Agreement, With respect to any and all claims, demands, 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. ]7. LIABILITY IINSURANCE Vendor shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Vendor shan 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 insurance 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. I 8. 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 la\'1iful 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 5 Exhibit "A" ~REEMENT FOR SERVICES with Seeuritas Security Services USA, 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: CITY OF SAN BERNARDINO BY: Rachel Clark, City Clerk City of San Bernardino BY: Patrick J. Morris, Mayor City of San Bernardino Securitas Security Services USA, Inc. BY: Signature e NAME: TITLE: Approved as to form: JAMES F. PENMAN City Attorney BY: iO~lI(MluW III 1// e 6 . tit tit .t.AtUJ:HT 1 S~llll:ll . October 18, 2006 Mr. Jim Sharer Director of Facilities Management City of San Bernardino 300 North D Street Sr;:n Bernardino, CA 92418 < . l . P,-,ar,Hm: Ii IS willi great !,leasJre thHi W0 respond lu you on Bid Spc:cificzlicl1 # r-OC:.13 fu H's l'ml'me::! Sc,c'.:rily at the 01':'1 f3ern",;'CL,Ci Met,'cilink Station ,1:1 West Tlird Sireet. As with the Feldhf,ym <lnd Villasenor Libraries, we would be very h,ppy to continue our relationship with )'011 and the City of San BernardinC'. rc'r~ n nrl""t'~n :.-,,~~.:~._~:.i~...~ The items mentioned in this section are ail addressed in the attached RPF Forms following this document. Exceptions I Deviations The last time we spoke on the phone, I think we addressed the change in the Total Hours per Week of Coverage. We have based all of our Annual Estimates on 141 Hours per Weel{. (This of course, can be modified on fairly short notice at your desecration). [lehind this document, are all the required Forms and Pricing Pages. To be able to match this up with the County of San Bernardino Pricing Program, the first Pricing Page (9), will cover the timeframe from whenever we start up, through tile end of this year. The second Pricing Page (11), will cover from January 1, 2007 through December 31,2007. The third Pricing Page (12), will cover from January 1, 2008 through December 31, 2008. Securitas Security Services USA. Inc. 402 S. Milliken Avenue, Sun. G-H. Ontario. CA 91761, USA Phone (909) 97+3177 FIX (909) 974-3161 www.8ecuritasinc.com . . . ~ EXHIBIT 1 Page 2 Qualifications & Related Experience We live in a world in which concerns for safety and security escalate daily. From a business perspective, these uncertainties apply to the well-being not only of people, but also of buildings, equipment, competitive information, and research and development information. Effectively dealing with these concerns has grown ~eyond .the capacity of most budget-constrained public security providers. As a resIJlt, many orgatlizations have turned to costly proprietary security systems, only to'see the.se systems struggle .~,. .;'" due to inexperienced personnel, incompatible equipment and insufficient budgets. ~ Striving to meet the resulting need is a growing and diverse array of private H..cuiity provici(,n,. !nuny of v.11om h"Nc Vijl y specific ddlis, bullimited product and f.orvice offerinps. Some of these companies perform background checks. Some :;upply unifoflllCO ~8curily Offic.'3rs. OU1GIS install sGcurity-rclated equipment. TI16 City of Sa. Uemnrdinc.,'s mission can be f,ccomplished by leveraging the . ..'''..L. ^', .;. ,; S"'" I "rJ C "[,, <";"''';c"c' I F"" I"" (""" "'-~ UQA) .."I 11:,...iLlj:''''' ~.":',':n,'~' (.:\~-\_.L!:l(-_. uec.u!;.r \:"-'1'.1 ,~.... "/-'.')/'1 ,:I,~'. \,.rt'-:,..JlfllC',-, V V,"!ti tile expected outcor"le of promoting organizational service delivery standardization ;;r~d rsduccd plO'~1 ',C:n1(<nt costs, ttl!'ough the identification of onE' enterprise-w;,-ie '.'-'11'1\/ (~c.-r.;f,n/ E,; & partnGr to the City of SEln Gemardino. 'IOt:,"/, H!e,' i,' ('i',i" uric.) rewrit'i cGmpany theil can provide <:. full rpectrun1 of c;0f1rie,G2 wii., F "il.,/:; fE.e,,, te HI' clivi'll: Si;ClTil'iS U~A Diverse ,'md a;(perien{:cd, we are not just a vendor (guard company), but also a security partner committed to enhancing the safety, security and success of our clients on a global scale. Unlike other companies that offer individual services, Securitas USA offers "Security Solutions," We do this by creating well-considered, well-implemented security environments so that our clients can concentrate on their core business objectives. Partnerships develop in which we not only fulfill defined goals, but also anticipate and proactively identify and address future needs by participating in your strategic planning process. Establishing such environments, of course, is no small undertaking - especially in a world filled with multi-faceted security problems. Securitas USA, howev!3r, offer~ such 'comprehensive solutions because we are confident of both the breadth and quality of our portfolio of security services and products. In fact, our vision is to continue to grow as ttle preferred provider of world-class, total security solutions for the 21 sl Century. We recognize that the City of San Bernardino's primary objective is the provision of security officer services. While Securitas USA's core competency is in providing these services, we believe it important to also highlight our total solutions capabilities in order to demonstrate the total value that Securitas USA will bring to the City of San Bernardino. . e; e ~ EXHIBIT 1 Page 3 LOCAL Focus Securitas USA has over 450 local branch managers throughout the United States. Each branch manager offers the commitment of a small business owner, with P & L responsibility for hislher local business operation. Our local branch humafl resource department conducts personal applicant interviews and manages our comprehensive hiring and screening process for all~ew hi~s. Ol;lr loeal branch scheduling manager coordinates scheduling and pay~oll with each site supervisor, and assists with special staffing requirements for temporary or intermittent service. The scheduling manager also ensures that the correct payroll information for each client is submitted weekly, which in turn generates accurate invoices. l ...-; GLOBAL PRESENCE Se~urit8S US!':s p'1feni Cf)mpnny, Securi!l'ls AB, is the world's largest provider of security ofli<>",rf and rclat~d (;(,1 \'i<:", ". OUi wcrldwid::: Ilf iWOII; of 8ffiliated [;f)curily, consulting and investigations offices enables us to provide efficient, coordinated services to clients who do b~lSinGss illl~lmationally. Ol!i grour; if WGII 0st8blishtl~ in the U.S., Canada, Me);ico, EuroplSi, South AmeriC8 ana ki.<.., and we f;l1VC c. networl, of partnerf'. in many other areas of the Vlorld as well. WORLD CLASS It is Securitas USA's ongoing goal to set the industry standard and continually raise the bar so that every employee, service and product surpass that standard for quality. To this end, we have implemented a comprehensive Total Quality Management approach to doing business. Measuring and improving client satisfaction is emphasized in every facet of our organization: SOLUTIONS Most vendor-client relationships are reactive, where the client recognizes a need and the vendor is contracted to fill tllat need. With Securitas USA, however, that relationship is flexible, proactive and expansive. We not only strive to solve your initial security problem, but also to leverage our diversity to allow us to anticipate and prevent future exposures to your business risks. Pointing out problems is easy; preventing them - working with you proactively - will be our mission at the City of San Bernardino. e e ~. t;XHll:llT 1 ~ Page 4 OVERVIEW Securitas Security Services USA, Inc. (Securitas USA) is one of the largest providers of security officer services in the United States. Securitas USA has more than 450 branch managers throughout the U.S. and employs approximately 100,000 security officers. Securitas USA's U.S. revenues in' 2005 were $2.7 billion. . The parent company of Securitas USA is Secur~as AS; the world's largest provider of security serVices. Securitas AB is a publicly owned company that is headquartered in Stockholm, Sweden. Securitas AS has approximately 200,000 'employees worldwide, with established operations in over 30 countries and the abiliiy to provide serviCES in approximately 90 countries worldwide. Securitas AS's 2005 revenues were nearly $9 billion. ''Il ~~ ABOUT SLGUR'T"'~ AL ::.'el~U:~:k ,\B had a \'i"iol bi l 2ppi',~,acll h' b()[':uri:y. The company Ilf,d hi[jh khal;. and selthe standards for quality, service and professionalism thet revolutionized the fie!:.!. In 1934, wh(,n S'JclJril8;;^.B'~: founder, Erik Philip..S6rem:en, O~IRblish0rj the forerUr,11Gr of Securitas ml, OJ lAiva~e,securit)' firm in H(JIsinglx1rg, Sweden, h,; . created a model for Western', Europe of how a guardIng company should be run. He pk.no6red treiriing anr' c'8v::>loj;~ f' cooperat;ve effort with tilt' fire cl~purt[';~ert 10 en~,): 0' thol his gll~li(S r',sc;e",.cd j): ,:fightinO ,,'\ills. In the IptE', 19405, "Her thE two world wars, the demand for more advanced security services increased. Securitas Alarm was formed to offer technology as a complement to the guarding services. In 1972, all of Philip-SOrensen's companies were gathered under the collective name of Securitas, the Latin word for security. Securitas AS's high ethical nature was another distinguishing characteristic of the company. The firm's core values were summarized in three words-Integrity, Vigilance and Helpfulness. These were the guiding principles for Securitas AS employees. A logo with three red dots, representing each of the values, was created. It became the recognized symbol for Securitas AB in Sweden, and later throughout Europe, as the company expanded over the next two decades, acquiring existing security businesses to develop and refine. ABOUT SECURITAS SECURITY SERVICES USA, INC. In 1999, when Securitas AS entered the U.S. market by acquiring Pinkerton, the company became the largest security firm in the world. At the time, Securitas AB was already the leading protective services company in Europe, but few here in America were aware of the firm's stature in the industry or the respect associated with its name. ,- e e - In 2000, Securitas AB acquired RDother bg(::nOcT)', Americal i private security firm, Burns International. Founded in 1909, 11)0 Vlfilliam J. Burne Detective ^gency waR 81S(1 j.-"rlCl"""'rst'j i' C'1.1....'gr 8IJr')"'\"-~" I' -n oj' 1"'-'-';\'" ,i ,J.:;'f:'_.i .,' ::,;:, , II F! \,,::;.0; .t. _ 1.-;; ',(;~.~ l~. ';',:: Jlt'~.U'I) ,':-It., Iiad served as a national crime watchdog, IJuring his cal'oer, 1'1(;; was known as "the greatest detective the U.S. had ever produced." In 1921, he was appointed director of the newly formed Bureau of Investigation that later became the FBI. Burns' drive, determination and commitment to service helped his company grow from a small detective agency to the second largest security provider in the U.S. That same year, Securitas AB made a number of other U.S. acquisitions. First Security, American Protective Services, Doyle Protective Service, Smith Security, and APG Security were all purchased, giving the company a strong^merican foundation. The acquisitions also positioned Securites AB as the market leader in the United States. Ailanl'illkerion fc,,,,d,,r P;''!k(~rton~l: '!-latinna! ,; ..etectiv~; i~ge;.;cy ~ EXHIBIT 1 Page 5 A Little Bit of Historv Like Securitas AB, Pinkerton had a rich history dating back to 1850 in Chicago, when Allan Pinkerton, the "original private eye," founded Pinkerton's National Detective Agency. Pinkerton was employed to protect railroad property and first gained fame for exposi[lg the activities of a band of counterfeiters. In 18S1, he- achieved : national recognition when he uncovered and foiled a plot to assassinate Abraham Lincoln. Soon after the outbreak of the Civil War, Pinkerton helped organize a federal secret service, of which he beGame chief. His pursuits of notorious outlaws such as Jesse James, the Reno brothers, and tho \i\'ild Rundl (a group of bandits led by Butc:, Cassidy Eo h.. tho Lundanev Kid) brought """'-,(, " " . ,,'s'h'l.t to I, . ~ 'e "y ,.,.,<Lc.Tc,n"r 1,1 flY "IS<=<[ .11.... ~ ~ Williatil J. Bums Founder William J. Bums Detective Agency In July 2003, all of the U.S. guarding operations of Securitas AB united under the single name of Securitas Security Services USA, Inc. e e e County of Los Angeles Office of Public Safety Peter Toscano Contract Manager (562) 803-3694 c: 'Junty c.f I os An,.e<lf H Dopartment of Pl'bHc Works Victoria Valles C("1tr"("l "1'" 'v'::"' ~ _', _,... If cdl-.~ .... (626) 458-'1393 (.",,,.'!t,, "r', '\' t,"'.. ,'".., "f-.. u~ '.1' 'I,.,J~ ".\.." ~. i..'~-' ".,. Shoriff~: Dcpar llnc:/ Deputy Lee Leatherman Project Manager (626) 300-3175 Metrolink Ed Pederson Project Manager (909) 593-2954 County of San Bernardino David Weinberg Sheriff's Lieutenant (909) 387.{)346 ~ References , " . . . EXHIBIT 1 Page 6 ~ " Ie , e. e ~ EXHIBIT I Page 7 Please feel free to contact us with any questions or concerns. Best regards, MLQL Rick L. Collins Business Development Manager (909) 974-3177 ~ . David 1;:. Coventry Branch'Manager (909) 974-3160 , e e e J::..h.t1.1..Dl.l 1 Competitive Comparison Summary Officer Screenina: Drug screen Crtmlnal check-misdemeanors & felonies 7 Year reference check Psychologlca' survey High school education or GED Two pf:rsonalll"lterviews Uniforms: Free to offtcer Free replacements Munlple cUent options EmDlovee Benefit Packaae: Medical Dental Vision ~01k Life lnr:mancl' raid V(i,(;;;!:ion Edu(;ati(l~': li.St.\;".ti!n-et: Dl!i.'l.!)-:my CO"~" :-':Jt. (~:JI:-.rinrli' ("{U;',l I"~\','j.' ITti:g:!..'.im Q~ccr Traln.Lrm: PH1-a~!;I;.:,.~,t;1 . On-sil~; Advanced programs. Sp-srlliiIl1t'ct L('rtlst1r.s, He2.tthct.:w, HOAs ~usJ:j !A~&d~Y; t 3 IJlllloli [II ahlil1ai wvenus Service QualitY Audits: Monthly Facility SecuritY Surveys: Annually Technoloov: Computerized post orders Tour confinnation system Post confirmation system Seeumy Incident reporting system Alcrtllne-anonymous employe. call line R"1l101l21 cormumleallons center Officl!s: Locally: 18 in Southern California Small broimches & persunal !<':;rvlce NaUonally--liOO In the United Stztc. Additional Resources: PlIlrol service AJ.nn response Consunlng and Invesllglllions Exacullve protection Risk management Alarm syst.~ombined contracts Strike coverage Extensive manpower: 8,000 officers in Southem California Mailroom .alllng Tronoportatlon and supply chain axpertioa . --L X --L .-lL X X X --L --L .-lL X --L X -x- _ x= X . ~- ~_"J.'..^ . .....J r. .-X _J_ --L --L --L X -X -X .-lL _.1'>.- _ll_ __.L _2_ __1>- X -X -X --L --L .-lL --L .-lL --L --L Competitor ~ . ~ . EXHIBIT 1 tit City of San Bernardino TECHNICAL SPECIFICA nONS BID SPECIFICATION NO. F-06- I 3 Security Guard Services for the Metrolink Station, 1204 W. Third Street, San Bernardino, CA 92405 NOTICE "SPECIAL INSTRUCTIONS 10 THE BIDDE~" Services: An authorized Bidder representative shall initial right-hand column next to every requirement item. State "Acceptable" if requirements are agreeable as set forth in left-hand colman. City reserves the right to disqualify any Bidder who does not accept all rCC1uirements. ", FAILURE TO COMPLInE RIGHT HAND COL.UMN FJLL INVAIWA T~~ Hn: -_. -.===-==-=" ~ CATEGORY I e ,Se;;urity GlI~::d Se:"\':cc~ for t'l.~ Metl Dfh': Tn;;n St:<t;cn "" I I. SCQPE . ACCEPTABLE/ASSPECDnED " The City requires one security guard in unifOlm - 2 shifts - from 4:00 am until 10:3Op.m, 1'5 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 l't).n~..~ .1fto!l ee A 6II~ kv~. 1............l.. hreeh iB68f1Jaf8!ed. mta B8eh shift. @ A second security guard in uniform will work from 5 :00 pm to 10:00 pm. The first hour of this shift will be to cover guard number one's lunch at the main duty station. From 6:00 pm to 10'00 pm will e spent in the remote parking lot to the west of the station /4/ H61U'S ev- W~!!r.L__ 2. rEOUIREMENTS tit . 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 professional appearance. . The security guards will always conduct themselves with a rofessionaI res ectful attitude and demeanor in an @ I e. interaction with the publie. The security guards on duty shall always have the means on their person to contact all emcrgency servlccs as required, fire, police, or ambulance. Either through radio or cell phone. 3. UNIFORM The security guard will wear a clean and pressed police style uniform acceptable to the City for each shift. 4. DUTIES . Providing surveillance of the property and securing the Meu-olink platform and site from incidence. Insure the l\Ietrolink gate to the platform is closed, as safety to tI,e public requirc~. Monitor and observe all vehiclcs within the parking areas. l'rO\~ce [oo\. Firol sweepinr of t!", pre'pelty a',d parking kls op an im:gular basis, bet at 1e.1St a minimum of 3 tmes rer L(YllL lillIDedia-;:dj" nobf:/ fiIt: li~.y 0'1 S".l Bernardiuo Police Departmeut of irregularities or criminal Ci':tivily. Document on a daily basis a log of activities, illciJents, and interactions, either with public, Supervisor, City I:,)SOnn~~.l, cr emergency serVIces OJ;, a ref.ort four-at acceptable to the City of San Bernardino. I I" I. II " I eli. i: I 5. SERVICE GUARD COMPANY SHALL: " Provide the necessary training and supervision for each security guard proposed for the Metrolink site. . Insure the security guards assigned to the Metroliuk site are neat and professional in appearance, and conduct themselves as described above. " Provide sufficient Wlscheduled Supervisor visits 10 the ,it.e to monitor and insure the duties are being properl/ execut.ed. . Review t.he daily Jog/report. of the secmil)' !\,Jards, submit. copies of each to the City on a biweekly basis. 6. SECURiTY PROPOSAL SHALL INCLUDE: e' . . 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. Lhn.LDJ.J. .I. ~ (t) ~ ......' ... . 6J @ dP "2 e e e EXHIBIT 1 . An hourly cost breakdown for the security guards hours for regular time, time and a half, and double time. All associated overhead, benefits, and supervision are to be included in the hourly rate. . A list of any clays of the year when servicc is unavailable, or will cost the City of San Bernardino above and beyond regular time hourly rates. . List the certifications or any spccific training that the proposed security guards and their supervisors will hold. @ t .5: 3 1-' I e ~ECTIOIS.m.. f . .< BID- COHTENT ARD FORh!S e e EXHIBIT 1 .' , .~ .; ~ . . . EXHIBIT 1 UL BID CONTENT AND FORMS A. BID FORMA T AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: 4' . .' identification ofBiclder, including name, address ana telephone; a. b. proposed working relationship between Bidder and subcontractors, if applicable; ~ c. rdmow1edgmcnt of receipt of all RFP addenda, if any; d. Hame, title, address nnd telephone number of contact person dill'iog r(.:rl:d r[hid eValnaticn; c. a statement to the effect that the bid shalI remain vdid for ~. red'),) of not less than 90 days from the date of subm~t.tal; and f. sigoature of a person i:uthorized to bind Bidder to tue tem,:: oft!":; t:d. Bidder may also propose enhancement or procedural or technical innovations to the Technical Specifications which do not materially deviate from the objectives or required content of the project. 2. Exceotions/De\:>tions State any exceptions to or deviations from the requirements of this RFP, stating "technical" exceptions on the Technical Specifications fonn, and "contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. 3. Oualifications. Related EXDerience and References of Bidder This section of the bid should establish the ability of Bidder to satisfactorily perform the required work by reasons of experience in performing work of a similar nature;' demonstrated competence in the 5" e e e t.Xt1.UH-l 1 services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference Bidder shall: a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; b. describe the firm's experience in verformUlg wor,k 0(;: similar natun, to that solicited in this RFP: ',. '=t , . > c. provide, as a minimum, three (3) written references from current cllstomers of a similar size as the City as related experience; reference shall furnish the name, title, address and telephone number or the per:;un(s) a the cl~e!lt or8a.'1iz~tion who is most !~:lOw!edgc?ble ab0t:t the work performerl. ':'. i''''r .;aJEr:-';~: Inform, ~:on mnsidered by Bidder to be pertinent to this RFP and which has nol "cen specifically solicited in any of the aforcmt:ntioned. sections may be placed in a separate appendix section. BIDDERS are cautioned, he,,,":',.,,: th;;1. :' it docs '!lCI (.n))stitlJtc an invii~tion to ~,Jbmil l,.r[~e '~'C\'" -,;..).f ",."", '0 sr..-;.'J....:..j"....,-_....._..~."~"r,l.".,,~,JI,,... 'c .f'.'......-lb-.;."; u1>.a.....Ll!Jl... (.... (;.XIJ;~' J..., 11 .iolt.-1"'",, ",PI)~!.u.l....;..,..;. i:>.\.'...-':...J_.V n';) .:.: ....!('~!L Cl.L',,; -11.;_-1. B. LICENSING AND CERTIFICATION REOUIREMENTS By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFP are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lackiol! cODies and/or Droof of said licenses Bnd/or certificmti.Q.!!!.jII11V be deemed non-resDonsive Ind may be rejected. C. ~OST A,r-m YP..ICE FO~MS Bidder shall complete the Price Form in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. , EXHIBIT 1 . Bidder shall state cash discounts offered. Unless discount payment tenns are offered, payment tenns shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.G.B. Destination, Full Freight Allowed, unless otherwise specified on price form. ~ , '4 e e 7 e e e. t:XHI1HT 1 Security Guard Service - Metrolink Price Form REQUEST FOR QUOTES: RFP F-06-13 DESCRIPTION OF RFP: Security Guard Services - MetroJink )e(I.H~;-I-4S )Pl14t"dX )fVl/I'ceS LltJl. >. Muhlrek :4[/'(, ?"l:fe r11t1.~h"! 6t 0((71/ lAst? G-f{ BIDDER'S NAME/ADDRESS: NAME/TELEPHONE NO. OF Jif) .J...... L /! /, ~) CI -. AUTHGRIlEDREPRESEN,[ATI~. illS ~ (.,11 1/11$ Or f 71{- riLL. _ .l~ ~ ~l'1(>J.2.j).f v e Iq~ 1M. t]i i- (J1.t.Uti'l N- b~NUAI,)>m5qlASE O}Pl.ER Fffective Oil 0" about Novl',-"Ler 16, 7.006 through June 30, 2007 plus lW'J sinr,k year options, for City's partial requirements, on an as-needed basis, with no guaranteerllls?,g:: f('r fr ':I::ity 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 1, 2008 through June 30, 2009. Actual year pricing shall be negotiated with the sllccessful 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. co e t...l\.t1l.D.Ll 1 'jfe:rl'!(,k5i~,+:> 'NO"FTRANSFERABLE .. 'MUSTHAVEACOLORBACKGROUND ': . " , ACCOUi'iT NU~IB[R 2269(, DATEI'AIll 02/07/2006 OWNER, FIR~1 OR CORPORATION ;SNESS KA..\IE A TTL',TIO;-.l :LING ADL'RESS KEEP FOR YOUR RECORDS CITY OF SAN BERI\'ARDINO BUSINESS REGISTRATION CERTIFICATE , Thi~ Bu~iness RegiSlril;on Cenificm does no! indicJte Ihe kgal opcr.l1ion of thi5 bo.osine'ls 31 this 10:31ioo OIlier appro,.ab by alba City departmc"ls, S~dl as De~elol"'l'lC"'l services may be rcqulr:d. This C'Militate is issued without verificaliCIn lhallhc ccnif.C3!c is subje(": 10 or C)lcmpl from licensing by the Slale of Cali fomi a .&L"'"t~'bJ., The Bo.;.sine.ls 0"..'1'1<:( is rr;,iX'lls,blc for timely renewal. NOI receiving a renewal noliu (Of any rcason dotS not relieve ::~;:;~:~'~:="<'" If''O;:~~: l:;;:;~~'P;""O' ,,,' ,ho~... lO% ""';;;C;~N ~A TE NOTES; 12/31/2006 BUSINESS LOCATION; 402 S MilLIKEN AVE # G-H ACCT 1\0. DATE PAID. 22696 02/07/2006 525B $2.013.63 . ;:Li-~ \,...-......""- ~'.;' ",. :0. ';-~ . SECURITAS SECURITY SERVICES USA, INC BALANCE $0.00 ~Ec..:RlTAS SECURITY SERVICES USA, INC 4330 ?AK.K TERRi\.CE DR l?/chel C. C/v'!rk CITY CLERK WESTLAKE VIl.LAGE, CA,' 91361-4630 ~'it:~_~f~i'.' CITYOI' SAN BERNARDINO .. __ ~..~ ./'/.""-..>- "p.'';f'r;'~~-' \......,...--- '''~''','I.-- .,..,'N<f..._. ,...\..;~",'''''-~ \'\ ''''~Jf- -, ~\.i':l"lI-. \ \ '1/;"- "),~X"IfIJ..- - ~'-''l.z.,,~,-,;;:-,; ,'..._.-:\....,.....I":2i~n ~\ . ~{,)~~::~.~ - :'i;',}':{'P= ';//'l..~;~:;i -.f,':J~",\.)\(,~~;;'i,~"~\~\:i:i;';'ZX\\\\(.~~J~~~<7.i::;~\~~i~~~*,~\"'~ n-:/~~~~\\\'L=W~\\~'(/-~~';';:~~ 1::_:~;0>>'\\~C ~\\ '~ .~./l/.';.~~WS~'r/;:;::'~\\;>(I/,-~,,"'(:.,\\'i(I//..-:.=~;..~,\\'V<.:I..7:':-';:'N\\"{. ,//:_=;.>\" --'J\'1}.,.qlll~---:ti'~"'~WI/::='~ "~'f,:#'E=l/'t\.f...'lf('1-€qJ \\\V::/I'I":;'l\y;"~'\flf~ !:\~ r:' ~ <~~"~i {' {\~'f-~~;~'t X\,'.t:;::~-:'l.~~''';'=$ 1.\,\\/(::-::"':/ V.\\ .-=:;;.!).~!.~. '<~X~:Z/"~:~":I,E4X\~'~f'I"'oRX"~",,,,, ,,;..a-;:;~~,\\\\ ~ ~\~ .~Il; > .;.:: c~r~l~rr;7;,~~'\'~, 0~iE;;-~"\{..'';~::":''-' "?,~,~~:-?:<,,~,,~'~~I =:::. ~.~~:::..iiSh~~".{(' .~-~-::...:.,;,,~.;'>r/~~;I:auY~aif.fE~\~ef~;ny\ani(ln\:estr9ati~.s-ef 1;JL~& .~ \ 'D'. arlmell1 bl .\~':;'-.;::;-'i/,,'\'~ _';;::.', I"~ '. .':,..::'} . n_,: ':-.." :s,.tR1-:..-,,' ,,-. '.. ,"'~I \\ .':::"-'''l', 'H_.~..' ._~i\\\~"" > - - v' 02 .....~.,::.,,~'l: 'l' ,'.......-;.r... '1," v...:v; _~~~':\\V,.:_...o;",. ')./..~{\. -f,'/';:::;'. ~,:'iJ- .::~-'...:,' ,,9:;;'1ll'1~.ii'1 f- ~l';-I=: '\\"'II/::::=I:"\~ :ffl.=::'/P.0.1.BOA 198nO -/~"W\/.I==I,\'''":'.,((kl: . ~i:llHBr/: ..:~'-~ . /J, ' . ,I: _::2. ,,"'. -: '" \:-'.~ .:'~ I :"~ ,""'r:-J\7\'~.1 -~f :..==", -. \ :=WEST'/:SJ\.CRAI\~ENTO,".~CA~9579o.-9002''l''':~I..~ .ctT.1 , , ."~~r ",.,~fJJ'l':'~' ., ,\~$;.' .~~:') ,"'1 '., .;.'~::' .. ,'-.H';~ 1'Y,~ .~ ,........: -Jr;~ \' '\. ~!/~:::;'~'\~''\.:; '-jj9"61 "22""000 ;.; -.;:.,:)}~;;:\.~\:r,'"._;;;~J"~'~~ . ,_. .... , . ~..., ..' ~,_,", "_. '_," ..~ . _ ..', ,___' . .r1_"~J _,l" , ~I ,;,;t.~ ,- '-r. I.~ ._ aIrS ,-,;;:::::,1./"..\...:\.,/ ,::::".:' '.' ~\~."-;::.:::-.I,~,~"~.'>/'~ :I.;.v..\\r!,.::~ ~'> ~ . 1 . ':1 '\....~\\ ~~I/I.x-;>.;.~.;>.~?J,~...~\(~p,:.\...'\..,.~'.;;.:\w (..=..~;".fJ \~\....v.=.=;~>>~ ~ '." "_'''''''.,''W/ h="~""''''-'' ,., TI -" ..,,'"'c-,.''''' ". . '~- om;' ":::11- R"~'.~GH-""""",!':';'::-''''~'''f='-''''UlJ.. . '", '/,--,' 'w~'/, -- Y"~ Rrn~' (I'-.;1,"-.D"""I' . .. , - !. ~ '3.0"''''~-'A",,'i>=~'''WL= rJ -,.''::':::''A,'/fI\'o,;'i;;..:..-=r/cf.'' .' ...' ~~.~..~~;:t:l.--.1~ :: -, :" ~ . ~ -::;,~..,'\")'''\''i..=:'~.-, ,u'\,v';_.;:I.'~"'~"\: - ',':. . :_.'-;..\\\~~/I~---:>?~,r~',~~:'?'::.,,; ''''\' ':',':-__'::f. 'v\~". :_.. . n .f t--=-.... ~ _.' <\ '/'<ih ..,fi~.Tr '~'Oi=-'..\\y,'~'14'-::-'':-J..'\f-~II.:;:''~~''~~i''ll.a9;'\.~l~''~'';~~~'\; _ " s \ ..\\.(.__ .;." :;:..../~_~.. ~...~ ,~'I. '.~i.."'\ '~"'_ ~_,!$ ",' > ...___~_ '" 'l _ . ,-, ". \<\"o;" ~ _,.#/',\\\"ff__":')" .,:\~\;,\."""" "''''',,/.\\ \W.::"'" I;.,... ' .... -,~!,;'.:\.\i:~_-"'~.":~/\'>.;; . /. ;~..:. 'O:;~ ..f: _~:-:::_'" '. _<<- -..... t ,c....:.. .-:..,I,'~.;"'~,:;,,:~ - "'" ,\.-, '.!,~.~:~~'-' ., :::~J/:' '~._"".'1. ' n,,",', /30' '--:'':2007'.,~';\:.r.11/'':- j E R TJ.f..I,C.AJ ~~-/;P.t'\I3.f:.?r? 80 ]i~,'. ,>:~/_::::.J )"3~; ."?; '~4tIIlOll!t~ . {::L~~:~,;~~~>{~~E:f.~ ,.~y!tTJtk./!tq,~~ ~-.~'>--~..,~, ~,,~,,~ ~.""J:~~:;',\~~~:.t ..' . ;'"":~.O'"~'''':O''O'66298''7''' ,',>,~'~.'\ .",' ,- -\"'-! .........- ,--;'7"-,\" f...~.,\,.,,,lt1..-;::::;'f'.~~'>./. ..~/.;;~"" ';:"..~:.~... l'}_....~\.\"....,./~"':~~:\,. ':ECEIPT:;,'N .' \- ~ . - ,_' ',.".";: J.t;~. _J . I..r"=':,\,,~: ~"~<>"-:",,"";"::;"/t,,~\":f-l''7:~,.,\l''''.':..:";.::::: 11,\"1. .=u'.", '\;:-';"~:.z-',:-'.:r\ .''''~.'' :..--~-r-.>. ", -' .~_ ~.' ,,' ,---;.-....- .,,., ~ ~--... ;.; "...:;. It ~",~.-,;;,):' .';:-, 'I'.,"~_, '~-~;"."" -(",-"...,~ lICENSE ,NO "."'PPO"14827 _ -...\ .",' ....... -. '. ..", ,-.~..-}.' ,'.0.. "","'/',"'~':--'C"'..'..".. ,. ...-.'; :,,,,,, _~.c .'...'", . ..., \,_ ~"'_ ,'. ',' <" ._.." _ ", '..< . , _:) e. . ,,_, ;I.....-~ ~:.> .~,. ;;.;;f~JC" ''i> ';1: ;;'t.\rj ~,\,,,):'::.~"J->;{v'l....-ko . ,......,_..-'ll>~ >,./_ __~'", .'~ r ."q~', _... ,'." "., ," . . - -, . ,- ... ... , ',,-'r. - '~:<Y"'h~_, I,.($.. ""tit " ". .,to,..,. '",,:,~,",, ,~w",,::.'!=~ , /_., . .<,,-- ., -' ., '.~ ".' ~" '."--1tii':>-';;"'"' ,..,,!mmt-. "......;,~ <' tft"'''' .':t1S1O'.--"" '"""...,"':" ~ . .~_ '. . . ' -' "'a""~~ e'- ""U-' ". "' . ," "', '... _" . .' ~, " .",. '" '~v"': ',:,-.-,.:.- >{O :l!'l<!<~~~:-., ~'@"'$.' . .'. .. SECURITAS 402 S MILIKEN AVE. ONTARIO CA91761 iit, e SECURITY SE.VICES #G-H INC USE, ...,.;-:... .::'\~V:::'-_:~.:';' . .;, . i~2~,;2;:Yt~~T: ;.;:~." ..;/. :-3'/ :~~-~, .'- ;~,..-~ e In signing this bid, Bidder warrants that all certifications and documents requested 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 Received on: ~ived on: \'l1!Z Uff~~ (7 , Addenda No: Addenda No: Addenda No: AUTHORIZED SIGNATURE: . ~~ -, e PRThiT SIGNER'S NAlvfE AND TITLE: ::.Jr>-1~,--i{j uL-do.",,,, ...:zzr__ J~ L. hr. /0/4 {d Ot>/'i J1l A V'fCi I!.'c..e IfJy('s .'c/ev;/- /o~f'hop {., . I ... DA TE SIGNED CGMr AN '{ j,r\ME .": i,"I)DEESS: 'S~t!i ,,;.h L5e (I( liLy ~; ~n:~t0 ({ 5i1. '1~2. 5. M~lId(~1.t ,411'1". ~I( de G~H 0L1f4r.", CA 11761 PHONE&'r) 971.( ~ )/'~ FAX:~I~) 17Lf -"316 ( IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: e {o e e e CAMUHT 1 Securitas Pricinl! Schedule City of San Bernardino Metrolink Station Fiscal 2007 November 16. 2006 thru June 30. 2007 141 Boun ner Week First 6 Weeks, (11/ 16/06 thru 12/31/06), to be based on the Straight Time Rate of $13.54. . Position 1: Monday thru Saturday, 4 AM to 10:30 PM, (18.5 Hours per Day). 6 Days X 16 Hours (Straight Time) = 96 Hours X 13.54 = 1,299.84 (Weekly) 6 Days X 2.5 Hours (Overtime) = 15 Hours X 20.31 = 304.65 " ; Position 2: Monday thm Snturday, 5 PM to 10 PM, (5 Hours per Day). (i Days X 5 Hours (Straight Time) = 30 Hours X 13.54 = 406.20 " "'en!'l" (.."t cf'1 J' ,...t"lo' vv \."".J ,,~. .. ,',- ,__I'>. ,-, .... 40.76 " Total Wed:!)' Cost: $2.0.R:'I.:'! " Total Cost of the First 6 Weeks: ! 12,3!!.t1Q Second 26 Weeks, (1/1//07 thru 6/30/07), to be based on the Straight Time Rate of $14.76. Position 1: Monday thru Saturday, 4 AM to 10:30 PM, (18.5 Hours per Day). 6 Days X 16 Hours (Straight Time) = 96 Hours X 14.76 = 1,416.96 (Weekly) 6 DaysX2.5 Hours (Overtime) = 15 HoursX22.14 = 332.10 " Position 2: Monday thru Saturday, 5 PM to 10 PM, (5 Hours per Day). 6 Days X 5 Hours (Straight Time) = 30 Hours X 14.76 = 442.80 " Weekly Cost of2 Nextels: 40.76 " Total Weekly Cost: .$2.232.62 " Total Cost of the Second 26 Weeks: $58.048.12 Total Purchase Order Cost of Fiscal 2007: $70.356.83 . tit tit CAnl.,OJ.J. 1 Securitas Pricinl! Scbedule City of San Bernardino Metrolink Station Fiscal 2008 July I. 2007 tbru June 30. 2008 141 Boun per Week First 26 Weeks, (7/1/07 thru 12/31/07), to be based on the Str,ght Time Rate ~f$14.76. Position 1: Monday thru Saturday, 4 AM to 10:30 PM, (18.5 Hours per Day). 6 Days X 16 Hours (Straight Time) = 96 Hours X 14.76 = 1,416.96 (Weekly) 6 Days X2.5 Hours (Overtime) = 15 HoursX22.14 = 332.10 " ... ;. < 1 osition 2: lAollday tl1m Saturday, 5 PM to 10 PM, (5 Homs pe:r Day). 6 Days X 5 Hours (Stri'ight Time) = 30 Hours X 14.76 ~ 442.80 " 'Heddy Cost of:! N0XiC;J:;: 40.76 " Total Weekly Cost: $2,2,11"y( " Total Cost oftk First 26 Weeks: $58.048.12 Second 26 Weeks, (1/1//08 thru 6/30/08), to be based on the Straight Time Rate of$15.57. Position 1: Monday thru Saturday, 4 AM to 10:30 PM, (18.5 Hours per Day). 6 Days X 16 Hours (Straight Time) = 96 Hours X 15.57 = 1,494.72 (Weekly) 6 Days X 2.5 Hours (Overtime) = 15 Hours X 23.35 = 350.25 " Position 2: Monday thru Saturday,S PM to 10 PM, (5 Hours per Day). 6 Days X 5 Hours (Straight Time) = 30 Hours X 15.57 = 467.10 " Weekly Cost of2 Nextels: 40.76 " Total Weekly Cost: 12.352.83 " Total Cost of the Second 26 Weeks: $61.173.58 Total Purchase Order Cost of Fiscal 2008: $119.221.70 ~~- CAn.LD.LJ. J. . 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 perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in r~straint of free competitive bidding in connection with RFP F-06-l3. 1< . Signature of bidder X )f>tI4.V'dy Se~ V,'lElS C~ ,fUl / J -r?~ //// . /...)" J tv. /~.~/2r~>n .~- U5A '\ . \ Business Name )eC 4 v-tf4 S Business Address (j fa". ~ e h:ver?~Je I CA Place of Residence SubstrilJed and swom before me this __Ii?? '11+ _ day of Cbr6&2JL-, 2ob0. Notary Public in and for the County of SPtJ f'ftt/'l /(I2JJ ~State of California. My commission expires IO-~ , 20 ill. . ()