Loading...
HomeMy WebLinkAbout12-Facilities Management CITY OF SAN BERNARDINO-REQUEST FOR COUNCIL ACTION Dept: Facilities Manageme~ :- . ^ , ',' · L u i.I....' I.,rl October I, 2002 Subject: Resolution authorizing Execution of a contract and issuance of a Purchase Order to Advanced Security for Security Guard Service at the Metrolink Station in San Bernardino. From: James Sharer, Director Date: Meeting Date: October 21, 2002 Synopsis of Previous Council Action None Recommended Motion: Adopt resolution hoC ~,?1"'J James W. Sharer ~- Contact person: James Sharer Phone: 384-5244 Supporting data attached: Staff Report Ward(s): I FUNDING REQUIREMENTS: Amount: $46,536.75 Source 001-325 -5505 Il~d/;t~~ Finance Council Notes: Agenda Item No.1 :J.... 10/J-/ jOJ- ~# -Z602~'3,3<O . . CITY Of SAN BERNARDINO-REQUEST FOR COUNCIL ACTION STAFF REPORT SUBTECT Resolution of the Mayor and Common Council of San Bernardino authorizing the execution of a contract with and issuance of a purchase order to Advanced Security for security guard service at the Metrolink Station in San Bernardino. BACKGROUND The Metrolink Station in San Bernardino is located on Third Street, adjacent to the Sante Fe Depot. This facility provides Metrolink service access to the citizens of San Bernardino and surrounding communities. The station was built in 1993 under Cooperative Use Agreement No. 93-066 between the San Bernardino Associated Government (SANBAG), the City, and the San Bernardino Economic Development Agency (Agency). This agreement tasked the Agency with providing security guard service at the station. During the budget process for FY 200112002, the responsibility for providing security guards was shifted from the Agency to the Facilities Management Department of the City. On September 4, 2002, RFP F-03-011 was issued requesting Security Guard Services for the Metrolink Station. The Request for Proposal was sent to nine vendors, including three local vendors, and advertised in the San Bernardino Sun Newspaper, sent to the San Bernardino Area Chamber of Commerce, and placed on the City Website. Six vendors, including one local vendor attended the job- walk. On September 30, 2002, a bid opening was held and three proposals were received. Bids were reviewed by a team consisting of: Jim Sharer, Facilities Management Director David Taylor, Project Manager Marsha Zeller, Purchasing Manager Proposals were evaluated on the following criteria: Capabilities of firm to complete the project Qualifications of firm/related experience Completeness of response Reasonableness of cost and price The bids were evaluated and the results were as follows: Advanced Security Seibert Security Service, Inc. Shield Security, Inc. Fontana Colton Upland $46,536.75 $61,644.96 $74,625.87 Staff recommends that a contract be executed and purchase order be issued to Advanced Security for security guard service at the Metrolink Station effective from award of contract through June 30, 2003 plus two single year options, per City's requirements and Request for Proposal. .. FINANCIAL IMPACT Security guard service for the Metrolink Station was budgeted in the Fiscal Year 2002/03 General Fund budget in the amount of $45,000. The balance of $1,536.75 will be paid using anticipated project savings during the year. RECOMMENDATION Adopt resolution e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e e ~,~[?W ~ Resolution No. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT WITH AND ISSUANCE OF A PURCHASE ORDER TO ADVANCED SECURI'I'Y FOR SECURITY GUARD SERVICE AT THE METROUNK STATION IN SAN BERNARDINO. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Advanced Security is the lowest responsible bidder for security guard service at the MetroIink Station in San Bernardino, per Request For Proposal Specification RFP F- 03-011. A contract is awarded accordingly to said Vendor in a total amount of $46,536.75. Such award shall be effective only upon being fully executed by both parties. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is attached hereto as Exhibit A and incorporated herein. The Purchasing Manager is hereby authorized and directed to issue a purchase orcler to said architect in the amount of $46,536.75. SECTION 2. This contract will be effective from a",-ard through June 30, 2003 and includes two single year options, Option year one, if exercised, shall be effective July 1, 2003 through June 30, 2004. Option year two, if exercised, shall be effective July 1, 2004 through June 30, 2005. Actual option year pricing shall be negotiated with the successful Offeror(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. Any amendment or modification thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time .of such full execution. No oral agreements, amendments',inlodifications or waivers are intended or authorized and shall not be implied from .... any act or course of conduct of any party. VLo/z /o/Z.I/6~ I e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e e SECTION 3. Said Purchase Order shall incorporate by reference this resolution and the attached con tract """ SECTION 4. This resolution is rescinded if the parties to t)te 'contract fail to execute it within sixty (60) days of the passage of this resolution. I I I I I I I I I .,f , r ~ e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e e RESOLUTION OF THE MAYOR AND . COMMON COUNCIL OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT WITH AND ISSUANCE OF A PURCHASE ORDER TO ADVANCED SECURITY FOR SECURITY GUARD SERVICE AT THE METROUNK STATION IN SAN BERNARDINO. ,Ii I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a thereof, held on the Council Members: ESlRADA LIEN MCGINNIS DERRY SU.AREZ ANDERSON McC.AM.i\iACK day of ~ ~ The foregoing resolution is hereby approved this .2002. y . meeting . 2002, by the following vote, to wit Abstain Absent City Clerk day of Judith Valles, Mayor City of San Bernardino Exhibit "A" e AGREEMENT FOR SERVICES 1bis AGREEMENT is made and entered into this of 2002, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, here~r referred to as the "CITY" and ADVANCED SECURITY., hereinafter referred to as "VENDOR". .I ' 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-03-011 and as contained in the proposal dated September 30, 2002, (which is on file at the City Clerk's Office) and proposed costs, a copy of which is attached hereto as Exhibit "1", 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 Federa), State, and local regulations and industry standards. 4. CHANGESIEXTRA SERVICES B. A. Performance of the work specified in the Request for Proposal RFP F-03-011 dated September 30,2002, 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 chang7- which has not been so incorporated, shall not be binding on either party. ....r,' 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 invoiced based on the authorized additional task amounts. e e e e Exhibit "A" 5. COMPENSATION A. Upon satisfactory completion of the work, the Vendor will be paid time and material not to exceed $46,536.75 in arrears, for all work and services perfopned under this contract and upon receipt of itemized invoices, submitted in tripliC{lte"" 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. The Vendor is required to comply with minimum wage rates in accordance with Califomia Labor Code Section 1770. 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. SUPERVfsION 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 2 e e e 10. Exhibit "Au rendered under this Agreement shall be made without prior approval of the Director of Facilities Management or his designee. 8. .,' COMPLIANCE WITH CIVIL RIGHTS LAWS ... Vendor hereby certifies that it will not discriminate against any employee or applicant for employment because ofrace, 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 ofterrnination. 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 "1". 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 oftermination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 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 consti;Ute a default in performance, the City may grant to Vendor such extensions of time and ~e 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. 3 Exhibit "An e II. . INDEPENDENT CONTRACTOR Vendor shall act as an independent contractor and shall not be consid~ed 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 of this 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: VENDOR CITY e Sherri Proto Advanced Security PO Box 3276 Fontana, CA 92334 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 s!J.aH'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. e All parties shall make such materials available at their respective offices at all reasonable times during the cOIltract period and for three years from the date of final 4 e e e Exhibit "An 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 transactiGns; and copies thereof shall be furnished if requested. 15. HOLD HARMLESS CLAUSE A. Vendor shall indemnify, defend and hold free and harmless the City, its officers, and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attorney's fees, imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Vendor under this Agreement. B. The prevailing party in any legal action to enforce or interpret any provisions 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. 16. 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, 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 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. 17. LIABILITY/INSURANCE Vendor shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance m!lifitained 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 cancellation of any insurance policy of the Vendor. 5 Exhibit "An e A. ComDrehensive General Liability. and Automobile Insurance. The Vendor shall maintain comprehensive general liability and automobile liability ins)l1'8l1ce with a combined single limit of not less than One Million Dollars ($I,OOO,OOO.OO)pef occurrence. B. Worker's ComDensation 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. 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 affect, 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. e i' ..... e 6 Exhibit uA" e AGREEMENT FOR Services with Advanced Security. IN WI1NESS WHEREOF, the parties hereto have caused this Agreement to.Pe 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: Judith Valles, Mayor City of San Bernardino Advanced Security BY: Signature e NAME: TITLE: Approved as to form and legal content: JAMES F. PENMAN City Attorney BY: III III I' ~/ e 7 EXHIBIT 1 e "'" ,If .... September 4. 2002 SUBJECT: REOUEST FOR PROPOSALS RFP F-03-011 Gentlemen/Ladies: e The City of San Bernardino (City) invites proposals from qualified vendors for: Security Guard Service on behalf of the City's Facilities Management Department. Please read this entire RFP package. paying particular attention to due dates, the lnstmctions to Offerors, Technical Specifications, General Specifications and Proposal/Price Forms. Proposals must include all requested information and forms, and must be signed by an authorized agent of the offering company in order to be considered responsive. Sincerely. Marsha Zeller Purchasing Manager I' , '" e e SECTION I. INSTRUCTIONS TO OFFERORS e I' .."." e "'" ,If e e e Page 3 ofJO I. INSTRUCTIONS TO OFFERORS A. Pre-proposal Conference , ,I .' A mandatory pre-proposal conference will be held at 1O:00.a.m.. September I I. 2002 at the Metrolink Station. 1204 W. Third Street. San Bernardino. CA 92405. All prospective Offerors are required to attend the pre-proposal conference. B. Examination of Proposal Documents I. By submitting a proposal, the Offero~. represents that it has thoroughly examined and become. familiar with the work required under this RFP and that it is capable of performing quality work to achieve the City's objectives. 2. The City reserves the right to remove from its mailing list for future RFPs. for an undetermined period of time. the name of any Offeror for failure to accept a contract. failure to respond to two (2) consecutive RFPs and/or unsatisfactory performance. Please note that a "No Offer" is considered a. response. c. . Addenda Any City changes to the requirements will be made by written addendum to this RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Agreement. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instruction. D. Clarifications 1. Examination of Documents Should an Offeror require clarifications of this RFP, the Offeror shall notify the City in writing in accordance with Section D.2 below. Should it be found that the point in question is not clearly and fully set forth. the City will issue a written addendum clarifying the matter which will be sent to all persons who have requested the RFP. 2. Submittine: Reauests ,i ,.;". a. With the exception of oral questions asked at any pre-proposal conferences, all questions, clarifications or comments shall be put Bid Spec. # F-OI-" Page 4 000 e in wrltmg and must be received by the City no later than September 18. 2002. and be addressed as follows: City of San Bernardino 300 North "D" Street 4th floor. Attn: Carol Doemner . San Bernardino. CA 92418 .;' ,If b. The exterior envelope of all requests for clarifications. questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to a request that has not been labeled as such. The City will a:!so accept questions sent by facsimile machines; however. all faxed questions must be received by the City no later than the date and time specified above. Send facsimile transmissions to (909) 384-5043, attention Carol Doemner. c. Inquiries received after September 18, 2002 wiIl not be accepted. 3. City ResDonses e Responses from the City will be communicated in writing to all recipients of this RFP, and will be postmarked no later than September 23,2002. E. Submission of Pro Dosa Is 1. Date and Time All proposals are to be submitted to City of San Bernardino, Attention: Carol Doemner. Proposals received after 3:00 p.m., September 30, 2002, will be rejected by the City as non-responsive. 2. Address Proposals shall be addressed as follows: City of San B!lrnardino 300 N. "D" Street, 4th floor San Bernardino, CA 92418. , ,iProposals may be delivered in person to the Purchasing Department. 4th ",,' floor of the above address. e Bid Spec. # F-O 1-* * Page 5 of 30 3. Identification of Proposals e Offeror shall submit Ii proposal package consisting of: a) a signed original and two (2) copies of its proposa~, and b) a completed and signed Price form in a ~d envelope, separate from the proposals, marked "Price Form". The proposal package shall be addressed as shown above, bearing the Offeror's name and address and clearly marked as follows: "RFP F-03-011: Security Guard Service" 4. Acceptance of Proposals a. The City reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in proposals. b. The City reserves the right to withdraw this RFP at any time without prior notice and the City makes no representations that any contract will be awarded to any Offeror responding to this RFP. e c. The City reserves the right to postpone proposal opening for its own convenience. F. Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Offeror in: I. preparing its proposal in response to this RFP; 2. submitting that proposal to City; 3. negotiating with City any matter related to this proposal; or 4. any other expenses incurred by the Offeror prior to date of award, if any, of the Agreement. The City shall not, .in any event, be liable for any pre-contractual expenses incurred by Offeror in the preparation of its proposal. Offeror shall not include any sulth expenses as part of its proposal. ; .... . e Bid Spec. # F-ol-** e H. e e Page 6 of30 G. Contract Award Issuance of this RFP and receipt of proposals does not commit the City to award an Agreement. The City reserves the right to postpone proposal opening for its own convenience. to accept or reject any or all proposals receiv;p.i{ response to this RFP. to negotiate with other than the selected Offeror(s) s!lliuld negotiations with the selected Offeror(s) be terminated, to negotiate with more than one Offeror simultaneously. or to cancel all or part of this RFP. The Citv also reserves the ri~ht to aDDortion the award amon~ two or more Offerors. AcceDtance of Order The successful Offeror will be required to accept a Purchase Order and/or a written Agreement in accordance with and including as a part thereof the published notice of Request for Proposals, including all requirements. conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order and/or Agreement. .1' ,..- Bid Spec. # F-OI-.' e SECTION II. TEC~CALSPECIFICATIONS e I' / ,. e , ,If Page 7 of30 Bid Spec. # F-Ol." e e e Page 8 oDO City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-03-01 I .,' REQUISITION # /., Security Guard Services for the MetroIink Station, 1204 W. Third Street, San Bernardnio, CA 92405 NOTICE "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID CATEGORY I ACCEPTABLE I AS SPEClflED Security Guard Services for the Metrolink Train'Station l. SCOPE The City requires a security guard in uniform - 2 shifts- 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 1st). 2. REOUlREMENTS . 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 professionall"respectful attitude and demeanor in any interactior1~ilh the public. ' . The security guards on duty shall always have the means Bid Spec. # F.OI." tit tit tit on their person to contact all emergency services as required. fire. police. or ambulance. Either through radio or cell phone. . 3. UNIFORM ,If The security guard wi II wear a clean and pressed police style uniform acceptable to the City for each shift. 4. DUTIES o Providing surveillance of the property and securing the Metrolink platform and site from incide~ce.lnsure the Metrolink gate to the platform is closed, as safety to the public requires. o Monitor and observe all vehicles within the parRing areas. Provide foot patrol sweeping of the property and parking lots on an irregular basis, but at least a minimum of 3 times per hour. Immediately notify the City of San Bernardino Police Department of irregularities or criminal activity. o Document on a daily basis a log of activities, incidents, and iJiteractions. 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: o Provide the necessary training and supervision for each. security guard proposed for the Metrolink site. o Insure the security guards assigned to the Metrolink site are neat and professional in appearance, and conduct themselves as described above. o Provide sufficient unscheduled Supervisor visits to the site to monitor and insure the duties are being properly executed. o Review the daily log/report of the security guards, submit copies of each to the City on a biweekly basis. 6. SECURITY PROPOSAL SHALL INCLUDE: .1' o An addressihg of the above requirements point by point. . A total annual cost based upon the above number of Page 9 000 . Bid Spec. # F-OI." e e e Page 10 of30 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 supervision are to be included in the hourly rate. . A list of any days of the year when service is unavailable, or will costthe City of San Bernardino above and beyond regular time hourly rates. · List the certifications or any specific training that the proposed security guards and their supervisors will hold. .;' .' ,I i' , /" Bid Spec. # F-OI..' e ,"'" ,!' e I' ,.."' e Page 1 of30 e e e ;,1/' Page 2 000 SECTION 1lI. PROPOSAL CONTENT AND FORMS i' e e e HI. PROPOSAL CONTENT AND FORMS A. PROPOSAL FORMAT AND CONTENT 1. Presentation Proposals shall be typed. double spaced, and submitted on 8- 112" x II" size paper. Offers 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. Proposals should not exceed fifty (50) pages in length, excluding any appendices. 2. Letter of Transmittal A Letter of Transmittal shall be included with the proposal, addressed to (buyer's name), and must, at a minimum, contain the following: a. identification of Offeror, including name, address and telephone; b. proposed working relationship between Offeror and subcontractors, if applicable; c. acknowledgment of receipt of all RFP addenda, if any; d. name, title, address and telephone number of contact person during period of proposal evaluation; e. a statement to the effect that the proposal shall remain valid for a period of not less than 90 days from the date of submittal; and f. signature of a person authorized to bind Offeror to the terms of the proposal. 3. Technical ProDosal a. Qualifications. Related EXDerience and References of Offeror " This section of the proposal should establish the ability of Offeror to satisfactorily perform the required work by reasons of: experience in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of ~ e e e the firm: staffirig capability; work load: record of meeting schedules on similar projects; and supportive client reference. Offeror shall: (I) 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: (2) provide a general description of the firm's financial condition; identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede Offeror's ability to complete the project; (3) describe the firm's experience in performing work of a . similar nature to that solicited in this RFP, and highlight the participation in such work by the key personnel proposed for assignment to this project: (4) identify subcontractors by company name, address, contact person, telephone number and project function and describe Offeror's experience working with each subcontractor; and (5) provide, as a minimum, three (3) written testimonials as references from the project manager for each project cited as related experience; reference shall furnish the name, title, address and telephone number of the person( s) at the client organization who is most knowledgeable about the work performed. Offeror may also supply references from other work not cited in this section as related experience. b. ProDosed Staffinl!: and Proiect Or!mnization This section of the proposal should establish the qualifications of the proposed project staff. Offeror shall: ,.; (I) provide education, experience and applicable professional credentials of project staff; ;./' (2) furnish brief resumes (not more than two [2] pages each) for the proposed Project Manager and other key personnel; e e e ",' (3) indicate adequacy of labor resources utilizing a table projecting the labor-hour allocation to the project by individual task; . (4) identify key personnel proposed to perform the work in the specitied tasks and include major areas of subcontract work; (5) include a project organization chart which clearly delineates communication/reporting relationships among the project staff; and (6) include a statement that key personnel will be available to the extent proposed for the duration of the project acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the City. c. Work Plan Offeror shall provide a narrative which addresses the Scope of Work and shows Offeror's understanding of the City's needs and requirements. Offeror shall: (I) describe the approach to completing the tasks specified in the Technical Specifications; (2) outline sequentially the activities that would be undertaken in completing the tasks and specify who would perform them; and (3) furnish a schedule for completing the tasks in terms of elapsed weeks from the commencement date. i' Offeror 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. e e e d. Excell tio nslDevia tions State any exceptions to or deviations from the requirements of this RFP. segregating "technical" exceptions from "contractual" exceptions. Where Offeror wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. 4. Allllendices Information considered by Offeror to be pertinent to this project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Offerors are cautioned. however. that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. B. LICENSING AND CERTIFICATION REOUIREMENTS By submitting a proposal, offeror 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 offeror, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or . certification shall be included in Offeror's proposal. Prollosals lackinl! cODies and/or Droof of said licenses and/or certifications mav be deemed 11011- resDonsive and may be reiected. c. COST AND PRICE FORMS Offeror shall complete the Price Form in its entirety including: I) all individual tasks listed and total price; 2) basis on which prices are quoted; and 3) Offeror's identification information including a binding signature. Offeror shall state cash discounts offered. Unless discount payment terms are offered. payment terms 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. ,. ..~' e PRICE FORM (To be submitted in a sealed envelope separate from proposal documents) REQUEST FOR PROPOSALS: RFP F-03-011 DESCRIPTION OF WORK: Security Guard Service Advanced Security OFFEROR'S NAME/ADDRESS: PO Box 3276 Fontana. CA 92334 NAMFJTELEPHONE NO. OF e AUTHORIZEDREPRESENTATlVE Sherri Proto 909-357-9407 e ANNUAL PURCHASE ORDER Etlective on or about October l, 2002 through June 30, 2003 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 I, 2003 through June 30, 2004. Option year two, if exercised, shall be effective July 1.2004 through June 30, 2005. Actual option year pricing shall be negotiated with the successful Offeror(s) prior to exercising of any given option year. Option years shall become effcctive only upon issuance by the City ofa duly authorized Purchase Order. Please provide detailed Firm Fixed Price cost inlormation in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. .>' /' e ~ Description UIM Cost 001 Unifonned Security Guard Regular Time - per hour S 10.75 002 Unifonned Security Guard Overtime - per hour SO 003 Uniformed Security Guard Holiday - per hour SO 004 Other SO 005 Total Annual Estimated Cost S 46536,75 Are there any other additiOnal or incidental costs which will be r~ your finn in order to meet the requirements of the Technical Specifications? Yes ("'No) (circle one), If you answered "Yes", please provide detail of said additional costs: '----'" e Please indicate any elements of the Technical Specifications which cannot be met by your:firm. _ f\,f/tr Have you included in your proposal all. informational items and forms as request~'0 No . (circle one). If you answered ''No'', please explain: ~ e This offer shall remain :linn for 90 days from RFP close date. ~ . /' Terms and conditions as set focth in this RFP apply to this proposal. e Cash discount allowable 0 % (30) days. days; unless otherwise stated, payment terms are: Net thi In signing this proposal, Ofii:ror warrants that all certifications and docwnents requested herein ar. 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: Addenda No: Addenda No: Received on: Received on: Received on: '~ill ~j(~~,,-,- t ~ . e AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: . Sherri Proto Owner DATE SIGNED: 9h5/oZ PHONE: (909) 357-9407 Advanced Security PO Box 3276 Fontana, CA 92334 FAX: (909) 429-2095 COMPANY NAME & ADDRESS: IF NOT SUBMITl1NG AN OFFER, PLEASE STATE REASON(S) BEWW: ./ / e Qption Year 1 July 1, 2003 - June 30, 2004. e ~ Description UIM .. 001 Uniformed Security Guard Regular Time - per hour 002 Uniformed Security Guard Overtime - per hour 003 Uniformed Security Guard Holiday - per hour 004 Other 005 Total Annual Estimated Cost ~ S 11.75 SO SO SO S 68255.75 Are there any other additional or incidental costs which will be r meet the requirements of the Technical SpCclfications? Yes I ansWllTed "Yes", please provide detail of said additional costs: your firm in order to " (circle one). If you e Please indicate any elements of the Technical Specifications which cannot be met by your firm. _ Have you included in your proposal all informational items and forms as requested? Yes (NO) . (circle one). If you answered "No", please explain: _ . e This offer shall remain firm for 90 days from RFP close date. i' .,,' Terms and conditions as set focth in this RFP apply to this proposal. Qption Year 2 July 1,2004 - June 30, 2005 e Item Description VIM cw . 001 Uniformed Security Guard Regular Time - per hour $ 12.25 002 Uniformed Security Guard Overtime - per hour $ 0 003 Uniformed Security Guard Holiday - per hour $ 0 004 Other $ 0 005 Total Annual Estimated Cost $ 70933.63 Axe there any other additional or incidental costs which will be r~by your firm 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: '-../ e Please indicate any elements of the Technical Specifications which cannot be met by your firm. _ Have you included in your proposal all informational items and forms as requested? Yes ~ , (circle one). If you answered "No", please explain: !:/ e This offer shall remain firm for 90 days from RFP close date. ,; .,r Terms and conditions as set forth in this RFP apply to this proposal. . e e e SECTION IV.. EVALUATION AND AWARD ./ ;.~' e e e SECTION IV. EVALUATION AND A WARD A. EV ALUA nON CRITERIA 1. Capabilities of Firm to Effectively Complete the Project Requirements - 30% Depth of Offeror's understanding of, and ability to manage. City's requirements; ability to meet task deadlines; utility of suggested enhancements or technical innovations. 2. Qualifications of FirmlRelated Experience - 30% Experience in providing services similar to those requested herein; experience working with public agencies; strength and stability of the firm; strength. stability, experience and technical competence of subcontractors; assessment by client references; qualifications of project staff; key personnel's level of involvement in performing related work; logic of project organization; adequacy of labor commitment. 3. Reasonableness of Cost and Price - 25% Reasonableness of the individual firm-fixed pnces, and competltlveness of quoted prices with other proposals received; adequacy of the data in support of figures quoted; basis on which prices are quoted. 4. Completeness of Response -15% Completeness of response in accordance with RFP instructions; exceptions to or deviations from the RFP requirements which the Offeror cannot or will not accommodate: inclusion of required licenses and certifications; other relevant factors not considered elsewhere. B. EV ALUA nON PROCEDURE All proposals received as specified will be evaluated by City staff in accordance with the above criteria. Additional sub-criteria beyond those listed may be considered by the evaluators in applying the major criteria to ,.' tlie proposals. During the evaluation period. the City may require an on- site visit and/or tour of the Offeror's place of business. Offerors should be aware, however, that award may be made without vendor visits, interviews, or further discussions. e e e c. AWARD Depending on the dollar amounts of the offers received. City staff will either select the vendor best meeting the above-specified criteria or submit to City Council. for consideration and selection. the offer(s) judged by staff to be the most competitive. The City reserves the right to withdraw this RFP at any time without prior notice and. furthermore. makes no representations that any contract( s) will be awarded to any Offerors responding to this RFP. The City expressly reserves the right to postpone proposal opening for its own convenience. to waive any informality or irregularity in the proposals received, and to reject any and all proposals responding to this RFP without indicating any reasons for sllch rejection. The City also reserves the rie:ht to award its total reouirement amone: two or more Offerors as City staff may deem to be in its best interests. In addition. negotiations mayor may not be conducted with Offerors; therefore. the proposal submitted should contain the Offerors most favorable terms and conditions, since the selection and award may be made without discussion with any Offeror. !'" " e SECTION V. GENERAL SPECIFICA TfoNS e . ./ "'. e e e 10. 11. 12. 13. 14. 15. e GENERAL SPECIFICATIONS I. Each proposal shall be in accordance with Request for Proposals (RFP) Number F-03-011. All specifications are minimum. Offerors are expected to meet or exceed these specifications as written. Offeror shall attach to proposal a complete detailed itemization and explanation for each and every devi~tion or variation from the RFP specifications and requirements. Conditional proposals, or those that take exception to the RFP specifications and requirements. may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all proposals and to award a contract to the offeror who best meets our requirements. This may include waiver arminar irregularities or discrepancies. or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors. including but not limited to. workmanship. accessibility of parts and service. known evidence of manufacturer's or offeror's responsibility and record. durability and kn.own operational record of product and suitability as well as confonnity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices offered. 4. Proposals shall be firm offers. subject to acceptance or rejection within 90 days of the opening thereof. 5. Regular dealer. No offeror shall be acceptable who is not a reputable manufacturer, dealer or provider of services of such items as submitted for proposal consideration. 6. All materials. workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be prodHced by use of the current manufacturing processes. "Seconds", factory rejects. and substandard goods are not acceptable. 7, Each offeror shall submit with his proposal a copy of the proposed product specifications. complete detailed drawings. and other descriptive matter in sufficient detail to clearly describe the equipment, materials. services and parts offered. 8. Manufacturer and/or Contractor (Contractor) shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino. or any of its officials or agents for the use of any patented process. device or article forming a part of equipment or any item furnished under the . contract. 9. Each offeror must state in his proposal the guaranteed delivery date of product and/or services in number of calendar days from the date of contract execution by the City of San Bernardino. time is of the essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the offered items at the earliest possible date following the award of the contract. Each offeror shall list in his proposal all factory. manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. Contractor shall furnish and deliver to the City complete equipment and/or services as proposed and awarded, ready for installation and fully equipped as detailed in these specifications. Price shall be quoted F.O.B. San Bernardino(alltransportation charges shall be fully prepaid). and shall include all discounts. Offer shall include California sales tax, where applicable, computed at the rate of 7.50% (this will normally be shown as a separate line item on the price form). City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the offeror's priced invoice. All "standard equipment" is included in any offer. Offerors furnishing proposals under these specifications;hall supply all items advertised as "standard" equipment and/or services even if such items are..not stipulated in the specifications. unless otherwise clearly excepted in the proposal. The items which the offeror proposes to fumish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State e of California. whether such safety features and/or items have been specifically outlined in these specifications or not. 16. Contractor delivering equipment and/or services pursuant to this RFP specifications shall guarantee that equipment and/or services meet specifications as set forth herein. If it is found that equipment and/or services delivered do not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense 17. By submitting a bid. each offeror agrees that in the event complete delivery is not made within the time or times set forth p.ursll~nt to this specification. damage will be sustained by the City. and that it is. and will be impractical and e'tremely difficult to ascertain the actual damage which the City will sustain in the event of and by reason ofstlch delay. 18. In case the delivery of the items under this contract is delayed due to strikes. injunctions. government controls. or by reason of allY cause or circumstance beyond the control of the contractor, the time for delivery may be extended (in the City.s sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each proposal shall be submitted.and received with the understanding that acceptance by the City of San Bernardino of proposal in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the prices offered and ill complete accordance with all provisions of RFP No. F-03-011. In most cases the basis of award will be the City"s standard purchase order that mayor may not incorporate this solicitation by reference. 20. Prohibited interest. No member. officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest. direct or indirect in this contract or the proceeds thereof. Furthermore. the parties hereto covenant and agree that to their knowledge no board member. officer or employee of the City has any interest, whether contractual. non-contractual. financial or otherwise. in this transaction. or in the business. of the contracting party other than the City. and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government Code of the State of California. 21. One Document. These specifications, the notice inviting proposals. RFP F-03-0 11. the contractor's proposal. the written agreement executed by the parties. the purchase order and all documents referred to in the complete specifications and purchase order, and all modifications of said documents shall be construed together as one document. Anything called for in anyone of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor. whether specifically set omin the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. 22, The City of San Bernardino reserves the right to accept or reject any and all proposals. 23. Prompt payment. Each offeror may stipulate in the proposal a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten(lO) working days of receipt of material and approval of invoice. For the purpose of this provision. payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during bid evaluation in the case of ties. 24. Inquiries. Direct all inquiries to Carol Doemner at 909-384-5548. Technical questions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential offerors. 25. Proposal/Price forms. No proposal will be acceptable unless prices are submitted on the pricing forms furnished herein. the pricing forms are submitted in a separate sealed envelope. and all required forms are completecYand included with proposal. Deliver all proposals. signed and sealed to the Purchasing Divlsion.l'inance Department at 300 North "D" Street, 4" Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE SPECIFICATION TITLE "Security Guard Service" AND NUMBER "F-03-011" ON THE OUTSIDE OF THE ENVELOPE. e e e 26. Time. All proposals must be received in the Purchll!;ing Division no later than 3:00 p.m. Monday. September 30. 2002. where at such time and said place proposals will be publicly opened. examined and declared. Any proposal may be withdrawn by offeror prior to the above scheduled time for the opening of proposals. Any proposal received after that time and date specitied shall NOT be considered. 27. The City of San Bernardino reserves the right at its own discretion to award separate contraclS for each category. or to award multiple contracts. or to award one contract for furnishing and delivering of all equipment andior services in all categories. 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (I) OPERATORS MANUAL and one (I) PARTS MANUAL for all equipment offered. 29, In submitting a proposal to a public purchasing body, the offeror agrees that if the proposal is accepted. it will assign to the purchasing body all rights, title, and interest in and to all causes ofaction it may have under Section 4 of the Clayton Act (U,S.C. Sec 15) or under the Cartwright Act (Chapter 2. commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials. or services by the offeror for sale to the purchasing body pursuant to the proposal. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the offeror. 30. CONTRACTOR shall indemnify, defend and hold City. its officers, employees and agents harmless from any claim. demand, liability, suit, judgment or expense (including, without limitation. reasonable costs of defense) arising out of or related to Contractor's performance of this agreement. except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence, The costs. salary and expenses of the City. Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph, 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of$ I ,000.000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten (10) day notification to the City if said policies are terminated or materially altered, 32. FAITHFUL PERFORMANCE BOND. Not required. The Contractor will be required to furnish a cashier's check, certified check or faithful performance bond made payable to the City of San Bernardino in an amount equal to 100% of the proposal price to insure the contractor's faithful performance of this coniract. Said surety shall be subject to the approval of the City of San Bernardino. bonds shall be in accordance with Ordinance No. 821, Section 2400, and the corporation issuing said bond shall have a rating in Best's most recent insurance guide of "A" or better. 33. Written contract documents. duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFP. 34. City may. at its discretion. exercise option year renewals for up to 5 years. in one year increments. 35. By subm itting a proposal, offeror warrants that any and all licenses andlor certifications required by law. statute. code or ordinance in performing under the scope and specifications of this RFP are currently held by offeror, and are valid and in full force and effect, Copies or legitimate proof of such licensure andlor certification shall be included in offeror's proposal. ProDosa(s lackin!! cODies and/or oroof of said licenses and/or certifications maY be deemed non-resDonsive and may be rejected. e " , e OFFICE OF THE CITY CLERK RACHEL G. CLARK, C.M.C. . CITY CLERK 300 North "0" Street. San Bernardino. CA92418-0001 909.384.5002. Fax: 909.384.5158 www.ci.san-bernardino.ca.us ,. October 29, 2002 Ms. Sherri Proto Advanced Security P.O. Box 3276 Fontana, CA 92334 Dear Ms. Proto, At the Mayor and Common Council meeting of October 21, 2002, the City of San Bernardino adopted Resolution 2002-336 - Resolution authorizing the execution of a contract with and issuance of a purchase order to Advanced Security for security guard service at the Metrolink Station in San Bernardino. Enclosed is one (I) agreement. Please sign in the appropriate location and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed and returned to the City Clerk's Office by December 20, 2002. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, { ''1Ic'cL.L(z ,j~ ~ Michelle Taylor Senior Secretary Enclosure CITY OF SAN BERNARDINO ADOPTED SHARED VALVES: Integrity. Accountability. Respect for Human Dignity. Honesty CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: November 1,2002 TO: James Sharer, Director of Facilities Management FROM: Michelle Taylor, Senior Secretary RE: Resolution 2002-336 - Advanced Security CC: Veronica Martinez, Senior Secretary Attached is a fully executed copy of the agreement with Advanced Security for security guard services at the Metrolink Station in San Bernardino. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. , , , . '. ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): lO-2I-oz.. Item # Vote: Ayes ',3-'1 Nays ..J:r Change to motion to amend original documents: 17-. Resolution # Abstain P 2m2 -33<;' Absent ?..- Reso. # On Attachments: ~ Contract term: - Note on Resolution of Attachment stored separately: ~ Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY NullNoid After: (,,0 DA-)J /'2-20--02.. By: Date Sent to Mayor: I D- L~O 2- Date of Mayor's Signature: j~YLTO?- Date of Clerk/CDC Signature: 16 -;;;>4 -O:d- Reso. Log Updated: V' Seal Impressed: V 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: / Date Returned: fIr 1--0;>- See Attached: See Attached: Date Memo/Letter Sent for Signature: ,(, ' ? 4 -0 ~ Request for Council Action & Staff Report Attached: Yes,,/" Updated Prior Resolutions (Other Than Below): Yes Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Yes Updated CDC Personnel Folders (5557): Yes Updated Traffic Folders (3985, 8234, 655, 92-389): Yes No By No ~ By No -L By No L By No/ B Copies Distributed to: City Attorney / Parks & Rec. Others: Finance ,/ ~11111e-'\ MIS Code Compliance Dev. Services Police Public Services Water EDA Notes: BEFORE FILING, REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File:1'21.1::.- Date: I H ~ :;)- Revised 0 II 12/0 I