HomeMy WebLinkAboutAgenda Report - May 16, 2007 E-06AGENDA ITEM
is% CITY of LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Approve Request for Proposals and Authorize Advertisement for Bids for
Security Services for the Lodi Station and Lodi Station Parking Structure
MEETING DATE: May 16,2007
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Approve the Request for Proposals and authorize the advertisement
for bids for security services at Lodi Station and Lodi Station Parking
Structure.
BACKGROUND INFORMATION: This Request for Proposals is for security services for the Lodi
Station and Lodi Station Parking Structure. The current security
contract is at the end of its term and, in accordance with federal
regulations, needs to be re -bid. Currently, the Lodi Station and
Lodi Station Parking Structure have security guards on duty 24 hours a day. This Requestfor Proposals
would reduce security services to 7 p.m. to 7 a.m. on weekdays and 24 hours a day on weekends.
These services are paid for utilizing Transit operations funding and, as such, all costs incurred are added
to Fixed Route and Dial-A-Rideoperating costs and are reflected in cost -per -passenger statistics, which
are measured against goals assigned by the San Joaquin Council of Governments as a requirement of
Transportation Development Act funding. By reducing the hours and the cost, the impact to the operating
costs will be reduced. By reducing the service hours, staff anticipates a minimum savings of $40,000.
The current annual cost is approximately $112,000.
FISCAL IMPACT: Without re -bidding the service, federal operating funds would be ineligible
for use.
FUNDING AVAILABLE: Funding for the Lodi Station and Lodi Station Parking Structure Security
Services is from the Transit Fund.
JAI&dJ-61
j1h JA 1/. -
J -01 -Richard �_ rima, Jr,
Public Works Director
Prepared by Tiffani M. Fink, Transpottation Manager
RCP1TMFlpmf
CC: Transpottation Manager
APPROVED:
Blair King, anager
K:IWP1PRQJ ECTSITRANS IT1SecurityAGSecurityRFP2007.doc 5/9/2007
Request for Proposals
for
Security Services
at
Lodi Station and Lodi Station Parking Structure
City of Lodi, California
Notice is hereby given that sealed proposals will be received by the Purchasing Officer,
Lodi Finance Department, 300 West Pine Street (P.O. Box 3006), Lodi, California,
95240 (95241-1910), until 11 a. m. on Wednesday, June 13, 2007. At that time, the
proposals will be publicly opened and read in the Public Works Conference Room, Lodi
City Hall, 221 West Pine Street, and provided to the Public Works Department for
evaluation.
Electronic or faxed proposals will not be considered. Each proposal shall be submitted
in a sealed envelope plainly marked as follows:
Proposal: Security Services -
Lodi Station and Lodi Station Parking Structure
City of Lodi
Attn: Purchasing Officer
Proposals received after 11:00 a.m., June 13, 2007 will be returned to the Proposer
unopened.
This Request for Proposals (RFP) is intended to be used to qualify and select a firm to
provide contracted security services for Lodi Station located at
22-24 South Sacramento Street, and Lodi Station Parking Structure located at
2 North Sacramento Street in Lodi, California.
Individuals or firms submitting proposals must demonstrate knowledge and experience
with providing security guard services.
The City of Lodi reserves the right to accept such proposal as may be deemed most
advantageous to the City, the right to waive any informality in a proposal and the further
right to reject any and all proposals.
Technical questions regarding this RFP may be directed to Tiffani Fink, Transportation
Manager, (209) 333-6800, extension 2678.
Sincerely,
Tiffani M. Fink
Transportation Manager
City of Lodi
Request for Proposals
for
Security Services
at
Lodi Station and Lodi Station Parking Structure
City of Lodi, California
I. ADMINISTRATIVE INFORMATION
A. Proposer's Responsibilities
The City of Lodi will receive sealed proposals to qualify and select a firm to
provide private security guard services for the City of Lodi at Lodi Station located
at 22-24 South Sacramento Street, and Lodi Station Parking Structure located at
2 North Sacramento Street in Lodi, California.
Sealed proposals will be received by the Purchasing Officer, Lodi Finance
Department, 300 West Pine Street (P.O. Box 3006), Lodi, California, 95240
(95241-1910), until 11 a. m. on Wednesday, June 13, 2007. At that time, the
proposals will be publicly opened and read in the Public Works Conference
Room, Lodi City Hall, 221 West Pine Street, and provided to the Public Works
Department for evaluation.
Electronic or faxed proposals will not be considered. Each proposal shall be
submitted in a sealed envelope plainly marked as follows:
Proposal: Security Services -
Lodi Station and Lodi Station Parking Structure
City of Lodi
Attn: Purchasing Officer
Proposals received after 11:00 a.m., June 13, 2007 will be returned to the
Proposer unopened.
Proposer should read and understand the information and instructions for
responding to this Request for Proposals.
Proposer shall comply with all Federal, State and local laws, ordinances and
regulations, which in any manner affect the contract.
Proposer shall provide satisfactory proof of liability, casualty and worker's
compensation insurance in amounts and with coverage satisfactory to protect both
Proposer and the City of Lodi from claims, damages or issues by any employee of
the vendor or City of Lodi which may arise or damages under any contract
awarded as a result of this RFP. Any confidential information, or information
protected by copyright, patent or trademark, included in the proposal submitted by
any individual or firm should be clearly noted as such.
Upon evaluation of qualifications and proposals, the City of Lodi may select a firm
to provide security guard services as specified in "Specifications — Scope of Work".
Upon selection, the City of Lodi may enter into negotiations with service provider
for determination of final contract terms and pricing.
Failure to respond to any requirements outlined in this RFP, or failure to enclose
copies of the required documents, may disqualify the proposal. Companies
declining to submit a proposal in response to this request should so advise the
Purchasing Officer, in writing, to preclude the exclusion from future proposal
requests.
The City of Lodi reserves the right to reject any or all proposals.
B. Pre -Proposal Conference
No pre -proposal conference is scheduled in conjunction with this RFP.
C. Proposal Format
Proposal shall be submitted bound or in booklet form, computer-generated or
typewritten, with the information presented in the following order:
1. Letter of Introduction on company letterhead to include company
background, office location and mailing address, telephone and FAX
numbers, company principals, Private Patrol Operator (PPO) number, and
primary contact(s)
2. Size of staff and their license credentials
3. Description of equipment used in the performance of security service
4. Staff training and certification programs
5. Description of similar services provided along with contact information
regarding those contracts
6. A detailed outline of services to be provided
7. Cost of services, per hour
8. A minimum of four (4) references. Reference must include (at a minimum)
contract time frame, contact person for contract and telephone number,
number of staff on site and type of service performed.
9. Sample of Incident Report which would be provided to the local law
enforcement and the Public Works Department
10. Statement of Insurance Coverage
11. Signature page, with State License number
12. Federal Clause Signature Pages
Three (3) copies of the Proposal shall be submitted.
D. Interpretation
If any person contemplating submittal of a proposal is in doubt as to the proposal
procedures, such person shall contact the Transportation Manager for clarification.
Any interpretation or correction of this RFP will be made only by addendum sent to
those who have received this RFP. The City of Lodi will not be responsible for any
other explanation or interpretations of the RFP. Any questions received will be
responded to in writing via an addendum three (3) working days prior to the
Proposal opening date. Questions received after Wednesday, June 6, 2007 will
not be addressed.
E. Withdrawal of Proposal
Any Proposer may withdraw a proposal, either personally or by written request, at
any time prior to the scheduled closing time for receipt of proposals in response to
this RFP. No Proposer may withdraw a proposal after the time and date set for the
opening thereof.
F. Multiple Proposals
No person, firm or corporation shall be allowed to file or be interested in submitting
multiple proposals for the same work or services.
G. Addenda
Acknowledgement of receipt of any addendum issued during this RFP process
shall be indicated in the RFP response and shall be made a part of any contract
made between the City of Lodi and the service provider pursuant to this RFP.
H. Opening of Proposals
All proposals, regardless of any irregularities or informalities, will be opened and
only the name of the Proposer (individual, firm or corporation) shall be read into the
public record at the time and place set forth in the RFP. Late (delivered) proposals
will not be accepted.
Proposers or their authorized representatives may be present at the opening of the
response to the RFP.
I. Disputes
In case of discrepancy between words and figures, words shall prevail during the
evaluation; however, the City reserves the right to construe any proposal according
to its true intent where it contains a patent mistake.
J. Evaluation of Proposals
Proposals will be evaluated on content and presentation with emphasis on
verifiable experience in providing similar services and on extent of proposed
services. Consideration will also be given to size of staff, training programs,
equipment provided, proposed costs and references.
K. Decision to Refect
The City reserves the right to reject any and all proposals for any reason or for no
reason, to re -advertise for proposals, or to cancel a proposal listing and elect to
perform the project or work itself. The City reserves the right to reject as non-
responsive any proposal which is incomplete, modified, unsigned, or illegible or
which is not otherwise submitted in accordance with the requirements of this RFP.
L. Scope of Services
Proposer shall be deemed an independent contractor and not an agent,
subcontractor or employee of the City. Proposer shall not enter into a subcontract
agreement without the City's prior consent. The services required are set forth in
Section III: Specifications of this RFP.
M. Invoicing and Verification of Costs
Properly documented invoices for Lodi Station and Lodi Station Parking Structure
shall be submitted to:
City of Lodi — Public Works Department
Attention: Transportation Manager
P.O. Box 3006
Lodi, CA 95241-1910
II. SPECIAL CONDITIONS
A. Licensing of Security Services
Service provider shall hold a valid State of California PPO license at the time the
proposal is submitted, and if awarded a contract for services subsequent to this
RFP, shall ensure that such license remains in effect during the period of the
contract.
B. Force Manure
Performance of the required services shall be pursued with due diligence in all
requirements hereof; however, neither party shall be liable for any delay or
nonperformance due to causes not reasonably within its control. In the event of
any delay resulting from such causes, the time for performance and payment
hereunder shall be extended for a period of time reasonably necessary to
overcome the effect of such delays. In the event of any delay or nonperformance
caused by such nature, the cause, date of commencement thereof and the
anticipated extent of such delay, shall indicate whether it is anticipated that the
completion dates would be affected thereby.
C. Records and Audits
Service provider shall maintain accurate and complete records specifically relating
to the service provided under the contract. Service provider shall also keep
records and books of account showing times and scope of services provided in the
performance of the contract. The City shall have the right to inspect and audit the
books, records and other items relating to the contract.
D. Scheduling
The Transportation Manager shall provide required service times. In most cases,
notice of one (1) week will be given prior to any change for security services.
E. Subcontracting
Should any Proposer contemplate subcontracting any part of the work or services
under the contract, it shall submit with its proposal the name of the proposed
subcontractor who shall perform any part of the work. It shall be understood that
the service provider to whom the contract is awarded shall be fully and solely
responsible for the named sub -contractor and for the work done by the sub-
contractor in any service contract scheduled by the City of Lodi with the service
provider. All applicable terms and conditions arising from the contract will apply to
the sub -contractor.
F. Changes
The contract shall not be subcontracted, assigned or transferred without the written
consent of the City. No changes or variations of any kind are authorized without a
written and signed amendment to the contract. The proposed work or services
shall be diligently prosecuted in accordance with the contract.
G. Standard of Performance
The service provider shall be required to unconditionally warrant that it shall
use sound and professional principles and practices in accordance with the
highest degree of skill and care as those observed by national firms of
established good reputation, as well as the current normally accepted industry
standards, in the performance of services required herein. The performance of
the service provider's personnel shall also reflect their best professional
knowledge, skill and judgment.
2. If any failure to meet the foregoing warranty appears during the term of the
contract, the City may terminate the contract and require the reimbursement of
all expenses necessary to replace or restore such services.
H. Indemnity and Insurance
The service provider must provide a certificate of insurance in a form acceptable to
the City Risk Manager prior to entering into any contract made pursuant to this
RFP. The service provider shall maintain such insurance as will cover and include
the entire obligation assumed in the contract as well as such insurance as will
protect the service provider from claims and liability under Workers' Compensation
Acts, personal liability, property damage, and all other claims for damages
including personal injury and death, which may arise from operations under the
contract.
Indemnity: Service provider shall defend, indemnify and save harmless the
City, its officers, agents, and employees from and against any and all claims,
demands, losses, defense, costs or liability which the City, its officers, agents
and/or employees may sustain or incur, or which may be imposed upon them
for injury to or death of persons, or damage of property to the extent caused as
a result of or arising out of the negligent acts, errors or omissions of the service
provider during the performance of services under the terms of the contract.
2. Public Liability and Property Damage Insurance:
a. During the term of the contract, the service provider will at all times maintain
at his expense a policy of commercial general liability insurance provided on
ISO -CL form No. CG 00 01 11 85 or 88. Total limits shall be no less than
one million dollars ($1,000,000) per occurrence for all coverage and two
million dollars ($2,000,000) general aggregate. The City and its
employees, officers and agents shall be added as additional insureds using
ISO additional insured form CG 20 10 11 85. (In no event will the City
accept an endorsement with an edition form earlier than 1990.) Coverage
shall not be limited to the vicarious liability or supervisory role of any
additional insured.
b. Liability insurance shall contain the following endorsements:
i. City, its officers, agents and employees shall be added as an additional
insured as respects operations of the named insured performed under
the contract with the City as specified above.
ii. It shall be agreed that any insurance maintained by the City shall apply
in excess of, and not contribute with, insurance provided by the service
provider's liability insurance policy.
iii. Service provider's liability insurance policy shall not be cancelled or non -
reviewed until 30 (thirty) days written notice has first been given to the
City.
iv. Coverage shall include claims arising out of the service provider's use of
owned, hired and non -owned automobiles.
v. Liability shall not exclude liability assumed by written contract or
agreement.
vi. Liability insurance shall include broad form property damage insurance.
vii. Prior to commencing services pursuant to the contract, the service
provider shall provide certificates indicating the existence of the
insurance required by the contract, on insurance certificates executed by
a duly -authorized agent of the service provider's insurance provider.
3. Workers Compensation: Service provider shall provide workers' compensation
coverage as required by State law, and in signing the contract, makes the
following certification: "I am aware of the provision of Section 3700 for the
Labor Code which requires every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with such
provisions before commencing the performance of the contract."
I. Interest of Proposer
At all times the service provider shall be deemed to be an independent contractor
and the proposer shall not be authorized to bind the City to contract or other
obligation. Under the contract, the service provider shall certify that no one who
has or will have any financial interest under the contract is an officer or employee
of the City.
J. Entire Contract
The contract between the City and the service provider will constitute the entire
contract of the parties hereto and will supersede any previous contract or
understanding. The contract may not be modified except in writing and executed
by both parties.
K. Governing Law
The laws of the State of California shall govern this RFP process and the contract.
All services provided to the City shall comply with all policies, rules and regulations
which may be in effect during the term of the contract, as well as all Federal, State
and local statutes, ordinances, and regulations; and the venue of any actions
disputes, or claims brought there under shall be laid in or transferred to the County
of San Joaquin in the State of California.
III. SPECIFICATIONS
A. Security guards, as required by the City of Lodi at Lodi Station and Lodi Station
Parking Structure, are to act in the best interests of the City to protect its patrons,
contract employees, facilities, vehicles and guests. The security guards shall be
present to monitor persons and activities in and around the facilities to ensure a
safe environment for all individuals.
B. Scope of Services for Lodi Station and Lodi Station Parking Structure
1. Security services at the Lodi Station and Lodi Station Parking Structure are as
follows:
One (1) guard, 12 hours a day (7:00 p.m. to 7:00 a.m.) on weekdays (Monday -
Friday) and 24 hours a day on weekends (7:00 p.m. on Friday until 7:00 a.m.
on Monday). The guard is expected to remain onsite during lunch or be
relieved by another guard during his or her lunch. At a minimum, guards will
perform security sweeps on an hourly basis. The guard shall walk, bike or use
a motorized cart in the supervision of the two sites. The sites consist of the
parking lots and the perimeters of Lodi Station and Lodi Station Parking
Structure. The guard shall also monitor persons and their behavior to ensure a
safe environment. The service provider shall be responsible to provide the
motorized cart (electric or propane only) and ensure proper maintenance,
storage and fueling of vehicle should a cart be used. Key and clock or
magnetic card system will be required in order to verify the hourly sweeps.
2. The guard will be required to act on behalf of the City of Lodi in an efficient,
courteous, and professional manner at all times, to monitor and notify Lodi
Police of improper or destructive behavior, and insist that appropriate behavior
prevail.
3. The guard will be required to perform security sweeps of the parking lots and
perimeters of the Lodi Station and the Lodi Station Parking Structure. At the
conclusion of their shift, the guard going off duty shall ensure the buildings are
secure, properly alarmed and provide a list of City vehicles on the premises to
the transit dispatcher. The guard will leave a copy of daily report activities in
the Transportation Manager's mailbox in the Transit Office.
4. Guards shall make available, at any time while on duty, their guard cards.
Guards shall be expected to present cards to members of the Lodi Police
Department or designated City of Lodi employees on demand. Failure to
produce a valid guard card shall be grounds for termination of the contract.
5. All guards must be neat, clean and properly uniformed and have a clear
command of the English language. Uniforms shall not be similar to those of the
Lodi Police Department. All shirts shall be tucked in.
6. All guards must be equipped with radios or phones capable of communicating
with other guards and their dispatch site. In addition to the radios, guards must
have a cellular phone for communication with Lodi Police or other
departments/individuals.
7. Security guards shall arrive at Lodi Station and Lodi Station Parking Structure
at scheduled time, properly uniformed, with all necessary equipment to perform
job satisfactorily. Additionally, guards shall refrain from socializing with any one
group for any period of time unless necessitated as part of their patrol duties.
Guards shall refrain from onsite visitors at all times.
C. Required Qualifications:
1. Firm must have a minimum of five (5) years experience.
2. All guards assigned to Lodi Station and the Lodi Station Parking Structure must
be bonded and employed by a company holding a valid California Private Patrol
Operator license and providing 24-hour dispatch. Additionally, all guards shall
be licensed and carry their guard cards with them whenever on premises. At
the request of Lodi Police, guards shall immediately present the guard cards for
viewing.
3. All guards must be equipped with radios or phones capable of communicating
with other guards who are elsewhere on the site, if applicable, and their
dispatch center.
4. Lethal weapons shall be prohibited. Guards carrying batons or chemical
agents must have a valid certification from the State of California.
5. The security company must have a good working relationship with local law
enforcement agencies.