HomeMy WebLinkAboutAgenda Report - December 15, 2010 C-09AGENDA ITEM co
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contract for Security
Services at Lodi Transit Station and Parking Structure to U. S. Security Associates,
Inc., of Stockton (Estimated Three -Year Cost: $223,500) and to Negotiate and
Execute Two One -Year Contract Extensions
MEETING DATE: December 15,2010
PREPARED BY: PublicWorks Director
RECOMMENDEDACTION: Adopt resolution authorizing City Managerto execute contract for
security services at Lodi Transit Station and parking structure to
U. S. Security Associates, Inc., of Stockton, at the estimated
three-year cost of $223,500, and to negotiate and execute two
one-year contract extensions.
BACKGROUND INFORMATION: This project provides transit security services for the Lodi Transit
Station and Parking Structure. On October 6, 2010, City Council
approved the request for proposals (RFP) and authorized
advertisement for proposals for security services for the Lodi Transit
Station and Parking Structure. The current three-year contract ended October 4, 2010, and City Council
approved extending the contract with the existing provider to December 31, 2010.
Currently, the Lodi Transit Station and Parking Structure have security guards during the evening hours
on weekdays and 24 hours a day on weekends. Staff solicited RFPs for security services including future
camera monitoring requirements. The City plans to add security cameras and a closed circuit security
system at the Lodi Transit Parking Structure using State security funds.
On November 3, 2010, the City received proposals from the follow 19 companies for this project:
U. S. Security Associates, Inc.
Scarlett Protective
Windwalker Security
National Security Industries
ABC Security Services
G4S Secure Solutions
Westpac Group
Universal Protection Services
All Phase
Security Patrol Management
Omni Patrol
Delta Hawkeye Security Services
FirstAlarm Security
Nu-WaySecurity
Securitas Security Services
California Industrial Services
Delta Protective Services
Ferrva Ent/RMI International
AllTech Protective Services
Of the 19 proposals received, 17 metthe minimum requirements. The eight lowest cost proposalswere
selected for a more comprehensive review. Further review of the eight proposals was performed by a
committee composed of two Lodi Police officers, the Fleet and Facilities Manager and the Transportation
Manager. The eight proposalswere scored based upon company experience, training programs,
proposed equipment, size of staff, references, and proposed cost. Referenceswere contacted for the
four highest -scoring proposals, and then the highest -scoring company was interviewed by phone.
APPROVED:
Konradt Bartlam, City Manager
K:\WP\PROJECTS\TRANSIT\Security\201 =Awardl 0.doc 12/6/2010
Adopt Resolution Authorizing City Manager to Execute Contract for Security Services at Lodi Transit
Station and Parking Structure to U. S. Security Associates, Inc., of Stockton (Estimated Three -Year Cost:
$223,500) and to Negotiate and Execute Two One -Year Contract Extensions
December 15, 2010
Page2
Staff recommends awarding the contract to U. S. Security Associates, as they ranked highest in the
overall score. The three-year contract will cost approximately $223,500, but can vary based upon actual
hours. The 2007 three-year contract cost with Securitas Security Services was approximately $251,600.
The proposed hourly cost is $13.05 and is less than the current contract hourly cost of $14.70.
Staff also recommends the City Manager be authorized to extend the contract for two years, if mutually
agreed upon by both parties and advantageous to the City, at the end of the three-year term.
FISCAL IMPACT: The annual cost for this service is budgeted in the Transit operation
account.
FUNDING AVAILABLE: Public Works Transit Operating Account (1125055)
Jo—rdan Ayers
Deputy City Manager/ Internal Services Director
AaJZL�/ jaAdt14 L_ —
F. Wally Sbfndelin
PublicWorks Director
Prepared by Paula Fernandez, Transportation Manager/Senior Traffic Engineer
FWS/PJFlpmf
cc: US Security Associates, Inc. Regional Business Development Manager Chris de Guzman
Transportation Manager
K:\WPkPROJECTS\TRANSMSecurity\201 O\CAward 10.doc 12/6/2010
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE I
TIES AN[ F 013 )SE
Section 1.1 Parties
THIS AGREEMENT is entered into on December_, 2010, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY), and U.S. Security
Associates, Inc., a Delaware corporation qualified to do business in California
(hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with the Request for Proposals, approved by City Council on October 6,
2010, CONTRACTOR's Response to Request for Proposal, dated November 3, 2010,
Insurance Requirements for Contractor, included as Appendix A of the RFP, Federal
Clauses and other Requirements, included as Appendix 5 of the RFP, Federal
Certificates, included as Appendix C of the RFP afl of which are incorporated by
reference.
CITY wishes to enter into an agreement with CONTRACTOR for security
services for the Lodi Transit Station (hereinafter "Project") as set forth in the Request for
Proposal and the CONTRACTOR's Response to Request for Proposal, dated November
3, 2010. CONTRACTOR acknowledges and represents that it is qualified to perform the
work set forth in this Contract, all relevant factors considered, and in accordance with
applicable state law, including but not limited to California Penal Code sections 11105,
12002, and 12033, and California Business and Professions Code sections 7583.5 and
7583.12.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in the Request for Proposals.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, on January 1,
2011 and upon receipt of a written notice to proceed from CITY and shall perform all
services diligently and complete work under this Agreement for a term of three (3) years.
K:\WPNPROJECTS\TRANSIT\Security\201 MSecurityServicesAgreement.doc 1
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Request for Proposals and/or
CONTRACTOR's Response to Request for Proposal.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Option to Renew
CITY shall have the option to extend this Contract for two (2) one-year terms.
CITY's option shall be exercised in writing at least 30 days before the expiration of the
then -current term.
Section 2.4 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Request for
Proposals and/or CONTRACTOR's Response to Request for Proposal.
Section 2.5 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The services set forth under the Request for Proposals
and CONTRACTOR's Response to Request for Proposal shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Request for Proposals and CONTRACTOR's Response to Request for Proposal and
is prepared to and can perform all services specified therein. CONTRACTOR
represents that it has, or will have at the time this Agreement is executed, all licenses,
permits, qualifications, insurance and approvals of whatsoever nature are legally
required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at
its own cost and expense, keep in effect during the life of this Agreement all such
licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend
and hold harmless CITY against any costs associated with such licenses, permits,
K\WP\PROJECTS\TRANSIT\Security\2010\SecurityServicesAgreement doc 2
qualifications, insurance and approvals which may be imposed against CITY under this
Agreement.
Section 2.6 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.7 Other Provisions Applicable to Services to be Performed by
CONTRACTOR
Security guards assigned to perform work under this Agreement shall wear uniforms
at all times. These uniforms must clearly identify the security guard as an employee of
CONTRACTOR and the name of the security guard in conformance with California law.
This identification may be accomplished through the use of shoulder patches, silk
screening or stitched company emblems, insignias or logos.
Security guards assigned to perform work under this Agreement shall perform their
duties independently, receiving general operational direction, but not supervision of CITY.
CONTRACTOR agrees that neither CONTRACTOR nor its employees shall have
any claim under this Agreement, or otherwise, against CITY for employment
compensation, Worker's Compensation, unemployment compensation or insurance,
vacation pay, sick leave, health insurance benefits, retirement benefits, Social Security
benefits, disability insurance benefits, or any other form of employee benefits. It is
expressly agreed by the parties that no work, act, commission or omission of
CONTRACTOR shall be construed to make or render Contractor the agent, employee, or
servant of CITY.
If any license, permit, or approval is necessary from any state or local agency for the
services to be performed under this Agreement, CONTRACTOR shall obtain them at its
own expense prior to commencement of the services under this Agreement
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the Contract Services and Costs, attached hereto as Exhibit A and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY
K:\WP\PROJECTS\TRANSIT\Security\201 O\SecurityServicesAgreementdoc 3
Section 3.2 Method of Paymen
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the services
of CONCTRACTOR said work is attributable. CONTRACTOR's compensation for all
work under this Agreement shall not exceed the amounts set forth in Exhibit A.
Section 3.3 Costs
Payment of reimbursable costs considered to be over and above those inherent
in the original Request for Proposals or CONTRACTOR's Response to Request for
Proposal, if any, shall be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
K:\WP\PROJECTS\TRANSIT\Security\201 MecurityServicesAgreement.doc 4
Sectisn 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liabilit
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Request for Proposals or CONTRACTOR's Response
to Request for Proposal prior to final acceptance by CITY, except as expressly provided
herein.
Section 4.6 Insurance Reauirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Appendix A to the Request for Proposals.
Section 4.7 Successors and Assign
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
K:\WP\PROJECTS\TRANSIT\Security\201 O\SecurityServicesAgreementdoc 5
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Transportation Manager
To CONTRACTOR: U.S. Security Associates, Inc.
Section 4.09 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Request for Proposals.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY, CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
Either Party may terminate this Agreement, with or without cause, by giving the
other Party at least ten (10) days written notice. Where phases are anticipated within
the Scope of Services, at which an intermediate decision is required concerning whether
to proceed further, CITY may terminate at the conclusion of any such phase. Upon
termination, CONTRACTOR shall be entitled to payment as set forth in the Request for
Proposals and the attached Exhibit A to the extent that the work has been performed.
Upon termination, CONTRACTOR shall immediately suspend all work on the Project
and deliver any documents or work in progress to CITY. However, CITY shall assume
no liability for costs, expenses or lost profits resulting from services not completed or for
contracts entered into by CONTRACTOR with third parties in reliance upon this
Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
K:\WP\PROJECTS\TRANSIT\Security\201 MSecurityServicesAgreement.doc 6
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
i 1 13 Applic I I aw. I I I and 4 1
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requiremen
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
K:\WP\PROJECTS\TRANSIT\Security\201 MSecurityServicesAgreement.doc 7
Section 4.17 Contract Terms Prevail
All exhibits, documents included by reference, and this Agreement are intended
to be construed as a single document. Should any inconsistency occur between the
specific terms of this Agreement and the attached exhibits, the terms of this Agreement
shall prevail.
Section 4.18 Severabilitv
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (110) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as
of the date first above written.
K:\WP\PROJECTS\TRANSIT\Security\201 O\SecurityServicesAgreementdoc 8
ATTEST:
By
RANDIJOHL
City Clerk
APPROVED AS TO FORM:
D. STEPHEN SCHWABAUER, CityAttorney
CITY OF LODI, a municipal corporation
M
KONRADTBARTLAM
City Manager
U.S. Security Associates, Inc., a
Delaware corporation qualified to do
business in California
Attachment:
Exhibit A — Contract Services and Costs
K:\WP\PROJECTS\TRANSIT\Security\201 O\SecurityServicesAgreementdoc 9
Exhibit:A
CONTRACT SERVICES AND COSTS
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
TOTAL
ESTIMATED
ANNUAL
ANNUAL
HRS
UNIT PRICE
TOTAL PRICE
1.
Security officer (standard)
HR
5,604
$ 13.05
$ 73,132.20
2.
Overtime
HR
0
$ 18.90
$ 0.00
3.
Holiday
HR
72
$ 18.90
$ 1,360.80
4.
Tour Positive Patrol Device
EA
NA
included
included
TOTAL
$74,493.00
RESOLUTION NO. 2010-222
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGERTO EXECUTE CONTRACT FOR SECURITY
SERVICESAT LODI TRANSIT STATION AND PARKING
STRUCTUREAND TO NEGOTIATEAND EXECUTETWO
ONE-YEAR CONTRACT EXTENSIONS
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed proposals were received and publicly opened on November 3, 2010, at
11:00 a.m. for security services for the Lodi Transit Station and Parking Structure, described in
the request for proposals therefore approved by the City Council on October6, 2010; and
WHEREAS, said proposals have been checked and tabulated and a report thereof filed
with the City Manager as follows:
U. S. Security Associates, Inc.
Scarleft Protective
Windwalker Security
National Security Industries
ABC Security Services
G4S Secure Solutions
Westpac Group
Universal Protection Services
All Phase
Security Patrol Management
Omni Patrol
Delta Hawkeye Security Services
First Alarm Security
Nu-WaySecurity
Securitas Security Services
California Industrial Services
Delta Protective Services
Ferrva Ent/RMI International
AIITech Protective Services
WHEREAS, 17 proposals met the minimum qualifications, and the 8 lowest bids were
reviewed based on company experience, training program, proposed equipment, size of staff,
references, and proposed cost; and
WHEREAS, staff recommends awarding a three-year contract to U. S. Security
Associates, Inc., of Stockton, California, at an approximate cost of $223,500, and that the
City Manager be authorized to execute two one-year contract extensions.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a three-year contract for the security services for the Lodi
Transit Station and Parking Structure with U. S. Security Associates, Inc., of Stockton,
California, in the approximate amount of $223,500 and two one-year contract extensions, if it is
mutually agreed upon by both parties and advantageous to the City.
Dated: December 15,2010
I hereby certify that Resolution No. 2010-222 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 15, 2010, by the following vote:
AYES: COUNCIL MEMBERS —Hansen, Mounce, Nakanishi, and Mayor Johnson
NOES: COUNCIL MEMBERS —None
ABSENT: COUNCIL MEMBERS — Katzakian
ABSTAIN: COUNCIL MEMBERS— None
&H L
City Clerk
2010-222
CITY COUNCIL
BOB JOHNSON, Mayor
JOANNE L. MOUNCE,
Mayor Pro Ternpore
LARRY D. HANSEN
PHILKATZAKIAN
ALAN NAKANISHI
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
December 9, 2010
Chris de Guzman, Business Development Manager
U.S. Security Associates, Inc.
18870 Buren Place
CastroValley, CA 94552
KONRADT BARTLAM
City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
PublicWorks Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Contract for Security
Services at Lodi Transit Station and Parking Structure to U.S. Security
Associates, Inc., of Stockton (Estimated Three -Year Cost: $223,500) and to
Negotiate and Execute Two One -Year Contract Extensions
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, December 15, 2010. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. 0. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand-deliverthe letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Paula Fernandez,
Transportation Manager/Senior Traffic Engineer, at (209) 333-6706.
r : F. Wally Sandelin
PublicWorks Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARDIO.DOC