Loading...
HomeMy WebLinkAboutAgenda Report - March 18, 2015 C-10AGENDA ITEM Cdo I D CITY OF LODI =a COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement for Security Services at the Lodi Transit Station and Parking Structure with Cypress Security, LLC, of San Francisco (Estimated Three -Year Cost: $300,500), and to Negotiate and Execute Two One -Year Agreement Extensions MEETING DATE: PREPARED BY: March 18, 2015 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement for Security Services at the Lodi Transit Station and Parking Structure with Cypress Security, LLC, of San Francisco (estimated three-year cost of $300,500), and to negotiate and execute two one-year agreement extensions. BACKGROUND INFORMATION: This project provides transit security services augmented with the City's security cameras and a closed-circuit security system located at the Lodi Transit Station and Parking Structure. Security is provided by one security officer monitoring the cameras as well as patrolling the Lodi Transit Station and Parking Structure during the weekday evening hours and 24 hours per day on weekends. An additional security officer is stationed at the main lobby on the weekends. On December 15, 2010, City Council awarded the current security services contract to U. S. Security, Inc., for a three-year term through 2014/15 with two one-year extensions. The current contractor determined they were unable to provide service for an additional year at the current price. Therefore, on January 14, 2015, City staff solicited requests for proposals (RFP) for security services for the Lodi Transit Station and Parking Structure. On February 12, 2015, the City received proposals from the following 16 companies: Cypress Security, LLC Command International Security Services Kingdom Security AG Coast Inc. Prestige International Security, Inc. Hylton Private Security Nu -way Security Comprehensive Security Services U.S. Security Associates Security Enforcement Alliance American Custom Private Security Admiral Security Services Universal Protection Services National Security Industries and Services Condor Security of America Pac West Security Services Of the 16 proposals received, 11 met the minimum requirements. The six lowest cost proposals were selected for a more comprehensive review by a committee composed of a Lodi Police Lieutenant, the Deputy Public Works Director and the Transportation Manager. The six proposals were scored based upon company experience, training programs, proposed equipment, size of staff, references, and proposed cost. Phone conference calls were held for the three highest -scoring proposals, and the committee unanimously selected Cypress Security, LLC. Reference checks were performed for the highest -scoring company, confirming staff's selection. K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\CC PSA Transit Station Security Servicesrev doc 3/4/2015 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement for Security Services at the Lodi Transit Station and Parking Structure with Cypress Security, LLC, of San Francisco (Estimated Three -Year Cost: $300,500), and to Negotiate and Execute Two One -Year Agreement Extensions March 18, 2015 Page 2 Staff recommends awarding the contract to Cypress Security, LLC. Their Modesto and Elk Grove offices will support the proposed security program. In addition, they have a pool of 15 officers in the Lodi area, 15 officers in Stockton and 70 officers in Modesto. The total three-year contract will cost approximately $300,500, but can vary based upon actual hours. The proposed standard hourly cost is $15.43 for the first and second year and $15.85 for the third year. The current contract hourly cost is $15.00. Staff also recommends the City Manager be authorized to extend the agreement 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: Funds for the security services are budgeted in the Transit Operations budget_ FUNDING AVAILABLE: Public Works Transit Operating Fund (60054101) Jordan Ayers Deputy City Manager/Internal Services Director F. Wally ndelin Public Works Director Prepared by Paula Fernandez, Transportation Manager/ Senior Traffic Engineer FWS/PJF/smh cc: Cypress Security, LLC K:\WP\PROJECTS\TRANSMSecurity\2015 New Contract= PSA Transit Station Security Servicesrev doc 3/4/2015 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2015, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CYPRESS SECURITY, LLC (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for LODI TRANSIT STATION AND PARKING STRUCTURE SECURITY SERVICES (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. 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 Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. 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 1 remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 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 Scope of Services 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 Scope of Services (Exhibit A) 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, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 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 2.6 Term The term of this Agreement commences on April 1, 2015 and terminates upon the completion of the Scope of Services or on March 31, 2018, whichever occurs first. Section 2.7 Option to Extend Term of Agreement At its option, City may extend the terms of this Agreement for an additional two (2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City VJ exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed five (5) years. ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B 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. Section 3.2 Method of Payment 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 Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services 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 3 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. Section 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 and costs), 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, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. 4 Section 4.4 No Personal Liability 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 Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns 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: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Paula Fernandez To CONTRACTOR: Cypress Security, LLC 478 Tehama Street San Francisco, CA 94103 Attn: Kes Narbutas Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. 5 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 CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR 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 attached Exhibit B 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 "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. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees 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 6 fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement 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. Section 4.17 Contract Terms Prevail All exhibits 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 Severability 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 (10) 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. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ® If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST - JENNIFER M. FERRAIOLO City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager CYPRESS SECURITY LLC By _ Name Title: KES NARBUTAS Owner/CEO Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 60054101 (Business Unit & Account No.) Doc ID:K:\WP\PROJECTS\PSA's\2015\Cypress Private Security PSA.doc CA:Rev.01.2015 8 Exhibit A — Scope of Services (RFP) Exhibit A1— Cypress Security, LLC Proposal (Scope of Services and Project Plan) Exhibit B — Fee Proposal Form Exhibit B1— Contract Services and Costs Exhibit C — Insurance Requirement Exhibit D — Federal Transit Funding Conditions Exhibit D1— Federal Forms Exhibit A Scope of Services (RFP) CITY has provided demand response transit services to the Lodi community since 1978. In 1994, the CITY established fixed -route service as part of the transit operations. The CITY is an urbanized area located in the San Joaquin Valley in the central portion of the State of California. An estimated population of 68,000 resides within the CITY limits. The primary industries are agriculture, food processing, and some light industry and services. CITY provides public transit services within its boundaries and limited adjacent areas in northern San Joaquin County. The GRAPELINE, a fixed route transit service, operates within the CITY limits. The demand response and ADA paratransit (Dial -A -Ride/ VineLine) service area consists of the CITY limits, plus various unincorporated areas. The total annual passenger ridership for the fixed route, demand response, and ADA paratransit services is approximately 250,000 passengers. The total service area is approximately 19 square miles. The Lodi Transit Station was opened in October 1999. The Lodi Transit Station Parking Structure was constructed in 2002. In 2013, a network -based video surveillance and assessment system was installed at the Lodi Transit Station and Transit Station Parking Structure. A security monitoring room is located at the Lodi Transit Station clock tower. There are 31 internet protocol (IP) type fixed -position and pan/tilt/zoom cameras. The Lodi Transit Station has cameras inside and outside the station buildings, monitoring the fare collection activity and buses parked overnight in a non -secured area. Security cameras provided by AmTrak and located at the Lodi Transit Station are viewed by the transit operations' staff and not included in this security service contract. At the parking structure, the cameras are located and monitored on each floor, access points, and elevator activities. CITY's security services are funded through a combination of fare revenues, Transportation Development Act (sales tax), Federal Transit Administration (FTA) 5307 funds, and miscellaneous grants. The scope of services as set forth in this Request for Proposals, represent an outline of the services which the CITY anticipates the successful proposer to perform, and is presented for the primary purpose of allowing the CITY to compare proposals. The precise scope of services in the Security Services Agreement shall be negotiated between the CITY and the successful proposer. As a minimum, the following security services are anticipated to be needed, but not limited to: A. Scope of Services for Lodi Transit Station and Lodi Transit Station Parking Structure 1. Security services at the Lodi Transit Station and Lodi Transit Station Parking Structure are as follows: On weekdays (Monday through Friday) for 12 hours a day from 6:00 p.m. to 6:00 a.m., and on weekends for 24 hours a day, starting 6:00 a.m. on Saturday until 6:00 a.m. on Monday, one security officer shall be on duty. A secondary security officer is on duty at the Lodi Transit Station lobby on Saturday for 10 hours a day from 12 noon to 10 PM and on Sunday for five hours a day from 12 noon to 5 PM. The security officers are expected to remain onsite during lunch or be relieved by another security officer during his or her lunch. At a minimum, the primary security officer will perform security sweeps on an hourly basis. In addition, the primary security officer will monitor the cameras at a minimum of 20 minutes per hour. The security officer 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 Transit Station and Lodi Transit Station Parking Structure. The security officer 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 must be provided in order to verify the hourly sweeps. 2. Security officers, as required by the CITY, are to act in the best interests of the CITY to protect its patrons, contract employees, facilities, vehicles and guests. The security officers shall be present to monitor persons and activities in and around the facilities to ensure a safe environment for all individuals. The officer 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 to insist that appropriate behavior prevail. 3. The officer will be required to perform security sweeps of the parking lots and perimeters of the Lodi Transit Station and the Lodi Transit Station Parking Structure. In addition to the security sweeps, the officers will be required to view and monitor security cameras provided at the Lodi Transit Station Parking Structure Security Office through a network -based video surveillance and assessment system. At the conclusion of their shift, the officer 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 officer will leave a copy of daily report activities in the Transportation Manager's mailbox in the Transit Office. 4. Officers shall make available, at any time while on duty, their officer cards. Officers 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 security officer card shall be grounds for termination of the contract. 5. All officers must be neat, clean and properly uniformed and have a clear command of the English language (able to read, write, and speak). Uniforms shall not be similar to those of the Lodi Police Department. All shirts shall be tucked in. Head covers, if worn, shall be a part of the uniform. 6. All officers must be equipped with radios or phones capable of communicating with other officers and their dispatch site. In addition to the radios, officers Exhibit A Scope of Services RFP.doc must have a cellular phone for communication with Lodi Police or other departments/individuals. 7. Security officers shall arrive at Lodi Transit Station and Lodi Transit Station Parking Structure at scheduled time, properly uniformed, with all necessary equipment to perform job satisfactorily. Additionally, officers shall refrain from socializing with any one group for any period of time unless necessitated as part of their patrol duties. Officers shall refrain from onsite visitors at all times while on duty. B. Required Qualifications: 1. Firm must have a minimum of five (5) years experience. 2. All security officers assigned to Lodi Transit Station and the Lodi Transit Station Parking Structure must be bonded and employed by a company holding a valid California Private Patrol Operator license that provides 24-hour dispatch. Additionally, all officers shall be licensed and carry their officer cards with them whenever on premises. At the request of Lodi Police, officers shall immediately present the officer cards for viewing. 3. All security officers must be equipped with radios or phones capable of communicating with other officers who are elsewhere on the site, if applicable, and their dispatch center. 4. Lethal weapons shall be prohibited. Officers 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. 6. Proposed services to utilize Federal Transit Administration funding. Submittal of a proposal acknowledges Proposer's receipt and understanding of the requirements for Federal contracting provided in the appendix. Exhibit A Scope of Services RFP.doc EXHIBIT Al - Cypress Security, LLC Proposal CITY OF LODI SCOPE OF SERVICES AND PROJECT PLAN Our experienced and knowledgeable security management team will continually review the needs of the City of Lodi. After assessing the current security environment, our team will then advise and implement mutually agreed upon policy or procedural changes. The CPS approach to delivering the best security program for you is to meticulously analyze the site: location (area), activities, public interest, and other stakeholders. In particular, CPS pays special attention in addressing the following factors: Lodi Transit Station and Lodi Transit Station Parking Structure Protocols Roving Patrol — The primary security officer shall perform security sweeps on a regular basis, one per hour at minimum. These patrols include parking lots and perimeters of the Lodi Transit Station and Transit Station Parking Structure as well as any other areas as designated by the post orders. The focus of these patrols is primarily for crime prevention and fire and life safety. A visible presence will serve as a deterrent to trespassers and crime and increase general public safety. Any facility conditions issues will be reported to the appropriate City transit staff member. CPS will use D3 security technology for guard tracking purposes in order to verify the hourly security sweeps. Camera Monitoring — The primary security officer shall also monitor the cameras at least 20 minutes per hour. Officers will be trained to operate all security camera monitoring equipment. CCTV images are retained when possible to aid in future investigations. Access Control — At the conclusion of their shift, outgoing officers shall ensure that the buildings are secure and properly alarmed. They will provide the transit dispatcher with a list of City vehicles on the premises so that the dispatcher is aware of who is onsite.Trespassers located outside the premises are asked to leave. Continuous Coverage — CPS understands the importance of uninterrupted coverage and is committed to a staffing plan that will ensure that there are no gaps in coverage. CPS has the officer pool to fulfil the required posts. During the scheduled shift hours, officers will remain onsite during lunch or be relieved by another officer. While on duty, officers will carry their California guard cards at all times. Vehicle Patrol — CPS proposes the use of a bicycle for supervision of the Transit Station and Parking Structure sites. The bicycle will be provided and maintained by CPS. However, upgrading to a motorized cart is an option. Customer Service — All CPS officers must undergo and complete customer service training. Officers will support City of Lodi transit employees in any capacity as long as the officers can safely complete their post duties. Officers will be comfortable interacting regularly with the public; they act on behalf of the City of Lodi and will conduct themselves with the appropriate levels of customer service and authority. They will be able to provide public information to visitors and have basic knowledge of the general area and services. Officers will, at all times, be polite, courteous, respectful, and responsive to any person authorized to be at the site. Our company training manager is certified by the Disney Institute, having successfully completed Disney's Approach to Quality Service. Reporting and Documentation Procedures — All CPS officers are trained to write accurate and detailed reports. Officers will complete the appropriate reports for each shift. A copy of the reports will be left in the Transportation Manager's mailbox in the transit office. Reports include Daily Activity Reports, Conditions Reports, Property Damage Reports, Lost and Found Reports, and others as assigned. Reports are also logged an archived in the online web portal. The client can review these reports at any time. The web portal is provided to all CPS clients. Any officer who knowingly falsifies a report will be disciplined up to and including termination from employment. Thursday, February 12, 2015 CYPRESS PRIVATE SECURITY 24/7 Dispatch Center — CPS provides 24-hour dispatch that can be reached via phone or email at any time. The dispatch center maintains communication with officers in the field as well as Lodi Police and any other pertinent departments or individuals. In addition, the dispatch center responds to any emergencies and can call backup or flex officers to ensure that there are no gaps in coverage. Officers will be provided with a phone so that they can communicate with the dispatch center. Rules and Regulations — All officers and supervisors learn your site's rules and regulations. Officers will present themselves as neat, clean, and properly uniformed (shirts tucked in, proper work shoes, hats only if part of the uniform). They will demonstrate a clear command of the English language (able to read, write, and speak). Officers who are on duty will not socialize with any one person or group for extended lengths of time unless necessitated as part of their patrol duties. Officers shall not entertain personal visitors while on duty. Emergencies — Every CPS officer is considered a first responder and is fully certified (and current) in CPR and first aid. Cypress retains a fully -certified CPR instructor on site to provide initial training and recertification. Each officer receives a four hour fire and life safety class. Site-specific emergency procedure training supplements the safety class. Emergency response training includes: fire, first aid, crime, and utilities/plant emergencies. Safety — All safety hazards are documented and reported to the CPS client manager and your pertinent management. Issues that immediately threaten building occupants or business operations are addressed in accordance with the post orders. The client manager actively participates in the client's health and safety committee meetings as well as the Injury and Illness Prevention Program. CPS will, at all times, maintain a trained and skilled force capable of performing all necessary security functions and patrol rounds, including operating building protection devices and other equipment. Alarm Systems — CPS officers will respond to any and all alarms immediately. The officer on duty will follow all steps outlined in the post orders when responding to a fire alarm or any other warning system. Handling Disruptive Individuals — CPS officers are trained in "verbal judo" and the importance of communication, especially in handling disorderly people. CPS officers are trained in projecting a professional image and are skilled in diffusing potentially volatile situations. Our company training manager is also a certified Management of Aggressive Behavior Instructor. MOAB training presents principles, techniques, and skills for recognizing, reducing, and managing violent and aggressive behavior. The program also provides humane and compassionate methods of dealing with aggressive people both in and out of the workplace. Code of Ethics — CPS officers follow our established code of ethics. In particular, the following apply to ALL employees of CPS: ethical responsibilities; courtesy in all circumstances; respectful treatment of others; and no use of inappropriate language. No officer shall accept any kind of gratuity. Each CPS officer shall conduct himself or herself with the highest level of integrity. Confidentiality — All CPS employees are trained in confidentiality and how to handle sensitive information. (All information at a site is deemed sensitive and is not to be shared by CPS staff.) The training and enforcement includes areas such as: interfering with legal processes, withholding information, and disclosure of information. All CPS officers are trained in the area of providing relevant and important information to human resources, the client manager, or the facility manager. This includes knowledge of misconduct by a fellow employee. The CPS team understands the importance of operating and providing services as a unified front. A single individual's performance, or lack thereof, impacts the perception of the entire company. The individual officer will report any information he or she might have as it relates to: illegal activity, misconduct, and use of drugs or alcohol. Emergency and Additional Security Coverage — CPS will design and implement an emergency plan that will address all response to threats and potential emergencies at the Lodi Transit Station and Transit Station Parking Lot. The CPS corporate emergency response plan is based on the nationally -recognized Page 2 Thursday, February 12, 2015 CYPRESS PRIVATE SECURITY Incident Command System (ICS) for emergency response. CPS understands that changing security needs in the case of an emergency or incident requires CPS to respond with additional staff. CPS is fully prepared to increase our security services in the event of an escalation in the security level (emergencies, civil unrest, fire, or special events). CPS will work closely with your management to escalate and de-escalate the need for additional staffing at the site. In the event of an emergency, CPS uses the following procedures to ensure that trained staff are on -hand to fill all shifts at the site, including scheduled absences as well as increases in staffing: • Cross -training — CPS cross -trains security officers, supervisors, and managers. CPS will share an employee list of trained officers available to work at the site and will train more officers per request of client, if needed. • Back-up Staffing — CPS will, at all times, have a pool of people who have received full site training and orientation, including post assignments, standards, and procedures. These officers will be able to fill any shift on a short notice. • Emergency Planning — CPS operates a corporate emergency response plan based on the nationally -recognized Incident Command System. This plan covers all aspects of emergency response. Our corporate guidelines are designed to help us maintain security services before, during, and after an emergency. This includes situations such as earthquakes, major fires, major civil unrest, or major escalation of the security level. Because each client and each situation is unique, CPS works with management to implement preventive measures such as training and emergency planning. • Emergency Response — CPS operates an emergency response vehicle especially equipped for emergency situations and special events. Our emergency equipment is always at the ready, and includes power generators, indoor/outdoor lighting systems, light rescue equipment. All of the emergency equipment is checked monthly. This specially -equipped vehicle enables CPS to respond during an emergency incident or scheduled special events. Working with Local Law Enforcement — Cypress Private Security has extensive experience cooperating with local law enforcement. We have developed protocol that allows us to have productive and beneficial working relationships with the police. Our procedures follow four basic steps: establishing the relationship; establishing a regular system of communication; establishing a pattern of cooperation; and continuing to work together as a team. • Establishing the Relationship: During the startup process, when we first begin providing security services at a site, we will contact the local police station or sheriff's department. CPS managers will introduce themselves and our company, and tell law enforcement where we are performing services. We will discuss the challenges the police have had at the site, as well as any challenges that we foresee. We will also discuss the best strategies in approaching these challenges and analyze the best ways to resolve them. Working with local law enforcement requires both parties to participate. In establishing a positive relationship with the police, it is also important that we ask how we can assist them in the area and discuss the parameters of how they would like us to respond or help during incidents or emergencies. We will develop points of contact between the police department and our security officers. • Establishing a Regular System of Communication: After we have established a strong relationship with the police, we continue to develop that relationship through a regular system of communication. Therefore, we will attend regular community meetings with the police as much as possible. We subscribe to community and police newsletters to stay current with local news and policies. Cell phones and email allow us to maintain contact with our contacts. Frequently, our security officers will meet face to face with our points of contact in the police department as each party exchanges information and ideas. Page 3 Thursday, February 12, 2015 CYPRESS PRIVATE SECURITY • Establishing a Pattern of Cooperation: A genuine spirit of cooperation arises as we continue to demonstrate our reliability, consistency, and responsibility. Even as local law enforcement grows to trust our capabilities, we continue to encourage regular communication. We will continue to regularly call and email our points of contact and we will continue to schedule in-person meetings to facilitate improved teamwork. Through sharing information, CPS and the police will have the most accurate possible data, which means more accurate crime tracking statistics. Such knowledge helps both parties improve the effectiveness of patrols, crime prevention, and other security functions. • Continuing to Work Together as a Team: Once we have established a solid foundation for a productive working relationship with the local police, we continue to maintain a high level of collaboration. When we have a good working knowledge of the site (typically, within the first thirty days), our security officers and the police department can begin discussing more specific details in earnest, especially in terms of criminal intelligence. For example, CPS officers and the police will discuss who is doing what activity, where the suspect lives, what vehicle the suspect drives, who the suspect's acquaintances are, and so forth. This type of information allows both CPS and the police to zero in on known hotspots and suspects. Transporation — The transportation industry moves both people and goods. Security challenges include passenger and employee safety, theft of goods and information, and terror attacks. CPS designs robust transportation security programs that address these challenges, including the following: airport, rail station, and bus terminal security; personnel training programs; and courier services. CPS works with a variety of agencies to stay current with best practices and maintain the most updated information available. Parking Structure Security — Parking lots and structures require active security measures. CPS officers are fully trained in parking and traffic control procedures, including the use of personal protective equipment, the use of any traffic control devices, the ability to use and interpret signals, and how to accurately record traffic or parking violations. Patrol policies encourage officers to keep a watchful eye on the cars to prevent theft and vehicle break-ins. Officers will also be aware of dangerous goods or potential hazards, and take all appropriate measures to address those issues. Security Officer — Every Cypress Private Security officer is thoroughly trained to meet the requirements of the client, including the specific security needs of the client's industry. All officers know how to prepare clear and concise incident/condition reports and speak English. They receive training in customer service, emergency response, and other critical skills. Because of our extensive training, CPS officers are engaged and thus motivated, and they approach their work with the utmost professionalism. Uniforms are customized to meet client requirements, and our quality control managers ensure consistent performance and supervision. CPS' extensive pre-employment screening ensures that we hire individuals with integrity, professionalism, and intelligence. Officers will carry their BSIS Guard Card while on duty. Page 4 Thursday, February 12, 2015 Work Plan and Timelines During the transition process, CPS emphasizes the following factors: CYPRESS PRIVATE SECURITY • Seek to understand and operate in harmony with your current work -flow. • Anticipate and assess the potential impact on various departments and constituencies. • Learn all rules, policies, and procedures at the site and within the operation. • Implement the most effective tools, materials, and technology. • Execute a systematic and smooth transition of responsibility that instills confidence. The CPS transition plan documents implementation steps, identifies strategies, and establishes timeframes for specific tasks, including when and if responsibility transfers to the client. As phases of the transition plan conclude, CPS incorporates necessary changes and provides updated plans to the client. Administering a complete security program is a multi -step process including: security assessment, security team selection, management team selection, on-site leadership, recruiting, training, monitoring, and supervision and support functions. Key Personnel Duties and Responsibilities: Before the transition starts, CPS will identify the key personnel who will be responsible for delivering the security services and define their duties during the transition. Work Plan Timeline Page 5 "010 Award Award letter issued to CPS > 3 weeks prior to startup BDM CPS transition team assigned and in place > 3 weeks prior to startup COO Meet with client to obtain site specific information > 3 weeks prior to startup Client Manager Outline and adjust transition plan if needed > 3 weeks prior to startup COO Security and technology assessment > 3 weeks prior to startup COO & Client Mgr. Management/labor meeting > 3 weeks prior to startup COO Conduct site security survey > 3 weeks prior to startup COO & Client Mgr. Introduction letter, application, and drug screen forms > 3 weeks prior to startup Human Resources Interview and select employees > 3 weeks prior to startup Human Resources Prepare wage and benefits package > 2 weeks prior to startup Human Resources On-site training for operations team > 2 weeks prior to startup COO & Client Mgr. Gather information about current staff at site > 2 weeks prior to startup Human Resources Provide assessment, training of current staff at site > 2 weeks prior to startup Client Mgr., Tr. Mgr. Page 5 Thursday, February 12, 2015 CYPRESS PRIVATE SECURITY Order all supplies and equipment > 2 weeks prior to startup Client Manager Deadline for applications to be received > 2 weeks prior to startup Human Resources Order uniforms and duty gear > 2 weeks prior to startup Client Manager Prepare post orders > 2 weeks prior to startup Client Manager Select security officers > 2 weeks prior to startup HR & Client Mgr. Prepare site-specific training materials > 1 week prior to startup Training Manager Meet with client to brief on transition progress Continuous COO & Client Mgr. Present post orders to client > 1 week prior to startup Client Manager Deadline to complete drug screen for candidates > 1 week prior to startup Human Resources Meet with client for feedback on first draft of post orders > 1 week prior to startup Client Manager Ensure each post is fully equipped as specified > 1 week prior to startup Client Manager Prepare master schedule > 1 week prior to startup Scheduling Manager Fit uniforms and re -order as needed > 1 week prior to startup Client Manager Retraining of incumbent personnel hired by CPS > 1 week prior to startup Training Manager Service start TBD COO & Client Mgr. Evaluation Calendar The evaluation calendar outlines key on-site elements related to performance after the project has begun. Page 6 One month evaluation of each officer's performance 30 days after startup Client Manager Training or re -assignment as needed (individual officers) 30 — 45 days after startup Client Manager & Training Manager Three-month evaluation of each officer's performance < 90 days after startup Client Manager Training or re -assignment as needed (individual officers) 90 — 100 days after startup Client Manager & I Training Manager Page 6 Thursday, February 12, 2015 Personnel Selection Process CYPRESS PRIVATE SECURITY As an equal opportunity employer, CPS seeks to hire the best employees in each market served. In order to meet our overall goal of 100% customer satisfaction, the personnel selection process is carefully designed to find the most Hiring by the Numbers: suitable individuals for each post. The overall objective of our personnel selection process is to • 1 out of 20 applicants hired. have a pool of top-quality professionals on -hand, ready to take on any assignment. • 40 -question questionnaire. The hiring process starts with each candidate completing a • 10 -year residential history check. rigorous application form that serves as the base reference material in determining his/her qualifications. First, we assess • 10 panel drug test and random all relevant capabilities of an individual. Then we determine drug tests. how well the candidate meets the specifications for a particular assignment. • 5 years average tenure. Only one out of every twenty applicants is hired. This number is a testament to the fact that CPS attracts numerous • 7 years average time in security applicants and is able to be selective when hiring new team industry. members. • 67% of employees hold multiple Pre -Application Interview Questions certificates. The application process starts with a questionnaire designed to reveal attitudes toward work and security. Applicants are • Applicants provide complete then selected to continue the application process. educational and work history. Application • Full criminal background check. After the applicant has successfully completed the initial questionnaire and progresses to the next phase of the hiring • Annual check of all licenses. process, the applicant will complete an extensive application. CPS takes great pride in providing our clients • DMV check twice a year. with accurate and detailed reporting; the applicant must also demonstrate clarity, detail, and accuracy when • Employees are hired for a specific completing the application document. need with specific skills. Interview V To best assess a potential employee, CPS has implemented a multi -step interview process. • Human Resources Review of Application and Interview: After the applicant has completed a comprehensive application form, our human resources department reviews the application to find out if there is a fit between CPS and the applicant. HR also reviews the application for any discrepancies or "red flags" during an initial interview. • Hiring Manager Interview: The hiring manager will conduct an interview with the applicant to better understand the candidate's qualifications and to determine how the applicant satisfies the requirements for a specific assignment. • Chief Operating Officer/Branch Manager Interview: The manager will then conduct an interview with the applicant in order to establish how well the individual fits within the overall CPS culture, values, philosophies, and service standards. Page 7 Thursday, February 12, 2015 CYPRESS PRIVATE SECURITY • Client Interview: As the last interview step, an on-site interview may be conducted by the client if the client chooses this option. This interview is a vital part of finding the right applicant for each site. (The effectiveness of our selection process is further demonstrated by the fact that 97% of our clients are more than satisfied with their initial officers and only 3% have voiced a concern.) During the interview process, the applicant's language and communication skills are assessed. An applicant must be able to speak, read, and write proper English in order to proceed successfully through the CPS personnel selection process. Testing and Background Checks Written Test: Applicants take a written test so we can learn about their approach toward security, customer service, and their reasons for applying with CPS. This test is a good indicator of an applicant's ability to think intelligently and write professional reports. Personality Test: CPS uses proven personality tests. The following is a sample of areas examined in the personality test: honesty; drug and alcohol use; propensity toward anger/violence; integrity and work ethic; and willingness to follow directions. Screening & Background Check: After the interview, a comprehensive background check is completed. Information is checked against the Department of Justice, local police, and DMV records. Each individual has to meet or exceed all requirements set forth by the CPS security standards. When an applicant applies for a position of employment with CPS, they are required to complete an Investigative Consumer Release Form in conjunction with their application. This form authorizes CPS to obtain the Investigative Consumer Report from our contracted ICR agency. The report includes orders for live criminal record pulls; state, regional and national criminal database searches; Social Security verification; education verification; Department of Motor Vehicle records; credit history; and state and national sex offender records. Training & Work Verification: All applications are verified against listed information. Training is verified with copies of certificates or diplomas, or by contacting relevant organizations. After verification of work experience and training, each new CPS employee will complete and pass required CPS training modules. Annual Verifications of Certificates: CPS conducts annual verifications of all licenses required for security officers and other staff. In addition, twice a year CPS will conduct a check against the Department of Motor Vehicles (DMV) for all officers assigned to the site. Drug Testing: Successful applicants must pass a 10 panel drug screen. The following drugs are included in the panel: amphetamines, barbiturates, benzodiazepines, cocaine, marijuana, methadone, methaqualone, opiates, phencyclidine, propoxyphene. Page 8 Thursday, February 12, 2015 Employee Development and Retention CYPRESS PRIVATE SECURITY Ever since Cypress Private Security was founded, we've recognized that employees are unquestionably our most valuable resource. We invest in our employees. One of CPS' competitive advantages is a low turnover rate, which allows Careers at CPS: us to: • Maintain lower retraining costs. • Avoid costly rehire expenses. • Develop current staff. • Promote from within. • Track performance. This allows CPS to provide each client with experienced officers who are well-established within the client organization as valued and trusted service partners. The following philosophies enable CPS to maintain an industry- leading low turnover rate: J Well-balanced Compensation Package — CPS uses a multi -tier compensation structure in order to be able to promote and reward top performers. J Attractive Benefits Package — CPS offers all benefits at no cost to the employees. This includes a medical plan, dental plan, and life insurance. • 1 of 4 employees is promoted within the company. • Average tenure at CPS five years. • Average time in the security field: seven years. • 68% of management team holds college degrees in security or business and related fields. • Individual career enhancement plans for all CPS employees. • Each employee undergoes ongoing and annual performance evaluations. J Career Enhancement Plan — Based on the career • Free educational programs enhancement plan, each employee is able to (internal and external) provided to advance to higher positions within the company. all employees. J Promoting from Within — CPS actively promotes from within. This philosophy inspires employees to • 100% of officers receive on -the - perform at a high level and to take on more spot performance reviews based training. on their site knowledge. In-house Training Programs — Free of charge, CPS' • Performance-based compensation extensive training platform gives employees the and bonuses. opportunity to develop their skill sets to match a new position in the future. Officer Evaluation Program: Each new employee undergoes a 90 -day performance review after starting work. The review is part of the ongoing evaluation of the employees. The evaluation is compiled from a written test, immediate supervisors, quality control managers, and the client's on-site management team. Other additional input includes the officer's training log and potential disciplinary reports. After the first 90 -day evaluation, this review is completed semi-annually or annually. The evaluation program is the foundation for the employee career plan. Long-term Goals: The individual training plan is developed to match an individual's desire to meet future career goals. These training plans can include both in-house training and training at a formal institute. Each individual will be able to track their progress in accordance with the training plan. The employee career plan enables all employees to grow with the company, creating a thriving environment where employees' career goals are aligned with CPS' goals of providing the best security services around. Page 9 Thursday, February 12, 2015 Operational Quality Several notions impact your decision when you're choosing the right security vendor for your needs. First, you can base your choice solely on a vendor's reputation or past performance. Second, you can choose by assessing the capabilities of the company and the strength of their management team. Lastly, you can have a third party consultant make an assessment of each vendor. CPS' track record is evidence of our capabilities. Our success is intentional, not accidental, as you can see from all the premier clients we've partnered with over the years. Quality Consistency Disciplined self-evaluation is critical in developing high standards. Measuring performance helps us continually improve. CPS' quality control plan is based on the ISO 9000 family of standards as established by the International Organization for Standardization. Derived from expert collective experience and knowledge, these philosophies are a proven framework to guide organizations toward operational excellence. Customer Focus Client needs can change over time. CPS meets these evolving needs by using cutting edge technology and educated decision-making. We invest in resources that allow us to improve our service to clients. We keep open lines of communication and respond to feedback with intelligent solutions. Quality Improvement Process CYPRESS PRIVATE SECURITY Quality at CPS: • Based on ISO 9000 standards. • All activities within CPS are measured and tracked. • 100% performance evaluation conducted. • 100% of client expectations met. • Client surveys (annual surveys conducted with each client) covering 120 CPS functions. • Clear and precise post orders reflect clients' specifications. • Well-defined technical protocols and customer service skill sets. • System approach to management eliminates needless bureaucracy. M Vigilant, ongoing evaluation of our security ensures that every facet of our operation meets goals. All officers and managers attend monthly quality control meetings. We document issues, evaluate them, and then implement solutions. Our organized process allows CPS to share best practices across the company. Quality Consistency Diagram 'TfMationDelivery Follow -u _W $pKp Page 10 Exhibit B Fee Proposal Form Enter below the proposed price for Security Services as described in the Scope of Work, Exhibit A. Pricing shall be provided in a "rate per hour" form and must be all inclusive. (Including but not limited to — profit, taxes, benefits, transportation, fees, surcharges, and training/certifications and uniforms.) Holidays: There are 72 annual holiday hours [Six (12 hour/day) holidays] New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving, Christmas Name: Cypress Security, LLC Address: 478 Tehama Street, San Francisco, CA 94103 Telephone: 1-8 6-34 12 7 Contractor Signature kl� - Signer's Name and Title Kes Narbutas, Chief Executive Officer Date Signed 02/06/15 Mon — Fri Sat Sun Holidays (6) Year One $ 15A3 X15„43_ $ 15 43 123.14 Year Two $ 15.43 15.4 $ 15.43 $23,14 Year Three $ 15.85 15.85 15.85 $ 23.84 Option Year 1 16.29 $16.29 $16.29 $24.55 Option Year 2 $ 1 Q,74 $ 16.74 $ 16.74 $ 25.29 Are there any additional and/or incidental costs necessa in order to fully comply with this RFP? YES / NO If YES, please attach additional pages to explain all such costs. Name: Cypress Security, LLC Address: 478 Tehama Street, San Francisco, CA 94103 Telephone: 1-8 6-34 12 7 Contractor Signature kl� - Signer's Name and Title Kes Narbutas, Chief Executive Officer Date Signed 02/06/15 Exhibit B1 - Contract Services and Costs First Year ITEM EST'D. NO. DESCRIPTION UNIT TOTAL ESTIMATED ANNUAL ANNUAL HRS UNIT PRICE TOTAL PRICE 1. Security officer (standard) HR 5,544 $ 15.43 $ 85,543.92 2. Holiday HR 72 $ 23.14 $ 1,666.08 3. D3 Security Technology EA NA included included Primary Officer Subtotal $87,210.00 Additional Officer (Station Lobby) 5. Security officer (standard) HR 780 $ 15.43 $ 12,035.40 6. Holiday HR 0 $ 23.14 $ 0.00 Secondary Officer Subtotal $12,035.40 TOTAL $99,245.40 Second Year ITEM NO. DESCRIPTION UNIT 1. Security officer (standard) HR 2. Holiday HR 3. D3 Security Technology EA Additional Officer (Station Lobby) 5. Security officer (standard) HR 6. Holiday HR EST'D. TOTAL ESTIMATED ANNUAL ANNUAL HRS UNIT PRICE TOTAL PRICE 5,544 $ 15.43 $ 85,543.92 72 $ 23.14 $ 1,666.08 NA included included Primary Officer Subtotal $87,210.00 780 $ 15.43 $ 12,035.40 0 $ 23.14 $ 0.00 Secondary Officer Subtotal $12,035.40 TOTAL $99,245.40 ITEM NO. DESCRIPTION Third Year EST'D. UNIT TOTAL ANNUAL HRS 1. Security officer (standard) HR 2. Holiday HR 3. D3 Security Technology EA Additional Officer (Station Lobby) 5. Security officer (standard) HR 6. Holiday HR ITEM NO. DESCRIPTION ESTIMATED ANNUAL UNIT PRICE TOTAL PRICE 5,544 $ 15.85 $ 87, 872.40 72 $ 23.84 $ 1,716.48 NA included included Primary Officer Subtotal $89,588.88 780 $ 15.85 $ 12,363.00 0 $ 23.84 $ 0.00 Secondary Officer Subtotal $12,363.00 TOTAL $101,951.88 Option Year 1 EST'D. UNIT TOTAL ANNUAL HRS 1. Security officer (standard) HR 2. Holiday HR 3. D3 Security Technology EA Additional Officer (Station Lobby) 5. Security officer (standard) HR 6. Holiday HR ESTIMATED ANNUAL UNIT PRICE TOTAL PRICE 5,544 $ 16.29 $ 90, 311.76 72 $ 24.55 $ 1,767.60 NA included included Primary Officer Subtotal $92,079.36 780 $ 16.29 $ 12,706.20 0 $ 24.55 $ 0.00 Secondary Officer Subtotal $12,706.20 TOTAL $104,785.56 Option Year 2 ITEM EST'D. NO. DESCRIPTION UNIT TOTAL ESTIMATED ANNUAL ANNUAL HRS UNIT PRICE TOTAL PRICE 1. Security officer (standard) HR 2. Holiday HR 3. D3 Security Technology EA Additional Officer (Station Lobby) 5. Security officer (standard) HR 6. Holiday HR 5,544 $ 16.74 $ 92, 806.56 72 $ 25.29 $ 1,820.88 NA included included Primary Officer Subtotal $94,627.44 780 $ 16.74 $ 13,057.20 0 $ 25.29 $ 0.00 Secondary Officer Subtotal $13,057.20 TOTAL $107,684.64 EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $3,000,000 Each Occurrence $6,000,000 General Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 0413. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of thero oiect that it is insuring. (c) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. (d) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. Page 1 I of 2 pages Risk: rev.03.2014 Insurance Requirements for Contractor (continued) (e) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (f) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (g) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (15) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 2 1 of 2 pages Risk: rev.03.2014 Exhibit D Federal Transit Funding Conditions Federal Clauses 1. Fly America Requirements The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and sub -recipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government -financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. Bidder must complete and execute the form entitled "Fly America Certificate," Appendix A. 2. Reserved for Buy America 3. Reserved for Charter Bus Requirements and School Bus Requirements 4. Reserved for Cargo Preference - Use of United States- Flag Vessels 5. Reserved for Seismic Safety 6. Energy Conservation CONTRACTOR agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. §§ 6321 et seq.. 7. Clean Water The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc 2. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 8. Reserved for Bus Testing 9. Reserved for Pre -Award and Post -Delivery Audit Requirements 10. Lobbying Restrictions The CONTRACTOR agrees to: Refrain from using Federal assistance funds to pay the costs of influencing any officer or employee of a Federal agency, Member of Congress, officer of Congress or employee of a member of Congress, with obtaining any Federal contract, grant, or any other award covered by 31 U.S.0 § 1352. II. Comply with applicable Federal laws and regulations prohibiting the use of Federal assistance funds for activities designed to influence Congress or a State legislature with respect to legislation or appropriations, except through proper, official channels. III. Comply, and assure the compliance of each third party CONTRACTOR at any tier and each SUBCONTRACTOR at any tier, with U.S. DOT regulations, "New Restrictions on Lobbying," 49 C.F.R. Part 20, modified as necessary by 31 U.S.C. § 1352. IV. In addition, the Bidder shall complete Standard Form SF -LLL, "Disclosure of Lobbying Activities," Exhibit 12-E of Section 3, including instructions of completion. 11. Access to Records The following access to records requirements apply to this Contract: Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(1), the Contractor agrees to provide the Purchaser, the FTA Administrator, U. S. Secretary of Transportation, the Comptroller General of the United States or any of their authorized representatives access to all third party contract records as required by 49 U.S.C. § 5325(g). Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. II. Where the Purchaser is a State and is the FTA Recipient or a sub- grantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. III. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non- profit organization and is the FTA Recipient or a sub -grantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. IV. Where any Purchaser which is the FTA Recipient or a sub -grantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. V. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. VI. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc appeals, claims or exceptions related thereto. Reference 49 CFR 18.36(i)(11). VII. FTA does not require the inclusion of these requirements in subcontracts. 12. Federal Changes CONTRACTOR shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Department of Transportation, Federal Transit Administration, Master Agreement (FTA MA (21) dated October 1, 2014), between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. CONTRACTOR's failure to so comply shall constitute a material breach of this contract. 13. Reserved for Bonding Requirements (Construction) 14. Clean Air The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. II. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 15. Reserved for Recycled Products 16. Reserved for Davis -Bacon and Copeland Anti -Kickback Acts 17. Reserved for Contract Work Hours and Safety Standards Act 18. [Reserved] 19. No Government Obligation to Third Parties CITY OF LODI and CONTRACTOR acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to CITY OF LODI, CONTRACTOR, or any other party (whether or not a party to that K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc contract) pertaining to any matter resulting from the underlying contract. II. The CONTRACTOR agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the SUBCONTRACTOR who will be subject to its provisions. 20. Program Fraud and False or Fraudulent Statements or Related Acts. The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the CONTRACTOR certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the CONTRACTOR further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR to the extent the Federal Government deems appropriate. II. The CONTRACTOR also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the CONTRACTOR, to the extent the Federal Government deems appropriate. III. The CONTRACTOR agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the SUBCONTRACTOR who will be subject to the provisions. 21. Termination Upon written notice, CONTRACTOR agrees that the Federal Government may suspend or terminate all or part of the Federal financial assistance provided K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc herein if CONTRACTOR has violated the terms of the Grant Agreement or Cooperative Agreement, or if the Federal Government determines that the purposes of the statute authorizing the Project would not be adequately served by the continuation of Federal financial assistance for the Project. Any failure to make reasonable progress on the Project or other violation of the Grant Agreement or Cooperative Agreement that endangers substantial performance of the Project shall provide sufficient grounds for the Federal Government to terminate the Grant Agreement or Cooperative Agreement. Termination of any Federal financial assistance for the Project will not invalidate obligations properly incurred by CONTRACTOR before the termination date, to the extent those obligations cannot be canceled. If, however, the Federal Government determines that CONTRACTOR has willfully misused Federal assistance funds by failing to make adequate progress, failing to make reasonable and appropriate use of the Project real property, facilities, or equipment, or has failed to comply with the terms of the Grant Agreement or Cooperative Agreement, the Federal Government reserves the right to require CONTRACTOR to refund the entire amount of Federal funds provided for the Project or any lesser amount as the Federal Government may determine. Expiration of any Project time period established for the Project does not, by itself, constitute an expiration or termination of the Grant Agreement or Cooperative Agreement Termination for Convenience: CITY OF LODI may terminate this contract, in whole or in part, at any time by written notice to the CONTRACTOR. The CONTRACTOR shall be paid its costs, including contract closeout costs, and profit on work performed up to the time of termination. The CONTRACTOR shall promptly submit its termination claim to CITY OF LODI to be paid the CONTRACTOR. If the CONTRACTOR has any property in its possession belonging to CITY OF LODI, the CONTRACTOR will account for the same, and dispose of it in the manner CITY OF LODI directs. II. Termination for Default: If the CONTRACTOR does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the CONTRACTOR fails to perform in the manner called for in the contract, or if the CONTRACTOR fails to comply with any other provisions of the contract, CITY OF LODI may terminate this contract for default. Termination shall be effected by serving a notice of termination on the CONTRACTOR setting forth the manner in which the CONTRACTOR is in default. The CONTRACTOR will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by CITY OF LODI that the CONTRACTOR had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or beyond the control of the CONTRACTOR, CITY OF LODI, after setting up a new delivery of K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc performance schedule, may allow the CONTRACTOR to continue work, or treat the termination as a termination for convenience. III. Termination for Cost -Type Contracts: CITY OF LODI may terminate this contract, or any portion of it, by serving a notice of termination on the CONTRACTOR. The notice shall state whether the termination is for convenience of CITY OF LODI or is for the default of the CONTRACTOR. If the termination is for default, the notice shall state the manner in which the CONTRACTOR has failed to perform the requirements of the contract. The CONTRACTOR shall account for any property in its possession paid for from funds received from CITY OF LODI, or property supplied to the CONTRACTOR by CITY OF LODI. If the termination is for default, CITY OF LODI may fix the fee, if the contract provides for a fee, to be paid the CONTRACTOR in proportion to the value, if any, of the work performed up to the time of termination. The CONTRACTOR shall promptly submit its termination claim to CITY OF LODI and the parties shall negotiate the termination settlement to be paid the CONTRACTOR. 22. Government -wide Debarment and Suspension (Non -procurement) The CONTRACTOR agrees to comply, and assures the compliance of each third party CONTRACTOR and SUBCONTRACTOR at any tier, with Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6101 note, and U.S. DOT regulations, "Government wide Debarment and Suspension (Non - procurement)," within 49 C.F.R. Part 29. 23. Reserved for Privacy Act 24. Civil Rights The following requirements apply to the underlying contract: Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the CONTRACTOR agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. II. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc Race Color, Creed, National Origin. Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the CONTRACTOR agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The CONTRACTOR agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. • Act. ee - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. • Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the CONTRACTOR agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. III. The CONTRACTOR also agrees to include these requirements in each subcontract financed in whole or in part with Federal K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc assistance provided by FTA, modified only if necessary to identify the affected parties. 25. Breaches and Disputes a) Disputes Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of CITY OF LODI. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the CONTRACTOR mails or otherwise furnishes a written appeal to CITY OF LODI. In connection with any such appeal, the CONTRACTOR shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of CITY OF LODI shall be binding upon the CONTRACTOR and the CONTRACTOR shall abide be the decision. b) Performance During Dispute Unless otherwise directed by CITY OF LODI, CONTRACTOR shall continue performance under this Contract while matters in dispute are being resolved. c) Claims for Damages Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. d) Remedies Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between CITY OF LODI and the CONTRACTOR arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State of California. e) Rights and Remedies The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by CITY OF LODI Architect or CONTRACTOR shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing. 26. Reserved for Patent and Rights in Data. 27. Reserved for Transit Employee Protective Arrangements. 28. Disadvantaged Business Enterprise (DBE) This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Enterprises in Department of Transportation Financial Assistance Programs. For Federal Fiscal Year 2014/15 through 2016/17, the overall DBE goal for City of Lodi FTA assisted contracts is 2.75%. However, there is not a contract goal for this project. Contract Assurance The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as CITY OF LODI deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). Small Business Enterprise (SBE): The City of Lodi has adopted a policy to strongly encourage Small Business Enterprise (SBE) participation in Federal Transit Administration (FTA) -funded contracts of estimated cost greater than $200,000. Bidder's attention is directed to the following provisions relating to this policy: a. Bidders are to complete the "Bidder Small Business Enterprise (SBE) Information Form & Checklist". With respect to application of the SBE Program, bidders' attention is directed to the following: Bidders will be required to complete a "SBE Information Form" to be submitted with bids in excess of $200,000, which indicates the bidder's effort to employ SBEs. 2. In the event that two or more bids are the same and the lowest, the City shall award the contract in accordance with K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc the best intended effort of the bidder to employ SBEs as indicated on the "Bidder SBE Information Form". a. Contracts estimated by the City to be less than $200,000 do not have a SBE requirement. b. Contacts estimated by the City to cost $200,000 or more require the successful bidder to demonstrate their attempts to employ SBEs. A. Definition of Small Business Enterprise To participate as an eligible small business in projects administered by the City of Lodi, a firm must meet both of the following requirements: a. A firm (including affiliates) must be an existing small business as defined by Small Business Administration (SBA) regulations, 13 CFR Part 121, for the appropriate type(s) of work that a firm performs. The firm must hold one of the acceptable certifications listed in Section B below. b. Even if a firm meets the above requirement, the firm's (including affiliates') average annual gross receipts over the previous three years cannot exceed a maximum cap of $22.41 million (or as adjusted for inflation by the Secretary of U.S. DOT). SBA size standards vary by industry, and for certain industries may be higher than the $22.41 million cap. For example, the SBA standard for a general construction contractor is $33.5 million. If a general construction contractor's average annual gross receipts over the previous three years is $25 million, while it is below $33.5 million and meets the SBA size standard, it would be ineligible to participate as a small business for the City of Lodi's purposes as it exceeds $22.41 million. For information on SBA size standards, visit: http://www.sba. ug v/coptent/table-small-business-size-standards. Affiliates are defined in SBA regulations 13 CFR Part 121.103. B. Acceptable Comparable Small Business Enterprise Certifications The City of Lodi will accept the small business enterprise certifications performed by other agencies, provided that the size standards described in Section Ala and Al b above are met. If a firm is certified in one or more of the following programs, and meets City of Lodi size standards, the firm is automatically deemed a small business for City of Lodi purposes. The term "SBE" will be used collectively for qualified K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc SBEs, WBEs, MBEs and other approved certifications. As indicated below, the City of Lodi may require an affidavit of size for each SBE prime contractor or subcontractor. Certifications from self -certification programs are not acceptable. City of Lodi may request and review financial data provided by SBE firms on a case-by-case basis to confirm eligibility. Firms must be certified as of the time of bid submittal. Disadvantaged Business Enterprise (DBE) certification pursuant to U.S. Department of Transportation regulations, 49 CFR Part 26. This includes DBE certifications performed by the California Unified Certification Program (CUCP) or by the Unified Certification Program of any other state. 2. State Minority Business Enterprise (SMBE) and State Woman Business Enterprise (SWBE) certification by the State of California or by any other state provided that their certification complies with Section Al a or Al b above. In addition to copies of SMBE/SWBE certifications, bidders certified out-of-state must submit an affidavit of size for each SMBE/SWBE prime contractor or subcontractor at the time of bid submittal. 3. Small Business (SB) certification by the California Department of General Services (DGS) provided that their certification complies with Section Ala and Alb above. In addition to copies of SB certifications, bidders must submit an affidavit of size for each SB prime contractor or subcontractor at the time of bid submittal. 4. Microbusiness (MB) certification by the California Department of General Services for ALL industries. 5. SBA 8(a) by the Small Business Administration provided that their certification complies with Section Ala and Al b above. In addition to copies of SBA 8(a) certifications, bidders must submit an affidavit of size for each SBA 8(a) prime contractor or SBA 8(a) subcontractor at the time of bid submittal. 6. SBE/MBE/WBE certification from other state, county, or local government -certifying agency provided that their certification complies with Section Ala and Alb above. In addition to copies of certifications, bidders must submit an affidavit of size for each certified prime contractor or subcontractor at the time of bid submittal. K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc 29. Prompt Payment Prompt Progress Payment to Subcontractors Attention is directed to the provisions in Federal Regulations (49 CFR 26.29) concerning payment to subcontractors. The contractor shall make prompt and regular incremental acceptances of portions, as determined by the CITY OF LODI, of the contract work and shall pay retainage to the prime contractor based on these acceptances. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contractor receives from the CITY OF LODI. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lodi. This clause applies to both DBE and non -DBE subcontracts. Prompt Payment of Withheld Funds to Subcontractors The prime contractor agrees to return retainage payments to each subcontractor within thirty (30) days after the subcontractor's work is satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the CITY OF LODI. Federal Regulation (49 CFR 26.29) requires that any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the CITY OF LODI. This clause applies to both DBE and non -DBE subcontracts. Monitoring and Enforcement Violation of the City of Lodi's prompt payment and retainage provisions shall subject the violating prime contractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of: a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance; and/or noncompliance by a subcontractor. This clause applies to both DBE and non -DBE subcontractors. 30. Incorporation of FTA Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA -mandated K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The CONTRACTOR shall not perform any act, fail to perform any act, or refuse to comply with any CITY OF LODI request, which would cause CITY OF LODI to be in violation of the FTA terms and conditions. 31. Reserved for Drug and Alcohol Testing 32. Access for Individuals with Disabilities The contractor agrees to comply with 49 U.S.0 5301 (d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The contractor also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, which prohibits discrimination on the basis of disability in the administration of programs or activities receiving Federal financial assistance; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities; and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, the contractor agrees to comply with applicable implementing Federal regulations, and any later amendments thereto, and agrees to follow applicable Federal implementing directives, except to the extent FTA approves otherwise in writing. Among those regulations and directives are: (1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. Part 37; (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; (3) Join U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 C.F.R. Part 1192 and 49 C.F.R. Part 38; (4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; (5) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. K:\WP\PROJECTS\TRANSIT\Security\2015 New Contra ct\Exhibit D Federal Transit Funding Conditions.doc Part 36; (6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for the Physically Handicapped," 41 C.F.R. Subpart 101-19; (7) U.S. EEOC, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; (9) U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. Part 1194; (10) FTA regulations, "Transportation for Elderly and Handicapped Person," 49 C.F.R. Part 609; and (11) Federal civil rights and nondiscrimination directives implementing the foregoing Federal laws and regulations, except to the extent the Federal Government determines otherwise in writing. K:\WP\PROJECTS\TRANSIT\Security\2015 New Contract\Exhibit D Federal Transit Funding Conditions.doc EXHIBIT D1 - FEDERAL FORMS Lobbying Certification The undersigned Kes Narbutas certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form—LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all SUBCONTRACTORs shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The CONTRACTOR, Cypress Security, LLC, certifies or affirms the truthfulness and accuracy of each state,,ment of its certification and disclosure, if any. In addition, the CONTRACTOR and rstands kd agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this ce i ationn closure,Z-a � & Sig rurg of CONTRACTOR'S Authorized Official Kes Narbutas, Chief Executive Officer Name and Title of CONTRACTOR'S Authorized Official 02/06/15 Date Certification Regarding Debarment, Suspension, and Other Responsibility Matters Instructions for Certification By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, CITY OF LODI may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to CITY OF LODI if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," :"participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact CITY OF LODI for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by CITY OF LOD . 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, CITY OF LODI may pursue available remedies including suspension and/or debarment. "Certification Reciardina Debarment Suspension, Inellialbility and Voluntary Exclusion - Lower Tier Covered Transaction" The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R. § 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. Date 02/06/15 Signature J Lz--2 Company Name Cypress Security, LLC Title Chief Executive Officer o 0 Lnco n a N E a 0 0 8 14 b !t Q_ Z W fn (n s yj t z V Z N 00 U P ...... W ........... L z N0 _14' E £ v Z ,C = e o W IE W Uz Z V U W u 15 .Y\. k Z W LL. w m Luu 9 � E 0 OZ c L K N _ C zuY �J LO co At �; $k T- 0 ` 0) j T .Z 1- PN•, U 2 - & ao r �3 LU M tm c Y N t eW e �# y SS y N E C� d o d C G Y t d U L a C f6C U (n L- L u� o ..... s N f r N ''�^^ vJ ry .I LV Q H v N T N E M � m 0 a m c T- O N CD 'Z U O ° LL p w �J V 0 LLI m E = a i EE J J� j C 0 Z �i V -0 to CU • a W x �q ? a r U) ssI •o � Z f 1 y� (, E i j � � Q � � � Z � J � �m� I a in V i z n z v RESOLUTION NO. 2015-35 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH CYPRESS SECURITY, LLC, OF SAN FRANCISCO, FOR LODI TRANSIT STATION AND PARKING STRUCTURE SECURITY SERVICES AND TO NEGOTIATE AND EXECUTE EXTENSIONS WHEREAS, on January 14, 2015, City staff solicited requests for proposals for security services for the Lodi Transit Station and Parking Structure; and WHEREAS, on February 12, 2015, the City received proposals from the following 16 companies: Cypress Securit, LLC Pac West Security Services Kingdom 5ecun AG Coast Inc. Prestige International Security, Inc. H Iton Private Securit Condor Security of America Comprehensive Security Services U.S. Security Associates Security Enforcement Alliance American Custom Private Securit Admiral SecurityServices Universal Protection Services National Security Industries and Services Nu -way Security Command International Security Services WHEREAS, the six lowest cost proposals were selected for a more comprehensive review by a committee composed of a Lodi Police Lieutenant, the Deputy Public Works Director, and the Transportation Manager. The six proposals were scored based upon company experience, training programs, proposed equipment, size of staff, references, and proposed cost. Phone interviews were held for the three highest -scoring proposals, and the committee unanimously selected Cypress Security, LLC. Reference checks were performed for the highest -scoring company, confirming staff's selection; and WHEREAS, staff recommends awarding the contract to Cypress Security, LLC, of San Francisco, at an estimated three-year cost of $300,500. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the Lodi Transit Station and Parking Structure Security Services to Cypress Security, LLC, of San Francisco, California, at an estimated three-year cost of $300,500; and BE IT FURTHER RESOLVED, that the City Manager is hereby authorized to execute the Professional Services Agreement on behalf of the City; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to negotiate and execute two one-year extensions, as set forth in the agreement. Dated: March 18, 2015 I hereby certify that Resolution No. 2015-35 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 18, 2015, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Kuehne and Mounce ABSTAIN: COUNCIL MEMBERS — None NNIFE 4. FERRAIOLO ity Clerk 2015-35 CITY COUNCIL BOB JOHNSON, Mayor MARK CHANDLER, Mayor Pro Tempore DOUG KUEHNE JOANNE MOUNCE ALAN NAKANISHI CITY OF LODI PUBLIC WORKS DEPARTMENT Cypress Security, LLC 478 Tehama Street San Francisco, CA 94013 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 March 11, 2015 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D MAGDICH City Attorney F. WALLY SANDELIN Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement for Security Services at the Lodi Transit Station and Parking Structure to Cypress Security, LLC, of San Francisco (Estimated Three -Year Cost: $300,500), and to Negotiate and Execute Two One -Year Agreement Extensions Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, March 18, 2015. 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. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the 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 Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Paula Fernandez at (209) 333-6706. F. Wally Sandelin Public Works Director FWS/smh Enclosure cc: City Clerk NCCMTG.DOC