Loading...
HomeMy WebLinkAbout03-20-2018 Item 08 Authorize RFP for Parking Security Guard Services Meeting Date: 3/20/2018 FROM: Daryl Grigsby, Director of Public Works Prepared By: Scott Lee, Parking Services Manager SUBJECT: AUTHORIZE REQUEST FOR PROPOSAL FOR PARKING SECURITY GUARD SERVICES, SPECIFICATION NO 91625 RECOMMENDATION 1. Authorize the issuance of a Request for Proposal (RFP) for Parking Security Guard Services, Specification No. 91625; and 2. Authorize the City Manager to enter into a contract with the successful bidder within the approved budget of $48,000, and 3. Authorize the City Attorney to approve modifications to the form of the contract with the successful bidder. DISCUSSION The purpose of this proposal is to continue to contract with a vendor to furnish security guard services at each of the three existing parking structures. Parking Services has utilized outside contracted security services since 2010. This approach is part of an ongoing crime prevention strategy for the parking structures and provides benefit to both the parking customers and the staff who work there during the evening and weekend shifts. The current contract with In House Security expired on October 31, 2017 and is operating on a month-to-month extension basis. The new contract shall be for a period of four (4) years, with two (2) additional two-year extensions available to the City at their sole discretion. CONCURRENCES The police department concurs with this service as a strategy to reduce calls for service for the parking structures and as an overall crime deterrent measure. ENVIRONMENTAL REVIEW The California Environmental Quality Act does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines sec. 15278. NEXT STEPS Solicitation for proposals will be done by publicizing the RFP on the BidSync.com website utilized by the City, in addition to local notification required by the City’s Municipal and Public Resource Codes. The RFP is scheduled to be released to the public upon approval by Council. After proposals are received and accepted by the City in April 2018, a team of City staff will review each proposal Packet Page 87 8 for conformity and “best value”. The top ranked firm(s) will be interviewed to highlight their capabilities and services and to make recommendations to staff to ensure the vendor selected meets the city’s needs now and in the future. Negotiations will then begin with the top ranked firm. The new contract will become effective shortly after approval and award. FISCAL IMPACT As part of the approved 2017-19 Financial Plan, the Parking Division’s FY17-18 operating budget includes $48,000 for these services. The project will be fully funded by the Parking Fund. The contracted hours may be amended once the new Parking Access and Revenue Control System (PARCS) is installed as the City’s needs may change with the new equipment. ALTERNATIVES The City Council may choose to not approve the RFP for the Security Guard Services and instruct Staff to discontinue the services and seek other alternatives. Staff does not recommend this alternative because it may pose public safety issues at the three parking garages and increase the calls for service to the Police Department. Attachments: a - Security Guard Services RFP (91625) Packet Page 88 8 Page 1 Parking Security Guard Services RFP – specification no. 91625 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for PARKING SECURITY GUARD SERVICES Specification No. 91625 The City of San Luis Obispo is soliciting proposals from qualified vendors to furnish Parking Security Guard Services pursuant to Specification No. 91625. All proposers must register with BidSync at www.BidSync.com, where proposers can obtain RFP packages and submit questions regarding the RFP. The City will accept both electronic proposals submitted on BidSync and paper proposals submitted to the Finance Department office at 990 Palm Street, San Luis Obispo, CA 93401. To guard against premature opening, paper proposals must be submitted to the Finance Department in a sealed envelope plainly marked with the proposer’s name, specification number, proposal title and due date of proposal opening. All proposals must be submitted no later than 3:30pm Pacific Daylight Time, April 9, 2018. The proposals will be publicly opened at that time in the Council Hearing Room (Main Floor) at City Hall: 990 Palm Street, San Luis Obispo, CA 93401. Proposals received after said date and time will not be considered. Proposals shall be submitted along with the required forms provided in the specification package and following instructions contained herein. Proposals submitted in forms other than that described above will not be accepted. Please contact Purchasing Analyst Kristin Eriksson at KEriksso@slocity.org with any questions. For Public Records requests see Section 1.13 Packet Page 89 8 Page 2 Parking Security Guard Services RFP – specification no. 91625 Specification No. 91625 TABLE OF CONTENTS 1. NOTICE TO PROPOSERS – PROPOSAL REQUIREMENTS .................................................. 5 1.1. Summary and Requirement to Meet All Provisions ......................................................................... 5 1.2. Contract Term and Optional Extensions .......................................................................................... 5 1.3. Important Dates ............................................................................................................................... 5 1.4. Proposal Submittal and Format ....................................................................................................... 5 1.5. Insurance Certificate ........................................................................................................................ 5 1.6. Submittal of References ................................................................................................................... 6 1.7. Statement of Contract Disqualifications .......................................................................................... 6 1.8. Withdrawal or Revision of Proposals ............................................................................................... 6 1.9. Multiple Proposals ........................................................................................................................... 6 1.10. Procuring Agency/Personnel ............................................................................................................ 6 1.11. Inquiries and Clarifications ............................................................................................................... 7 1.12. Addenda ........................................................................................................................................... 7 1.13. Public Records .................................................................................................................................. 7 2. CONTRACT AWARD AND EXECUTION ................................................................................... 7 2.1. Proposal Retention and Award ........................................................................................................ 7 2.2. Competency and Responsibility of Proposer ................................................................................... 7 2.3. Form of Agreement .......................................................................................................................... 7 2.4. Insurance .......................................................................................................................................... 8 2.5. Business License and Tax .................................................................................................................. 8 2.6. Failure to Accept Contract ................................................................................................................ 8 2.7. Oral Presentations / Site Visits / Meetings ....................................................................................... 8 2.8. Proposer’s Responsibility ................................................................................................................. 8 3. CONTRACT PERFORMANCE...................................................................................................... 8 3.1. Ability to Perform ............................................................................................................................. 8 3.2. Laws to be Observed ........................................................................................................................ 8 3.3. Payment of Taxes ............................................................................................................................. 8 3.4. Permits and Licenses ........................................................................................................................ 9 Packet Page 90 8 Page 3 Parking Security Guard Services RFP – specification no. 91625 3.5. Safety Provisions .............................................................................................................................. 9 3.6. Public and Employee Safety ............................................................................................................. 9 3.7. Preservation of City Property ........................................................................................................... 9 3.8. Immigration Act of 1986 .................................................................................................................. 9 3.9. Proposer Non-Discrimination .......................................................................................................... 9 3.10. Work Delays ..................................................................................................................................... 9 3.11. Payment Terms .............................................................................................................................. 10 3.12. Inspection ....................................................................................................................................... 10 3.13. Audit ............................................................................................................................................... 10 3.14. Interests of Proposer ...................................................................................................................... 10 3.15. Hold Harmless and Indemnification ............................................................................................... 10 3.16. Contract Assignment ...................................................................................................................... 10 3.17. Termination for Convenience ......................................................................................................... 10 3.18. Termination for Cause .................................................................................................................... 11 4. PROPOSAL CONTENT AND SELECTION PROCESS ............................................................. 11 4.1. Overview ........................................................................................................................................ 11 4.2. Calendar of Events ......................................................................................................................... 12 4.3. Background and Objectives ............................................................................................................ 12 4.4. Description / Scope of Work .......................................................................................................... 12 4.5. Selection Process ............................................................................................................................ 13 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS .............................................. 13 Chapter 1: Title Page ...................................................................................................................... 13 Chapter 2: Organizational Summary .............................................................................................. 13 Chapter 3: References ......................................................................................................................... 14 Chapter 4: Sub Proposers ............................................................................................................... 14 Chapter 5: Disclosure of Past Contract Failures and Litigation ...................................................... 14 Chapter 6: Fee Proposal ................................................................................................................. 14 Chapter 7: Additional Required Forms ........................................................................................... 15 Packet Page 91 8 Page 4 Parking Security Guard Services RFP – specification no. 91625 REQUIRED FORMS ................................................................................................ 16 FORM A: SIGNATURE AFFIDAVIT ......................................................................................................... 16 FORM B: VENDOR PROFILE ............................................................................................................ 17 FORM C: REFERENCES .................................................................................................................... 18 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ................................................ 19 FORM E: COST PROPOSAL SUBMITTAL FORM .............................................................................. 20 APPENDICES ...................................................................................................... 21 APPENDIX A: SAMPLE AGREEMENT ............................................................................................... 21 APPENDIX B: INSURANCE REQUIREMENTS .................................................................................... 23 APPENDIX C: DESCRIPTION OF WORK, SCHEDULE AND DUTIES ................................................... 25 Packet Page 92 8 Page 5 Parking Security Guard Services RFP – specification no. 91625 1 NOTICE TO PROPOSERS – PROPOSAL REQUIREMENTS 1.1 Summary and Requirement to Meet All Provisions The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors to furnish security officers who will perform general guard duties and traffic control duties at the City’s three parking structures as described in this RFP at the locations and frequencies listed. Vendors submitting proposals (“Proposers”) are required to read this Request for Proposals (“RFP”) in its entirety and follow the instructions contained herein and shall meet all of the terms, and conditions of the RFP specifications package. By virtue of its proposal submittal, the Proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 1.2 Contract Term and Optional Extensions This shall be a Contract for Purchase of Services (Appendix A) for the provision of Security Guard Services related to the RFP Specification No. 91625 for a term of four (4) years with two (2) additional two-years extensions available to the City at their sole discretion, if the services are deemed satisfactory, by written notification to the Contractor. 1.3 Important Dates Deliver proposals no later than the due date and time indicated below. The City will reject late proposals: Issue Date: March 26, 2018 Due Date: April 9, 2018, 3:30PM, PDT 1.4 Proposal Submittal and Format Each proposal must be submitted in one of two ways: 1) electronically on the City’s BidSync website; or 2) in hard copy form in a sealed envelope, plainly marked with the proposer’s name, specification number, proposal title and due date of proposal opening. Proposals must be submitted as provided in the specifications and accompanied by any other required submittals or supplemental materials. 1.5 Insurance Certificate If awarded a contract, each proposal will be required to provide a certificate of insurance showing: A. The insurance carrier and its A.M. Best rating. B. Scope of coverage and limits. C. Deductibles and self-insured retention. The insurance requirements are detailed in Section 2.4. 1.6 Submittal of References Each proposer shall submit a minimum of three (3) references on the form provide in the RFP package as Form C. 1.7 Statement of Contract Disqualifications Each Proposer shall submit a statement regarding any past government disqualifications on the form provide in the RFP package as Form D. Packet Page 93 8 Page 6 Parking Security Guard Services RFP – specification no. 91625 1.8 Withdrawal or Revision of Proposals Proposers may, without prejudice, withdraw proposals by requesting such withdrawal prior to the time specified for the proposal opening, by submitting a written request to the Bid Administrator for its withdrawal, in which event the proposal will be returned to the Proposer unopened. All proposals will be opened and declared publicly. Proposers may modify their proposal at any time prior to the due date and time of submission for proposals. 1.9 Multiple Proposals Multiple proposals from Proposers are NOT permitted. Any vendor responding to this RFP shall incorporate their entire bid in one submission regardless of whether the bid is for one or more components of this RFP. The proposed costs should be broken down into sufficient detail to allow for the separate evaluation of each component being bid. 1.10 Procuring Agency/ Personnel The City of San Luis Obispo is the procuring agency: Scott Lee, Parking Manager City of San Luis Obispo (805) 781-7234 slee@SLOCity.org The City of San Luis Obispo Finance Department administers the procurement function: Kristin Eriksson (Bid Administrator) Finance Department 990 Palm Street San Luis Obispo, CA 93401 (805) 781-7435 KEriksso@SLOCity.org 1.11 Inquiries and Clarifications Proposers are to raise any questions they have about the RFP document on the City’s BidSync website no later than Friday March 30, 2018 at 2:00pm PDT. Furthermore, Proposers finding any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP document shall immediately notify the procuring agency and request clarification. 1.12 Addenda In the event it is necessary to provide additional clarification or revision to the RFP, the City will post addenda to the City’s BidSync website. It is Proposer’s sole responsibility to regularly monitor the websites for any such postings. Failure to retrieve addenda and include their provisions may result in disqualification. Packet Page 94 8 Page 7 Parking Security Guard Services RFP – specification no. 91625 1.13 Public Records Proposers are hereby notified that all information submitted in response to this RFP may be made available for public inspection according to the Public Records Act of the State of California and the California Constitution. Information qualifying as a “trade secret” – defined in California Public Records Act of 2004 – may be held confidential. Proposers shall seal separately and clearly identify all information they deem to be “trade secrets,” as defined by the State of California Statutes. Do not duplicate or comingle information, deemed confidential and sealed, elsewhere in your response. The City cannot ensure that information will not be subject to release if a request is made under applicable public records laws. The City cannot consider the following confidential: a bid in its entirety, price bid information, or the entire contents of any resulting contract. The City will not provide advanced notice to Proposers prior to release of any requested record. To the extent permitted by such laws, it is the intention of the City to withhold the contents of proposals from public view – until such time as competitive or bargaining reasons no longer require non-disclosure, in the City’s opinion. At that time, all proposals will be available for review in accordance with such laws. 2 CONTRACT AWARD AND EXECUTION 2.1 Proposal Retention and Award The City reserves the right to retain all proposals for a period of 180 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by speci fic limitations. 2.2 Competency and Responsibility of Proposer The City reserves full discretion to determine the competence and responsibility, professionally and/or financial stability, of Proposer. Proposer will provide, in a timely manner, all information that the City deems necessary to make such a decision. 2.3 Form of Agreement Proposers are responsible for reviewing this Form of Agreement prior to submission of their proposal. The Form of Agreement shall serve as the basis for the contract resulting from this RFP. The terms of this template contract shall become contractual obligations following award of the RFP. By submitting a proposal, the contract shall become contractual obligations following award of the RFP. By submitting a proposal, Proposers affirm their willingness to enter into a contract containing these terms. 2.4 Insurance Proposers shall provide proof of insurance in the form, coverages and amounts specified in Appendix B of these specifications within ten (10) calendar days after notice of contract award as a precondition to contract execution. Packet Page 95 8 Page 8 Parking Security Guard Services RFP – specification no. 91625 2.5 Business License and Tax The Proposer must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. 2.6 Failure to Accept Contract The following will occur if the Consultant to whom the award is made (Consultant) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a Consultant's bond or security is required; and an award may be made to the next highest ranked Consultant with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. 2.7 Oral Presentations / Site Visits / Meetings Proposers may be asked to attend meetings, make oral presentations, inspect City locations or make their facilities, or those of existing clients with similar operations, available for site inspection as part of the RFP process. Such presentations, meetings, or site visits will be at the Proposer’s expense. 2.8 Proposer’s Responsibility Proposers shall examine this RFP and shall exercise their judgment as to the nature and scope of the work required. No plea of ignorance concerning conditions or difficulties that exist or may hereafter arise in the execution of the work under the resulting contract, as a consequence of failure to make necessary examinations and investigations, shall be accepted as an excuse for any failure or omission on the part of the Proposers to fulfill the requirements of the resulting contract. 3 CONTRACT PERFORMANCE 3.1 Ability to Perform The Proposer warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, cit y, and special district laws, ordinances, and regulations. 3.2 Laws to be Observed The Proposer shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 3.3 Payment of Taxes The contract prices shall include full compensation for all taxes that the Proposer is required to pay. 3.4 Permits and Licenses The Proposer shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. Packet Page 96 8 Page 9 Parking Security Guard Services RFP – specification no. 91625 3.5 Safety Provisions The Proposer shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 3.6 Public and Employee Safety Whenever the Proposer's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 3.7 Preservation of City Property The Proposer shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Proposer's operations, it shall be replaced or restored at the Proposer's expense. The facilities shall be replaced or restored to a condition as good as when the Propose r began work. 3.8 Immigration Act of 1986 The Proposer warrants on behalf of itself and all sub Proposers engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 3.9 Proposer Non-Discrimination In the performance of this work, the Proposer agrees that it will not engage in, nor permit such sub Proposers as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 3.10 Work Delays Should the Proposer be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Proposer. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 3.11 Payment Terms Payments will be made consistent with the Agreement. The City's standard payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Proposer (Net 30). Packet Page 97 8 Page 10 Parking Security Guard Services RFP – specification no. 91625 3.12 Inspection The Proposer shall furnish City with every reasonable opportunity for City to ascertain that the services of the Proposer are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Proposer of any of its obligations to fulfill its contract requirements. 3.13 Audit The City shall have the option of inspecting and/or auditing all records and other written materials used by Proposer in preparing its invoices to City as a condition precedent to any payment to Proposer. 3.14 Interests of Proposer The Proposer covenants that it presently has no inte rest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Proposer further covenants that, in the performance of this work, no sub Proposer or person having such an interest shall be employed. The Proposer certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Proposer shall at all times be deemed an independent Proposer and not an agent or employee of the City. 3.15 Hold Harmless and Indemnification The Proposer agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Proposer's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Proposer, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Proposer's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 3.16 Contract Assignment The Proposer shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 3.17 Termination for Convenience The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; or (b) for custom products, the lesser of a reasonable price for the raw materials, components, work in progress and any finished units on hand or the price per unit reflected in this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected in this Agreement. Upon termination notice from the Packet Page 98 8 Page 11 Parking Security Guard Services RFP – specification no. 91625 City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 3.18 Termination for Cause If, during the term of the contract, the City determines that the Proposer is not faithfully abiding by any term or condition contained herein, the City may notify the Proposer in writing of such defect or failure to perform. This notice must give the Proposer a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Proposer has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Proposer to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Proposer's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Proposer shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Proposer as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Proposer shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Proposer be entitled to receive any amount in excess of the compensation quoted in its proposal. 4 PROPOSAL CONTENT AND SELECTION PROCESS 4.1 Overview The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors (“Proposers”) for provision of Security Guard services as specified in this RFP – Specification No. 91625. City is seeking Proposer’s to contract for the service components of this RFP as stated in the RFP Appendix C. The City requires well-managed and professional Proposers with demonstrated skills, and high levels of customer service and satisfaction, to fulfill the requirements outlined in this RFP. 4.2 Calendar of Events Listed below are specific and estimated dates and times of RFP events, all of which are subject to change. Proposers must complete events by specific dates as indicated unless Packet Page 99 8 Page 12 Parking Security Guard Services RFP – specification no. 91625 revised by the City. The City may or may not issue a formal notification for changes in estimated dates and times. Figure 4-2: Calendar of Events Date Event Monday March 26, 2018 Issue date of RFP Friday March 30, 2018 Questions from Proposers Due Wednesday April 4, 2018 Answers to Questions posted Monday April 9, 2018 3:30pm PDT T Proposals due April 2018 Evaluation of proposals April 2018 Negotiation and award contract May 2018 Contract Routing to City Manager May 2018 Contract Award June 2018 Contract begins 4.3 Background & Objective The City of San Luis Obispo operates three parking structures in the downtown area. The City wishes to have Proposers bid on the work defined and with the frequency defined on Appendix C. The objective of this RFP is to select a vendor to provide the Security services at the locations and on the frequency and the level detailed in this RFP . 4.4 Description/Scope of Work The Contractor shall perform the tasks described in Appendix C at the locations and frequencies specified. The intent of Specification No. 91625 is to procure a high level of service that will present a professional and clean appearance at all times. The City’s representative shall be sole judge of the adequacy of the Contractor’s professionalism, performance and effectiveness at these sites. Proposer shall meet all requirements of the specifications contained herein, as well as all legislated mandates by the State of California, California Vehicle Code, San Luis Obispo Municipal Code, and the City of San Luis Obispo. For any portion of this proposal that is performed by Sub-Proposers, see Section 5, Chapter 9 (Required Submittals - Sub Proposers) of this proposal. Packet Page 100 8 Page 13 Parking Security Guard Services RFP – specification no. 91625 4.5 Selection Process The City may shortlist up to four (4) Proposers based on the submitted proposals and invite them to an interview process. In addition, the City may request that Proposers demonstrate their service either as part of the interview process or separately from it. The City, at its discretion, may make site visits to locations where the Proposers currently provide service. Contract award will not be based solely on price, but on a combination of the factors determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Proposer s, the City reserves the right to further negotiate the proposed work and/or method and amo unt of compensation. Once prospective Proposers have been evaluated by the evaluation panel, negotiations shall begin. If negotiations are unsuccessful, talks with that Proposer will be abandoned and negotiations will then commence with the next qualified Proposer, and so on, until a final agreement has been reached and a contract prepared. Staff will present their findings to the City Council, which, at its discretion, will award a contact. 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS Proposing Vendors desiring to respond to this Request for Proposal (RFP) shall submit their proposal in sufficient detail to allow for a thorough evaluation and comparative analysis. The City shall use the responses as the basis of its evaluation. The proposals should be as brief and concise as possible without sacrificing clarity. Proposals containing irrelevant material or an abundance of excessively vague language may be penalized in the screening process. Arrange proposals to match the following outline. Respond to each and every question and/or statement. In the context of this section “you” and “your” is the same as “Proposer” and “Proposer’s”, respectively. Chapter 1: Title Page The title page shall contain at a minimum the name of the Proposer, RFP Title, and Due Date. Chapter 2: Organizational Summary – Description of Organization Provide a brief summary introducing your firm. Limit your response to one page. At a minimum, include the information briefly describing your firm’s organization and size and your experience including the number of years in business. Chapter 3: References Provide three references from similar projects and clients. Limit your response to one page. Chapter 4: Sub Proposers (if any) Identify any sub-Proposers that would be used. Give a detailed description of their involvement, scope of work, background, and responsibilities. The price proposed shall include any and all work to be done by sub-Proposers, and the City will only process claims and payments to the Proposer. A list of sub-Proposers to be hired shall be submitted as a part of the proposal. Also disclose whether or not the sub Proposer is a subsidiary or is financially tied to the Proposer in any other Packet Page 101 8 Page 14 Parking Security Guard Services RFP – specification no. 91625 manner. Use of sub-Proposer does not relieve the Proposer of overall responsibility. City reserves the right to approve all proposed sub-Proposers. Chapter 5: Disclosure of Contract Failures and Litigation Disclose any alleged significant prior or ongoing contract failures, contract breaches, any civil or criminal litigation or investigation pending which involves your firm or in which your firm has been judged guilty or liable, or which may affect the performance of the services to be rendered herein, in which your firm, any of its employees, sub-Proposers, or sub consultants is or has been involved in within the last three (3) years. Chapter 6: Fee Proposal Include detailed pricing information for the services described in this RFP. Quote fees as all inclusive, not-to-exceed, fixed fees for each relevant aspect of the RFP proposal. The fee could be a one-time fee, fee per use, fee per year or fee per contract period. Also, identify all other costs beyond the usage cost such as a fee for system maintenance, etc. As noted above, prepare the fee proposal as all inclusive, not-to-exceed, fixed fees: o All Inclusive – Covers all direct and indirect expenses incurred by the Proposer including but not limited to; travel, telephone, copying and other out-of-pocket expenses. o Not-To-Exceed – The actual fees shall not exceed the amount specified in fee proposal. o Fixed Fee – All prices, rates, fees and conditions outlined in the proposal shall remain fixed and valid for the entire length of the contract and any/all renewals. Provide exact fees - not a range. Take advantage of the opportunity to ask questions and receive answers to gain clarification. Furthermore, document any significant assumptions for arriving at fee estimates. You are responsible for verifying the correctness of calculations in your fee proposal. The City reserves the right to make an award without further discussion of the fee proposal submitted. Therefore, the Proposer should submit the fee proposal on the most favorable terms they can offer. However, this does not limit the City from negotiating with the selected Proposer. A finalization of the specifications and scope of services is expected as a part of final contract negotiation or through a Best and Final Offer (BAFO) process. By the BAFO the Proposer(s) remaining in the process will have met with the City and or demonstrated their product /service giving them the opportunity to obtain a complete understanding of all requirements. Chapter 7: Additional Required Forms and/or Attachments Include the following required forms and/or attachments to your Proposal. Forms are included in the RFP. o Form A – Signature Affidavit – A company representative with authority to bind the Proposer to the City by contract shall sign the form, attesting the proposal has been submitted in conformance to stated requirements. o Form B – Vendor Profile – complete the information about your firm. o Form C – References o Form D – Statement of Past Contract Disqualifications o Form E – Cost Proposal Submittal Form Packet Page 102 8 Page 15 Parking Security Guard Services RFP – specification no. 91625 FORM A: SIGNATURE AFFIDAVIT Note: This form must be returned with your response. In signing proposals, we certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit proposals, that proposals have been independently arrived at, without collusion with any other Proposers, competitor or potential competitor; that proposals have not been knowingly disclosed prior to the opening of proposals to any other Proposers or competitor; that the above statement is accurate under penalty of perjury. The undersigned, submitting this proposal, hereby agrees with all the terms, conditions, and specifications required by the City in this Request for Proposal, declares that the attached proposal and pricing are in conformity therewith, and attests to the truthfulness of all submissions in response to this solicitation. Proposers shall provide the information requested below. Include the legal name of the Proposer and signature of the person(s) legally authorized to bind the Proposers to a contract. SIGNATURE AND DATE OF AUTHORIZE REPRESENTATIVE PRINT NAME: __________________________________________________ FIRM (PROPOSER) NAME: ________________________________________ Packet Page 103 8 Page 16 Parking Security Guard Services RFP – specification no. 91625 FORM B: VENDOR PROFILE Company Information Company Name (Proposer) FEIN: (If FEIN is not applicable, SSN collected upon award) Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Primary Individual Contact Information Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Secondary Individual Contact Information Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Packet Page 104 8 Page 17 Parking Security Guard Services RFP – specification no. 91625 FORM C: REFERENCES Describe fully three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. The City reserves the right to contact references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Packet Page 105 8 Page 18 Parking Security Guard Services RFP – specification no. 91625 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances.  Do you have any disqualification as described in the above paragraph to declare? Yes  No   If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ___________________________________________ Signature of Authorized Representative of Proposer ___________________________________________ Print name of Authorized Representative of Proposer Packet Page 106 8 Page 19 Parking Security Guard Services RFP – specification no. 91625 FORM E: COST PROPOSAL SUBMITTAL FORM The City is requesting proposals for the provision of Security Guard Services at each of the City owned parking structures. Incomplete cost proposals will not be accepted, and the submitted proposal will be deemed incomplete. If there are any additional costs not included in this Cost Proposal, those costs must be identified on a separate sheet of paper and included in this Request for Proposal. The undersigned, who is authorized to represent the proposing firm and has carefully examined Specification No 91625, proposes to furnish the services described in Appendix C of Specification No. 91625 for the prices quoted below in full. 842 & 919 PALM STRUCTURES (COMBINED HOURS) MARSH STRUCTURE 19 hours weekly 23 hours weekly Parking Security Guard Services TOTAL FOR ALL STRUCTURES $__________________ Fully Burdened Hourly Labor Rate for Additional hour (per hr.) __________________ Signature of Authorized Representative Date: Print Name of Vendor: Packet Page 107 8 Page 20 Parking Security Guard Services RFP – specification no. 91625 Appendix A: FORM OF AGREEMENT (SAMPLE) AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [date], by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for provision of maintenance services pursuant to Specification No. 91625 – Parking Security Guard Services. WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for said [supplies, equipment, services, project, whatever]. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said [supplies, equipment, services, project, whatever]. 2. INCORPORATION BY REFERENCE. City Specification No. 91625 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing [supplies, equipment, services, project, whatever] as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed [$ .00]. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council [or other official] of the City. 2. Packet Page 108 8 Page 21 Parking Security Guard Services RFP – specification no. 91625 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor [ ] [ ] [ ] [ ] 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO ____________________________________ By:____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ___________________________________ City Attorney Packet Page 109 8 Page 22 Parking Security Guard Services RFP – specification no. 91625 Appendix B: INSURANCE REQUIREMENTS The Proposer shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Proposer, its agents, representatives, employees or sub Proposers. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, Packet Page 110 8 Page 23 Parking Security Guard Services RFP – specification no. 91625 employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. The Consultant agrees to notify the City in the event that the policy is suspended, voided or reduced in coverage or limits. A minimum of 30 days prior written notice by certified mail, return receipt requested, will be provided. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Consultant shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Sub-consultants. Consultant shall include all sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-consultant. All coverages for sub-consultants shall be subject to all of the requirements stated herein. Packet Page 111 8 Page 24 Parking Security Guard Services RFP – specification no. 91625 Appendix C: Description of Work, Schedule and Duties 1. General Description of Work. The Contractor shall furnish security officers who perform general duties and traffic control duties at the City’s three parking structures. The intent of this specification is to procure a high level of security and service for the staff and visitors using these facilities. The City’s representative shall be sole judge of the adequacy of the Contractor’s provision of services at each of these sites. 2. Regular Schedule Location Day Starting Time Ending Time Marsh Street Parking Structure Mon-Wed 1830 2300 842 Palm & 919 Palm Structures Thursday 1700 2300 842 Palm & 919 Palm Structures Friday 1830 2300 842 Palm & 919 Palm Structures Saturday 1300 2300 842 Palm & 919 Palm Structures Sunday 1300 1900 Marsh Street Parking Structure Thursday 1700 2400 Marsh Street Parking Structure Friday 1830 2400 Marsh Street Parking Structure Saturday 1200 2400 Marsh Street Parking Structure Sunday 1300 1900 3. General Contractor Duties a. Train new security officers to familiarize them with general guard duties and traffic control duties. b. Provide log book so officers can log in their time of arrival and record their hourly rounds. c. Provide background checks, photos and names of guards who will be working security at the City’s three facilities prior to their assignments. d. Provide hand-held radios or other approved communication devices for all parking attendants and security officers on duty. e. Weekly inspection of security officers to ensure they present a professional appearance and manner. f. Maintain a pager or mobile phone number for immediate response to problems such as a security officer not reporting at the scheduled time. 4. General Contractor Duties a. Wear a complete company uniform as approved by the City. b. Do not carry firearms, clubs, nightsticks, or other unapproved equipment. c. Report for duty no later than the scheduled starting time. d. Check in with the parking attendant on duty at the beginning of the shift and at least twice an hour thereafter. e. Enter your shift start and end times in the log book located in the attendant’s booth. Packet Page 112 8 Page 25 Parking Security Guard Services RFP – specification no. 91625 f. Confirm that radios are synced to same channel for guard and attendant and the radios are working properly. g. Direct any questions you may have to the parking attendant on duty. h. Remember the radio call sign for the Marsh Street Parking Structure is “Security 1”. i. Remember the radio call sign for the Palm Street Parking Structure is “Security 2”. j. Remember the radio call sign for the 919 Palm St. Parking Structure is “Security 3”. k. Ask the parking attendant on duty for any special instructions. l. Patrol all levels of the parking Structure including stairwells, elevators and exterior perimeter. m. Stay visible to the public at all times. n. Report to the parking attendant on duty any activity that may pose a threat to public safety or City property, particularly vandalism, unusual loitering, skateboarding, in- line skating, biking, unlawful drinking, and unlawful drug use. o. Report to the Parking Attendant on duty all potential hazards to the public. These would include: Spills in elevators or stairs, lack of light ing and elevators not working. p. Do not intervene in a potentially dangerous situation; summon the Police immediately; inform the parking attendant on duty of the situation. q. Answer questions from the public. r. Assist Structure users as needed to enter and exit parking spaces. s. Report to the attendant on duty How full the Structure is on an hourly basis. t. Report to the attendant on duty any back-ups in the Structures that exceed one level of cars. u. From 2230 to 2330 (depending on structure hours) adjust the patrol route in order to keep the parking attendant booth in continuous view. This time range is the time that the Structure is closing or at the Marsh Structure one of the two shifts is closing. It is imperative that the guard is highly visible and in continuous view of the closing booth. Note: To prevent long waiting periods at the exit booth during peak periods, the parking attendant on duty may initiate free exit periods. These free exit periods always occur during Farmers Market on Thursday evenings at the Palm Street Parking Structure. They occasionally occur during special events on Saturdays at the Palm Street Parking Structure. They rarely occur at the Marsh Street Parking Structure. At the Palm Street Parking Structure eligible traffic leaves through the Morro Street exit. At the Marsh Street Parking Structure eligible traffic leaves through the auxiliary lane adjacent to the lane used by paying customers. 5. Traffic Control Duties for Security Officers During Free Exit Periods at the 842 Palm Street Parking Structure a. Confirm the gate door is unlocked. b. If the gate door is locked, obtain the key from the parking attendant on duty. c. Raise the exit gate to the vertical position using the manual/auto switch. d. Place the “60 Minutes Free” exit sign at the back exit ramp. e. As a vehicle approaches the “60 Minutes Free” sign, examine the Structure ticket to determine if the vehicle has been parked less than 60 minutes. f. If the vehicle has been parked less than 60 minutes, direct the driver to the Morro Street exit. Packet Page 113 8 Page 26 Parking Security Guard Services RFP – specification no. 91625 g. If the vehicle has been parking more than 60 minutes, direct the driver to the attendant booth at the Palm Street exit. h. If directed by the parking attendant on duty in order to further ease traffic, allow vehicles parked less than two hours to use the Morro Street exit. i. Never collect money from customers. j. When the free exit period is over, turn the “60 Minutes Free” sign around, lower the exit to the horizontal position, lock the gate door, return collected Structure tickets to the parking attendant on duty, and resume patrol duties. Packet Page 114 8