Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
6/18/2014 - STAFF REPORTS - 2.E.
?P`M Sp4 '2 c V N ` c FORN�P, CITY COUNCIL STAFF REPORT DATE: JUNE 18, 2014 CONSENT CALENDAR SUBJECT: AWARD OF CONTRACT FOR UN-ARMED UNIFORMED SECURITY SERVICES FOR VARIOUS CITY FACILITIES AND LOCATIONS FROM: David H. Ready, City Manager BY: Community and Economic Development Department SUMMARY The current security services agreement expires on June 30, 2014 and has been in effect since February 2009. This action is to approve a new contract services agreement with Desert Security Services ("Contractor) for un-armed uniformed security guard services for various City facilities and locations. RECOMMENDATION: 1. Approve new contract agreement for un-armed uniformed security guard services at various City owned facilities and locations with Desert Security Services for a three (3) year term with two 1 year renewal options subject to a CPI increase, at the mutual consent of the city and contractor in the estimated amount of $185,000.00 per year for specified locations, plus hourly and daily rates for any additional locations or services that may be required by the City during the term. 2. Authorize the City Manager or his designee to execute all necessary documents. STAFF ANALYSIS: The City experiences a variety of problems including, but not limited to vandalism, vagrancy and disruptive behavior at the library, downtown parking structure, train station and (former) Desert Fashion Plaza Parking Structure. The Procurement & Contracting Division, in cooperation with Community & Economic Development, conducted a Request for Proposals (RFP) 11-14 that was issued on February 27, 2014 and posted to the city's website. Notices were sent to 27 potential vendors. Nine firms submitted responsive proposals that were evaluated by a committee consisting of members from Community & Economic Development, Library, and the Police Department. Proposals were received from the following nine firms (listed alphabetically): Access Control Security, CEED Security Services, Desert ITEM NO.--Q 10'L_ City Council Staff Report June 18, 2014 -- Page 2 Security Services Contract Award Security Services, Maxwell Security, Nu-Way Security, O'Linn Security, Security Enforcement Alliance, West Coast Security, and World Private Security. Proposals were evaluated on multiple criteria including their qualifications and experience, overall project understanding, training, supervision, communications, references and cost. While cost was not the sole determining criteria, the proposals ranged from a low of $14.25 per hour for a posted guard (GEED Security Service), to a high of $18.00 per hour for a posted guard (Maxwell). The evaluation committee ranked Desert Security Services as the highest ranked firm based on their proposal and overall comparative value of their cost for a posted guard at $16.70 per hour and a score of 86.33 out of 100 possible points. Based on the anticipated hours and locations identified in the scope of work, the annual cost of the contract services is estimated at $184,261.95. The second highest ranked firm, O'Linn Security had a score of 78 out of 100 possible points and based on their hourly guard and patrol rates, the annual cost of services for the hours and locations identified in the scope of work is estimated at $233,774.33; a difference of $53,512.28 over the highest ranked firm, Desert Security Services. Both Desert Security Services and O'Linn Security were awarded 5 points towards their scores as they both qualified as a "Local Business" under the City of Palm Springs Local Preference Ordinance 1756. Desert Security Services is located in the City of Palm Desert and has been in business for 17 years. They currently provide both armed and un-armed security services to the County of Imperial, City of Coachella, Imperial Irrigation District, Coachella Valley Water District as well as PGA West Master Association, Inc. The un-armed uniformed security guard service contract is for multiple city-owned properties and the general patrol of downtown during specified hours. The compensation is based on an hourly rate of $16.70 for a posted security guard and a daily rate of $45.00 for patrol services at the Desert Fashion Plaza. Any security guard/patrol services performed outside of the scope of work as deemed necessary by the City will be provided at a rate of $16.70 per hour. This contract is for a three (3) year agreement with two (2) one-year extension options subject to a CPI increase, at the mutual consent of the city and contractor. FISCAL IMPACT: The Security Services contract will be funded from various City accounts based on location: Account No. 001-2710-43200 (General Fund-Library) Account No. 131-4464-43200 (Parking Fund-Downtown Parking Structure) Account No. 260-1396-42301 (Measure J Fund-Desert Fashion Plaza) 02 City Council Staff Report June 18, 2014-- Page 3 Security Services Contract Award Account No. 001-4471-43200 (General Fund-Palm Springs Train Station) Account No. 001-1150-43200 (General Fund-Downtown Patrol) hn S. Payi o d, Director of Tana R. Sha , omm ity and Economic Development Redevelopment Coordinator David H. Ready, City Maria Attachments: Contract Services Agreement 03 CONTRACT SERVICES AGREEMENT UN-ARMED UNIFORMED SECURITY GUARD SERVICES FOR VARIOUS FACILITIES AND LOCATIONS THIS CONTRACI SERVICES AGREEMENT ("Agreement") is entered into, and clleclive on 201 , between the CITY OI' PALM SPRINGS. a California charter city and municipal corporation, ("City") and DESERT SECURITY SERVICES INC. a CALIFORNIA CORPORATION, ("Contractor"). City and Contractor are individually referred to as "Party" and are collectively referred to as the "Parties. RECITALS A. City has determined that there is a need for un-armed uniformed security guard services for various facilities and locations within the City of Palm Springs(`Project"). 13. Contractor has submitted to City a proposal to provide un-armed uniformed security guard services to City for the Project under the terms of this Agreement. C. Contractor is qualified by virtue of its experience. training, education. reputation, and expertise to provide these services and has agreed to provide such services as provided in this Agreement. D. City desires to retain Contractor to provide such CONTRACT services. In consideration of these promises and mutual obligations. covenants, and conditions, the Parties agree as follows: AGREEMENT I. SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement. Contractor agrees to perform the CONTRACT services set forth in the Scope of Services described in Exhibit "A" (the"Services-or"Work"),which is attached and incorporated by reference. As a material inducement to the City entering into this Agreement.Contractor represents and warrants that Contractor is a provider of first class work and contract services and that Contractor is experienced in performing the Work and Services contemplated and. in light of such status and experience, Contractor covenants that it shall follow the highest contract standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest contract standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced contracts performing similar work under similar circumstances. 1.2 Contract Documents. I he Agreement between the Parties shall consist of the following: (1)this Agreement;(2)the Scope of Set ices:(3)the Cily's Request for Proposals; and.(4)the Contractor's signed,original proposal submitted to the City (`Contractor's Proposal'). (collectively referred to as the "Contract Documents'). The City's Request for Proposals and the Contractor's Proposal, which arc both attached as Exhibits "B" and "C, respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Contractor's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Contractor's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents,the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (V)the provisions of the Scope of Services(Exhibit "A"): (2"d)the provisions of the City's Request for Proposal (Exhibit "B"); Or ) the terms of this Agreement;and.(4th)the provisions of the Contractor's Proposal (Exhibit`C"). 1.3 Compliance with Law. Contractor warrants that all Services rendered shall be performed in accordance with all applicable federal, state. and local laws, statutes, ordinances lawful orders. rules, and regulations. 04 1.4 Licenses, Permits. Fees,and Assessments. Contractor represents and warrants to City that it has obtained all licenses, permits,qualifications.and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license. permit. qualification, or approval that is legally required for Contractor to perform the Work and Services under this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments.and taxes. plus applicable penalties and interest. which may be imposed by law and arise from or are necessary for the Contractor's performance of the Work and Services required by this Agreement. Contractor shall indemnify..defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed. or imposed against City to the fullest extent permitted by law. 1.5 Familiarity with Work. By executing this Agreement, Contractor warrants that Contractor (a) has thoroughly investigated and considered the Scope of Services to be performed,(b)has carefully considered how the Services should be performed. and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing. prior to commencement of any Services. Should the Contractor discover any latent or unknown conditions that will materially affect the performance of the Services. Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City. 1.6 Care of Work. Contractor shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials. papers, documents, plans. studies, and/or other components to prevent losses or damages. Contractor shall be responsible for all such damages, to persons or property. until acceptance of the Work by the City. except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Parties agree to act in good faith to execute all instruments,prepare all documents,and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Contractor, incorporating any adjustment in (i)the Maximum Contract Amount. as defined below. and/or(ii)the time to perform this Agreement. Any adjustments must also be approved in writing by the Contractor. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or$25,000,whichever is less.or in the time to perform of up to thirty(30)days,may be approved by the City Manager. or his designee. as may be needed to perform any extra work. Any greater increases. occurring either separately or cumulatively. must be approved by the Palm Springs City Council. It is expressly understood by Contractor that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement,Contractor shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated in this Agreement by reference. Compensation shall be in the estimated contract amount of One Hundred Eighty Five Thousand Dollars, ($185,000.00) ("Estimated Contract Amount"). except as may be provided under Section 1.8. The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs. telephone expenses. and transportation expenses must be approved in advance by the Contract Officcr designated under Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Contractor at all Project meetings reasonably deemed necessary by the City. Contractor shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Contractor accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Contractor anticipates. that Contractor shall 2 05 not be entitled to additional compensation, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of cily's payment obligation under this section is the amount specified in this Agreement. If the City's maximum payment obligation is reached before the Contractor's Services under this Agreement are completed,Contractor shall complete the Work and City shall not be liable for payment beyond the Maximum Contract Amount, 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation (Exhibit `D"), in any month in which Contactor wishes to receive payment. Contractor shall submit to the City an invoice for services rendered prior to the dale of the invoice. The invoice shall be in a form approved by the City s Finance Director and must be submitted no later than the tenth(10) working day of such month. Such requests shall be based upon the amount and value of the services performed by Contractor and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Contractor within forty-five (45) days after receipt of the invoice or as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Chances in Scope. In the event any change or changes in the Scope of Services is requested by City. Parties shall execute a written amendment to this Agreement, specifying all proposed amendments. including but not limited to.any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law;or D. I provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance(Exhibit"E").incorporated by reference. 3.2 Schedule of Performance. Contractor shall commence the Services under this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Contactor, extensions to the time period(s)specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty(180)days cumulatively;however,the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s)specified in the Schedule of Performance for performance of the Services rendered under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor(financial inability excepted) if Contractor, within ten(10)days of the commencement of such delay,notifies the Contract Officer in writing of the causes of the delay. Unforeseeable causes include. but are not limited to, acts of God or of the public enemy. unusually severe weather. tires, earthquakes. Floods, epidemics. quarantine restrictions, riots, strikes. freight embargoes. wars. and/or acts of any governmental agency, including the City. The City Manager shall ascertain the facts and the extent of delay. and extend the time for performing the Services for the period of the enforced delay when and if in the Judgment of the City Manager such delay is Justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused. Contractor's sole remedy being extension of the Agreement under this section. 3 06 3.4 Term. Unless earlier terminated under this Agreement,this Agreement shall commence upon the effective date of this Agreement and continue in full IOiee and effect until completion of the Services. However,the term shall not exceed three(3)years from the commencement date. except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. 3.5 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time. without cause. in whole or in part, upon giving Contractor thirty (30) days written notice. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare,the period of notice shall be such shorter time as may be determined by the City. Upon such notice. City shall pay Contractor for Services performed through the date of termination. Upon receipt of such notice. Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice. Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section. Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. Contractor may terminate this Agreement, with or without cause. upon sixty (60) days written notice to the City. except that where termination is due to material default by the City.the period of notice may be such shorter time as the Contractor may determine. 4. COORDINATION OF WORK 4.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement:Jason Jackson.General Manager. It is expressly understood that the experience, knowledge. education. capability, expertise. and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore,the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified,any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge. capability.. expertise.and reputation of Contractor. its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall not assign full or partial performance of this Agrccmcnt, nor any monies due, voluntarily or by operation of law, without the prior written consent of City. Contractor shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Contractor is permitted to subcontract any part of this Agreement by City. Contractor shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Contractor. City will deal directly with and will make all payments to Contractor. In addition, neither this Agreement nor any interest in this Agreement may be transferred.assigned,conveyed,hypothecated.or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted in this Agreement shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor. taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer. including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Contractor or any surety of Contractor from any liability under this Agreement without the express written consent of City. 4.4 Independent Contractor. 'I he legal relationship between the Parties is that of an independent contractor.and nothing shall be deemed to make Contractor a City employee. 4 07 A. During the performance of this Agreement. Contractor and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Contractor shall at all times be under Contractor's exclusive direction and control. Neither City nor any of its officers, employees. or agents shall have control over the conduct of Contractor or any of its officers, employees, or agents, except as set forth in this Agreement. Contractor. its officers. employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Contractor's employees. servants_ representatives. or agents, or in fixing their number, compensation. or hours of service. Contractor shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them. including but not limited to social security income tax withholding, unemployment compensation, workers compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Contractor in its business or otherwise a joint venturer or a member of any joint enterprise with Contractor. B. Contractor shall not have any authority to bind City in any manner. This includes the power to incur any debt,obligation,or liability against City. C. No City benefits shall be available to Contractor. its officers. employees. or agents in connection with any performance under this Agreement. Except for contract fees paid to Contractor as provided for in this Agreement, City shall not pay salaries. wages. or other compensation to Contractor for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Contractor, its officers,employees.or agents. for injury or sickness arising out of performing Services. 11 for any reason any court or governmental agency determines that the City has financial obligations. other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary. taxes, or benefits of Contractor's officers. employees.servants,representatives,subcontractors.or agents,Contractor shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Contractor shall procure and maintain. at its sole cost and expense. the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions. unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Contractor's performance of Work under this Agreement, including Contractor's agents. representatives. or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City.the Contractor agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for contract liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. Contractor shall obtain and maintain in full force and elTect throughout the term of this Agreement, standard industry form contract liability (errors and omissions) insurance coverage in an amount of not less than one million dollars($1,000,000.00)per occurrence and two-million dollars($2.000.000.00)annual aggregate, in accordance with the provisions of this section. (1) Contractor shall either: (a)certify in writing to the City that Contractor is unaware of any contract liability claims made against Contractor and is unaware of any facts which may lead to such a claim against Contractor;or(b)if Contractor does not provide the certification under(a).Contractor shall procure from the contract liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services under this Agreement. (2) If the policy of insurance is written on a "claims made' basis, the policy shall be continued in full force and effect at all times during the term of this Agreement.and for a period of three(3)years from the dale of the completion of the Services provided hereunder. In the event of termination of the policy during this period. Contractor shall obtain continuing insurance coverage for the prior acts or omissions of Contractor 5 08 during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage. or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis. the policy shall be continued in full force and effect during the term of this Agreement. or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers Compensation Insurance. Contractor shall obtain and maintain. in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts. and in compliance with all other statutory requirements. as required by the State of California. Contractor agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Contractor has no employees. Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement,a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1.000.000.00) and two million dollars($2.000,000.00)general aggregate for bodily injury and property damage including coverages for contractual liability.personal injury, independent contractors. broad form property damage.products and completed operations- D. Business Automobile Insurance. Contractor shall obtain and maintain. in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000.000,00) bodily injury and property damage. The policy shall include coverage for owned,non-owned,leased,and hired cars. R. Fmplover Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement. a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars($1.000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager or his/her designee prior to commencing any work or services under this Agreement. Contractor guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$10-000. and the City Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10.000. 5.3 Other Insurance Requirements. "I'he following provisions shall apply to the insurance policies required of Contractor under this Agreement: 53.1 For any claims related to this Agreement. Contractor's coverage shall be primary insurance with respect to the City and its officers. council members.officials,employees, agents. and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members,officials,employees,agents,and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties,shall not affect coverage provided to City and its officers.council members.officials,employees.agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to each insured. including additional insureds. 6 09 against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 No required insurance coverages may include any limiting endorsement which ulb t tial ly impairs hg_�v�gtu_ set_fF resin this Agreement—(e.g., elimination of contractual liability or reduction of discover period), unless_JhSendorsemenL first b= e a v�;d j w itin . 5.3.5 Contractor agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Contractor. provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request. all agreements .with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required in this Agreement. expiring during the term of this Agreement. have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10)days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage. limits, or other requirements,or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue.and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impair the provisions of this section. 5.3.11 Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice. but has the right(but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City,or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Contractor agrees that the provisions of this section shall not be construed as limiting in 7 10 any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VIL or better. unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements. affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor's insurers to provide complete. certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (I) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements staled on the certificate: 1. "the City of Palm Springs. its officials. employees, and agents are named as an additional insured..." ("as respects C'iq of Polm Springs Contract:Vo._"or 'far any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract Aro. " or for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as,"endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City. its elected officials,officers,employees, agents.and volunteers. In addition to the endorsements listed above. the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of-work shall not waive the Contractor's obligation to provide them. 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law. Contractor shall defend(at Contractor's sole cost and expense), indemnify. protect, and hold harmless City, its elected officials. officers, employees. agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions. suits. claims. demands, losses, costs, judgments. arbitration awards.. settlements. damages, demands. orders. penalties, and expenses including legal costs and attorney fees (collectively "Claims'), including but not limited to Claims arising from injuries to or death of persons(Contractor's employees included),for damage to property, including property owned by City.. from any violation of any federal, state. or local law or ordinance. and from errors and omissions committed by Contractor, its officers. employees. representatives, and agents, that arise out of or relate to Contractor's performance under this Agreement. I'his indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this 8 li Agreement be construed to limit Contractor's indemnification obligation or other liability under this Agreement. Contractor's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed. until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 Design Contract Services Indemnification and Reimbursement. If the Agreement is determined to be a"design contract services agreement" and Contractor is a "design contract" under California Civil Code Section 2782.8,then: A. To the fullest extent permitted by law, Contractor shall indemnify. defend (at Contractor's sole cost and expense), protect and hold harmless City and its elected officials.officers. employees. agents and volunteers and all other public agencies whose approval of the project is required. (individually --Indemnified Party'; collectively"Indemnified Parties")against any and all liabilities.claims,judgmcnts.arbitration awards. settlements, costs, demands, orders and penalties (collectivel) "Claims"). including but not limited to Claims arising from injuries or death of persons (Contractor's employees included) and damage to property, which Claims arise out of. pertain to,or are related to the negligence, recklessness or millid misconduct of Contractor. its agents, employees. or subcontractors, or arise from Contractor's negligent. reckless or willful performance of or failure to perform any term, provision. covenant or condition of this Agreement ("Indemnified Claims'), but Contractor's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials.officers.employees,agents and volunteers- B. The Contractor shall require all non-design-contract sub-contractors. used or sub- contracted by Contractor to perform the Services or Work required under this Agreement. to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In addition.Contractor shall require all non-design-contract sub-contractors. used or sub-contracted by Contractor to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Aeeountine Records. Contractor shall keep complete,accurate.and detailed accounts of all time, costs, expenses.and expenditures pertaining in any way to this Agreement. Contractor shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times. including the right to inspect, copy. audit, and make records and transcripts from such records. 7.2 Reports. Contractor shall periodically prepare and submit to the Contract Of icer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Contractor acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason.Contractor agrees that Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost if Contractor becomes aware of any facts. circumstances, techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. I1 Contractor is providing design services. Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Contractor becomes aware of any facts, circumstances. techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications. reports. records, documents. memoranda. correspondence.. computations. and other materials prepared by Contractor, its employees.. subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Contractor will be at the City's sole risk and 9 12 without liability to Contractor, and the City shall indemnify the Contractor for all resulting damages. Contractor may retain copies of such documents for their own use. Contractor shall have an unrestricted right to use the concepts embodied tin this Agreement. Contractor shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Contractor fails to secure such assignment.Contractor shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents. and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Contractor in the performance of this Agreement shall be considered confidential and shall not be released by Contractor without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City. Contractor shall provide City. or other agents of City. such access to Contractor's books. records, payroll documents, and facilities as City deems necessary to exam jnc. copy, audit.. and inspect all accounting books, records, work data, documents, and activities directly related to Contractor's performance under this Agreement. Contractor shall maintain such books. records. data. and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the Stale of California. Legal actions concerning any dispute. claim_ or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event ofsuch action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and ourooses of the Parties The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly. any rule of construction of contracts (including, without limitation. California Civil Code Section 1654) that ambiguities arc to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement arc for convenience and identification purposes only and shall not be deemed to limit,expand.or define the contents of the respective sections or paragraphs. 8.3 Default of Contractor. Contractor's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Contractor is in default in the performance of any of the terms or conditions of this Agreement. he/she shall notify Contractor in writing of such default. Contractor shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Contractor fails to cure its default within such period of time,City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Contractor shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured. provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement. City may, after compliance with the provisions of Section 8.3A, take over the work and prosecute the same to completion by contract or otherwise. The Contractor shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount(provided that the City shall use reasonable efforts to mitigate such damages)_ The City may withhold any payments to the Contractor for the 10 13 purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Contractor shall not limit Contractor's liability for completion of the Services as provided in this Agreement. 8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant,condition,or term contained in this Agreement,shall not be construed to be a waiver of any subsequent or other default or breach. nor shall failure by the Parties to require exact, full. and complete compliance with any of'the covenants. conditions. or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions. 8.5 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement. the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times.of any other rights or remedies for the same default or any other default by the other Party. 8.6 Legal Action. In addition to any other rights or remedies. either Party may take legal action. in law or in equity.to cure,correct,remedy or recover damages for any default. to compel specific performance of this Agreement. to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding. the prevailing Party shall be entitled, in addition to such other relief as may be granted.. to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert contractor fees, court costs and all fees. costs.. and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 'I o the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing,the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor,or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Aaainst Discrimination. In connection with its performance under this Agreement. Contractor shall not discriminate against any employee or applicant for employment because of race,religion.color. sex, age, marital status, ancestry. or national origin. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion,color,sex.age, marital status. ancestry. or national origin. Such actions 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. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. To the fullest extent permissible under law, and in lieu of II 14 any other warranty by City or Contractor against patentor copyright infringement,statutory or otherwise: A. It is agreed that Contractor shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Contractor shall pay all costs and damages finally awarded in any such suit or claim. provided that Contractor is promptly notified in writing of the suit or claim and given authority. information and assistance at Contractor's expense for the defense of same. and provided such suit or claim arises out of. pertains to.. or is related to the negligence. recklessness or willful misconduct of Contractor. However, Contractor will not indemnify City if the suit or claim results from: (l) Cilv's alteration of a deliverable. such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Contractor when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Contractor shall have sole control of the defense of any such claim or suit and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or claim.provided.however. that such defense shall be at Contractor's expense. Contractor shall not be obligated to indemnify City under any settlement that is made without Contractor's consent,which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Contractor.at no expense to City,shall obtain for City the right to use and sell the item.or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto_ 10.2 Notice. Any notice, demand, request. consent. approval, or communication that either party desires. or is required to give to the other party or any other person shall be in writing. All notices shall be personally delivered. sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid. return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission. All notices shall be deemed received upon the earlier of(if the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier: (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails. text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Citv: City of Palm springs Attention:City Manager&City Clerk 3200 E.Tahquitz Canyon Way Palm springs.California 92262 Telephone: (760)323-8204 Facsimile: (760)323-8332 l o Contractor: Desert Security Services 41-921 Beacon Hill. Suite B Palm Desert.CA 92211 Attention: Jason Jackson Telephone: 760-775-0200 Facsimile: 760-791-5576 10.3 Inteerated Aereement this Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations.arrangements, agreements. representations,and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a 12 15 manner as to be effective and valid under applicable law. If any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision. or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly—provided for in this Agreement, nothing contained in this Agreement is intended to confer. nor shall this Agreement be construed as conferring any rights, including. without limitation. any rights as a third-party ur person no_t_a_ party to this Agreement. 10.7 Recitals The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound. for purposes of this Agreement,by the same. 10.8. Corporate Authoritv. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing. (iii) by so executing this Agreement,the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 13 16 IN WITNF,SS WHEREOF,the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: By: David It. Ready City Manager APPROVED AS TO FORM: ATTEST By: ----._. By. Douglas C.Holland. James Thompson. City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarised signatures. One signature must be from Chairman of Board. President.or any Vice President. 'I lie second signature must be from the Secretary.Assistant Secretan.Treasurer.Assistant Treasurer,or Chief Financial Officer. CONTRACTOR NAME: Check one Individual_Partnership_Corporation Address By By--- Signature(Notarized) Signature(Notarized) 14 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ._--- On before me, personalty appeared rrm�lo m sgnrlq who proved to me on the bass of satisfactory evidence to be the person(s) whose name(s) islam subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hediheir authorized capacity(ies),and that by histher/their sgnatuie(s)on the instrument the person(s). or the entity upon behalf of which the persons)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature.........._..,__._____.__, PIaaB ibffi:r SWI PbrvE OynN:e d WxY PJtdc OP77ONAL Though the+nkmiiauar below is not required by law.H may prove valuable to persons rolym on dre dccum t and could prevent fmadWen!remover and readaehmeef of eris form to another document. Description of Attached Document Title of Type of Document:.. Document Date: _... _.Number of Pages: ..... Signors)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Sgni Name:,. Signers Name:_ _. Individual individual Corporate Officer—Title(s): "" Corporate Olficer—Titla(s):__ j Partner—Ll Limited U General Penner—_ Limited L General u Attorney m Fad Attorney in Fact OWD J Trustee �=c mumh k,re L;Trustee )me m uw. horn :�i Guardian or Conservator Guardian or Conservator Other:— .�_.._ ❑Other:...—_..___-- Signer is Representing: ^^ _ Signer is Representing: 92Wt Wtl i Noon Aaaotlargnl9350@t Srao?us,PA Ba 2ae3•CXeuu¢RM1.CA Bt513&02•xxxM1lCaraNOFuyeg [en a590] rlambr:Cal Tdl.q�tatPBlMaTI I� 18 EXHIBIT"A" SCOPE OF SERVICES Generally, the scope of work will consist of, but is not limited to, contractor providing all supervision, uniforms, supplies, materials, equipment, and transportation necessary to provide un-armed uniformed security guard and patrol services for various City owned facilities and locations located in Palm Springs as specified herein. The security guard will patrol the facilities/locations both in the vehicle and on foot to inspect all parts of the facilities for the purpose of detecting and preventing individuals or groups from committing acts that are illegal or dangerous to others or to the property. During the patrol rounds the security guard will monitor and report security breaches, maintenance problems, safety issues or fire hazards. Problems and/or unsafe conditions must be reported to the contract officer immediately and documented on the officer's own"Daily Activity Report"for their shift. Security guards shall be prepared to respond properly and effectively to potentially dangerous and uncontrolled situations in order to protect patrons, staff, vendors and other visitors from harm. Also, the security guard shall be prepared and ready to respond to any and all other emergency situations involving fires, thefts of materials and/or City property, thefts of public or private property, criminal trespass, sex crimes and/or sexual misconduct, vandalism, stalking, workplace violence, disorderly conduct, civil disturbances, panhandling, loud arguments, fights, and any physical and/or verbal confrontations occurring in or around the City facilities being patrolled. REPORT The security guard shall complete a Daily Patrol Report ("Report") to be provided to the contract administrator or his designee at the completion of the shift as detailed by each location. Report is to be for any contact initiated by the security guard against unauthorized parties involving violations or suspicious activities or whose conduct on City property may voluntarily or involuntarily warrant a response from the security guard. The "Report" shall also be completed when reported activity involves response by the Palm Springs Police Department to further document the circumstances and confirm that a Police Report is in the process of being made. Report forms are to be provided by the contractor. Train Station (including Train and Bus Services)—Guard Services Contractor shall provide security guard services for the City of Palm Springs Train Station located at 6001 Palm Springs Station Road according to posts orders below. Security guard shall provide ongoing security patrol to monitor and report on activities related to Amtrak Train and Greyhound bus services at the station. Security guard shall be on site at the station during each scheduled and anticipated actual bus/train arrival/departure and ensure that bathrooms are unlocked and relocked. Security guard coverage will be provided for each scheduled and actual bus/train arrival and departure at the station. Contractor understands that the term "actual bus/train arrival" does not mean the same as "scheduled bus/train arrival" and that scheduled bus./train arrivals and departures frequently deviate from actual bus/train arrivals and departures. It is the contractor's responsibility to contact Greyhound or Amtrak Dispatch to ascertain the dates and times of actual bus/train arrival. In addition, the security guard will be responsible for unlocking and locking the restrooms, checking on the well-being of passengers and assisting any passenger requiring assistance to the extent reasonable under the circumstances. The security guard shall unlock the restroom each and every morning seven days per week from 9:OOAM to 4:OOPM. Between the hours of 4:OOPM and 9AM,the restrooms shall be unlocked 30 minutes prior to the bus/train arrival and locked once the bus/train departs. The only time the 16 19 restrooms shall remain locked is in the event that the security guard is called on an alarm and cannot be at the station or if access to the station is closed due to wind/sand, flooding or other barriers. The restroom may also be temporarily locked if the bathroom is out of service. If it is observed that the restroom is out of service due to maintenance/cleaning issues, security guard shall contact the City's janitorial contractor to service the restroom and stock restroom supplies. If the restroom is out of service due a plumbing issue, security guard shall contact the contract officer and report the problem. If the plumbing problem is observed during a time that City Hall is closed (i.e., evenings after 6PM, Friday's or weekends),the City will provide a point of contact for after-hours repairs for the security guard to contact to arrange for plumbing repairs. In the event of a plumbing emergency, if the City's point of contact is not readily available, security guard shall contact the City's Police dispatch. For all other non-emergency issues like a broken sprinkler head or non-working lights, the security guard shall notify the contract officer and also document such issues in their daily Report. The security guard will maintain a Daily Activity Patrol "Report", recording scheduled and actual arrival and departure dates and times, a count of passengers entering and exiting each bus/train, and all instances that may be of interest to supervisor's or the City's contract officer. The security guard shall complete a "Report" to be provided to the contract officer or his designee that includes all bus/train service incidences. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Schedule of Performance at the Train Station Amtrak Train Operations Contractor shall provide guard services in conjunction with Amtrak's arrival schedule at the station. Security guard coverage begins thirty (30) minutes prior to the train's scheduled or anticipated actual arrival and ends 15 minutes after its departure from the facility. It is the Contractor's responsibility to contact Amtrak Dispatch to ascertain the actual arrival time of the train. "*Sunset Limited Route: Arrival Time East Bound—Wed., Fri., Mon. 2:02AM West Bound—Mon.,Thur.. Sat. 12:36AM Bus Operations Contractor shall provide guard services in conjunction with the bus arrival schedule at the station beginning 30 minutes prior to the scheduled or actual anticipated bus arrival and ends 15 minutes after its departure from the facility. The current daily bus schedule is as follows unless otherwise specified. Schedules are seven days per week: "Greyhound Bus Schedule: 9:30 a.m. West Bound 11:30 a.m. East Bound 12:50 p.m. West Bound 3:30 p.m. East Bound 5:15 p.m. West Bound 9:55 p.m. East Bound City shall notify contractor of any changes to the bus schedule, of which it has received notice from the operator. This schedule shall be considered amended as to the bus schedule upon the City's notice of schedule change to contractor. " It is the contractor's responsibility to contact Greyhound or Amtrak Dispatch to ascertain the dates and times of actual bus/train arrival. 17 20 Palm Springs Library—Guard Service Contractor shall provide all services for the City of Palm Springs Library located at 300 South Sunrise Way according to posts orders below. • continuously patrol the interior and exterior of the building; • monitor the public restrooms; • appropriately deal with aggressive, violent,mentally disturbed patrons until the police arrive; • be able to make a citizen's arrest; • be able to handle disruptive patrons of ALL ages, particularly teenagers firmly, quietly, and appropriately; • check the well-being of Library customers and awaken those who are sleeping; • enforce the Library's code of conduct; and • assist with the closing and securing of the building at the end of the business day. Due to the unique architecture of the Library, access to the roof is relatively easy. Under no circumstance shall a guard go onto the roof of the Library at any time. Should a security guard suspect that someone has entered the roof area, the guard shall immediately call the Palm Springs Police. The security guard is also responsible for enforcing the rules and regulations of the Library. The rules are identified in the section below entitled "Library Public Code of Conduct". Holiday's observed by the Library: New Years' Day Martin Luther King Jr. Day Presidents Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Day Day After Thanksgiving Christmas Eve Christmas Day LIBRARY PUBLIC CODE OF CONDUCT Approved by the Library Board of Trustees. Originul policy:April 2001, Revised: September, 2005,April, 2011, September 2011, November 2011, April 2013 Welcome to the Palm Springs Public Library! The Board of Trustees of the Palm Springs Public Library, by adopting the following code,seeks to ensure that our library provides an atmosphere conducive to appropriate use of its services and facilities. The code is supported by related library policies and procedures. WE EXPECT OUR CUSTOMERS TO: 1. Attend to personal belongings. The Library is not responsible for personal belongings left in or on Library property. The Library reserves the right to confiscate any unattended items and hold them for 24 hours before disposing of them. 2. Use restrooms only for their intended purpose. Bathing or washing of clothes is prohibited. 3. Wear shoes and shirts. Wearing clothing that willfully or lewdly exposes private body parts is prohibited. 4. Maintain bodily hygiene in a manner that does not constitute a nuisance to other persons. 18 i 5. Use covered containers when bringing beverages into the library and comply with posted `No Food or Eating in the Library' policy (excluded are baby bottles, nursing mothers and food that is part of a Library sponsored event). 6. Use library furniture, equipment and materials for their intended function. 7. Accompany any child under age 12 by an adult over the age of 18. A parent or caregiver is responsible for the safety and well-being of their children on library property. 8. Follow established loan procedures or authorizations before taking Library property or materials from the building. 9. Cooperate with staff and allow belongings to be searched if asked by security or staff. 10. Use all library areas, including library parking areas, sidewalks and lawns, safely and lawfully. 11. Stay out of non-public areas. Adults over the age of 19 should refrain from using the Teen Zone and must leave when asked. 12. Leave the library at the designated closing time. 13. Refrain from petitioning, soliciting, gambling, advertising or selling merchandise of any kind for any purpose in the building or within 20 feet of any entrance to the Library on sidewalks leading directly to the building(except as part of a library sanctioned event). 14. Use meeting room in accordance with the PSPL Meeting Room policy. THE FOLLOWING ACTIONS AND FORMS OF CONDUCT ARE NOT PERMITTED: 1. Engaging in any activity prohibited by law. 2. Being under the influence of alcohol or drugs or in possession of any intoxicating drug or alcoholic substance in the Library or on Library grounds. 3. Steeping 4. Smoking anywhere in the building, inside the Library Courtyard Patio or within 20 feet of any entrance to the Library. 5. Spitting 6. Bringing into the Library more than two personal items described as bags/purses/backpacks,or any oversized item too large to fit under one study chair. 7. Urinating or defecating anywhere on Library property, other than in public restroom facilities. 8. Parking bicycles, wagons or carts anywhere other than the designated bike rack area outside in front of the Library. 9. Utilizing any Library space, seating, tables or equipment for more than one hour without actively using Library resources and services. 10. Disruptive or unsafe behavior which interferes with the use of the library by others or with the staffs ability to function. 11. Using loud, threatening, sexual or any harassing language toward staff or other users. 12. Any sexual misconduct such as exposure or inappropriate touching. 13. Playing any audio equipment or device at a level which interferes with other customers' ability to use the Library. 14. Cell phones must have the ringers turned off and conversations must be held outside. 15, Verbal or physical fighting. 16. Stalking, following, staring or invading another person's physical space causing annoyance or harm. 17. Entering the Library with animals, birds or vehicles, except as required by persons with disabilities. 18. Entering the Library with any firearm, knife or other weapon prohibited by any local, state, or federal law or regulation. 19. Use of skates or skateboards on Library property. 20. Damaging,destroying or stealing any customer`s or employee's property. 19 22 Services at the Library shall be provided under the following schedule: Monday 10:15 am to 6:15 pm (7 hrs); Tuesday 11:15 am to 8:15 pm (8 hrs); Wednesday 1 I:t 5 am to 8:15 pm (8 hrs); Thursday 1 1:15 am to 6:15 pm (6 hrs); Friday 10:15 am to 5:15 pm(6 hrs); Saturday 1 1:15 am to 5:15 pm(5 hrs); Sunday (library closed—O hrs). Days and hours of Library operation are subject to change. A one hour lunch break is allowed for in the daily schedule. A Daily Activity Report must be submitted for all working days. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Downtown Parkine Structure—Guard Service Contractor shall provide all services for the City of Palm Springs Downtown Parking Structure which is located at the north-west corner of Baristo Road and Indian Canyon Drive according to posts orders below. A Daily Activity Report must be submitted for all working days. Services at the Downtown Parking Structure shall be Thursday through Saturday 9:00 pm to 2:30 am (5.5 hrs per day). Additional hours may be required on an as needed basis. The following tasks shall be performed: • Continuously patrol the interior and exterior of the structure; • Monitor the public elevators: • Appropriately deal with aggressive, violent, and mentally disturbed patrons until the police arrive; • Be able to make a citizen's arrest; and • Be able to handle disruptive patrons of all ages, particularly teenagers, firmly and appropriately (Former) Desert Fashion Plaza Parking Structures—Patrol Service Contractor shall provide ap trol services for the City of Palm Springs surface parking lot and parking structure located at the northeast corner of Tahquitz Canyon Way and Museum Way, currently the downtown development site, former Desert Fashion Plaza Mall according to posts orders below. Patrol coverage wilt be provided seven days a week, 52 weeks per year and will consist of five (5) patrol checks per day, from dusk to dawn. Specific times of patrol should be random so not to create a predictable pattern. The patrol shall cover the entire surface lot at the northeast corner of Tahquitz Canyon Way and Museum Way (the "South Structure") as well as all levels of the Parking Structure at Museum Way (the "North Structure"), including the underground levels where open for public access, up to the section owned by the Hyatt for their guest parking. After the construction period on the parking structures is complete and the underground connection between the two structures (the "Connecting Structure") is renovated and open for public use, the patrol will extend from the underground level of the North Structure to the underground level of the South Structure via the Connecting Structure. 20 23 The security patrol shall complete a Daily Activity Patrol Report ("Report") to be provided to the contract officer or his designee at the completion of each shift. The security patrol will document and report on all instances that may be of interest to supervisors or the City's contract officer and report on safety hazards (including falling debris or ceiling materials due to surface construction), malfunctioning equipment, vandalism to the parking area or surrounding property, and other such matters. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Other Areas As Approved by Contract Administrator The City has on-going various projects at both private and/or public locations that may require un- armed uniformed security and/or patrol services over the next five (5) years. When requested by the contract administrator, contractor shall provide an un-armed uniformed security guard, all supervision, equipment, materials, supplies, and transportation necessary to patrol/monitor/report activities for these various locations in and around the City of Palm Springs throughout the term of the contract as may be directed by the Contract administrator. 21 24 EXHIBIT"B" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP) #11-14 PROVIDE UN-ARMED UNIFORMED SECURITY GUARD SERVICES FOR VARIOUS FACILITIES AND LOCATIONS Requests for Proposals (RFP #11-14), for Un-armed Uniformed Security Guard Services for various City facilities and locations for the City of Palm Springs, CA, (hereinafter the "Project") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, TUESDAY, APRIL 1, 2014. It is the responsibility of the respondent to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of proposals. Telegraphic, telephonic, faxed or emailed proposals will not be accepted. Late proposals will be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non-responsive. We strongly advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified firms to provide the City with supervision, uniforms, supplies, equipment, materials, and transportation necessary to provide un-armed uniformed security guard services for various city facilities and locations within the City of Palm Springs (hereinafter the "Project"). The selected firm will be expected to provide the required services to provide un-armed uniformed security guards for various City facilities and locations pursuant to the scope of services as defined herein. SCHEDULE: Notice requesting Proposals posted and issued ..............................................February 27, 2014 Pre-Proposal Conference....................................................Monday, March 10, 2014, 9:00AM Deadline for receipt of Questions....................................Monday, March 24, 2014, 3:00 P.M. Deadline for receipt of Proposals ....................................... Tuesday, April 1, 2014, 3:00 P.M. Short List/ Interviews/, *if desired by City .........................................................to be determined Contract awarded by City Council..................................................................... to be determined NOTE: *Dates above are subject to change. "KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Technical Proposal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Technical Proposal envelope. ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a separately sealed envelope—do NOT include this with your Technical Proposal. ATTACHMENT "D" — City Map for Un-armed Guard Patrol/ Service. ATTACHMENT "E" - Sample boilerplate Contract Services Agreement(for reference only) 2. BACKGROUND: The City of Palm Springs is requesting proposals for Un-armed Uniformed Security Guard Services to be provided at the following City owned facilities/locations: Train Station (including train and bus services), Palm Springs Library, Downtown Parking Structure, and the (former) Desert Fashion Plaza Parking Structures and 22 25 other locations as deemed necessary by the Contract Administrator during the term of the contract. 3. SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS: Generally, the scope of work will consist of, but is not limited to, contractor providing all supervision, uniforms, supplies, materials, equipment, and transportation necessary to provide un-armed uniformed security guard and patrol services for various City owned facilities and locations located in Palm Springs as specified herein. The security guard will patrol the facilities/ locations both in the vehicle and on foot to inspect all parts of the facilities for the purpose of detecting and preventing individuals or groups from committing acts that are illegal or dangerous to others or to the property. During the patrol rounds the security guard will monitor and report security breaches, maintenance problems, safety issues or fire hazards. Problems and/or unsafe conditions must be reported to the contract officer immediately and documented on the officer's own "Daily Activity Report"for their shift. Security guards shall be prepared to respond properly and effectively to potentially dangerous and uncontrolled situations in order to protect patrons, staff, vendors and other visitors from harm. Also, the security guard shall be prepared and ready to respond to any and all other emergency situations involving fires, thefts of materials and/or City property, thefts of public or private property, criminal trespass, sex crimes and/or sexual misconduct, vandalism, stalking, workplace violence, disorderly conduct, civil disturbances, panhandling, loud arguments, fights, and any physical and/or verbal confrontations occurring in or around the City facilities being patrolled. REPORT The security guard shall complete a Daily Patrol Report ("Report") to be provided to the contract administrator or his designee at the completion of the shift as detailed by each location. Report is to be for any contact initiated by the security guard against unauthorized parties involving violations or suspicious activities or whose conduct on City property may voluntarily or involuntarily warrant a response from the security guard. The "Report" shall also be completed when reported activity involves response by the Palm Springs Police Department to further document the circumstances and confirm that a Police Report is in the process of being made. Report forms are to be provided by the contractor. Train Station (including Train and Bus Services)—Guard Services Contractor shall provide security guard services for the City of Palm Springs Train Station located at 6001 Palm Springs Station Road according to posts orders below. Security guard shall provide ongoing security patrol to monitor and report on activities related to Amtrak Train and Greyhound bus services at the station. Security guard shall be on site at the station during each scheduled and anticipated actual bus/train arrival/departure and ensure that bathrooms are unlocked and relocked. Security guard coverage will be provided for each scheduled and actual bus/train arrival and departure at the station. Contractor understands that the term "actual bus/train arrival" does not mean the same as "scheduled bus/train arrival" and that scheduled bus/train arrivals and departures frequently deviate from actual bus/train arrivals and departures. It is the contractor's responsibility to contact Greyhound or Amtrak Dispatch to ascertain the dates and times of actual bus/train arrival. 23 26 In addition, the security guard will be responsible for unlocking and locking the restrooms, checking on the well-being of passengers and assisting any passenger requiring assistance to the extent reasonable under the circumstances. The security guard shall unlock the restroom each and every morning seven days per week from 9:OOAM to 4:OOPM. Between the hours of 4:OOPM and 9AM, the restrooms shall be unlocked 30 minutes prior to the bus/train arrival and locked once the bus/train departs. The only time the restrooms shall remain locked is in the event that the security guard is called on an alarm and cannot be at the station or if access to the station is closed due to wind/sand, flooding or other barriers. The restroom may also be temporarily locked if the bathroom is out of service. If it is observed that the restroom is out of service due to maintenance/cleaning issues, security guard shall contact the City's janitorial contractor to service the restroom and stock restroom supplies. If the restroom is out of service due a plumbing issue, security guard shall contact the contract officer and report the problem. If the plumbing problem is observed during a time that City Hall is closed (i.e., evenings after 6PM, Friday's or weekends), the City will provide a point of contact for after-hours repairs for the security guard to contact to arrange for plumbing repairs. In the event of a plumbing emergency, if the City's point of contact is not readily available, security guard shall contact the City's Police dispatch. For all other non- emergency issues like a broken sprinkler head or non-working lights, the security guard shall notify the contract officer and also document such issues in their daily Report. The security guard will maintain a Daily Activity Patrol "Report", recording scheduled and actual arrival and departure dates and times, a count of passengers entering and exiting each bus/train, and all instances that may be of interest to supervisor's or the City's contract officer. The security guard shall complete a "Report" to be provided to the contract officer or his designee that includes all bus/train service incidences. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Schedule of Performance at the Train Station Amtrak Train Operations Contractor shall provide guard services in conjunction with Amtrak's arrival schedule at the station. Security guard coverage begins thirty (30) minutes prior to the train's scheduled or anticipated actual arrival and ends 15 minutes after its departure from the facility. It is the Contractor's responsibility to contact Amtrak Dispatch to ascertain the actual arrival time of the train. **Sunset Limited Route: Arrival Time East Bound—Wed., Fri., Mon. 2:02AM West Bound—Mon., Thur., Sat. 12:36AM Bus Operations Contractor shall provide guard services in conjunction with the bus arrival schedule at the station beginning 30 minutes prior to the scheduled or actual anticipated bus arrival and ends 15 minutes after its departure from the facility. The current daily bus schedule is as follows unless otherwise specified. Schedules are seven days per week: **Greyhound Bus Schedule: 9:30 a.m. West Bound 11:30 a.m. East Bound 12,50 p.m. West Bound 3:30 p.m. East Bound 24 27 5:15 p.m. West Bound 9:55 p.m. East Bound City shall notify contractor of any changes to the bus schedule, of which it has received notice from the operator. This schedule shall be considered amended as to the bus schedule upon the City's notice of schedule change to contractor. ** It is the contractor's responsibility to contact Greyhound or Amtrak Dispatch to ascertain the dates and times of actual bus/train arrival. Palm Springs Library—Guard Service Contractor shall provide all services for the City of Palm Springs Library located at 300 South Sunrise Way according to posts orders below. • continuously patrol the interior and exterior of the building; • monitor the public restrooms; • appropriately deal with aggressive, violent, mentally disturbed patrons until the police arrive, • be able to make a citizen's arrest; • be able to handle disruptive patrons of ALL ages, particularly teenagers firmly, quietly, and appropriately; • check the well-being of Library customers and awaken those who are sleeping; • enforce the Library's code of conduct; and • assist with the closing and securing of the building at the end of the business day. Due to the unique architecture of the Library, access to the roof is relatively easy. Under no circumstance shall a guard go onto the roof of the Library at any time. Should a security guard suspect that someone has entered the roof area, the guard shall immediately call the Palm Springs Police. The security guard is also responsible for enforcing the rules and regulations of the Library. The rules are identified in the section below entitled "Library Public Code of Conduct". Holiday's observed by the Library: New Years' Day Martin Luther King Jr. Day Presidents Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Day Day After Thanksgiving Christmas Eve Christmas Day LIBRARY PUBLIC CODE OF CONDUCT Approved by the Library Board of Trustees: Original policy:April 2001, Revised.' September, 2005, April, 2011, September 2011, November 2011, April 2013 Welcome to the Palm Springs Public Library! The Board of Trustees of the Palm Springs Public Library, by adopting the following code, seeks to ensure that our library provides an atmosphere conducive to appropriate use of its services and facilities. The code is supported by related library policies and procedures. 25 28 WE EXPECT OUR CUSTOMERS TO: 1. Attend to personal belongings. The Library is not responsible for personal belongings left in or on Library property. The Library reserves the right to confiscate any unattended items and hold them for 24 hours before disposing of them. 2. Use restrooms only for their intended purpose. Bathing or washing of clothes is prohibited. 3. Wear shoes and shirts. Wearing clothing that willfully or lewdly exposes private body parts is prohibited. 4. Maintain bodily hygiene in a manner that does not constitute a nuisance to other persons. 5. Use covered containers when bringing beverages into the library and comply with posted 'No Food or Eating in the Library' policy (excluded are baby bottles, nursing mothers and food that is part of a Library sponsored event). 6. Use library furniture, equipment and materials for their intended function. 7. Accompany any child under age 12 by an adult over the age of 18. A parent or caregiver is responsible for the safety and well-being of their children on library property. 8. Follow established loan procedures or authorizations before taking Library property or materials from the building. 9. Cooperate with staff and allow belongings to be searched if asked by security or staff. 10. Use all library areas, including library parking areas, sidewalks and lawns, safely and lawfully. 11. Stay out of non-public areas. Adults over the age of 19 should refrain from using the Teen Zone and must leave when asked. 12. Leave the library at the designated closing time. 13. Refrain from petitioning, soliciting, gambling, advertising or selling merchandise of any kind for any purpose in the building or within 20 feet of any entrance to the Library on sidewalks leading directly to the building (except as part of a library sanctioned event). 14. Use meeting room in accordance with the PSPL Meeting Room policy. THE FOLLOWING ACTIONS AND FORMS OF CONDUCT ARE NOT PERMITTED: 1. Engaging in any activity prohibited by law. 2. Being under the influence of alcohol or drugs or in possession of any intoxicating drug or alcoholic substance in the Library or on Library grounds. 3. Sleeping 4. Smoking anywhere in the building, inside the Library Courtyard Patio or within 20 feet of any entrance to the Library. 5. Spitting 6. Bringing into the Library more than two personal items described as bags/purses/backpacks, or any oversized item too large to fit under one study chair. 7. Urinating or defecating anywhere on Library property, other than in public restroom facilities. 8. Parking bicycles, wagons or carts anywhere other than the designated bike rack area outside in front of the Library. 26 29 9. Utilizing any Library space, seating, tables or equipment for more than one hour without actively using Library resources and services. 10. Disruptive or unsafe behavior which interferes with the use of the library by others or with the staffs ability to function. 11. Using loud, threatening, sexual or any harassing language toward staff or other users. 12. Any sexual misconduct such as exposure or inappropriate touching. 13. Playing any audio equipment or device at a level which interferes with other customers' ability to use the Library. 14. Cell phones must have the ringers turned off and conversations must be held outside. 15. Verbal or physical fighting. 16. Stalking, following, staring or invading another person's physical space causing annoyance or harm. 17. Entering the Library with animals, birds or vehicles, except as required by persons with disabilities. 18. Entering the Library with any firearm, knife or other weapon prohibited by any local, state, or federal law or regulation. 19. Use of skates or skateboards on Library property. 20. Damaging, destroying or stealing any customer's or employee's ro ert . P P Y Services at the Library shall be provided under the following schedule: Monday 10:15 am to 6:15 pm (7 hrs); Tuesday 11:15 am to 8:15 pm (8 hrs), Wednesday 11:15 am to 8:15 pm (8 hrs); Thursday 11:15 am to 6:15 pm (6 hrs), Friday 10,15 am to 5:15 pm (6 hrs); Saturday 11:15 am to 5:15 pm (5 hrs); Sunday (library closed-0 hrs). Days and hours of Library operation are subject to change. A one hour lunch break is allowed for in the daily schedule. A Daily Activity Report must be submitted for all working days. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Downtown Parking Structure—Guard Service Contractor shall provide all services for the City of Palm Springs Downtown Parking Structure which is located at the north-west corner of Baristo Road and Indian Canyon Drive according to posts orders below. A Daily Activity Report must be submitted for all working days. Services at the Downtown Parking Structure shall be Thursday through Saturday 9:00 pm to 2:30 am (5.5 hrs per day). Additional hours may be required on an as needed basis. The following tasks shall be performed: • Continuously patrol the interior and exterior of the structure; • Monitor the public elevators; • Appropriately deal with aggressive, violent, and mentally disturbed patrons until the police arrive; 27 30 • Be able to make a citizen's arrest, and • Be able to handle disruptive patrons of all ages, particularly teenagers, firmly and appropriately (Former) Desert Fashion Plaza Parking Structures — Patrol Service Contractor shall provide 2gjEal services for the City of Palm Springs surface parking lot and parking structure located at the northeast corner of Tahquitz Canyon Way and Museum Way, currently the downtown development site, former Desert Fashion Plaza Mall according to posts orders below. Patrol coverage will be provided seven days a week, 52 weeks per year and will consist of five (5) patrol checks per day, from dusk to dawn. Specific times of patrol should be random so not to create a predictable pattern. The patrol shall cover the entire surface lot at the northeast corner of Tahquitz Canyon Way and Museum Way (the "South Structure") as well as all levels of the Parking Structure at Museum Way (the "North Structure"), including the underground levels where open for public access, up to the section owned by the Hyatt for their guest parking. After the construction period on the parking structures is complete and the underground connection between the two structures (the "Connecting Structure") is renovated and open for public use, the patrol will extend from the underground level of the North Structure to the underground level of the South Structure via the Connecting Structure. The security patrol shall complete a Daily Activity Patrol Report ("Report")to be provided to the contract officer or his designee at the completion of each shift. The security patrol will document and report on all instances that may be of interest to supervisors or the City's contract officer and report on safety hazards (including falling debris or ceiling materials due to surface construction), malfunctioning equipment, vandalism to the parking area or surrounding property, and other such matters. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Other Areas As Approved by Contract Administrator The City has on-going various projects at both private and/or public locations that may require un-armed uniformed security and/or patrol services over the next five (5) years. When requested by the contract administrator, contractor shall provide an un-armed uniformed security guard, all supervision, equipment, materials, supplies, and transportation necessary to patrol/monitor/report activities for these various locations in and around the City of Palm Springs throughout the term of the contract as may be directed by the Contract administrator. 4. PROPOSAL REQUIREMENTS: The firm's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the contractism and competence of the selected firm to be knowledgeable of the general areas identified in the scope of work and to include in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. 2s 31 5. SELECTION PROCESS: This solicitation has been developed in the Request for Proposals (RFP) format. Accordingly, proposers should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE ALONE WILL NOT BE THE SOLE DETERMINING CRITERIA. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date if desired by the City. The format, selection criteria and date of the presentation will be established at the time of short listing, if conducted. 6. PROPOSAL EVALUATION CRITERIA: An evaluation committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria (100 total points possible): A. Firm/Company Qualifications and experience in providing similar services as defined in the RFP, including References from other cities. (20 POINTS) B. Proposal Organization, conformance with the RFP instructions, and demonstrated Understanding of the overall project and requested Scope of Work. (20 POINTS) C. Supervisor and Staff Qualifications, Experience and Training in providing the services as defined in the RFP, including resumes (25 POINTS) D. Local Preference: Firms that qualify as a Local Business, or employ local sub-contractors, and submit a valid business license as more fully set forth in Section F.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may be awarded to those that qualify as a Local Business. Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero(0) points for this criteria. (5 POINTS) E. Cost Proposal (30 POINTS) PRIOR CITY WORK If your firm has prior experience working with the City, DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The proposals must be in an 8 Y: X 11 format, may be no more than a total of twenty five (25) sheets of paper (double sided is OK ), including a cover letter. NOTE: Dividers, Attachments included in this RFP that are to be submitted with the proposal, Addenda acknowledgments and the separately sealed Cost Proposal do NOT count toward the page limit. Interested firms shall submit SIX (6) copies (one marked "Original' plus five (5) copies) of its proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, 'RFP #11-14, REQUESTS FOR PROPOSALS FOR UNARMED UNIFORMED SECURITY OF VARIOUS CITY FACILITIES AND LOCATIONS within the sealed proposal package, the Cost Proposal shall be separately sealed from the Technical/Work Proposal. Proposals not meeting the above criteria may be found to be non-responsive. 29 32 EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: Envelope #1, clearly marked "Tech nical/Work Proposal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment(see Attachment A) • If applicable, your specific request for Local Preference (see Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley. • Completed, and notarized, Affidavit of Non-Collusion (see Attachment B) In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here. TECHNICALIWORK PROPOSAL: The Technical/Work Proposal (Envelope #1) shall be clearly marked and shall include the Sections A, B, C, D and E ('if Local Preference is applicable) below: SECTION A: FIRM, STAFF, TEAM (including any subcontractors) QUALIFICATIONS, TRAINING AND EXPERIENCE. A.1 Follow the instructions and properly complete and execute both Attachment "A" and Attachment "B" that are provided in the RFP and include them here in your proposal. If applicable, your specific request for Local Preference (reference Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley is to also be included here. A.2 Describe the firm's number of years of experience, background and qualifications in providing un-armed uniformed security services as defined in the RFP. A.3 Include a minimum of three (3) references of recent customers for who your firm has provided similar un-armed uniformed security services as contemplated herein. You must include the name of a contact person, their title, and a current phone number, fax number, email address and business address along with a brief description of the scope of work and cost for each referenced location. SECTION B: PROPOSAL ORGANIZATION, CONFORMANCE WITH RFP INSTRUCTIONS, AND DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT AND REQUESTED SCOPE OF WORK B.1 Carefully review and verify that your proposal is well organized and follows ALL OF THE INSTRUCTIONS on proper organization, format, order, and conformance with all requirements, including any and all required signatures, attachments, acknowledgements, or other documents that are required to be submitted. Failure to follow the instructions may result in your proposal being non-responsive and rejected from consideration. 8.2 Without reciting the information regarding the Project verbatim as contained in this RFP, convey your overall understanding of the Project and an understanding of the City's expectations upon implementation of the services. BA Identify any "key' or "critical" issues that you believe may be encountered based on the firm's prior experiences; and provide steps to be taken to ensure the issues identified do not affect the successful performance of the services. Carefully review the Site Map provided. 30 33 SECTION C: ASSIGNED SUPERVISORIACCOUNT MANAGER AND STAFF QUALIFICATIONS, EXPERIENCE AND TRAINING IN UN-ARMED UNIFORM SECURITY SERVICES C.1 Include the background, experience, training, and resume of the Project/Account Manager and the guards that your firm will assign for this contract. C.2 Provide how your employees are educated, trained, and prepared for un-armed uniformed security services. Include any continuing education or other training programs that your employees must attend to keep abreast of current applicable laws, codes, and ordinances that pertain to un-armed uniformed security services C.3 Provide a sample Activity Patrol Report that your firm will be using to document their daily security and patrol services. C. 4 Provide a detailed account of what your firms patrol service includes and based on the specifications defined for areas needing only patrol services, approximately how much time is recommended to complete the patrol. SECTION D: LOCAL PREFERENCE D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including contractor services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or contractor who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or contractor operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The contractor will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and sub-contractors for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment Al and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. A non-local business that requests the preference based on employing local residents must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with the proposal. The City reserves the right to determine eligibility. D.2 List all team members with local expertise. Clearly define their role in the overall project. COST PROPOSAL: The Cost Proposal (Envelope #2) shall be clearly marked in a separately sealed envelope and shall include Section F below: SECTION E: COST PROPOSAL (*see Attachment "C") 31 34 E.1 The cost proposal (in a separate sealed envelope) shall be a Unit Hourly Rate for the specified un-armed uniformed security guard services as defined in the Scope of Services and as provided in Attachment C. PROPOSERS MUST USE THE COST PROPOSAL FORM, ATTACHMENT "C", PROVIDED BY THE CITY IN THE RFP DOCUMENTS. Failure to use the Cost Proposal form Attachment "C" provided by the City WILL be cause for rejection of a proposal. Do NOT include Attachment "A" or Attachment "B" in the Cost Proposal, Envelope #2,. Attachments "A" and "B" are to be included in Envelope #1, "Tech nicalNVork Proposal'. 8. GENERAL AND SPECIAL CONDITIONS: DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 1, 2014. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Leigh Gileno, Procurement Specialist II QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: Leigh Gileno- Procurement Specialist II 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Leigh.Gileno(a)palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Monday, March 24, 2014. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Contract Services Agreement (see Attachment "E"). Please note that the Exhibits are intentionally not complete in the attached sample standard document. These exhibits will be negotiated with the selected firm, and will appear in the final Contract Services Agreement executed between the parties. The term of the agreement that is awarded as a result of this RFP shall be in effect for Three (3) years with two (2) one (1) year renewal options. 32 35 Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or fails to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the scope of work, equipment and services identified in the RFP document. However, the City reserves the right to award a contract, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Contract Services sample agreement included in the RFP. The successful Proposer will be required to comply with these provisions. It is recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their proposal. RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a proposal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the proposal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible 33 36 for any damages or losses incurred by a party submitting a proposal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the proposal or other information or documents submitted to the City as part of this RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP process. COMPLIANCE WITH LAW: Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES, PERMITS, FEES AND ASSESSMENTS: Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. NONCOLLUSION: The undersigned, by submission of this Proposal Form, hereby declares that this Proposal is made without collusion with any other business making any other Proposal, or which otherwise would make a Proposal. Proposer must execute an Affidavit of Non- Collusion provided as Attachment "B" in the RFP and include it with their proposal. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. 34 37 ATTACHMENT "A" "THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALlWORK PROPOSAL (Envelope#1)* REQUESTS FOR PROPOSALS (RFP) #11-14 UN-ARMED UNIFORM SECURITY GUARD SERVICES FOR VARIOUS CITY FACILITIES AND LOCATIONS SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER): BUSINESS ADDRESS: TELEPHONE: CELLPHONE FAX CONTACT PERSON EMAIL ADDRESS A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my proposal. PRINTED NAME AND TITLE SIGNATURE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: _An individual; _A partnership, Partners' names: A company; A corporation If a corporation, organized in the state of: 2. My tax identification number is: CHECK IF THE FOLLOWING STATEMENT APPLIES: My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a jurisdiction within the Coachella Valley is required to be attached to this document in order to request the Local Preference. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s)# is/are hereby acknowledged. 35 38 ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK PROPOSAL (Envelope#1)* NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is of the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham, that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Proposal are true, and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. By: Title: Subscribed and sworn to before me this day of . 2014. 36 39 ATTACHMENT "C" 'THIS FORM MUST BE COMPLETED AND SUBMITTED IN A SEPERATELY SEALED ENVELOPE#2 "Cost Proposal', NOT with Envelope#1, Technical/Work Proposal`) REQUEST FOR PROPOSAL (RFP #11-14) UNARMED UNIFORMED SECURITY GUARD SERVICES FOR VARIOUS CITY FACILITIES AND LOCATIONS COST PROPOSAL Responding to Request for Proposal No. 11-14 for Un-armed Uniformed Security Services Guard Services for various city facilities and locations, IIWE will accept as full payment the following specified Itemized Unit Rates Per Hour based on actual hours of service provided for providing all labor, supervision, services, materials equipment, supplies, transportation, training, and any other miscellaneous items required to perform the un-armed uniformed security guard services. The undersigned Proposer proposes and agrees to provide all work and services necessary to deliver the un-armed uniformed security services as defined in the Scope of Work herein. Note that Hours are ESTIMATED and subject to change by the City. Rates Per Hour represent the amounts proposed to provide the services, and are NOT based upon the actual hourly rates paid to the contractor's employees. Contractor is expected to follow all applicable Federal and State Employment laws, rules and regulations. Invoices shall be submitted to the City on a Monthly Basis for actual services rendered, not in advance or anticipation of services "to be rendered" and are payable by the City within 30 days. Train Station (including Train and Bus Services) Guard Hourly Rate: Palm Springs Library Guard Hourly Rate: Downtown Parking Structure Guard Hourly Rate: (Former) Desert Fashion Plaza Parking Structures Patrol Daily Rate: Posted Un-armed Uniformed Security Guard Services for Public or Private Property Guard Hourly Rate: Patrol Un-armed Uniformed Security Guard Services for Public or Private Property Patrol Hourly Rate: 37 40 PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: l For the initial three (3) years of the Agreement term, the proposed amount shall not exceed the hourly/ weekly rates. PRICE ADJUSTMENT: The contract price will be adjusted annually on the anniversary date in Option year 4 and Option year 5 if exercised. The payment adjustment will be adjusted upward or downward by the same percentage increase or decrease, occurring during the previous twelve months, in the consumer price index for all urban consumers (CPI-U) for the LA/Riverside/Orange County (published by the Bureau of Labor Statistics, U.S. Department of Labor), or applying a similar index if the CPI-U is not published or available. NOTE: This page MUST be manually signed. Certified by: Firm Name Signature of Authorized Person Printed Name Title Date 38 41 ATTACHMENT "D" o, n P z z ti has • GM'a � W�i 44 4` \ ez:mrax�oape�u �i City of Palm Springs acyGrs Security Service Sites-Trail Station CMyright k 2006 aA Rghts Reserved. The ih1ormalgn co as ed herein K the pray glary properly U the corHriburor..,ps.d under Y erse and may not be approved exert ea Ncensed by Ggft Nap,roduct.. 39 42 . Eabxert:.Pbrk AVR a m a EAo4 br rCxlMo'W.Y d) . .•� Wro Rd� W<Mbrblp_A Rtl Only z S . . .. ' a E fib(_ ,�y .. LpfuWwsifnRA Z �Cpx` o LL rGhi.Rd 'Tt l rt a Nel Ave a i _ Rd F = bE_ Cxmirnr Wr . 0 " E Txcilevnk Dr +J... _. A C vi,EpHf '� P ."ap = E Sxn 1.=nm W.Y e ..E El At l W C.Rd I YI 'JpC4 _ W! Im AAR.M—.._.., iA i - E VMRare 6f 2 CeMNM RdkVIMI .. W A.erRo PI R d V.. E Rrenvlx vxxnbne it kW i:t Wi:t Mq or—= a rYM CnIV.. $R 8 y e7 Rd a rPaTk Dr E MTHARUADr ; ; EA..W*Rd Q 1�5P!? ;.:2 G:5^t?rt EAMfR M eElq Wxr 3 '12ca pai*jn N a s Canyartr4ft S .' �Piz .. ► wR"RbaM,Rm EA,T .Rd E- �Li"tFC#?.714i Wig vr.sRy"'RRY W Rnnsn vain Dr • �—g tT 2 E-Rem R . 4 I i r C"eMno Aln.woi. E C.dddd RA�wCbb p pg E M Big Carryon br C g p� S V wdiP rm ararel.SxMs PI uR. -� � � eau,rY Du+ux we --. ', a S.nlwcxR Rd ,. -n Ri.�fry V See br i'RlYr4 ar.n Lorcnx"Rd _1—aim--EMeapuiER-A -, ' .. £I"In VWOR Avs LE _..._.E Orotlbo A" ;6 M "MWay i City of Palm Springs �:o"ft CftyGES Security Service Sites N C WyrVA @ 2006 Afi RlgYAs Reserved. Tlw irdambtion combined herein is the MOjXietaty propety W the comrWm supplied w er Ac a and may not be apprared except a tcensad by Digital Map Products, 40 43 EXHIBIT"C" CONTRACTOR'S PROPOSAL 41 44 i{ J { ! 111 TECHNICAL/WORK I � PROPOSAL 01 / ,fry,: ��:,• C 01 Desert Security Services C' 41=921 Beacon Hill, Suite B Palm Desert, California 92211 (760) 775-0200 c' 45 E. :l } f) City of Palm Springs c) Request for Proposal Unarmed Security Services U�} Issue date: February 27,2014 Closing location: MAII✓COURIER/BY HAND } City of Palm Springs Procurement and Contracting Office 3200 E.Tahquitz Canyon Way Palm Springs,California 92262 Attention: Leigh Gilew,Procurement Specialist If Closing date and time: Six complete hard copies to be received before 3:00 Pm Pacific Time on QApril 1,2014 Contact persons: Q Leigh Gileno,Procurement Specialist 11 (760)322-8373 osart Security Services-March 2014 peg¢2 46 > Table of Contents Executive Summary Identification of Proposer...........................................................4 A. SECTION ..........................................................._.................5 r..� A.1 Attachment A............................................................................................6 A.1 City of Palm Desert Business License...................................................7 r3 A.1 Attachment B............................................................................................8 A.1 Notary Seal................................................................................................ A.2 Number of Years Ex .........................................9 A.2 Backgroung and Qualifications..............................................................9 `- A.3 References................................................................................................9,10 `} B. SECTION B ............................................................... 11 �i B.1 Project understanding and Expectations..............................................12 B2 "Key"or"Critical"issues to be addressed...........................................12,13 C. SECTION ..............................-------.....---............. 14 C.1a Organizational Management Approach..................................................15 �. C.1b Quality Assurance Program................................_..................................15 �) C.tc Contract Company Management and Commitment.................._..........15 �.S C.1d Mobilization Team.....................................................................................16 C.1e Resumes(Transition Team)....................................................................16-18 01 C.1f Training History......._...............................................................................19 C.2 Education and Training..............................................._...........................19 C.3 Sample Daily Activity Log&Incident Report........................................19 0 CA Patrol Services..........................................................................................20 C) D. SECTION D............................................................... 21 C, D.1 Proof of Local Preference.......................................................................22 0.i D.2 Desert Security Team Members..............................................................22 0 0? G C) 0 0 G G 0 0 Deserl Security Services Mama 2014 Page 3 O 47 _;) �3 } EXECIITIVE SUMMARY � The City of Palm Springs is a desert resort city in Riverside County, California,within the Coachella Valley. Palm �... Springs is the largest land area city within Riverside County covering nearly 94 square miles, and has a permanent O year round population of 45,000.The City of Palm Springs is a resort city with much to offer, and strives to be a -� destination location and the"fast choice'of vacationing families within the region. This philosophy is not much different than Desert Security Services(DSS)vision; we also want to be the"fast choice", in the Security industryW � ) We believe that it's the "little things" that separate us from the rest of our industry. Large corporate security / } companies have long forgotten the bread and butter of our industry, "customer service". We at DSS believe in \� treating ALL of our clients as though they are our ONLY CLIENT not as a number on a client list. We strive to _ "provide the best quality security service to our customers", ALWAYS HI DSS has and adheres to our motto of } "Protecting our Valley's Assets". Although sometimes the processes may be complex in nature, the results should always be the same-the highest quality service.Our first and foremost concern is to always provide the best trained �.J and most professional security force that will exceed all of your expectations in what you believe a private security 1 0 service should be. J Our response to this City of Palm Springs RFP is based on your requirements and needs. Our proposal focuses on 0 our Transition Team's experience, our dedication to "attention to detail," customer service, technology and C) equipment,training, as well as assuring you that we not only will provide the best trained staff in the beginning,but will always maintain that standard throughout the duration of the contract. �) Below are some items that we believe sets us apart from other security companies: r Only/0aruv owned and operated Security and Investigation Company serving all areas within the Coachella, CJJ Imperial,and Yuma Valleys. 0 ➢ State Certified&Licensed Security Officer Training School. �) ➢ .Highest quality and most advanced security technology on the market today(Desert Tmc,&) ➢ Proprietary multi-channel UHF repeater radio system throughout Coachella,Imperial County&Yuma,Arizona. C' ➢ Operates the only 24/7/365 LOCAL dispatch center in the Coachella,Imperial and Yuma Counties G ➢ Transition Team's knowledge and experience(Over 60 years of Local experience in the security industry) 0 ➢ Earned the respect of Local,County,State and Federal law enforcement agencies 0 Desert Security Services looks forward to partnering with the staff of Palm Springs to provide the highest quality 0 security services for the City of Palm Springs facilities, its workers and your visitors. We will work to make the transition a smooth and stress-lice experience. We certainly understand the needs and unique challenges in the Coachella, Imperial and Yuma Valleys and we believe that that is why we have grown to the largest professional security company within imperial County,and why we believe that we will soon be able to ceho that statement for the C) Coachella Valley very soon. 0 IDENTIFICATION OF PROPOSER C; 1. Desert Services.Inc./dba:Desert Security Services 41-921 Beacon Hill,Suite B,Palm Desert,Ca 92211 C', 2. Desert Security Services is a California Corporation 026245I2 C} 3. Desert Security Services is not a sabs!Wary of a"parent company". 0 4. Proposal contact,Jason Jackson-General Manaeer 41-921 Beacon Hill,Suite B.Palm Desert,California 92211 Corporate Mailing Address: Post Office Box 2130,El Centro,California 92244 (� Office: (760)370-5700 FAX: (760)370-3085 Cell: (760)791-5576 Email:jiackso aAde ntsecuritvse,vices.com f'l Desert Security Services March 2014 Page4 C�) 0 48 } J i ) SECTION A (CJ\ S/ 0 Firm, Staff, Team Qualifications, Training and Experience 0 Desert Securlty Services March 2014 Page 5 49 Ji Al. Attachment A j ATTACHMENT"A" O 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAUWORK PROPOSAL (Envelope#1)' � REQUESTS FOR PROPOSALS(RFP)#11-14 UWARMED UNIFORM SECURITY GUARD SERVICES FOR VARIOUS CITY FACILITIES AND LOCATIONS SIGNATURE AUTHORIZATION (_) NAME OF COMPANY(PROPOSER): Desert Security Services BUSINESS ADDRESS: 41-921 Beacon Hill,Suite B Palm Desert,California 92211 €, TELEPHONE: 760-370-6700 CELLPHONE 760.791-5576 FAX 760-370-3035 I E_) CONTACT PERSON Jason Jackson EMAIL ADDRESS llacksonflidesertsecurttyserwces.mat `) A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the �) above listed individual or company. I certify that I have the authority to bind myselfithis company in a contract should I be successful in my proposal. O Jason Jackson,General Manager LZ �.� RI E M D TITLE / 3T41 C) 4r SIGNATfAE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a c�) company. Place check marks as appropriate: C) 1. If successful,the contract language should refer to me/my company as: �J _An individual: C) —A partnership,Partners names: A company: �GX A corporation if a corporation,organized in the state of:California 1 02. My tax identification number is: 20-0826660 CHECK IF THE FOLLOWIN •STATEMENT APP I S: �} X My firm/company is a Local Business(Licensed within the jurisdiction of the Coachella Valley).Copy of j current business licanse from a jurmsdiction within the Coachella Vallay is required to he attached to 0 this doeument In order to mqueRt the al Preference, ADDENDA ACKNOWLEDGMENT: C) Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the G acknowledgment vdth your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-responsive. Q In the space provided below,please acknowledge receipt of each Addendum: Q Addendum(s)# 1,2,and 3 Islam hereby acknowledged. 0 0 0 Desert Security Services March 2014 Page 6 0 _ 50 3 Attachment A cont. r) r City of Palm Desert 29-510 Fad WadRg 0xve,Pa De ,t CA 92260 (760)3"4611 CERTIFICATE -) NOTTRANSF RABUE 6USINESS NAME: DESERT SECURITY SERVICES INC Sus1NEs6 tocAnox: AS73611 SECURITY GUARD •,_� 41921 BEACON HILL 8 PLMD r BwixESS OWNER DESERT SECURITY SERVICES IN ( } 41303 13-0005355 DESERT SECURITY SERVICES INC 11/30/14 EL CENTRO CA 92249 �� 11M peM 6Mmi pYnled Me[vLllpb govenlb Waw m0 VmnX ProrlabN W Me Mwkfpx CMe.11Yr k Xm w \\_eCmeemwtl ol�M ectlHh mw mrlMWwnM�NaXse. .____ ._.____. V (3 d C� 0 Desert Security Services March 2014 Page 7 J F:> IJ ATTACHMENT B } ATTACHMENT'B" } 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK } PROPOSAL(Envelope#1)' } NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL } (} STATE OF CALIFORNIA)ss COUNTY OF RIVERSIDE) The undersigned,being first duly swam,deposes and says that he or she is Jason Jackson,General Manager of Desert Security Services ,the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation;that the Proposal is genuine and not collusive or sham;that the Proposer has not �) directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, j and has not directly or indirectly colluded,conspired,connived,or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly,sought by agreement, communication,or k`) - conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix �.I any overhead,profit,or cost element of the Proposal price,or of that of any other Proposer,or to secure any advantage against the public body awarding the contract of anyone interested in t the proposed contract;that all statements contained in the Proposal are true;and, further,that i the Proposer has not. directly or indirectly, submitted his or her Proposal price or any breakdown thereof,or the contents thereof,or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership,company, association, organization, Proposal depository, or any other member or agent thereof to effectuate a C} collusive or sham Proposal. 0 C c) } Title: General Manager C 0 Subscribed and sworn to before me this 26 day of March .2014. 0 0 0 0 Desert Security Services March 2014 Page S �E JJ 0 52 a.� <y r� State of California F-} County of Imperial Subscribed and swom to(or affirmed)before me on this 26 day of March , 2014 ,by D Kim Freire proved to me on the basis of satisfactory evidence to be the person(s)who appeared before me. �^ O WM FPEIPE �) NOTRPV PUBLIC-CAUFOPNIN COMMISBIONM2O3180.5 Y (� � • IMPFAW.COUNTY `— Comm.Ex .June 3O.2O1] ! t j L} (Seal) Signature I I i I �) I 0 53 Ala. Number of Years of Experience -� Desert Security Services has been in business since 1997,seventeen(17)years. Alb. Background and Qualifications ( � Desert Security Services is the largest and most trusted private security service in Imperial County,and quickly becoming a leading provider of security services in the Coachella Valley. As such, DSS serves as the contract company for such agencies as the County of Imperial, Heritage Palms HOA, City of Coachella, U.S. Marshall's Service, Coachella Valley Water District, Granite Construction, Imperial Irrigation District, Indian Springs IIOA, Imperial County Sheriffs Department, PGA West Master HOA, and on April 27' we will add JFK Memorial Hospital to our ever growing list of top notch clients in the Coachella Valley.Most of �. these clients maintain highly sensitive operations which necessitates the highest levels of professionalism and knowledge of security&safety procedures.Our"Project Tcam"is highly motivated and progressive in going -� above and beyond the expectations of each of our clients. We believe in working with our clients to form �) "partnerships" and assist our clients in exceeding their goals and expectations in the Gelds of safety and security. Our "Project Team" has worked together for man j g y years and on many projects, both in transition and in maintaining all client services. Having the luxury of an experienced"Project Team"that has been through most (� everything together greatly benefits our clientele.Our team members not only fully understand their roles,but are comfortable and secure in performing them.This"teamwork"attitude allows our team to never be surprised or caught off guard when an issue or an emergency may arise. ' O A3. References 1. County of Imperial qd,c _) Ralph Cordova—CEO /��� oy 940 West Main Street Cl V 3 El Centro,California 92243 C) (760)482-4290 Office(760)4824215 Fax c�4roRt'�� ralphcordovaC&co.imoerial ca us a DSS provides both armed and unarmed security for all of the County facilities throughout imperial County.DSS is charged with building security and the personal security of County employees and their 0 clientele. G, ➢ Total Annual Gross Contract $743,513.43 (D 0 2. City of Coachella Q Meri[z'a Martinez—Public Works Director 53462 Enterprise Way Coachclla,California 92236 (760) 501-8111 Office(760)398-1630 Fax 0 mmartinezCa coachella.oi- 0 A DSS provides Roving Patrol security for all of the City's Public Works facilities,as well as the cities Lighting and Landscape Districts throughout the City of Coachella. 0 ➢ Total Annual Gross Contract $86,643.39 0 Dnert Security Services March 2014 Page 9 0 0 54 C� ( j 3. Imperial Irrigation District Kerry Van Bobber—Security, Claims&Investigations Director �.� 321 S.Waterman,Suite 100 11D El Centro,California 92243 ----------- �.j (760)339-9413 Office(760)339-3986 Fax -1i0ifri��i "` F kdvanbebber@iid.com -� a DSS provides unarmed security for all of the UD facilities throughout Imperial and Riverside Counties. i DSS is charged with building security and the personal security of RID employees and their customers. } D Total Annual Gross Contract $1,1034958.22 r ) O 4. PGA West Master Association,Inc. Robert Pantanella—Director of Community Services P.O.Box 1516 La Quints, California 92253 (760)564-1032 Office PGA NEST. roe _1212�iyahoo.cem 0 (� r•DSS provides both Unarmed and Roving Patrol security for all seven(7)of the gated communities within the PGA Master Association.DSS is charged with maintaining a safe and secure community and responding to calls for service 24/7/365. �.1 D Total Annual Gross Contract $1,402,300.80 C1 5. Coachella Valley Water District 0 Anthony R.Zamudio-Manager, Safety&Training '1 P.O.Box 1058 Coachella,California 92236 0 (760)398-2661 ext.2285 Office(760)398-371 I Fax ow azamudioacvwd org C •:DSS provides both Unarmed and Roving Patrol security for all of the District facilities throughout both 0 Riverside and Imperial Counties.DSS is charged with building,infrastructure and personnel security 0 throughout the Districts region. C) ➢ Total Annual Gross Contract $176,100.48 0 j 6. Talvera homeowners Association 0 Rosanna Cardenas,CCAM—Director of Operations. �-+��f V,,.,E� 36-953 Cook Street,Ste. 101 1 . MM r a Palm Desert,California 92211 1�--'�J 0 (760)360-5580 Office(760)360-5588 Fax '� 0 ammudio@cvwd.org DSS provides both Unarmed and Roving Patrol security for this gated community of 782 homes.DSS is 0 charged with maintaining a safe and secure community and responding to calls for service 24/7/365. 0 D Total Annual Gross Contract $59,342.88 0 0 Q Desert Security services March 2014 Page 10 0 0 55 SECTION B Cly C C. 0 Proposal Organization, Conformance 0 with RFP Instructions, and Demonstrated Understanding of the 0 Overall Project and Requested Scope 0 of Work 0 0 0( �^+� Desert Security Services March 2014 Page 11 0 56 t ) t. B1. Our understanding of the project and the City's expectations upon implementation of the services. Desert Securiry Services fully understands this project,as defined within the RFP.Honestly,our review of your"Scope of Work"for this RFP brought us no hesitation or pause.The work is clearly defined as: A. On-Site Security Services for your Amtrak and Bus operations.We understand that although there is a"schedule", this only serves as a guideline and that our dispatchers will need to (� ratify updated arrival and departure times prior to all published times. B. On-Site Security Services for your Public Library. We have made ourselves aware of the hours of operations, scheduled holidays and levels of responsibility expected from the officer assigned. We not only took part in the walk through that you provided,but we also went back and interviewed the officer that is currently assigned.He provided an excellent breakdown of what happens on a daily basis within the interior and also the exterior of your (� facility. C. On-Site Security Services for your parking structure in the downtown area. We understand J the three(3)day schedule, and have become familiar with some of the past incidents that (� _ security has encountered at this location. C) D. Patrol Service for the(Former)Desert Fashion Plaza parking structure. We understand the (.) level of frequency and service area in regards to this facility.We also acknowledge that the service area will evolve and expand as construction is completed on the new downtown project area. C) E. We acknowledge that during the course of this contract with the City of Palm Springs,other needs for security services may arise,and we are fully committed in providing the best and J most qualified staff to suit your needs. C B2. "Key" or "Critical' issues that may be encountered based on past experience, and the steps that we will take to ensure that issues are first, identified and then the C' appropriate measures are taken to insure our success in fulfilling all aspects of this B1R. ➢ STAFFING—Identify and engage the appropriate level of Officer that matches the work description within the RFP. Employing the correct officer,with the appropriate level of training is essential to a C) successful post / ➢ TRAINING — After selecting the appropriate staff, ongoing and updated training is essential in G maintaining a site. Laws,techniques and best practices are continuously evolving in our industry and its critical that we keep our/your staff abreast of those changes. ➢ SUPERVISION— Supervision is a key component to our success in our industry. Desert Security 0 Services invests in our Supervision and utilizes Supervision in a two-fold manner.First,we utilize our field supervisors to conduct frequent and purposeful on-site inspections of our field staff.This ensures that our officers in the field are conducting themselves appropriately and are maintaining a strict control of their assigned job-site. Secondly, our field supervisor's act as "backup and assist'officers when an issue may arise and the field officers requests additional support. This is a "VALUE 0 ADDED"service that we provide for all of our clients at NO ADDITIONAL COST to you. ➢ ACCOUNTABILITY — We at Desert Security Services believe that accountability is a MUST 0 component in providing a proven model to you,our client.We utilized TECHNOLOGY such as two- Way UHF Repeater radios to communicate in the field. We maintain a 24171365 LOCAL dispatch mi('�l Desert Security Services March 2010 page 12 0 Q 57 center that monitors all of our officers in the field and coordinates all support staff. We utilize Real- ;.} Time GPS trackine on all of our vehicles,and our field officers utilize our proprietary field reporting software, DESERT TRAM This use of technology is what separates DSS from the rest of the ;) companies doing business in our region. O C) 0 C C) C.) i GI 0 0 0 L% G 0 0 C) 0 0/^� am% Desert Security Services March 2014 page 13 0 0 - - 5R iJ I ') I I `> SECTION C � E Fr} (�J rV V Assigned Supervisor/Account } Manager and Staff qualifications, Experience and Training in Un- Armed Uniform Security Services c� 0 Desert Security Services March 2014 Page 14 V 59 0/ l�l �Y C1. Background, Experience and Training o CIA.ORGANIZATIONAL MANAGEMENT APPROACH i Desert Security Services management approach is simple.We are here to serve our clients,period.Day or night, your staff has direct communication with our General Manager.Our General Manager has FULL authority to make any and all decisions. This management approach is extremely important to you the client when an O immediate decision needs to be made on behalf of your facility.Our General Manager has held this position for more than sixteen (16) ream and is actively involved in our community. We believe that this gives us an understanding and perspective of how business is done in the Coachella Valley.Although business has changed C) to include attorneys and contracts,we still believe in personal one on one interaction and handshake agreements. E� When we give our word,it actually means something,regardless of written contracts or official correspondences. 0! ar RA Oar wad if o 0 xpelBJiODl.9 CIE.QUALITY ASSUNCE PROGRAM 0 Desert Security Services employs mobile field supervisors with the sole responsibility to ensure the highest quality of service for our clients. Desert Security Services owns and operates our own UHF repeater radio 0 system,and maintains a LOCAL 24/7/365 Dispatch C tiler.This allows us to monitor all of our officers at all of our sites,and gives our officers immediate communication to emergency services if the need should arise. 0 C1C.CONTRACT COMPANYMANAG MENTAM1 PE2XRr gmCommn1Yg aThTIRi CONPRAM 0 Desert Security Services(DSS)is fully committed to the implementation of our services to best meet the needs U of the City of Palm Springs.Upon notification of award DSS will immediately initiate our Mobilization Team. 0 Our Mobilization Team is led by our General Manager and consists of our Operations Manager, HR Manager, 0Training Supervisor and two Senior Field Officers. We believe that the makeup of our Mobilization Team enables us to properly address any and all issues that may arise during the start-up period, and creates a Cy professional, seamless,and stress free environment for you the client Members of our Mobilization Team are 0 current in all local,state and federal laws that govern the security industry. C/ �endor�R@I-rttonshrps4l�e form"Parniers�rps �^y with our clients V 2 O1Rt'TRAININC (7nly Security Companythatis a Californi a Certified Trainsng Academy m hrrpenal grid Riverside Counties 3 On SUPERVISION -flighty trained Armed Supertnsorial claff. F �.l 0 01� i) Desert Security Services March 2014 Page 15 0 0 60 U r} L� CID.MOBILIZATION TEAM • Jason Jackson-General Manager 770 Main Street El Centro,Ca.92243 (760)370-5700 Office(760)791-SS76 Cell(760)370-3085 Fax - jjacksonlrfldeserL=cerityservices mm - • Alex Garcia-Corporate Operations Manager - �� 770 Main Street El Centro,Ca.92243 (�) (760)370-5700 Office(760)791-6363 Cell(760)370-3065 Fax 0 aearcta®desertsecurllyservices.cum • Richard Bradford-Coachella Valley Operations Manager 0 COACHELLA VALLEY OFFICE:Coachella Valley Operations _ Office:(760)370-5700 Cell:(760)835-8181 Fax:(760)370-3085 0 rbradford@d c riser a itvs rvi rom 0 • Denisa Phillips-Corporate Human Resource Manager 770 Main Street El Centro,Ca-92243 ----- --- --- 0 Office:(760)370-5700 Cell:(760)791-2578 Fax:(760)370-3085 0 dilhillipcfdd tycervi�com DESERT SECURITY • Bob Musick-Corporate Training Supervisor O • Tony Bautista-Senior Field Supervisor SERVICES O • Chris Castillon-Senior Field Supervisor U CIE.RESUMES(TRANSITION TEAM) 0 IASaA rAc6soA.MPA - General Manager Q Mr.Jackson joined DESERT SECURITY SERVICES in 1998 after serving several years with the Imperial County Probation Department/law enforcement agencies,as well as providing sensitive security related services for various banks and other financial institutions.Jason is a graduate of Imperial Valley College 0 with an Associate of Arts Degree in Administration of Justice, and is a graduate of San Diego State University with both his BA Degree in Criminal Justice Administration,as well as successfully completing 0 his Master's Degree in Public Administration. Q Jason's duties include the day to day operations of Desert Security Services.Those duties include frequent contact and interaction with each of our valued clients.He maintains the responsibility of over-seeing and O providing on-going training of all DSS security personnel;immediately responding to our clients requests; O as well as assuring that each of our Field Supervisors and Site Supervisors are performing at the highest levels to insure the highest qualitysecurity services in the Coachella Imperial and Yuma Valleys.Jason's 0 responsibilities further include the continued monitoring of our efforts,in assuring that each and every 0 one of our customers is fully satisfied and happy with our services. 0 Jason is a dedicated volunteer that gives numerous hours of his time to our communities.Jason serves on 0many local boards and commissions such as Chairman of the Imperial County Workforce Development Board,Past Director of the El Centro Chamber of Commerce,Past Commissioner of the El Centro Planning J Commission;and Board Member of the Salton Sea Action Committee.Jason's"commitment to community" lead him to be elected to the El Centro City Council in 2011. Jason Is also active in community service organizations, serving as a member of the Indio Sunrise Rotary and the President for the El Centro Kiwanis Club.Jason's strong belief in community service and his ability to lead by example has lead the way for Desert Security Services to be the highest regarded, professional security firm in the Imperial C., County and the surrounding Southwest Desert Region. Desert Security Services March 2014 Page 16 0 0 61 BICHM Base —Operations Manager- Coachella Valley Operations Mr.Bradford re-joined Desert Security Services in September 2011.Mr.Bradford's first tour with DSS was •!� ) approximately two(2)years and unfortunately ended when he relocated from the Imperial Valley to the i-} Coachella Valley in 2005. Mr.Bradford's knowledge,experience and understanding of Coachella Valleys �.� unique community services environment made him an excellent choice to return to DSS.Mr.Bradford has demonstrated his ability to work with community associations and grow professional relationships within (� HOA Management Organizations. His outstanding leadership lead him to receive Resort Community , ) Security Associations"Medal of Valor",(RCSA's)highest award in 2009.With six(6)plus years'experience in Coachella Valley Gated Communities and as Director of Security with Del Webb's Sun City Shadow Hills for two years, Richards understanding of how a HOA "should" be operated is truly an asset to DSS. Additionally,his past experience with a wide range of security clientele and his previous experience with �..� our company made him the easy choice to head our Operations in the Coachella Valley. i.� Mr Bradford began his career in the Private Security Industry as a uniformed officer and has worked his way to the rank and title of Operations Manager.He has shown the capabilities to hire,train and supervise an excellent DSS field staff.Additionally,due to him beginning as a uniformed officer,he has the benefit of understanding the needs of our staff and clients from a perspective other than strictly Management.Mr. Bradford has previously worked as a Supervisor at Worldmark Indio, where he implemented rules and guidelines for the Wyndham Staff and visitors to adhere to. These policies were adopted by Wyndham �) Hotels and are currently being utilized at five Resorts within California and Nevada. (} Before Richard joined the ranks as a Private Security Professional,he gained much of his knowledge and professionalism from serving as a Correctional Officer for the California Department of Corrections. �. Richard worked at Calipatria State Prison, protecting the public from some of the worst criminals in California:Richards's professionalism,teamwork leadership,knowledge,and willing to go that extra mile (_) attributed to him being promoted to Sergeant within his first two years with the department. While �7 serving in his role as Sergeant,he dealt with several of the worst incidents and emergencies that Calipatria State Prison history. In addition to his role as Sergeant, Richard worked Security and Investigations and Gang Enforcement This experience and knowledge in this field has proven to be an asset to Desert (` Security Services in recognizing,identifying and addressing potential threats to our clientele.Richard also U found time to work with his community by serving on the Community Awareness Program Team for the California Department of Corrections. In this capacity Richard spoke at local High Schools,Job Fairs,and Community Events targeting youth and educating them on the duties of a Correctional Officer, and the roles that they play in safeguarding our communities. Richard's strong background in security management, training, and law enforcement has given him the ability to work with, listen to, and implement the client's policies and procedures, thus ensuring the satisfaction of each of his clients and enhancing their success. This along with his vast knowledge and 3 understanding of gated community security makes him a perfect addition to the Desert Security Services team in the Coachella Valley Region. CF�.��), AL EX GaaCta— Corporate Operations Manager v Mrs. Garcia joined DSS in 2003 after serving approximately three (3) years in contract security management Her supervisory skills, as well as her past operations management experience brings another level of professionalism, experience and dedication to Desert Security Services. Ms. Garda's Ci primary duties involve the scheduling of our staff and working directly with our senior staff to insure a 0 smooth transition of information from management to lower level staff.She is responsible for overseeing training,licensing and re-certification of all our officers and works closely with our HR manager to certify that our workforce is receiving the proper training and certifications to properly serve our clients. 0 Additionally,it is her responsibility to give"real time"reports to our General Manager and assist him in meeting the daily needs of our clients. G 0 Deserl Security Servfus March 2014 Pagc 17 01 62 t) _i Rimm Baaeroen—Operations Manager- Coachella Wiley Operations ` Mr.Bradford re-joined Desert Security Services in September 2011.Mr.Bradford's first tour with DSS was s ) approximately two(2)years and unfortunately ended when he relocated from the Imperial Valley to the �-) Coachella Valley in 2005. Mr.Bradford's knowledge,experience and understanding of Coachella Valley's �. unique community services environment made him an excellent choice to return to DSS.Mr.Bradford has " ) demonstrated his ability to work with community associations and grow professional relationships within !: HOA Management Organizations. His outstanding leadership lead him to receive Resort Community �) Security Associations"Medal of Valor",(RCSA's)highest award in 2009.With six(6)plus years'experience in Coachella Valley Gated Communities and as Director of Security with Del Webb's Sun City Shadow Hills �) for two years, Richards understanding of how a HOA "should" be operated is truly an asset to DSS. Additionally,his past experience with a wide range of security clientele and his previous experience with our company made him the easy choice to head our Operations in the Coachella Valley. Mr Bradford began his career in the Private Security Industry as a uniformed officer and has worked his way to the rank and title of Operations Manager.He has shown the capabilities to hire,train and supervise an excellent DSS field staff.Additionally,due to him beginning as a uniformed officer,he has the benefit of understanding the needs of our staff and clients from a perspective other than strictly Management. Mr. Bradford has previously worked as a Supervisor at Worldmark India,where he implemented rules and �-� guidelines for the Wyndham Staff and visitors to adhere to. These policies were adopted by Wyndham C) Hotels and are currently being utilized at five Resorts within California and Nevada. (') Before Richard joined the ranks as a Private Security Professional,he gained much of his knowledge and professionalism from serving as a Correctional Officer for the California Department of Corrections. Richard worked at Calipatria State Prison, protecting the public from some of the worst criminals in C) California.Richards's professionalism,teamwork,leadership,knowledge,and willing to go that extra mile O attributed to him being promoted to Sergeant within his first two years with the department. While 0serving in his role as Sergeant,he dealt with several of the worst incidents and emergencies that Calipatria State Prison history.In addition to his role as Sergeant, Richard worked Security and Investigations and 0 Gang Enforcement This experience and knowledge in this field has proven to be an asset to Desert 0 Security Services in recognizing,identifying and addressing potential threats to our clientele.Richard also found time to work with his community by serving on the Community Awareness Program Team for the California Department of Corrections.In this capacity Richard spoke at local High Schools,job Fairs,and Community Events targeting youth and educating them on the duties of a Correctional Officer, and the 0 roles that they play in safeguarding our communities. 0 Richard's strong background in security management, training, and law enforcement has given him the ability to work with, listen to, and implement the client's policies and procedures, thus ensuring the satisfaction of each of his clients and enhancing their success. This along with his vast knowledge and 0 understanding of gated community security makes him a perfect addition to the Desert Security Services team in the Coachella Valley Region. C% Ater Genoa—Corporate Operations Manager 0 Mrs. Garcia joined DSS in 2003 after serving approximately three (3) years in contract security management. Her supervisory skills, as well as her past operations management experience brings another level of professionalism, experience and dedication to Desert Security Services. Ms. Garcia's 0 primary duties involve the scheduling of our staff and working directly with our senior staff to insure a smooth transition of information from management to lower level staff.She is responsible for overseeing training,licensing and re-certification of all our officers and works closely with our HR manager to certify that our workforce is receiving the proper training and certifications to properly serve our clients. 0 Additionally, it is her responsibility to give"real time" reports to our General Manager and assist him in 0 meeting the daily needs of our clients. 0 0 Desert Security Services March 2014 Page 17 0-;^y 0 63 DelasA PEUIPS,CMBR-Corporate Human Resource Manager Mrs.Phillips joined Desert Security Services in October 2011 as our Human Resources Manager.Denisa is a member of the Society of Human Resource Management and has served as a programs coordinator for the Imperial Valley Human Resource Association. Denisa has worked in HR since 2001 where she has worked as an HR Tech,HR Analyst and HR Risk Management Analyst. She has attended and completed the .� following programs: OSHA compliance&Workplace Safety,Workers Compensations Training, California ( ) Workers Comp Forum and Effective investigative strategies for fraud. Denisa attended Imperial Valley College,San Diego State University and National University for studies in Business Administration.Before becoming the HR Manager for Desert Security Services, Denisa worked for Catholic Charities a Regional L� Non-Profit Organization as a Program Manager. Denisa specializes in Human Resource issues and in , �3 management development.Her duties include managing the selection and hiring of all of our employees, maintaining current and up to date personnel files, managing and scheduling all employees for all necessary training to ensure all of our employees are compliant with all state requirements that govern the security industry, and she works (�) with local,state and federal agencies such as CalWorks,Vet Serve and the Workforce Development office �) in job creation and recruitment. Bon Musics-Corporate Training Supervisor Mr. Musick came to DSS in 2002, and after serving as a Senior Field Supervisor until 2006 he was promoted to Training Supervisor. Mr. Musick brings a vast knowledge of field operations that uniquely qualifies him to bring"real life experiences"into the classroom.Mr.Musick is charged with maintaining all �) state mandated training as it relates to California AB2880. (-) Mr. Musick is also responsible for the development and implementation of all site-specific trainings, keeping abreast on any regulatory changes in our industry,maintaining an up to date training library as 0well as the necessary equipment utilized in those trainings, and constantly reviewing our training requirements with our clients to ensure that we are providing the best trained staff in the Industry. TORY BAMnA- Senior Field Supervisor Mr.Bautista came to DSS in 2011 and brought with him over ten(10)years of experience working within 0 the gated communities of Coachella Valley. Mr. Bautista has an extensive amount of experience dealing 0 with communities, their vendors and most importantly a level of professionalism and customer service that is needed when dealing with the residents of gated communities.Mr.Bautista is currently responsible for Patrol Operations for Coachella Valley. He directly oversees our Patrol Supervisory Staff and works with our 24/7/365 dispatching staff in bringing the best prepared and highest trained field supervisory 01 staff in the Coachella Valley. G Mr.Bautista works directly with our Operations Manager in establishing Patrol routes,and he reviews and develops Patrol/Supervisory protocols with our Training Manager in order to maintain a supervisory staff ' that is dedicated, professional and most importantly prepared for anything they may encounter in the C) field. G CUES CASTIUOR-Senior Field Supervisor Mr.Castillon came to DSS in 2007 and quickly showed why he is one of our brightest new stars.Mr.Castillon shows a level of professionalism and dedication far beyond his years. Mr. Castillon is responsible for Patrol Operations for Imperial County.He directly oversees our Patrol Supervisory Staff and works with our 24/7/365 C) dispatching staff in bringing the best prepared and highest trained field supervision staff in Imperial County. Mr.Castillon works directly with our Operations Manager in establishing Patrol routes and reviews and develops 0 Patrol/Supervisory protocols with our Training Manager in order to maintain a supervisorial staff that is 0 dedicated,professional and most importantly prepared for anything they may encounter in the field. 0 (0 Dmrt Security Services March 2014 Page Is J 0 64 0 O O O Or,TRAVIDIC Il MHY O Desert Security Services is the only California Certified and Licensed Security Training School serving the O Coachella and Imperial Counties.Desert Security Services maintains its high level of service and professionalism O by keeping our staff informed on the latest security legal issues,techniques,and trends within the industry.All of our Instructors are also State Certified throaeh the Bureau of Security and Inieesdrative Services. All O instructional materials are obtained directly from the Bureau of Security and Investigative Services, State of O California. Further, DSS is a certified and licensed LIVESCAN operator. We own the latest technologically O advanced equipment available,and we maintain certified personnel licensed by the Department of Justice. O C2. EDDCATION AND TMM(; O Desert Security Services (DSS) believes that one of the most important tools that an officer can be given is education and training.That is why in 2007 DSS became a Califomia Certified and Licensed Security Training O School. What this did was let us control and dictate the appropriate level of training and subject matter that our © officers receive, instead of depending on third party training providers. Over the years we had found that these third party training providers were focusing on what was"easy"to teach,rather than diving in and teaching the O more complex subject matters.This shift,allowed us to give officers assigned at certain locations a"customized" O training that related directly to the needs of that specific post. Our training is lead by our Corporate Training Supervisor Mr. Bob Musick,which follows all State mandated training of 40 hours in the initial training year O and at least eight (8) "refresher" hours of training each and every year thereafter. Additionally, any Q updates/changes to laws, regulations or ordinances are immediately communicated directly to arry officers that ICI O work within that jurisdiction,as well as all field supervisors being made aware of changes/updates that may fall within their supervisory area, OQ. SAMPLE DAILY RCTrmY LOC&INCIDENT REPORT O •fie 3OrA,9� d. ss O O O j O 0 0 0 O G 0 O 0 C, O O ODesert Security Services March 2014 Page 19 O O — 65 ( ) Q. PATROL SERVICES } Desert Security Services(DSS)Patrol Services utilizes a"sector"approach. What this means is that, we have I ) taken the Coachella Valley and broken it up into sectors.This enables the Patrol Supervisor in that sector to only focus on the clientele within his/bers sector. This produces a more efficient patrol service, which directly .--� correlates into quicker response times and a better understanding of the issues that are common place within that l sector. J In evaluating the requirements of your RFP,we conducted an on-site patrol of the Desert Fashion Plaza parking } structure and determined that a thorough patrol of the site would require approximately 25-30 minutes. 0, U U O C} O �3 �J V V �+ `l f001 �% 0 Desert Security Services Much 2014 Page 20 0 0 66 .J SECTION D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Local Preference 0 0 0 0 Dmce Security Services March 2014 page 21 67 c� 0 DI. PROOF OF LOCAL REFERENCE O U City of Palm Desert O CERTIEICAFE O • rmammmr 11 ] F iILL B O C E£ "¢YAZTr VI.^Pa Iti ItN JSi ' O re ax s snvlcu I 1 © 0 ® D2. DESERT SECURITY TEAM DTEMBERS • IASON IACASON—GENERAL MAMA 0 Will facilitate the contract process on behalf of Desert Security Services,and will lead the Transition O Team. 0 . ALE% GAACNI—CORPORATE OPERATIONS MANACER OWit]assist GN4 during the contract process and will coordinate all members of the Transition Team. 0 . RICHARD BRADFORD—COACBELLA VALLEY OPERATIONS MANAGER © .• Will he responsible for all staff scheduling and the tracking of all billable hours. Q . DENISA PRILLIPS—CORPORATE HUMAN RESOURCE MANAGER : Will facilitate all personnel issues,including but not limited to the interviewing,background checks, drug screens and hiring of necessary personncl. 0 . BOB MUSICA—CORPORATE TRAINING SUPERVISOR Q Will be responsible for developing all Post Orders,and training syllabuses for all sites.Additionally 0 he will schedule all personnel for pre-deployment training,as well as their on-site training. 0 . TONY BAUTISTA—SENIOR MD SUPERVISOR 0 Will assist in all aspects of training and staff supervision,and will support the needs of the Transition 0 'ream. . CIES CASTILLON—SENIOR FIELD SUPERVISOR Will assist in all aspects of training and staff supervision,and will support the needs of the Trarishion 0 Tearn. 0 0 w 0 oS5 0 0 Desert Security Services March 2014 Page22 0 68 V l COST PROPOSAL till :Fi#Th j Y 0 - f '�•,l v:4 0 0 o ' Desert Security Services 0 41=921 Beacon Hill, Suite 8 0 Palm Desert, California 92211 n (760) 775-0200 n O 69 J F �IFORNIR� r, City of Palm Springs Request for Proposal Unarmed Security Services Issue date: February 27,2014 Closing location: MAIL/COURIER/BY HAND City of palm Springs Procurement and Contracting Office 3200 E.Tahquitz Canyon Way Palm Springs,California 92262 Attention: Leigh Gileno,Procurement Specialist If Closing date and time: Three complete hard copies to be received before 3:00 PM Pacific Time on April 1,2014 Contact persons: Leigh Gileno,Procurement Specialist II (760)322-8373 Deaert security seMcea-March 2014 2 70 i I I� SECTION E G Cost Proposal De"A Security Services-March 2014 3 71 El. Cost Proposal ATTACHMENT"C" `THIS FORM MUST BE COMPLETED AND SUBMITTED IN A SEPERATELY SEALED ENVELOPE#2 "Cost Proposal',NOT with Envelope#1,Technical/Work Proposal") REQUEST FOR PROPOSAL(RFP#11-14) UNARMED UNIFORMED SECURITY GUARD SERVICES FOR VARIOUS CITY FACILITIES AND LOCATIONS C COST PROPOSAL Responding to Request for Proposal No. 11-14 for Un-armed Uniformed Security Services Guard Services for various city facilities and locations, I/WE will accept as full payment the following specified Itemized Unit Rates Per Hour based on actual hours of service provided for providing all labor, supervision, services, materials equipment, supplies, transportation, training, and any other miscellaneous items required to perform the un-armed uniformed security guard services. The undersigned Proposer proposes and agrees to provide all work and services necessary to deliver the un-armed uniformed security services as defined in the Scope of Work herein. Note that Hours are ESTIMATED and subject to change by the City. Rates Per Hour represent the amounts proposed to provide the services, and are NOT based upon the actual hourly rates paid to the contractors employees. Contractor is expected to follow all applicable Federal and State Employment laws, rules and regulations. Invoices shall �. be submitted to the City on a Monthly Basis for actual services rendered, not in advance or anticipation of services"to be rendered"and are payable by the City within 30 days. Train Station(including Train and Bus Services) Guard Hourly Rate: $16.70 Palm Springs Library Guard Hourly Rate: $16.70 C Downtown Parking Structure Guard Hourly Rate: $16.70 (Fortner)Desert Fashion Plaza Parking Structures Patrol Daily Rate: $45.00 Posted Unarmed Uniformed Security Guard Services for Public or Private Property C,i Guard Hourly Rate: $16.70 Patrol Un-armed Uniformed Security Guard Services for Public or Private Property Patrol Hourly Rate: $16.70 Desert Security cervices-March 2014 4 72 PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three(3)years of the Agreement term, the proposed amount shall not exceed the hourly/weekly rates. PRICE ADJUSTMENT: The contract price will be adjusted annually on the anniversary date in t_ Option year 4 and Option year 5 if exercised. The payment adjustment will be adjusted upward or downward by the same percentage increase or decrease, occurring during the previous twelve months, in the consumer price index for all urban consumers (CPI-U) for the LA/Riverside/Orange County(published by the Bureau of Labor Statistics, U.S. Department of Labor),or applying a similar index if the CPI-U is not published or available. NOTE: This Pane MUST be manually signed. C Certified by: Desert Securitv Services Firm N 1 _.. Si nature�e Author ed Person C- .�eson Jackson Printed Name General Manasaler Title March 26, 2014 Date desert Security Services-March 2014 5 73 F-1 The above rates are ALL INCLUSIVE.There are no additional or optional charges. AU Bill rates include the following: i • Recruitment,background screening and all hiring costs. • Drug Screening Employee wages,payroll taxes and insurance. e Employee recognition program. Complete uniforms for each season,including replacements as needed. • Paid on the job(OM training. • Post specific"Advanced"training. Computer based Post Orders. • Monthly service reviews with General Manager r, 24/7/365 LOCAL Dispatch Center $10.000,000 General Liability Insurance $250.000 Employee Crime and Dishonesty Bond i �• OVERTURE/HOLIDAY BATE WILL WhT FOR THE FOLLOWING ROLDIAYS(16,OB Nuffl Bocraara): New Year's Day r Independence Day Martin Luther King jr.Day 'r Labor Day Presidents Day Veterans Day r Easter i Thanksgiving Day Memorial Day Y Christmas Day ADDITIONAL PERSONNEL: Premium rate will be billed for the first twenty-four(24)hours of a non-routine significant incident,such as mass casualty,catastrophic event,or a natural disaster.After the initial twenty-four(24)hours,hours thereafter will be �. billed at the regular rate unless agreed upon by both parties. RATES f11CLDSIVE The abaye hourly rates are inclusive Desert Security Services is fully licensed by the State of California Bureau of Security&Investigative Services. Desert Security Services carries and maintains all statutory required insurance coverage's including Workers Compensation Insurance, Unemployment and Disability Insurance.In addition to the statutory requirements,we maintain $1/10,000,000.00 in General Commercial Liability, Bodily Injury, Property Damage, Fire Liability, Personal Injury,Medical Insurance and Errors&Omissions Insurance.Further,Desert Security Services maintains $1/5,000,000.00 in commercial automobile insurance coverage, as well as $250,000.00 Crime/Dishonest Employee Insurance Policycoverage on each and every employee. The rates offered and quoted in this proposal are for the sole purpose of establishing a continuous contractual Service Agreement with the CITY OF PALM SPRINGS.This proposal allows for any changes in any Federal,State, local or municipal legislation, administrative rulings, minimum wage regulations, collective bargaining agreements, etc.,will effect and/or change proposed work hours,pay rates, working conditions or the cost of performing the terms of this proposed Service Agreement. Should State or Federal regulations mandate a minimum wage increase,the above per hour costs will be automatically increased by the amount of the mandated per hour wage increase,plus associated taxes,insurance,&payroll costs. COSY PROPOSAL AND ABILITY TO PERFORIN THE WORK WITHIN BUDGET DESERT SERVICES INC./DESERT SECURITY SERVICES is a highly successful multi-million dollar company. DSS has an excellent credit rating,is fully capitalized,and has acquired suhstantial assets over the years.DSS is 100% faoafly owned and mandaed with NIL debt of any kind. Desert Securhy Services-march 2014 6 74 EXHIBIT "D" SCHEDULE OF COMPENSATION COST PROPOSAL Responding to Request for Proposal No. 11-14 for Un-armed Uniformed Security Services Guard Services for various city facilities and locations, 1/WE will accept as full payment the following specified Itemized Unit Rates Per Hour based on actual hours of service provided for providing all labor, supervision, services, materials equipment, su lies,transportation, training, and an other miscellaneous items required to perform the un-armed PP P g Y 9 uniformed security guard services. The undersigned Proposer proposes and agrees to provide all work and services necessary to deliver the un-armed uniformed security services as defined in the Scope of Work herein. Note that Hours are ESTIMATED and subject to change by the City. Rates Per Hour represent the amounts proposed to provide the services, and are NOT based upon the actual hourly rates paid to the contractor's employees. Contractor is expected to follow all applicable Federal and State Employment laws, rules and regulations. Invoices shall be submitted to the City on a Monthly Basis for actual services rendered, not in advance or anticipation of services "to be rendered" and are payable by the City within 30 days. Train Station (including Train and Bus Services) Guard Hourly Rate: $16.70 Palm Springs Library Guard Hourly Rate: $16.70 Downtown Parking Structure Guard Hourly Rate: $16.70 (Former) Desert Fashion Plaza Parking Structures Patrol Daily Rate: $45.00 Posted Un-armed Uniformed Security Guard Services for Public or Private Property Guard Hourly Rate: $16.70 Patrol Un-armed Uniformed Security Guard Services for Public or Private Property Patrol Hourly Rate: $16.70 PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the proposed amount shall not exceed the hourly/ weekly rates. PRICE ADJUSTMENT: The contract price will be adjusted annually on the anniversary date in Option year 4 and Option year 5 if exercised. The payment adjustment will be adjusted upward or downward by the same percentage increase or decrease, occurring during the previous twelve months, in the consumer price index for all urban consumers(CPI-U) for the LA/Riverside/Orange County (published by the Bureau of Labor Statistics, U.S. Department of Labor), or applying a similar index if the CPI-U is not published or available. 72 75 EXHIBIT"E" SCHEDULE OF PERFORMANCE Schedule of Performance at the Train Station— Guard Service: Amtrak Train Operations Contractor shall provide guard services in conjunction with Amtrak's arrival schedule at the station. Security guard coverage begins thirty (30) minutes prior to the train's scheduled or anticipated actual arrival and ends 15 minutes after its departure from the facility. It is the Contractor's responsibility to contact Amtrak Dispatch to ascertain the actual arrival time of the train. **Sunset Limited Route: Arrival Time East Bound—Wed., Fri., Mon. 2:02AM West Bound —Mon., Thur., Sat. 12:36AM Bus Operations Contractor shall provide guard services in conjunction with the bus arrival schedule at the station beginning 30 minutes prior to the scheduled or actual anticipated bus arrival and ends 15 minutes after its departure from the facility. The current daily bus schedule is as follows unless otherwise specified. Schedules are seven days per week: **Greyhound Bus Schedule: 9:30 a.m. West Bound 11:30 a.m. East Bound 12:50 p.m. West Bound 3:30 p.m. East Bound 5,15 p.m. West Bound 9:55 p.m. East Bound City shall notify contractor of any changes to the bus schedule, of which it has received notice from the operator. This schedule shall be considered amended as to the bus schedule upon the City's notice of schedule change to contractor. ** It is the contractor's responsibility to contact Greyhound or Amtrak Dispatch to ascertain the dates and times of actual bus/train arrival. Schedule of Performance at the Palm Springs Public Library— Guard Service: Contractor shall provide all services for the City of Palm Springs Library located at 300 South Sunrise Way according to posts orders below. Services at the Library shall be provided under the following schedule: Monday 10:15 am to 6:15 pm (7 hrs); Tuesday 11:15 am to 8:15 pm (8 hrs); Wednesday 11:15 am to 8:15 pm (8 hrs); Thursday 11:15 am to 6:15 pm (6 hrs); 73 76 Friday 10:15 am to 5:15 pm (6 hrs); Saturday 11.15 am to 5:15 pm (5 hrs), Sunday (library closed-0 hrs). Days and hours of Library operation are subject to change. A one hour lunch break is allowed for in the daily schedule. A Daily Activity Report must be submitted for all working days. This report is to be provided on a mutually agreed upon day between the contractor and contract administrator. Schedule of Performance at the Downtown Parking Structure — Guard Service: Contractor shall provide all services for the City of Palm Springs Downtown Parking Structure which is located at the north-west corner of Baristo Road and Indian Canyon Drive according to posts orders below. A Daily Activity Report must be submitted for all working days. Services at the Downtown Parking Structure shall be Thursday through Saturday 9:00 pm to 2:30 am (5.5 hrs per day). Additional hours may be required on an as needed basis. Schedule of Performance at the (Former) Desert Fashion Plaza Parking Structures— Patrol Service: Contractor shall provide patrol services for the City of Palm Springs surface parking lot and parking structure located at the northeast corner of Tahquitz Canyon Way and Museum Way, currently the downtown development site, former Desert Fashion Plaza Mall according to posts orders below. Patrol coverage will be provided seven days a week, 52 weeks per year and will consist of five (5) patrol checks per day, from dusk to dawn. Specific times of patrol should be random so not to create a predictable pattern. 74 77