Loading...
HomeMy WebLinkAbout2024-10-08 - AGENDA REPORTS - PARKS FACILITIES SECURITY CONTRO CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR Agenda Item: 6 CITY MANAGER APPROVAL: DATE: October 8, 2024 SUBJECT: SECURITY SERVICES CONTRACT FOR CITY PARKS AND FACILITIES DEPARTMENT: Neighborhood Services PRESENTER: Amber Rodriguez RECOMMENDED ACTION City Council: 1. Award a two-year contract to Good Guard Security, Inc., to provide security services for the City of Santa Clarita parks and facilities in the amount of $1,910,551, and authorize a contingency in the amount of $191,055, for a total contract amount not to exceed $2,101,606. 2. Authorize the City Manager or designee to execute up to three additional one-year renewal options beginning in year three, not to exceed the annual contract amount inclusive of contingency, plus an adjustment consistent with the appropriate Consumer Price Index upon request of the contractor, and contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. 3. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita (City) contracts unarmed security guard services for various City parks, facilities, and events. The presence of an appropriately uniformed security guard is expected to serve as a visible deterrent, reduce the threat of injury to the public, and prevent damage, vandalism, and loss of property within the parameters of each service location. The security service provided for 38 City parks involve: • Daily locking of all outside restrooms and buildings. • Inspecting daily all doors and windows. • Providing weekly written reports to the Facilities representatives. Page 1 Packet Pg. 57 O Moreover, guards will be responsible for responding to any alarms activated at park sites. The security services provided for the City's Metrolink stations and the Old Town Newhall parking structure will involve monitoring heavily trafficked locations, restroom facilities, bicycle lockers, parking lots, stairwells, ledges, elevators, and immediate property surrounding these areas. General duties will include: • Responding to disturbances. • Reporting and investigating unusual activity. • Providing traffic control when necessary. The City conducted a Request for Proposal (RFP) to solicit proposals from qualified firms to provide security services at City facilities and parks. The RFP was published and circulated via the City's e-procurement system, BidNet, on August 1, 2024. The City transmitted the solicitation to 1,852 vendors on BidNet, of which 224 vendors downloaded the RFP. Twenty companies submitted proposals for consideration. These proposals were reviewed and evaluated based on each company's ability to meet the City's specific security needs. Further, the RFP incorporated a multiple -criterion scoring process to ensure that the recommended contractor understood the scope of work, would dedicate an adequate number of employees to the contract, and was capable of meeting the City's varied security demands. An evaluation panel comprised of staff from the Facilities Maintenance Division scored the responses using the following categories of weighted criteria: • Proposer qualifications. • Experience with similar services. • Staff and equipment resources. • The thoroughness of the proposal, approach to providing sound services, and ability to provide services to meet objectives and standards. • Cost of services provided. The evaluation team scored the responses based on a multi -criterion point system, with the results outlined below: Company Location Score Good Guard Security, Inc. Chatsworth, CA 90 Absolute International Security Irwindale, CA 85 American Global Security, Inc. Chatsworth, CA 83 Aventus Security LLC Chatsworth, CA 78 Select Patrol Agency, Inc. Pasadena, CA 76 American Guard Services, Inc. Gardena, CA 74 Yosh Enterprises, Inc. San Jose, CA 71 A&A Security Group Chatsworth, CA 70 Platinum Security, Inc. Los Angeles, CA 65 Page 2 Packet Pg. 58 O Company Location Score Golden West Security Pacoima, CA 65 Quest National Security Agoura Hills, CA 57 Crew Protection Enterprises, Inc. Santa Clarita, CA 52 Security Services Northwest, Inc. Sequim, WA 51 Adriot Private Security, Inc. Valencia, CA 45 Contact Security, Inc. Brea, CA 44 Elite Guard Security Services Irvine, CA 40 Alpha Eagle Security Consultants, Inc. Roseville, CA 39 M'Ent Group Glendale, CA 38 All Time Guards Irvine, CA 18 Allite Patrol and Security Reseda, CA 10 In reviewing proposals, the evaluation team awarded the highest score to Good Guard Security, Inc. (Good Guard Security). The team determined that Good Guard Security's proposal offered the best overall value to meet the City's expectations and precisely dictated how they would use technology, enhanced communication methods, and expert security measures to service all of the City's locations and events. The Good Guard Security annual contract amount represents a two percent decrease compared to the City's previous security services contract. Staff completed a due diligence review of Good Guard Security's professional references and determined that its work history meets the City's standards and performance expectations. Based on the above, staff recommends awarding the contract to Good Guard Security. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Adequate funds in the amount of $1,050,803 are available in Expenditure accounts 1003600- 516101 and 1007405-516101 (General Fund), 3507313-516101 (Golden Valley Open Space Maintenance District Fund), 3577312-516101 (Landscape Maintenance District), 3677307, 3677403, 3677406, 3677408, and 3677411-516101 (Areawide Fund), and 700-7407-516101 (Transit Fund) to support the parks and facilities security services contract. Funds commencing FY 2025-2026 will be contingent upon appropriations of funds by the City Council during the annual budget process. ATTACHMENTS FM-24-25-04 Security Contract RFP (available in the City Clerk's Reading File) Good Guard Proposal (available in the City Clerk's Reading File) Page 3 Packet Pg. 59 � f Ir' It 11�1 r. 1i►;�11�� � �.: �i sisJ���lla lll�r m ...wr. +e _ �R 6" 00 gp.NT� •1 fiy h�4 m h ADO �� bECESJ�8�4 W71 1 Security Contract PROPOSAL # FM-24-25-04 TABLE OF CONTENTS PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California SECTION A NOTICE INVITING PROPOSALS PROPOSAL INSTRUCTIONS DOCUMENT CHECKLIST SECTION B SCOPE OF WORK RESPONSE FORMAT AND SELECTION CRITERIA SECTION C NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS REFERENCES ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK CITY OF SANTA CLARITA DISCLOSURE STATEMENT SECTION D SAMPLE PROFESSIONAL SERVICES AGREEMENT — STANDARD SUBCONTRACTOR CLAUSES SECTION E PRICE SCHEDULE SECTION A RFP Information & Instructions CITY OF SANTA CLARITA REQUEST FOR PROPOSALS Project Name: Security Contract Proposal #: FM-24-25-04 Dates Published: August 1, 2024 Pre -Proposal Meeting: August 13, 2024 at 11:00 AM (PT) Last Day for Questions: August 19, 2024 before 11:00 AM (PT) Proposal Closing: August 30, 2024 before 11:00 AM (PT) License(s) Required: Private Patrol Operator's License Project Description: The City of Santa Clarita is seeking unarmed security guard services for various City facilities and events. Proposers must be able to provide all services and meet all requirements as set forth in this solicitation. It is expected that the presence of an appropriately uniformed security guard will serve as a visible deterrent and reduce the threat of injury to the public and to prevent damage and loss of property within the parameters of each service location. Specific requirements of each facility demand appropriate staffing and patrol techniques to accomplish these goals. Bond Requirements: No Contact Information: Jaclyn Abston I jabston@santa-clarita.com Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120. RFP Questions must be submitted electronically via the BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda are not signed and submitted with the proposal response, the submission may be deemed non- responsive and rejected. PROPOSAL INSTRUCTIONS PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California 1. SUBMITTING PROPOSALS. 1.1. The response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet). 1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be submitted to support the total proposed price. 1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be responsible for proposals not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. This information will be available via BidNet. Vendors are cautioned against relying on verbal information in the preparation of proposal responses. All official information and guidance will be provided as part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the proposal. If addenda are not signed and submitted with the proposal response, the proposal may be deemed non -responsive and rejected. 3. AWARDS. 3.1. The City reserves the right to waive any informality in any proposal. 3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the preparation of the proposal. The City reserves the right to accept or reject all proposals received as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part or in its entirety. The City may require the selected consultant to participate in negotiations and to submit such technical, price, or other revisions of the proposal as may result from negotiations. The City reserves the right to extend the time allotted for the proposal, and to request a best and final offer, should it be in its best interest to do so. 3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to award elements of the work, independently, and to do portions "in-house." Additionally, the City reserves the right to award subsequent work on this project based on information presented in this proposal, without recourse to a separate or subsequent RFP process, should it be in its best interest to do so. 3.4. The City may make an award based on partial items unless the proposal submitted is marked "All or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The list of proposals submitted will be posted on BidNet, normally within 24 hours. 4. BONDS. 4.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of service for service projects, to guarantee that proposers will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. 4.2. Likewise, when deemed necessary, a Performance Bond and/or Material and Labor bonds may be required of the successful vendor when stated in the specification. 4.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR" and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be considered responsive. 5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the solicitation document does not restrict vendors to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supersede any other specifications or requirements cited. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product please provide the cut sheet/spec sheet or detailed product description for the proposed product via the BidNet Q&A section. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of "equal" products specified in the solicitation. The proposal must also clearly identify the item by brand name (if any), and make/model number. In addition, the proposal may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City, and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Staff will provide an answer via BidNet if the proposed product will be considered. 5.3. Any alternatives or equivalent product proposals must be made prior to the last day for questions. The City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 6. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this solicitation with the agreement of the successful vendors) and the City. The lack of exception to this clause in vendor's response will be considered agreement. However, the City is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 7. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order. 8. INVOICES. Invoices will be forwarded to: City of Santa Clarita NS - Facilities Maintenance Attn: Nelson Vasquez 23920 Valencia Blvd. Ste. 295 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or subcontractor/subconsultant may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for proposal purposes only under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 10. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General Attachments Section. 10.1. For hard copy submissions, proposals must be typed or written in black ink except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the proposal. In compliance with Resolution 93-9, all hard copy proposals and attachments must be submitted double -sided on recycled paper. 11. REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in any proposal. The City may reject the proposal of any vendor who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 12. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the award anniversary. The final adjusted amount will be determined by Purchasing staff. If a price adjustment is not requested prior to the award anniversary date, the previous year's rates will apply. Proposer shall honor proposal prices for One -Hundred and Twenty Days (120 days) or for the stated contract period, whichever is longer. 13. LITIGATION WARRANTY. The bidding vendor, by bidding, warrants that the vendor is not currently involved in litigation or arbitration concerning the vendor's performance concerning the same or similar service to be supplied pursuant to this RFP and that no judgments or awards have been made against bidding vendor on the basis of vendor's performance in supplying the same or similar service, unless such fact is disclosed to the City in the responding proposal. Disclosure may not disqualify the bidding vendor. The City reserves the right to evaluate proposals on the basis of the facts surrounding such litigation or arbitration and to require the selected vendor to furnish the City with a surety bond executed by a surety company authorized to do business in the State of California and approved by the City of Santa Clarita in a sum equal to one hundred percent (100%) of the contract price conditional on the faithful performance by selected vendor of the contract in the event the contract is awarded to selected vendor, notwithstanding the litigation or arbitration. 14. BEST AND FINAL OFFER. The City may request Best and Final offers based upon improved understanding of the offers or changed Scope of Work. Based on the initial proposals, the pre - proposal meeting, and Best and Final offers, if requested, the panel will select the proposal which best fulfills the requirements and is the best value to the City. The City will negotiate with that seller to determine final pricing, and contract form. Because this proposal is negotiable, all pricing data will remain confidential until after award is made, and there will be no public opening and reading of Proposals. Overall responsiveness to the Request for Proposals is an important factor in the evaluation process. 15. CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public Contract Code Section 3300, the successful vendor shall submit proof of a Private Patrol Operator with proposal response. Failure to possess the specified license shall render the proposal as non- responsive and shall act as a bar to award the contract to any proposer not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. 16. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. Each proposer must submit with their proposal the following: • The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. • The address of each firm. • The telephone number at the place of business. • Work to be performed by each subcontracting firm. • Total approximate dollar amount of each subcontract. Copies of subcontracts will be provided to the City Engineer upon their request. 17. TERMINATION. The City may terminate any purchase, service or contract with or without cause either verbally or in writing at any time without penalty. The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet. DOCUMENTS CHECKLIST PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. The following documents must be provided by ALL proposers: Uploaded via BidNet (see Section C) ❑ Response File ❑ Cost File (to be submitted separately from Response File) ❑ Notice to Proposers Regarding Contractual Requirements ❑ Designation of Subcontractors/Subconsultants ❑ References ❑ Acknowledgement and Acceptance of Scope of Work ❑ City of Santa Clarita Disclosure Statement ❑ Price Schedule ❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Nelson Vasquez ❑ Professional Services Agreement ❑ Insurance Required by Contract ❑ W-9 Form SECTION B Solicitation Information SCOPE OF WORK PROPOSAL # FM-24-25-04 Security Contract City of Santa Clorito, California EVENT DATE Solicitation advertisement August 1, 2024 Pre -Proposal Meeting August 13, 2024 Last day for questions August 19, 2024 Return of proposals August 30, 2024 Evaluations of proposals September 3 - 6, 2024 Contract award September 24, 2024 *Dates are subject to change at the City's discretion* 1. GENERAL SPECIFICATIONS -The City of Santa Clarita is seeking unarmed security guard services for various City facilities and events. Proposers must be able to provide all services and meet all requirements as set forth in this solicitation. It is expected that the presence of an appropriately uniformed security guard will serve as a visible deterrent and reduce the threat of injury to the public and to prevent damage and loss of property within the parameters of each service location. Specific requirements of each facility demand appropriate staffing and patrol techniques to accomplish these goals. 2. PRE -PROPOSAL MEETING There will be a non -mandatory, pre -proposal meeting taking place on August 13, 2024, at 11:00 AM PT via Zoom. The Zoom meeting information is as follows: Join Zoom Meeting: https://santaclarita.zoom.us/m/82113658045 Meeting ID: 8211365 8045 Passcode: 837283 3. CONTRACT - The contractor will be required to execute a contract with the City, as well as meet insurance requirements as indicated by the City. The awarded vendor will be required to provide certificates of insurance and endorsements as specified in the contract. 4. RESOURCES - 4.1. Services - Contractor agrees to provide all services requested, and shall have sufficient resources available to provide service to any location within the City of Santa Clarita. 4.2. Contractor shall have sufficient resources to provide guard service at multiple locations simultaneously, to ensure adequate coverage is available as needed for watch and meal relief, and to provide additional guard service as may be requested from time to time for special event security, vehicle patrols, or as may otherwise be required per this solicitation. 4.3. Staff - Contractor must use their own employees. No subcontractors or independent contractors are to be used unless previously authorized by City staff. 4.4. Security Vehicles -Contractor shall have adequate vehicles as required for all service. 4.4.1. When Contractor's vehicles are in use they must display the company's logo, and the logo shall be readable from a distance of 50 feet. 4.4.2. No personal vehicles without adequate marking as noted above will be allowed. 4.5. Communication - Contractor shall provide to each security guard with any City assignment, a method of communication, such as: radios, cell phones, etc. Phones will NOT be provided by the City and any guard without a company issued communication device will be considered "unprepared for work" and will be released by staff. The contractor will be responsible for an immediate replacement guard. The City will not be liable for additional costs due to "unprepared" contractor staff. Proposer must indicate, in writing, their method of communication for guard staff with the aroaosal response. 4.6. Electronic Patrol Equipment- 4.6.1. The Contractor shall provide a complete electronic guard security personnel monitoring system which is able to track and monitor security personnel in real time indoors, and outdoors. It must combine GPS and RFID functionality, enabling security personnel to scan interior and exterior checkpoint tags, as well as facilitate real time location reports. 4.6.2. This electronic system must be able to provide reports with the use of a wand ID, the security guard identification, missed checkpoints or ones that have been over checked, types of incidents (i.e., doors left unlocked, suspicious activity, etc.) and a security patrol summary. 4.6.3. Substitutions may be proposed and will be evaluated as to whether they meet the Agency's requirements. 4.6.4. Contractor must describe the proposed electronic guard monitoring system that provides reports that document patrols, confirms that guards are performing as expected and gives the Agency the documentation and accountability that helps your firm meet compliance standards and other requirements. 4.6.5. Information shall be accessible for the City to review at the end of each shift and sent to the City contract coordinator weekly. Any and all reports prepared during the term of this contract shall become the property of the City. 4.6.6. It is the Contractors responsibility to replace missing or damaged checkpoint tags at no cost to the City. 5. SUPPORT- 5.1. The contractor will be required to assign no more than a three -person team as a dedicated point of contact for the City of Santa Clarita to ensure consistent and complete customer service. Proposer must indicate, in writing, proposed team contacts with the proposal response 5.2. Alarm Response/Emergency Service Requests - The contractor must respond to requests for emergency service within 20 minutes and shall be able to provide additional 24-hour per day, seven day a week service within four (4) hours of any such request if needed due an emergency. 5.3. Replacement of Assigned Guards -If the City determines any employee is not qualified to perform the assigned work, not suitable for the assigned location, found guilty of improper conduct, or not performing to these contract specifications, the City may require the immediate replacement of any such employee. 5.3.1. The following conditions that may require replacement include, but are not limited to: 5.3.1.1. Sleeping on assignment 5.3.1.2. Bringing children or others not on duty to a City assignment 5.3.1.3. Tardiness 5.3.1.4. No shows 5.3.1.5. Absence form post during shift 5.3.1.6. Inability or failure to represent the City or assist a citizen 5.3.1.7. Usage of personal phone while on duty 5.3.1.8. Not in uniform 5.3.1.9. Uniform not presentable 5.3.1.10. Use of narcotics/drugs during shift 5.4. Reports - The contractor will be required to supply reports, upon request by City staff, a sample of which the contractor must include with this RFP as part of their response file. The report should include, but is not limited to, the following items: 5.4.1. log with arrival, breaks and leaving from assigned duty 5.4.2. precise reports of "abnormal" activities/interactions 5.4.3. any citizen or public concerns reported 5.4.4. Metro Stations, park or other City building conditions 5.5. Safety issues 5.5.1. Alarm/Emergency/Accident/Incident Reporting: 5.5.1.1. Notify the security Supervisor. 5.5.1.2. All guards will be REQUIRED to complete a separate accident or incident report and submit it to the designated City representative. 5.5.1.3. If appropriate, notify the police, paramedics, or other authorities and obtain a copy of their report and submit a legible copy, with the incident report, to the Facilities Supervisor. 6. ADDITIONAL REQUIREMENTS - 6.1. Changes: All changes to routine service hours shall be requested by the City in writing. Such requests shall be provided to contractor a minimum of 3 business days in advance. Contractor shall be paid for only those hours in which guard service is actually performed and as specifically requested by the City. When City Staff request continuation of hours/time 'on post', the approval can be received by phone. Contact the City's facilities representative for these instances. 6.2. Training: Upon award of contract, Contractor shall meet with the City to determine the minimum level and type of training required for each service location. Guards will be required to learn and perform the site -specific procedures, which will vary from one location to another, including Metropolitan Transportation Authority (MTA) training. 6.3. Minimum Requirements for Guards: The City reserves the right to approve the placement and/or selection of guards for certain positions. All guards must present a professional appearance and demeanor. Certain positions entail a higher level of contact with the general public. 6.4. Physical Requirements: All guards posted at City facilities must be in good physical condition and capable of performing all required duties and responding to emergency situations. Routine activities typically include foot patrol, climbing stairs, and accessing roof areas through roof panels and climbing ladders. Observation duties require good vision and hearing. Guards must be able to lift 50 Ibs minimum. 6.5. Uniforms: Uniforms are required. Uniform shall include shirt, pants, badge,jacket, and shoes. Company logo shall be visible at all times. At City's discretion, appropriate uniforms may vary according to job site. 6.6. Supervision and Key Personnel: Contractor shall provide adequate supervision to ensure all work required is performed in accordance with these specifications. Contractor shall provide the City's designated facilities representative with a list of responsible personnel who may be contacted by the City on a 24-hour per day and 7-day per week basis, in the event of an emergency or to respond to requests for additional services. The Contractor will update this list as changes occur. 6.7. Keys: In the event of a lost or stolen key/fob, the contractor will be responsible for reimbursing the City for all costs, including rekeying all locks as required, and the replacement of all keys/fobs. 6.8. Billing: Invoices shall be sent no more than 15 days after security service work has been complete 6.9. Electronic Patrol Equipment 6.9.1.1. The Contractor shall provide a complete electronic guard security personnel monitoring system which is able to track and monitor security personnel in real time indoors, and outdoors. It must combine GPS and RFID functionality, enabling security personnel to scan interior and exterior checkpoint tags, as well as facilitate real time location reports. 6.9.1.2. Guards are required to make scheduled rounds every hour, including stopping at each checkpoint tag. 6.9.1.2.1. Report information shall be accessible for the City to review at the end of each shift and sent to the City contract coordinator 7.0.METROLINK STATIONS 7.0.1. Physical Area of Responsibility: The areas for which the security officer is responsible at the Metrolink Stations include the passenger platform areas, restroom facilities, bicycle lockers, parking lots, roadways and immediate property surrounding these areas. The areas for which the security officer is responsible for the parking structure include stair wells, ledges, openings, elevator, bicycle lockers, parking lots and immediate property surrounding these areas. 7.2.2. General Duties: Security Guards must be visible to the public at all times. While buses and/or trains are in the station, the Security Guard will be out on the platform area and patrolling bus/ train loading areas. Special attention should be directed to the tracks to advise passengers to stay away from the train tracks and out of path of travel for the buses. because the first responsibility of a security guard on post is to ensure the safety, and orderly use of the mass transit services (buses, trains), by the commuters, extra guards may be required to watch other portions of a facility site 'out -of -view' of a single, otherwise occupied guard. Security for the Metrolinks involve providing helpful information, instructions on how to purchase tickets and direction to Metrolink visitors and commuters. 7.2.3. Disturbances: Any disturbance will be must be approached with cation, and, if needed, reported to the Sheriff's Department. Theft, vandalism, and any other criminal activity must be reported immediately to the Neighborhood Facilities Supervisor. The City will provide the security services company a prioritized contact list, to be available at each guard post. Record all observed activities on send via email or guard monitoring system. 7.2.4. Routine Patrol: During routine patrol of the facility, and while buses are on site and while commuters are waiting for the arrival of trains or buses, the guard shall observe and report any unusual activities or incidents on a "Field Incident Report." After the buses and/or trains have left the station, the Security Guard must also conduct a walk- through of the facility and parking lot, making written notes of potentially hazardous conditions, landscape and maintenance needs, etc., and submit them through electronic portal or/and email them to the address provided. **All areas of a post responsibility must be observable and reportable at all times. The Saugus Metrolink Train Station requires additional security staff to patrol non -platform areas (lower sections, parking lots) during times when trains are arriving and departing during peak periods. ** The guard must have coverage when taking lunch or scheduled breaks. 7.2.5. Traffic Control: Only official vehicles are allowed to park on the bus platform area. Vehicles authorized to park include marked City of Santa Clarita fleet vehicles, Santa Clarita Transit buses, other marked Santa Clarita Transit vehicles, taxicabs, and vehicles displaying disabled placards. In the event there is good reason for any other vehicle to park on the platform, the guard shall request the driver provide photo identification and make note of the vehicle license number in the daily log 7.2.6. Public Safety: Watch for potential accidents or unsafe conditions. Any unsafe condition found should be addressed and / or barricaded and reported immediately to the Facilities Supervisor. Keep people off the railroad tracks and behind the yellow safety line except when boarding the train. Watch for patrons and vendors creating potential safety hazards and advise them that they should cease the activity. 7.2.7. Reporting: Security firm is responsible for all written daily activity reports ("diary"), and incident reports related to criminal activity, hazardous conditions, citizen reports, specific incidents, etc. ("Field Incident Report"} Security firm will provide copies of Field Incident Reports to the Facilities Supervisor on the following workday basis, by emailing to the address provided. 7.2.8. Electronic Patrol Eauipment: The Contractor shall provide a complete electronic guard security personnel monitoring system which is able to track and monitor security personnel in real time indoors, and outdoors. It must combine GPS and RFID functionality, enabling security personnel to scan interior and exterior checkpoint tags, as well as facilitate real time location reports. Make scheduled rounds every hour, including stopping at each checkpoint tag placed in up to 5 various locations around the Metrolinks and Parking Structure. Report information shall be accessible for the City to review at the end of each shift and sent to the City contract coordinator weekly. 7.2.9. Other Duties: Hourly inspection of restrooms. Contact the Facilities Supervisor if attention is required to clean or remove graffiti. The Security Guard will be responsible for reporting all non -working conditions to the Facilities Maintenance Team, both by phone to the voicemail number provided, and in writing to emailed to the address provided. Security firm may be required to pick up and dispose of litter and debris that impedes public use of the premises. 7.2.10. Hours for Each Location: The following hours are for use at the inception of this agreement, do not guarantee the actual hours of service that may be required throughout the full term of this agreement. It is likely that the hours identified below will be reduced due to the current economic uncertainty. The City will notify the Contractor of any changes/reductions to the contract. 7.2.10.1. METROLINK STATIONS / TRANSFER STATIONS: Santa Clarita Metrolink Station 22122 Soledad Canyon Rd Santa Clarita, CA 91350 Monday -Friday 4:30 AM to 10:00 PM Saturday 6:30 AM Open & 7:30 PM Close Sunday 6:30 AM Open & 7:30 PM Close Via Princessa Metrolink Station 19201 Via Princessa Santa Clarita, CA Monday -Friday 4:30 AM to 10:00 PM Saturday 6:30 AM Open & 7:30 PM Close Sunday 6:30 AM Open & 7:30 PM Close Jan Heidt Metrolink Station 24300 Railroad Avenue Santa Clarita, CA 91321 Monday -Friday 4:30 AM to 10:00 PM Saturday 6:30 AM Open & 7:30 PM Close Sunday 6:30 AM Open & 7:30 PM Close Vista Canyon Metrolink Station/Transfer Station 27550 % Vista Canyon Rd. Santa Clarita, CA 91387 Monday -Friday 5:00 AM to 11:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 8:30 PM * McBean Bus Transfer Station 24550 Vista Canyon Blvd Santa Clarita, CA 91355 Monday -Friday 5:00 AM to 11:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 8:30 PM Vista Canyon Regional Transit Center 27550 Vista Canyon Blvd Santa Clarita, CA 91387 Monday -Friday 5:00 AM to 11:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 8:30 PM No guard service on Thanksgiving & Christmas day* *Other days and hours as required 7.1 ALARM RESPONSE FOR OTHER CITY OWNED BUILDINGS- 7.0.1. Contractor shall respond to all facility alarms within 20 minutes when notified by Alarm Services Dispatch. Contractor will give a written report, on the following workday of each incident, to the respective supervisor. If discovered that vandalism or a break-in has occurred, the contractor shall notify the respective supervisor immediately. Alarm responses will be from Monday through Friday after 5PM and all -day Saturday and Sunday. 7.0.1.1. CITY OWNED BUILDLINGS: Public Works Corporate Yard 25563 Ave Stanford Santa Clarita, CA 91355 SCVTV Channel 20 Studios 22505 14th Street Santa Clarita, CA 91321 Arts & Events Offices/Santa Clarita Business Incubator 22704 Nineth Street Santa Clarita, CA 91321 Transit Maintenance Facility 28283 Alta Vista Santa Clarita, Ca 91355 7.2 ARTS & EVENTS 7.2.1 Events* Concerts in the Park Dates Required Hours Friday, July 5 6:00 PM to 7:00 AM (13 hours) — 1 Guard Saturday, July 6 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, July 13 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, July 20 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, July 27 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, August 3 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, August 10 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, August 17 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, August 24 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Saturday, August 26 5:00 PM to 10:00 PM (6 hours) — 1 Supervisor 6:00 PM to 10:00 PM (4 hours) — 5 Guards Total Hours 196 Celebrate Dates Required Hours Friday, July 12 5:30 PM to 9:30 PM (4 hours) — 2 Guard Friday, August 9 5:30 PM to 9:30 PM (4 hours) — 2 Guard Friday, September 13 5:30 PM to 9:30 PM (4 hours) — 2 Guard Friday, April 11 5:30 PM to 9:30 PM (4 hours) — 2 Guard Friday, May 9 5:30 PM to 9:30 PM (4 hours) — 2 Guard Friday, June 13 5:30 PM to 9:30 PM (4 hours) — 2 Guard Total Hours 1 48 4th of July Fireworks Dates Required Hours Thursday, July 4 11:00 AM to 7:00 PM (8 hours) — 2 Guard Total Hours 16 Cowboy Festival Dates Required Hours Friday, April 11 Saturday, April 12 Friday 5:00 PM to Saturday 7:00 AM (14 hours) — 2 Guard Saturday, April 12 Sunday, April 13 Saturday 5:00 PM to Sunday 7:00 AM (14 hours) — 2 Guard Total Hours 1 56 Event #1 TBA Dates Required Hours Friday, October 4 Saturday, October 5 Friday 5:00 PM to Saturday 7:00 AM (14 hours) — 2 Guard Saturday, October 5 Sunday, October 6 Saturday 5:00 PM to Sunday 7:00 AM (14 hours) — 2 Guard Total Hours 1 56 *Dates are subject to change at the City's discretion 7.2.2 Eauipment: The City may (or may not) provide various supplies, small tools or other equipment for use by the guard while on duty at any particular assigned post. Equipment may include items such as a telephone, or camera, as well as any other supplies deemed necessary for a particular location. All equipment shall remain at the assigned location at the end of every shift. All equipment provided by the City for use by the guard shall remain the property of the City of Santa Clarita, and in the event of loss or damage to any City - owned equipment, the Security Service companyshall replace orcompensate Cityfor such losses. The City is not required to provide any equipment per the contract or these specifications. 7.2.3 Key Set: The City will provide a key set/fob for the guard to access all areas if needed during the shift. Under no circumstances, shall any building key leave the premises. Do not release keys to any person for any reason. 7.2.4 Electronic Patrol Eauioment: 7.2.4.1 The Contractor shall provide a complete electronic guard security personnel monitoring system which is able to track and monitor security personnel in real time indoors, and outdoors. It must combine GPS and RFID functionality, enabling security personnel to scan interior and exterior checkpoint tags, as well as facilitate real time location reports. 7.2.4.2 Make scheduled rounds every hour, including stopping at each checkpoint tag placed in up to 5 various locations around each library site. Report information shall be accessible for the City to review at the end of each shift and sent to the City contract coordinator weekly. 7.3 PARK FACILITIES 7.3.1 Contractor shall lock all outside restrooms and buildings after 10:00 p.m. and before 12:00 a.m. each day, inspecting all doors and windows at each park facility, securing them if found unlocked, and give a written report to the Parks Representative at the end of each week via email. 7.3.2 Contractor shall report any unlocked door or window in a written report, which is to be submitted to the Parks Representative at the end of each night via email. 7.3.3 Contractor shall lock each park facility after 10:00 p.m. but no later than 12:00 a.m. every weekday, all weekends and all holidays. 7.3.3.1 If any doors are found to be unlocked at locations with an alarm system, the security guard is required to check the entire building for intruders prior to locking the door and arming the alarm. Locations marked with (*) in locations list have an alarm system. 7.3.4 Under no circumstances shall the contractor allow anyone into the park facility buildings without permission from the Parks Representative. 7.3.5 Contractor shall respond to all facility alarms within 30 minutes when notified by Alarm Services Dispatch. Contractor will give a written report, on the following workday of each incident, to the respective supervisor- for park site incidents, to the Parks Representative. If discovered that vandalism or a break-in has occurred, the contractor shall notify the respective Parks Representative immediately. Alarm responses will be from Monday through Friday after 5:00 p.m. and all -day Saturday and Sunday. 7.3.6 Security guards will conduct themselves in a professional manner at all times. They are only present to secure the building and to report any theft or vandalism to the building supervisor. If any infraction of park rules is noted, they are only to inform the public and not to enforce these rules. The Sheriff's Department shall be contacted by the Security Guard if any park rules need enforcing. 7.3.7 See additional guard requirements for the Skate Park at the Santa Clarita Sport Complex in the locations list below: PARK NAME AMENITIES 1 Arboleda Trailhead Park Outside Restroom Building 25200 Via Princessa 91387 2 Begonias Lane Park Outside Restroom Building 14911 Begonias Lane 91387 3 Bouquet Canyon Park Outside Restroom Building 28127 Wellston Drive 91350 4 Bridgeport Park Outside Restroom Building 23521 Bridgeport Lane 91350 5 Canyon Country Community Center (CCCC) Community Center Building 18410 Sierra Highway Outside Restrooms 6 Canyon Country Park Outside Restroom Building 17615 West Soledad Canyon Road 91350 7 Central Park Sports & Maintenance Offices Park Division Office and Maintenance Shop 27150 Bouquet Canyon Road 91350 Sports Office and Outside Restroom Building Concession Stand and Outside Restroom Building Outside Restroom Building by dog park Outside Restroom by Basketball Courts 8 Chesebrough Park Outside Restroom Building 23505 Sunset Hills Drive 91354 9 CircleJ Ranch Park Outside Restroom Building 22651Via Princessa 91350 10 Copper Hill Park Outside Restroom Building 21380 Copper Hill Drive 91350 11 Creekview Park Outside Restroom Building 22220 Park Street 91321 12 The Cube — Ice and Entertainment Center Entertainment building 27745 Smyth Drive 91355 13 David March Park Outside Restroom Building 28310 North Via Joyce Drive 91350 14 Duane R. Harte Park at River Village Outside Restroom Building 26401 Riverrock Way 91350 15 Fair Oaks Park Outside Restroom Building 17468 Honey Maple Street 91387 16 Golden Valley Park Outside Restroom Building 27227 Five Knolls Drive 91351 17 Newhall Community Center Recreation Building 22421 Market Street 91325 The Community Center closes at 8:00 pm. City staff will lock the doors and set the alarm when leaving each night. 18 Newhall Park Sports and Aquatics Building 24923 Newhall Ave 91321 Gym/Outside Restroom Building Concession Stand and Restroom Building Park Maintenance Shop Recreation Building Office 19 Newhall Parking Structure Parking Structure 22551 91h Street 91321 20 North Oaks Park Aquatics Building 27824 North Camp Plenty Rd. Recreation Building Outside Restroom Building 21 Oak Spring Canyon Park Outside Restroom Building 28920 Oak Spring Canyon Road 91387 22 Old Orchard Park Recreation Building/Office 25023 Avenida Rotella 91355 Outside Restroom Building 23 Pacific Crest Park Outside Restroom Building 29051 Garnet Canyon Road 91390 24 Pamplico Park Outside Restroom Building 22444 Pamplico Drive 91350 25 Plum Canyon Park Outside Restroom Building 18819 Skyline Ranch Rd. 91351 26 Santa Clarita Park Recreation Building 27285 Seco Canyon Road 91350 Outside Restroom Building Aquatics Building 27 Santa Clarita Sports Complex Aquatic Building and equipment room Activity Center Aquatic Center Gymnasium Building 20850 Centre Pointe Parkway 91350 Santa Clarita Skate Park/Outside Restrooms Gymnasium (Gym) The security company will be responsible for 20870 Centre Pointe Parkway 91350 closing the entry gate to the Santa Clarita Skate Park and its adjoining bathrooms year-round, Skate Park seven nights per week, including all holidays. The 20840 Centre Pointe Parkway 91350 Skate Park closes nightly at 8:30p.m. and the lights turn off automatically at 8:30 p.m. Guard The Centre (Activity Center) will be expected on site no later than 8:45 p.m. 20880 Centre Pointe Parkway 91350 to lock the Skate Park entry gate and adjoining bathrooms Guard is required to clear the park of Skate Park users and individuals in the restrooms after 8:30 p.m. before locking the entry gate During various times throughout the year, and at an expected additional cost, the security company may be asked to post a guards) at the Santa Clarita Skate Park or Aquatic Center to assist in preventing users from entering because of special events, filming, or closure of the park for disciplinary purposes, etc. 28 Skyline Ranch Park Outside Restroom Building 18355 Skyline Ranch Rd. 91351 29 Tesoro Adobe Historic Park Outside Restroom Building 29350 Avenida Rancho Tesoro 91354 30 Todd Longshore Park Outside Restroom Building 28151 Whites Canyon Rd. 91351 31 Valencia Glen Park* Recreation Building 23750 Via Gavola 91355 Recreation Outside Restroom Building Aquatics Building 32 Valencia Heritage Park Outside Restroom Building 24155 Newhall Ranch Rd. 91354 33 Valencia Meadows Park* Outside Restroom Building 25671 Fedala Road 91355 Aquatics Building 34 West Creek Park Outside Restroom Building 24247 Village Circle 91354 35 Vista Canyon Park Outside Restroom Building 16950 Lost Canyon Road 91387 36 Vista Canyon Parking Structure Parking Structure 17235 Rouse Place 91387 37 West Creek Park Outside Restroom Building 24274 Village Circle 91354 RESPONSE FORMAT AND SELECTION CRITERIA PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California 1. RESPONSE FORMAT - Listed below is the organization of the response and cost files is described in this section of the RFP. All potential vendors must follow this format. 1.1. RESPONSE FILE: 1.1.1.Introduction - A general introduction and description of the proposing Company shall be provided. The format of the introduction is at the discretion of the consultant. 1.1.2.References - Proposer must provide at least three references with the proposal response, where contractor provides onsite security services for similar facilities. 1.1.3.Work History - Please list all recent and current contracts held by the proposing Company that are similar in nature to the City's Scope of Work. 1.1.4.License - The proposer shall submit a copy of a current Private Patrol Operators License issued by the California Department of Consumer Affairs with the proposal response. All guards posted at City facilities shall carry photo identification. 1.1.5.Guards and Field Supervisors - The proposer shall submit photos and background, including the California Guard Card, on all employees who may be sent to any City site or facilities with the proposal response. Should staff have any concerns with prospective guards, all concerns will be discussed prior to award. The City reserves the right to regulate all guards submitted by the proposer. 1.1.6.Offsite Personnel - Describe the activities of the designated Contract Manager, support, and supervisor personnel. 1.1.7.Equipment - Provide a list of all proposed equipment including but not limited to; Security Vehicles, Communication Devices, and Electronic Patrol Equipment. 1.1.8. Training Plan - Provide an outline of the proposed training plan for all Guards and Field Supervisors. 1.1.9.Uniforms - Provide a photo or a mockup composite of the proposed uniforms. 1.1.10. Reports - The contractor will be required to supply reports, upon request by City staff, a sample of which the contractor must include with this RFP as part of their response file. 1.2. COST FILE —The Proposer shall complete the Price Schedule found in the RFP document. The Price Schedule page shall be signed by an individual authorized to bind the consultant. The quoted costs shall include all services and deliverables as laid out in the scope of work. 2. SELECTION CRITERIA - The overall criteria are listed below. As proposals are considered by the City to be more equal in their technical merit, the evaluated cost or price becomes more important so that when technical proposals are evaluated as essentially equal, cost or price may be the deciding factor. Failing to provide any of the required information will reduce the overall vendor score and may be grounds for disqualification. Any statement which is proven to be false may be grounds for disqualification. 2.1. SCORING CRITERIA: 2.1.1. Proposer qualifications 2.1.2. Experience with similar services 2.1.3. Staff and Equipment Resources 2.1.4. Cost of services provided 2.1.5. Thoroughness of proposal, approach to providing sound services, and ability to provide services to meet objectives and standards During the selection process, the evaluation panel may wish to interview proposers with scores above a natural break. Should an interview process take place, the results of the interview will carry greater weight in the selection process. The City reserves the right to make a selection solely on the basis of the proposals without further contact. SECTION C Forms NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Printed Name: Date: DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. REFERENCES PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. 1. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom Proposer intends to procure insurance bonds: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the Security Contract. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. *Supervisor's Signature: Date: *Estimator's Signature: Date: *Owner's Signature: Date: *All three signatures required CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # FM-24-25-04 Security Contract City of Santa Clorito, California The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposals. 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. NOTE: Attach additional pages as necessary. Signature of Offeror Print or Type Name of Offeror Date SECTION D Sample Contract STANDARD AGREEMENT— SAMPLE ONLY CON-6 Council Approval Date: Agenda Item: Contract Amount: PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND FOR This AGREEMENT by and between the CITY OF SANTA CLARITA, a municipal corporation and general law city ("CITY") and , KI is dated CONSIDERATION. ("CONSULTANT"), and As partial consideration, CONSULTANT agrees to perform the Services listed in the SCOPE OF SERVICES, below; and As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement; and As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed dollars ($ ) for CONSULTANT's Services. CITY may modify this amount as set forth below. Unless otherwise specified by written amendment to this Agreement, CITY will pay this sum as specified in the attached Exhibit(s) " " which is/are incorporated by reference. SCOPE OF SERVICES. CONSULTANT will perform Services listed in the attached Exhibit(s) " " which is/are incorporated by reference. CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the Services and provide the professional Services required of CONSULTANT by this Agreement. PERFORMANCE STANDARDS. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public CITY. CONSULTANT will perform its Services in a skillful manner, comply fully with all City established criteria, and with all applicable federal, state, and local laws, codes, and professional standards. CONSULTANT agrees to comply with all applicable federal and state employment laws regulations and rules including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. CONSULTANT will staff this Agreement with personnel qualified to adequately and professionally perform the Services. CONSULTANT will not subcontract any portion of these Services without the CITY's prior written approval. CITY's approval of any payment, or conducting of any inspection, reviews, approvals, or oral statements, or any governmental entity's certification, will in no way limit the CONSULTANT's obligations under this Agreement or CONSULTANT's complete responsibility for all Services hereunder. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement and as provided in attached Exhibit(s) " " , CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and hourly rates for each personnel category and reimbursable costs (all as set forth in Exhibit(s) " " ) the tasks performed, the percentage of the task completed during the billing period, the cumulative percentage completed for each task, the total cost of that Services during the preceding billing month and a cumulative cash flow curve showing projected and actual expenditures versus time to date. CITY may withhold all or a portion of payment otherwise due in the event that Services are either improperly or not performed. PROJECT COORDINATION AND SUPERVISION. CONSULTANT will assign as CONSULTANT's Project Manager and will be responsible for job performance, negotiations, contractual matters, and coordination with CITY's Project Manager. CONSULTANT may change its Project Manager only with CITY consent. CITY will assign as CITY's Project Manager, will be personally in charge of and personally supervise or perform the technical execution of the project on a day-to-day basis on behalf of CITY, and will maintain direct communication with CONSULTANT's Proj ect Manager. CITY may change its Project Manager at any time with notice to CONSULTANT. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONSULTANT Services beyond the current fiscal year, this Agreement will cover only those costs incurred up to the conclusion of the current fiscal year. FAMILIARITY WITH SERVICES AND SITE. By executing this Agreement, CONSULTANT represents that it has: i. Carefully investigated and considered the scope of Services to be performed; and ii. Carefully considered how the Services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. B. If the Services under this Agreement are to be performed upon any site, or otherwise require CONSULTANT to access a site, by executing this Agreement CONSULTANT represents that it has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the Services under this Agreement. TERM. B. The term of this Agreement will be from to Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: Completion of the Services specified in Exhibit(s) " or ii. Termination pursuant to Section 17 TERMINATION. C. Except as otherwise separately and expressly provided by the CITY in writing, the provisions of this Agreement shall survive any expiration, breach, or termination of this Agreement, and any completion of the Services. TIME FOR PERFORMANCE. CONSULTANT will not perform any Services under this Agreement until: D. CONSULTANT furnishes proof of insurance as required under Section 24 INSURANCE; and E. CITY gives CONSULTANT a written notice to proceed. Should CONSULTANT begin Services on any phase in advance of receiving written authorization to proceed, any such professional Services are at CONSULTANT's own risk. SCHEDULE OF PERFORMANCE AND EXTENSIONS. F. Should the progress of the Services under this Agreement at any time fall behind schedule for any reason other than excusable delays CONSULTANT shall apply such additional manpower and resources as necessary to bring progress of the Services under this Agreement back on schedule and consistent with the standard of professional skill and care required by this Agreement. Time is of the essence in the performance of this Agreement. G. Should CONSULTANT be delayed by causes beyond CONSULTANT's control, CITY may grant a time extension for the completion of the contracted Services. If delay occurs, CONSULTANT must notify the CITY's designated representative within forty-eight hours (48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with the Agreement's schedule. The CITY will extend the completion time, when appropriate, for the completion of the contracted Services. CHANGES. CITY may order changes in the Services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the Services will be determined in accordance with written agreement between the parties. ADDITIONAL SERVICES. H. The CITY may request CONSULTANT to provide Services in addition to Scope of Services, called "Additional Services". Additional Services that incur additional costs (contingency) of up to 15% of the total contract amount must be authorized by CITY by change order or other documented means. Costs beyond this amount must first be approved by CITY in accordance with applicable thresholds and procedures. Additional Services must be authorized by CITY in writing prior to performance. CONSULTANT shall be compensated for Additional Services as set forth in Exhibit(s) " " or as specified in the written authorization. I. If CONSULTANT believes Additional Services are needed to complete the Scope of Services, CONSULTANT will provide the CITY with written notification that contains a specific description of the proposed additional Services, reasons for such additional Services, and a detailed proposal regarding cost. CITY is under no obligation to approve any increase in the agreed -upon costs for the performance of this Agreement. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this Agreement, all necessary permits, licenses, and certificates that may be required in connection with the performance of Services under this Agreement. SITE INSPECTION; DISCOVERY OF HAZARDOUS MATERIALS OR LATENT CONDITIONS. The discovery, presence, handling or removal of hazardous substances is outside of CONSULTANT's expertise, unless otherwise specified in Exhibit(s) " " , and is not included in the scope of Services. Should CONSULTANT discover any hazardous material, or latent or unknown conditions that may materially affect the performance of the Services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. PREVAILING WAGES. CONSULTANT shall comply with the California Prevailing Wage Law to the extent it applies to work performed under this Agreement. If applicable, CONSULTANT shall pay prevailing wages to its employees and shall comply with the additional provisions set forth below: CONSULTANT shall pay prevailing wages to its employees on any agreement when required by applicable law. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Agreement, as determined by the Director of the State of California Department of Industrial Relations, are on file at the County's Capital Projects Office and may be obtained from the California Department of Industrial Relations website http://www.dir.ca.gov/OPRL/DPreWageDetennination.htm. CONSULTANT shall comply with the 8-hours per day/40 hours per week/overtime/working hours restrictions for all employees, pursuant to the California Labor Code. CONSULTANT and all subconsultants shall keep and maintain accurate employee payroll records for Work performed under the Agreement. The payroll records shall be certified and submitted as required by law, including Labor Code Sections 1771.4 (if applicable) and 1776, including to the Labor Commissioner no less frequently than monthly. CONSULTANT shall comply fully with Labor Code Section 1777.5 in the hiring of apprentices for work relating to the Agreement. CONSULTANT acknowledges and agrees that it will comply with AB 1768 (effective January 1, 2020), which amended and expanded the definition of "construction" for which prevailing wages must be paid to include "work performed during the design, site assessment, feasibility study, and other pre -construction phases of construction ... regardless of whether any further construction work is conducted... " CONSULTANT shall forfeit, as a penalty to Owner, the penalty or penalties as provided by the California Labor Code, for each laborer, workman, or mechanic employed in performing labor in and about the Work provided for in the Agreement for each day, or portion thereof, that such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the Agreement by him or her or by any Subconsultant under him or her, in violation of Articles 1 and 2 of Chapter 1 of Part 7 of Division 11 of the California Labor Code. The sums and amounts which shall be forfeited pursuant to this Paragraph and the terms of the California Labor Code shall be withheld and retained from payments due to CONSULTANT the California Labor Code, but no sum shall be so withheld, retained or forfeited except from the final payment without a full investigation by either the State Department of Industrial Relations or by Owner. The Labor Commissioner pursuant to California Labor Code §1775 shall determine the final amount of forfeiture. CONSULTANT shall insert in every subcontract or other arrangement which CONSULTANT may make for performance of Work or labor on Work provided for in the Agreement provision that Subconsultant shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor Code. CONSULTANT and Subconsultants must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Agreement Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. The payroll records enumerated above must be certified and shall be available for inspection at all reasonable hours at the principal office of CONSULTANT as required by Labor Code Section 1776. This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. WAIVER. CITY's review or acceptance of, or payment for, Services or product prepared by CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. TERMINATION. Termination for Convenience. CITY may terminate this Agreement at any time with or without cause by written notice to CONSULTANT. CONSULTANT will be entitled to recover its costs expended up to the termination plus reasonable profit thereon to the termination date not to exceed the total costs under Section I(C), but may recover no other loss, cost, damage, or expense. Termination for Cause. CITY may terminate this Agreement in whole or part for default should CONSULTANT commit a material breach of this Agreement, and such breach has not been cured within fifteen (15) calendar days of the date of CITY's written notice to CONSULTANT demanding such cure. In the event CITY terminates this Agreement for default, CONSULTANT will be liable to CITY for all costs to cure the deficiencies, and all loss, cost, expense, damage, and liability resulting from such breach and termination. Upon receiving a termination notice, CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any Services performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT'S own cost; CITY will not be obligated to compensate CONSULTANT for such Services. Upon a termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will become CITY's property and CONSULTANT will deliver any such items in its possession to CITY within thirty (30) days of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms Services similar to those terminated. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by CONSULTANT under this Agreement are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's Services for purposes other than identified in this Agreement is at CITY's own risk. PUBLICATION OF DOCUMENTS. Except as necessary for performance under this Agreement, CONSULTANT will not release copies, sketches, or graphs of materials, including graphic art services, prepared pursuant to this Agreement to any other person or public entity without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. INDEMNIFICATION AND LIABILITY. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof, (including any additional services authorized by CITY in writing) (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services. CONSULTANT or any subconsultant's attempts to assign the benefits or burdens of this Agreement without CITY's written approval are prohibited and will be null and void. INDEPENDENT CONTRACTOR. CONSULTANT shall at all times be deemed an independent contractor wholly responsible for the manner in which it performs the Services, and fully liable for the acts and omissions of its employees, subconsultants and agents. Under no circumstances shall this Agreement be construed as creating an employment, agency, joint venture or partnership relationship between CITY and CONSULTANT, and no such relationship shall be implied from performance of this Agreement. Terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of Services only, and not as to means and methods by which such a result is obtained. CONSULTANT shall pay all taxes (including California sales and use taxes) levied upon this Agreement, the transaction, or the Services and/or goods delivered pursuant hereto without additional compensation, regardless of which parry has liability for such tax under applicable law, and any deficiency, interest or penalty asserted with respect thereto. CONSULTANT shall pay all other taxes including but not limited to any applicable City business tax, not explicitly assumed in writing by CITY hereunder. CONSULTANT shall comply with all valid administrative regulations respecting the assumption of liability for the payment of payroll taxes and contributions as above described and to provide any necessary information with respect thereto to proper authorities. CONSULTANT has no authority to bind the CITY. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect to all Services and matters covered under this Agreement. Those records include, without limitation, correspondence, internal memoranda, calculations, books and accounts, accounting records documenting its services under its Agreement, and invoices, payrolls, records and all other data related to matters covered by this Agreement. CITY and its designees will have free access at all reasonable times to such records, including the right to audit, examine, and make copies, excerpts, and transcripts from such records, and to inspect all program data, documents, proceedings and activities. If CITY receives funds from another governmental entity for the payment in whole or part of the Services, that governmental entity will have all rights the CITY has under this Section. CONSULTANT will retain all records subject to this Section for at least three (3) years after termination or final payment under this Agreement. INSURANCE. [All insurance terms subject to review and approval of City Risk Manager] Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000/$2,000,000 (aggregate) Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit of $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to contract language. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under the Agreement, City may terminate this Agreement immediately with no penalty. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. The CITY shall be entitled to any coverage in excess of the minimums required herein. COVID-19. CONSULTANT shall ensure its insurance coverages cover claims and/or losses related to the COVID-19 pandemic to the extent such insurance coverage is available. If such insurance is unavailable, but becomes available during the life of the contract, CONSULTANT shall procure a policy and name the City as additionally insured. Primary/noncontributing. Coverage provided by CONSULTANT shall be primary and any insurance or self-insurance procured or maintained by CITY shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of CITY before the CITY' S own insurance or self- insurance shall be called upon to protect it as a named insured. Additional insured status. General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITY and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status on the Services, which will include a schedule update and a short narrative description of progress during the past month for each major task, a description of the Services remaining and a description of the Services to be done before the next schedule update. DISPUTE RESOLUTION. In the event of any dispute between CONSULTANT and CITY regarding any claim, demand or request by CONSULTANT for time, money, or additional compensation for any reason whatsoever CONSULTANT shall submit to CITY, within 21 days of CONSULTANT's first knowledge of the dispute, a written description of CONSULTANT's claim, demand or request that provides a narrative of the pertinent events, the contractual basis of the CONSULTANT's position, pricing calculations (if applicable) and attaches supporting documentation. CITY will then review the issue and make a decision thereon. If CONSULTANT shall fail to provide timely notice of any such claim, demand or request, then CONSULTANT shall waive is rights to such claim, demand or request, unless CONSULTANT can demonstrate a manifest lack of prejudice to CITY resulting from such late notice. CONSULTANT shall continue its work throughout the course of any dispute, and CONSULTANT's failure to continue work during a dispute shall be a material breach of this Agreement. If the CITY denies CONSULTANT's claim, demand, or request in whole or part and CONSULTANT disagrees, and the claim, demand or request exceeds $50,000 then the parties shall, as a precondition to initiating litigation, submit the dispute claim, demand, or request to the Los Angeles JAMS office for non -binding mediation under the appropriate rules. The parties may agree to any other dispute resolution process. Nothing herein will limit CONSULTANT's obligation to timely submit to CITY a statutory Government Code Claim, in accordance with Government Code sections 910 et seq. NOTICES. All communications to either parry by the other party will be deemed made when received by such party at its respective name and address as follows: If to CONSULTANT: If to CITY: ATTN: City of Santa. Clarita ATTN: Kenneth W. Striplin, City Manager 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Any such written communications by mail will be conclusively deemed to have been received by the addressee three days after deposit thereof in the United States mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this Section. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the CITY pursuant to Section 27 NOTICES of any staff changes relating to this Agreement. J. In accomplishing the Scope of Services of this Agreement, all officers, employees and/or agents of CONSULTANT(S), unless as indicated in Subsection (B), will be performing a very limited and closely supervised function, and, therefore, unlikely to have a conflict of interest arise. No disclosures are required for any officers, employees, and/or agents of CONSULTANT, except as indicated in Subsection (B). Initials of Consultant In accomplishing the Scope of Services of this Agreement, CONSULTANT will be performing a specialized or general service for the CITY, and there is substantial likelihood that the CONSULTANT's Services product will be presented, either written or orally, for the purpose of influencing a governmental decision. As a result, the following CONSULTANT personnel shall be subject to the Disclosure Category "1" of the CITY's Conflict of Interest Code: SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT's bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. THIRD PARTY BENEFICIARIES. CONSULTANT's subconsultants shall agree to be bound to the terms of the Agreement to the extent of their scope of services, including but not limited to, terms regarding indemnity and dispute resolution, and shall agree that CITY is deemed an express third party beneficiaries of their subconsultant agreement. Nothing in this Agreement, however, shall operate to confer such or similar rights or benefits on persons or entities not party to this Agreement. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California. The exclusive venue for any action involving this Agreement will be in Los Angeles County. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties with respect to the subject matter hereof. There are no other understandings, terms or other agreements expressed or implied, oral or written. There is/are ( ) Exhibits (s) to this Agreement. To the extent of a conflict between this Agreement and one of the Exhibits, the terms of the Agreement shall take precedence. This Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent successors and assigns. RULES OF CONSTRUCTION. Each party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either party. SEVERABILITY. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. AUTHORITY/MODIFICATION. The parties represent and warrant that all necessary action has been taken by the parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. To the extent of any contingency above the original Agreement amount previously approved by the CITY's City Council, additional Services may be added to this Agreement by an additional authorization executed by both parties. This Agreement may be otherwise modified by written amendment, which generally requires approval of the CITY's City Council. CITY's City Manager, or designee, may execute any such authorization or amendment on behalf of CITY. CAPTIONS. The captions of the sections and paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this Agreement. DELAY. CONSULTANT shall complete all Services required by this Agreement within the times specified in the Agreement, except where (1) an event outside of CONSULTANT's reasonable control causes a delay and (2) CONSULTANT promptly advises CITY of such delay (such prompt notice to occur no more than 15 days after the first occurrence of the delay). Such events shall be limited to: acts of neglect by CITY or CITY's agents or by consultants when acting at CITY's direction; breaches of this Agreement by CITY; Acts of God such as fire and flood; explosion, acts of terrorism, war and embargo; and other similar causes beyond the Parties' reasonable control. In the event of an excusable delay the City may elect whether to terminate this Agreement or extend the time for performance. FORCE MAJEURE. Except for defaults of subcontractors at any tier, CONSULTANT shall not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond the control and without the fault or negligence of CONSULTANT, including without limitation failure to reasonably mitigate any adverse impacts (Force Majeure). Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes, lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes or regulations enacted or imposed after the fact (together, "force maj eure events"). PROTECTION OF RESIDENT WORKERS. The CITY actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S., and aliens authorized to work in the U.S.). The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (Form I-9), reviewing required proofs of both identify and employment authorization, and retaining the Form I-9 for the required period. Updated form I-9 information is available at www.uscis.gov. The CONSULTANT shall establish appropriate procedures and controls so no Services or products under the Agreement will be performed or manufactured by any worker who is not legally eligible to perform such Services or employment. COVID-19. Prior to execution of the Agreement, the State of California declared a state of emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the County of Los Angeles ("County") issued numerous orders relating to COVID-19, including without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently extended and amended, including after the date of the Agreement, the "County Order"). In no event shall CONSULTANT be entitled to any additional compensation in connection with any delay or costs associated with the COVID 19 pandemic, the County Order, or any other governmental requirements or regulations in connection therewith, whether currently existing or hereinafter enacted. In the event of any conflict between the terms of this Section and any other provision of the Agreement, in all events, the terms of this Section shall control. CONSULTANT's safety and logistics plans prepared in connection with this Contract specifically takes into account the COVID-19 Pandemic, the County Order, and all other governmental requirements or regulations regarding COVID-19 as of the date of the Contract, including without limitation all safety measures required. SAFETY OF PERSONS AND PROPERTY. CONSULTANT shall comply with, and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities, bearing on safety of persons or property or their protection from damage, injury, or loss, including without limitation the County Order and all other governmental requirements or regulations regarding COVID-19, all as may be amended from time to time. FACSIMILE OR ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The parties agree that this Agreement may be transmitted and signed by facsimile or electronic mail by either/any or both/all parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. STANDARD SUPPLEMENTAL PROVISIONS. Notwithstanding Section 32 ENTIRE AGREEMENT above, the following Standard Supplemental Provision(s), attached to this Agreement, is(are) incorporated herein by this reference and takes precedence over any conflicting provision of this Agreement: [Insert name of any applicable SSP(s), and attach only that SSP(s)—omit remaining SSP(s). Insert "None" if applicable.) [SIGNATURES ON NEXT PAGE] IN WITNESS WHEREOF, the parties hereto have executed this contract on the date set forth below. FOR CONSULTANT: Print Name & Title IF CORPORATION: Print Name & Title Date: Date FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: SECTION E Price Schedule PROPOSAL # FM-24-25-04 Security Contract City of Santa Clarita, California PRICING SCHEDULE The following pages list the know guard services need estimates, in addition to the as -needed price worksheet. Please fill all worksheets out completely. Routine Services (using estimated hours listed): The Hours listed are for proposal purposes only and do not guarantee the actual hours to be worked under the contract. Pricing will be provided on an annual basis for comparison. The cost portion of the proposal evaluation will be scored based on the information provided on the following worksheets. Pricing shall be provided in a rate -per -hour form and must be all-inclusive (including, but not limited to — profit, taxes, benefits, minimum Wage, Affordable Care Act, transportation, fees, surcharges, training/certification, and uniforms.) Please see the Renewal and Pricing Adjustment clause for CPI increase information. Do not add CPI estimates into these rates. EACH YEAR COST MUST INCLUDE ALL CURRENTLY SCHEDULED STATE AND FEDERAL MINIMUM WAGE INCREASES. Metrolink Facilities Please provide a cost breakdown per year for sentry and patrol service for the following facilities, meeting the specifications in the Scope of Work. *See hours from the site specification portion in the scope of work. To obtain total cost: (Rate Per Hour M - F x Hours per week M - F) x Weeks per year + (Cost for Saturday & Sunday Open/Close Services x Occurrences Per Year) = Total Cost Per Year Year One (10/24-9/25) Cost for Rate per Hours per weeks per Saturday & Occurrences Per Total Cost Per Location Hour week Year Sunday Year Year M - F M -F Open/Close Services Santa Clarita 87.5 52 104 Metrolink Via Princessa 87.5 52 104 Metrolink Jan Heidt 87.5 52 104 Metrolink Vista Canyon 87.5 52 104 Metrolink TOTAL COST FOR LINE 1. METROLINKS YEAR ONE Year Two (10/25-9/26) Cost for Rate per Hours per weeks per Saturday & Occurrences Per Total Cost Per Location Hour week Year Sunday Year Year M - F M - F Open/Close Services Santa Clarita 87.5 52 104 Metrolink Via Princessa 87.5 52 104 Metrolink Jan Heidt 87.5 52 104 Metrolink Vista Canyon 87.5 52 104 Metrolink TOTAL COST FOR LINE 2. METROLINKS YEAR TWO Year Three (10/26-9/27) Cost for Rate per Hours per weeks per Saturday & Occurrences Per Total Cost Per Location Hour week Year Sunday Year Year M - F M - F Open/Close Services Santa Clarita 87.5 52 104 Metrolink Via Princessa 87.5 52 104 Metrolink Jan Heidt 87.5 52 104 Metrolink Vista Canyon 87.5 52 104 Metrolink TOTAL COST FOR LINE 3. METROLINKS YEAR THREE Metrolink Facilities Cont. Year Four (10/27-9/28) Cost for Rate per Hours per weeks per Saturday & Occurrences Total Cost Location Hour week Sunday M - F Year Open/Close Per Year Per Year M -F Services Santa Clarita 87.5 52 104 Metrolink Via Princessa 87.5 52 104 Metrolink Jan Heidt 87.5 52 104 Metrolink Vista Canyon 87.5 52 104 Metrolink TOTAL COST FOR LINE 4. METROLINKS YEAR FOUR Year Five (10/28-9/29) Cost for Rate per Hours per Weeks per Saturday & Occurrences Per Total Cost Per Location Hour week Year Sunday Year Year M - F M -F Open/Close Services Santa Clarita 87.5 52 104 Metrolink Via Princessa 87.5 52 104 Metrolink Jan Heidt 87.5 52 104 Metrolink Vista Canyon 87.5 52 104 Metrolink TOTAL COST FOR LINE 5. METROLINKS YEAR FIVE Newhall Parking Structure Facilities Please provide cost breakdown per year for sentry and patrol service for the following facilities, meeting the specifications in the Scope of Work. *See hours from site specification portion in the scope of work. To obtain total cost: ((Rate Per Hour M - F x Hours per week M - F) x Weeks per Year) + (Cost for Saturday Closing Check x Weeks Per Year) + (Cost for Sunday Open/Close Services x Weeks Per Year) = Total Cost Per Year Year One (10/24-9/25) Rate Hours Cost for Cost for Sunday Location per per week Saturday Closing Open/ Weeks per Year Total Cost Per Year Hour M F M - F Check Close Services Newhall 87.5 52 Parking Structure TOTAL COST FOR PARKING LINE 6. STRUCTURE YEAR ONE Year Two (10/25-9/26) Rate Hours Cost for Cost for Sunday Location per per week Saturday Closing Open/ Weeks per Year Total Cost Per Year Hour M F Check Close Services M F - Newhall 87.5 52 Parking Structure TOTAL COST FOR PARKING LINE 7. STRUCTURE YEAR TWO Year Three (10/26-9/27) Rate Hours Cost for Cost for Sunday Location per per week Saturday Closing Open/ Weeks per Year Total Cost Per Year Hour M F Check Close Services M - F - Newhall 87.5 52 Parking Structure TOTAL COST FOR PARKING LINE 8. STRUCTURE YEAR THREE Year Four (10/27-9/28) Rate Hours Cost for Cost for Sunday perLocation per week Saturday Closing Open/ Weeks per Year Total Cost Per Year Hour M F M - F Check Close Services Newhall 87.5 52 Parking Structure TOTAL COST FOR PARKING LINE 9. STRUCTURE YEAR FOUR Newhall Parking Structure Facilities Cont. Year Five (10/28-9/29) Rate Hours Cost for per per Cost for Sunday Open/ Total Cost Per Location Hour week Saturday Close Services Weeks per Year p Year M F Closing Check M-F Newhall 87.5 52 Parking Structure TOTAL COST FOR PARKING LINE 10. STRUCTURE YEAR FIVE McBean Bus Transfer Station Please provide cost breakdown per year for sentry and patrol service for the following facilities, meeting the specifications in the Scope of Work. *See hours from site specification portion in the scope of work. To obtain total cost: ((Rate Per Hour M - F x Hours per week M - F) x Weeks per Year) + (Rate per Hour Sat x Sat Hours per week) + (Rate per Hour Sun x Sun Hours per week) = Total Cost Per Year Year One (10/24-9/25) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Year Hour per week p Hour Sat per Hour Sun p erweek M - F week McBean 90 16 13.5 52 Bus Transfer Station TOTAL COST FOR TRANSFER STATION LINE 11. YEAR ONE Year Two (10/25-9/26) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per p Hour Sat per Hour Sun er week p Year M - F week McBean 90 16 13.5 52 Bus Transfer Station TOTAL COST FOR TRANSFER STATION LINE 12. YEAR TWO Year Three (10/26-9/27) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per p Hour Sat per Hour Sun er week p Year M - F week McBean 90 16 13.5 52 Bus Transfer Station TOTAL COST FOR TRANSFER STATION LINE 13. YEAR THREE McBean Bus Transfer Station Cont. Year Four (10/27-9/28) Rate M F Rate per Sat Rate per Sun Total Cost Per Location Hours Hours Hours Weeks per Year p Hour per week Hour Sat per Hour Sun p erweek Year M - F week McBean 90 16 13.5 52 Bus Transfer Station TOTAL COST FOR TRANSFER STATION LINE 14. YEAR FOUR Year Five (10/28-9/29) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per p Hour Sat per Hour Sun p erweek Year M - F week McBean 90 16 13.5 52 Bus Transfer Station TOTAL COST FOR TRANSFER STATION LINE 25. YEAR FIVE Vista Canyon Regional Transit Center Please provide cost breakdown per year for sentry and patrol service for the following facilities, meeting the specifications in the Scope of Work. *See hours from site specification portion in the scope of work. To obtain total cost: ((Rate Per Hour M - F x Hours per week M - F) x Weeks per Year) + (Rate per Hour Sat x Sat Hours per week) + (Rate per Hour Sun x Sun Hours per week) = Total Cost Per Year Year One (10/24-9/25) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Year Hour per p Hour Sat per Hour Sun p erweek M - F week Vista 90 16 13.5 52 Canyon Transit Center TOTAL COST FOR TRANSFER STATION LINE 26. YEAR ONE Year Two (10/25-9/26) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per p Hour Sat per Hour Sun erweek p Year M - F week Vista 90 16 13.5 52 Canyon Transit Center TOTAL COST FOR TRANSFER STATION LINE 27. YEAR TWO Year Three (10/26-9/27) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per p Hour Sat per Hour Sun erweek p Year M - F week Vista 90 16 13.5 52 Canyon Transit Center TOTAL COST FOR TRANSFER STATION LINE 28. YEAR THREE Year Four (10/27-9/28) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per week p Hour Sat per Hour Sun erweek p Year M - F week Vista 90 16 13.5 52 Canyon Transit Center TOTAL COST FOR TRANSFER STATION LINE 29. YEAR THREE Year Five (10/28-9/29) Rate _ Sat Sun Location per Hours Rate per Hours Rate per Hours Weeks per Year Total Cost Per Hour per p Hour Sat per Hour Sun erweek p Year M - F week Vista 90 16 13.5 52 Canyon Transit Center TOTAL COST FOR TRANSFER STATION LINE 30. YEAR THREE Arts and Events Security Needs Please provide cost breakdown per year for requested services for the following events, meeting the specifications in the Scope of Work. *See hours from site specification portion in the scope of work. To obtain total cost: (Guard Rate x Guard Hours Estimate) + (Supervisor Rate x Supervisor Hours Estimate) = Total Cost Per Year Year One (10/24-9/25) Event Guard Rate Guard Hours Estimated Supervisor Rate Supervisor Hours Estimated Total Cost Per Year CITP Friday Summer TBD 13 CITP 1—Summer TBD 20 6 CITP 2 - Summer TBD 20 6 CITP 3 - Summer TBD 20 6 CITP 4 - Summer TBD 20 6 CITP 5 - Summer TBD 20 6 CITP 6 - Summer TBD 20 6 CITP 7 - Summer TBD 20 6 CITP 8 - Summer TBD 20 6 CITP 9 _ Summer TBD 20 6 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 41h of July Fireworks 16 Cowboy Festival- Fri -Sat TBD - 28 Cowboy Festival- Sat -Sun TBD 28 Event #1- Fri -Sat October TBD 28 Event #1- Fri -Sat October TBD 28 Line 31. TOTAL COST FOR ARTS AND EVENTS YEAR ONE Year Two (10/25-9/26) Event Guard Rate Guard Hours Estimated Supervisor Rate Supervisor Hours Estimated Total Cost Per Year CITP Friday Summer TBD 13 CITP 1—Summer TBD 20 6 CITP 2 - Summer TBD 20 6 CITP 3 - Summer TBD 20 6 CITP 4 - Summer TBD 20 6 CITP 5 - Summer TBD 20 6 CITP 6 - Summer TBD 20 6 CITP 7 - Summer TBD 20 6 CITP 8 - Summer TBD 20 6 CITP 9 —Summer TBD 20 6 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 41h of July Fireworks 16 Cowboy Festival- Fri -Sat TBD - 28 Cowboy Festival- Sat -Sun TBD 28 Event #1- Fri -Sat October TBD 28 Event #1- Fri -Sat October TBD 28 Line 32. TOTAL COST FOR ARTS AND EVENTS YEAR ONE Arts and Events Security Needs Cont. Year Three (10/26-9/27) Event Guard Rate Guard Hours Estimated Supervisor Rate Supervisor Hours Estimated Total Cost Per Year CITP Friday Summer TBD 13 CITP 1—Summer TBD 20 6 CITP 2 - Summer TBD 20 6 CITP 3 - Summer TBD 20 6 CITP 4 - Summer TBD 20 6 CITP 5 - Summer TBD 20 6 CITP 6 - Summer TBD 20 6 CITP 7 - Summer TBD 20 6 CITP 8 - Summer TBD 20 6 CITP 9 _ Summer TBD 20 6 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 41h of July Fireworks 16 Cowboy Festival- Fri -Sat TBD - 28 Cowboy Festival- Sat -Sun TBD 28 Event #1- Fri -Sat October TBD 28 Event #1- Fri -Sat October TBD 28 TOTAL COST FOR ARTS AND EVENTS Line 33. YEAR ONE Year Four (10/27-9/28) Event Guard Rate Guard Hours Estimated Supervisor Rate Supervisor Hours Estimated Total Cost Per Year CITP Friday Summer TBD 13 CITP 1— Summer TBD 20 6 CITP 2 - Summer TBD 20 6 CITP 3 - Summer TBD 20 6 CITP 4 - Summer TBD 20 6 CITP 5 - Summer TBD 20 6 CITP 6 - Summer TBD 20 6 CITP 7 - Summer TBD 20 6 CITP 8 - Summer TBD 20 6 CITP 9 _ Summer TBD 20 6 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 41h of July Fireworks 16 Cowboy Festival- Fri -Sat TBD - 28 Cowboy Festival- Sat -Sun TBD 28 Event #1- Fri -Sat October TBD 28 Event #1- Fri -Sat October TBD 28 Line 34. TOTAL COST FOR ARTS AND EVENTS YEAR ONE Arts and Events Security Needs Cont. Year Five (10/8-9/29) Event Guard Rate Guard Hours Estimated Supervisor Rate Supervisor Hours Estimated Total Cost Per Year CITP Friday Summer TBD 13 CITP 1—Summer TBD 20 6 CITP 2 - Summer TBD 20 6 CITP 3 - Summer TBD 20 6 CITP 4 - Summer TBD 20 6 CITP 5 - Summer TBD 20 6 CITP 6 - Summer TBD 20 6 CITP 7 - Summer TBD 20 6 CITP 8 - Summer TBD 20 6 CITP 9 _ Summer TBD 20 6 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 Celebrate- TBD 8 41h of July Fireworks 16 Cowboy Festival- Fri -Sat TBD - 28 Cowboy Festival- Sat -Sun TBD 28 Event #1- Fri -Sat October TBD 28 Event #1- Fri -Sat October TBD 28 Line 35. TOTAL COST FOR ARTS AND EVENTS YEAR ONE Parks Facilities Please provide the cost breakdown per year for lockup service for the following Parks meeting the specifications in the Scope of Work on a seven day per week basis (including weekends and holidays). See specifications for each location's requirements. To obtain total cost: Lockup Cost Per Day x Occurrences Per Year = Total Cost Per Year Year One (10/24-9/225) Location Lockup Cost Per Day Occurrences Per Year Total Cost Per Year 1 Arboleda Trailhead Park 365 2 Begonias Lane Park 365 3 Bouquet Canyon Park 365 4 Bridgeport Park 365 5 Canyon Country Park 365 6 Canyon Country Park 365 7 Central Park restrooms 365 8 Chesebrough Park 365 9 Circle J Park 365 10 Copper Hill Park 365 11 Creekview Park 365 12 David March Park 365 13 Duane R. Harte @ River Village Park 365 14 Fair Oaks Park 365 15 Golden Valley Park 365 16 Newhall Community Center 365 17 Newhall Park 365 18 North Oaks Park 365 19 Oak Spring Canyon Park 365 20 Old Orchard Park 365 21 Pacific Crest Park 365 22 Pamplico Park 365 23 Plum Canyon Park 365 24 Santa Clarita Park 365 25 Skyline Ranch Park 365 26 Tesoro Adobe Historic Park 365 27 Todd Longshore Park 365 28 Valencia Glen Park 365 29 Valencia Heritage Park 365 30 Valencia Meadows Park 365 31 West Creek Park 365 32 Vista Canyon Park 365 LINE 36. TOTAL COST FOR PARKS YEAR ONE Parks Facilities Cont. Year Two (10/25-9/26) Location Lockup Cost Per Day Occurrences Per Year Total Cost Per Year 1 Arboleda Trailhead Park 365 2 Begonias Lane Park 365 3 Bouquet Canyon Park 365 4 Bridgeport Park 365 5 Canyon Country Park 365 6 Canyon Country Park 365 7 Central Park restrooms 365 8 Chesebrough Park 365 9 Circle 1 Park 365 10 Copper Hill Park 365 11 Creekview Park 365 12 David March Park 365 13 Duane R. Harte @ River Village Park 365 14 Fair Oaks Park 365 15 Golden Valley Park 365 16 Newhall Community Center 365 17 Newhall Park 365 18 North Oaks Park 365 19 Oak Spring Canyon Park 365 20 Old Orchard Park 365 21 Pacific Crest Park 365 22 Pamplico Park 365 23 Plum Canyon Park 365 24 Santa Clarita Park 365 25 Skyline Ranch Park 365 26 Tesoro Adobe Historic Park 365 27 Todd Longshore Park 365 28 Valencia Glen Park 365 29 Valencia Heritage Park 365 30 Valencia Meadows Park 365 31 West Creek Park 365 32 Vista Canyon Park 365 LINE 37. TOTAL COST FOR PARKS YEAR ONE Parks Facilities Cont. Year Three (10/26-9/27) Location Lockup Cost Per Day Occurrences Per Year Total Cost Per Year 1 Arboleda Trailhead Park 365 2 Begonias Lane Park 365 3 Bouquet Canyon Park 365 4 Bridgeport Park 365 5 Canyon Country Park 365 6 Canyon Country Park 365 7 Central Park restrooms 365 8 Chesebrough Park 365 9 Circle 1 Park 365 10 Copper Hill Park 365 11 Creekview Park 365 12 David March Park 365 13 Duane R. Harte @ River Village Park 365 14 Fair Oaks Park 365 15 Golden Valley Park 365 16 Newhall Community Center 365 17 Newhall Park 365 18 North Oaks Park 365 19 Oak Spring Canyon Park 365 20 Old Orchard Park 365 21 Pacific Crest Park 365 22 Pamplico Park 365 23 Plum Canyon Park 365 24 Santa Clarita Park 365 25 Skyline Ranch Park 365 26 Tesoro Adobe Historic Park 365 27 Todd Longshore Park 365 28 Valencia Glen Park 365 29 Valencia Heritage Park 365 30 Valencia Meadows Park 365 31 West Creek Park 365 32 Vista Canyon Park 365 LINE 38. TOTAL COST FOR PARKS YEAR ONE Parks Facilities Cont. Year Four (10/27-9/28) Location Lockup Cost Per Day Occurrences Per Year Total Cost Per Year 1 Arboleda Trailhead Park 365 2 Begonias Lane Park 365 3 Bouquet Canyon Park 365 4 Bridgeport Park 365 5 Canyon Country Park 365 6 Canyon Country Park 365 7 Central Park restrooms 365 8 Chesebrough Park 365 9 Circle 1 Park 365 10 Copper Hill Park 365 11 Creekview Park 365 12 David March Park 365 13 Duane R. Harte @ River Village Park 365 14 Fair Oaks Park 365 15 Golden Valley Park 365 16 Newhall Community Center 365 17 Newhall Park 365 18 North Oaks Park 365 19 Oak Spring Canyon Park 365 20 Old Orchard Park 365 21 Pacific Crest Park 365 22 Pamplico Park 365 23 Plum Canyon Park 365 24 Santa Clarita Park 365 25 Skyline Ranch Park 365 26 Tesoro Adobe Historic Park 365 27 Todd Longshore Park 365 28 Valencia Glen Park 365 29 Valencia Heritage Park 365 30 Valencia Meadows Park 365 31 West Creek Park 365 32 Vista Canyon Park 365 LINE 39. TOTAL COST FOR PARKS YEAR ONE Parks Facilities Cont. Year Five (10/28-9/29) Location Lockup Cost Per Day Occurrences Per Year Total Cost Per Year 1 Arboleda Trailhead Park 365 2 Begonias Lane Park 365 3 Bouquet Canyon Park 365 4 Bridgeport Park 365 5 Canyon Country Park 365 6 Canyon Country Park 365 7 Central Park restrooms 365 8 Chesebrough Park 365 9 Circle 1 Park 365 10 Copper Hill Park 365 11 Creekview Park 365 12 David March Park 365 13 Duane R. Harte @ River Village Park 365 14 Fair Oaks Park 365 15 Golden Valley Park 365 16 Newhall Community Center 365 17 Newhall Park 365 18 North Oaks Park 365 19 Oak Spring Canyon Park 365 20 Old Orchard Park 365 21 Pacific Crest Park 365 22 Pamplico Park 365 23 Plum Canyon Park 365 24 Santa Clarita Park 365 25 Skyline Ranch Park 365 26 Tesoro Adobe Historic Park 365 27 Todd Longshore Park 365 28 Valencia Glen Park 365 29 Valencia Heritage Park 365 30 Valencia Meadows Park 365 31 West Creek Park 365 32 Vista Canyon Park 365 LINE 40. TOTAL COST FOR PARKS YEAR ONE Total Yearly Price Estimates Year One (10/24-9/25) Description Line # Amount TOTAL COST FOR CITY HALL YEAR ONE Line 1. TOTAL COST FOR METROLINKS YEAR ONE Line 6. TOTAL COST FOR PARKING STRUCTURE YEAR ONE Line 11. TOTAL COST FOR MCBEAN BUS TRANSFER STATION Line 16. TOTAL COST FOR ARTS AND EVENTS SECURITY NEEDS Line 21. TOTAL COST FOR PARKS FACILITIES Line 26 TOTAL COST FOR LIBRARY FACILITIES Line 31 TOTALYEAR ONE ESTIMATE Year Two (10/25-9/26) Description Line # Amount TOTAL COST FOR CITY HALL YEAR ONE Line 2. TOTAL COST FOR METROLINKS YEAR ONE Line 7. TOTAL COST FOR PARKING STRUCTURE YEAR ONE Line 12. TOTAL COST FOR MCBEAN BUS TRANSFER STATION Line 17. TOTAL COST FOR ARTS AND EVENTS SECURITY NEEDS Line 22. TOTAL COST FOR PARKS FACILITIES Line 27 TOTAL COST FOR LIBRARY FACILITIES Line 32 TOTALYEAR TWO ESTIMATE Year Three (10/26-9/27) Description Line # Amount TOTAL COST FOR CITY HALL YEAR ONE Line 3. TOTAL COST FOR METROLINKS YEAR ONE Line 8. TOTAL COST FOR PARKING STRUCTURE YEAR ONE Line 13. TOTAL COST FOR MCBEAN BUS TRANSFER STATION Line 18. TOTAL COST FOR ARTS AND EVENTS SECURITY NEEDS Line 23. TOTAL COST FOR PARKS FACILITIES Line 28 TOTAL COST FOR LIBRARY FACILITIES Line 33 TOTALYEAR THREE ESTIMATE Year Four (10/27-9/28) Description Line # Amount TOTAL COST FOR CITY HALL YEAR ONE Line 4. TOTAL COST FOR METROLINKS YEAR ONE Line 9. TOTAL COST FOR PARKING STRUCTURE YEAR ONE Line 14. TOTAL COST FOR MCBEAN BUS TRANSFER STATION Line 19. TOTAL COST FOR ARTS AND EVENTS SECURITY NEEDS Line 24. TOTAL COST FOR PARKS FACILITIES Line 29 TOTAL COST FOR LIBRARY FACILITIES Line 34 TOTALYEAR FOUR ESTIMATE Year Five (10/28-9/29) Description Line # Amount TOTAL COST FOR CITY HALL YEAR ONE Line 5. TOTAL COST FOR METROLINKS YEAR ONE Line 10. TOTAL COST FOR PARKING STRUCTURE YEAR ONE Line 15. TOTAL COST FOR MCBEAN BUS TRANSFER STATION Line 20. TOTAL COST FOR ARTS AND EVENTS SECURITY NEEDS Line 25. TOTAL COST FOR PARKS FACILITIES Line 30 TOTAL COST FOR LIBRARY FACILITIES Line 35 TOTALYEAR FIVE ESTIMATE List any other mandatory or minimum charges that may apply: See next page for additional Pricing Name (Print): Signature: ADDITIONAL PRICING Additional and Emergency Services. The following unit costs will be used solely for changes (increases or decreases) to contract service levels except for City Hall which will be at the unit prices bid. Alarm Response Call Outs Alarm Response Call outs (the City estimates approximately 20 call outs) Alarm Responses: Monday thru Friday between 5:00 p.m. — 6:00 a.m., weekends and holidays (24 hours) Year Cost Per Call Out Estimated Call Outs Total Cost Per Year Year One (10/24-9/25) 20 Year Two (10/25-9/26) 20 Year Three (10/26-9/27) 20 Year Four (10/27-9/28) 20 Year Five (10/28-9/29) 20 Scheduled As -Needed Guard Services Cost per guard hour or on -site services at any location with a minimum or one weeKs notice. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays t-ost per guara nour crowa control on root witn a minimum or one weeKs notice. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays cost per guara nour crowa controi witn venicie witn a minimum or one weeKs notice. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays Emergency As -Needed Guard Services 1-ost per guard hour or on -site services at any location with less than one weeKs notice. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays Cost per guard hour crowd control on root with less than one weeks notice. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays uosi per guara nour crowa control wltn venlcle wren less than one weeks notice. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays Minimum charge for emergency response service, and temporary service, with less than (1) weeks' notice, sentry VINLY, riat cnarge per occurrence aaaea to nouny cnarge. Hourly Rate Estimated Hours Per Year Total Cost Weekdays Weekends Holidays Minimum charge for emergency response service, and temporary service, with less than (1) weeks' notice, sentry with vehicle. flat charge per occurrence added to hourlv charge. Charge Per Occurrence Estimated Occurrences Per Year Total Cost Weekdays Weekends Holidays Name (Print): Signature: rrr TH 1;oadf; "Simply, GOOD Security!" �11 September 3, 2024 CITY OF SANTA CLAR CURITY CONTRACT PRESENT GOOD GUARD SECURITY, SHAWN HELMANDI - REGION PRESIDENT 1 (800) 651-0491 X 1000 SHAWN@GOODGUARDSECURITY.COM GaadGuard "Simply, GOOD Security!" 1. INTRODUCTION: CITY OF SANTA CLARITA RFP NO.FM-24-25-04 The City of Santa Clarita Attn: Jaclyn Abston Santa Clarita, CA 91355-2196 September 3, 2024 The City of Santa Clarita GG Headquarters Legal Name: Good Guard Security, Inc. Local Branch Office: 21622 Plummer St. 200 Chatsworth, CA 91311 Company Number: (800) 651-0491 Website: goodguardsecurity.com O PPO License No.: 121925 Type of Entity: Corporation CA Corporation No.: C4321379 SAM UEI No.: YVR1RB84ASN5 O Point of Contact Shawn Helmandi Region President (800) 651-0491 x 1000 shawn@goodguardsecurity.com Dear The City of Santa Clarita, For generations, immigrants from every corner of the world have journeyed to the golden state of California, carrying with them hopes, dreams, and the promise of a better life. It is here, amidst the diversity and resilience of these people, that the vision of "Simply, GOOD Security!" was born. This is not just a slogan —it's the essence of who we are at Good Guard. This isn't just a catch phrase— it's the heartbeat of our culture at Good Guard. We believe in simplicity, integrity, and the timeless principle of treating people right. As we were taught as children, treat others the way you wish to be treated. "Simply, GOOD Security!" begins with Simply, GOOD People. In our eyes, every person regardless of where they come from or what their story is, deserves a chance to thrive. "Simply, GOOD Security!" is driven by straightforward, effective processes. While the business of security may involve layers of standard operating procedures, post orders, and site -specific complexities, our approach remains fundamentally clear and focused. At its core, security is about vigilant oversight and transparent, comprehensive reporting. In a world where the lines between chaos and order can blur, "Simply, GOOD Security!" stands as a beacon of clarity and protection for every person and community we are honored to serve. Here in The City of Santa Clarita and across the great state of California, "Simply, GOOD Security!" has been instrumental in creating jobs and opportunities that reflect the strength and spirit of our communities. We understand that true security isn't just about policies and procedures —it's about trust, open communication, and meaningful relationships. Without investing time in each other, there's no connection. Without connection, trust cannot grow. And without trust, security loses its meaning. This is the bedrock of "Simply, GOOD Security!" —strong, principled relationships that drive excellence in everything we do. We are honored and humbled to present this RFP, approaching this opportunity with confidence, humility, and a deep sense of gratitude. We know we're the best, and we're eager to prove it. This is more than just a service —it's "Simply, GOOD Security!" where every individual matters, where excellence is the standard, and where, together, we build a safer, more connected world Kindly, Shawn Helmandi, Region President ptaf�rs THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. 2 1 P a g e GOodGuard "Simply, GOOD Security!" TABLE OF CONTENTS SECTION PAGE # 1.1.1. INTRODUCTION 4 1.1.2. REFERENCES 5-9 1.1.3. WORK HISTORY 10- 12 1.1.4. LICENSE 13 1.1.5. GUARDS AND FIELD SUPERVISORS 14-27 1.1.6. OFF - SITE PERSONNEL 28-33 1.1.7. EQUIPMENT 34-41 1.1.8. TRAINING PLAN 42-47 1.1.9. UNIFORMS 48-53 1.1.10. REPORTS 54-55 APPENDICES 56-57 a). ADDENDUM 1 56 b). ADDENDUM 2 57 "Safety and security don't just happen; they are the result of collective consensus and public investment." - Nelson Mandela repaaf�rs. 3 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-041 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.1. INTRODUCTION Good Guard is a privately owned, reputable security company headquartered in the State of California (CA). We are a wholly owned corporation and will be working as the prime contractor should we be awarded this contract. Good Guard was founded in 1984, formerly known as Odona Central Security, Inc., providing security throughout the United States for over 40 years. Since the agency was founded, our executive leaders have worked diligently to expand our capabilities and services nationwide. Although, Good Guard maintains the capabilities of a large-scale corporation, we've preserved the nimbleness of a small business, allowing our management teams to foster collaborative, working relationships with our clients. Good Guard's expansion has been achieved organically through our success in providing comprehensive security services with a specialized focus on public and federal sectors. Our niche in public and federal agencies has been the leading contribution to our continuous expansion. Good Guard's experience in the public contracting environment has given our teams expertise in delivering a responsive, adaptable, and personalized management approach required to successfully maintain and operate projects with a size and scope such as that of The City of Santa Clarita. LICENSED Q IN 13 STATES Z O ACTIVELY u_ PROVIDING J SECURITY TO Q 96% OF CA U 0 2,880 FULL- V TIME; 541 PART- d00 TIME OFFICERS IN CA od LOCAL o Y Q PRESENCE IN SANTA CLARITA OFFICE ADDRESS: PROPOSED REPRESENTATIVE: CA PPO 21622 Plummer St. 200 Shawn Helmandi, Region License No.: Chatsworth, CA 91311 President 121925 (800) 651-0491 ext. 1000 EH:,11 jE �,-. � •-~� THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. 4 1 P a g e GaadGuard "Simply, GOOD Security!" 1.1.2. REFERENCES Liseth Guizar (310) 458-1975 ext. 5971 Liseth.guizar@santamonica.gov www.santamonica.com THE CITY OF SANTA MONICA Name of Project: RFB No. 4469 for Security Services for DOT Facilities and Onboard Buses Location of Project: 1620 6t" St Santa Monica, CA 90401 Project Budget: $7,407,816.00 Date of Completion: 3/10/2024 - 4/1/2029 Project Summary: Good Guard offers Transit Safety Officers and stationary unarmed officers to the Santa Monica Transportation Department. These services encompass both stationary guards and transit officers, strategically deployed to thwart potential threats and monitor suspicious activities. Notably, the Good Guard transit officers stationed on Santa Monica Blue buses represent a pioneering initiative supported by the city, aimed at enhancing the safety and security of residents and commuters. Officers are responsible for maintaining a strong security presence onboard buses to promote safety, create detailed reports, enforce BBB code of conduct, and assist the public with any inquiries about the BBB transit system. repaaf�rs. 5 I P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.2. REFERENCES Joseph Avalos (310) 991-1445 R6633@lapd.online www.lacity.org THE CITY OF LOS ANGELES Name of Project: As -Needed Security Support for the Mayor's Crisis Response Team Location of Project: 200 N Springs Rd Los Angeles, CA 90012 Project Budget: $715,000.00/annual Date of Completion: 11/30/2018 - Current Project Summary: Good Guard provides comprehensive armed and unarmed security services to the city, deploying our officers on an as -needed basis to secure and support various City facilities during high -profile events, protests, and other critical situations. Our dedicated officers are responsible for a range of vital security functions, including thorough screening services, rigorous access control, and systematic foot patrols. These measures are designed to uphold the integrity and security of the facilities, ensuring a secure environment for staff, visitors, and the public. Our team's expertise in managing complex and dynamic security scenarios enables us to adapt swiftly to evolving conditions, effectively mitigating risks and maintaining a high level of safety and order across all facilities. �,-. � 6 1 P a g e •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.2. REFERENCES KAISER PERMANENTE 040 «i KAISER PERMANENTE�, Mike Gedjeyan (818) 326-9955 mike.gedjeyan@kp.org www.kaiserpermanente.org Name of Project: Unarmed Security Officers for Kaiser Permanente Hospital Locations Location of Project: 6041 Cadillac Ave Los Angeles, CA 90034 Project Budget: $7,343,205.68 Date of Completion: 1/01/2022 - Current Project Summary: Good Guard is proud to provide comprehensive security services for several Kaiser Permanente locations across the State of California. Our dedicated team ensures a consistent presence with security officers available seven days a week, including around -the -clock emergency response services as needed. Our officers are responsible for a wide range of duties, including routine foot and parking lot patrols, manning stationary guard posts, providing secure escorts, regulating parking, and managing checkpoints through our advanced Guard Tour system. In addition to these routine tasks, Good Guard offers 24/7 security services for various pharmaceutical clinics, expertly handling crowd control and maintaining order to ensure a safe environment for all. Our commitment to high -quality security extends to every aspect of our service, including rigorous training and adherence to best practices, to ensure the safety and protection of Kaiser Permanente's staff, visitors, and patients. We are dedicated to upholding the highest standards of security and operational excellence, tailored to meet the specific needs of Kaiser Hospitals and facilities across the state. repaaf�rs. 7 I P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. "Simply, GOOD Security!" 1.1.2. REFERENCES To further demonstrate our record of success with municipalities and other government entities, we have included Letters of Reference from other partnerships we have formed, showcasing the confidence and satisfaction expressed by our clients. A lit 01P 7. I:AREN BASS AL-WOR April 29, 2024 To Whom It May Concern, It is my pleasure to write this letter of recommendation for Good Guard Security and to confirm that the Mayor's Office of Public Safety and the City of Los Angeles Crisis Response Team have contracted with this company. As the Director of the Crisis Response Team (CRT) and as a Los Angeles Police Officer assigned to the Mayor's Office and the Office of the Chief of Police, I can without hesitation, express my personal observations of the extraordinary work Good Guard Security provides. This company is led by experienced executives, who are experts in their fields and have real -world experience in the industries that they serve. Their security officers are motivated, disciplined, and professional. Good Guard Security provides the City of Los Angeles with qualified armed and unarmed security officers as needed for ongoing special events and to assist our team with overseeing homeless encampments throughout the city. This includes fixed posts, foot beat, and patrol. I feel confident in recommending Good Guard Security. If you have any further questions, please feel free to contact me. Best Joseyfi,W. Avalos, Director Criss esponse Team (CRT) Mayor's Office of Public Safety Phone: (243) 359-4206 (310) 991-1445 Office of Mayor Karen Bass repaaf�rs. 8 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. "Simply, GOOD Security!" 1.1.2. REFERENCES A KAISER PERMANENTE0 April 22, 2023 To whom it may concern: am writing this letter to highly and enthusiastically recommend Good Guard Security for Professional Security Services. Last year, Kaiser Permanente West Los Angeles Medical Center identified a security gap —the existing contracted security vendor was unable to meet the requirements of our campus. Within 1 week of us reaching out to Good Guard for assistance, Shawn Helmandi and Hal Tabibzada arranged for an in person meeting with our in-house Security leadership to discuss our needs. Additionally, within 2 business days, Good Guard had drafted a comprehensive security plan that they were able to implement within 2 short weeks. Since their start, Good Guard has delivered the highest quality of professional services. Good Guard provides guards who are not only trained well in their role, but also offer customer services and accountability. The guards communicate effectively with our internal security leaders, are personable and available to assist our patients, and present themselves in a professional manner. They exercise good judgement and inspire confidence in the safety of our facility— feedback that we have directly received from patients, members, and staff. The Good Guard Corporate Leaders embrace accountability and are always a phone call away if needed. They pro -actively arrange regular touch base meetings to discuss the current state of the business, they fill job orders in a timely manner, and are accommodatingto our ever -changing demands. We currently have 3 health facilities serviced by Good Guard and all sites are consistently staffed as promised in their first meeting. Lastly, it is because of this excellent support that Kaiser Permanente has engaged in discussion with Good Guard to provide security resources to Kaiser Permanente nationwide. We are grateful to Good Guard's responsive regional and owner support. Please feel free to reach me directly should you have any questions. Warm Regards, AXI/ Mike Gedjeyan I Chief Financial Officer Kaiser Foundation Health Plan & Hospitals West Los Angeles MedicalCenter 6041 Cadillac Avenue, Los Angeles,CA90034 O 323.857.3726 1 C: 310.487.6292 E: Mike.Gedievangko.ore wLA Financial Services Share Point Site Administrative Support: Lizet Serrano 323-857-3407 NFIDYNrs. 9 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.3. WORK HISTORY Good Guard's expertise in delivering services to Public Agencies has been refined through our successful collaborations with clients such as: Vr The City of Santa Monica V The City of Los Angeles V Culver City V The City of Oxnard V The City of Lynwood V The City of Alhambra V The City of Anaheim Our officers and management teams have a proven track record of securing public agencies across California, delivering effective security solutions with confidence and precision. We are fully prepared and enthusiastic about the opportunity to demonstrate our expertise and capabilities in serving The City of Santa Clarita ensuring expert security and compliance on a contract of this scale and scope. Good Guard is proud to have recently secured two significant contracts with Culver City, furthering our dedication to safeguarding the community. Our first contract encompasses a wide range of city services, where we provide unarmed security officers to protect key locations such as City Hall and the Parks and Recreation department. Our work with the Parks and Recreation department is particularly extensive, as we ensure the safety of numerous parks, senior centers, and recreational facilities, creating a secure environment for residents and visitors to enjoy. We also offer on -demand security for the city's theater and various community events, adapting our services to meet the city's dynamic needs. The second contract focuses on enhancing security within the Transportation department, where we protect their transportation facility and station. Additionally, our security ambassador officers are stationed throughout the city's bus system, ensuring the safety of both drivers and passengers while promoting the service. Through these contracts, Good Guard is deeply integrated into the daily life of Culver City, playing a crucial role in maintaining a safe and welcoming environment across the city's diverse public spaces. �,-. � 10 P a g e •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.3. WORK HISTORY Good Guard is honored to have secured two essential contracts with the City of Santa Monica. Our first contract involves partnering with Santa Monica PD to deliver comprehensive security services across various city locations, including Downtown Parking Structures, City Libraries, and more. We provide foot and vehicle patrols throughout these areas to deter crime, prevent motor vehicle theft, and address property damage. Additionally, our officers employ advanced de-escalation techniques to effectively interact with the homeless population and the public, fostering a secure environment. Our second contract, with the Santa Monica Department of Transportation, focuses on the Big Blue Bus (BBB) system. We provide robust security for the bus yard and administrative offices, ensuring thorough gate access control and continuous perimeter patrols. Our Transit Safety Officers (TSOs) are deployed on multiple bus routes each day in a randomized order, maintaining the safety and security of all passengers and bus operators. This contract also includes close collaboration with city representatives to develop and implement optimized security plans that enhance the efficiency and effectiveness of the transit system. Another project we feel relates to The City of Santa Clarita's scope of work is our contract with The City of Lynwood. Good Guard provided The City of Lynwood with unarmed security officers and patrol officers. They were responsible for patrolling nine (9) City parks, City community centers, utility yards, and their Civic Center in a random order on a daily basis. Good Guard was responsible for conducting foot patrols of each of these City facilities to ensure employee safety throughout the day and maintain the integrity of these facilities after hours. We were also responsible for securing their Transit Center to ensure individuals were adhering to all Transit rules & regulations, deter crime, and ensure safe usage of the buses for the children that utilize it before and after school hours. Good Guard was also responsible for securing the City's events and park rentals on an as -needed basis. Our Management Team coordinated with the City's Parks and Recreation Department on a regular basis to schedule as -needed events. Officers for these events performed crowd control, traffic control, and ensured that the public follows rules and regulations enforced by the City. We were typically scheduled for rental facilities at least twice a month, in which we were responsible for providing additional security officers for such events. 11 I P a g e •-~� �,-. � THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaiodiGUdfd "Simply, GOOD Security!" 1.1.3. WORK HISTORY At Good Guard, we are committed to prioritizing the cultivation of strong partnerships with every entity we contract with. We deeply understand the significance of establishing collaborative and responsive relationships to ensure that The City of Santa Clarita receives the highest standard of security services & management. Our primary objective is to work closely with The City of Santa Clarita to foster a proactive and communicative partnership and deliver tailored security solutions tailored to the unique needs of each city location. Furthermore, we acknowledge the paramount importance of building relationships within the community. We actively engage with local law enforcement, surrounding businesses, and unhoused outreach resources within the city limits. Cultivating these connections is instrumental in our proactive approach to coordinating with the community. By fostering strong ties with stakeholders and local law enforcement, we can address security concerns collaboratively and establish effective procedures for emergency services. To the right, The City of Santa Clarita may review how our ongoing partnership with the City of Santa Monica, local law enforcement, and City stakeholders helped mitigate security risks experienced throughout the City. Should we be awarded this contract, our objective will be to implement the same level of engagement. City Council Report City Council Meeting: June 13, 2023 Agenda Item: 5.L To: Mayor and City Council From: Ramon Batista, Police Chief, Police Department Subject: Approval of First Modification of Agreement #4982 with Good Guard Security Inc. for Parking Structure Security Services Discussion In January 2023, the City piloted a six-month program with Good Guard Security Inc, with a contract term ending on June 30, 2023. The pilot program proved successful, with a notable decrease in calls for police services at all parking structures, the Main Library, and the Ken Edwards Center (KEC). A comparison from January through May of 2022 to 2023 proved a decrease of 48°% in calls for service. Calls for service specific to Burglary Theft from Motor Vehicle (BTFMV) have decreased by 60°%. Library staff noticed the impact of overnight security in stairwells, library grounds, and elevators. During the pilot period, security guard schedules were adjusted to meet the changing needs of the Main Library and the Ken Edwards Center. The schedule adjustment produced noticeable results almost instantly. During the pilot period, there was a need for additional guards during the daytime hours on the Promenade, and Good Guard Security Inc. assigned 6 guards and a supervisor within 24 hours' notice. Security guard supervisors participate in Homeless Liaison Program bi-weekly meetings, monthly parking structure walk throughs, and other meetings regarding maintenance, homeless outreach, and crime trends in the downtown area. The online reporting provided by the company has assisted with collaborative efforts across multiple departments and greatly contributed to improving the downtown cleanliness and public safely. Good Guard uses the "SilverTrac" guard monitoring system which provides GPS-based tracking capabilities. With this technology, designated City staff can access the "SilverTrac" system and look up the current location of guards as well as download GPS-based activity reports, showing the location of guards throughout their shifts. Contract Modification Request Current Authorized Future Years Dept Account # Total Revised Agreement# Amount Contract Amount 4982 $200,0D0 $800,000 01180D02.550010 $1,000,000 $1,400,000 01180002.550010- $1400,000 Measure CS Fundin Total $2,400,000 Future year funding contingent on Council approval. Prepared By: Robert D'andrea, Police Lieutenant Approved Forwarded to Council 0 & 1-1r1 am a is:a, olice Chief 6/9/2023 uawr)wWurty Wnl4er 6/912023 paafrs 12 1 P a g e re THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.4. LICENSE Good Guard ensures that all necessary licenses mandated by the Department of Consumer Affairs and the Bureau of Security and Investigative Services (BSIS) are actively maintained. This includes keeping all relevant business licenses and individual security officer licenses up to date in compliance with BSIS requirements. Bureau of Security agd''Uvestigative Services - P cunran �s,,, �� LM14'C'�N-A Oi oast NrNT OF ��. ,•t�,', UMER 0,31 ' rV; tx _, ,oN A F F A I R 8 ;► ' Y Priva el at 01' P" rator tn�4 l' F D,p License No. PP0121925 Issue Date: 10/06/2023 Valid Until: 10/31/2025 GOOD GUARD SECURITY SERVICES 21622 PLUMMER ST STE 200 CHATSWORTH, CA 91311-4162 The above its licensed as a Corporanon w,th the State of California eufeau of Secutity and Investigative Services. Secretary - M EHSSAN HELMANDI CEO - HALMAND TABIBZADA Qualified Manager - HALMAND TABIBZADA CFO - IESHA HELMANDI PLACE RENEWAL HERE Valid Until: 10/31/2025 Receipt No. 12111 This Original License must be kept for the life of the license and posted in Public View. The above named is a licensed Private Patrol Operator in the State of California, subject to the filing for renewal and the payment of the statutory fee by the expiration date. The license is issued pursuant to, and continues in effect subject to compliance with, the provisions of Chapter 11.5 of Division 3 of the Business and Professions Code of the State of California, and the Rules and Regulations established thereunder, and the above named licensee is duly authorized under said Chapter. Department of Consumer Affairs Bureau of Security and Investigative Services P.O. Box 969002 West Sacramento, CA 95798-9002 (916) 322-4000 - - - POST IN PUBLIC VIEW - - - 1204 CIF RT041 053123 �-� 131 Page XONFIRIFNIrIALf •-~ THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Statement Reqardinq Guards and Field Supervisors January 23, 2024 Attn.: The City of Santa Clarita RFP NO. FM-24-25-04 for City Security Services To Whom It May Concern, Please note that upon securing the contract, Good Guard Security, Inc. will work closely with city officials to choose the most appropriate officers for the assignment. These officers will be subject to periodic reassessment to ensure they meet the service requirements. Due to confidentiality constraints, photographs of personnel will not be initially available. However, the City can review the experience and certification details of a portion of the personnel we intend to assign on the following pages. Good Guard Security, Inc. assures that no subconsultants will be involved; all tasks will be performed exclusively by our direct employees, for whom we accept full responsibility regarding the quality and integrity of the services provided. This represents our initial group of security personnel; more team members and photographs will be released subsequently upon contract award. Kindly, Shawn Helmandi, Region President repaafrs 14 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. 1.1.5. GUARDS AND FIELD GanGOOD Guard SUPERVISORS Resume & Participation Jimmy Luttaya, Field Supervisor Address: 21622 Plummer St, Suite 200 City of Lynwood May 2022 Chatsworth, CA 91311 Tr Oversaw security team assigned to City to verify all assigned security personnel were properly adhering to City post -orders. Guard Card No.: 6642206 Exp. Date: 09/31/202 r Assisted security personnel in managing and de-escalating encounters Baton Permit #: 1502350 with transients and handling escalated situations effectively. Education VP Ensured that all officers followed proper lock -up procedures, effectively '0' Crisis Intervention Prevention (CPI) securing the city at every closing. Certification r Served as liaison between security beat and city management, ensuring 'r' Management of Assaultive Behavior open communication. (MOAB) Certification Saasi, Unarmed Resume & Participation OfficerRichard Security Address: 21622 Plummer St, Suite 200 City of Lynwood March 2019 Chatsworth, CA 91311 r Conducts regular patrols of City facilities to ensure the safety of all patrons and staff. Guard Card No.: 6779555 Tr Enforces city rules and regulations and code of conduct. Exp. Date: 07/31/2026 Education Tr Assists with emergency evacuations to guide patrons and employees `P Management of Assaultive Behavior during drills and emergency situations. (MOAB) Training r Provides customer service to all patrons and city staff to maintain a welcoming environment. Graves, Unarmed Resume & Participation OfficerMichael Security Address: 21622 Plummer St, Suite 200 The City of Santa Monica January 2023 Chatsworth, CA 91311 r Conducts continuous exterior patrols to assist the city in managing incidents involving individuals seeking unauthorized shelter within the premises. Guard Card No.: 6742461 r Enforces Santa Monica ordinance to prevent transients from congregating and Exp. Date: 02/28/2026 taking shelter on city property. Education r Coordinates with Santa Monica PD to mitigate heightened security situations. 'F Management of Assaultive Behavior r Controls and monitors entrances and exits such as city staff elevator and roof (MOAB) access to ensure only authorized personnel enter restricted areas Choice, Unarmed Resume & Participation OfficerMichael Security Address: 21622 Plummer St, Suite 200 City of Lynwood March 2019 Chatsworth, CA 91311 r Provides hospitality and customer service for all city visitors to contribute to Guard Card No.: 1847829 the City's welcoming environment. Exp. Date: 12/31/2025 r Documents all security incidents and develops detailed incident reports. Education r Handles and secures all lost items, and coordinates with City staff to manage W r_ Management of Assaultive Behavior lost and found. (MOAB) r Enforces City rules and regulations to ensure a calm and tranquil environment for all patrons. --� 15 1 Page XONFIRWrIALI •-~ THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-041 GOOD GUARD SECURITY, INC. GanGOOD Guard 1.1.5. GUARDS AND FIELD SUPERVISORS Address: 21622 Plummer St, Suite 200 Chatsworth, CA 91311 Guard Card No.: 6510593 Exp. Date: 08/29/2026 Frh irntinn '� Management of Assaultive Behavior (MOAB) Certification Address: 21622 Plummer St, Suite 200 Chatsworth, CA 91311 Guard Card No.: 6684621 Exp. Date: 04/30/2025 Education `rr, Management of Assaultive Behavior (MOAB) Training City of Lynwood May 2022 TO Performs routine inspections of the city's interior and exterior to ensure the safety of visitors and staff members. r Implements and upholds city policies, regulations, and the code of conduct. r Aids in emergency evacuations, assisting residents and employees during drills and actual emergencies. IV Offers customer service to both residents and city staff, contributing to a positive and welcoming atmosphere. Resume & Participation City of Lynwood March 2019 Ve Delivers hospitality and customer service to all city visitors, enhancing the City's inviting atmosphere. r Records all security incidents and prepares comprehensive incident reports. VP Manages and secures lost items, liaising with City staff to oversee the lost and found process. Wr Upholds City rules and regulations to maintain a peaceful and orderly environment for all patrons. Address: 21622 Plummer St, Suite 200 City of Santa Monica January 2023 Chatsworth, CA 91311 r Performs ongoing exterior patrols to help the city address incidents involving unauthorized shelter -seekers on the premises. Guard Card No.: 1220596 r Implements Santa Monica ordinances to deter individuals from Exp. Date: 05/31/2026 Education `-F Management of Assaultive Behavior (MOAB) Address: 21622 Plummer St, Suite 200 Chatsworth, CA 91311 Guard Card No.: 6362700 Exp. Date: 02/26/2026 Education F Management of Assaultive Behavior (MOAB) gathering and taking refuge on city property. r Collaborates with the Santa Monica Police Department to handle intensified security situations. Wr Regulates and oversees access points, such as the city staff elevator and roof, ensuring only authorized personnel enter restricted areas. City of Lynwood March 2019 TO Conducts routine patrols of City facilities to ensure the safety of visitors and staff. `F Upholds City rules, regulations, and the code of conduct. `r Assists in emergency evacuations by directing patrons and employees during drills and actual emergencies. Wr Delivers customer service to both visitors and City staff, fostering a welcoming environment. �-, 16 1 Page �re�►a�;hrs; THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-041 GOOD GUARD SECURITY, INC. GanGOOD Guard 1.1.5. GUARDS AND FIELD SUPERVISORS Address: 21622 Plummer St, Suite 200 Chatsworth, CA 91311 Guard Card No.: 6706054 Exp. Date: 08/31/2024 Education `((-r, Management of Assaultive Behavior (MOAB) Address: 21622 Plummer St, Suite 200 Chatsworth, CA 91311 Guard Card No.: 6706226 Exp. Date: 08/31/2025 Education Management of Assaultive Behavior (MOAB) City of Santa Monica January 2023 r Conducts regular exterior patrols to assist in managing incidents related to unauthorized individuals seeking shelter on city grounds. V Enforces Santa Monica ordinances to prevent gatherings and sheltering on city property. r Works in collaboration with the Santa Monica Police Department to manage elevated security situations. r Controls and monitors access points, including the staff elevator and roof, ensuring entry to restricted areas is limited to authorized personnel. City of Lynwood March 2019 IV Performs regular patrols of City facilities to ensure the safety of both visitors and staff. r Enforces city rules, regulations, and the code of conduct. r Guides patrons and employees during drills and real emergencies to facilitate smooth emergency evacuations. r Provides customer service to visitors and City staff, contributing to a friendly and welcoming atmosphere. �-., 17 1 Page HFER ;rrs •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04� GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Field Supervisor Name: Jimmy Luttaya Guard Card Number: 6642206 Expiration Date: September 30, 2026 �� GSIS BUREAU OF SECURITY AND INVESTIGATIVE SERVICES LICENSING DETAILS FOR: 6642206 NAME, _'JTAAYA, JIMMY UCENSE TYPE- SECURITY GUARD PRIMARY STATUS. CURRENT ADDRESS OF RECORD iYz 44! :TKA CA }1306 3143 LOS AHGELES COUNTY ISSUANCE DATE SEPTEMBCR 12, 2D22 EXPIRATION DATE SSPTEMBER 10, 2C26 CURRENT DATE, TIME AUGUST 2& 2024 10-35.31 AM replafraa 18 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaodGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Richard Saasi Guard Card Number: 6779555 Expiration Date: August 31, 2026 • 1381 S BUREAU OF SECURITY AND INVESTIGATIVE SERVICES LICENSING DETAILS FOR: 6779555 NAME: 5= A51, RIOIAR: LICENSE TYPE: SECURITY GJARD PRIMARY STATUES CURRZ:NT ADDRESS OF RECORD PANORAV A CITY CA 91402 1275 LOS AYGELES COUNTY ISSUANCE DATE AUGUST 2. 202e EXPIRATION DATE AJGUST 31 2026 CURRENT DATE 1 TIME AJGLGT 26 2024 1i1:32:7 AM �,-. � 19 P a g e •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Michael Graves Guard Card Number: 6742461 Expiration Date: February 28, 2026 20 1 P a g e •-~� �,-. � THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaodGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Michael Choice Guard Card Number: 1847829 Expiration Date: December 31, 2025 13515 E''314ATJN*1 LICENSING DETAILS FOR: 1847829 NAME: _ I!_ --, VICI IAEL ANGELO LICENSE TYPE; SZCURITY GUARD PRIMARY STATUS. CURRCNT ADDRESS Or RECORD -0S ANG LES CA Si7G 4 1251 LOS ANGELES COUNTY ISSUANCE DATE ]ECZV u'E-1 3. 2-213 EXPIRATION DATE DECEMBER 3:, n25 CURRENT DATE r TIME AUGUST 20. 2024 10 511 AM LICENSE RELATIONSHIPS QUALIFYING FIREARM PERMIT LICENSEiREGISTRATION ROLE:-tJSI4ESS OR PROrrSSIONALLtCENSE RELATED PARTY ROLE: EXPOSED r1REARM PERMIT NAME- CtOICE. MSCHA-L -••037_0 LICENSEIREGISTRATION TYPE: -xnsm nRCARM PERMIT LICENSE NUMBER: ? :sE3a PRIMARY STATUS-- cuRREw7 ADCRESS; LOS ANGELES CA 90044 :25t LOS ANGELES COUNTY �-� 211 Page �alrel'ta>?rTs; THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Ruben Dominguez Guard Card Number: 6510593 Expiration Date: August 31, 2026 11=11INOW= r�1 BSIS =1,11:a 4-AlKe] f4 =1031J A III W&A Z 1 411 1: LTA *1 li rc%% III LVA 4 SERVICES LICENSING DETAILS FOR. 6510593 NAME; DOMINGUEZ. RUBEN LICITNSE TYPE: SECURITY GUARD PRIMARY STATUS. CURRENT ADDRESS OF RECORD PALAiDALE CA 93650 5752 LOS ANGELES COUNTY ISSUANCE DATE AUGUST 17, 2020 EXPIRATION DATE AUGUST 31, 2026 CURRENT DATE ! TIME AUGUST 2S. 2024 11.39:7 W LICENSE RELATIONSHIPS GUARD TO BATON PERMIT LICENSE.IREGISTRATION ROLE: GUARD RELATED PARTY ROLE: BATON PERMIT NAME: DOMINGUEZ_ RUOEN LICEN SE)REGI STRATION TYPE_ BATON PERMIT LICENSE NUMBER: t5o7345 PRIMARY STATUS: CURRENT ADDRESS: P'ALVDALE CA'33550 z-712 LCSANG-LES COX. piaflrs 22 1 P a g e � THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuaW "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Stanley Busulwa Guard Card Number: 6684621 Expiration Date: April 30, 2025 23 1 P a g e •-~� �,-. � THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Jose Puerta Guard Card Number: 1220596 Expiration Date: March 31, 2026 �,-. � 24 P a g e •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaadGuaW "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Eduardo Lopez Guard Card Number: 6362700 Expiration Date: February 26, 2026 �,-. � 25 P a g e •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GoodGuaW "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Sahib Singh Guard Card Number: 6706054 Expiration Date: August 31, 2025 �,-. � 26 P a g e •-~� THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaadGuaW "Simply, GOOD Security!" 1.1.5. GUARDS AND FIELD SUPERVISORS Security officers Name: Budh Singh Guard Card Number: 6706226 Expiration Date: August 31, 2025 reptafraa 27 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.6. OFF -SITE PERSONNEL Good Guard's organizational structure is a powerhouse of strategic leadership and operational excellence, driven by decades of industry experience and a commitment to innovation. Our seamless communication and robust support systems ensure that every team member is empowered to deliver unparalleled security services, making us a trusted leader in the field. Vor GnadCrrard Andrea Huerta Andrea Carter Sr. Procurement Director of Human Analyst Resources Richard Stephan Justin Ginn Compliance Officer Recruitment Manager Hal Tabibzada Chief Executive Officer Shawn Helmandi Bob Parks lesha Helmandi Region President Vice President Chief Financial Officer Ahmed Elgazery VP of Operations Jasmine Malik Joseph Reed Executive Portfolio Director of Manager Operations L No Brad Jorgensen Jerry Makkern Vanessa Nevarez Robin Singh Andrew Renteria J Administrative HR Assistant Account Manager Support Officer Fulfillment Manager Training Manager I moo *--7 d ii, Pamela Zurita Account Manager Carlos Mendoza Joseph Anguya Supervisory Team Investigations Officer Manager 10 Security Supervisory Team Jessica Kimbrough Financial Analyst Christina Barron Billing and Invoicing Specialist Lisa Barron Director of Human Resources Mirriam Torres Accounts Receivable Specialist Good Guard agrees that, once assigned to work under the contract, key personnel shall not be removed or replaced without written notice to The City of Santa Clarita. If key personnel are not available for work under this contract for a continuous period exceeding thirty calendar days or are expected to devote substantially less effort to the work than initially anticipated, Good Guard shall immediately notify City representatives, and shall, replace such personnel with personnel of substantially equal ability and qualifications. --, 281 Page THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. TG00dGUdfd F, "Simply, GOOD Security!" 1.1.6. OFF -SITE PERSONNEL Proposed Management Team for The City of Santa Clarita RESPONSIBLE FOR DAY-TO-DAY OPERATIONS AND OVERALL PROGRAM OF WORK Mr. Helmandi drives market growth, strategy execution, and operational excellence, while ensuring client satisfaction and managing emergency services. Mr. Elgaxery manages security staffing, scheduling, and discipline, ensuring training compliance and resolving site issues with the team. Mr. Parks drives strategic growth and operational excellence, ensuring top -tier security services and client satisfaction. Mr. Gu collaborates with the supervisory team and Director of Operations to ensure security personnel meet high standards and develop optimal security plans. Mrs. Malik is the primary contact during contract execution, providing 24/7 support and overseeing service quality, operational stability, and client relations. Our team is thoroughly prepared and eager to work with The City of Santa Clarita to strengthen and elevate current security measures. We are dedicated to exceeding the City's security expectations. Our management, supervisors, and scheduling teams are available 24/7, underscoring our commitment to constant, real-time communication. We understand the critical need for seamless security operations and are fully equipped to deliver them with the utmost efficiency and reliability --, 291 Page Erer►a�;rrs; THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. VP GoodGuard Simply, GOOD Security.!" 1.1.6. OFF -SITE PERSONNEL QUALITY CONTROL TEAM RESPONSIBILITIES TITLES JOB DESCRIPTION Responsible for overseeing security operations at each assigned site. Conducts Good - • random, unscheduled inspections to ensure guards are properly equipped, Quality Controladhere to uniform and appearance standards, and fulfill their post -specific Off icersduties. Ensures that on -site training is completed for all security personnel at • • each assigned site. Responds to emergency situations and covers posts as needed. Available twenty-four (24) hours, seven (7) days a week, three -hundred and Local • sixty-five (365) days a year to monitor and manage scheduling and ensure :ommand Center staffing is maintained for every active site. Our dispatch team is the first in line Scheduling to regulate any staffing issues as they are the first to be notified when guards Team are on/off duty and works closely with our Quality Control Officers to ensure all guards are properly servicing each site. This team will be located at our local Chatsworth Branch Office. WP ti olir"my-,, GOOD Secur,�,�„ t CITY OF SANTA CLARITA I # PL-24-25-03 Page )OD G INC. GanGOOD Guard 1.1.6. OFF -SITE PERSONNEL RegionShawn Helmandi, President City of Santa Monica (Big Blue Bus) Phone: (800) 651-0491 x 1000 March 2024 r Collaborated with assigned project team to help implement new technology Address: 21622 Plummer St. 200 software to help enhance the deployment, productivity, and management of Chatsworth, CA 91311 officers' onboard buses. r Coordinated affiliations with local outreach services to provide resources and E-mail: shaven@ooduardsecurity.com relief to individuals with mental health issues or substance use to address safety concerns onboard buses. City of Lynwood June 2022 r Sourced regional resources to coordinate security for emergency patrol services. r Coordinated regularly with the City of Lynwood Team to evaluate as needed patrol services which helped maximize safety while staying in budget. Bob Parks, Vice President• • City of Santa Monica (Big Blue Bus) Phone: (800) 651-0491 x 1007 March 2024 r Organized training sessions to equip officers with the necessary skills and Address: 21622 Plummer St. 200 knowledge for handling encounters they may face while on board buses. Chatsworth, CA 91311 r Coordinated with Santa Monica PD to provide emergency security for anticipated protests within the city. E-mail: bob@goodguardsecurity.com City of Lynwood October 2022 r Coordinated with the City's Parks and Recreation department to ensure officer enforce City ordinances in public spaces. ProjectJasmine Malik, • • City of Santa Monica (Big Blue Bus) Phone: (800) 651-0491 x 1020 January 2023 r Assisted Santa Monica employees on how to login in and utilize guard tracking Address: 21622 Plummer St. 200 software to check live locations and reports of officers' onboard buses, should Chatsworth, CA 91311 they choose to. r Regularly meets with On -Site Supervisor to discuss daily reports, officer E-mail: jasmine@�ood�uardsecurity.com performance, and deployment. City of Lynwood October 2022 r Coordinated with security teams as for as -needed protection services anywhere from 10-20 security officers. r Oversees the development of curated SOPs for each request of service. r Manages all -last minute event requests swiftly. Ahmed Elgazery, VP of Operations W Participation City of Santa Monica (Big Blue Bus) Phone: (800) 651-0491 x 1010 March 2024 r Traveled onboard buses prior to contract start to help the City determine best Address: 21622 Plummer St. 200 deployment methods for Transit Safety Officers. Chatsworth, CA 91311 r Implemented tracking & reporting technology to enhance the effectiveness of security plan. E-mail: ahmed@goodguardsecurity.com City of Lynwood October 2022 r Coordinated with security teams as for as -needed protection services anywhere from 10-20 security officers. r Oversees the development of curated SOPS for each request of service. --� 311 Page - THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.6. OFF -SITE PERSONNEL Phone: (800) 651-0491 x 1067 Address: 21622 Plummer St. 200 Chatsworth, CA 91311 E-mail: jun@goodguardsecurity.com City of Santa Monica (Big Blue Bus) March 2024 r Ensured all assigned TSOs, on -site supervisor, and flex personnel completed training. r Provided body camera training to all assigned TSO's to ensure all documented data is retrieved and held on file properly. City of Los Angeles June 2020 r Collaborated with the City's Crisis Response Team to coordinate necessary trainine for Emereencv Services --� 32 1 Page WOre11►a1;rrs ILI - THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. G00dGuard "Simply, GOOD Security!" 1.1.6. OFF -SITE PERSONNEL Jasmine Malik Executive Project Manager on� Available 24/7 Team of Assistant Project Managers Over 50 Projects Successfully Completed Ahmed Elgazery VP of Operations sale Every client we serve is designated a Project Manager and Vice President of Operations that will be available to them twenty-four (24) hours, seven (7) days a week, holidays included. At Good Guard, we believe our success has been due in part to the responsiveness of our teams. We understand that a security issue may arise on any given day, at any given moment. For this reason, our Project Managers, Field Manager, and assigned field supervisors are available 24/7. We are committed to ensuring a swift response time of under one hour for delivering solutions. Our 24/7 dispatch teams vigilantly oversee our officers, their scans, and reports in real time. We take a proactive stance in error detection, aiming to identify and address issues before they come to our clients' attention. This allows us to take the initiative by reaching out to the client proactively, equipped with a pre -prepared solution, rather than waiting for client representatives to raise concerns. 2nd POC Oversees Field Our Security Management Team, complete with Available 24/7 Operations an Executive Project Manager, Operations Manager, Field Manager, Supervisors, and 24/7 Scheduling & Dispatch are all contacts that will be Conducts Post -Risk made available to the district. Each City member Analysis' will be able to communicate with our team through phone immediately, or through email, with a thirty (30) minute response time. Additionally, our assigned Project Manager will also be responsible for meeting with the City on a quarterly basis to review the quality of our service, GaadGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Good Guard is committed to providing our officers with sufficient and reliable equipment to ensure they can effectively fulfill their job requirements. All equipment, both on -site and off -site, will be subject to regular maintenance and inspection schedules to ensure that it remains in optimal working condition. This proactive approach minimizes the likelihood of equipment failure during critical operations. By maintaining a well -stocked and carefully managed inventory of equipment both on - site and off -site, Good Guard ensures that our personnel are always prepared and equipped to perform their duties effectively. ((°)) El a Marked Patrol Marked Patrol Two -Way Company Cell Company Vehicels Golf Carts Radios and Phones and Tablets and *1 Backup if allowed *1 Backup if allowed Charger banks Chargers Chargers r n I� Body Cameras Disposable Flashlights and and Chargers First Aid KitDisposableTraffic Canes Extra Batteries 5) 1-0, Hardcopy of Hardcopy of Screening Reports Daily Activity Incident Re p Equipment Reports *In case of sys. *If required daily failure reptafraa 34 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Good Guard is available to provide designated patrol vehicles for The City of Santa Clarita. All patrol vehicles assigned to the City will be newer models (within 5 years) in good operating condition, with less than 150,000 miles. Providing the City with newer models of vehicles will help us ensure that we experience fewer maintenance issues to better maintain consistent services. Additionally, it provides the City with an enhanced touch of sophistication and professionalism. Exterior Good Guard will provide fully marked patrol vehicles as outlined below. All of our vehicles have the option to be equipped with amber hazard lights, megaphones, and spotlights at the City's discretion to add an extra layer of visibility. Good Guard's vehicles are also equipped with front & rear cameras that are always recording. This helps us capture evidence for any incidents occurring while our officers are patrolling on -site. All recordings are stored on a situ card that is uploaded to a cloud serber; data may be stored for five (5) years. Interior All of Good Guard's patrol vehicles are furnished with GPS navigation and tracking, so we can see where our patrol officers are at all times. Each patrol vehicle is also supplied with a first -aid kit, extra PPE equipment, portable fire extinguisher, flashlights & backup batteries, and barrier barricade tape. `SECURITY' GOOD GUARD LOGO GG LOGO----] GG WEBSITE DECAL (BOTH SIDES) VEHICLE NO. FRONT & REAR RECORDING CAMERAS PPO LICENSE NO. repaafrs 35 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Good Guard recognizes The City of Santa Clarita is looking for a security vendor that is available to provide any facility or location with options to conduct patrols and increase visibility simultaneously. Therefore, Good Guard is available to provide the City with alternate patrol equipment that would help increase visibility of our security officers, along with the ability to navigate through the city in a safe and quick manner. Good Guard is available to also supplement The City of Santa Clarita with golf carts and/or segway patrollers should we be awarded this contract. MARKED' •LVEHICLE GOLF CART PATROL Golf Cart Equipped with: M6 r Good Guard Security Emblem on each side of vehicle r Good Guard PPO Number on rear of vehicle r Good Guard Slogan & Website posted on rear of vehicle. r Amber & Flood Lights r First -Aid Kit r Portable Fire Extinguisher r Flashlights and Backup Batteries Segway X2 SE PT Patroller Equipped with: `F 'SECURITY" Panels on each side of the segway r Integrated lighting when patrolling r Travel -size First -Aid Kit ir r Flashlights and Backup Batteries w ptaf�rs. 36 � THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GoodGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Effective and immediate communication is paramount in the security field, as it directly impacts the smooth flow of our operations. With our extensive experience in securing numerous municipalities, Good Guard possesses a deep understanding of implementing robust communication protocols to facilitate seamless interaction among our officers, supervisors, dispatch, and emergency services as necessary. We equip our security officers with company -provided post phones furnished with TrackTik, as well as two-way radios. Additionally, we offer the option to incorporate body cameras into our officers' standard uniform. By providing body cameras to our officers, we not only enhance accountability, but also provide tangible evidence that serves as an additional layer of security and transparency for the state and local entities we serve. Should an incident of any level arise, our officers are required to report it immediately. If the incident calls for immediate law enforcement, local law enforcement will be the first contact our officer makes. Otherwise, our officer is required to call their supervisor and our dispatch center to report the incident. Following the resolution of all incidents, officers are required to develop and submit incident reports accordingly. • Good Guard is available to provide assigned security officers with company -provided cellphones. • Each post phone is equipped with calling and texting capabilities. • Each phone is equipped with our Guard Management software to help our internal Dispatch monitor guard activity. • Each phone has restricted access to various features to ensure officers are utliaing phones for work -related purposes only. • Good Guard will provide our security staff with Motorola APX6000 portable radios to communicate with each other while on shift. • At each facility, 4 radios will be provided with 6 replacment batteries. • One multi -bank battery charging station will be provided. • Good Guard is available to provide officers with Body Cameras to provide increased level of security and accountability. • Body cameras help capture evidenc( in any situation and last up to 16 hours of continuous recording. • GPS Enabled to help locate our officers at all times. • All recordings are maintained for up to five (5) years. • We will willingly provide all body camera footage to The City of Santa Clarita immediately upon request. 371 Page ��re�tarhrs; THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT TrackTik is our Guard Management & Reporting Software, providing seamless ° den p Parr access for both management teams and clients to monitor officers' on -site activities directly. This platform empowers security personnel to conduct checkpoint scans, report incidents, manage tasks, and generate Taylor Nerera se°rlty°1Cer Daily Activity Reports (DARs) instantly. At r 2o2d 10/b I cocked ln_1H Good Guard, transparency is a top priority for warm:cx. accountability and client assurance, �, supported by TrackTik's live activity tracking Sit-CneNOoits and reporting functionalities. Our security officers can efficiently capture photos, Rop a tags "Pitch iaska Messages videos and take notes, contributing to detailed report generation. This data is then consolidated for trend analysis, optimizing submetea°`t daily operations and delivering tailored Flea„r I security solutions for diverse facilities and security threats. SeltLrgs TrackTik offers our team and our clients a wide array of features to help us automate and improve security operations. Q., ❑o r-)D r � .i r q L J ❑ L0J Live Scheduling Live Dashboard Guard Tour Client Access Live S. Historic Management Tracking 0 d 0 Trends + Geofencing Communication Route Guard Tools Analytics Capabilities Systems Optimization -12) 0� r)) Automated Business Live Time Invoices Intelligence Sheets 38 1 P a g e •-~� �,-. � THE CITY OF SANTA CLARITA � RFP NO. FM-24-25-04 � GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Geofencing Capabilities Our Supervisors and Dispatch Officers are able to constantly track our officers through TrackTik's geofencing capabilities. At each site we serve, TrackTik allows us to establish a virtual fence around a property. Once a geofence is created, it r� provides our team with live tracking of an officer's Raul Virgilo location within the set boundaries. Should an Active Now P officer travel outside the perimeter of the virtual fence, our dispatch officers are immediately notified with an alert. This helps us ensure that our officers remain on -site throughout the duration of ■ their shift and enables our dispatch officers to immediately contact a security officer should they travel outside their designated perimeter. This feature also prompts our dispatch team with an alert should a security officer remain idle for an extended period of time, providing full accountability for our officers in the field. Live Reporting While on shift, security officers are able to Officer Scans at Reports of any If there is any incident, develop detailed Daily Checkpoint activity or incident create separate Activity Reports and provides a photo incident report (DARs) in seconds. For each checkpoint scan, 17. j 0_111 Q officers create daily Lp,rJ shift notes that detail the status of any location and any activity that may have All Checkpoints and Reports are logged in the Dashboard occurred. DARs can pull activity that fits unique criteria on any . P. property within user- ro.o� identified timeframes. �a L In any report pulled, each entry will include the reporting guard's name, shift notes, photos and/or audio, said guard's GPS location, and a timestamp. DARs also automatically update during each shift and can be automatically sent at the end of every day, week, or month as specified by each Santa Clarita City department. For convenience, DARs are color coded, allowing our dispatch team and County staff to monitor various activities with ease. repaafrs 39 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaadGuard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Good Guard's attendance and performance are measured for each site we serve through TrackTik's various features. The feedback that the software is capable of providing us and The City of Santa Clarita will help us diagnose any issues our team may be facing so that our team can implement corrective plans of action to keep the issue from reoccurring. rndaent CaPep�ry Musa of Day TrackTik's Analytic Reports will provide both our company and Pam;aa5, City of Santa Clarita with collective data on the services we will perform at the various City facilities. The Summary �.��../N Reports provide us with either Monthly, Quarterly, or Annual summaries based on what each Santa Clarita Facility requires. These summaries will help us „ provide an overview of all the services we have performed at each site. It will provide a site breakdown and allow us to look _. at any challenges any specific facility is facing, what we are doing that is working, and things we can change. Tracking performance in this way will provide us with the ability to present the city with solutions we feel will aid in alleviating its' security challenges. It will also allow City staff to pinpoint any challenges they feel they are facing with our services and provide feedback so we can work on making improvements. TrackTik compiles and analyzes data for each account we serve. The software we use allows our team to monitor what each officer is doing in real time, and for transparency matters, allows City staff to monitor it if they choose to. Each client is provided with a designated login for the TrackTik account that is being used for all their sites. Analytics 11VP Live Officer Scheduling x Incident Tracking and Reporting O Client Assurance Full Client Side Access PO Communication Systems P 4 — —i repaafrs 40 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GaodGUard "Simply, GOOD Security!" 1.1.7. EQUIPMENT Good Guard maintains our DOTS (Dispatch, Operations, Tracktik and Schedulers) command center running twenty-four (24) hours, seven (7) days a week at our Headquarters Office. Our DOTS center is equipped with teams of 24/7 dispatchers and schedulers who oversee the activity of all our security personnel. Our team provides services throughout the day and after-hours to monitor all field operations and ensure all of our active posts are being serviced promptly and correctly. D amm 0 A, TAa S Good Guard's 24/7 DOTS Center is set up to be compatible with our in-house geo- location software (TrackTik) that provides us with the ability to monitor all guards in real-time. Tracktik's innovative technology allows our dispatch team to monitor all check in/check out times from our guards, in addition to their location at the time of each punch to provide accountability and transparency. With the combination of our ultramodern technologies and our exceptionally trained dispatch unit, our team is always equipped and available to handle any scheduling emergencies such as: W Callouts V Medical/Family Emergencies W On -Call & As Needed Services r Weather Accommodations V Guard Replacements (if necessary) Good Guard Security Onboarding Process Step 1 Retain Incumbent Officers Good Guard will collaborate with the City of Santa Clarita to determine if there are any incumbent security officers they would like to maintain on -site. This helps us maintain continuity with the current services. Step 2 Assign Officers from Within our Pipeline We sustain security officers in our pipeline that will be available to be assigned to service the City. We consider specific site experience & availability when assigning officers. Officer Screening Clearances In order for a security officer to be eligible for assignment to any site post, all officers will need to clear our rigorous screening process. Stop 4 Pre -Assignment & Post -Assignment Training s All security officers must undergo our Pre -Assignment training i9prior to being assigned to a post. Once a post has been designated, they will be required to undergo training specific to their site. 071 Refresher braining & Weekly Inspections In order for us to ensure our officers are always performing to their best ability, our supervisors engage in weekly, unnanounced inspections. Officers are also required to undergo quarterly & annual refresher trainings. Identity Verification We like to ensure guards that service Municipalities are 21 or older. Guards are to supplement their Social Security Card & CA Driver's License for our HR Department to validate their identity, address, & status of residency using the Social Security Number Verif. Service (SSNVS). Certifications & Licenses All onboarding officers are required to have & maintain active Guard Cards & First Aid/CPR/AED Certifications. Good Guard will also require that all personnel assigned to this contract have and maintain a Crisis Prevention Intervention (CPI) Training Certification. How Do We Determine Good Guards? Drug Screening All guards are required to clear a pre -deployment 10-panel, urine sample drug screening that tests for THC, Cocaine, Amphetamines, Phencyclidine (PCP), Opiates, Barbituates, Benzodiazepines, Methadone, Oxycodone, and Methamphetamines.. i� Physical Examination All guards are required to undergo a medical examination conducted by a licensed physician prior to employment. A medical examination is required to ensure all hired personnel are physically capable of satisfying their specific duties. */1 Complete Background Screening All guards will undergo a Driver's Record request (CA SOS Website), Sex Offendor Check (National Sex Offendor Public Website, NSOPW), and Complete Background Investigation. We currently utilize our in-house Private Investigation Department (Blueiine Investigations). Experience & Education Good Guard will require the minimum years of experience and education specified in the Scope of Work for each staffing level. r GuadGuard "Simply, GOOD Security!" 1.1.8. TRAINING PLAN G G FACT: Security officers are required to receive at least an 85% on each exam in order to transition to the next course. rr TRAINING PLAN It is our belief that providing security personnel with substantial specialized training is critical in ensuring that each officer is amply prepared to secure their site. Good Guard's comprehensive in- house training department, Good Guard Unit Force Training is responsible for curating customized training programs targeted to improving daily operations in the field. One of the most important aspects of training is the accessibility of courses for our officers. For this reason, training classes are held at each of our branch offices to maintain locality for our personnel. Most training courses are also simultaneously held through zoom so we can ensure every officer is receiving the necessary training. After each course, security officers are tested on the core objectives to ensure they have a thorough understanding of the material. folo-tvi �paafrs 44 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. GG Ethics & Code of Conduct Covers Good Guard's mission & values, i expected Code of Conduct, Uniform Training, Introduction to Tracktik, Call -Off Procedures, Reporting Procedures, and Client Confidentiality Training. Priniciples of Access Control Overview of how to recognize access control challenges and identify potential threats. Introduction to CCTV basics and implementation of screening procedures. III vers of Arrest Use of Force Covers the overall role of a security do officer. Includes d escalation techniques, an overview of trespass laws and implications of enforcement, weapons of mass destruction, and coordinating & sharing of critical information. Liability & Legal Aspects Overview of the role of a security guard, CA Penal Code, BSIS codes and regulations, and criminial, civil and administrative aspects. Prod Observation & Documentation (Report Writing) Provides an overview of report writing, observation & documentation, patrol techniques, and observing suspects and suspicious activity. Officer Safety & Awareness Provides information on threat assessment, subject contact as well as environmental and hazardous materials awareness training Communication k Its Significance �verview of protocols ursuant to contract & communication through radios, monitors, cellphones, and other technology. Provides information for communication to First Responders, Law Enforcement, and Government services. rsity Training Provides strategies or cultivating an inclusive work environment, and the importance of fostering a collaborative and culturally competent environment. Post Orders & Assignments Overview of what Post Orders are and how to follow them to ensure site - specific objectives are met. Provides review on how to conduct patrols, checkpoint scans, etc. Sexual Harassment & Workplace Safety Provides guards with training on abusive conduct prevention and what sexual harassment looks like. Training provides examples of harassment based on gender identity, expression, and sexual orientation. fGOBLFGudrd "Simply, GOOD Security!" 1.1.8. TRAINING PLAN Specialized Training occurs once an officer completes their Pre -Assignment Training. This training provides training targeted to specific posts. These tailored courses help prepare our officers for what they will be facing with their position. Good Guard's Unit Force Training Department will be responsible for compiling training courses that fall in line with the curriculum proposed by the city. All incumbent and newly assigned staff must undergo this training. Below is a brief breakdown of the courses we intend to assign. GOOD GUARD'S UNIT FORCE TRAINING DEPARTMENT Our Unit Force Training Department is responsible for curating site - specific Training Plans and ensuring officer compliance to programs. l� 1-1 What Makes A Good Guard? ? How Many Hours are Dedicated • to Each Level of Training? 40 Hours 15+ 8-12 Hours Hours Pre -Assignment Training Specialized On -the -Job Training Training �-., 461 Page Ere,11:0j rs •-~� THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-041 GOOD GUARD SECURITY, INC. r GuadGuard "Simply, GOOD Security!" 1.1.8. TRAINING PLAN Refresher Training At Good Guard, we understand the CERTIFICATE OF COMPLETION significance of assuring that our personnel are always up to date with Andrew Renteria current training given the everchanging has completed the requirements for the nature of our work. We provide our Nonviolent Crisis lnterventlon®3rd Edition Training and is[ertfRea to teach at officers with a BSIS Annual Refresher Good Guard Security, Inc. Course that allows us to evaluate officers „116202] and provide annual continuing education pursuant to Business and Professions Code Sec. 7583.6(f)(1). This four (4) hour nvsTI�ur course reviews observation & documentation, arrests, search & seizure, along with an overview of weapons of OSHA Certification of Completion of Violence mass destruction, and more. Additionally,all permanently assigned officers must Protection Program Training undergo quarterly post -refresher training. Good Guard has found quarterly refreshers to be beneficial as we find that post -order duties may be altered from time to time to meet our clients' everchanging security needs. Hosting regular refreshers helps us ensure our officers are always experts of their post. Know Your Team: Unit Force Training Directors Anthony Knepper Omar Qaiss Training Compliance & Research Specialist Responsible for Curating Specialized Training Plans for each Post. In -the -Field Training Director Responsible for Training Supervisors & Overseeing On -Site Training Andrew Renteria In-CLass Training Director Responsible for conducting all In - Class Training Courses ptaf�rs. 47 � THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. r GuadGuard "Simply, GOOD Security!" 1.1.9. UNIFORMS Standard Uniform at Good Guard is as follows: each employee receives 3 Professional Uniform Shirts, Company issued Photo ID badge, nametag and designation shoulder patches, 2 Uniform Security Pants, leather belt, and professional non -slip Security Boots. Outer wear in the form of Good Guard branded winter jackets, windbreakers, beanies, and caps are also provided for our guards at no additional cost. Good Guard is committed to upholding the highest standards of professionalism for our security officers. To facilitate this, our uniforms are meticulously designed with wash-and-wear materials, ensuring both a sharp appearance and ease of maintenance. Our uniform fabric boasts wrinkle resistance and enduring quality even through numerous wash cycles. As part of our dedication to our officers' presentation, we also provide spare uniforms on an as -needed basis, guaranteeing that they consistently have access to immaculate and professional attire. Given the diverse range of portfolios we serve, our current uniform styles vary. We acknowledge the City's preference for Blue or Black uniform style shirts for this service. In response to this request, The City of Santa Clarita is invited to examine the uniform options available for these two styles on the subsequent pages. repaafrs 48 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. Polyester Black Short Sleeve Uniform • Good Guard photo I D • Leather basket weave belt • Ultra -flex uniform security pants (black) • 'Good Guard Security' shoulder patches • Company issued metal badges . Professional security boots Polyester White Short 1 Long Sleeve Uniform • Good Guard photo I D • Leather basket weave belt • Ultra -ilex uniform security pants (black) • 'Good Guard Security' shoulder patches • Company issued metal badges • Professional security boots ;9C,,V11F&!4fY Short Sleeve Polo Tactial Uniform • Poly -cotton security polo shirt w/ `Good Guard' logo • `SECURITY' printed on rear • Leather basket weave duty belt • BDU Pants (Khaki / Black) • `Good Guard' Shoulder patches • Company issued metal badge • Good Guard photo ID • Professional security boots Yellow Two -Toned Polo Uniform • Two -toned polyester polo w/ reflective stripes • `SECURITY' printed on rear • Leather basket weave duty belt • BDU Pants (Khaki / Black) • `Good Guard' Shoulder patches • Company issued metal badge • Good Guard photo I D • Professional security boots dp4WAP 4veciforAij A CLARITA I # PL-24-25-03 I GOOD GUARD SECURITY, INC. Windbreaker • Suitable for rainy & cold weather conditions • Marked w/'SECURITY' on rear vq Marked w/'SECURITY' on left chest panel • 'Good Guard Private Security' shoulder patches Winter Bomber Jacket • Suitable for rainy & cold weather conditions • Marked w/'SECURITY' on rear • Marked w/'SECURITY' on left chest panel • 'Good Guard Private Security' shoulder patches ;OOo SLOcurity!'f 511 Page CITY OF SANTA CLARITA I # PL-24-25-03 I GOOD GUARD SECURITY, INC. r GuadGuard "Simply, GOOD Security!" 1.1.9. UNIFORMS To ensure that our security staff consistently meets the highest standards of attire, we've established a comprehensive quality control process that combines clear guidelines, regular inspections, and ongoing support. Our commitment to compliance with staff attire begins with clear and detailed uniform policies. Upon hiring, each security officer is provided with company - approved uniforms that are specifically designed to be both professional and functional. These uniforms are clearly marked with our company's branding, ensuring that our personnel are easily identifiable and present a professional image at all times. To maintain these standards, we utilize a multi -step process that begins with education and training. Every security officer undergoes thorough training that includes the importance of proper attire, how to care for their uniforms, and the specific requirements for different assignments. This training ensures that our staff understands the expectations from day one. Uniform Shirt �* Metal Security Badge Irr Clean & Wrinkle Free V Shall be pinned on upper left frr Properly buttoned all the way chest. V Always tucked into uniform pants Good Guard Photo ID / V Pinned visibly on Uniform Shirt Uniform Pants OF Clean & Wrinkle Free OF Over Uniform Shirt OF Ensure Trouser fly -seam is aligned with Uniform Shirt button seam & belt buckle. Uniform Fitting 0 After officers join our team, they undergo a uniform fitting to guarantee they receive properly fitted and comfortable uniforms. Duty Belt V Gigline - Buckle of belt is aligned w/ the button seams of Uniform shirt and the trouser fly -seam. Black Shoes VP Non -slip, ALL BLACK shoes or security boots. IF Must be cleaned and shined. Training 0 Officers participate in uniform training at Good Guard to ensure they comprehend our appearance standards. Maintaining Compliance 0 Our team of Roving QCO's perform random post -inspections on a 24/7 basis to verify that security officers' appearance & uniforms are in line with our standards. repaafrs 52 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. fGOBLFGudrd "Simply, GOOD Security!" 1.1.9. UNIFORMS Good Guard maintains stringent standards for our guards on their grooming, below our guidelines may be reviewed. �0-0 Ir 1re "Simply, fd Simply, GOOD Security! Tattoos shall not be visible and shall remain covered while on duty Jewelry/Accessories are not permitted aside from: r Wrist watches 'r Medical/identification bracelets 'r Rings Grooming for Male Guards: V Must be neatly shaven P Sideburns shall be trimmed and not to extend below the bottom of the ear V Back of hairline shall not extend beyond the top of the uniform collar Grooming for Female Guards: ' Hair shall be neat and styled/trimmed so it does not extend beyond the top of the uniform collar `r Makeup and/or nail polish and nail length shall remain neutral in appearance 12-EF �I �,-. � •-~� THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-041 GOOD GUARD SECURITY, INC. 53 1 P a g e r GuadGuard "Simply, GOOD Security!" 1.1.10. REPORTS These sample reports from Tractik demonstrate its capability to provide detailed and organized accounts of security incidents. They offer clear insights that assist in resolving issues efficiently, highlighting Tractik's role in improving security operations and decision -making. Good Guard Security 21622 Plummer St. Suite 200 Chatsworth California 91311 United States of America (the) Big Blue Bus TSO 1660 7th St Santa Monica California 90401 United States of America (the) Report Date & Time Time of Incident Which Supervisor was Notified Incident Type Police Involved EMS Involved Fire Invahred Arrest Made Were Authorities Notified ( If YES. include Name & Badge Number) Police Report Number )Case Number) Time Authortes Arrived on Site DescApdon of Incident Photo 1 Photo 2 Resolution- Actions Taken Officer's Signature nmuFsewB Report* 61254I Report Date 03/2312024 ReportTlme 05:19pm PDT Created By Prince Pius #1697 Position Security Officer Morning 1 Client Big Blue Bus TSO 0312312024 05. 15pm PDT 05:15pm PDT Blocking Blocking the exit door We consulted the Operator and he allowed us to tell him to remove his things. !hereby declare Mat aN inhrniaPion prpwtleR rs accurdre and rr- La the Des! oI mN knowMtlge MI Lfflzpml E; �11 I Z� repaafrs 54 1 P a g le THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. FGandcuard "Simply, GOOD Security!" iRRWs.7:11161.111 V Good Guard Security 21622 Plummer St. Suite 200 rrr. GuudGemd Chatsworth California 91311 United States of America (the) Big Blue Bus TSO Report # 588893 1660 7th St Report Date 0311812024 Santa Monica California 90401 United States of America Report Time 01:11l PDT (the) Created By Edgar Morales #2128 Position TSO Officer Morning I Client Big Blue Bus T50 Information Bug # MA t Incident 1 Incident Report $10 Edgar Morales reported that at the Big Blue Bus stop at WilshirelweStern vandalized with graffiti and buttor destroyed. Consolidated Report#588893 Santa Monica - Rapid 7 : Pico Blvd Rapid - Bus Stop issues Approved by Briana Abundlz 111 re�la>rrs� 55 1 P a g e -�~~- THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-041 GOOD GUARD SECURITY, INC. r GuadGuard "Simply, GOOD Security!" ADDENDUM 1 v n Qa.,ras�. Addendum No. 1 August 13, 2024 END OF ADDENDUM 1Net and should be included with the response. 0 Ze way ate PROPOSAL 9 FM-24-25-04 ptafraa 56 1 P a g e re THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC. r GuadGuard "Simply, GOOD Security!" ADDENDUM END OF ADDENDUM Addendum No. 2 August 27, 2024 This addendum must be acknowledged via BidNet and should be included with the response. d size 120 z 4 C actor's Rep s ntative bote Company Name PROPOSAL # FM-24-25-04 reptafsraa 57 1 P a g e THE CITY OF SANTA CLARITA I RFP NO. FM-24-25-04 1 GOOD GUARD SECURITY, INC.