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.