HomeMy WebLinkAbout2024-10-08 - AGENDA REPORTS - PUBLIC LIBRARY SECURITY CONTRO
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
Agenda Item: 7
CITY MANAGER APPROVAL:
DATE: October 8, 2024
SUBJECT: SECURITY SERVICES CONTRACT FOR THE SANTA CLARITA
PUBLIC LIBRARY
DEPARTMENT: Human Resources and Library Services
PRESENTER: Gina Roberson
RECOMMENDED ACTION
City Council:
1. Award a two-year contract to Good Guard Security, Inc. to provide unarmed security guard
services for the Santa Clarita Public Library in the amount of $227,155 and authorize a
contingency of $22,716, for a total not to exceed annual amount of $249,871.
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 a one-time appropriation of $87,655 in the current fiscal year and an ongoing
increase in Fiscal Year 2025-2026 of $116,871 from the Public Library Fund Balance (Fund
309) to expenditure account 3097412-516101.
4. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval.
BACKGROUND
The Santa Clarita Public Library (SCPL) provides services and programs to over 368,000 patrons
and residents, across three local branches, annually. The SCPL also provides critical resources
for underserved families including study rooms, computers, school resources, and various events
including children, teen, and adult programming. In addition, the SCPL provides a welcoming
environment for all patrons and visitors, and serves as a cooling center during the hot summer
Page 1
Packet Pg. 60
O
months. For these reasons, it is imperative that the SCPL has consistent, ongoing unarmed
security guard services.
Security guard service is currently being provided to the SCPL through the Citywide security
services contract. As part of the current contract, the SCPL receives unarmed security guard
services Monday through Saturday for an average of six hours per day. Security staff supply
information and direction to library patrons, observe and report activities around the premises,
and aid in the enforcement of the Library Code of Conduct (LCC). In addition, guards monitor
patrons in and around the library buildings, administer routine patrol of the building and parking
lot areas, complete daily activity logs for each location, and submit reports, as required.
In evaluating the needs of the SCPL, it was determined that additional support is needed to
adequately maintain service levels, while ensuring the branches continue to provide a safe and
welcoming environment for patrons. To achieve this, a Request for Proposal (RFP) for unarmed
security guard services was published and circulated via the City's e-procurement system,
BidNet, on July 25, 2024 and was available until August 27. The scope of work includes
providing regular unarmed security guard services for all three SCPL branches during all
operational hours, assisting with the enforcement of the LCC, and working with SCPL staff
during difficult situations, while placing a heavy emphasis on firms with current library
experience.
The City transmitted the solicitation to 1,857 vendors on BidNet, of which 169 vendors
downloaded the RFP. Twenty companies submitted proposals for consideration. The criteria
used to score the submissions included the following:
• Proposer qualifications (20 points)
• Experience with similar services (20 points)
• Staff and equipment resources (15 points)
• Thoroughness of the proposal, approach to providing sound services, and ability to
provide services to meet objectives and standards (20 points)
• Cost of service (25 points)
Each firm's final ranking is as follows:
Company
Location
Points Awarded
Good Guard Security, Inc.
Chatsworth, CA
94
American Global Security, Inc.
Chatsworth, CA
91
Citi uard
West Hills, CA
90
Absolute International Security, Inc.
Irwindale, CA
82
Yosh Enterprises Inc, DBA Orion Security
San Jose, CA
81
Golden West Security
Pacoima, CA
80
Professional Security Consultants
Los Angeles, CA
79
American Guard Services, Inc.
Los Angeles, CA
78
A.G Coast Inc DBA California Panther
Security
Los Angeles, CA
76
Contact Security, Inc.
Brea, CA
73
Quest National Security
Woodland Hills, CA
72
Page 2
Packet Pg. 61
O
Company
Location
Points Awarded
SafeRock
Mission Viejo, CA
71
OPS Inc. Security Services
Glendale, CA
71
Security Defense
Corona, CA
66
Nationwide Guard Services, Inc.
Rancho Cucamonga,
CA
66
Allied Private Investigations & Security
Services
Newhall, CA
63
Esprit De Security Services, Inc
Aurora, CO
62
Adroit Private Security, Inc.
Woodland Hills, CA
56
AM PM Nationwide Security Inc.
Los An eles, CA
28
Allite Patrol and Security
Tarzana, CA
18
City staff recommends awarding the contract to Good Guard Security, Inc. (Good Guard) based
on the results of the evaluation process, their capacity to complete the full scope of services
required by the City and their dedication to providing superior customer service. In addition, City
staff conducted an interview of Good Guard and completed reference checks, all of which
affirmed confidence in Good Guard's ability to meet the City's high standards.
To facilitate the recommended action additional budget is being requested. The proposed
contract includes a slightly higher hourly rate when compared to the current contract and
provides coverage for each branch during all operational hours, approximately 57 hours, six days
a week. As previously shared, the current contract provides for an average of only six hours per
day over six days a week. The contingency being requested will provide funding for guard
services during special events, such as Lit Fest, Dia de los Niho's, and Summer Reading, as
needed.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
The recommended action requires a one-time appropriation of $87,655 in the current fiscal year
and an ongoing appropriation of $116,871 beginning in Fiscal Year 2025-26 from the Public
Library Fund Balance (Fund 309) to support the increased service levels and hours associated
with unarmed security guard services for the Santa Clarita Public Library. Funding for future
years is contingent upon the appropriation of funds by the City Council in the annual budget for
such fiscal year.
ATTACHMENTS
PL-24-25-03 Library Security Services — Published Bid Documents (available in the City Clerk's
Reading File)
PL-24-25-03 Library Security Services — Good Guard Security, Inc. Response File (available in
the City Clerk's Reading File)
Page 3
Packet Pg. 62
SNNTA
9�
U �
.1
QGy��° �s oaces�a�4h$�
Library Security Services
PROPOSAL # PL-24-25-03
TABLE OF CONTENTS
PROPOSAL # PL-24-25-03
Library Security Services
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 A
RFP Information & Instructions
CITY OF SANTA CLARITA REQUEST FOR PROPOSALS
Project Name: Library Security Services
Proposal #: PL-24-25-03
Dates Published: July 25, 2024
Last Day for Questions: August 19, 2024 before 11:00 AM (PT)
Proposal Closing: August 27, 2024 before 11:00 AM (PT)
License(s) Required: Private Patrol Operator's License
Project Description: The primary objective of the City is to find a security firm to provide a safe and
welcoming environment for residents and patrons who visit the Libraries.
Bond Requirements: No
Contact Information: Michele Arima I marima@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 # PL-24-25-03
Library Security Services
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 vendor(s) 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
Public Library
Attn: Gina Roberson
23743 W. Valencia Blvd.
Santa Clarita, CA 91355
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 Bid Net 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. The initial term for this contract will be for two years.
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 selectthe 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's
License 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 # PL-24-25-03
Library Security Services
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
❑ 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: Michael Villegas
❑ Professional Services Agreement
❑ Insurance Required by Contract
❑ W-9 Form
SECTION B
Solicitation Information
EVENT
Solicitation advertisement
Last day for questions
Return of proposals
Evaluations of proposals
Interviews (if necessary)
Contract award
SCOPE OF WORK
PROPOSAL # PL-24-25-03
Library Security Services
City of Santa Clarita, California
*Dates are subject to change at the City's discretion*
DATE
July 25, 2024
August 19, 2024
August 27, 2024
August 28 - 30, 2024
September 2 - 3, 2024
September 10, 2024
1. BACKGROUND
1.1. The City of Santa Clarita (City) is seeking unarmed security guard services for its public library
facilities, which include Jo Anne Darcy Canyon Country, Valencia, and Old Town Newhall,
collectively "the Libraries". Proposers must be able to provide all services, as required per these
specifications, and must meet any other requirements included 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 prevent damage and loss of property within the
parameters of each facility. Specific requirements of each facility demand appropriate staffing and
patrol techniques to accomplish these goals.
The Libraries is comprised of the following facilities:
Jo Anne Darcy Canyon Country Library
18601 Soledad Canyon Road
Santa Clarita, CA 91351
Square Footage: 17,000
Annual Patron Traffic: 69,631*
Old Town Newhall Library
24500 Main Street
Santa Clarita, CA 91321
Square Footage: 30,100
Annual Patron Traffic: 181,521*
Valencia Library
23743 W. Valencia Blvd.
Santa Clarita, CA 91355
Square Footage: 23,966
Annual Patron Traffic: 117,377*
*Figures based on Fiscal Year 2023-2024
2. OBJECTIVES
2.1. The primary objective of the City is to provide a safe and welcoming environment for residents
and patrons who visit the Libraries. Having security for these locations provides helpful information
and direction to library patrons, allows for the observation and reporting of activities around the
premises, and aids in the enforcement of the Library Code of Conduct (LCOC). Security guards shall
monitor persons in and around the Libraries, provide routine patrol of the facilities and parking lot
areas, complete daily activity logs for each location and submit reports, as required, while providing
direct support to City staff for the enforcement of the LCOC and other duties as may be required
from time to time.
3. DEFINITIONS
3.1. "City" means the municipal corporation of the City of Santa Clarita, California.
3.2. "Contract" means the agreement for the procurement of goods, equipment, materials, software,
maintenance, contracted services, professional services, or concessions.
3.3. "Contractor" means an offeror responding to the Request for Proposal who is seeking a contract
with the City. For the purposes of this solicitation the term "Contractor" shall be interchangeable
with "Respondent", "Service Provider", "Vendor", and "Proposer".
3.4. "The Libraries" shall be understood to refer to the three (3) library branches in Santa Clarita — Jo
Anne Darcy Canyon Country, Valencia, and Old Town Newhall, collectively.
4. SUPPLIER RESPONSIBILITIES
4.1. Services - Contractor agrees to provide all services requested and shall have sufficient resources
available to provide regular, consistent, and effective service to each library facility, concurrently.
4.1.1. Contractor must provide sufficient resources to ensure adequate coverage is available for
watch and meal relief.
4.1.2. Contractor must be able to provide additional guard service, as may be requested from time
to time, for special event security at the Libraries, or as may otherwise be required per this
solicitation, with a 72 hours' notice.
4.2. Staff - Contractor must use its own employees. No subcontractors or independent contractors are
allowed to be used at any point, or for any reason, during the contract period.
4.3. Communication - Contractor must provide each security guard with a method of communication,
such as a phone or tablet. Any guard without a company issued communication device will be
considered "unprepared for work" and may be released by staff. In the event this should occur, the
contractor will be responsible for providing a replacement guard within one -hour of such dismissal.
The Libraries will not be liable for costs associated with an "unprepared" security guard and or
contractor staff.
4.4. Electronic Patrol Equipment — Contractor must provide and maintain an active personnel
electronic monitoring system which is able to track and monitor security personnel in real time
on the Libraries premises.
4.4.1. The electronic monitoring system must combine GPS and RFID functionality, enabling
security personnel to scan interior and exterior checkpoint tags, as well as facilitate real time
location reports.
4.4.2. The electronic monitoring system must be able to provide reports that include, but are not
limited to, the security guard identification, missed checkpoints or ones that have been over
checked, types of incidents (e.g. doors left unlocked, suspicious activity, etc.), an overall
patrol summary, and any other related information that will ensure the contractor is in
compliance with City standards.
4.4.3.Information shall be accessible for the Libraries 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.
4.4.4. It is the Contractors responsibility to replace missing or damaged checkpoint tags at no cost
to the Libraries.
4.4.5.Substitutions to the electronic monitoring system may be proposed and will be evaluated
as to whether they meet the City's requirements.
5. MINIMUM QUALIFICATIONS
5.1. A successful respondent should meet the following criteria.
5.1.1. In operations for a minimum of five (5) years as a security services provider
5.1.2. All guards providing security services to the Libraries must:
5.1.2.1. Possess a valid Security Guard License issued by the State of California,
Department of Consumer Affairs, Bureau of Security and Investigative Service.
5.1.2.2. Possess a high school diploma or GED;
5.1.2.3. Have the legal right to work in the United States;
5.1.2.4. Completed and passed a drug screening, a finger printing process, and a medical
examination to determine fitness to perform assigned duties;
5.1.2.5. Must have strong communication skills.
5.1.2.6. Must have the ability to give and follow instructions.
5.1.3. The Libraries desire a favorable image and consider it to be a major asset of a security
service. Contractor's employees' appearance, personal hygiene, attitude, and job
knowledge shall present a favorable image at all times while on duty.
5.1.4. Security personnel shall have reasonable concern for their own physical safety and shall
take reasonable precautions not to place themselves or others in situations that would
encourage violence or escalate interactions.
5.1.5. Quality and experience of the security personnel and the services provided will be critical
elements of the contract. Contractor shall maintain copies of each assigned security
personnel's current State of California Security Guard license for the duration of the
contract. The City reserves the right to request proof of these documents at any time. In
addition, security personnel shall carry their license at all times and may be subject to
periodic inspection by City staff.
5.1.6. Security personnel shall be adequately trained and experienced in their specific duties and
for each piece of security and/or courier equipment carried or used. It is highly desirable
that all security personnel be trained in the use of all-purpose fire extinguishers,
drug/narcotics identification, bomb threat situations, and the avoidance of violent
situations.
5.1.6.1. Fora guard to be "adequately trained", a guard must have a minimum eight hours
of training conducted by their supervisor prior to assignment. It is essential that they
show good communication skills and shall be able to de-escalate situations involving
the public. All security personnel assigned to the Libraries must have proficient writing
skills to complete thorough and accurate reports.
5.1.7. Security personnel must possess and exercise strong personal interactive skills when
dealing with the public.
5.1.8. Contractor shall provide job -related training and any necessary re-training or continuing
education for each contract employee performing security services for the Libraries. In
addition, Contractor shall provide site -specific training. The City will not compensate in any
form or be responsible for the time or cost of such training, but will make the necessary
accommodations to facilitate the training such as provide access to the building, offer a full
review of key areas and duties, and make available other assistance, as appropriate.
5.1.8.1. At the Contractor's expense, each security guard shall successfully complete a
course in basic Security Guard training prior to assignment and shall complete an
annual refresher course.
5.1.9. All uniforms must be visibly identifiable, and shall always be maintained in a clean and
professional manner.
6. SUPPORT
6.1. The contractor will be required to assign one person as a dedicated point of contact for the City
to ensure consistent and quality customer service. Proposer must indicate, in writing, the
proposed team contacts with the proposal response.
6.2. If the Libraries determine any security guard 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, such employee will be dismissed and the contractor will be responsible
for providing a replacement guard within one -hour of such dismissal. The Libraries shall not be
liable for any compensation to the contractor for such employee's time.
6.3. The contractor will be required to supply weekly reports, upon request by Library staff. A sample
of the contractor's potential or proposed report shall be included in the submission for this
solicitation.
6.4. All guards will be required to complete a separate accident or incident report and submit it to
the Branch Administrator, for all safety incidents which merit such a report. The determination
of merit shall lie with the Library staff.
6.4.1. If appropriate, Library staff have can assist with notifying the police, paramedics, or other
authorities and obtain a copy of their report to include with the incident report.
7. CODE OF CONDUCT
7.1. Guards must always be attentive and alert, and remain at their post or be readily available at all
times while on duty.
7.2. Guards shall not use or view their cellphone or other electronic device while in the view of
public; and the use of any iPod, tape player/radio, or similar device shall be prohibited while on
duty.
7.3. Guards shall wear the uniform provided by the contractor while on duty and keep the uniform
clean at all times.
7.3.1. Uniform shall include shirt, pants, jacket, and shoes. Company logo shall be clearly visible
at all times.
7.4. Guards are not permitted to smoke while on duty, except while on break and must stay a
minimum of 20 feet away from any Library facility.
7.5. Guards shall remain bipartisan and neutral in all matters; all comments, thoughts, and opinions
related to non -essential work matters shall not be shared with the public and or staff.
7.6. Guards are responsible for the cleanliness of the security desk and immediate surrounding
area.
7.7. Guards shall not use Library computers except with pre -approval of the Branch Administrator
or designee.
7.8. Guards will be responsible for all equipment assigned to them, such as keys and City -owned
radio. Any costs incurred for the replacement of lost or damage keys or equipment shall be the
responsibly of the contractor.
7.9. Guards shall assist in the enforcement of LCOC and, therefore, shall be required to reasonably
understand and interpret the LCOC.
7.10. Guards must make every effort to maintain a good working relationship with all Library
staff.
7.11. Guards shall never use or be under the influence of drugs, prescribed or un-prescribed,
or alcohol while on duty or reporting for duty.
7.12. Failure to comply with any of the aforementioned codes of conduct may result in the
immediate dismissal of personnel. In such event, the City shall not be liable for any costs
associated with contactor personnel that is found to be in violation of any LCOC or code of
conduct identified within this solicitation.
8. DELIVERABLES
8.1. Guards shall complete a routine check of all doors, hallways, stairwells, restrooms, and other pre-
determined areas each hour.
8.2. Guards shall patrol the interior and exterior areas of the Libraries facilities, including all of the
parameters of the designated building and or structures, regularly, with the primary purposes
of surveillance and crime prevention, detection, and reporting.
8.3. Guards shall actively discourage individuals from participating in illegal activities through
intervention techniques, such as physical and verbal presence or by notifying law enforcement,
when appropriate.
8.4. Guards shall check, set, and monitor security alarms, as assigned and appropriate.
8.5. Guards shall 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 Branch Administrator, when appropriate.
8.6. Guards shall actively monitor selected entrances, exits, corridors, and courtyards, permitting
only authorized personnel to enter Library -owned facilities and restricted areas, as assigned
and appropriate.
8.7. Guards shall immediately respond to protective alarm signals or other indications of suspicious
activities.
8.8. Guards shall escort Library staff out of the building at closing, which is estimated to take 30 minutes
after branch closure, each day of service.
9. HOURS OF OPERATION
9.1. To enforce the LCOC within the parameters of each location, the three Library branches require
guard service for daily operation to monitor patron activity. In the event security service is required
other than as specifically referenced per these specifications, the City will provide contractor with
as much advance notice as possible, but no less than 72-hours.
9.2. The City is seeking cost proposals for three (3) different options for proposed hours of security
services within the Libraries.
9.2.1. Option 1:
Old Town Newhall Library (two security guards at this location):
9:00 a.m. — 8:30 p.m. Monday — Thursday;
10:00 a.m. — 6:30 p.m. on Friday; and
10:00 a.m. — 5:30 p.m. on Saturday;
Jo Anne Darcy Canyon Country and Valencia Libraries (one guard at each location):
9:00 a.m. — 8:30 p.m. Monday —Thursday;
10:00 a.m. — 6:30 p.m. on Friday; and
10:00 a.m. — 5:30 p.m. on Saturday;
9.2.2. Option 2:
All Libraries (one guard at each location):
9:00 a.m. — 8:30 p.m. Monday —Thursday;
10:00 a.m. — 6:30 p.m. on Friday; and
10:00 a.m. — 5:30 p.m. on Saturday;
9.2.3. Option 3:
All Libraries (one guard at each location):
12:00 p.m.-8:30 p.m. Monday — Thursday;
10:00 a.m. — 6:30 p.m. Friday; and
10:00 a.m. — 5:30 p.m. on Saturday
10. MEETINGS
10.1. Contractor personnel shall be required and be available to meet quarterly to discuss the
performance of their operations and evaluate strategies for improvement. The City shall not be
liable for any cost or compensation to the contractor for such meeting.
11. CITY RESPONSIBILITIES
11.1. The Libraries will provide various supplies, small tools, or other equipment for use by the
security guard while on duty at any particular assigned post, as deemed appropriate by City staff.
Equipment may include items such as a telephone, camera, or radio as well as any other supplies
deemed necessary for a particular location.
11.1.1. All equipment shall remain at the assigned location at the end of every shift.
11.1.2. All equipment provided by the Libraries for use by the guard shall remain within the
parameters of each service location, and in the event of loss or damage to any City -owned
equipment, the contractor shall replace or compensate City for such losses.
11.2. The Library will provide a key set or an appropriate electronic access device for the security
guard to access all areas, during each shift. Under no circumstances, shall any building key leave
the premises, or should any keys or access device be released to any person for any reason without
approval of the Branch Administrator or designee.
12. ADDITIONAL REQUIREMENTS
12.1. Billing: Invoices shall be sent no more than 30 days after security service work has been
completed.
12.2. Altercation Policy: If there is an altercation involving citizens, the guard shall take all
measures to handle it diplomatically and calmly. The individual shall be quietly escorted from the
building or encouraged to stop the altercation. If the situation cannot be handled in that manner
or if the guard finds unauthorized individuals in the building or patrol area, the staff shall contact
the Police/Fire department and await assistance to take further action. Under no circumstances
should the guard attempt to physically stop fights or remove people from the building.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # PL-24-25-03
Library Security Services
City of Santa Clarita, California
1. RESPONSE FORMAT —The organization of the response and cost files is described in this section
of the Request for Proposal (RFP). All respondents must follow this format for a proposal being
submitted.
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
respondent.
1.1.2. References,— Respondent must provide at least three references where the
company has provided, or currently provides, onsite security services for similar
facilities, preferably from public agencies.
1.1.3. Work History, — List all recent and current contracts held by the proposing
company that are similar in nature to the City's Scope of Work for a period of no
less than three years.
1.1.4. License — Respondent must submit a copy of a current Private Patrol Operator's
License issued by the California Department of Consumer Affairs with its proposal.
1.1.5. Guards and Field Supervisors — Respondent must submit photos and
background, including a California Guard Card, on all employees who may provide
security services to any Library branch with its proposal. 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 respondent.
1.1.6. Off -site Personnel — Describe the activities of the designated contract manager,
support, and supervisor personnel.
1.1.7. Equipment — Respondent must provide a list of any and all proposed equipment,
including but not limited to any communication devices, electronic patrol equipment,
or other related items that may be used to perform required duties.
1.1.8. Training Plan — Respondent must provide an outline of the proposed training plan
for all guards and field supervisors that will work at any Library branch.
1.1.9. Uniforms — Provide a photo or a mockup composite of the proposed uniforms.
1.2. COST FILE — The respondent shall complete the Price Schedule found in the RFP
document. The Price Schedule page must be signed by an individual authorized to bind
the respondent/company. 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 respondent's 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. Respondents 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 respondents 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 # PL-24-25-03
Library Security Services
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 # PL-24-25-03
Library Security Services
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 # PL-24-25-03
Library Security Services
City of Santa Ciarita, 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 # PL-24-25-03
Library Security Services
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 Library Security Services. 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 # PL-24-25-03
Library Security Services
City of Santa Clarita, California
The following information must be disclosed:
List the names of all persons having a financial interest in the Request for Proposals.
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.
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 $250.00 worth of business transacted with any member of the City of
Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If
yes, please indicate the person(s) with whom you have conducted business.
NOTE: Attach additional pages as necessary.
Signature of Offeror
Print or Type Name of Offeror
Date
SECTION D
Sample Contract
STANDARD AGREEMENT— SAMPLE ONLY
CON-6
Council Approval Date:
Agenda Item:
Contract Amount:
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
FOR
This AGREEMENT by and between the CITY OF SANTA CLARITA, a municipal
corporation and general law city ("CITY") and ,
a
is dated
CONSIDERATION.
("CONSULTANT"), and
As partial consideration, CONSULTANT agrees to perform the Services listed in the
SCOPE OF SERVICES, below; and
As additional consideration, CONSULTANT and CITY agree to abide by the terms and
conditions contained in this Agreement; and
As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed
dollars ($ ) 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 Project 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) " 5, 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.
L 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/DPreWageDetermination.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 II 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 1(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 subconsultng 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 party 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 01 06 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:VIL"
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 party 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 majeure 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
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
Print Name & Title
Date:
rop-on
, GoodGuard
Simply, GOOD Security!
August 27, 2024
THE CITY OF SANTA CLARITA,
CALIFORNIA
'f'"05AL # PL-24-25-Oz
LIBRARY SECURITY SERVICES
PRESENT
GOOD GUA
SHAWN HELMANDI - REGION PRESID
I M,1".
1 (800) 651-0491 X 1000
SHAWN@GOODGUARDSECURITY.
1
0 ifV11 I A
0IMEPP" A
G00dGuard
"Simply, GOOD Security!"
1. INTRODUCTION: CITY OF SANTA CLARITA RFP NO. PL-24-25-03
The City of Santa Clarita
Public Library
Attn: Gina Roberson
23743 W. Valencia Blvd.
Santa Clarita, CA 91355
August 27, 2024
Santa Clarita Libraries
•
GG Local Office
EO
Legal Name:
Good Guard Security, Inc.
Local Branch Office:
21622 Plummer St. 200
Chatsworth, CA 91311
Company Number:
(800) 651-0491
Website:
goodguardsecurity.com
0
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 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 catchphrase— 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
repaaf�rs. 2 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GOodGuard
"Simply, GOOD Security!"
TABLE OF CONTENTS
SECTION
PAGE #
1.1.1.
RESPONSE FILE
4
1.1.2.
REFERENCES
5-10
1.1.3.
WORK HISTORY
11-13
1.1.4.
LICENSE
14
1.1.5.
GUARDS AND FIELD SUPERVISORS
16-20
1.1.6.
OFF - SITE PERSONNEL
21-25
1.1.7.
EQUIPMENT
26-31
1.1.8.
TRAINING PLAN
32-37
1.1.9.
UNIFORMS
38-43
"Safety and security don't just happen; they are the result of collective
consensus and public investment."
- Nelson Mandela
repaaf�rs. 3 � P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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
LL
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. PL-24-25-03 I GOOD GUARD SECURITY, INC. 4 1 P a g e
GaadGuaW
"Simply, GOOD Security!"
1.1.2. REFERENCES
Altadena
LibrariecP'
Adriana Holt, Public Services
Director
ahoIt@aItadenaIibrarys.org
(626) 708-5314
ALTADENA LIBRARIES
Name of Project:
Unarmed Security Officers for Altadena Public Library
Locations
Location of Project:
600 E Mariposa St.
Altadena, CA 91001
Project Budget:
$565,652.00 + as needed services
Date of Completion:
03/15/2012 - 01/2023
Project Summary: Good Guard provides unarmed security officers for all the Altadena
Public Libraries. Officers were required for the library locations during all working
hours, seven days a week. Officer responsibilities included maintaining the overall safe
atmosphere of the library, enforcing library rules of conduct, being a deterrent towards
vandals and or crime, and conducting regular patrols of the exterior of facilities.
Additionally, officers were required to observe patron behavior and promptly report
any instances of illegal activities, suspicious behavior or any incidents breaching the
library's codes of conduct standards to appropriate authorities within the library
management. They provided patrons with a safe and welcoming environment to allow
community members to access resources.
repaaf�rs. 5 I P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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. PL-24-25-03 � 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. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuaW
"Simply, GOOD Security!"
1.1.2. REFERENCES
THE CITY OF SAN JOSE - PUBLIC LIBRARIES
SanJuse Public
Library
Lee Pendleton, Library Security
Supervisor
lee.pendleton@sjlibrary.org
Phone: N/A
Name of Project:
City of Jose RFP No. PUR- 2022.02.10017 for Security
Guard Services
Location of Project:
100 S Bascom Ave
San Jose, CA 95128
Project Budget:
$9,148.443.00
Date of Completion:
04/01/2023-4/30/2028
Project Summary: Good Guard provides Unarmed Security Officers for the City of San
Jose. A fraction of the facilities Good Guard provides services for are the Public Libraries
located throughout the city. Unarmed officers at these sites are responsible for
performing routine patrols (every 30 minutes) of the exterior and interior of the library.
Additional duties include, helping enforce library rules and regulations to promote a
peaceful environment, provide a warm and welcoming customer service, and assist staff
with escorting out customers who refuse to comply and/or violate library behavior
policies. At closing, security guards also assist library staff in performing sweeps of the
building to ensure there in no patron in any restrooms, study rooms etc.
repaaf�rs. 8 I P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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. 9 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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
FIDYNTa. 10 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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:
P The City of San Jose Public Libraries
Altadena Libraries
P LA Law Library
The County of San Joaquin General Hospital
The County of San Joaquin Human Services Agency
The County of Alameda
TF Transit Joint Powers Authority for Merced County
TF The City of Santa Monica - Public Library
The City of Los Angeles
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.
A contract that aligns closely with the size and scope of
work for The City of Santa Clarita is our ongoing
partnership with The City of San Jose's Public Library
Department. Good Guard provides unarmed security
services to ten (10) public library locations and additional
as -needed services for all twenty-five (25) branches. Our
officers are mandated to check in with the designated
Library Branch Manager at the commencement and
conclusion of each shift. Throughout their assignments,
officers maintain continuous communication with the
Branch Manager, especially during breaks, exterior
patrols, or the need to escort disruptive individuals from
the library premises. The primary objective of our security
presence is to ensure that all library patrons adhere to the
rules and regulations of each facility, preventing
disturbances within the library. Our officers conduct
regular interior and exterior patrols every thirty (30) minutes, utilizing our electronic
guard touring system. Thorough patrols cover all sections of the library, including
less frequented areas, to discourage any unwarranted behavior. Furthermore,
officers are responsible for routine checks of the restrooms during their shifts to
monitor for behavior violations such as laundering, bathing, or substance use. During
closing hours, our personnel collaborate with library staff to clear the building,
ensuring no patrons remain in restrooms or study rooms. Officers assigned to the
library are expected to foster strong collaboration with library staff and exhibit
courteous interactions with the public, Library Resource Officers, and law
enforcement personnel.
-, III Page
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuaW
"Simply, GOOD Security!"
1.1.3. WORK HISTORY
Another contract relevant to The City of Santa Clarita's
scope of work is our contract with the Los Angeles
County Law Library. Good Guard was engaged by the
LA Law Library to provide unarmed security guard
services with a professional appearance in a blazer and
tie uniform. Upon arrival, officers were obligated to
check in with the Senior Director of the Library to
receive significant security updates, additional daily
duties, and confirm any new post orders. Our security
team at this location not only played a pivotal role in
maintaining a peaceful environment but also operated
with heightened vigilance due to the more frequent
instances of aggressive behaviors from the surrounding
homeless population and disgruntled legal clients. To
ensure continuous coverage, our security team adhered to a staggered schedule,
ensuring a presence on -site at all hours. Officers were tasked with routine interior
and perimeter checks, trespassing prohibited individuals when necessary, and
providing detailed hourly reports. Collaboration with the Los Angeles Police
Department (LAPD) was an integral part of our responsibilities to promptly report
security and public safety issues. During library closing, our officers followed
stringent procedures to secure every access point and ensure the complete
evacuation of individuals from the library premises.
Good Guard also maintains experience providing
unarmed security services to Altadena Libraries. Our
officers are assigned to two (2) separate library
locations during working hours. Assigned officers have
a vital role in maintaining a peaceful environment by
enforcing rules and regulations. They conduct
continuous patrols of the entire library, including
thorough checks of all aisles and unattended areas.
Exterior patrols are also conducted hourly to enhance
security measures. In addition to security duties, our
officers excel in providing excellent customer service.
They offer general information to patrons, identify
unattended minors, and assist in managing unruly
guests. Our commitment is to create a safe and
welcoming atmosphere within Altadena Libraries, prioritizing the security and
satisfaction of all visitors.
repaafrs 12 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
"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 library 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 at the
city's main library. 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: 5.1-
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%e. 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
safety, 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
$200,0Do
$800,000
0118oD02.550010
$1,D0o,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 13 1 P a g e
re
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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
�-� 141 Page
XONFIRIFNIrIALf
•-~ THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuard
"Simply, GOOD Security!"
1.1.5. GUARDS AND FIELD SUPERVISORS
Statement Regarding Guards and Field Supervisors
January 23, 2024
Attn.:
The City of Santa Clarita
RFP NO. PL-24-25-03 for Library Security Services
To Whom It May Concern,
Please be advised that upon award of the contract, Good Guard Security,
Inc. will collaborate with city officials to select the most suitable officers for the
project. These personnel may be re-evaluated periodically to ensure the best fit for
the required services. Due to confidentiality reasons, photographs of personnel will
not be provided. On the following pages, the City may review the experience and
certification information of all assigned personnel.
Good Guard Security, Inc. guarantees that no subconsultants will be used.
All work will be conducted solely by our direct employees, to whom we hold
complete responsibility and accountability for the quality and integrity of the
delivered services.
Kindly,
r
Shawn Helmandi, Region President
repaafrs 15 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GanGOOD Guard
1.1.5. GUARDS AND FIELD SUPERVISORS
Patrick Serunkuma, Field
Supervisor
Address: 21622 Plummer St, Suite 200,
Chatsworth, CA 91311
Guard Card No.: 1561133
Exp. Date: 08/31/2025
Baton Permit #: 1502350
Education
'0F Crisis Intervention Prevention (CPI)
Certification
'7 Management of Assaultive Behavior
(MOAB) Certification
Resume & Participation
Los Angeles Law Library May 2022
r Oversaw security team assigned to Library to verify all assigned security
personnel were properly adhering to library post -orders.
V Assisted security personnel in managing and de-escalating encounters
with transients and handling escalated situations effectively.
V(�- Ensured that all officers followed proper lock -up procedures, effectively
securing the library at every closing.
r Served as liaison between security beat and library management,
ensuring open communication.
Kabagambe, Unarmed
Resume & Participation
OfficerKenneth
Security
Address: 21622 Plummer St, Suite 200
Altadena Public Libraries March 2019
Chatsworth, CA 91311
r Conducts regular patrols of library interior/exterior to ensure the safety
of all patrons and staff.
Guard Card No.: 6729173
r Enforces library rules and regulations and code of conduct.
Exp. Date: 11/30/2025
Education
r Assists with emergency evacuations to guide patrons and employees
'F Management of Assaultive Behavior
during drills and emergency situations.
(MOAB) Training
r Provides customer service to all patrons and library staff to maintain a
welcoming environment.
Asherure, Unarmed
Resume & Participation
OfficerRaymond
Security
Address: 21622 Plummer St, Suite 200
City of Santa Monica Ken Edwards Library January 2023
Chatsworth, CA 91311
r Conducts continuous exterior patrols to assist the library in managing incidents
involving individuals seeking unauthorized shelter within the premises.
Guard Card No.: 6715664
r Enforces Santa Monica ordinance to prevent transients from congregating and
Exp. Date: 09/30/2025
taking shelter on library property.
Education
F Coordinates with Santa Monica PD to mitigate heightened security situations.
'r' Management of Assaultive Behavior
r Controls and monitors entrances and exits such as library staff elevator and
(MOAB)
roof access to ensure only authorized personnel enter restricted areas
Kateregga, Unarmed
Resume & Participation
OfficerInnocent
Security
Address: 21622 Plummer St, Suite 200
Altadena Libraries March 2019
Chatsworth, CA 91311
r Provides hospitality and customer service for all library visitors to contribute to
Guard Card No.: 6654020
the Library's welcoming environment.
Exp. Date: 11/30/2025
r Documents all security incidents and develops detailed incident reports.
Education
r Handles and secures all lost items, and coordinates with Library staff to
'F Management of Assaultive Behavior
manage lost and found.
(MOAB)
r Enforces library rules and regulations to ensure a calm and tranquil
environment for all patrons.
16 1 P a g e
XONFIDMIALI
•-~ THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuard
"Simply, GOOD Security!"
1.1.5. GUARDS AND FIELD SUPERVISORS
Field Supervisor
Name: Patrick Serunkuma
Guard Card Number: 1561133
Expiration Date: August 31, 2025
reptafraa 17 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuaW
"Simply, GOOD Security!"
1.1.5. GUARDS AND FIELD SUPERVISORS
Security Officers
Name: Kenneth Kabagambe
Guard Card Number: 6729173
Expiration Date: November 30, 2025
,,I:B rs
�,-. �
re
•-~� THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC. 18 1 P a g e
GaadGuaW
"Simply, GOOD Security!"
1.1.5. GUARDS AND FIELD SUPERVISORS
Security officers
Name: Raymond Asherure
Guard Card Number: 6715665
Expiration Date: September 30, 2025
—�:1`
Bala
BUREAU OF SECURITY AND INVESTIGATIVE
SERVICES
NAME: ASHCRURC, RAY164OND MA
LICENSE TYPE: SECURITY GUARD
PRIMARY STATUS: CURRENT
ADDRESS OF RECORD
CANOGA PARK CA 91304 1931
LOS ANGCLCS COUNTY
ISSUANCE DATE
SEPTIA(BER 21. 2C23
EXPIRATION DATE
SGPTCl arR.3S.202S
CURRENT DATE I TIME
AUGUST 19. 2424
12.14:16 PM
rep1a1?raa 19 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuard
"Simply, GOOD Security!"
1.1.5. GUARDS AND FIELD SUPERVISORS
Security officers
Name: Innocent Kateregga
Guard Card Number: 6654020
Expiration Date: November 30, 2025
—�:_
6SIS
BUREAU OF SECURITY AND INVESTIGATIVE
SERVICES
LICENSING DETAILS FOR: 6654020
NAME: F.A C1-GGA. INNOCCN-
LICENSE TYPE-. S=--JRfIYGUARD
PRIMARYSTATUS. CURRENT
ADDRESS Or RECORD
PANORAMA CITY CA 91402 1297
LOS AHGCLES COUNTY
ISSUANCE DATE
N0V--l.'.C-7
EXPIRATION DATE
CURRENT DATE • TIME
AJGUST 19. 2524
12.12:59 PM
LICENSE RELATIONSHIPS
QUALIFYING rIR€ARM PERMIT
LICENSE,REG[STRATION ROLE: nUSINCSS OR PROFESSIONALLICENSE
RELATED PARTY ROLE: ExpOSEO rIRCARM PERMIT
NAME: {I.TtrrRt GGA, IN4OC'ENT
LICENSE!REGISTRATION TYPE: CxPosz-m r[RCARM PERMIT
LICENSE NUMBER:2684al' PRIMARY STATUS: C'J+TRENT
ADDRESS:
PA.NC RAMA C ITY CA 91 a G2-1297
LOS A.%Gr1-C2 COUNTY
�-� 20 1 Page
XONFIRFNTIALI •-~ THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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.
Hal Tabibzada
Chief Executive
Officer
PF I
�i001�isUal Lf
Shawn Helmandi Bob Parks lesha Helmandi
Region President Vice President Chief Financial
Officer
Ahmed Elgazery Jessica Kimbrough
VP of Operations Financial Analyst
Andrea Huerta Andrea Carter Christina Barron
Sr. Procurement Director of Human - Billing and Invoicing
Analyst Resources Jasmine Malik Specialist
Joseph Reed
so Executive Portfolio Director of
Richard Stephan Justin Ginn Manager Operations Lisa Barron
Compliance Officer RecrulimeniManager Direct or ofHuman
Resources
Brad Jorgensen Jer Makkern Vanessa Nevarez Mirriam Torres
�' Robin Singh Andrew Renteria
Administrative HR Assistant Account Manager Accounts Receivable
Support Officer FulflClment Manager Training Manager Specialist
J
Pamela Zurita
Account Manager _
Carlos Mendoza Joseph Anguyo
Supervisory Team Investigations Officer
Manager
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.
--�, 211 Page
- THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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.
4
I f I
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 collalsorates 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
re�►0jE
-,-�,
•-~� L THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC. 22 ( P a g e
ti
1.1.6. OFF -SITE PERSONNEL
�, GoadGuard
Sim !Y� GOOD Security!"
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 DOTSsixty-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. Team located at our local
Chatsworth Branch Office.
up
i 4�j
low
�.-
f
age
4
rt
CITY OF SANTA CLARITA I # PL-24-25-03 OD G INC.
i .�
r�urd
Y, GOOD Sec4w44 „
GanGOOD Guard
1.1.6. OFF -SITE PERSONNEL
Shawn Helmandi, Region President
19Participation
City of Santa Monica, Kenneth L. Edwards Library January 2023
Phone: (800) 651-0491 x 1000
r Collaborated with project team to develop the most effective security plan for
the City to mitigate issues being faced.
Address: 21622 Plummer St —
r Coordinated affiliations with local homeless outreach services to provide the
Chatsworth, CA 91311
city with a solution to their current homeless epidemic.
E-mail: Shawn@goodguardsecurity.com
Bob Parks, Vice President•
•
City of Santa Monica, Kenneth L. Edwards Library January 2023
Phone: (800) 651-0491 x 1007
r Met with local law enforcement to foster relationships & determine best
security protocols for emergency situations.
Address: 21622 Plummer St —
r Coordinated with Santa Monica PD to provide emergency security for
Chatsworth, CA 91311
anticipated protests within the city.
F Conducts audits of security incident Reports to ensure officers are complying
E-mail: bob@�ood�uardsecurity.com
with applicable law.
Jasmine Malik, Project•
•
City of Santa Monica, Kenneth L. Edwards Library January 2023
Phone: (800) 651-0491 x 1020
r Met with local law enforcement to foster relationships & determine best
security protocols for emergency situations.
Address: 21622 Plummer St —
F Coordinated with Santa Monica PD to provide emergency security for
Chatsworth, CA 91311
anticipated protests within the city.
F Conducts audits of security incident Reports to ensure officers are complying
E-mail: jasmine@�ood�uardsecurity.com
with applicable law.
Ahmed Elgazery, VP of Operations
Participation lor-
City of Santa Monica, Kenneth L. Edwards Library January 2023
Phone: (800) 651-0491 x 1010
r Performed walkthroughs of all downtown parking structures with SMPD to
determine criminal hot spots and potential areas of risk in each structure.
Address: 21622 Plummer St —
r Developed individual security plans for parking structures and library locations
Chatsworth, CA 91311
to help reduce transient activity.
E-mail: ahmed@goodguardsecurity.com
GuardJun Gu, Security Manager
Participation
City of Santa Monica, Kenneth L. Edwards Library January 2023
Phone: (800) 651-0491 x 1067
r Coordinated resources to provide the city with a specific style uniform to
accommodate their preferences.
Address: 21622 Plummer St —
r Ensured all security officers signed off on required training for each post.
Chatsworth, CA 91311
E-mail: jun@goodguardsecurity.com
., 24 1 Page
ONFIR rI--
•-~THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
GaadGuard
"Simply, GOOD Security!"
1.1.6. OFF -SITE PERSONNEL
Jasmine Malik
Executive Project Manager
(S Ir*IC4%
Available 24/7 Team of Assistant
Project Managers
Over 50 Projects
Successfully Completed
Ahmed Elgazery
VP of Operations
sale
2nd POC Oversees Field
Available 24/7 Operations
Conducts Post -Risk
Analysis'
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.
Our Security Management Team, complete with an
Executive Project Manager, Operations Manager, Field
Manager, Supervisors, and 24/7 Scheduling & Dispatch
are all contacts that will be made available to the
district. Each City member 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 services.
IN,
. r
25 Page
f
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 26 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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.
To this amount, 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.
271 Page
��re�tarhrs;
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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
re�►a�rrs
•-~ THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC. 28 1 P a g e
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 Library department. For convenience, DARs are color coded, allowing our
dispatch team and County staff to monitor various activities with ease.
repaafrs 29 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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 Libraries. The Summary
�.��../N
Reports provide us with either
Monthly, Quarterly, or Annual
summaries based on what each
Santa Clarita Library 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 changes.
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 30 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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:
r Callouts
r Medical/Family Emergencies
r On -Call & As Needed
Services
r Weather Accommodations
r Guard Replacements (if
necessary)
ag
Good Guard
Security Onboarding Process
Step 1
Steo 2
Step 3
Step 4
Step 5
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.
issinn ntfirpr-, trnm Within n'rir Pinplinp
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.
Dry_ A+-�:..�...,.�� 4- 'D.,�=F_. h ��:,•..�,�i,,.�* T.-�:.�:.�,�
All security officers must undergo our Pre -Assignment training
prior to being assigned to a post. Once a post has been
designated, they will be required to undergo training specific to
their site.
-tefresher Training &'Weekly Inspection -
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?
co
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.
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.
LVI
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 (Blueline
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 34 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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.
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
�-., 361 Page
Ere,11:0j rs
•-~� THE CITY OF SANTA CLARITA 1 RFP NO. PL-24-25-03 1 GOOD GUARD SECURITY, INC.
r GuadGuard
"Simply, GOOD Security!"
1.1.8. TRAINING PLAN
Refresher Training
At Good Guard, we understand the
significance of assuring that our
personnel are always up to date with
current training given the
everchanging nature of our work. We
provide our officers with a BSIS Annual
Refresher Course that allows us to
evaluate officers and provide annual
continuing education pursuant to
Business and Professions Code Sec.
7583.6(f)(1). This four (4) hour course
reviews observation & documentation,
arrests, search & seizure, along with an
overview of weapons of mass
OSHA Certification of Completion of Violence destruction, and more. Additionally, all
Protection Program Training permanently assigned officers must
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
Know Your Team:
Unit Force Training Directors
Anthony Knepper Omar Oaiss Andrew Renteria
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
In -Class Training
Director
Responsible for
conducting all In-
CLass Training
Courses
repaafrs 37 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I 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 38 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
Polyester Black Short Sleeve Uniform
• Good Guard photo 1D
• 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 I Long Sleeve Uniform
• Good Guard photo ID
• Leather basket weave belt
• Ultra -flex uniform security pants (black)
• 'Good Guard Security' shoulder patches
• Company issued metal badges
• Professional security boots
�Gvad�rd
g000 Secu�ity,�
ff
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 4
• Leather basket weave duty belt
• BDU Pants (Khaki / Black)
• 'Good Guard' Shoulder patches
• Company issued metal badge
• Good Guard photo ID
• Professional security boots
PV
OF
;may OGIO10 Secu�ly,�'�
Windbreaker
' Suitable for rainy & cold weather conditions
• Marked w/'SECURITY' on rear
Marked w/'SECURITY' on left chest panel
'Good Guard Private Security' shoulder patches
-N
),Ago
Winter Bomber Jacket
• Suitable for rainy S, cold weather conditions
• Marked w/'SECURITY' on rear
• Marked w/'SECURITY' on left chest panel �"
• 'Good Guard Private Security' shoulder patchesAf
T
t
s
:ward
SecurI&P,
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 in 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
•
r Clean & Wrinkle Free
r Properly buttoned all the way
r Always tucked into uniform
pants
Good Guard Photo ID /
r Pinned visibly on Uniform
Shirt
Uniform Pants
r Clean & Wrinkle Free
r Over Uniform Shirt
r Ensure Trouser fly -seam is aligned
with Uniform Shirt button seam &
belt buckle.
41 Uniform Fitting
After officers join our team, they
undergo a uniform fitting to guarantee
they receive properly fitted and
comfortable uniforms.
Metal Security Badge
r Shall be pinned on upper left
chest.
Duty Belt
r Gigline - Buckle of belt is
aligned w/ the button seams
of Uniform shirt and the
trouser fly -seam.
Black Shoes
r Non -slip, ALL BLACK shoes
or security boots.
r Must be cleaned and shined.
Training
Officers participate in uniform training at
Good Guard to ensure they comprehend
our appearance standards.
Maintaining Compliance
Our team of Roving OCO's perform random
post -inspections on a 24/7 basis to verify that
security officers' appearance & uniforms are in
line with our standards.
reptafraa 42 1 P a g e
THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC.
r Guadcuard
"Simply, GOOD Security!"
1.1.9. UNIFORMS
Good Guard maintains stringent standards for our guards on their grooming, below
our guidelines may be reviewed.
r GaadGulfff -d
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:
'ry Must be neatly shaven
'rV Sideburns shall be trimmed and not to
extend below the bottom of the ear
`r' Back of hairline shall not extend beyond
the top of the uniform collar
Grooming for Female Guards:
kr Hair shall be neat and styled/trimmed
so it does not extend beyond the top of
the uniform collar
'v Makeup and/or nail polish and nail
length shall remain neutral in
appearance
Qnur0
l
�,-. �
reF11:1 rs
•-~� THE CITY OF SANTA CLARITA I RFP NO. PL-24-25-03 I GOOD GUARD SECURITY, INC. 43 1 P a g e