special meeting of the board of directors water ... board of... · 4040 paramount blvd., lakewood,...
TRANSCRIPT
SPECIAL MEETING OF THE BOARD OF DIRECTORSWATER REPLENISHMENT DISTRICT OF SOUTHERN CALIFORNIA
4040 PARAMOUNT BLVD., LAKEWOOD, CA., 907129:00 A.M., WEDNESDAY, AUGUST 14, 2019
AGENDA
Each item on the agenda, no matter how described, shall be deemed to include any appropriate motion, whether to adopt a minute motion, resolution, payment of any bill, approval of any matter or action, or any other action. Items listed as “For Information” or “For Discussion” may also be the subject of an “action” taken by the Board or a Committee at the same meeting
1. DETERMINATION OF A QUORUM
2. PLEDGE OF ALLEGIANCE
3. INVOCATION
4. PUBLIC COMMENTPursuant to Government Code Section 54954.3
5. ADDITIONAL ITEMS TO THE AGENDADetermine the need to add items to the agenda. In order for the Board to add an item to the agenda it must make a determination that: (i) The item came to the attention of the Board after the posting of the agenda; (ii) That there is a need for immediate action to be taken by the Board. If these two tests are met, the Board may add the item in question to the agenda for consideration consistent with the provisions of the Brown Act.
6. CONSENT CALENDAR
6A. AUTHORIZE PURCHASE OF MICROSOFT OFFICE 365 SOFTWARE LICENSESAdministrative Committee Recommendation: The Administrative Committee recommends that the Board of Directors authorize staff to purchase the proposed licenses for $25,772.40.
6B. AUTHORIZATION TO EXECUTE REIMBURSEMENT AGREEMENT WITH CITY OF PICO RIVERA FOR ADDITIONAL PAVING ON SAN GABRIEL RIVER PARKWAY FOF THE ALBERT ROBLES CENTER CONSTRUCTION PROJECTCapital Improvement Projects (CIP) Committee Recommendation: The Capital Improvement Projects (CIP) Committee recommends that the Board of Directors execute a Reimbursement Agreement with the City of Pico Rivera to allow the City of Pico Rivera to reimburse WRD 100% for the additional paving along San Gabriel River Parkway for the Albert Robles Center (ARC) construction project.
6C. AWARD OF CONTRACT TO CORPORATE BUSINESS INTERIORS FOR FURNITURE PROCUREMENT, DELIVERY, AND INSTALLATION
Packet Page 1 of 301
SERVICES FOR THE ALBERT ROBLES CENTERCapital Improvement Projects (CIP) Committee Recommendation: The Capital Improvement Projects (CIP) Committee recommends that the Board of Directors enter into a General Services Agreement, subject to approval as to form by District Counsel, with Corporate Business Interiors to order furniture from Allsteel, Inc. and Mity-Lite, Inc., and deliver and install the furniture for an amount of $15,856.31, plus a 10% contingency of $1,586, for a total cost not to exceed $17,443 (rounded) with a contract term that ends June 30, 2020.
6D. UPDATE TO THE JOINT FUNDING AGREEMENT WITH THE U.S. GEOLOGICAL SURVEY (USGS) FOR GROUNDWATER MONITORING WELLS TO ALLOW FOR THE USGS TO INCREASE THEIR FUNDING CONTRIBUTIONWater Resources Committee Recommendation: The Water Resources Committee recommends that the Board of Directors approve an update to the Joint Funding Agreement with the U.S. Geological Survey (USGS) to allow the USGS to add $70,000 of their funding contribution to the monitoring well project, subject to approval as to form by District Counsel.
7. APPROVAL OF A CONTRACT FOR CATERING SERVICES FOR THE ARC GRAND OPENINGExternal Affairs Committee Recommendation: The External Affairs Committee recommends that the Board of Directors approve a contract with Thank Goodness it’s Sofia (TGIS) for the ARC Grand Opening, subject to approval as to form by District Counsel, for a cost of $34,541.31 plus a contingency amount of $458.69, for a total contract amount not to exceed $35,000.
8. APPROVAL OF A CONTRACT FOR THE RENTAL OF AIR CONDITIONING UNITS FOR THE ARC GRAND OPENING EVENTExternal Affairs Committee Recommendation: The External Affairs Committee recommends that the Board of Directors approve a contract with La Brea Air Inc. for the ARC Grand Opening, subject to approval as to form by District Counsel, for a cost of $15,930.00 plus a contingency amount of $70.00, for a total contract amount not to exceed $16,000.00.
9. APPROVAL OF A CONTRACT FOR ARC GRAND OPENING FOR AUDIO AND VISUAL EQUIPMENTExternal Affairs Committee Recommendation: The External Affairs Committee recommends that the Board of Directors approve a contract with McCune Audio and Visual for the ARC Grand Opening, subject to approval as to form by District Counsel, for a cost of $14,396.50 plus a contingency amount of $1,603.50, for a total contract amount not to exceed $16,000.00.
Packet Page 2 of 301
10. AWARD OF CONTRACT TO PACWEST SECURITY SERVICES TO PROVIDE SECURITY SERVICES FOR THE ALBERT ROBLES CENTER AND FIELD OPERATIONS AND STORAGE ANNEX FACILITYCapital Improvement Projects (CIP) Committee Recommendation: The Capital Improvement Projects (CIP) Committee recommends that the Board of Directors enter into a General Services Agreement, subject to approval as to form by District Counsel, with PACWEST Security Services to provide security services for the Albert Robles Center (ARC) and Field Operations and Storage Annex Facility for a cost of $1,362,821, plus a 10% contingency of $136,282 for unforeseen conditions, for a total amount not to exceed $1,499,103 and with a contract term that ends on December 31, 2022.
11. TECHNICAL ASSISTANCE PROVIDER FOR THE STATE WATER RESOURCES CONTROL BOARDWater Resources Committee Recommendation: The Water Resources Committee recommends that the Board of Directors authorize the General Manager to begin negotiations with the State Water Resources Control Board for WRD to become a Technical Assistance Provider.
12. DISTRICT COUNSEL'S REPORT
13. GENERAL MANAGER'S REPORT
14. AB 1234 COMPLIANCE REPORTS AND DIRECTOR'S REPORTS
15. WRD BOARD MEETING DATES
A. Thursday, September 5, 2019 - 11:00 a.m. - Regular Board of Directors Meeting
B. Thursday, September 19, 2019 - 11:00 a.m. - Regular Board of Directors Meeting
C. Thursday, October 3, 2019 - 11:00 a.m. - Regular Board of Directors Meeting
D. Thursday, October 17, 2019 - 11:00 a.m. - Regular Board of Directors Meeting
16. CLOSED SESSION
A. Conference with Legal Counsel – Existing Litigation, pursuant to Government Code §54956.9 Name of Case: Water Replenishment District v. Woods
B. Conference with Legal Counsel – Anticipated Litigation, pursuant to Government Code §54956.9 (b), Two (2) Matters
Packet Page 3 of 301
17. CLOSED SESSION REPORT
18. ADJOURNMENTThe Board will adjourn to the next Board of Directors meeting currently scheduled for Thursday, September 5, 2019, at 11:00 a.m.
In compliance with the Americans with Disabilities Act (ADA), if special assistance is needed to participate in the meeting, please contact Brandon Mims, Deputy Secretary at (562) 921-5521 for assistance to enable the District to make reasonable accommodations.
All public records relating to an agenda item on this agenda are available for public inspection at the time the record is distributed to all, or a majority of all, members of the Board. Such records shall be available at the District office located at 4040 Paramount Boulevard, Lakewood, California 90712.
Agendas are available at the District’s website, www.wrd.org.
EXHAUSTION OF ADMINISTRATIVE REMEDIES – If you challenge a District action in court, you may be limited to raising only those issues you or someone else raised at the public hearing described in this notice, or in written correspondence delivered to the Deputy Secretary at, or prior to, the public hearing. Any written correspondence delivered to the District office before the District’s final action on a matter will become a part of the administrative record.
Packet Page 4 of 301
MEMORANDUMITEM NO. 6A
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: AUTHORIZE PURCHASE OF MICROSOFT OFFICE 365 SOFTWARE LICENSES
SUMMARYThe District uses Microsoft’s Office 365 cloud platform for several solutions, including email services and the Microsoft Office productivity suite of applications such as Word and Excel. This is a subscription-based service that renews annually. Office 365 has proven to be reliable and robust, and brings with it many advantages of the cloud, including worldwide access and the ability to take advantage of Microsoft's considerable infrastructure. Staff asked Liftoff LLC, its partner of record for Office 365, to provide a quote for the necessary Office 365 licenses for FY 19-20.
FISCAL IMPACTThe total cost of the purchase is $25,772.40. Funds are available in the Administrative Department budget in project number 000 GL Code 5681 (Materials & Equipment).
ADMINISTRATIVE COMMITTEE RECOMMENDATIONThe Administrative Committee recommends that the Board of Directors authorize staff to purchase the proposed licenses for $25,772.40.
Page 1 of 5Meeting Date: 8/14/2019 Item No. 6A
Packet Page 5 of 301
© 2019 LiftOff, LLC. All Rights Reserved www.LiftoffOnline.com
QUOTE as of 7/18/2019
Bill to: Water Replenishment District of So. Cal 4040 Paramount Blvd. Lakewood, CA 90712
Ship to: Water Replenishment District of So. Cal 4040 Paramount Blvd. Lakewood, CA 90712
Reseller (Remit To): LiftOff LLC Attn: Ron Braatz 1667 Patrice Circle Crofton, MD 21114
Terms: Due on Receipt
Payment Options: Check
Quote Description
G SKU Item Name Part Number Term in Months
Price/User/Month
Licenses Cost/Year
Office 365 Plan G1 U4S-00002 12 6.00 70 $5,040.00
ExchangeOnlineArchiving 4ES-00001 12 2.00 65 $1,560.00
O365 AdvThreatPro 3GU-00001 12 1.80 65 $1,404.00
Office 365 Pro Plus 3WS-00001 12 12.00 50 $7,200.00
Project Online Pro GOV 7MS-00001 12 30.00 10 $3,600.00
Visio Online Plan2 GOV P3U-00001 12 15.00 5 $900.00
Power BI Pro GOV DDJ-00001 12 10.00 50 $6,000.00
Azure AD Prem P1 MQM-00001 12 5.70 1 $68.40
Total: $25,772.40 Pricing Information:
• All prices are displayed in United States Dollars.
• Product and pricing data are updated frequently and may change without notice.
• Pricing valid for 14 days
• License orders are paid up front, are non-refundable, and are one-year licenses that renew each year.
• License reductions, upgrades, or cancellations may only occur at the annual renewal date.
In order to proceed, send a Purchase Order to [email protected]. Once we have the Purchase Order, we will immediately send an invoice. Once we receive payment, we will place the order.
Page 2 of 5Meeting Date: 8/14/2019 Item No. 6A
Packet Page 6 of 301
© 2019 LiftOff, LLC. All Rights Reserved www.LiftoffOnline.com
Customer Terms for Cloud Services Agreement US Public Sector
This agreement is between LiftOff LLC (“we”, “us”, and “our”) and Water Replenishment District of So. Cal (“you” and “your”). It is effective when we accept it. Key terms are defined in 8.
1. General. Right to use. You may access and use Office 365, and install and use a Client (if any) included with your Subscription, only as described in this agreement. All other rights are reserved.
Acceptable use. You will use Office 365 only per the AUP. You will not use Office 365 in any way that infringes a third party’s patent, copyright, or trademark or misappropriates its trade secret. You may not reverse engineer, decompile, work around technical limits in, or disassemble Office 365, except if applicable law permits despite this limit. You may not rent, lease, lend, resell, transfer, or host Office 365 to or for third parties.
Compliance. You will comply with all laws and regulations applicable to your use of Office 365. In providing Office 365, we and our Providers will comply with all laws and regulations (including applicable security breach notification law) that generally apply to IT service providers. You will obtain any consents required: (1) to allow you to access, monitor, use, and disclose user data; and (2) for us to provide Office 365. If you are an educational institution, you will obtain any parental consent for end users’ use of Office 365 as required by applicable law.
Customer Data. Customer Data is used only to provide you Office 365. This use may include troubleshooting to prevent, find and fix problems with Office 365’s operation. It may also include improving features for finding and protecting against threats to users. Neither we nor our Providers will derive information from Customer Data for any advertising or other commercial purposes. We will enable you to keep Customer Data separate from consumer services. Customer Data will not be disclosed unless required by law or allowed by this agree-ment. Your contact information may be provided so that a requestor can contact you. If law requires disclosure, we will use commercially reasonable efforts to notify you, if permitted. Customer Data may be transferred to, and stored and processed in, any country we or our Providers maintain facilities, unless you provision your tenant in the United States, If you do, Microsoft will provide Office 365 from data centers in the United States, and storage of the following customer data at rest will be located in data centers only in the United States: (i) Exchange Online mailbox content (e-mail body, calendar entries, and the content of e-mail attachments), and (ii) SharePoint Online site content and the files stored within that site.
Changes. Office 365 may be changed periodically, after which you may need to agree to new terms. You may be required to run a client software upgrade on devices using Office 365 after a change to maintain full func-tionality.
Use rights. Use rights specific to Office 365 are posted online at the link to the AUP.
2. Confidentiality and Security. We and our Providers will (a) maintain appropriate technical and organizational measures, internal controls, and data security routines intended to protect Customer Data against accidental loss or change, unauthorized disclosure or access, or unlawful destruction and (b) not disclose Customer Data, except as required by law or expressly allowed. Neither party will make any public statement about this agreement’s terms without the other’s prior written consent.
Page 3 of 5Meeting Date: 8/14/2019 Item No. 6A
Packet Page 7 of 301
© 2019 LiftOff, LLC. All Rights Reserved www.LiftoffOnline.com
3. Term, Termination, and Suspension. Term and termination. This agreement will remain in effect for three years subject to your right under appli-cable law to terminate for convenience.
Customer Data. You may extract Customer Data at any time. If your Subscription expires or terminates, we will keep your Customer Data in a limited account for at least 90 days so you may extract it. We may delete your Customer Data after that.
Regulatory. If a government rule or regulation applies to us or our Providers, but not generally to other busi-nesses, and makes it difficult to operate Office 365 without change, or we or our Providers believe this agree-ment or Office 365 may conflict with the rule or regulation, we may change Office 365 or terminate the agree-ment. If we change Office 365 to come into compliance, and you do not like the change, you may terminate.
Suspension. We may suspend use of Office 365: (1) if reasonably needed to prevent unauthorized
Customer Data access; (2) if you do not promptly respond under §5 to intellectual property claims; or (3) for non-payment; or (4) if you violate the AUP. A suspension will be in effect only while the condition or need exists and, if under clause (1) or (2), will apply to the minimum extent necessary. We will notify you before we suspend, unless doing so may increase damages. We will notify you at least 30 days before suspending for non-payment. If you do not fully address the reasons for suspension within 60 days after we suspend, we may terminate your Subscription.
4. Limited warranty; disclaimer. We warrant that Office 365 will meet the SLA terms during the Subscription; your only remedy for breach of warranty is stated in the SLA. We provide no (and disclaim to the extent permitted by law any) other warranties, express, implied, or statutory, including warranties of merchantability or fitness for a particular purpose.
5. Duty to protect. Defense. We or our Providers will defend you against any claims made by an unaffiliated third party that Office 365 infringes its patent, copyright, or trademark or misappropriates its trade secret.
Remedies. If we or our Providers reasonably believe that a claim under §5 may bar your use of Office 365, we or our Providers will seek to: (1) obtain the right for you to keep using it; or (2) modify or replace it with a functional equivalent and notify you to stop use of the prior version. If these options are not commercially reasonable, we or our Providers may terminate your rights to Office 365 and refund any payments for unused Subscription rights.
Other obligations. To the extent permitted by law, you will (1) notify us promptly of a claim under this §5 and (2) allow us or our Providers to assist in your defense or settlement. You will provide reasonable help to defend. We or our Providers will reimburse you for reasonable out-of-pocket expenses incurred in giving that help and pay the amount of any resulting adverse final judgment (or settlement the protecting party consents to). Neither we nor our Providers will be bound by any settlement to which we do not agree in writing, this § 5 provides the exclusive remedy for these claims.
Limits. The obligations of us and our Providers in this §5 won’t apply to a claim or award based on: (1) Customer Data; (2) software not provided by us or our Providers; (3) modifications you make to Office 365, or materials you provide or make available as part of using Office 365; (4) your combination of Office 365 with, or damages based on the value of, a product, data, or business process not provided by us or our Providers; or (5) your use of a Microsoft trademark without their express, written consent, or your use of Office 365 after being notified to stop due to a third-party claim.
Page 4 of 5Meeting Date: 8/14/2019 Item No. 6A
Packet Page 8 of 301
© 2019 LiftOff, LLC. All Rights Reserved www.LiftoffOnline.com
6. Limited liability. Each party’s (and our Providers’) maximum aggregate liability for any claim related to this agreement is limited to direct damages up to the fees that you paid for Office 365 during the 12 months before the claim arose (or $5,000.00 if you paid no fees). Neither party nor our Providers will be liable for lost revenues or indirect, special, incidental, consequential, punitive, or exemplary damages, even if the party knew they were possible. The limits and exclusions in this §6 apply to the extent permitted by law, but do not apply to (1) obligations under §5; or (2) intellectual property infringement or misappropriation.
7. Agreement mechanics. You must send notice by regular mail, return receipt requested, to the address on the Portal (effective when delivered). We may email notice to your account administrators (effective when sent). You may not assign this agreement, or any right or duty under it. If part of this agreement is held unenforceable, the rest remains in force. Failure to enforce this agreement is not a waiver. The parties are independent contractors. This agreement does not create an agency, partnership, or joint venture. This agreement is governed by the laws applicable to Customer, without regard to conflict of laws. This agreement (including the SLA and AUP) and our price sheet are the parties’ entire agreement on this subject and supersedes any concurrent or prior communications. Agree-ment terms that require performance, or apply to events that may occur, after termination or expiration will survive, including §5. Office 365 and the Client are subject to U.S. export jurisdiction. You must comply with the U.S. Export Administration Regulations, the International Traffic in Arms Regulations, and end-user, end-use, and destination restrictions. For more information, see http://www.microsoft.com/exporting/. Our Pro-viders may deliver Office 365, and the rights granted to us also apply to them.
8. Definitions. “AUP” means the acceptable use policy at http://www.microsoftvolumelicensing.com/Down-loader.aspx?DocumentId=5502.
“Client” means device software that we or our Providers provide you with Office 365.
“Customer Data” means all data, including all text, sound, or image files that are provided to us or our Providers by, or on behalf of, you through your use of Office 365.
“Office 365” means (1) Exchange Online, Exchange Online Archiving, SharePoint Online, Lync Online, and Office Web Apps included in Office 365 Enterprise Plans E1, E2, E3, E4, K1, and K2; and Office 365 Gov-ernment Plans G1, G2, G3, G4, K1, and K2; and (2) Exchange Online Archiving; Exchange Online Protection; Exchange Online Plans 1, 2, Basic, and Kiosk; SharePoint Online Plans 1, 2, and Kiosk; Office Web Apps Plans 1 and 2; and Lync Online Plans 1, 2, and 3.
“Portal” means the Online Services Portal for Office 365 (see http://www.microsoft.com/online).
“Providers” means our affiliates, licensors, and suppliers, including Microsoft and its applicable affiliates.
“SLA” means the service level commitments we or our Providers make regarding delivery and performance of
Office 365 (see http://www.microsoft.com/licensing/contracts).
“Subscription” means an order for a quantity of Office 365.
Page 5 of 5Meeting Date: 8/14/2019 Item No. 6A
Packet Page 9 of 301
MEMORANDUMITEM NO. 6B
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: AUTHORIZATION TO EXECUTE REIMBURSEMENT AGREEMENT WITH CITY OF PICO RIVERA FOR ADDITIONAL PAVING ON SAN GABRIEL RIVER PARKWAY FOF THE ALBERT ROBLES CENTER CONSTRUCTION PROJECT
SUMMARYWRD is currently constructing an advanced water treatment facility (AWTF), referred to as the Albert Robles Center (ARC), on a 5.2-acre property located at 4320 San Gabriel River Parkway (site) in the City of Pico Rivera, California. As part of this project, the contractor, JF Shea Construction, Inc. is required to repave and restripe San Gabriel River Parkway in front of the site. The City requested additional paving along San Gabriel River Parkway just north of the site and agreed to reimburse WRD 100% for this change order.
The change order cost for the additional paving along San Gabriel River Parkway totaled $39,885.30. A Reimbursement Agreement was drafted by WRD’s counsel and it was approved by the Pico Rivera City Council on July 9, 2019. Staff recommends the Board of Directors approve execution of the Reimbursement Agreement to allow the City of Pico Rivera to reimburse WRD 100% for the additional paving.
FISCAL IMPACTNone
CAPITAL IMPROVEMENT PROJECTS (CIP) COMMITTEE RECOMMENDATIONThe Capital Improvement Projects (CIP) Committee recommends that the Board of Directors execute a Reimbursement Agreement with the City of Pico Rivera to allow the City of Pico Rivera to reimburse WRD 100% for the additional paving along San Gabriel River Parkway for the Albert Robles Center (ARC) construction project.
Page 1 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 10 of 301
Page 2 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 11 of 301
Page 3 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 12 of 301
Page 4 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 13 of 301
Page 5 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 14 of 301
Page 6 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 15 of 301
Page 7 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 16 of 301
Page 8 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 17 of 301
Page 9 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 18 of 301
Page 10 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 19 of 301
Page 11 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 20 of 301
Page 12 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 21 of 301
Page 13 of 13Meeting Date: 8/14/2019 Item No. 6B
Packet Page 22 of 301
MEMORANDUMITEM NO. 6C
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: AWARD OF CONTRACT TO CORPORATE BUSINESS INTERIORS FOR FURNITURE PROCUREMENT, DELIVERY, AND INSTALLATION SERVICES FOR THE ALBERT ROBLES CENTER
SUMMARYWRD is constructing an Advanced Water Treatment Facility (AWTF), which includes an Administration and Learning Center (ALC) and Process Building, referred to as the Albert Robles Center (ARC), on a 5.2-acre property located at 4320 and 4330 San Gabriel River Parkway (site) in the City of Pico Rivera, California. WRD would like to procure round banquet tables and storage racks for the tables and chairs in the Multi-Function Room in the ALC.
To reduce the fiscal impact of the furniture procurement for the ARC, WRD obtained a quote from Corporate Business Interiors (CBI), who utilizes furniture manufacturers that have California Multiple Award Schedule (CMAS) agreements with the California Department of General Services (DGS) Procurement Division (PD). DGS serves as a business manager for the State of California and allows government agencies to piggyback onto their CMAS agreements, streamlining the procurement process. Additionally, furniture manufacturers with DGS PD CMAS agreements offer a wide variety of commodities and services at discounted prices (60% to 70% off retail price), which have been assessed by DGS to be fair, reasonable, and competitive.
CBI prepared a proposal with a total amount of $15,856.31 that includes quotes from two furniture manufacturers, Allsteel, Inc. and Mity-Lite, Inc., that currently have DGS PD CMAS agreements, along with design and installation costs by CBI. CBI is the authorized dealer for these furniture manufacturers through the DGS PD and installation is required through the authorized dealer. Mity-Lite, Inc. will provide the round banquet tables and associated storage racks for an amount not to exceed $9,607.71 and Allsteel, Inc. will provide two additional storage racks for the existing chairs in the Multi-Function Room for an amount not to exceed $537.65. CBI will deliver and install the furniture for a cost not to exceed $5,710.95. All pricing in the CBI proposal was based on DGS PD CMAS discounted rates. Per CMAS requirements, Allsteel, Inc. and Mity-Lite, Inc. will invoice the District separately once CBI orders the furniture from these manufacturers. Staff recommends award of
Page 1 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 23 of 301
contract to CBI for an amount of $15,856.31, plus a 10% contingency of $1,586, for a total cost not to exceed $17,443 (rounded).
FISCAL IMPACTThe cost of this contract is $15,856.31, plus a 10% contingency of $1,586, for a total of $17,443 (rounded).Expenditures will be funded from the ARC capital budget.
CAPITAL IMPROVEMENT PROJECTS (CIP) COMMITTEE RECOMMENDATIONThe Capital Improvement Projects (CIP) Committee recommends that the Board of Directors approve the following for the Albert Robles Center (ARC): 1) the purchase of furniture from Allsteel Inc. pursuant to CMAS pricing for an amount not to exceed $537.65, 2) for the purchase of furniture from Mity-Lite, Inc. pursuant to CMAS pricing for an amount not to exceed $9,607.71, 3) and award of a contract to CBI as the authorized CMAS agent to place the orders for the furniture from Allsteel Inc. and Mity-Lite, Inc., and deliver and install the furniture for an amount not to exceed $5,710.95. The total budget for the CMAS purchases and installation in an amountnot to exceed $17,443.00 (rounded), which is the total sum of $15,856.31 plus a 10% contingency of $1,586.
Page 2 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 24 of 301
Water Replenishment District of 1 Corporate Business Interiors Southern California General Services Contract
GENERAL SERVICES AGREEMENT CORPORATE BUSINESS INTERIORS (CBI)
This General Services Agreement (the “Agreement”) is made and entered into this 14th day ofAugust 2019, by and between the Water Replenishment District of Southern California (“District”) and Corporate Business Interiors (CBI), (“Contractor”) (collectively the “Parties” or individually as “Party”) for the furnishing of certain products and/or professional services upon the following terms and conditions. 1. Scope of Services. Contractor shall perform the scope of services described in Exhibit A
( hereinafter referred to as “Services”), attached hereto and incorporated herein by thisreference. Tasks other than those specifically described in Exhibit A shall not beperformed without a prior written amendment to this Agreement. In the event of aconflict in or inconsistency between the terms of this Agreement and Exhibit A, thisAgreement shall prevail.
1.1 Standard of Performance. In performing the scope of services under this Agreement, Contractor shall diligently perform all services required in connection with this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession.
1.2 Assignment of Personnel. Contractor shall assign only competent personnel to perform services in connection with this Agreement.
2. Term. The term of this Agreement shall commence on August 14, 2019 and shall end onJune 30, 2020 (the “Expiration Date”).
2.1 Termination by District
2.1.1 Termination for Convenience. The District may terminate this Agreement for its convenience at any time within ten (10) days written notice to Contractor. Contractor's compensation in the event of such a termination shall be exclusively limited to payment for all authorized services performed and for all authorized expenses incurred up to the effective date of such termination. Contractor understands and agrees that it shall not be entitled to any additional compensation or reimbursement whatsoever in the event of such termination.
3. Contractor’s Compensation. District will compensate Contractor for services performedand for expenses incurred pursuant to this Agreement as follows:
Page 3 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 25 of 301
Water Replenishment District of 2 Corporate Business Interiors Southern California General Services Contract
3.1 Fee. District hereby agrees to pay Contractor for the Scope of Services, whether by fixed price, hourly rates subject to fixed rate schedule, pursuant to the fee schedule described in Exhibit A and incorporated herein by this reference, which may not be changed except with District's written approval. Total compensation for work performed under this Agreement shall not exceed $5,710.95.
3.2 Reimbursable Expenses. No expenses, costs, or liabilities of Contractor shall be reimbursable unless the obligation and manner of reimbursement is expressly set forth in the scope of services and fee schedule (Exhibit A).
4. Project Site. Contractor shall perform the Services in such a manner as to cause a minimum of interference with District's operations and the operations of other contractors at each Project site and to protect all persons and property thereon from damage or injury. Upon completion of the Services at a Project site, Contractor shall leave such Project site clean and free of all tools, equipment, waste materials and rubbish. Each Project site may include all buildings, offices, and other locations where Services are to be performed, including any access roads. Contractor shall be solely responsible for the safe transportation and packing in proper containers and storage of any equipment required for performing the Services, whether owned, leased or rented. District will not be responsible for any such equipment which is lost, stolen or damaged or for any additional rental charges for such equipment. Equipment left or stored at a Project site, with or without permission, is at Contractor’s sole risk. District may assume that anything left on the work site an unreasonable length of time after said work is completed has been abandoned. Any transportation furnished by District shall be solely as an accommodation and District shall have no liability therefore. Contractor acknowledges and agrees that it shall assume the risk and is solely responsible for its use of any District owned equipment and property provided by District for the performance of Services. District shall have no liability to Contractor therefore. In addition, Contractor further acknowledges and agrees that it shall assume the risk and is solely responsible for its owned, non-owned and hired automobiles, trucks or other motorized vehicles as well as any equipment, tolls, or other property which is utilized by Contractor on each Project site.
5. Contractor Status. Contractor is an independent contractor and neither Contractor nor any employee of Contractor is or will be treated as an employee of the District under this Agreement. District controls the result to be accomplished under this Agreement, but not the means by which Contractor achieves such results.
5.1 Payments made to Contractor pursuant to this Agreement shall be the sole and complete compensation to which Contractor is entitled. Contractor is solely responsible for any taxes levied by local, state or federal authorities on such sums. Contractor shall defend and indemnify the District for any taxes, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to properly withhold taxes as a result of any determination that Contractor,
Page 4 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 26 of 301
Water Replenishment District of 3 Corporate Business Interiors Southern California General Services Contract
or any of Contractor’s employees, is an employee rather than an independent contractor of District.
5.2 District will not make any contribution to any retirement plan or Social Security on behalf of Contractor or any of Contractor’s employees. Contractor shall defend and indemnify the District for any contribution, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to contribute to any retirement plan or Social Security as a result of any determination that Contractor, or any of Contractor’s employees, is an employee rather than an independent contractor of District.
5.3 District will not make any payments to Contractor, or Contractor’s employees, which rely upon employee status, including, but not limited to, FLSA and other overtime and minimum wage requirements, prevailing wage laws, worker’s compensation benefits, FMLA, CFRA, Paid Leave, and unemployment benefits. Contractor shall defend and indemnify the District for any payment, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to make any such payment or otherwise provide the benefits of such laws as a result of any determination that Contractor, or any of Contractor’s employees, is an employee rather than an independent contractor of District.
5.4 Contractor shall comply with the Political Reform Act of 1974, as amended including, but not limited to, disclosure of all conflicts of interest and other financial disclosure requirements required thereunder.
6. Instructions to Contractor. In the performance of the services set forth in this Agreement, Contractor shall report to and receive instructions from the following person on behalf of the District: Robb Whitaker, Rob Beste, and Phuong Watson.
7. Subcontractor Services. Any subcontractors to be used by Contractor in the performance of the scope of services shall be identified in Exhibit A hereto. Contractor shall obtain the District’s prior written approval before retaining a subcontractor to perform any portion of the scope of services of this Agreement. Notwithstanding Contractor’s use of any subcontractors, Contractor shall be responsible to the District for the performance of its subcontractors as it would be if Contractor had performed those services itself. Nothing in this Agreement shall be deemed or construed to create a contractual relationship between the District and any subcontractor employed by Contractor. Contractor shall be solely responsible for payments to any subcontractors. Contractor shall defend and indemnify the District for any payment, fines or penalties assessed or threatened to be assessed against District as a result of any claim brought by any subcontractor of Contractor for any matter arising from, or related to, the services performed by subcontractor under this Agreement.
8. Compliance With Laws and Regulations; Licensing. Contractor shall perform its services under this Agreement in compliance with all applicable provisions of Federal, State and
Page 5 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 27 of 301
Water Replenishment District of 4 Corporate Business Interiors Southern California General Services Contract
local laws, statutes, codes, rules, regulations, ordinances and professional standards (“Applicable Laws”). By entering into this Agreement, Contractor represents and warrants that it possesses and will keep current all license and registrations required by Applicable Laws to enter into this Agreement and to perform the scope of services hereunder.
9. Insurance. Contractor, at its sole cost and expense, shall obtain, keep in force, and maintain the following policies of insurance at all times while this Agreement is in effect, and shall not commence any work under this Agreement until proof of such insurance has been provided to the District. The coverages provided by such insurance shall not be construed as limitations of liability.
9.1 Required Policies.
9.1.1 Commercial General Liability Insurance (contractual, products, and completed operations coverages included) with a combined single limit of no less than $1,000,000 and a general aggregate limit of no less than $1,000,000.
9.1.2 Business or Comprehensive Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles, with a combined single limit of no less than $1,000,000 per accident.
9.1.3 Employers’ Liability Insurance with limits of $1,000,000 per claim and $1,000,000 in the aggregate.
9.1.4 Workers’ Compensation Insurance as required under the Workers’ Compensation Insurance and Safety Act of the State of California.
9.2 Required Terms.
9.2.1 All policies except workers’ compensation shall name as additional insureds the Water Replenishment District of Southern California, its directors, officers, employees, agents and representatives.
9.2.2 All policies shall be written on an occurrence basis. If a policy may only be obtained on a claims made basis, the policy shall be maintained continuously for a period of no less than three (3) years after the date of final completion of the scope of services under this Agreement.
9.2.3 All policies shall provide that coverage cannot be cancelled without twenty (20) days prior written notice to the District.
9.2.4 All insurance required under this Agreement shall be considered primary to any insurance maintained by the District. All policies except
Page 6 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 28 of 301
Water Replenishment District of 5 Corporate Business Interiors Southern California General Services Contract
Professional Liability shall include waivers of subrogation in favor of the District and its insurers.
9.2.5 All polices required under this Agreement shall be issued by companies authorized to transact insurance business in the State of California acceptable to the District and having a Best rating of A- or better.
10. Indemnification. Contractor shall indemnify, defend and hold harmless the District and its directors, officers, employees, agents and representatives (collectively “District”), from and against any and all claims, liabilities, costs, damages, suits, proceedings, injuries (including injuries to real and personal property, and injuries to persons, including death) incurred by District (“Losses”), as a result of Contractor’s breach of any provision of this Agreement, Contractor’s failure to comply with applicable laws, Contractor’s negligent acts or omissions, or Contractor’s willful misconduct. However, Contractor’s obligation to defend shall arise regardless of any claim or assertion that the District caused or contributed to the Losses. Nothing in this paragraph shall constitute a waiver or limitation of any legal rights which the District may have including, without limitation, the right to implied indemnity.
11. Warranty.
11.1 In addition to any and all warranties provided or implied by law or public policy, Contractor warrants that all Services (including but not limited to all equipment and materials supplied in connection therewith) shall be free from defects in design and workmanship, and that Contractor shall perform all Services in accordance with all applicable engineering, construction and other codes and standards, and with the degree of high professional skill normally exercised by or expected from recognized professional firms engaged in the practice of supplying services of a nature similar to the Services in question. Contractor further warrants that, in addition to furnishing all tools, equipment and supplies customarily required for performance of work, Contractor shall furnish personnel with the training, experience and physical ability, as well as adequate supervision, required to perform the Services in accordance with the preceding standards and the other requirements of this Agreement. In addition to all other rights and remedies which District may have, District shall have the right to require, and Contractor shall be obligated at its own expense to perform, all further services which may be required to correct any deficiencies which result from Contractor’s failure to perform any Services in accordance with the standards required by this Agreement. Moreover, if, during the term of this Agreement (or during the one (1) year period following the term hereof), any equipment, goods or other materials or Services used or provided by Contractor under this Agreement fail due to defects in material and/or workmanship or other breach of this Agreement, Contractor shall, upon any reasonable notice from District, replace or repair the same to District’s satisfaction. Unless otherwise expressly permitted, all materials and supplies to be used by Contractor in the performance of the Services shall be
Page 7 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 29 of 301
Water Replenishment District of 6 Corporate Business Interiors Southern California General Services Contract
new and best of kind.
11.2 Contractor hereby assigns to District all additional warranties, extended warranties, or benefits like warranties, such as insurance, provided by or reasonably obtainable from suppliers of equipment and material used in the Services.
12. Health and Safety Programs. The Contractor shall establish, maintain, and enforce safe work practices, and implement an accident/incident prevention program intended to ensure safe and healthful operations under their direction. The program shall include all requisite components of such a program under Federal, State and local regulations and shall comply with all District site programs.
12.1 Contractor will be responsible for acquiring job hazard assessments as necessary to safely perform all duties of each Project and provide a copy to District upon request.
12.2 Contractor will be responsible for providing all employee health and safety training and personal protective equipment in accordance with potential hazards that may be encountered in performance of Project and provide copies of the certified training records upon request by District. Contractor shall be responsible for proper maintenance and/or disposal of their personal protective equipment and material handling equipment.
12.3 Contractor is responsible for ensuring that its lower-tier subcontractors are aware of and will comply with the requirements set forth herein
12.4 Contractor shall immediately report any injuries to the District site safety representative. Additionally, the Contractor shall investigate and submit to the District site safety representative copies of all written accident reports, and coordinate with District if further investigation is requested
12.5 Contractor shall develop a plan to properly handle and dispose of all hazardous wastes they generate within the Scope of Services.
12.6 Contractor shall advise its employees and subcontractors that any employee, who jeopardizes his/her safety and health, or the safety and health of others, may be subject to actions including removal from Project.
13. Arbitration and Attorneys’ Fees. Any dispute arising from or relating to this Agreement shall be submitted to final and binding arbitration before an arbitrator who is a member of the National Academy of Arbitrators. The parties will obtain a list of five names of potential arbitrators from the National Academy of Arbitrators, or the American Arbitration Association, and will take turns striking the names of arbitrators until one arbitrator remains, who shall preside over the arbitration. The arbitrator will have no power to rewrite any of the terms of this Agreement. The parties shall split the cost of
Page 8 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 30 of 301
Water Replenishment District of 7 Corporate Business Interiors Southern California General Services Contract
the arbitrator’s fee and any court reporter required by the arbitrator or if both parties agree to having the proceedings taken down by a court reporter. The prevailing Party in any action arising from or relating to this Agreement shall be entitled to recover its reasonable attorneys fees, expert witness fees and arbitration fees and costs in addition to any other relief and recovery ordered by the arbitrator or other tribunal hearing any matter related to this Agreement. .
14. Conflict of Interest. No official of the District who is authorized in such capacity and on behalf of the District to negotiate, make, accept or approve, or to take part in negotiating, making, accepting or approving this Agreement, or any contract or subcontract relating to work to be performed pursuant to this Agreement, shall become directly or indirectly personally interested in this Agreement or in any part thereof. Contractor shall not accept employment or contract during the term of this Agreement with any firm or individual for the provision of services if such employment or contract would conflict directly with the Services provided to the District under this Agreement.
15. Equal Opportunity. During the performance of this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, marital status or national origin.
16. Successors and Assigns. This Agreement shall inure to the benefit of, and be binding upon, the District, Contractor, and their respective successors and assigns provided, however, that no assignment of the duties or benefits under this Agreement shall be made without the written consent of the Contractor and the District.
17. Choice of Law and Venue. This Agreement shall be governed by and interpreted in accordance with the laws of the State of California. The Parties agree that the exclusive venue for any action or proceeding arising from or relating to this Agreement shall be in the County of Los Angeles, State of California.
18. Notices. All notices provided by this agreement shall be in writing and shall be sent by first-class mail and facsimile transmission as follows:
If to the District:
Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 Phone: (562) 921-5521
Fax: (562) 921-6101
Page 9 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 31 of 301
Water Replenishment District of 8 Corporate Business Interiors Southern California General Services Contract
Remit all invoices to:
Accounts Payable Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 (562) 921-5521
If to Contractor:
Lyn Vernazza Corporate Business Interiors 3501 Jamboree Road South Tower, Suite 400 Newport Beach, CA 92660 Phone: 714-582-1915 Email: [email protected]
19. Amendments. This Agreement may be modified only by a writing signed by the Parties hereto.
20. Integration; Construction. This Agreement sets forth the final, complete and exclusive expression of the Parties’ agreement with respect to the subject matter hereof, and supersedes any and all other agreements, representations, and promises, whether made orally or in writing. The Parties represent and warrant that they are not entering into this Agreement based upon any representation or understanding that is not expressly set forth in this Agreement. This Agreement shall be construed as the product of a joint effort between the Parties and shall not be construed against either Party as its drafter.
21. Effective Date. This Agreement is effective as of the date first set forth above.
22. Authority. Each person signing this Agreement represents that he or she has the authority to do so on behalf of the Party for whom he or she is signing.
[SIGNATURES ON THE NEXT PAGE]
Page 10 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 32 of 301
Water Replenishment District of 9 Corporate Business Interiors Southern California General Services Contract
IN WITNESS WHEREOF, the Parties have caused this AGREEMENT to be executed the day and year first above written.
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALIFORNIA Signature Signature John D. S. Allen Print Name Print Name President, Board of Directors Secretary, Board of Directors Title Title
CORPORATE BUSINESS INTERIORS, ("CONTRACTOR") Signature Print Name
Title
Approved As To Form LEAL, TREJO APC Attorneys for the Water Replenishment District of Southern California
Page 11 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 33 of 301
Water Replenishment District of Exhibit A Corporate Business Interiors Southern California Scope of Services and Fee Schedule General Services Contract
EXHIBIT A SCOPE OF SERVICES AND FEE SCHEDULE
1. Contractor shall be compensated for actual services performed in accordance with this Agreement per the scope of services and fee schedule described in Exhibit A-1. The scope of services under this agreement are for design and specification fee, project management fee and prevailing wage labor fee services. No furniture is being provided in this agreement. The furniture that requires these services will be ordered under two separate California Multiple Award Schedules (CMAS) agreements with two (2) furniture manufactures detailed in Exhibit A-2 and A-3.
2. The order(s) of furniture will be made to the two (2) following furniture manufacturers by the Contractor:
a. Allsteel, Inc, - California Multiple Award Schedules (CMAS) Agreement attached herein as Exhibit A-2;
b. Mity-Lite, Inc. - California Multiple Award Schedules (CMAS) Agreement attached herein as Exhibit A-3.
3. A budgetary amount of $5,710.95 (which amount applies to Contractor’s fee) is
established for this Agreement. Notwithstanding any other provision of this Agreement, the District shall not be obligated to pay Contractor any amount in excess of said budgetary amount absent prior written approval from the District. Likewise, Contractor shall not be obligated to perform services or incur expenses in excess of the budgetary amount absent prior written approval from the District.
Page 12 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 34 of 301
Water Replenishment District of Exhibit A-1 Corporate Business Interiors Southern California Scope of Services and Fee Schedule General Services Contract
EXHIBIT “A-1”
CONTRACTOR’S SCOPE OF SERVICES AND FEE SCHEDULE
Page 13 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 35 of 301
Water Replenishment District of Southern CaliforniaFurniture Pricing
7/17/2019
$ 537.65 $ 9,607.71 $ 5,710.95
TOTAL $ 15,856.31
**
* Allsteel Surcharge (US Tariffs):
> The United States government announced a series of tariffs on imported goods and materials from China. These tariffs took effect on 5/10/19 at 25%.Effective June 15th, Allsteel will apply a flat 3.125% surcharge to all government orders to offset a portion of the increased tariff burden.
* MityLite Surcharge (US Tariffs):
> On 11/11/18, MityLite enacted a 2% surcharge/tariff fee to help cover the increased costs from their domestic vendors.Steel, Aluminum, wood and plastic have all increased in cost over the last few months.
PROPOSAL 63751: ALLSTEEL TOTAL
Allsteel CMAS Contract: 4-09-71-0087A
PROPOSAL 63751A: MITYLITE TOTAL PROPOSAL 63751B: CORPORATE BUSINESS INTERIORS (CBI) TOTAL
SUMMARY SECTION
Allsteel will have a price increase on 7/21/19, current pricing provided. CMAS price to be held until 8/30/19.
Mitylite CMAS Contract: 4-17-71-0111B
NOTES SECTION
MityLite CMAS pricing valid until 8/30/19.
1 of 1
Page 14 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 36 of 301
Water Replenishment District of Exhibit A-2 Corporate Business Interiors Southern California CMAS – AllSteel, Inc. General Services Contract
EXHIBIT “A-2”
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A
Page 15 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 37 of 301
DATE PROPOSAL#
07/11/19 63751
PROJECT#: 41-356
CUSTOMER: INSTALL AT:
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALI ALBERT ROBLES CENTER4040 PARAMOUNT BLVD. 4320 SAN GABRIEL PARKWAYLAKEWOOD, CA 90712 PICO RIVERA, CA 90660
PH# ALLSTEEL - (2) NIMBLE CARTS
FAX NUMBER# CUSTOMER P.O.# SALESPERSON TERMS SHIP VIA
JANETTE HERMELIN CMAS
# QTY PRODUCT DESCRIPTION SELL EACH SELL EXTEND
ALLSTEEL PURCHASE ORDERSSHOULD BE ISSUED TO:
ALLSTEELC/O CORPORATE BUSINESSINTERIORS, INC.2210 SECONDAVENUEMUSCATINE, IA52761-5257
CMAS CONTRACT NUMBER:4-09-71-0087A
PLEASE MAKE SHIP TOREAD:SERVICE WESTC/O CORPORATE BUSINESSINTERIORS, INC.11552 MONARCH ST.GARDEN GROVE, CA 92841
1 2 NMBL-CART
207.99 415.98
2 1 13.00 13.00
Nimble Cart -Holds 36 chairs
List Price: 652.00Discount Off List: 68.10 %
ALLSTEEL SURCHARGE (USTariffs)
CONTINUED...
PAGE 1
Page 16 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 38 of 301
DATE PROPOSAL#
07/11/19 63751
PROJECT#: 41-356
CUSTOMER: INSTALL AT:
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALI ALBERT ROBLES CENTER4040 PARAMOUNT BLVD. 4320 SAN GABRIEL PARKWAYLAKEWOOD, CA 90712 PICO RIVERA, CA 90660
PH# ALLSTEEL - (2) NIMBLE CARTS
FAX NUMBER# CUSTOMER P.O.# SALESPERSON TERMS SHIP VIA
JANETTE HERMELIN CMAS
# QTY PRODUCT DESCRIPTION SELL EACH SELL EXTEND
NOTE: ALLSTEEL PRICE INCREASE 7/21/2019
**
*
- CMAS Pricing provided is current pricing.- CMAS Price adjustment will follow with exact date to be announced.- ALLSTEEL TO HOLD CURRENT PRICING UNTIL8/30/19
BY SIGNING BELOW YOU AGREE TO TERMS AND CONDITIONS OF CBI.PRICING VALID FOR 15 DAYS.
PRODUCT SUBTOTAL 428.98FREIGHT SUBTOTAL 58.68
ACCEPTED BY____________________________ SALES TAX 49.99____________
DATE ACCEPTED__________________________ TOTAL 537.65
PAGE 2 OF 2
Page 17 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 39 of 301
Procurement Di v is ion 707 Third Street, 2nd Floor, MS #2-202 West Sacramento, CA 95605-2811
State of California
MULTIPLE AWARD SCHEDULE
Allsteel, Inc.
CMAS NUMBER: 4-09-71-0087A SUPPLEMENT NO.: 9 CMAS TERM DATES: 12/19/2014 through 06/30/2019 CMAS CATEGORY: Non Information Technology APPLICABLE TERMS & CONDITIONS: December 1, 2017
MAXIMUM ORDER LIMIT: State Agencies: See Purchasing Authority Dollar Threshold provision Local Government Agencies: Unlimited
FOR USE BY: State & Local Government Agencies BASE GSA SCHEDULE NO.: GS-28F-0001V BASE SCHEDULE HOLDER: Allsteel, Inc.
This CMAS provides for the purchase and warranty of furniture products, assembly, and design/layout services. (See page 2 for the restrictions applicable to this CMAS.)
NOTICE: Products and/or services on this CMAS may be available on a Mandatory Statewide Contracts. If this is the case, the use of this CMAS is restricted unless the State agency has an approved exemption as explained in the Statewide Contract User Instructions. Information regarding Statewide Contracts can be obtained at the website: www.documents.dgs.ca.gov/pd/contracts/contractindexlisting.pdf. This requirement is not applicable to local government entities. The purpose of this supplement is to incorporate the following changes: 1) Extend the term of this CMAS through 6/30/2019 in accordance with the approved extension of the base
Federal GSA Schedule.
2) Replace the original CMAS in its entirety. The provision of supplement 8 have been incorporated into this supplement. _________________Original Signature on File____________ Effective Date: 09/11/2018
AMANDA TOWERS, Program Analyst, California Multiple Award Schedules Unit
Page 18 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 40 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 2
The services provided under this CMAS are only in support of the products covered by this CMAS. State agencies cannot use this CMAS to purchase products available through the California Prison Industry Authority (CALPIA) without a one-time exemption from CALPIA. Agencies may request an exemption at the following website: www.calpia.ca.gov/about/doing-business-with-calpia/exemption-process/. A copy of the approved exemption must be kept with the purchase order for audit purposes. The most current Ordering Instructions and Special Provisions, CMAS Terms and Conditions, and products and/or services are included herein. All purchase orders issued by State agencies under this CMAS shall incorporate these Ordering Instructions and Special Provisions and CMAS Terms and Conditions dated December 1, 2017. Agency non-compliance with the requirements of this CMAS may result in the loss of delegated authority to use the CMAS program. CMAS contractor non-compliance with the requirements of this CMAS may result in termination of the CMAS. CMAS PRODUCT & SERVICE CODES The CMAS Product & Service Codes listed below are for marketing purposes only. Review this CMAS and the base contract identified below for the products and/or services available on this CMAS. Brand-Allsteel File-Cabinet Furniture-Chairs
Furniture-Chairs Stacking Furniture-Conference Room Furniture-Ergonomic Seating Furniture-Executive Office Furniture-Modular System Furniture-Office Furniture-Seating Furniture-Tables Furniture-Work Stations
AVAILABLE PRODUCTS AND/OR SERVICES The ordering agency must verify all products and/or services are currently available on the base GSA schedule at the GSA eLibrary. Access the GSA eLibrary at www.gsaelibrary.gsa.gov. EXCLUDED PRODUCTS AND/OR SERVICES Installation services or any public works services with a requirement for State contractor licensing are not available under this contract. CMAS BASE CONTRACT This CMAS is based on some or all of the products and/or services and prices from GSA Schedule No. GS-28F-0001V (ALLSTEEL, INC.) with a GSA term of 10/01/2008 through 3/29/2019. The term of this CMAS incorporates an extension of three months beyond the expiration of the base GSA contract, and is shown in the “CMAS Term Dates” on page 1.
ISSUE PURCHASE ORDER TO Agency purchase orders must be either mailed, faxed, or emailed to the following: Allsteel, Inc. 2210 Second Avenue Muscatine, IA 52761 Attn: Jeni Freeman Fax: (563) 272-4887 E-mail: [email protected] Agencies with questions regarding products and/or services may contact the CMAS contractor as follows: Contact: Jeni Freeman Phone: (563) 271-8299 E-mail: [email protected] TOP 500 DELINQUENT TAXPAYERS In accordance with Public Contract Code (PCC) § 10295.4, and prior to placing an order for non-IT goods and/or services, agencies must verify with the Franchise Tax Board and the California Department of Tax and Fee Administration that this CMAS contractor’s name does not appear on either list of the 500 largest tax delinquencies pursuant to Section 7063 or 19195 of the Revenue and Taxation Code. The Franchise Tax Board’s list is available at www.ftb.ca.gov/aboutftb/delinquent-taxpayers.shtml. The California Department of Tax and Fee Administration’s list is available at www.cdtfa.ca.gov/taxes-and-fees/top500.htm. CALIFORNIA SELLER’S PERMIT Allsteel, Inc.’s California Seller’s Permit No. is 030000602. Prior to placing an order with this company, agencies must verify that this permit is still valid at the following website: cdtfa.ca.gov/.
Page 19 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 41 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 3
When issuing an order to an authorized reseller listed on a CMAS, it is the agency’s responsibility to ensure that the reseller holds a valid California Seller’s Permit. CMAS PRICES The maximum prices allowed for the products and/or services available in this CMAS are those set forth in the base contract identified on page 2 of this CMAS. The ordering agency is encouraged to seek prices lower than those on this CMAS. When responding to an agency’s Request for Offer (RFO), the CMAS contractor can offer lower prices to be competitive. PRICE DISCOUNTS This CMAS contains significant price discounts off the manufacturer’s list price. See the base GSA schedule for the specific percent of discount. CANCELLATION AND/OR RESTOCKING FEE Cancellation Fee: Cancellation at no charge prior to production. Restocking Fee: Restocking charges of 25% applicable for items cancelled after production begins. All returns must be pre-approved by Allsteel Government Customer Support. FURNITURE – INSTALLATION PRICING The net prices for the products do not include the cost for installation. Installation services are negotiated on a project by project basis. Pricing for installation shall not exceed commercial price, (the price contractors charge their regular commercial customers). The total dollar value of all services included in a purchase order must not exceed the dollar value of the products. It is incumbent upon the user to identify whether the costs for installation and other requirements are fair and equitable. The contractor is fully responsible for all installation services performed under this CMAS. Product installations must be performed by manufacturer authorized personnel and meet manufacturer documented specifications. DARFUR CONTRACTING ACT This CMAS contractor has certified compliance to the Darfur Contracting Act, per Public Contract Code (PCC) § 10475, et seq.
WARRANTY For warranties, see the federal GSA schedule and the CMAS Terms and Conditions, General Provisions, CMAS Warranty. DELIVERY 60 days after receipt of order, or as negotiated between agency and CMAS contractor and included in the purchase order, or as otherwise stipulated in the contract. SHIPPING INSTRUCTIONS F.O.B. (Free On Board) Destination. Seller pays the freight charges. PURCHASING AUTHORITY DOLLAR THRESHOLD Unless otherwise determined by in individual ordering agency purchasing authority, order limits for the purchase of goods and/or services is: Non-Information Technology Commodities: $100,000 No CMAS order may be executed by a State agency that exceeds that agency’s purchasing authority threshold. State agencies with approved purchasing authority, along with their dollar thresholds can be obtained at: www.dgs.ca.gov/pd/Programs/Delegated.aspx. HOW TO USE CMAS Agencies must adhere to the detailed requirements in the State Contracting Manual (SCM) when using CMAS. The requirements for the following bullets are in the SCM, Volume 2, Chapter 6 (for non-IT), the SCM, Volume 3, Chapter 6 (for IT), and the SCM, Volume FI$Cal, Chapter 5 (FI$Cal): Develop a Request for Offer, which includes a
Scope of Work (SOW), and Bidder Declaration form. For information on the Bidder Declaration requirements, see the SCM, Volume 2, Section 3.5.7 and Volume 3, Section 3.4.7.
Search for potential CMAS contractors at www.dgs.ca.gov/pd/Programs/Leveraged/CMAS.aspx, select “Find a CMAS Contractor.”
Solicit offers from a minimum of 3 CMAS contractors including one small business and/or DVBE, if available, who are authorized to sell the products and/or services needed.
If soliciting offers from a certified DVBE, include the Disabled Veteran Business Enterprise Declarations form (Std. 843) in the Request for Offer. This declaration must be completed and returned by the DVBE prime contractor and/or any DVBE subcontractors. (See the SCM Volumes 2, 3, and FI$Cal, Chapter 3).
This is not a bid transaction, so the small business preference, DVBE incentives, protest language,
Page 20 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 42 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 4
intents to award, evaluation criteria, advertising, etc., are not applicable.
If less than 3 offers are received, State agencies must document their file with the reasons why the other suppliers solicited did not respond with an offer.
Assess the offers received using best value methodology, with cost as one of the criteria.
Issue a Purchase Order to the selected CMAS contractor.
For CMAS transactions under $10,000, only one offer is required if the State agency can establish and document that the price is fair and reasonable. The fair and reasonable method can only be used for non-customizable purchases.
Local governments set their own order limits, and are not bound by the order limits on the cover page of this CMAS. SPLITTING ORDERS Splitting orders to avoid any monetary limitations is prohibited. Do not circumvent normal procurement methods by splitting purchases into a series of delegated purchase orders, per Public Contract Code (PCC) § 10329. Splitting a project into small projects to avoid either fiscal or procedural controls is prohibited, per State Administrative Manual (SAM) § 4819.34. MINIMUM ORDER LIMITATION There is no minimum dollar value limitation on orders placed under this CMAS. ORDERING PROCEDURES 1. Purchase Orders
All Ordering Agency purchase order documents executed under this CMAS must contain the applicable CMAS number as show on page 1.
1. State Departments:
Std. 65 Purchase Documents – State departments not transacting in FI$Cal must use the Purchasing Authority Purchase Order (Std. 65) for purchase execution. An electronic version of the Std. 65 is available at the DGS-PD website at www.dgs.ca.gov/pd/Forms.aspx (select Standard STD Forms).
FI$Cal Purchase Documents – State departments transacting in FI$Cal will follow the FI$Cal procurement and contracting procedures.
2. Local Governmental Departments:
Local governmental agencies may use their own purchase document for purchase execution.
The agency is required to complete and distribute the purchase order. For services, the agency shall modify the information contained on the order to include the service period (start and end date), and the monthly cost (or other intermittent cost), and any other information pertinent to the services being provided. The cost for each line item should be included in the order, not just system totals.
The contractor must immediately reject purchase orders that are not accurate. Discrepancies are to be negotiated and incorporated into the purchase order prior to the products and services being delivered.
2. Service and Delivery after CMAS Expiration
The purchase order must be issued before the CMAS expires. However, delivery of the products or completion of the services may be after the CMAS expires (unless otherwise specifically stated in the purchase order).
3. Multiple CMAS Agreements on a Single
Purchase Order
Agencies wishing to include multiple CMAS(s) on a single FI$Cal purchase order must adhere to the following guidelines:
• All CMAS must be for the same CMAS contractor. • The purchase order must go to one contractor location. • Write the word “CMAS” in the space usually reserved for the contract number. On Std. 65’s, this is at the top of the form. The word “CMAS” signifies that the purchase order contains items from multiple CMAS agreements. The purchasing agency may only use one bill code. • For each individual CMAS (as differentiated by alpha suffix), the agency must identify and group together the CMAS number with the line items and subtotal per CMAS number (do not include tax in the subtotal), and sequentially identify each individual CMAS as Sub #1, Sub #2, Sub #3, etc. This facilitates accurate billing of administrative fees by the Procurement Division. • The total of all items on the purchase order must not exceed the purchase order limit identified in the CMAS. • Do not combine items from both non-IT and Information Technology CMAS(s). A non-IT CMAS begin with the number “4” and an Information Technology CMAS begins with the number “3.” The purchase order limits are different for these two types of CMAS agreements.
Page 21 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 43 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 5
4. Amendments to Agency's Purchase Orders
Agency purchase orders cannot be amended if the CMAS has expired.
The SCM, Volumes 2 & 3, Chapter 6.A5.0 and SCM, Volume FI$Cal, Chapter 5.A4.0 provides the following direction regarding amendments to all types of CMAS purchase orders:
Original orders, which include options for changes (e.g., quantity or time), that were evaluated and considered in the selection for award during the RFO process, may be amended consistent with the terms of the original order, provided that the original order allowed for amendments. If the original order did not evaluate options, then amendments are not allowed unless an NCB is approved for those amendments.
Amendments unique to non-IT services are covered in the SCM, Volume 2, Chapter 6.B2.9 and SCM, Volume FI$Cal, Chapter 5.A4.1 as follows:
If the original contract permitted amendments, but did not specify the changes (e.g., quantity or time), it may be amended, per Public Contract Code (PCC) § 10335 (d)(1). This only applies to the first amendment. The time shall not exceed one year, or add not more than 30% of the original order value and may not exceed $250,000. If the original contract did not have language permitting amendments, the NCB process must be followed.
Also, see the SCM, Volumes 2 & 3, Chapter 8, Topic 6, for more information on amending purchase orders.
CMAS CONTRACTOR OWNERSHIP INFORMATION Allsteel, Inc. is a large business enterprise. SMALL BUSINESS MUST BE CONSIDERED Prior to placing orders under the CMAS program, State agencies shall whenever practicable first consider offers from small businesses that have established CMAS [Government Code (GC) § 14846(b)]. NOTE: The Department of General Services auditors will request substantiation of compliance with this requirement when agency files are reviewed. The following website lists CMAS small business and Disabled Veteran Partners: www.dgs.ca.gov/pd/Programs/Leveraged/CMAS.aspx then select “Find a CMAS Contractor”. In response to our commitment to increase participation by small businesses, the Department of General Services waives the administrative fee (a fee currently charged to customer agencies to support the CMAS program) for orders to certified small business enterprises.
See the current fees in the DGS Price Book at: www.dgs.ca.gov/ofs/Pricebook.aspx. SMALL BUSINESS/DVBE - TRACKING State agencies are able to claim subcontracting dollars towards their small business or DVBE goals whenever the CMAS contractor subcontracts a commercially useful function to a certified small business or DVBE. The CMAS contractor will provide the ordering agency with the name of the small business or DVBE used and the dollar amount the ordering agency can apply towards its small business or DVBE goal. SMALL BUSINESS/DVBE - SUBCONTRACTING 1. The amount an ordering agency can claim towards
achieving its small business or DVBE goals is the dollar amount of the subcontract award made by the CMAS contractor to each small business or DVBE.
2. The CMAS contractor will provide an ordering
agency with the following information at the time the order is quoted:
a. The CMAS contractor will state that, as the prime
contractor, it shall be responsible for the overall execution of the fulfillment of the order.
b. The CMAS contractor will indicate to the ordering
agency how the order meets the small business or DVBE goal, as follows:
List the name of each company that is certified by
the Office of Small Business and DVBE Services that it intends to subcontract a commercially useful function to; and
Include the small business or DVBE certification number of each company listed, and attach a copy of each certification; and
Indicate the dollar amount of each subcontract with a small business or DVBE that may be claimed by the ordering agency towards the small business or DVBE goal; and
Indicate what commercially useful function the small business or DVBE subcontractor will be providing towards fulfillment of the order.
3. The ordering agency’s purchase order must be
addressed to the prime Contractor, and the purchase order must reference the information provided by the prime Contractor as outlined above.
NEW EQUIPMENT REQUIRED The State will procure new equipment. All equipment must be new (or warranted as newly manufactured) and the latest model in current production. Used, shopworn, demonstrator, prototype, or discontinued models are not acceptable.
Page 22 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 44 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 6
Where Federal Energy Management Program (FEMP) standards are available, all State agencies shall purchase only those products that meet the recommended standards. All products displaying the Energy Star label meet the FEMP standards. SPECIAL MANUFACTURED GOODS Any CMAS for goods to be manufactured by the CMAS contractor specifically for the State and not suitable for sale to others may require progress payments. For Non-IT goods CMAS, see the CMAS Non-IT Commodities Terms and Conditions, Provision 69, Progress Payments. TRADE-IN EQUIPMENT Trade-ins at open market price may be considered. The product description and trade-in allowance must be identified on the purchase order. Agencies are required to adhere to State Administrative Manual (SAM) § 3520 through 3520.6, Disposal of Personal Property and Surplus Personal Property, as applicable, when trade-ins are considered. A Property Survey Report, Std. 152, must be submitted for approval prior to disposition of any State-owned personal property, including general office furniture regardless of the acquisition value, or if the property was recorded or capitalized for accounting purposes. IMAGING SERVICES, COMPUTER AIDED DRAFTING (CAD) OR COMPUTER AIDED DESIGN AND DRAFTING (CADD) CONSTRAINTS All imaging and CAD/CADD drawings to be used as instruments of service for design or construction of buildings that are not exempt from the Architectural Practice Act must be developed under the supervision, signed and stamped by a design professional who is licensed by the State. These services are NOT available through CMAS. These services may be used for other purposes besides the construction process addressed above (animated movies, electronic circuit board design, drafting of projects that are not buildings such as furniture, etc.). For example, electronic conversion of paper drawings to electronic drawings. Even if these drawings are for nonexempt structures, there is no design or construction involved in the drafting services; therefore, the services are acceptable if provided for in the CMAS.
OPEN MARKET/INCIDENTAL, NON-SCHEDULE ITEMS The only time that open market/incidental, non-schedule items may be included in a CMAS order is when they fall under the parameters of the Not Specifically Priced (NSP) Items provision. If the NSP provision is not included in the CMAS, or the products and/or services required do not qualify under the parameters of the NSP provision, the products and/or services must be procured separate from CMAS. STATE AND LOCAL GOVERNMENTS CAN USE CMAS State and local government agency use of CMAS is optional. A local government is any city, county, city and county, district, or other local governmental body or corporation, including UC, CSU, K-12 schools and community colleges empowered to expend public funds. While the State makes this CMAS available, each local government agency should make its own determination whether the CMAS program is consistent with their procurement policies and regulations. UPDATES AND/OR CHANGES A CMAS amendment is not required for updates and/or changes once the update and/or change becomes effective for the federal GSA schedule, except as follows: A CMAS amendment is required when the CMAS is
based on specific products and/or services from another contractor’s multiple award contract and the contractor wants to add a new manufacturer’s products and/or services.
A CMAS amendment is required for new federal contract terms and conditions that constitute a material difference from existing contract terms and conditions. A material change has a potentially significant effect on the delivery, quantity or quality of items provided, the amount paid to the contractor or on the cost to the State.
A CMAS amendment is required to update and/or change terms and conditions and/or products and services based on a non-federal GSA multiple award contract. SELF-DELETING FEDERAL GSA TERMS AND CONDITIONS Instructions, or terms and conditions that appear in the Special Items or other provisions of the federal GSA and apply to the purchase, license, or rental (as applicable) of products or services by the U.S. Government in the United States, and/or to any overseas location shall be self-deleting. (Example: "Examinations of Records" provision).
Page 23 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 45 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 7
Federal regulations and standards, such as Federal Acquisition Regulation (FAR), Federal Information Resources Management Regulation (FIRMR), Federal Information Processing Standards (FIPS), General Services Administration Regulation (GSAR), or Federal Installment Payment Agreement (FIPA) shall be self-deleting. Federal blanket orders and small order procedures are not applicable. ORDER OF PRECEDENCE The CMAS Terms and Conditions takes precedence if there is a conflict between the terms and conditions of the contractor's federal GSA, (or other multiple award contract), packaging, invoices, catalogs, brochures, technical data sheets or other documents (see CMAS Terms and Conditions, CONFLICT OF TERMS). APPLICABLE CODES, POLICIES AND GUIDELINES All California codes, policies, and guidelines are applicable. THE USE OF CMAS DOES NOT REDUCE OR RELIEVE STATE AGENCIES OF THEIR RESPONSIBILITY TO MEET STATEWIDE REQUIREMENTS REGARDING CONTRACTING OR THE PROCUREMENT OF GOODS OR SERVICES. Most procurement and contract codes, policies, and guidelines are incorporated into CMAS agreements. Nonetheless, there is no guarantee that every possible requirement that pertains to all the different and unique State processes has been included. PAYMENTS AND INVOICES 1. Payment Terms
Payment terms for this CMAS are net 45 days.
Payment will be made in accordance with the provisions of the California Prompt Payment Act, Government Code (GC) § 927 et. seq. Unless expressly exempted by statute, the Act requires State agencies to pay properly submitted, undisputed invoices not more than 45 days after (i) the date of acceptance of goods or performance of services; or (ii) receipt of an undisputed invoice, whichever is later.
2. Payee Data Record (Std. 204)
State Agencies not transacting in FI$Cal, must obtain a copy of the Payee Data Record (Std. 204) in order to process payments. State Ordering Agencies forward a copy of the Std. 204 to their accounting office(s). Without the Std. 204, payment may be unnecessarily delayed. State Agencies should contact the CMAS contractor for copies of the Payee Data Record.
3. DGS Administrative and Incentive Fees
Orders from State Agencies:
The Department of General Services (DGS) will bill each State agency directly an administrative fee for use of CMAS. The administrative fee should NOT be included in the order total, nor remitted before an invoice is received from DGS. This administrative fee is waived for CMAS purchase orders issued to California certified small businesses.
See the current administrative fees in the DGS Price Book at: www.dgs.ca.gov/ofs/Pricebook.aspx.
Orders from Local Government Agencies:
CMAS contractors, who are not California certified small businesses, are required to remit to the DGS an incentive fee equal to 1% of the total of all local government agency orders (excluding sales tax and freight) placed against their CMAS. This incentive fee is in lieu of local government agencies being billed the above referenced DGS administrative fee.
This incentive fee is waived for CMAS purchase orders issued to California certified small businesses.
The check covering this fee shall be made payable to the Department of General Services, CMAS Unit, and mailed to the CMAS Unit along with the applicable Quarterly Report. See the provision in this CMAS entitled “Contractor Quarterly Report Process” for information on when and where to send these checks and reports.
4. Contractor Invoices
Unless otherwise stipulated, the CMAS contractor must send their invoices to the agency address set forth in the purchase order. Invoices shall be submitted in triplicate and shall include the following:
CMAS number Agency purchase order number Agency Bill Code Line item number Unit price Extended line item price Invoice total
State sales tax and/or use tax shall be itemized separately and added to each invoice as applicable.
The company name on the CMAS, purchase order and invoice must match or the State Controller’s Office will not approve payment.
Page 24 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 46 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 8
5. Advance Payments
Advance payment is allowed for services only under limited, narrowly defined circumstances, e.g., between specific departments and certain types of non-profit organizations, or when paying another government agency (Government Code (GC) § 11256 – 11263 and 11019).
It is NOT acceptable to pay in advance, except software maintenance and license fees, which are considered a subscription and may be paid in advance if a provision addressing payment in advance is included in the purchase order.
Software warranty upgrades and extensions may also be paid for in advance, one time.
6. Credit Card
Allsteel, Inc. accepts the State of California credit card (CAL-Card).
A purchase order is required even when the ordering department chooses to pay the CMAS contractor via the CAL-Card. Also, the DGS administrative fee is applicable for all CMAS orders to suppliers not California certified as a small business.
7. Lease/Purchase Analysis
State agencies must complete a Lease/Purchase Analysis (LPA) to determine best value when contemplating a lease/rental, and retain a copy for future audit purposes (State Administrative Manual (SAM) § 3710).
For short-term rental equipment, the lease/purchase analysis must be approved by the Department of General Services, Office of legal Services.
The lease/purchase analysis for all other purchases must be approved by the Department of General Services, GS $Mart State Financial Marketplace. Buyers may contact the GS $Mart™ Administrator, Patrick Mullen by phone at (916) 375-4617 or via e-mail at [email protected] for further information.
8. Leasing
The State reserves the right to select the form of payment for all procurements, be it either an outright purchase with payment rendered directly by the State, or a financing/lease-purchase or operating lease via the State Financial Marketplace (GS $Mart and/or Lease $Mart). If payment is via the financial marketplace, the Supplier will invoice the State and the State will approve the invoice and the selected Lender/Lessor for all product listed on the State’s procurement document will pay the supplier on behalf of the State.
Buyers may contact the GS $Mart™ Administrator, Patrick Mullen by phone at (916) 375-4617 or via e-mail at [email protected] for further information.
CONTRACTOR QUARTERLY REPORT PROCESS CMAS contractors are required to submit a detailed CMAS Business Activity Report on a quarterly basis to the CMAS Unit. See Attachment B for a copy of this form and instructions. This report shall be mailed to: Department of General Services Procurement Division – CMAS Unit Attention: Quarterly Report Processing PO Box 989052, MS #2-202 West Sacramento, CA 95798-9052 Reports that include checks for incentive fees must be mailed and shall not be e-mailed. All other reports may be e-mailed to the attention of Quarterly Report Processing as follows: CMAS Unit E-Mail: [email protected] For the full instructions on completing and submitting CMAS Quarterly Business Activity Reports, and a soft copy of a blank quarterly report form, go to www.dgs.ca.gov/pd/Programs/Leveraged/CMAS.aspx, and then select “For Suppliers/Contractors”. Important things to remember regarding CMAS Quarterly Business Activity Reports (referred to as “reports” below): A report is required for each CMAS, each quarter,
even when no new purchase orders are received in the quarter.
A separate report is required for each CMAS. Each purchase order must be reported only
once in the quarter identified by the purchase order date, regardless of when the services were performed, the products were delivered, the invoice was sent, or the payment was received.
Purchase orders from State and local government agencies must be separated on the report, as shown in the instructions.
CMAS contractors must report the sales activity for all resellers listed on their CMAS.
Any report that does not follow the required format or excludes required information will be deemed incomplete and returned to the CMAS contractor for corrections.
Taxes and freight must not be included in the report. CMAS contractors who are not California certified
small businesses must attach to their quarterly report a check covering the required incentive fee for all CMAS sales to local government agencies (see more information below).
Page 25 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 47 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 9
New CMAS agreements, renewals, extensions, and modifications will be approved only if the CMAS contractor has submitted all required quarterly reports and incentive fees.
CMAS Quarterly Business Activity Reports are due in the CMAS Unit within two weeks after the end of each quarter as shown below:
Quarter 1 Jan 1 to Mar 31 Due Apr 15 Quarter 2 Apr 1 to Jun 30 Due Jul 15 Quarter 3 Jul 1 to Sep 30 Due Oct 15 Quarter 4 Oct 1 to Dec 31 Due Jan 15
CONTRACTOR QUARTERLY INCENTIVE FEES CMAS contractors who are not California certified small businesses must remit to DGS an incentive fee equal to 1% of the total of all local government agency orders (excluding sales tax and freight) placed against their CMAS agreement(s). This incentive fee is in lieu of local government agencies being billed the above referenced DGS administrative fee. CMAS contractors cannot charge local government agencies an additional 1% charge on a separate line item to cover the incentive fee. The CMAS contractor must include the 1% incentive fee in the price of the products or services offered, and the line item prices must not exceed the applicable base contract prices. A local government agency is any city, county, district, or other local governmental body, including the California State University (CSU) and University of California (UC) systems, K-12 public schools and community colleges empowered to expend public funds. This incentive fee is waived for CMAS purchase orders issued to California certified small businesses. The check covering this fee shall be made payable to the Department of General Services, CMAS Unit, and mailed to the CMAS Unit along with the applicable Quarterly Report. See the provision in this CMAS entitled “Contractor Quarterly Report Process” for information on when and where to send these checks and reports. OBTAINING COPY OF ORIGINAL CMAS AND SUPPLEMENTS A copy of a CMAS and supplements, if any, can be obtained at caleprocure.ca.gov. A complete CMAS consists of the following: CMAS cover pages (which includes the signature
page, ordering instructions and special provisions, and any attachments or exhibits as prepared by the CMAS Unit)
CMAS Terms and Conditions. Federal GSA (or Non-GSA) terms and conditions Product/service listing and prices Supplements, if applicable.
It is important for the agency to confirm that the required products, services, and prices are included in the CMAS and are at or below base contract rates. To streamline substantiation that the needed items are in the base contract, the agencies should ask the CMAS contractor to identify the specific pages from the base contract that include the required products, services, and prices. Agencies should save these pages for their file documentation. CONTRACTORS ACTING AS FISCAL AGENTS ARE PROHIBITED When a subcontractor ultimately provides all of the products or performs all of the services that a CMAS contractor has agreed to provide, and the prime contractor only handles the invoicing of expenditures, then the prime contractor's role becomes that of a fiscal agent because it is merely administrative in nature, and does not provide a Commercially Useful Function (CUF). It is unacceptable to use fiscal agents in this manner because the agency is paying unnecessary administrative costs. AGENCY RESPONSIBILITY Each agency is responsible for its own contracting program and purchasing decisions, including use of the CMAS program and associated outcomes. This responsibility includes, but is not necessarily limited to, ensuring the necessity of the services, securing appropriate funding, complying with laws and policies, preparing the purchase order in a manner that safeguards the State’s interests, obtaining required approvals, and documenting compliance with Government Code (GC) § 19130.b (3) for outsourcing services. It is the responsibility of each agency to consult as applicable with their legal staff and contracting offices for advice depending upon the scope or complexity of the purchase order. If you do not have legal services available to you within your agency, the DGS Office of Legal Services is available to provide services on a contractual basis. CONFLICT OF INTEREST Agencies must evaluate the proposed purchase order to determine if there are any potential conflict of interest issues. See the CMAS Terms and Conditions, Conflict of Interest, for more information. FEDERAL DEBARMENT When federal funds are being expended, the agency is required to obtain (retain in file) a signed “Federal Debarment” certification from the CMAS contractor before the purchase order is issued.
Page 26 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 48 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 10
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants; responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). CONTRACTOR TRAVEL The Travel provision is not applicable to this CMAS. LIQUIDATED DAMAGES FOR LATE DELIVERY The value of the liquidated damages cannot be a penalty, must be mutually agreed upon by agency and contractor and included in the purchase order to be applicable. ACCEPTANCE TESTING CRITERIA If the agncy wants to include acceptance testing for all newly istalled technology systems, and individual equipment, and machines which are added or field modified (modification of a machine from one model to another) after a successful performance period, the test criteria must be included in the purchase order to be applicable.
AMERICANS WITH DISABILITY ACT (ADA) Section 504 of the Rehabilitation Act of 1973 as amended; Title VI and VII of the Civil Rights Act of 1964 as amended; Americans with Disabilities Act, 42 USC 12101; California Code of Regulations, Title 2, Title 22; California Government Code, Sections 11135, et seq.; and other federal and State laws, and Executive Orders prohibit discrimination. All programs, activities, employment opportunities, and services must be made available to all persons, including persons with disabilities. See Attachment A for Procurement Division’s ADA Compliance Policy of Nondiscrimination on the Basis of Disability. Individual government agencies are responsible for self-compliance with ADA regulations. Contractor sponsored events must provide reasonable accommodations for persons with disabilities. DGS PROCUREMENT DIVISION CONTACT AND PHONE NUMBER Department of General Services Procurement Division, CMAS Unit 707 Third Street, 2nd Floor, MS 2-202 West Sacramento, CA 95605-2811
Phone # (916) 375-4365
Page 27 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 49 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 11
ATTACHMENT A
ADA NOTICE
Procurement Division (State Department of General Services) AMERICANS WITH DISABILITIES ACT (ADA) COMPLIANCE
POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY To meet and carry out compliance with the nondiscrimination requirements of the Americans With Disabilities Act (ADA), it is the policy of the Procurement Division (within the State Department of General Services) to make every effort to ensure that its programs, activities, and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable accommodation to participate in the Procurement process, or for persons having questions regarding reasonable accommodations for the Procurement process, please contact the Procurement Division at (916) 375-4400 (main office); the Procurement Division TTY/TDD (telephone device for the deaf) or California Relay Service numbers which are listed below. You may also contact directly the Procurement Division contact person who is handling this procurement. IMPORTANT: TO ENSURE THAT WE CAN MEET YOUR NEED, IT IS BEST THAT WE RECEIVE YOUR REQUEST AT LEAST 10 WORKING DAYS BEFORE THE SCHEDULED EVENT (i.e., MEETING, CONFERENCE, WORKSHOP, etc.) OR DEADLINE DUE-DATE FOR PROCUREMENT DOCUMENTS. The Procurement Division TTY telephone numbers are:
Sacramento Office: (916) 376-1891 Fullerton Office: (714) 773-2093
The California Relay Service Telephone Numbers are:
Voice 1-800-735-2922 TTY: 1-800-735-2929
Page 28 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 50 of 301
ATTACHMENT B CMAS QUARTERLY BUSINESS ACTIVITY REPORT
Updated 12/2017 12
Company Name:
CMAS Number:
For Questions Regarding This Report Contact: Name: Phone Number: E-mail:
Reporting Calendar Year: Revision Reporting Quarter: Q1 (Jan-Mar)
Q2 (Apr-Jun) Q3 (Jul-Sep) Q4 (Oct-Dec)
Check Here if No New Orders for This Quarter
STATE AGENCY PURCHASES
State Agency Name Purchase Order Number
Purchase Order Date
Total Dollars Per Purchase Order Agency Contact Agency Address Phone Number
Total State Agency Dollars Reported for Quarter: $
LOCAL GOVERNMENT AGENCY PURCHASES
Local Government Agency Name Purchase Order Number
Purchase Order Date
Total Dollars Per Purchase Order Agency Contact Agency Address Phone Number
Total Local Government Agency Dollars for Quarter: $ 1% Remitted to DGS (does not apply to CA certified S/Bs): $
Total of State and Local Government Agency Dollars Reported for this Quarter: $
Page 29 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 51 of 301
ATTACHMENT B CMAS QUARTERLY BUSINESS ACTIVITY REPORT
Updated 12/2017 13
Instructions for completing the CMAS Quarterly Business Activity Report
1. Complete the top of the form with the appropriate information for your company.
2. Agency Name - Identify the State agency or Local Government agency that issued the order.
3. Purchase Order Number - Identify the purchase order number (and amendment number if applicable) on the order form. This is not your invoice number. This is the number the State agency or Local Government agency assigns to the order.
4. Purchase Order Date - Identify the date the purchase order was issued, as shown on the order. This is not the date you received, accepted, or invoiced the order.
5. Total Dollars Per PO - Identify the total dollars of the order excluding tax and freight. Tax must NOT be included in the quarterly report, even if the agency includes tax on the purchase order. The total dollars per order should indicate the entire purchase order amount (less tax and freight) regardless of when you invoice order, perform services, deliver product, or receive payment.
6. Agency Contact - Identify the ordering agency’s contact person on the purchase order.
7. Agency Address - Identify the ordering agency’s address on the purchase order.
8. Phone Number - Identify the phone number for the ordering agency’s contact person.
9. Total State Sales & Total Local Sales - Separately identify the total State dollars and/or Local Government agency dollars (pre-tax) for all orders placed in quarter.
10. 1% Remitted to DGS - Identify 1% of the total Local Government agency dollars reported for the quarter. This is the amount to be remitted to DGS by contractors who are not California certified small businesses.
11. Grand Total - Identify the total of all State and Local Government agency dollars reported for the quarter.
Notes:
A report is required for each CMAS, each quarter, even if there are no new orders for the quarter. Quarterly reports are due two weeks after the end of the quarter.
Page 30 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 52 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 14
ATTACHMENT C
PURCHASE AND INSTALLATION OF MODULAR SYSTEMS FURNITURE, STORAGE DEVICES,
STORAGE SYSTEMS, SHELVING SYSTEMS, BOOKSTACKS, PALLET RACKS, ET CETERA GENERAL REQUIREMENTS
CONTRACTOR’S LICENSE REQUIREMENTS Contracts that include installation or the wording “Furnish and Install” require at the time of contract award that suppliers possess a valid California State Contractor’s License. If subcontractors are used, they must also possess a valid California State Contractor’s License. All businesses that construct or alter any building, highway, road, parking facility, railroad, excavation, or other structure in California must be licensed by the California State License Board (CSLB), if the total cost (labor and materials) of the project is $500 or more. Failure to be licensed or to keep the license current and in good standing shall be grounds for contract revocation. Suppliers who install modular systems furniture, storage devices, storage systems, shelving systems, bookstacks, pallet racks, et cetera must possess a valid C-61 (D-24) or D-34 contractor’s license. SPECIAL CONDITIONS Prior to the commencement of performance, the contractor must obtain and provide to the State a payment bond on Standard Form 807, when the contract involves a public works expenditure (labor/installation costs) in excess of $5,000. Such bond shall be in a sum not less than one hundred percent (100%) of the contract price. Forms shall be provided to the contractor. In accordance with the provisions of Section 1773 of the Labor Code, contractor shall conform and stipulate to the general prevailing rate of wages, including employer benefits as defined in Section 1773.1 of the Labor Code, applicable to the classes of labor to be used for public works such as at the delivery site for the assembly and installation of the equipment or materials purchased under the contract. It is the awarding agency’s responsibility to provide a copy of the prevailing wage rates to the contractor. The prevailing wage rates are available from the Department of Industrial Relations at www.dir.ca.gov or (415) 703-4774.
SEISMIC REQUIREMENTS The information contained herein is to be followed for the installation of or modification to shelving systems, storage systems, bookstacks, pallet racks, et cetera. There is no absolute guarantee for the complete safety of personnel or agency property during or after an earthquake because of the unpredictable magnitude and nature of the forces generated during a significant seismic event; however, adherence to the practices outlined herein will minimize the potential for injury to people from storage/shelving equipment during an earthquake and maximize the protection of property. The term “seismic safety” as used herein relates to the ability of the installed shelving and their supports to resist overturning and/or collapse and, therefore, prevent injury to people and damage to property during a seismic event. This document is limited to the support structures and bracing for shelving/storage systems. It applies to new and/or existing shelving systems in new or existing facilities. Even though code recognizes several seismic zones in the State of California, all shelving systems purchased under this contract shall be designed for Seismic Zone 4. In addition, it shall be the responsibility of the seller/installer to identify if the facility in which the shelving system will be installed is classified as an “essential facility” (e.g., hospitals, police departments, et cetera) and provide calculations and installation procedures/instructions accordingly. Contractors who wish to furnish or furnish/install storage racks and/or floor supported cabinets and bookstacks (pallet rack systems, shelving systems, file systems, et cetera), that are greater than 5 feet in height shall be required to provide prior to installation a copy of seismic calculations demonstrating that the shelf system and its floor attachments meet the requirements of Uniform Building Code (UBC) with California Amendment, latest adoption, earthquake regulations, for Seismic Zone Number 4.
Page 31 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 53 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 15
These seismic calculations shall include: 1. Manufacturer’s design calculations and structural
details along with available test data substantiating compliance with the UBC as amended.
2. Structural details and seismic calculations for the
floor anchorage that substantiates compliance with the UBC as amended, prepared and signed by a California registered structural or civil engineer (see Note 2 under Special Considerations).
SPECIAL CONSIDERATIONS Worst-case stresses and deflections shall be calculated for one face of a double-faced section fully loaded and the other face empty. Note 1 In lieu of manufacturer’s design calculations,
structural details and test data, calculations and/or test procedures may be developed, prepared and signed by a California registered structural or civil engineer substantiating compliance with above referenced seismic requirement.
Note 2 For installations in hospitals, all calculations
shall be prepared and signed by a California registered structural engineer only.
For the purpose of this contract, structural details and seismic calculations (or tests) are required for the floor anchorage only and for the purpose of calculations (or tests). It shall be assumed that the floor is either 6” reinforced concrete or 1 to 1 ¼ inch plywood (or similar material) requiring “through” bolts. Floor attachment provisions for office type furniture shall be non-obtrusive and shall be consistent with the design of the cabinets, files, shelves, et cetera. The contractor shall supply to the ordering agency drawings and calculations (or test results) approved and signed by a California registered civil or structural engineer, detailing the floor anchorage provisions and their compliance with seismic requirements. In addition, step-by-step instructions and drawings (minimum size 8 ½ inches by 11 inches) of sufficient clarity and detail shall be supplied to the ordering agency for approval and provided with each cabinet, file, shelf, et cetera, detailing the method(s) of floor attachment required to meet seismic requirements. The contractor shall also provide with each cabinet, file, shelf, et cetera, the hardware necessary to attach the unit to both types of flooring. As stated above, floors are assumed to be either 6 inch reinforced concrete or 1 to 1 ¼ inch plywood.
CONTRACTOR NOTE For the purpose of this contract, installation instructions, structural details and seismic calculations are required for the floor anchorage. Contractor shall provide installation instructions, structural details and seismic calculations for installation on the following floor types: 1. 6 inch reinforced concrete, minimum 1,000 psi
compressive strength on grade. 2. Above grade lightweight concrete, minimum 1,000
psi compressive strength with sufficient thickness to accept minimum imbed.
3. 1 to 1 ¼ inch floor grade plywood (or other material)
on joists, 24 inch centers. AGENCY NOTE Agency should be aware that shelving requires seismic anchoring to the building floor.
Installation procedures will be provided for three (3) floor types only. (6 inch concrete on grade, lightweight concrete above grade, and 1 to 1 ¼ inch plywood on joist)
Agency should be aware that there are many floor
designs/styles and that the above referenced seismic calculations/installation procedures do not cover all.
Installation instructions and seismic calculations for any other floor type(s) are the responsibility of the ordering agency. MODULAR SYSTEMS FURNITURE Premises when completed shall conform to applicable codes, ordinances, and zoning laws and shall be constructed in accordance with sound engineering practices. The Department of General Services will consider only those facilities that can demonstrate the ability to meet a seismic performance level as set forth in FEMA 178 or an equivalent to at least 75% of the current Uniform Building Code. Certification of the above requirements must be provided by an independent, licensed, structural engineer at the lessor’s expense. Premises shall conform to regulations and orders of the State Department of Industrial relations and the Occupational Safety and Health Act (OSHA). Lessor shall furnish certification from the local Fire Marshal that quarters comply with the local fire regulations or Title 19 CCR, as appropriate. Lessor shall also be responsible for all costs relative to said certification including any preliminary plan review as deemed necessary by State. If fire, safety, or health hazards are detected either before or after occupancy by State, they shall be corrected by Lessor at the Lessor’s sole cost and expense.
Page 32 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 54 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) ALLSTEEL, INC.
CMAS NO. 4-09-71-0087A, SUPPLEMENT NO. 9
Ordering Instructions and Special Provisions 16
The requirements of CCR Title 24, State Building Code relative to Access Law Compliance, Americans with Disabilities Act (ADA), and Uniform Federal Access Standards (UFAS), must be included in the planning of these quarters. All new construction work shall be planned to comply with the above-mentioned standards. Modifications of existing conditions to reach compliance are also required unless the alterations and cost meet the qualifications for unreasonable hardship. Placement and installation of modular systems furniture is subject to regulation by Uniform Building Code, Americans with Disabilities Act (ADA), and other codes and regulations. It is recommended that design layouts be submitted to the local authorities for review and certification prior to purchase. INSTALLATION COST
Please be aware that seismic installation instructions/calculations can be very expensive. Please be aware of building floor design and specific needs prior to ordering. Any questions regarding the interpretation or implementation of the seismic requirements should be directed to the Procurement Division, Engineering Section at (916) 375-4524.
Page 33 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 55 of 301
EXHIBIT “A-3”
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Page 34 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 56 of 301
DATE PROPOSAL#
07/15/19 63751A
PROJECT#: 41-356
CUSTOMER: INSTALL AT:
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALI ALBERT ROBLES CENTER4040 PARAMOUNT BLVD. 4320 SAN GABRIEL PARKWAYLAKEWOOD, CA 90712 PICO RIVERA, CA 90660
PH# MITYLITE
FAX NUMBER# CUSTOMER P.O.# SALESPERSON TERMS SHIP VIA
JANETTE HERMELIN CMAS
# QTY PRODUCT DESCRIPTION SELL EACH SELL EXTEND
MITY-LITE PURCHASE ORDERSSHOULD BE ISSUED TO:
MITYLITEC/O CORPORATE BUSINESSINTERIORS, INC.1301 W. 400 NOREM, UT 84057CMAS CONTRACT NUMBER:4-17-71-0111B
PLEASE MAKE SHIP TOREAD:SERVICE WESTC/O CORPORATE BUSINESSINTERIORS, INC11552 MONARCH STREETGARDEN GROVE, CA 92841
1 26 PCT60CWL1B
Madera Pro, 60" Dia Round 240.88 6,262.88Table
Laminate: Columbian WalnutEdge: BrownLegs: Brown
2 3 CRTXPTR3110L
Xpressport Round Table 624.60 1,873.80Carts, Double Slots, 31"
Table Capacity:10 (Madera)
PAGE 1
Page 35 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 57 of 301
DATE PROPOSAL#
07/15/19 63751A
PROJECT#: 41-356
CUSTOMER: INSTALL AT:
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALI ALBERT ROBLES CENTER4040 PARAMOUNT BLVD. 4320 SAN GABRIEL PARKWAYLAKEWOOD, CA 90712 PICO RIVERA, CA 90660
PH# MITYLITE
FAX NUMBER# CUSTOMER P.O.# SALESPERSON TERMS SHIP VIA
JANETTE HERMELIN CMAS
# QTY PRODUCT DESCRIPTION SELL EACH SELL EXTEND
3 1 162.74 162.74MITYLITE SURCHARGE (USTARIFFS)
- CMAS Pricing provided is current pricing.- Pricing valid until 8/30/19.
BY SIGNING BELOW YOU AGREE TO TERMS AND CONDITIONS OF CBI.PRICING VALID FOR 15 DAYS.
PRODUCT SUBTOTAL 8,299.42FREIGHT SUBTOTAL 415.05
DEPOSIT REQUIRED 0.00
ACCEPTED BY____________________________ SALES TAX 893.24____________
DATE ACCEPTED__________________________ TOTAL 9,607.71
PAGE 2 OF 2
Page 36 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 58 of 301
Procurement Di v is ion 707 Third Street, 2nd Floor, MS #2-202 West Sacramento, CA 95605-2811
State of California
MULTIPLE AWARD SCHEDULE
Mity-Lite, Inc.
CONTRACT NUMBER: 4-17-71-0111B SUPPLEMENT NO.: N/A CMAS CONTRACT TERM: 3/10/2017 through 4/30/2021 CONTRACT CATEGORY: Non Information Technology Goods APPLICABLE TERMS & CONDITIONS: August 2010
MAXIMUM ORDER LIMIT: $100,000 FOR USE BY: State & Local Government Agencies BASE GSA SCHEDULE NO.: GS-03F-041DA BASE SCHEDULE HOLDER: Mity-Lite, Inc.
This contract provides for the purchase and warranty of furniture products.
NOTICE: Products and/or services on this CMAS may be available on a Mandatory Statewide Contracts. If this is the case, the use of this CMAS is restricted unless the State agency has an approved exemption as explained in the Statewide Contract User Instructions. Information regarding Statewide Contracts can be obtained at the website: http://www.documents.dgs.ca.gov/pd/contracts/contractindexlisting.pdf. This requirement is not applicable to local government entities. State agencies cannot use this CMAS contract to purchase products available through the California Prison Industry Authority (CALPIA) without a one-time exemption from CALPIA. Agencies may request an exemption at the following website: http://pia.ca.gov/pdf/General_info/General-State-Agency-Exemption-Form.pdf. A copy of the approved exemption must be kept with the purchase order for audit purposes. The most current Ordering Instructions and Special Provisions and CMAS Terms and Conditions, products and/or services and pricing are included herein. All purchase orders issued under this contract incorporate the following Ordering Instructions and Special Provisions and CMAS Terms and Conditions dated August 2010. Agency non-compliance with the requirements of this contract may result in the loss of delegated authority to use the CMAS program. Contractor non-compliance with the requirements of this contract may result in contract termination. ____Original Signature on File__________________________ Effective Date: 3/10/2017
JANNA WELK, Program Analyst, California Multiple Award Schedules Unit
Page 37 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 59 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 2
CMAS PRODUCT & SERVICE CODES The CMAS Product & Service Codes listed below are for marketing purposes only. Review this CMAS contract and the base contract identified below for the products and/or services available on this contract. Brand-Mity-Lite Furniture-Cafeteria Furniture-Chairs Furniture-Chairs Stacking Furniture-Classroom Furniture-Computer Worktables Furniture-Conference Room Furniture-Library Furniture-Seating Furniture-Tables Furniture-Upholstered Stage-Mobile AVAILABLE PRODUCTS AND/OR SERVICES The ordering agency must verify all products and/or services are currently available on the base GSA schedule at the GSA eLibrary. Access the GSA eLibrary at www.gsaelibrary.gsa.gov. CMAS BASE CONTRACT This CMAS contract is based on some or all of the products and/or services and prices from GSA Schedule No. GS-03F-041DA (MITY-LITE, INC.) with a GSA term of 1/12/2016 through 1/11/2021. The term of this CMAS contract incorporates an extension of three months beyond the expiration of the base GSA contract, and is shown in the “CMAS Term Dates” on page 1. ISSUE PURCHASE ORDER TO Agency purchase orders must be mailed to the following address, or faxed to (801) 224-6191: Mity-Lite, Inc. 1301 West 400 North Orem, UT 84057 Attn: Easton Linde Agencies with questions regarding products and/or services may contact the contractor as follows: Phone: (800) 837-1468 E-mail: [email protected]
TOP 500 DELINQUENT TAXPAYERS In accordance with Public Contract Code Section 10295.4, and prior to placing an order for non-IT goods and/or services, agencies must verify with the Franchise Tax Board and the Board of Equalization that this contractor’s name does not appear on either list of the 500 largest tax delinquencies pursuant to Section 7063 or 19195 of the Revenue and Taxation Code. The Franchise Tax Board’s list is available at www.ftb.ca.gov/aboutFTB/Delinquent_Taxpayers.shtml. The Board of Equalization’s list is available at www.boe.ca.gov/cgi-bin/deliq.cgi. CALIFORNIA SELLER’S PERMIT Mity-Lite, Inc.’s California Seller’s Permit No. is 101580727. Prior to placing an order with this company, agencies should verify that this permit is still valid at the following website: www.boe.ca.gov. CONTRACT PRICES The maximum prices allowed for the products and/or services available in this CMAS contract are those set forth in the base contract identified on page 2 of this contract. The ordering agency is encouraged to seek prices lower than those on this CMAS contract. When responding to an agency’s Request for Offer (RFO), the contractor can offer lower prices to be competitive. PRICE DISCOUNTS This CMAS contract contains volume discounts. See the base GSA schedule for the specific percent of discount. DARFUR CONTRACTING ACT This contractor has certified compliance to the Darfur Contracting Act per PCC section 10475, et seq. WARRANTY For warranties, see the federal GSA schedule and the CMAS Terms and Conditions, General Provisions, CMAS Warranty. DELIVERY 45 days after receipt of order, or as negotiated between agency and contractor and included in the purchase order, or as otherwise stipulated in the contract. SHIPPING INSTRUCTIONS F.O.B. (Free On Board) Origin. Buying agency pays the freight charges.
Page 38 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 60 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 3
State agencies (not local governments) must follow the instructions below for shipping charges exceeding $50. All shipments will be made by ground transportation unless otherwise ordered on the Std. 65. Before placing order, contact the DGS Transportation Management (916) 376-1888 to determine the routing of freight shipments. You will need to provide Transportation Management with the point of origin and destination. They will also want to know the commodity being shipped and the estimated shipping weight of the order. If shipping overnight, the account number must be included. Routing information should be shown on the face of the Contract/Delegation Purchase Order (Std. 65) in the format shown below. Shipping Instructions: Supplier route via: _____________________________. Carrier’s telephone number: _____________________. Annotate bill(s) of lading as follows: “Freight for account of State of California. Tender Number: ____________________applies. State of California Purchase Order Number: __________ SHIP FREIGHT COLLECT.” Estimated Freight charges: ___________________.
If supplier is unable to use this carrier, call Transportation Management at (916) 376-1888. The following statement must be noted on the purchase order when the commodities are being shipped via UPS (United Parcel Service) and the State is paying directly to UPS (Collect). Shipping Instructions: Supplier route via United Parcel Service (ground). State of California, Department of ___________________ UPS account number applies. State of California Purchase Order Number _____________. SHIP COLLECT. Estimated UPS charges: ___________________.
If supplier is unable to use UPS, call Transportation Management at (916) 376-1888. Contractor Note: Additional shipping costs incurred by deviation to above shipping instructions, without Transportation Management approval, shall be charged to the contractor.
PURCHASING AUTHORITY DOLLAR THRESHOLD No CMAS order may be executed by a State agency that exceeds that agency’s CMAS purchasing authority threshold or the CMAS maximum order limit, whichever is less. HOW TO USE CMAS CONTRACTS Agencies must adhere to the detailed requirements in the State Contracting Manual (SCM) when using CMAS contracts. The requirements for the following bullets are in the SCM, Volume 2, Chapter 6 (for non-IT) and the SCM, Volume 3, Chapter 6 (for IT): Develop a Request for Offer, which includes a
Scope of Work (SOW), and Bidder Declaration form. For information on the Bidder Declaration requirements, see the SCM, Volume 2, Section 3.5.7 and Volume 3, Section 3.4.7.
Search for potential CMAS contractors at www.dgs.ca.gov/pd/Programs/Leveraged/CMAS.aspx, select “Find a CMAS Contract”.
Solicit offers from a minimum of 3 CMAS contractors including one small business and/or DVBE, if available, who are authorized to sell the products and/or services needed.
If soliciting offers from a certified DVBE, include the Disabled Veteran Business Enterprise Declarations form (Std. 843) in the Request for Offer. This declaration must be completed and returned by the DVBE prime contractor and/or any DVBE subcontractors. (See the SCM Volumes 2 and 3, Chapter 3).
This is not a bid transaction, so the small business preference, DVBE participation goals, protest language, intents to award, evaluation criteria, advertising, etc., are not applicable.
If less than 3 offers are received, State agencies must document their file with the reasons why the other suppliers solicited did not respond with an offer.
Assess the offers received using best value methodology, with cost as one of the criteria.
Issue a Purchase Order to the selected contractor. For CMAS transactions under $5,000 only one
offer is required if the State agency can establish and document that the price is fair and reasonable.
Local governments set their own order limits, and are not bound by the order limits on the cover page of this contract. SPLITTING ORDERS Splitting orders to avoid any monetary limitations is prohibited. Do not circumvent normal procurement methods by splitting purchases into a series of delegated purchase orders (PCC § 10329).
Page 39 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 61 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 4
Splitting a project into small projects to avoid either fiscal or procedural controls is prohibited (SAM 4819.34). MINIMUM ORDER LIMITATION There is no minimum dollar value limitation on orders placed under this contract. ORDERING PROCEDURES 1. Order Form
State agencies shall use a Contract/Delegation Purchase Order (Std. 65) for purchases and services.
Local governments shall, in lieu of the State's Purchase Order (Std. 65), use their own purchase order document.
Electronic copies of the State Standard Forms can be found at the Office of State Publishing website. The site provides information on the various forms and use with the Adobe Acrobat Reader. Beyond the Reader capabilities, Adobe Acrobat advanced features may be utilized if you have Adobe Business Tools or Adobe Acrobat 4.0 installed on your computer. Direct link to the Standard Form 65: http://www.dgs.ca.gov/dgs/ProgramsServices/Forms/FMC/Search.aspx
2. Purchase Orders
The agency is required to complete and distribute the order form. For services, the agency shall modify the information contained on the order to include the service period (start and end date), and the monthly cost (or other intermittent cost), and any other information pertinent to the services being provided. The cost for each line item should be included in the order, not just system totals.
The contractor must immediately reject orders that are not accurate. Discrepancies are to be negotiated and incorporated into the order prior to the products and services being delivered.
3. Service and Delivery after Contract Expiration
The purchase order must be issued before the CMAS contract end term expires. However, delivery of the products or completion of the services may be after the contract end term expires (unless otherwise specifically stated in the contract), but must be as provided for in the contract and as specified in the purchase order.
4. Multiple Contracts on STD. 65 Order Form
Agencies may include multiple CMAS contracts from the same contractor on a single Std. 65 Contract/Delegation Purchase Order. For guidelines, see the SCM, Volumes 2 & 3, Chapter 6.B4.1.
5. Amendments to Agency's Purchase Orders
Agency purchase orders cannot be amended if the CMAS contract has expired.
The SCM, Volumes 2 & 3, Chapter 6.A5.0 provides the following direction regarding amendments to all types of CMAS purchase orders:
Original orders, which include options for changes (e.g., quantity or time), that were evaluated and considered in the selection for award during the RFO process, may be amended consistent with the terms of the original order, provided that the original order allowed for amendments. If the original order did not evaluate options, then amendments are not allowed unless an NCB is approved for those amendments.
Amendments unique to non-IT services are covered in the SCM, Volume 2, Chapter 6.B2.9 as follows:
If the original contract permitted amendments, but did not specify the changes (e.g., quantity and/or time), it may be amended. This only applies to the first amendment. The time shall not exceed one year, or add not more than 30% of the original order value and may not exceed $250,000. If the original contract did not have language permitting amendments, the NCB process must be followed.
Also, see the SCM, Volumes 2 & 3, Chapter 8, Topic 6, for more information on amending purchase orders.
CONTRACTOR OWNERSHIP INFORMATION Mity-Lite, Inc. is a large business enterprise. SMALL BUSINESS MUST BE CONSIDERED Prior to placing orders under the CMAS program, State agencies shall whenever practicable first consider offers from small businesses that have established CMAS contracts [GC Section 14846(b)]. NOTE: The Department of General Services auditors will request substantiation of compliance with this requirement when agency files are reviewed. The following website lists CMAS Small Business and Disabled Veteran Partners: www.dgs.ca.gov/pd/Programs/Leveraged/CMAS.aspx then select “Find a CMAS Contractor”.
Page 40 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 62 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 5
In response to our commitment to increase participation by small businesses, the Department of General Services waives the administrative fee (a fee currently charged to customer agencies to support the CMAS program) for orders to certified small business enterprises. See the current fees in the DGS Price Book at: http://www.dgs.ca.gov/ofs/Pricebook.aspx SMALL BUSINESS/DVBE - TRACKING State agencies are able to claim subcontracting dollars towards their small business or DVBE goals whenever the Contractor subcontracts a commercially useful function to a certified small business or DVBE. The Contractor will provide the ordering agency with the name of the small business or DVBE used and the dollar amount the ordering agency can apply towards its small business or DVBE goal. SMALL BUSINESS/DVBE - SUBCONTRACTING 1. The amount an ordering agency can claim towards
achieving its small business or DVBE goals is the dollar amount of the subcontract award made by the Contractor to each small business or DVBE.
2. The Contractor will provide an ordering agency with
the following information at the time the order is quoted:
a. The Contractor will state that, as the prime
Contractor, it shall be responsible for the overall execution of the fulfillment of the order.
b. The Contractor will indicate to the ordering
agency how the order meets the small business or DVBE goal, as follows:
List the name of each company that is certified
by the Office of Small Business and DVBE Certification that it intends to subcontract a commercially useful function to; and
Include the small business or DVBE certification number of each company listed, and attach a copy of each certification; and
Indicate the dollar amount of each subcontract with a small business or DVBE that may be claimed by the ordering agency towards the small business or DVBE goal; and
Indicate what commercially useful function the small business or DVBE subcontractor will be providing towards fulfillment of the order.
3. The ordering agency’s purchase order must be
addressed to the prime Contractor, and the purchase order must reference the information provided by the prime Contractor as outlined above.
NEW EQUIPMENT REQUIRED The State will procure new equipment. All equipment must be new (or warranted as newly manufactured) and the latest model in current production. Used, shopworn, demonstrator, prototype, or discontinued models are not acceptable. Where Federal Energy Management Program (FEMP) standards are available, all State agencies shall purchase only those products that meet the recommended standards. All products displaying the Energy Star label meet the FEMP standards. SPECIAL MANUFACTURED GOODS Any contract for goods to be manufactured by the contractor specifically for the State and not suitable for sale to others may require progress payments. For Non-IT goods contracts, see the CMAS contract Non-IT Commodities Terms & Conditions, Provision 69, Progress Payments. TRADE-IN EQUIPMENT Trade-ins at open market price may be considered. The product description and trade-in allowance must be identified on the purchase order. Agencies are required to adhere to SAM 3520 through 3520.6, Disposal of Personal Property and Surplus Personal Property, as applicable, when trade-ins are considered. A Property Survey Report, Std. 152, must be submitted for approval prior to disposition of any State-owned personal property, including general office furniture regardless of the acquisition value, or if the property was recorded or capitalized for accounting purposes. NOT SPECIFICALLY PRICED (NSP) ITEMS This provision is not applicable to this CMAS contract. STATE AND LOCAL GOVERNMENTS CAN USE CMAS State and local government agency use of CMAS contracts is optional. A local government is any city, county, city and county, district, or other local governmental body or corporation, including UC, CSU, K-12 schools and community colleges empowered to expend public funds. While the State makes this contract available, each local government agency should make its own determination whether the CMAS program is consistent with their procurement policies and regulations.
Page 41 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 63 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 6
UPDATES AND/OR CHANGES A CMAS amendment is not required for updates and/or changes once the update and/or change becomes effective for the federal GSA schedule, except as follows: A CMAS amendment is required when the contract
is based on products and/or services from another contractor’s multiple award contract and the contractor wants to add a new manufacturer’s products and/or services.
A CMAS amendment is required for new federal contract terms and conditions that constitute a material difference from existing contract terms and conditions. A material change has a potentially significant effect on the delivery, quantity or quality of items provided, the amount paid to the contractor or on the cost to the State.
A CMAS amendment is required for changes to contracts that require California Prison Industry Authority (CALPIA) approval.
A CMAS amendment is required to update and/or change terms and conditions and/or products and services based on a non-federal GSA multiple award contract. SELF-DELETING FEDERAL GSA TERMS AND CONDITIONS Instructions, or terms and conditions that appear in the Special Items or other provisions of the federal GSA and apply to the purchase, license, or rental (as applicable) of products or services by the U.S. Government in the United States, and/or to any overseas location shall be self-deleting. (Example: "Examinations of Records" provision). Federal regulations and standards, such as Federal Acquisition Regulation (FAR), Federal Information Resources Management Regulation (FIRMR), Federal Information Processing Standards (FIPS), General Services Administration Regulation (GSAR), or Federal Installment Payment Agreement (FIPA) shall be self-deleting. Federal blanket orders and small order procedures are not applicable. ORDER OF PRECEDENCE The CMAS Terms and Conditions shall prevail if there is a conflict between the terms and conditions of the contractor's federal GSA, (or other multiple award contract), packaging, invoices, catalogs, brochures, technical data sheets or other documents (see CMAS Terms and Conditions, CONFLICT OF TERMS).
APPLICABLE CODES, POLICIES AND GUIDELINES All California codes, policies, and guidelines are applicable. THE USE OF CMAS DOES NOT REDUCE OR RELIEVE STATE AGENCIES OF THEIR RESPONSIBILITY TO MEET STATEWIDE REQUIREMENTS REGARDING CONTRACTING OR THE PROCUREMENT OF GOODS OR SERVICES. Most procurement and contract codes, policies, and guidelines are incorporated into CMAS contracts. Nonetheless, there is no guarantee that every possible requirement that pertains to all the different and unique State processes has been included. STATEWIDE PROCUREMENT REQUIREMENTS Agencies must carefully review and adhere to all statewide procurement requirements in the SCM, Volumes 2 and 3, such as: Automated Accounting System requirements of
State Administrative Manual (SAM) Section 7260-62
Productive Use Requirements, per the SCM, Volume 3, Chapter 2, Section 2.B6.2.
SAM Sections 4819.41 and 4832 certifications for information technology procurements and compliance with policies.
Services may not be paid for in advance. Agencies are required to file with the Department of
Fair Employment and Housing (DFEH) a Contract Award Report Std. 16 for each order over $5,000 within 10 days of award, including supplements that exceed $5,000.
Pursuant to Public Contract Code Section 10359 State agencies are to report all Consulting Services Contract activity for the preceding fiscal year to DGS and the six legislative committees and individuals that are listed on the annual memorandum from DGS.
Pursuant to Unemployment Insurance Code Section 1088.8, State and local government agencies must report to the Employment Development Department (EDD) all payments for services that equal $600 or more to independent sole proprietor contractors. See the Contractor's Std. 204, Payee Data Record, to determine sole proprietorship. For inquiries regarding this subject, contact EDD at (916) 651-6945 for technical questions or (888) 745-3886 for information and forms.
Annual small business and disabled veteran reports.
Post evaluation reports. Public Contract Code 10369 requires State agencies to prepare post evaluations on form Std. 4 for all completed non-IT consulting services contracts of more than $5,000. Copies of negative evaluations for non-IT consulting services only must be sent to the DGS, Office of Legal Services. The Bureau of State Audits requires State agencies annually to certify compliance with these requirements.
Page 42 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 64 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 7
ETHNICITY/RACE/GENDER REPORTING REQUIREMENT Effective January 1, 2007, in accordance with Public Contract Code 10111, State agencies are to capture information on ethnicity, race, and gender of business owners (not subcontractors) for all awarded contracts, including CAL-Card transactions. Each department is required to independently report this information to the Governor and the Legislature on an annual basis. Agencies are responsible for developing their own guidelines and forms for collecting and reporting this information, Contractor participation is voluntary. PAYMENTS AND INVOICES This CMAS contract contains prompt payment discounts. See the base GSA schedule for the specific percent of discount. 1. Payment Terms
Payment terms for this contract are net 45 days.
Payment will be made in accordance with the provisions of the California Prompt Payment Act, Government Code Section 927 et. seq. Unless expressly exempted by statute, the Act requires State agencies to pay properly submitted, undisputed invoices not more than 45 days after (i) the date of acceptance of goods or performance of services; or (ii) receipt of an undisputed invoice, whichever is later.
2. Payee Data Record (Std. 204)
Each State accounting office must have a copy of the Contractor’s Payee Data Record (Std. 204) in order to process payment of invoices. Contractors are required to provide a copy of their Std. 204 upon request from an agency customer. Agencies should forward a copy of the Std. 204 to their accounting office. Without the Std. 204, payment may be unnecessarily delayed.
3. DGS Administrative and Incentive Fees
Orders from State Agencies: The Department of General Services (DGS) will bill each State agency directly an administrative fee for use of CMAS contracts. The administrative fee should NOT be included in the order total, nor remitted before an invoice is received from DGS. This administrative fee is waived for CMAS purchase orders issued to California certified small businesses.
See the current administrative fees in the DGS Price Book at: http://www.dgs.ca.gov/ofs/Pricebook.aspx.
Orders from Local Government Agencies:
Effective for CMAS orders dated 1/1/2010 or later, CMAS contractors, who are not California certified small businesses, are required to remit to the DGS an incentive fee equal to 1% of the total of all local government agency orders (excluding sales tax and freight) placed against their CMAS contract(s). This incentive fee is in lieu of local government agencies being billed the above referenced DGS administrative fee.
This incentive fee is waived for CMAS purchase orders issued to California certified small businesses.
The check covering this fee shall be made payable to the Department of General Services, CMAS Unit, and mailed to the CMAS Unit along with the applicable Quarterly Report. See the provision in this contract entitled “Contractor Quarterly Report Process” for information on when and where to send these checks and reports.
4. Contractor Invoices
Unless otherwise stipulated, the contractor must send their invoices to the agency address set forth in the purchase order. Invoices shall be submitted in triplicate and shall include the following:
Contract number Agency purchase order number Agency Bill Code Line item number Unit price Extended line item price Invoice total
State sales tax and/or use tax shall be itemized separately and added to each invoice as applicable.
The company name on the CMAS contract, purchase order and invoice must match or the State Controller’s Office will not approve payment.
5. Advance Payments
Advance payment is allowed for services only under limited, narrowly defined circumstances, e.g., between specific departments and certain types of non-profit organizations, or when paying another government agency (GC 11256 – 11263 and 11019).
Page 43 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 65 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 8
It is NOT acceptable to pay in advance, except software maintenance and license fees, which are considered a subscription, may be paid in advance if a provision addressing payment in advance is included in the purchase order.
Warranty upgrades and extensions may also be paid for in advance, one time.
6. Credit Card
Mity-Lite, Inc. accepts the State of California credit card (CAL-Card).
A Purchasing Authority Purchase Order (Std. 65) is required even when the ordering department chooses to pay the contractor via the CAL-Card. Also, the DGS administrative fee is applicable for all CMAS orders to suppliers not California certified as a small business.
7. Lease/Purchase Analysis
State agencies must complete a Lease/Purchase Analysis (LPA) to determine best value when contemplating a lease/rental, and retain a copy for future audit purposes (SAM 3700). Approval by the Department of General Services is not required.
8. Leasing
Except for Federal Lease to Own Purchase (LTOP) and hardware rental provisions with no residual value owed at end term ($1 residual value is acceptable), Federal GSA Lease provisions are NOT available through CMAS because the rates and contract terms and conditions are not acceptable or applicable to the State.
SEAT Management financing options are NOT available through this contract.
As an alternative, agencies may consider financing through the State’s financial marketplace GS $Mart™. All terms and conditions and lenders are pre-approved for easy financing. The GS $Mart™ Internet address is www.dgs.ca.gov/pd/programs/statefinancialmarketplace.aspx. Buyers may contact the GS $Mart™ Administrator, Patrick Mullen by phone at (916) 375-4617 or via e-mail at [email protected] for further information.
CONTRACTOR QUARTERLY REPORT PROCESS Contractors are required to submit a detailed CMAS Business Activity Report on a quarterly basis to the CMAS Unit. See Attachment B for a copy of this form and instructions. This report shall be mailed to:
Department of General Services Procurement Division – CMAS Unit Attention: Quarterly Report Processing PO Box 989052, MS #2-202 West Sacramento, CA 95798-9052 Reports that include checks for incentive fees or that exceed a total of 5 pages must be mailed and shall not be faxed or e-mailed. All other reports may be faxed or e-mailed to the attention of Quarterly Report Processing as follows: CMAS Unit Fax Number: (916) 375-4663 CMAS Unit E-Mail: [email protected] For the full instructions on completing and submitting CMAS Quarterly Business Activity Reports, and a soft copy of a blank quarterly report form, go to www.dgs.ca.gov/pd/Programs/Leveraged/CMAS.aspx, and then select “For Suppliers/Contractors”. Important things to remember regarding CMAS Quarterly Business Activity Reports (referred to as “reports” below): A report is required for each CMAS contract each
quarter, even when no new purchase orders are received in the quarter.
A separate report is required for each CMAS contract.
Each purchase order must be reported only once in the quarter identified by the purchase order date, regardless of when the services were performed, the products were delivered, the invoice was sent, or the payment was received.
Purchase orders from State and local government agencies must be separated on the report, as shown in the instructions.
Contractors must report the sales activity for all resellers listed on their CMAS contract.
Any report that does not follow the required format or excludes required information will be deemed incomplete and returned to the contractor for corrections.
Taxes and freight must not be included in the report.
For CMAS orders dated 1/1/2010 or later, contractors are no longer required to attach copies of purchase orders to their reports. This changed requirement will begin on Q1-2010 reports, which are due 4/15/2010.
For CMAS orders dated 1/1/2010 or later, contractors who are not California certified small businesses must attach to their quarterly report a check covering the required incentive fee for all CMAS sales to local government agencies (see more information below). This new requirement will start on Q1-2010 reports, which are due 4/15/2010.
New contracts, contract renewals or extensions, and contract modifications will be approved only if the contractor has submitted all required quarterly reports and incentive fees.
Page 44 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 66 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 9
CMAS Quarterly Business Activity Reports are due in the CMAS Unit within two weeks after the end of each quarter as shown below:
Quarter 1 Jan 1 to Mar 31 Due Apr 15 Quarter 2 Apr 1 to Jun 30 Due Jul 15 Quarter 3 Jul 1 to Sep 30 Due Oct 15 Quarter 4 Oct 1 to Dec 31 Due Jan 15
CONTRACTOR QUARTERLY INCENTIVE FEES CMAS contractors who are not California certified small businesses must remit to the DGS an incentive fee equal to 1% of the total of all local government agency orders (excluding sales tax and freight) placed against their CMAS contract(s). This incentive fee is in lieu of local government agencies being billed the above referenced DGS administrative fee. CMAS contractors cannot charge local government agencies an additional 1% charge on a separate line item to cover the incentive fee. The contractor must include the 1% incentive fee in the price of the products or services offered, and the line item prices must not exceed the applicable GSA prices. A local government agency is any city, county, district, or other local governmental body, including the California State University (CSU) and University of California (UC) systems, K-12 public schools and community colleges empowered to expend public funds. This incentive fee is waived for CMAS purchase orders issued to California certified small businesses. The check covering this fee shall be made payable to the Department of General Services, CMAS Unit, and mailed to the CMAS Unit along with the applicable Quarterly Report. See the provision in this contract entitled “Contractor Quarterly Report Process” for information on when and where to send these checks and reports. CONTRACTOR PROVIDES COPY OF THE CONTRACT AND SUPPLEMENTS CMAS contractors are required to provide the entire contract that consists of the following: Cover pages with DGS logo and CMAS analyst’s
signature, and Ordering Instructions and Special Provisions.
California CMAS Terms and Conditions. Federal GSA Terms and Conditions. Federal GSA products, services, and price list. Supplements, if applicable.
It is important for the agency to confirm that the required products, services, and prices are included in the contract and are at or below contract rates. To streamline substantiation that the needed items are in the contract, the agencies should ask the contractor to identify the specific pages from the contract that include the required products, services, and prices. Agencies should save these pages for their file documentation. CONTRACTORS ACTING AS FISCAL AGENTS ARE PROHIBITED When a subcontractor ultimately provides all of the products or performs all of the services that a contractor has agreed to provide, and the prime contractor only handles the invoicing of expenditures, then the prime contractor's role becomes that of a fiscal agent because it is merely administrative in nature, and does not provide a Commercially Useful Function (CUF). It is unacceptable to use fiscal agents in this manner because the agency is paying unnecessary administrative costs. AGENCY RESPONSIBILITY Agencies must contact contractors to obtain copies of the contracts and compare them for a best value purchasing decision. Each agency is responsible for its own contracting program and purchasing decisions, including use of the CMAS program and associated outcomes. This responsibility includes, but is not necessarily limited to, ensuring the necessity of the services, securing appropriate funding, complying with laws and policies, preparing the purchase order in a manner that safeguards the State’s interests, obtaining required approvals, and documenting compliance with Government Code 19130.b (3) for outsourcing services. It is the responsibility of each agency to consult as applicable with their legal staff and contracting offices for advice depending upon the scope or complexity of the purchase order. If you do not have legal services available to you within your agency, the DGS Office of Legal Services is available to provide services on a contractual basis. CONFLICT OF INTEREST Agencies must evaluate the proposed purchase order to determine if there are any potential conflict of interest issues. See the attached CMAS Terms and Conditions, Conflict of Interest, for more information. FEDERAL DEBARMENT When federal funds are being expended, the agency is required to obtain (retain in file) a signed “Federal Debarment” certification from the contractor before the purchase order is issued.
Page 45 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 67 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 10
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants; responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). LIQUIDATED DAMAGES FOR LATE DELIVERY The value of the liquidated damages cannot be a penalty, must be mutually agreed upon by agency and contractor and included in the purchase order to be applicable. ACCEPTANCE TESTING CRITERIA If the agency wants to include acceptance testing for all newly installed technology systems, and individual equipment, and machines which are added or field modified (modification of a machine from one model to another) after a successful performance period, the test criteria must be included in the purchase order to be applicable. AMERICANS WITH DISABILITY ACT (ADA) Section 504 of the Rehabilitation Act of 1973 as amended; Title VI and VII of the Civil Rights Act of 1964 as amended; Americans with Disabilities Act, 42 USC 12101; California Code of Regulations, Title 2, Title 22; California Government Code, Sections 11135, et seq.; and other federal and State laws, and Executive Orders prohibit discrimination. All programs, activities, employment opportunities, and services must be made available to all persons, including persons with disabilities. See Attachment A for Procurement Division’s ADA Compliance Policy of Nondiscrimination on the Basis of Disability. Individual government agencies are responsible for self-compliance with ADA regulations. Contractor sponsored events must provide reasonable accommodations for persons with disabilities. DGS PROCUREMENT DIVISION CONTACT AND PHONE NUMBER Department of General Services Procurement Division, CMAS Unit 707 Third Street, 2nd Floor, MS 202 West Sacramento, CA 95605-2811
Phone # (916) 375-4363 Fax # (916) 375-4663
Page 46 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 68 of 301
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) MITY-LITE, INC.
CMAS NO. 4-17-71-0111B
Ordering Instructions and Special Provisions 11
ATTACHMENT A
ADA NOTICE
Procurement Division (State Department of General Services) AMERICANS WITH DISABILITIES ACT (ADA) COMPLIANCE
POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY To meet and carry out compliance with the nondiscrimination requirements of the Americans With Disabilities Act (ADA), it is the policy of the Procurement Division (within the State Department of General Services) to make every effort to ensure that its programs, activities, and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable accommodation to participate in the Procurement process, or for persons having questions regarding reasonable accommodations for the Procurement process, please contact the Procurement Division at (916) 375-4400 (main office); the Procurement Division TTY/TDD (telephone device for the deaf) or California Relay Service numbers which are listed below. You may also contact directly the Procurement Division contact person who is handling this procurement. IMPORTANT: TO ENSURE THAT WE CAN MEET YOUR NEED, IT IS BEST THAT WE RECEIVE YOUR REQUEST AT LEAST 10 WORKING DAYS BEFORE THE SCHEDULED EVENT (i.e., MEETING, CONFERENCE, WORKSHOP, etc.) OR DEADLINE DUE-DATE FOR PROCUREMENT DOCUMENTS. The Procurement Division TTY telephone numbers are:
Sacramento Office: (916) 376-1891 Fullerton Office: (714) 773-2093
The California Relay Service Telephone Numbers are:
Voice 1-800-735-2922 or 1-888-877-5379 TTY: 1-800-735-2929 or 1-888-877-5378 Speech-to-Speech: 1-800-854-7784
Page 47 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 69 of 301
ATTACHMENT B CMAS QUARTERLY BUSINESS ACTIVITY REPORT
Updated 1/1/2010 12
Contractor Name:
Contract Number:
For Questions Regarding This Report Contact: Name: Phone Number: E-mail:
Reporting Calendar Year: Revision Reporting Quarter: Q1 (Jan-Mar)
Q2 (Apr-Jun) Q3 (Jul-Sep) Q4 (Oct-Dec)
Check Here if No New Orders for This Quarter
STATE AGENCY PURCHASES
State Agency Name Purchase Order Number
Purchase Order Date
Agency Billing Code
Total Dollars Per Purchase Order Agency Contact Agency Address Phone Number
Total State Agency Dollars Reported for Quarter: $
LOCAL GOVERNMENT AGENCY PURCHASES
Local Government Agency Name Purchase Order Number
Purchase Order Date
Total Dollars Per Purchase Order Agency Contact Agency Address Phone Number
Total Local Government Agency Dollars for Quarter: $ 1% Remitted to DGS (does not apply to CA certified S/Bs): $
Total of State and Local Government Agency Dollars Reported for this Quarter: $
Page 48 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 70 of 301
ATTACHMENT B CMAS QUARTERLY BUSINESS ACTIVITY REPORT
Ordering Instructions and Special Provisions 13
Instructions for completing the CMAS Quarterly Business Activity Report
1. Complete the top of the form with the appropriate information for your company.
2. Agency Name - Identify the State agency or Local Government agency that issued the order.
3. Purchase Order Number - Identify the purchase order number (and amendment number if applicable) on the order form. This is not your invoice number. This is the number the State agency or Local Government agency assigns to the order.
4. Purchase Order Date - Identify the date the purchase order was issued, as shown on the order. This is not the date you received, accepted, or invoiced the order.
5. Agency Billing Code - Identify the State agency billing code. This is a five-digit number identified on the upper right hand corner of the Std. 65 purchase order form. You must identify this number on all purchases made by State of California agencies. Billing codes are not applicable to Local Government agencies.
6. Total Dollars Per PO - Identify the total dollars of the order excluding tax and freight. Tax must NOT be included in the quarterly report, even if the agency includes tax on the purchase order. The total dollars per order should indicate the entire purchase order amount (less tax and freight) regardless of when you invoice order, perform services, deliver product, or receive payment.
7. Agency Contact - Identify the ordering agency’s contact person on the purchase order.
8. Agency Address - Identify the ordering agency’s address on the purchase order.
9. Phone Number - Identify the phone number for the ordering agency’s contact person.
10. Total State Sales & Total Local Sales - Separately identify the total State dollars and/or Local Government agency dollars (pre-tax) for all orders placed in quarter.
11. 1% Remitted to DGS - Identify 1% of the total Local Government agency dollars reported for the quarter. This is the amount to be remitted to DGS by contractors who are not California certified small businesses.
12. Grand Total - Identify the total of all State and Local Government agency dollars reported for the quarter.
Notes:
A report is required for each CMAS contract, each quarter, even when there are no new orders for the quarter.
Quarterly reports are due two weeks after the end of the quarter.
Page 49 of 49Meeting Date: 8/14/2019 Item No. 6C
Packet Page 71 of 301
MEMORANDUMITEM NO. 6D
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: UPDATE TO THE JOINT FUNDING AGREEMENT WITH THE U.S. GEOLOGICAL SURVEY (USGS) FOR GROUNDWATER MONITORING WELLS TO ALLOW FOR THE USGS TO INCREASE THEIR FUNDING CONTRIBUTION
SUMMARYWRD has a Joint Funding Agreement with the USGS for the construction of two monitoring wells in the WRD Service Area, known as LA5 and LA6. The USGS wants to update the Joint Funding Agreement to allow them to increase their funding contribution by $70,000, which will allow them to perform additional work at their cost. There is no additional funding contribution by WRD needed.
FISCAL IMPACTNone
WATER RESOURCES COMMITTEE RECOMMENDATIONThe Water Resources Committee recommends that the Board of Directors approve an update to the Joint Funding Agreement with the U.S. Geological Survey (USGS) to allow the USGS to add $70,000 of their funding contribution to the monitoring well project, subject to approval as to form by District Counsel.
Page 1 of 4Meeting Date: 8/14/2019 Item No. 6D
Packet Page 72 of 301
Page 2 of 4Meeting Date: 8/14/2019 Item No. 6D
Packet Page 73 of 301
Page 3 of 4Meeting Date: 8/14/2019 Item No. 6D
Packet Page 74 of 301
Page 4 of 4Meeting Date: 8/14/2019 Item No. 6D
Packet Page 75 of 301
MEMORANDUMITEM NO. 7
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: APPROVAL OF A CONTRACT FOR CATERING SERVICES FOR THE ARC GRAND OPENING
SUMMARYThe Water Replenishment District is hosting the grand opening of the Albert Robles Center for Water Recycling and Environmental Learning (ARC) on August 22, 2019. Staff has been asked to obtain quotes for a catering service for the day of the event. District staff reached out to three qualifying vendors to provide pricing and availability. Upon completion of the site walk, quotes were received and are presented below:
Quote #1- TGIS $34,541.31 - $66/personQuote #2- Daily Squares. LLC $40,000.00- $80/person Quote #3- Farm to Fork Catering $45,000.00- $90/person
The lowest responsive bidder for this event is Thank Goodness It’s Sophia (TGIS). The cost for the event is $34,541.31. This includes all of the staff that is required to fulfill the needs for the ARC Grand Opening.
FISCAL IMPACTThe total cost of this contract is $34,541.31 The amount will be drawn from External Affairs Budget and will be allocated to the External Affairs/ ARC Event project number EAE0000, general ledger code 5620-Office Expense.
Page 1 of 2Meeting Date: 8/14/2019 Item No. 7
Packet Page 76 of 301
EXTERNAL AFFAIRS COMMITTEE RECOMMENDATIONThe External Affairs Committee recommends that the Board of Directors approve a contract with Thank Goodness it’s Sofia (TGIS) for the ARC Grand Opening, subject to approval as to form by District Counsel, for a cost of $34,541.31 plus a contingency amount of $458.69, for a total contract amount not to exceed $35,000.
Page 2 of 2Meeting Date: 8/14/2019 Item No. 7
Packet Page 77 of 301
MEMORANDUMITEM NO. 8
DATE: AUGUST 12, 2019
TO: EXTERNAL AFFAIRS COMMITTEE
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: APPROVAL OF A CONTRACT FOR THE RENTAL OF AIR CONDITIONING UNITS FOR THE ARC GRAND OPENING EVENT
SUMMARYThe Water Replenishment District is hosting the grand opening of the Albert Robles Center for Water Recycling and Environmental Learning (ARC) on August 22, 2019. The event will take place in the treatment building of the ARC facility, which has no air conditioning system. Staff has been asked to obtain quotes for an air-cooling system for the day of the event. District staff reached out to three qualifying vendors to provide pricing and availability. Upon completion of the site walk, quotes were received and are presented below:
Quote #1- La Brea Air Inc. $15,930.00Quote #2- California Air Did Not Respond Quote #3- United Rentals Was not able to meet on dates for site visit
The vendor that responded and was able to meet us on site was La Brea Air Inc. The cost they quoted WRD is $15,930.00. This cost does not include a lift that might be needed for the day of the set up and break down.
FISCAL IMPACTThe total cost of this La Brea Air Inc. is $15,930.00. The amount will be drawn from the External Affairs Department Budget and will be allocated to the External Affairs/ ARC Event project number EAE0000, general ledger code 5620-Office Expense.
Page 1 of 2Meeting Date: 8/14/2019 Item No. 8
Packet Page 78 of 301
EXTERNAL AFFAIRS COMMITTEE RECOMMENDATIONThe External Affairs Committee recommends that the Board of Directors approve a contract with La Brea Air Inc. for the ARC Grand Opening, subject to approval as to form by District Counsel, for a cost of $15,930.00 plus a contingency amount of $70.00, for a total contract amount not to exceed $16,000.00.
Page 2 of 2Meeting Date: 8/14/2019 Item No. 8
Packet Page 79 of 301
MEMORANDUMITEM NO. 9
DATE: AUGUST 12, 2019
TO: EXTERNAL AFFAIRS COMMITTEE
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: APPROVAL OF A CONTRACT FOR ARC GRAND OPENING FOR AUDIO AND VISUAL EQUIPMENT
SUMMARYThe Water Replenishment District is hosting the grand opening of the Albert Robles Center for Water Recycling and Environmental Learning (ARC) on August 22, 2019. The ARC grand opening will require extensive audio and visual equipment to accommodate the indoor and outdoor areas. Staff has been asked to obtain quotes for the audio and visual needs for the day of the event. District staff reached out to three qualifying vendors to provide quotations. Upon completion of the site walk, quotes were received and are presented below:
Quote #1- Coast Party Rentals Not able to accommodate needs for event
Quote #2- McCune AV $14,396.50 Quote #3- Pico Rivera Party Rentals Not able to accommodate needs for
event
The lowest responsive bidder is McCune Audio and Visual. The cost they quoted WRD is $14,396.50. This cost includes A/V equipment for both indoor and outdoor spaces, and audio engineers to run the equipment properly.
FISCAL IMPACTThe total cost of this Audio and Visual Contract is $14,396.50.
Page 1 of 2Meeting Date: 8/14/2019 Item No. 9
Packet Page 80 of 301
The amount will be drawn from External Affairs Budget and will be allocated to the External Affairs/ARC Event project number EAE0000, general ledger code 5620-Office Expense.
EXTERNAL AFFAIRS COMMITTEE RECOMMENDATIONThe External Affairs Committee recommends that the Board of Directors approve a contract with McCune Audio and Visual for the ARC Grand Opening, subject to approval as to form by District Counsel, for a cost of $14,396.50 plus a contingency amount of $1,603.50, for a total contract amount not to exceed $16,000.00.
Page 2 of 2Meeting Date: 8/14/2019 Item No. 9
Packet Page 81 of 301
MEMORANDUMITEM NO. 10
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: AWARD OF CONTRACT TO PACWEST SECURITY SERVICES TO PROVIDE SECURITY SERVICES FOR THE ALBERT ROBLES CENTER AND FIELD OPERATIONS AND STORAGE ANNEX FACILITY
SUMMARYOn May 2, 2019, the WRD Board of Directors approved the release of a Request for Proposal (RFP) to retain a firm that can provide full-time, 24-hour security personnel for WRD’s Albert Robles Center (ARC) and continue nightly patrol services at the Field Operations and Storage Annex Facility (Annex Facility). The Conditional Use Permit for ARC requires full-time security 24 hours a day, 365 days a year. Nightly patrol services at the Annex Facility are currently provided by Platt Security Systems Inc., but this contract shall expire soon and funds are insufficient to continue patrol visits beyond August 2019.
On May 20, 2019, WRD issued an RFP for Security Services for the ARC and Annex Facility. The RFP was posted on the WRD’s website and issued to a list of 41 firms that either previously worked for WRD or were found through an internet search of local security firms. A mandatory pre-proposal meeting was held on June 5, 2019, at which eight firms were represented. In addition, questions and answers from the pre-proposal meeting and subsequent inquiries were also posted on the WRD website.
On June 20, 2019, the District received proposals from five firms; only two of the firms, specifically PACWEST Security Services and Alltech Industries, Inc., actually attended the mandatory pre-proposal meeting. Since the other firms were disqualified, District staff only evaluated the proposals from PACWEST Security Services and Alltech Industries, Inc. The evaluation criteria included project team and qualifications, project understanding and approach, performance on similar or related projects, billing rates, and organizational and support resources. Based on the results of the proposal evaluations, PACWEST Security Services was deemed the most qualified firm. PACWEST Security Services demonstrated the best understanding and approach, with ample experience in providing full-time security guards for public and private clients. As a result, staff
Page 1 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 82 of 301
recommends award of contract to PACWEST Security Services to provide security services at ARC and the Annex facility for three years.
FISCAL IMPACTThe cost of this contract is $1,362,821 with a 10% contingency of $136,282 for a total of $1,499,103.The first-year costs will be paid from the 2019/20 operating budget, with future amounts to be included in future fiscal year operating budgets
CAPITAL IMPROVEMENT PROJECTS (CIP) COMMITTEE RECOMMENDATIONThe Capital Improvement Projects (CIP) Committee recommends that the Board of Directors enter into a General Services Agreement, subject to approval as to form by District Counsel, with PACWEST Security Services to provide security services for the Albert Robles Center (ARC) and Field Operations and Storage Annex Facility for a cost of $1,362,821, plus a 10% contingency of $136,282 for unforeseen conditions, for a total amount not to exceed $1,499,103 and with a contract term that ends on December 31, 2022.
Page 2 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 83 of 301
Water Replenishment District of 1 Professional Services Contract Southern California PACWEST Security Services
GENERAL SERVICES AGREEMENT PACWEST SECURITY SERVICES
This General Services Agreement (the “Agreement”) is made and entered into this 14th day of August 2019, by and between the Water Replenishment District of Southern California (“District”) and PACWEST Security Services, (“Contractor”) (collectively the “Parties” or individually as “Party”) for the furnishing of certain professional services upon the following terms and conditions.
1. Scope of Services. Contractor shall perform the scope of services described in Exhibit A( hereinafter referred to as “Services”), attached hereto and incorporated herein by thisreference at the level of services selected pursuant to Exhibit B. Tasks other than thosespecifically described in Exhibit A shall not be performed without a prior writtenamendment to this Agreement. In the event of a conflict in or inconsistency between theterms of this Agreement and Exhibit A, this Agreement shall prevail
1.1 Standard of Performance. In performing the scope of services under this Agreement, Contractor shall diligently perform all services required in connection with this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession.
1.2 Assignment of Personnel. Contractor shall assign only competent personnel to perform services in connection with this Agreement.
2. Term. The term of this Agreement shall commence on August 14, 2019 and shall end onDecember 31, 2022 (the “Expiration Date”). At least sixty (60) calendar days prior to theExpiration Date, District staff shall evaluate the quality of the Services that have beenprovided by the Contractor, the cost of such Services relative to the benefits, and the needfor any continuation of the services.
2.1 Termination by District
2.1.1 Termination for Convenience. The District may terminate this Agreement for its convenience at any time thirty (30) calendar days written notice to Contractor. Contractor's compensation in the event of such a termination shall be exclusively limited to payment for all authorized services performed and for all authorized expenses incurred up to the effective date of such termination. Contractor understands and agrees that it shall not be entitled to any additional compensation or reimbursement whatsoever in the event of such termination.
Page 3 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 84 of 301
Water Replenishment District of 2 Professional Services Contract Southern California PACWEST Security Services
3. Contractor’s Compensation. District will compensate Contractor for services performed and for expenses incurred pursuant to this Agreement as follows:
3.1 Fee. District hereby agrees to pay Contractor for the Scope of Services, whether by fixed price, hourly rates subject to fixed rate schedule, pursuant to the fee schedule attached as Exhibit B and incorporated herein by this reference, which may not be changed except with District's written approval. Total compensation for work performed under this Agreement shall not exceed One Million Three Hundred Sixty Two Thousand Eight Hundred Twenty One Dollars ($1,362,821.00).
3.2 Reimbursable Expenses. No expenses, costs, or liabilities of Contractor shall be reimbursable unless the obligation and manner of reimbursement is expressly set forth in the scope of services (Exhibit A) and in the fee schedule (Exhibit B).
4. Project Site. Contractor shall perform the Services in such a manner as to cause a minimum of interference with District's operations and the operations of other contractors at each Project site and to protect all persons and property thereon from damage or injury. Upon completion of the Services at a Project site, Contractor shall leave such Project site clean and free of all tools, equipment, waste materials and rubbish. Each Project site may include all buildings, offices, and other locations where Services are to be performed, including any access roads. Contractor shall be solely responsible for the safe transportation and packing in proper containers and storage of any equipment required for performing the Services, whether owned, leased or rented. District will not be responsible for any such equipment which is lost, stolen or damaged or for any additional rental charges for such equipment. Equipment left or stored at a Project site, with or without permission, is at Contractor’s sole risk. District may assume that anything left on the work site an unreasonable length of time after said work is completed has been abandoned. Any transportation furnished by District shall be solely as an accommodation and District shall have no liability therefore. Contractor acknowledges and agrees that it shall assume the risk and is solely responsible for its use of any District owned equipment and property provided by District for the performance of Services. District shall have no liability to Contractor therefore. In addition, Contractor further acknowledges and agrees that it shall assume the risk and is solely responsible for its owned, non-owned and hired automobiles, trucks or other motorized vehicles as well as any equipment, tolls, or other property which is utilized by Contractor on each Project site.
5. Contractor Status. Contractor is an independent contractor and neither Contractor nor any employee of Contractor is or will be treated as an employee of the District under this Agreement. District controls the result to be accomplished under this Agreement, but not the means by which Contractor achieves such results.
5.1 Payments made to Contractor pursuant to this Agreement shall be the sole and complete compensation to which Contractor is entitled. Contractor is solely responsible for any taxes levied by local, state or federal authorities on such sums.
Page 4 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 85 of 301
Water Replenishment District of 3 Professional Services Contract Southern California PACWEST Security Services
Contractor shall defend and indemnify the District for any taxes, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to properly withhold taxes as a result of any determination that Contractor, or any of Contractor’s employees, is an employee rather than an independent contractor of District.
5.2 District will not make any contribution to any retirement plan or Social Security on behalf of Contractor or any of Contractor’s employees. Contractor shall defend and indemnify the District for any contribution, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to contribute to any retirement plan or Social Security as a result of any determination that Contractor, or any of Contractor’s employees, is an employee rather than an independent contractor of District.
5.3 District will not make any payments to Contractor, or Contractor’s employees, which rely upon employee status, including, but not limited to, FLSA and other overtime and minimum wage requirements, prevailing wage laws, worker’s compensation benefits, FMLA, CFRA, Paid Leave, and unemployment benefits. Contractor shall defend and indemnify the District for any payment, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to make any such payment or otherwise provide the benefits of such laws as a result of any determination that Contractor, or any of Contractor’s employees, is an employee rather than an independent contractor of District.
5.4 Contractor shall comply with the Political Reform Act of 1974, as amended including, but not limited to, disclosure of all conflicts of interest and other financial disclosure requirements required thereunder.
6. Instructions to Contractor. In the performance of the services set forth in this Agreement, Contractor shall report to and receive instructions from the following person on behalf of the District: Charlene King (Project Manager), External Affairs Department Staff, Eric Owens, Rob Beste, Robb Whitaker, and Todd Anderson.
7. Subcontractor Services. Any subcontractors to be used by Contractor in the performance of the scope of services shall be identified in Exhibit A hereto. Contractor shall obtain the District’s prior written approval before retaining a subcontractor to perform any portion of the scope of services of this Agreement. Notwithstanding Contractor’s use of any subcontractors, Contractor shall be responsible to the District for the performance of its subcontractors as it would be if Contractor had performed those services itself. Nothing in this Agreement shall be deemed or construed to create a contractual relationship between the District and any subcontractor employed by Contractor. Contractor shall be solely responsible for payments to any subcontractors. Contractor shall defend and indemnify the District for any payment, fines or penalties assessed or threatened to be assessed against District as a result of any claim brought by any subcontractor of Contractor for any matter arising from, or related to, the services performed by subcontractor under this Agreement.
Page 5 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 86 of 301
Water Replenishment District of 4 Professional Services Contract Southern California PACWEST Security Services
8. Compliance With Laws and Regulations; Licensing. Contractor shall perform its services under this Agreement in compliance with all applicable provisions of Federal, State and local laws, statutes, codes, rules, regulations, ordinances and professional standards (“Applicable Laws”). By entering into this Agreement, Contractor represents and warrants that it possesses and will keep current all license and registrations required by Applicable Laws to enter into this Agreement and to perform the scope of services hereunder.
9. Insurance. Contractor, at its sole cost and expense, shall obtain, keep in force, and maintain the following policies of insurance at all times while this Agreement is in effect, and shall not commence any work under this Agreement until proof of such insurance has been provided to the District. The coverages provided by such insurance shall not be construed as limitations of liability.
9.1 Required Policies.
9.1.1 Commercial General Liability Insurance (contractual, products, and completed operations coverages included) with a combined single limit of no less than $1,000,000 and a general aggregate limit of no less than $1,000,000.
9.1.2 Business or Comprehensive Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles, with a combined single limit of no less than $1,000,000 per accident.
9.1.3 Employers’ Liability Insurance with limits of $1,000,000 per claim and $1,000,000 in the aggregate.
9.1.4 Workers’ Compensation Insurance as required under the Workers’ Compensation Insurance and Safety Act of the State of California.
9.2 Required Terms.
9.2.1 All policies except workers’ compensation shall name as additional insureds the Water Replenishment District of Southern California, its directors, officers, employees, agents and representatives.
9.2.2 All policies shall be written on an occurrence basis. If a policy may only be obtained on a claims made basis, the policy shall be maintained continuously for a period of no less than three (3) years after the date of final completion of the scope of services under this Agreement.
9.2.3 All policies shall provide that coverage cannot be cancelled without twenty (20) days prior written notice to the District.
9.2.4 All insurance required under this Agreement shall be considered primary to any insurance maintained by the District. All policies except
Page 6 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 87 of 301
Water Replenishment District of 5 Professional Services Contract Southern California PACWEST Security Services
Professional Liability shall include waivers of subrogation in favor of the District and its insurers.
9.2.5 All polices required under this Agreement shall be issued by companies authorized to transact insurance business in the State of California acceptable to the District and having a Best rating of A- or better.
10. Indemnification. Contractor shall indemnify, defend and hold harmless the District and its directors, officers, employees, agents and representatives (collectively “District”), from and against any and all claims, liabilities, costs, damages, suits, proceedings, injuries (including injuries to real and personal property, and injuries to persons, including death) incurred by District (“Losses”), as a result of Contractor’s breach of any provision of this Agreement, Contractor’s failure to comply with applicable laws, Contractor’s negligent acts or omissions, or Contractor’s willful misconduct. However, Contractor’s obligation to defend shall arise regardless of any claim or assertion that the District caused or contributed to the Losses. Nothing in this paragraph shall constitute a waiver or limitation of any legal rights which the District may have including, without limitation, the right to implied indemnity.
11. Warranty.
11.1 In addition to any and all warranties provided or implied by law or public policy, Contractor warrants that all Services (including but not limited to all equipment and materials supplied in connection therewith) shall be free from defects in design and workmanship, and that Contractor shall perform all Services in accordance with all applicable engineering, construction and other codes and standards, and with the degree of high professional skill normally exercised by or expected from recognized professional firms engaged in the practice of supplying services of a nature similar to the Services in question. Contractor further warrants that, in addition to furnishing all tools, equipment and supplies customarily required for performance of work, Contractor shall furnish personnel with the training, experience and physical ability, as well as adequate supervision, required to perform the Services in accordance with the preceding standards and the other requirements of this Agreement. In addition to all other rights and remedies which District may have, District shall have the right to require, and Contractor shall be obligated at its own expense to perform, all further services which may be required to correct any deficiencies which result from Contractor’s failure to perform any Services in accordance with the standards required by this Agreement. Moreover, if, during the term of this Agreement (or during the one (1) year period following the term hereof), any equipment, goods or other materials or Services used or provided by Contractor under this Agreement fail due to defects in material and/or workmanship or other breach of this Agreement, Contractor shall, upon any reasonable notice from District, replace or repair the same to District's satisfaction. Unless otherwise expressly permitted, all materials and supplies to be used by Contractor in the performance of the Services shall be new and best of kind.
Page 7 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 88 of 301
Water Replenishment District of 6 Professional Services Contract Southern California PACWEST Security Services
11.2 Contractor hereby assigns to District all additional warranties, extended warranties, or benefits like warranties, such as insurance, provided by or reasonably obtainable from suppliers of equipment and material used in the Services.
12. Health and Safety Programs. The Contractor shall establish, maintain, and enforce safe work practices, and implement an accident/incident prevention program intended to ensure safe and healthful operations under their direction. The program shall include all requisite components of such a program under Federal, State and local regulations and shall comply with all District site programs.
12.1 Contractor will be responsible for acquiring job hazard assessments as necessary to safely perform all duties of each Project and provide a copy to District upon request.
12.2 Contractor will be responsible for providing all employee health and safety training and personal protective equipment in accordance with potential hazards that may be encountered in performance of Project and provide copies of the certified training records upon request by District. Contractor shall be responsible for proper maintenance and/or disposal of their personal protective equipment and material handling equipment.
12.3 Contractor is responsible for ensuring that its lower-tier subcontractors are aware of and will comply with the requirements set forth herein
12.4 Contractor shall immediately report any injuries to the District site safety representative. Additionally, the Contractor shall investigate and submit to the District site safety representative copies of all written accident reports, and coordinate with District if further investigation is requested
12.5 Contractor shall develop a plan to properly handle and dispose of all hazardous wastes they generate within the Scope of Services.
12.6 Contractor shall advise its employees and subcontractors that any employee, who jeopardizes his/her safety and health, or the safety and health of others, may be subject to actions including removal from Project.
13. Arbitration and Attorneys’ Fees. Any dispute arising from or relating to this Agreement shall be submitted to final and binding arbitration before an arbitrator who is a member of the National Academy of Arbitrators. The parties will obtain a list of five names of potential arbitrators from the National Academy of Arbitrators, or the American Arbitration Association, and will take turns striking the names of arbitrators until one arbitrator remains, who shall preside over the arbitration. The arbitrator will have no power to rewrite any of the terms of this Agreement. The parties shall split the cost of the arbitrator’s fee and any court reporter required by the arbitrator or if both parties agree to having the proceedings taken down by a court reporter. The prevailing Party in
Page 8 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 89 of 301
Water Replenishment District of 7 Professional Services Contract Southern California PACWEST Security Services
any action arising from or relating to this Agreement shall be entitled to recover its reasonable attorneys fees, expert witness fees and arbitration fees and costs in addition to any other relief and recovery ordered by the arbitrator or other tribunal hearing any matter related to this Agreement. .
14. Conflict of Interest. No official of the District who is authorized in such capacity and on behalf of the District to negotiate, make, accept or approve, or to take part in negotiating, making, accepting or approving this Agreement, or any contract or subcontract relating to work to be performed pursuant to this Agreement, shall become directly or indirectly personally interested in this Agreement or in any part thereof. Contractor shall not accept employment or contract during the term of this Agreement with any firm or individual for the provision of services if such employment or contract would conflict directly with the Services provided to the District under this Agreement.
15. Equal Opportunity. During the performance of this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, marital status or national origin.
16. Successors and Assigns. This Agreement shall inure to the benefit of, and be binding upon, the District, Contractor, and their respective successors and assigns provided, however, that no assignment of the duties or benefits under this Agreement shall be made without the written consent of the Contractor and the District.
17. Choice of Law and Venue. This Agreement shall be governed by and interpreted in accordance with the laws of the State of California. The Parties agree that the exclusive venue for any action or proceeding arising from or relating to this Agreement shall be in the County of Los Angeles, State of California.
18. Notices. All notices provided by this agreement shall be in writing and shall be sent by first-class mail and facsimile transmission as follows:
If to the District:
Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 Phone: (562) 921-5521
Fax: (562) 921-6101
Page 9 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 90 of 301
Water Replenishment District of 8 Professional Services Contract Southern California PACWEST Security Services
Remit all invoices to:
Accounts Payable Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 (562) 921-5521
If to Contractor:
Vicki Langley PACWEST Security Services 3303 Harbor Blvd. Suite A103 Costa Mesa, CA 92626 Phone: 714-429-1300 Fax: 714-429-1142 Email: [email protected]
19. Amendments. This Agreement may be modified only by a writing signed by the Parties hereto.
20. Integration; Construction. This Agreement sets forth the final, complete and exclusive expression of the Parties’ agreement with respect to the subject matter hereof, and supersedes any and all other agreements, representations, and promises, whether made orally or in writing. The Parties represent and warrant that they are not entering into this Agreement based upon any representation or understanding that is not expressly set forth in this Agreement. This Agreement shall be construed as the product of a joint effort between the Parties and shall not be construed against either Party as its drafter.
21. Effective Date. This Agreement is effective as of the date first set forth above.
22. Authority. Each person signing this Agreement represents that he or she has the authority to do so on behalf of the Party for whom he or she is signing.
[SIGNATURES ON THE NEXT PAGE]
Page 10 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 91 of 301
Water Replenishment District of 9 Professional Services Contract Southern California PACWEST Security Services
IN WITNESS WHEREOF, the Parties have caused this AGREEMENT to be executed the day and year first above written.
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALIFORNIA Signature Signature John D. S. Allen Print Name Print Name President, Board of Directors Secretary, Board of Directors Title Title
PACWEST SECURITY SERVICES, ("CONTRACTOR") Signature Print Name
Title
Approved As To Form LEAL, TREJO APC Attorneys for the Water Replenishment District of Southern California
Page 11 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 92 of 301
Water Replenishment District of Exhibit A General Services Contract Southern California Scope of Work PACWEST Security Services
EXHIBIT A SCOPE OF WORK
Contractor shall perform the detailed scope of work described in the Request for Proposal (RFP) for Professional Services for Security Services at WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility, and the Addendum No.1 to the same, attached hereto as Exhibit A-1, and as provided by Contractor's Proposal, attached hereto as Exhibit A-2. Should there be any discrepancy between the scope of work detailed in Exhibit A-1 and the proposal for services in Exhibit A-2, the scope of work in Exhibit A-1 shall prevail.
Page 12 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 93 of 301
Water Replenishment District of Exhibit A General Services Contract Southern California Scope of Work PACWEST Security Services
EXHIBIT A-1
Request for Proposal (RFP) for Professional Services for Security Services at WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility (RFP-18-005)
Page 13 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 94 of 301
REQUEST FOR PROPOSAL (RFP-18-005)
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
Issued: May 20, 2019
Mandatory Pre-Proposal Meeting: Wednesday, June 5, 2019 at 10:30 AM PDT Albert Robles Center (ARC) Construction Trailer 4320 San Gabriel River Parkway Pico Rivera, CA 90660
Questions Regarding this RFP Due: Thursday, June 13, 2019 at 5:00 PM PDT
PROPOSAL DUE: Thursday, June 20, 2019 at 2:00 PM PDT
Responses eligible for consideration to this RFP must be submitted to the
WRD Procurement Portal located at https://wrd.bonfirehub.com/ and addressed to the attention of:
Melody Wu, Project Administrator Water Replenishment District of Southern California
4040 Paramount Boulevard Lakewood, CA 90712 Phone: (562) 921-5521
Page 14 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 95 of 301
RFP for Security Services for WRD Facilities i May 20, 2019 RFP-18-005
NOTICE TO PROPOSERS
Request for Proposal
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
PURPOSE: The Water Replenishment District of Southern California (WRD or District) is seeking proposals from qualified and experienced Firms (also referred to as “Consultant” or “Proposer” herein) to provide security services at WRD’s Albert Robles Center (ARC) located in Pico Rivera, California, and Field Operations and Storage Annex Facility located in Lakewood, California. This Request for Proposal (RFP) describes the required scope of work, the information that must be included in the proposal, and the proposal selection process. Proposers are encouraged to carefully review this RFP in its entirety prior to submitting their proposals. Failure to submit information in accordance with these requirements and procedures may be cause for disqualification. This RFP is available for downloading from the WRD Procurement Portal located at: https://wrd.bonfirehub.com/.
SOLICITATION SCHEDULE: Milestones for the RFP process are summarized in the table below. The District reserves the right to modify the schedule below at its discretion. Proper notification changes will be made to interested proposers.
RFP Issued by WRD May 20, 2019 Mandatory Pre-Proposal Meeting Wednesday, June 5, 2019 at 10:30 AM PDT Deadline for Questions Regarding this RFP Thursday, June 13, 2019 at 5:00 PM PDT Proposals Due Thursday, June 20, 2019 at 2:00 PM PDT WRD Board Awards Contract July 2019
PRE-PROPOSAL MEETING: A mandatory pre-proposal meeting will be held in the construction trailer at the Albert Robles Center (ARC) at 4320 San Gabriel River Parkway, Pico Rivera, CA, California 90660, on Wednesday, June 5, 2019 at 10:30 AM PDT. Firms interested in submitting proposals are encouraged to attend. A site walk of ARC will be conducted immediately after the meeting. Since ARC is currently an active construction site, please wear closed-toe shoes and long pants for the site walk; hard hats and safety vests will be provided to those that don’t bring their own. QUESTIONS REGARDNG THIS RFP: All questions regarding the technical aspects or general requirements/provisions of this Request for Proposal (RFP) must be submitted before the deadline due date under this Solicitation Number and Title (RFP for Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility) through
Page 15 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 96 of 301
RFP for Security Services for WRD Facilities ii May 20, 2019 RFP-18-005
the Opportunity Q&A section via the WRD Procurement Portal at https://wrd.bonfirehub.com/. For guidance on how to submit a question through https://wrd.bonfirehub.com/, please visit https://support.gobonfire.com/hc/en-us/articles/115015333227-How-do-I-contact-the-Project-Owner- Questions received from prospective respondents, and responses from WRD, will be formally documented through the Opportunity Q&A section table that will be issued and be posted on the WRD Procurement Portal at: https://wrd.bonfirehub.com/. The Q&A table will be updated regularly as questions are received from prospective respondents. DEADLINE FOR PROPOSALS: Pursuant to the requirements specified in this RFP and the WRD Procurement Portal, responses to this RFP must be submitted to WRD no later than Thursday, June 20, 2019 at 2:00 PM PDT, or such later time that WRD may announce by addendum to proposers via the Procurement Portal at any time prior to the submittal deadline. Responses received after the deadline will not be considered under any circumstances. HARD-COPY PAPER, FAXED OR E-MAILED SUBMISSIONS WILL NOT BE ACCEPTED. Only responses properly submitted to WRD’s Procurement Portal will be considered. WRD reserves the right to reject any and/or all responses received.
Page 16 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 97 of 301
TABLE OF CONTENTS
Section Page
RFP for Security Services for WRD Facilities TOC-1 May 20, 2019 RFP-18-005
1.0 INTRODUCTION ................................................................................................................. 1 2.0 BACKGROUND ................................................................................................................... 1
2.1 Albert Robles Center (ARC) ......................................................................................... 1 2.2 Field Operations and Storage Annex Facility (Annex Facility) ................................... 2
3.0 SCOPE OF SERVICES ......................................................................................................... 2 3.1 Albert Robles Center (ARC) ......................................................................................... 3 3.2 Field Operations and Storage Annex Facility (Optional Task) .................................... 5 3.3 Additional Tasks Required at Both Facilities ............................................................... 5
3.3.1 Recordkeeping, Communications Protocol, and Website ................................. 5 3.3.2 Project Management and Meetings ................................................................... 6
4.0 DESIRED QUALIFICATIONS ............................................................................................ 6 5.0 PROPOSAL CONTENTS ..................................................................................................... 7
5.1 Title Page ...................................................................................................................... 7 5.2 Cover Letter .................................................................................................................. 7 5.3 Table of Contents .......................................................................................................... 7 5.4 Company Background .................................................................................................. 7 5.5 Project Overview and Approach ................................................................................... 7 5.6 Additional Services ....................................................................................................... 8 5.7 Experience and Record of Past Performance ................................................................ 8 5.8 Project Team and Qualifications ................................................................................... 9 5.9 Conflict of Interest ........................................................................................................ 9 5.10 Other Information ......................................................................................................... 9 5.11 WRD Standard Contract ............................................................................................... 9 5.12 Project Costs and Labor Hours ................................................................................... 10 5.13 Monthly Billing ........................................................................................................... 10
6.0 PROPOSAL SUBMISSION REQUIREMENTS ............................................................... 11 6.1 Proposal Format .......................................................................................................... 11 6.2 Proposal Signing ......................................................................................................... 11 6.3 Proposal Submittal Procedures ................................................................................... 11 6.4 Proposal Preparation Costs ......................................................................................... 11 6.5 Acknowledgement ...................................................................................................... 12
7.0 PRE-PROPOSAL MEETING ............................................................................................. 12 8.0 SELECTION PROCESS ..................................................................................................... 12 9.0 EVALUATION CRITERIA ................................................................................................ 13
9.1 Project Team and Qualifications ................................................................................. 13
Page 17 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 98 of 301
TABLE OF CONTENTS
Section Page
RFP for Security Services for WRD Facilities TOC-2 May 20, 2019 RFP-18-005
9.2 Project Understanding and Approach ......................................................................... 13 9.3 Performance on Similar or Related Projects ............................................................... 14 9.4 Billing Rates................................................................................................................ 14 9.5 Organizational and Support Resources ....................................................................... 14
10.0 GENERAL PROVISIONS .................................................................................................. 15 10.1 Entire Agreement ........................................................................................................ 15 10.2 Contract Amendments ................................................................................................ 15 10.3 Term of Contract ......................................................................................................... 15 10.4 Ownership and Use of Documents ............................................................................. 15 10.5 Audit Rights, Business Records Access and Retention .............................................. 16 10.6 Termination ................................................................................................................. 16
11.0 TERMS AND CONDITIONS ............................................................................................. 16 11.1 Proposal Rejection ...................................................................................................... 16 11.2 Proposal Clarification and Requests for Additional Information ............................... 16 11.3 Proposal Validity Period ............................................................................................. 16 11.4 RFP Revisions and Addenda ...................................................................................... 16 11.5 Confidentiality ............................................................................................................ 17
12.0 LEGAL POLICIES .............................................................................................................. 17 12.1 Compliance ................................................................................................................. 17 12.2 Governing Laws and Requirements ............................................................................ 17 12.3 Public Releases ........................................................................................................... 17 12.4 Business License ......................................................................................................... 18 12.5 WRD’s Property.......................................................................................................... 18
Page 18 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 99 of 301
TABLE OF CONTENTS
RFP for Security Services for WRD Facilities TOC-3 May 20, 2019 RFP-18-005
LIST OF FIGURES Figure 1 – Site Plan of the Albert Robles Center (ARC) Figure 2 – Site Plan of the Field Operation and Storage Annex Facility (Annex Facility) LIST OF ATTACHMENTS Attachment A – Example Daily Activity Report (DAR) Attachment B – Example Incident Report Attachment C – Form for Key Personnel Participation on the Project Attachment D – WRD Standard Agreement for General Services Attachment E – Monthly Invoice (Sample) Attachment F – Acceptance Letter
Page 19 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 100 of 301
RFP for Security Services for WRD Facilities 1 May 20, 2019 RFP-18-005
REQUEST FOR PROPOSAL for
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
1.0 INTRODUCTION The Water Replenishment District of Southern California (WRD or District) is a State Special District that was established in 1959 under the California Water Code (Division 18, §60000 through §60622) to manage the groundwater resources within the Central Basin and West Coast Basin in southern Los Angeles County. WRD’s mission is to provide, protect, and preserve high-quality groundwater through innovative, cost-effective and environmentally sensitive basin management practices for the benefit of residents and businesses of these groundwater basins. The aquifers in the Central Basin and West Coast Basin provide for about 40 percent of the total water needs for the people and businesses in the 43 cities covering WRD’s 420-square mile service area. To accomplish its mission, WRD conducts managed aquifer recharge using imported water, recycled water, and stormwater, prevents seawater intrusion through injection of imported water and recycled water into coastal barrier wells, protects and preserves groundwater quality through monitoring, testing, data analysis, and treatment, and ensures a future supply of reliable groundwater through planning, conjunctive use, and development of new projects. More information regarding the WRD can be found at www.wrd.org. 2.0 BACKGROUND
2.1 Albert Robles Center (ARC) WRD currently is constructing the Albert Robles Center (ARC) at the addresses of 4320 and 4330 San Gabriel River Parkway in the City of Pico Rivera, California 90660. This advanced water treatment facility (AWTF) is anticipated to be fully operational by July/August 2019; the plant is expected to run 24 hours, 7 days per week. Under contract to WRD, the plant will be operated by PERC Water. Several plant operators shall be on site during business hours and a plant operator shall be on-call during the graveyard shift. This 5.2-acre property abuts San Gabriel River on the east side, a fenced self-storage facility on the south side, San Gabriel River Parkway on the west side, and Central Basin Municipal Water District’s Rio Hondo Pump Station on the north side. As shown in Figure 1, the southern portion of the ARC site is occupied by a Process Building (with a mezzanine) and Chemical Storage Area and the north side is occupied by a 2-story Administration and Learning Center (ALC; with a rooftop garden) and an outdoor amphitheater that is located on top of an underground 3.6-million gallon reservoir. The ARC site is completely surrounded with fencing and several traffic and pedestrian gates.
Page 20 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 101 of 301
RFP for Security Services for WRD Facilities 2 May 20, 2019 RFP-18-005
In accordance with the Conditional Use Permit (CUP) issued by the City of Pico Rivera, the north side of the site, including the Administration and Learning Center, amphitheater, and demonstration gardens, shall be open to the public from dawn to dusk every day. The public shall access the site from San Gabriel River Parkway and will be allowed to park in the parking stalls in this area. Amongst the myriad of public events that are expected to be held at the site, WRD also shall provide guided tours of the plant site several times a month; buses may arrive on site to drop off visitors (which may include children) for some of these guided tours. Access to the Process Building and Chemical Storage Area is intended for plant operating personnel only and guided tours. There shall be no public access to the San Gabriel River; the eastern boundary of the site shall be fenced and the pedestrian gate shall be locked, with access provided only to plant operations personnel. The Security System at the ARC site was provided by Tyco SimplexGrinnell. The following is a general description of the Security System installed at the facility, including camera locations, door locks, motion detectors, motion sensors, intercom sites, gate controls, etc.:
• Exterior Security System: The ARC site has a total of nine (9) exterior cameras with five (5) on the ALC and the other four (4) on the Process Building. These cameras provide full coverage to see all the exterior areas of the site.
• Administration and Learning Center (ALC): One interior camera is located on each floor, including the Roof Garden, to allow viewing of people who are on that floor. There also are door locks, motion sensors, motion detectors throughout the building.
• Process Building: The building contains two (2) cameras that can view the entire interior 1st floor and the exterior of the 2nd floor.
• Chemical Storage Area: This open area can be viewed from the exterior cameras, so it only contains door locks.
2.2 Field Operations and Storage Annex Facility (Annex Facility) The Field Operations and Storage Annex Facility (Annex Facility), located at 3919 Paramount Boulevard (see Figure 2), currently is vacant and consists of two buildings, a parking lot, and landscaping. The site was formerly used as a batting cage facility and a teamsters union hall, but WRD currently uses the buildings to store various equipment and office supplies. In the past, there has been vagrancy and vandalism at this site. 3.0 SCOPE OF SERVICES WRD intends to obtain the services of a qualified security firm to provide the services outlined below. The Consultant may propose additional tasks which they feel are necessary based on the information provided and their experience on projects of similar size and scope.
Page 21 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 102 of 301
RFP for Security Services for WRD Facilities 3 May 20, 2019 RFP-18-005
3.1 Albert Robles Center (ARC) Security at the Albert Robles Center requires a fulltime security guard to be onsite 24 hours per day, 365 days per year. The Security Guard shall be responsible for monitoring and protecting the interior and exterior of all facilities on the 5.2-acre site. A video control station will be located at entrance to the ALC building where the Guard shall be stationed to view each of the cameras on site. Motion detectors also shall alert the Guard of anyone moving inside the buildings so that they can be monitored on the CCTV system. A second video station is located inside the Plant Control Room in the Process Building where the Guard, as well as plant operators, can view the CCTV system. The security firm shall be required to install a minimum of twenty (20) security patrol tracking devices throughout the property. These checkpoint locations will be determined with input from WRD. On days when WRD is providing tours or other large public events, additional security personnel shall be provided if requested by WRD to control the flow of traffic into and out of the facilities. Responsibilities of the Security Guard include the following:
• Watch the CCTV monitors at all times while on the site, except for when site walks are conducted. Graffiti, vagrancy, vandalism, and break-ins are significant concerns at the site.
• Walk the entire site a minimum of twice per shift and conduct routine scanning of checkpoints and site premises using security patrol tracking devices (e.g. touch memory buttons, etc.). The site walk shall include the entire exterior of the site, all floors of the two (2) buildings, and every camera, door, gate, and motion detector location.
• Time and sequence of the site walks shall be randomly adjusted each day so that anyone watching the site cannot determine a pattern of where a Guard will be at any given time.
• During after-hours (when operations staff is on call and not on site), Guard access will be limited to the exterior of the process area and thus, not inside the building unless there is an emergency.
• During regular business hours, there should be no need for the Guard to enter the Process Building unless a security issue arises.
• Confirm that the public has left the open space area prior to the posted closing hours each day and lock down the site each night. Also, the Guard shall ensure that the public access gates are opened each morning.
• Maintain a sign-in log and make sure all vendors, deliveries, and visitors sign in and out of the facility.
• Promptly contact the police and/or fire department and PERC Water staff in the event of an emergency, a break-in to the facility, damaged property, unusual conditions, etc.
• Guard shall be equipped with a security company-supplied mobile phone and/or a radio communications system to allow communications to fire, police and PERC Water staff.
Page 22 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 103 of 301
RFP for Security Services for WRD Facilities 4 May 20, 2019 RFP-18-005
• Lock down the entire site and/or sections of the site during a break-in event to keep unauthorized people from moving thru the facility. Note that a lock down will prevent an intruder from gaining further access to the site but all doors in the site have emergency panic hardware that will allow the intruder to leave the site.
• Keep a log of each shift and document any deliveries, vendors, or visitors who enter and leave the site each shift. Also, document any unusual events that may have occurred that day.
• Coordinate with the plant operators for all chemical and other deliveries, vendors, and visitors. The Security Guard is responsible to have the visitors and delivery drivers sign in, then call the designated plant operator. Once the plant operator is contacted, the Guard shall hand off the delivery to the plant operator and shall resume security monitoring duties. Chemical deliveries shall be limited to Monday thru Sunday from 6 AM to 4 PM and on holidays.
• Security Guard is at no time allowed to be involved in an offloading or supervision of offloading of any chemical or any other deliveries related to treatment plant operations. Only the plant operators are allowed to supervise unloading of chemicals or other treatment plant-related deliveries.
• Work under the direction of PERC Water staff during emergency evacuation and response scenarios.
• During public and other events to be held at the site, coordinate with plant operators and WRD staff, facilitate the control of traffic into and out of the facilities, monitor the site for vandalism and theft, and maintain/monitor public safety.
The following are the expectations for the Security Guards at the site:
• Provide one (1) fulltime Guard at all times (24 hours per day 365 days per year) to protect and monitor the site.
• Coordinate with the plant operators on all deliveries and visitors to the site.
• Prevent site break-ins, vandalism, and other mayhem at the site.
• Make sure the public leaves the site at the posted time.
• Notify the plant operator of any unusual issues.
• Keep accurate records of site walks, along with up-to-date sign-in sheets and shift logs.
• If the site contains trash or has other maintenance issues, contact the plant operator.
• Work with the local police and/or fire department where appropriate.
• Work under the direction of PERC Water staff during emergency evacuation and response scenarios.
• Comply with all PERC Water and site safety standards.
Page 23 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 104 of 301
RFP for Security Services for WRD Facilities 5 May 20, 2019 RFP-18-005
• The treatment plant poses many unique hazards. In addition to site security, the security guard needs to be trained regarding the occupational hazards, safety policies and procedures, including those specifically pertaining to first responders.
• Conduct recordkeeping, as described in Section 3.3 below.
3.2 Field Operations and Storage Annex Facility (Optional Task) Security of the Annex Facility shall be provided as an optional task, so the firm shall submit a cost estimate in accordance with the scope of work described herein. The scope of work shall include a minimum of three (3) regular intermittent nighttime security patrol visits and monitoring of the site from 8:00 PM to 6:00 AM, seven (7) days a week. Times may be adjusted depending on various circumstances. The security firm will be required to install up to ten (10) security patrol tracking devices throughout the property. These checkpoint locations will be determined with input from WRD. Nighttime security patrol visits by the security patrol officer shall include but are not limited to:
• Walk the site and conduct routine scanning of checkpoints and site premises using security patrol tracking devices (e.g. touch memory buttons, etc.).
• Observe and escort any unauthorized individuals from premises; calling the police when necessary.
• Check buildings for vandalism, graffiti, and other unusual conditions, which include observation of the site and exterior of the buildings (e.g. doors, windows, etc.).
• Notify WRD and report security, public safety, general site conditions (i.e. such as trash, litter, overgrown weeds, etc.) and damage problems, and report any unacceptable behavior or incidents at the site.
• Conduct recordkeeping, as described in Section 3.3 below. 3.3 Additional Tasks Required at Both Facilities The following tasks are required as part of the scope of work for the both the ARC site and Annex Facility. 3.3.1 Recordkeeping, Communications Protocol, and Website The Consultant shall be required to conduct recordkeeping and establish a communications program as summarized below:
• Complete, sign, and provide electronic written Daily Activity Reports (DAR) (using a form similar to Attachment A) and/or Incident Reports (using a form similar to Attachment B) describing all incidents and occurrences at the site at the end of each day’s shift. The report is to include photos of areas that require any corrective actions.
Page 24 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 105 of 301
RFP for Security Services for WRD Facilities 6 May 20, 2019 RFP-18-005
• Establish a secure website for WRD to access real-time patrol visits (i.e. checkpoint station logging) and store all DARs, Incident Reports, and other pertinent information such as photo documentation, etc.
• Establish a communications program to provide alerts and reports to WRD within 24 hours of any incidences that are observed and documented on site.
• Consultant shall prepare and submit via email DARs, Incident Reports, and any other pertinent information (if any) daily to the designated WRD contacts.
3.3.2 Project Management and Meetings Consultant shall assign manpower, delegate responsibilities, review work progress, and otherwise direct the progress of the work so as to ensure satisfactory completion of work, on schedule and within budget. Consultant shall prepare and submit invoices and all other applicable project documentation to the District for review and approval. Project Management Each month, the Consultant shall submit a progress invoice for the work accomplished during the reporting period. The report shall describe in detail the progress made during the previous month and the hours spent. The approved total budget, along with the budget for any task, shall not be exceeded unless previously authorized in writing by WRD. The monthly invoice shall be in a format approved by the District. At a minimum, each invoice shall contain the purchase order or contract number and a table summarizing the location and description of the service (i.e. type of security service, such as patrol tour), name of the security officer(s), dates and times of the security service/patrol tour (if applicable), work hours, hourly rate, and subtotal and total amounts. Failure to satisfy these invoicing requirements may result in rejection or short pay of the invoices submitted to WRD for payment. Meetings Consultant shall attend a Kickoff/Site Walk Meeting with WRD to discuss specific project requirements and schedule additional meetings with WRD, if necessary, to address any concerns or improvements regarding security services. 4.0 DESIRED QUALIFICATIONS WRD will evaluate all responsive proposals based on the qualifications listed below.
a. Must have adequate staff of trained security guard professionals to meet the required scope of services.
b. Must have all applicable licenses and certificates required in the State of California.
Page 25 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 106 of 301
RFP for Security Services for WRD Facilities 7 May 20, 2019 RFP-18-005
5.0 PROPOSAL CONTENTS To provide a degree of consistency in review of the written proposals, firms are requested to include the following content in their proposals. The information requested below will be used to evaluate each proposal based on the evaluation criteria outlined in this RFP. Proposals may be deemed nonresponsive if they do not respond to all areas specified below. Proposals shall be prepared simply and economically, providing a straightforward and concise description of how the proposal has satisfied all the requirements of this RFP. Emphasis shall be on completeness and clarity of content with sufficient detail to allow for accurate evaluation and comparative analysis. Excessive or irrelevant materials will not be favorably received. The following subsections describe the contents required in the proposal. The proposal shall be of such scope and depth to sufficiently describe and demonstrate the Proposer’s understanding of and approach to the projects. 5.1 Title Page Proposer should identify the RFP title, name and title of the firm’s contact person, address, telephone number, fax number, email address, and date of proposal submission. 5.2 Cover Letter A principal of the firm authorized to commit the firm to the requirements of the RFP must sign the cover letter. The letter shall discuss the Proposer’s commitment to providing high quality services as described in the RFP. Additionally, the letter shall briefly describe the firm’s understanding and approach to the services. The letter should identify a contact person (name, e-mail address, and phone number) for future communication during the selection process. 5.3 Table of Contents The table of contents should include a clear and complete identification by section and page number of the submitted materials. 5.4 Company Background Provide a brief background of the firm including history, types of services provided, organization structure, number of employees, annual revenues, number of offices and locations with staff size and disciplines, and any other relevant information that may be useful in determining the firm’s qualifications to provide the services described in this RFP.
5.5 Project Overview and Approach Present a narrative overview of the Proposer’s understanding of the RFP requirements and the overall approach and technical plan for accomplishing the work assignments. The proposal may also include the following:
Page 26 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 107 of 301
RFP for Security Services for WRD Facilities 8 May 20, 2019 RFP-18-005
• Ability to successfully complete work assignments within the District’s required time frame and, as necessary, on short notice,
• Describe the Proposer’s project management approach and communications protocol,
• Describe the Proposer’s approach to quality assurance and control, as well as any performance guarantees.
5.6 Additional Services Include any comments, suggestions, or additions the Proposer may have regarding the scope of work or any other aspects of the work that the Proposer feels would be helpful to WRD in selecting a firm for the services described in the RFP. Identify the potential impact(s) or benefit(s) that these recommendations would have if accepted by WRD. Tasks above the minimum to complete the work described herein shall be clearly identified as “optional” in the proposal. 5.7 Experience and Record of Past Performance Describe Proposer’s experience in completing similar assignments, preferably using the same project team personnel proposed for the services described in this RFP. Using the form provided as Attachment C, attached at the end of this RFP, list at least four (4) security service projects and a minimum of four (4) client references from similar projects successfully completed within the last ten (10) years of similar nature that demonstrate the firm’s and its subconsultants’ (if needed) competence to perform the work described in this RFP. Ongoing projects currently being performed by the Proposer also may be submitted for consideration. For each of the reference projects listed, provide the following information:
1. Name and location of project; 2. Name and address of project owner/sponsor; 3. Name and current phone number and e-mail address of owner's representative intimately
familiar with the project, to contact for reference. Verify the reference person that can be contacted at the phone number provided;
4. A description of type and extent of services provided for the project; 5. Project budget (both projected and "as completed"); 6. Project status (either “in progress” or "completed"). Include dates of project initiation,
completion date, or anticipated project completion date; 7. Applicability and relevance of the referenced project to the services described in this
RFP.
The District at its discretion may contact other firms or agencies for additional information. Failure to provide accurate contact information, adequate information or project reference summaries may be cause for rejection of the proposal as being nonresponsive.
Page 27 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 108 of 301
RFP for Security Services for WRD Facilities 9 May 20, 2019 RFP-18-005
5.8 Project Team and Qualifications Provide a list of all members of the project team (including the Project Manager and security personnel). The identified Project Manager will be WRD’s main point of contact for all assigned tasks for the duration of the Contract. The proposal shall include the Project Manager’s contact information, including phone and e-mail address. For the security personnel, describe their relevant experience, role on the project, years with the company, applicable licenses and certifications (issue and expiration dates), and other required qualifications discussed in this RFP. Once a Contract has been executed, the Consultant must request approval of the District in advance of any new personnel being assigned to the project, especially at the ARC site where the security guard must be trained and familiar with water treatment plant operations and other recurring site activities. The District reserves the right to reject or remove personnel performing services at any time for the duration of the Contract. 5.9 Conflict of Interest Provide a statement that the Proposer, individuals employed by the Proposer, or firms employed by or associated with the Proposer, including subconsultants/subcontractors, do not have a conflict of interest with the Project. The Proposer shall exercise reasonable efforts to prevent any actions or conditions that could result in a conflict of interest and shall include, but is not limited to, establishing precautions to prevent its employees or agents from making, receiving, providing in, or offering gifts, entertainment, payments, loans, or other considerations which could be deemed to appear to influence individuals to act contrary to the best interest of the District. If a potential conflict of interest is identified in any form, the Proposer shall inform the District immediately. Proposers are subject to disqualification on the basis of a conflict of interest as determined by WRD. 5.10 Other Information The proposal shall include:
• A statement that the Proposer will meet the insurance requirements per Section 12 of the District’s standard General Services Agreement, which is attached to this RFP as Attachment D.
• A statement or description regarding any litigation to which the firm is a party, any bankruptcy settlements, or unpaid judgments against the firm or its principals.
• A statement as to whether the firm has defaulted on previous professional contracts.
5.11 WRD Standard Contract The selected Consultant shall be expected to execute a Contract using the District’s standard General Services Agreement, which is provided as Attachment D, attached at the end of this RFP. Proposers shall provide a statement in their proposals clearly stating acceptance of all the
Page 28 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 109 of 301
RFP for Security Services for WRD Facilities 10 May 20, 2019 RFP-18-005
terms and conditions specified in the standard General Services Agreement (i.e. no exceptions can be made to WRD’s standard General Services Agreement).
5.12 Project Costs and Labor Hours The proposal shall include the following information:
• A fee schedule, such as hourly rates for all security services, rate per patrol site visit, and/or daily rates (describe the services included).
• The labor hours and fees for the proposed optional tasks, if any, shall be presented in a separate table to differentiate from the baseline Scope of Services.
• Fully loaded hourly billing rates – All direct, capital, and reimbursable expenses, including but not limited to travel and transportation costs, meals, lodging, office equipment and supplies, administrative and communications fees, etc., must be built into the hourly rates. Therefore, the District shall not pay Consultant nor its subconsultants/ subcontractors for any direct or reimbursable expenses incurred for implementation of the scope of services described herein.
It is expected that the indicated hourly rates will remain in effect for the duration of the Contract unless otherwise specified and approved by WRD. The rate sheet/fee schedule shall also include any other rates or fees, such as markups for subconsultants/subcontractors not identified as part of the project team, equipment markups, or other direct costs that may be incurred. The proposal shall also include a description of the anticipated method of billing for services performed, with provisions for monthly billing that will include itemized accounting of hours of personnel and hourly rates. 5.13 Monthly Billing The monthly invoice shall be in a similar format shown in Attachment E, attached at the end this RFP. At a minimum, each invoice shall contain the purchase order or contract number and shall be itemized by task. A subtotal cost for each task shall be included. Names of persons, their job titles, hourly billing rates, actual hours worked during the billing period, and subtotal labor costs must be summarized in a table. Attach to each invoice timesheet details of the individuals billing to the project, and all other documentation for other direct costs in the form of receipts or vendor invoices, with the applicable costs identified for items such as equipment costs. WRD will provide reporting requirements to Consultant, and Consultant shall prepare invoices that comply with the requirements. Failure to satisfy the reporting requirements may result in rejection or short pay of the invoices submitted to WRD for payment.
Page 29 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 110 of 301
RFP for Security Services for WRD Facilities 11 May 20, 2019 RFP-18-005
6.0 PROPOSAL SUBMISSION REQUIREMENTS
6.1 Proposal Format The proposal shall be limited to one PDF file with no more than 25 single-pages in length. This does not include the title page, table of contents, cover letter, appendices, dividers, or résumés. All files shall be bookmarked and in a text searchable PDF format (i.e., not scanned images) compatible with Adobe Acrobat Version 8.0 (at a minimum). All sections of the PDF file shall be bookmarked. 6.2 Proposal Signing The proposal shall be submitted electronically through the WRD Procurement Portal and all requested signatures must be included in the submission. Upon a determination by WRD of an intent to award, the Proposer shall submit to WRD in hard-copy form, its entire proposal submission which shall be wet-signed by an officer, or officers, authorized to execute legal documents on behalf of the Proposer. The submission and signing of the proposal shall indicate the intention of the Proposer to adhere to the provisions described in this RFP and certifies that the proposal was prepared independently and was submitted without any collusion designed to limit competition or bidding. WRD reserves the right to reject the hard-copy wet-signed proposal and not award this work if the wet-signed proposal is not identical to the electronically submitted proposal and/or other requirements in this RFP. 6.3 Proposal Submittal Procedures The exclusive process by which a potential proposer can respond to and be considered for this RFP is through the WRD Procurement Portal at https://wrd.bonfirehub.com/. No other form of response or submission to this RFP will be considered. It is the Proposer’s responsibility to ensure that proposals are received prior to the submittal deadline. Proposal packages should also include all signed Acknowledgment of Addendum forms that may be issued by WRD as part of this RFP process. The WRD will not be responsible for the proper identification and handling of any proposals submitted incorrectly. Late proposals, late modification, or late withdrawals will not be considered under any circumstances. Faxed or emailed proposals will not be accepted. There will be no formal opening of the received proposals. 6.4 Proposal Preparation Costs This solicitation does not commit the District to award any work nor to pay any costs incurred from the preparation of proposals. Firms responding to this RFP will be solely responsible for all costs and expenses incurred during the selection process.
Page 30 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 111 of 301
RFP for Security Services for WRD Facilities 12 May 20, 2019 RFP-18-005
6.5 Acknowledgement An Acceptance Letter (Attachment F, attached at the end this RFP) has been attached to this solicitation. This Acceptance Letter is to be completed and signed by the Proposer and shall be included with the Proposer’s submittal. 7.0 PRE-PROPOSAL MEETING A mandatory pre-proposal meeting and site walk-through is scheduled for Wednesday, June 5, 2019 at 10:30 AM PDT at the construction trailer at the Albert Robles Center located at 4320 San Gabriel River Parkway, Pico Rivera, CA, California 90660. A tour of the facility will take place following the pre-proposal meeting. During the tour, each proposer shall have the opportunity to become familiarized and acquainted with the conditions of the facility as they exist, and the character of the operation to be carried out. Since ARC is currently an active construction site, proposers must wear closed-toe shoes and long pants for the site walk; hard hats and safety vests will be provided to those that don’t bring their own. Prospective proposers are encouraged to attend and present questions regarding all requirements and provisions specified within the RFP and the selection process. Responses to questions will be formally documented and distributed. Meeting participants are required to sign in and provide a business card upon arrival at the meeting room. A copy of the sign-in sheet will be posted on the WRD Procurement Portal at https://wrd.bonfirehub.com/. Firms that do not attend the mandatory pre-proposal meeting will be disqualified from the selection process. Therefore, any proposals received from firms that did not attend the mandatory pre-proposal meeting will not be considered by WRD. 8.0 SELECTION PROCESS This solicitation is being conducted by WRD through a fair and open process in accordance with procurement policies established for water replenishment districts in the State of California, those policies established by WRD, and applicable State laws. All responsive proposals will be evaluated by a selection committee formed by the District. The proposal shall be of such scope and depth that it sufficiently describes and demonstrates the Proposer’s understanding, approach, and qualifications to successfully complete the scope of services described herein. Submittal of incomplete or vague responses to any section or subsection of this RFP may result in rejection of the proposal. Proposals will be evaluated, scored, and ranked based on the criteria specified in Section 9 of this RFP. Once the proposers are ranked, WRD will initiate negotiation with the top-rated proposer. If WRD is unable to reach an agreement with the top-rated proposer, negotiations will be formally terminated. WRD will then negotiate with the next highest-ranked proposer and so on until an agreement is reached. Once negotiations with a proposer are terminated, WRD will not renegotiate with that proposer.
Page 31 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 112 of 301
RFP for Security Services for WRD Facilities 13 May 20, 2019 RFP-18-005
The firm that is selected and recommended to the WRD Board of Directors for award of contract will be the one whose proposal is determined to be the most advantageous to the District in consideration of price and all other evaluation factors that are set forth in this RFP. No other factors or criteria not listed in this RFP shall be used in the evaluation. 9.0 EVALUATION CRITERIA Selection will be made on the basis of WRD’s evaluation as to which proposal best serves WRD’s interest. The proposal will be evaluated on the basis of the criteria listed in the table below and further described in the following subsections. Proposals also will be evaluated based on the clarity, completeness, and professional quality of the documents submitted, as well as conformance to the RFP instructions and responsiveness to the RFP requirements in a straightforward and concise manner.
Item No. Criteria for Proposal Evaluations Maximum Points
1 Project Team and Qualifications 25 2 Project Understanding and Approach 25 3 Performance on Similar or Related Projects 25 4 Billing Rates 15 5 Organizational and Support Services 10
TOTAL POINTS: 100 9.1 Project Team and Qualifications Project team’s technical and management competence to perform the work specified herein will be evaluated. Considerations include, but are not limited to the following:
• Professional qualifications of the project team.
• Ability to perform work on short notice and anticipated response times.
• Familiarity with the policies and procedures of the District, County, and other local agencies.
9.2 Project Understanding and Approach The following will be considered in the evaluation of proposals:
• Understanding of the nature of general services contracts and expected tasks to be performed.
Page 32 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 113 of 301
RFP for Security Services for WRD Facilities 14 May 20, 2019 RFP-18-005
• Work schedule and methodology to completing assigned tasks, specifically with regards to budget sensitivity, efficiency, adherence to District standards and applicable regulatory codes, and pertinence of the assigned tasks.
• Demonstration on how the Proposer will organize the execution of assigned projects, including the make-up of the team, the leadership of the team, the accountability of the Project Manager, and the lines of authority.
• A strong communications and customer service structure that includes clearly defined communications protocols (including how the Proposer’s staff will interact with the District’s team and site staff), and procedures for coordination throughout the assigned project.
• A solid quality assurance and control program that demonstrates a clear understanding of the need and process of ensuring WRD receives the highest quality services.
• Demonstration of a comprehensive recordkeeping program, which should not only be complete and accurate but also easily accessible to District staff.
• Overall clarity, creativity, and logic, and completeness of the approach. The proposal should demonstrate interest and insight to the specific details of WRD’s desired services.
• Other services or considerations not addressed in the RFP, but were deemed to be pertinent to the scope of services by the Proposer.
9.3 Performance on Similar or Related Projects WRD reserves the right to conduct an independent verification of the Proposer’s experience qualifications by contacting project references, accessing public information, or contacting independent parties. Prospective proposers shall respond and provide additional information that may be requested during the evaluation of proposals. Factors to be considered will include, but may not be limited to, experience with similar projects, project coordination, cost control, quality of work, technical capability, and adherence to project schedules and standards. 9.4 Billing Rates Hourly billing rates, including markup rates, and/or rates per patrol visits will be evaluated with respect to the anticipated overall value for services proposed. 9.5 Organizational and Support Resources The following will be considered in the evaluation of proposals:
• Capability under current workload to perform the work specified herein. Factors to be considered include, but may not be limited to, number of qualified staff allocated to assigned projects, availability of key personnel and support staff, knowledge of local conditions, and demonstrated ability to meet proposed project schedules.
• Anticipated response times after notification of work assignments by WRD, including additional support services that may be required during large public events at the site.
Page 33 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 114 of 301
RFP for Security Services for WRD Facilities 15 May 20, 2019 RFP-18-005
• Ability to respond quickly and properly to emergencies, vandalism, break-ins, etc.
10.0 GENERAL PROVISIONS The Proposer should specify if any of the requirements included in this section or any other section of the RFP pose a specific problem, and if so, identify the problem and its impact within the proposal. 10.1 Entire Agreement The services described in this RFP, the successful proposal (with any proposed optional tasks) approved by WRD and any written changes or amendments to the scope of services shall represent the entire Agreement between the parties and shall supersede all prior written or oral representations, discussions, and agreements. The Consultant awarded a contract to provide services described in this RFP shall be deemed bound to execute all requirements as listed and prescribed in this RFP, unless WRD modifies aspects of the scope of work or any conditions in the RFP in writing. Thus, the executed Contract will incorporate the terms and conditions specified in this RFP, as well as the final scope of work and fee schedule submitted by the Consultant as part of its proposal. 10.2 Contract Amendments Changes that affect the scope of work, period of performance or time schedule, and costs will be effected by written notices of amendment. No payments will be made for work performed outside the original scope of work unless prior written approval was granted by WRD. The Consultant may be required to provide additional services under a negotiated change order approved in writing by WRD. 10.3 Term of Contract Upon approval by the WRD Board of Directors, the District shall enter into a contract with a maximum term of three years with selected firm. 10.4 Ownership and Use of Documents Consultant will be required to treat WRD’s documents in confidence and shall indemnify WRD in case of alteration, loss, or damage thereto. Consultant shall not release to the general public, public agencies, or private businesses in any manner, any information, data, or documents developed pursuant to the performance of services specified herein or information provided by WRD without the expressed written consent of WRD. Any preliminary or working drafts, notes, and inter-agency or intra-agency memoranda that are not expected to be retained by the Consultant or WRD in the ordinary course of business shall be exempt from disclosure to any public entity under provisions of the Public Records Act.
Page 34 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 115 of 301
RFP for Security Services for WRD Facilities 16 May 20, 2019 RFP-18-005
10.5 Audit Rights, Business Records Access and Retention Consultant shall maintain all records related to this Contract and project. During the term of this Contract and for a period of five (5) years after its termination, WRD shall have access to and the right to examine any directly pertinent books, documents, records and any other documents of Consultant directly related to the Contract and project. 10.6 Termination WRD may terminate the project at any time at its sole discretion. Notice of termination will be provided in writing. Upon termination of the project, WRD shall make payment to the Consultant only for services properly provided up to the date of termination. 11.0 TERMS AND CONDITIONS
11.1 Proposal Rejection WRD reserves the right to accept or reject any or all proposals received in response to this RFP or cancel in whole or part the selection process if it is in the best interest of the District to do so. Alternatively, the District reserves the right to waive any minor defect or technicality in any proposal received. 11.2 Proposal Clarification and Requests for Additional Information All proposals shall be afforded fair and equal treatment with respect to any opportunity for clarification. WRD reserves the right to request clarification of information submitted and to request additional information from any or all proposers. The District may require any evidence it deems necessary, such as documentation regarding the Proposer’s financial stability, before any contract is awarded. In conducting discussions with proposers, there shall be no disclosure of information derived from proposals submitted by competing firms. 11.3 Proposal Validity Period Proposers may withdraw their proposals at any time prior to the due date and time by submitting a written notification of withdrawal signed by the firm’s authorized agent. Proposers who withdraw their proposals prior to the designated date and time may still submit another proposal if done in accordance within the proper time frame. A proposal cannot be changed or modified after the designed due date and time and shall constitute an irrevocable offer, for a period of ninety (90) days, to WRD for the services set forth in the proposal. 11.4 RFP Revisions and Addenda WRD reserves the right to issue a written Addendum or Addenda to provide further clarification or make revisions/corrections to the RFP. All Addenda will be issued via the Procurement Portal. If an Addendum is necessary within 72 hours of the proposal submittal deadline, the District, at its discretion, can extend the proposal submittal deadline.
Page 35 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 116 of 301
RFP for Security Services for WRD Facilities 17 May 20, 2019 RFP-18-005
Any Addendum issued must be acknowledged by the Proposer by signing and submitting the “Acknowledgment of Addendum” form that will be provided with each Addendum. All Acknowledgment of Addendum forms must be submitted to WRD as part of the proposal package that is submitted by the proposal due date. Failure to acknowledge any Addenda may result in the proposal being considered nonresponsive and subject to rejection. All Addenda and Acknowledgements shall be submitted via the WRD Procurement Portal. The Proposer shall be responsible for ensuring that its proposal reflects any and all addenda issued by the District prior to the submittal due date. Therefore, the District recommends that prospective proposers check the WRD Procurement Portal for this RFP prior to making their submission. 11.5 Confidentiality The content of proposals will be kept confidential until the award of contract by the WRD’s Board of Directors. All materials submitted in response to this RFP will become the property of the WRD and will become public record after award of contract to the successful Consultant. The WRD will not return any proposals to proposers. If a Proposer believes any portion of its proposal contains confidential or proprietary information, exempt from public disclosures under the California Public Records Act, the Proposer must label that information within its proposal as “CONFIDENTIAL”, “TRADE SECRET”, or “PROPRIETARY.” The above restrictions may not include cost or price information, which shall be open to the public upon award of contract. Notwithstanding the foregoing, the District will not be responsible or liable in any way for losses that the Proposer may incur from the disclosure of information or material to third parties. 12.0 LEGAL POLICIES
12.1 Compliance The Consultant shall abide by and obey all applicable federal, state, and local laws, rules, regulations, and ordinances. 12.2 Governing Laws and Requirements Performance of services herein shall be governed and construed in accordance with the laws of the State of California. The selected Consultant hereby agrees that in any action relative to the performance of said services, venue shall be in the County of Los Angeles, State of California. 12.3 Public Releases The Consultant agrees not to use or otherwise make public in any manner, either for profit or nonprofit, any of the information, data, procedures, systems, or documentation developed
Page 36 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 117 of 301
RFP for Security Services for WRD Facilities 18 May 20, 2019 RFP-18-005
pursuant to the performance of services specified herein without the expressed written permission of WRD. 12.4 Business License The Consultant will be required to show evidence of all valid and applicable business license(s), which must be in effect during the period of the performance of services specified herein. 12.5 WRD’s Property All deliverables submitted pursuant to the performance of services specified herein shall become the sole property of WRD and they may be used in any manner and for any purpose WRD deems in its best interest.
Page 37 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 118 of 301
RFP for Security Services for WRD Facilities Figures May 20, 2019 RFP-18-005
FIGURES
Page 38 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 119 of 301
RFP for Security Services for WRD Facilities Figure 1 May 20, 2019 RFP-18-005
FIGURE 1: Site Plan of the Albert Robles Center (ARC)
Page 39 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 120 of 301
RFP for Security Services for WRD Facilities Figure 2 May 20, 2019 RFP-18-005
FIGURE 2: Site Plan of the Field Operation and Storage Annex Facility
Page 40 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 121 of 301
RFP for Security Services for WRD Facilities Attachments May 20, 2019 RFP-18-005
ATTACHMENTS
Page 41 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 122 of 301
RFP for Security Services for WRD Facilities Attachment A May 20, 2019 RFP-18-005
Attachment A
Daily Activity Report (DAR)
Page 42 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 123 of 301
Page 43 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 124 of 301
RFP for Security Services for WRD Facilities Attachment B May 20, 2019 RFP-18-005
Attachment B
Incident Report
Page 44 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 125 of 301
Page 45 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 126 of 301
Page 46 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 127 of 301
RFP for Security Services for WRD Facilities Attachment C May 20, 2019 RFP-18-005
Attachment C
Key Personnel Participation in Example Projects
Page 47 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 128 of 301
RFP for Security Services for WRD Facilities Attachment C May 20, 2019 RFP-18-005
Page 48 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 129 of 301
ATTACHMENT CKEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
NAMES OF KEY PERSONNEL
ROLE IN THIS PROPOSAL (Describe roles under project key number for participation in example projects.)
1 2 3 4
EXAMPLE PROJECTS KEY
NO. DESCRIPTION OF EXAMPLE PROJECT
1
2
3
4
Page 49 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 130 of 301
RFP for Security Services for WRD Facilities Attachment D May 20, 2019 RFP-18-005
Attachment D
WRD Standard Agreement for General Services
Page 50 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 131 of 301
Water Replenishment District of 1 [insert contractor name] Southern California Professional Services Agreement
PROFESSIONAL SERVICES AGREEMENT [INSERT CONTRACTOR NAME]
This Professional Services Agreement (the “Agreement”) is made and entered into this __ day of ________, _____, by and between the Water Replenishment District of Southern California (“District”) and [Insert Contractor Name], (“Consultant”) (collectively the “Parties” or individually as “Party”) for the furnishing of certain software and professional services upon the following terms and conditions.
1. Scope of Services. Consultant shall perform the scope of services and provide the
products and software described in Exhibit A hereto (collectively, the “Services”). Tasks other than those specifically described in Exhibit A shall not be performed without a prior written amendment to this Agreement.
1.1 Standard of Care. In performing the scope of services under this Agreement, Consultant shall exercise the standard of care and expertise prevailing in California for the performance of such services.
2. Term. The term of this Agreement shall commence on Month, Day, Year and shall end on Month, Day, Year (the “Expiration Date”). At least sixty (60) days prior to the Expiration Date, District staff shall evaluate the quality of the Services that have been provided by the Consultant, the cost of such Services relative to the benefits, and the need for any continuation of the services. The results of such evaluation shall be provided to the appropriate District Committee, which committee shall provide a report to the District’s Board of Directors (“Board”). If the Board determines that there is a demonstrated need for the continuation of such Services, the Board may renew the Agreement on terms and conditions that do not provide for a significantly longer term, increased scope of services or increased fee schedule than is provided for in Paragraphs 1 or this Paragraph 2. If the Board desires to modify the Agreement to provide for such a significantly longer term, increased scope of services or increased fee schedule, the District shall comply with the provisions of its then current Administrative Code concerning the solicitation and approval of proposals for professional services.
2.1 Termination by District
2.1.1 Termination for Convenience. The District may terminate this Agreement for its convenience at any time upon five (5) days written notice to Consultant. Consultant’s compensation in the event of such a termination shall be exclusively limited to payment for all authorized services
Page 51 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 132 of 301
Water Replenishment District of 2 [insert contractor name] Southern California Professional Services Agreement
performed or provided and for all authorized expenses incurred up to the effective date of such termination. Consultant understands and agrees that it shall not be entitled to any additional compensation or reimbursement whatsoever in the event of such termination.
2.1.2 Consultant’s Obligations Upon Termination. Following any termination of this Agreement by the District or Consultant, the Consultant shall promptly return all District property, and shall likewise provide to District all finished and unfinished data, studies, maps, reports, and other deliverables and work-product prepared by Consultant pursuant to this Agreement.
3. Consultant’s Compensation. District will compensate Consultant for services performed and for expenses incurred pursuant to this Agreement as follows:
3.1 Fee. Consultant shall be paid in accordance with the fees and Consultant Rate Schedule attached to this Agreement as Exhibit B which may not be changed except with District’s written approval. A budgetary amount not to exceed $__________ (which amount applies to Consultant’s fees and expenses) is established for this Agreement. Notwithstanding any other provision of this Agreement, the District shall not be obligated to pay Consultant any amount in excess of said budgetary amount absent prior written approval from the District. Likewise, Consultant shall not be obligated to perform services or incur expenses in excess of the budgetary amount absent prior written approval from the District.
3.3 Invoices. Consultant shall submit monthly invoices to District for services performed and expenses incurred during the preceding month. Consultant’s invoices shall separately identify all personnel for whose services payment is sought, the services performed, and all expenses for which reimbursement is requested. As a condition precedent to payment, District may require Consultant to furnish supporting information and documentation for all charges for which payment is sought. District shall have the right to withhold from payments to Consultant reasonably disputed amounts including, without limitation, amounts for services not performed in accordance with this Agreement and costs, expenses or damages incurred by District as a result of Consultant’s breach of this Agreement or Consultant’s negligence.
4. Consultant’s Obligation to Provide Notice of Changes. Consultant shall provide written
notice to the District no later than twenty (20) days after the occurrence of any event (including any direction by the District) which Consultant believes requires a change in its compensation or the time for performance of its obligations under this Agreement. Said notice shall describe the event and the basis for any change in compensation or time for performance requested by Consultant. The Parties shall thereafter meet and confer to determine whether such a change is appropriate. However, no such change to this Agreement may be made except by written amendment to this Agreement executed by the Parties. Consultant’s failure to provide the notice required under this Paragraph shall
Page 52 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 133 of 301
Water Replenishment District of 3 [insert contractor name] Southern California Professional Services Agreement
constitute a waiver of its right to seek a change in its compensation or the time for performance of its obligations under this Agreement.
5. License Grant; Ownership and Use of Documents.
5.1 Consultant hereby grants to the District a fully paid-up, non-exclusive, irrevocable, worldwide right and license to use the software expressly identified in Exhibit A, together with applicable documentation made available by Consultant relating to such software (collectively, the “Licensed Software”), throughout the term of this Agreement.
5.2 Excluding the Licensed Software, all other proprietary information developed by Consultant in connection with, or resulting from, this Agreement, including but not limited to inventions, discoveries, improvements, copyrights, patents, maps, reports, textual material or software programs, shall be the sole and exclusive property of the District. Consultant agrees that the compensation to be paid pursuant to this Agreement includes adequate and sufficient compensation for any proprietary information developed in connection with or resulting from this Agreement. Consultant further understands and agrees that full disclosure of all proprietary information developed in connection with, or resulting from, this Agreement shall be made to the District, and that Consultant shall do all things necessary and proper to perfect and maintain District’s ownership of such proprietary information. All documents, reports, surveys, renderings, photographs, data and other materials furnished by the District to Consultant shall remain the property of the District.
5.3 Consultant further represents, warrants, and covenants to the District that: (a) it has and throughout the license term will retain the unconditional and irrevocable right, power and authority to grant and perform the license hereunder; (b) neither its grant of the license, nor the Services or any other performance by or on behalf of Consultant under this Agreement does or will at any time require the consent, approval, or authorization of any third party, or require the provision of any payment or other consideration to any third party; (c) when used by the District in accordance with this Agreement, no Licensed Software as delivered or installed by Consultant does or will infringe, misappropriate or otherwise violate any third-party intellectual property rights; and (d) there is no settled, pending or threatened litigation, claim or proceeding (including in the form of any offer to obtain a license) challenging Consultant’s ownership of, or right to use or license, any Licensed Software, or alleging any adverse right, title or interest with respect thereto.
6. Publication of Project Information. Consultant shall notify and obtain written approval from the District before presenting verbal or written information to outside individuals or entities about the services or project for which Consultant was retained.
Page 53 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 134 of 301
Water Replenishment District of 4 [insert contractor name] Southern California Professional Services Agreement
7. Patents and Copyrights. The Consultant shall assume all costs arising from the use of patented or copyrighted materials, including but not limited to, equipment, devices, processes, and software programs used or incorporated in the work performed or the products or software provided under this Agreement. Consultant shall defend, indemnify, and hold the District, its officers, directors agents, employees, representatives and assigns harmless from any and all claims, demands, suits at law, and actions of every nature for or on account of the use of any patented or copyrighted materials.
8. Consultant’s Status. Consultant is an independent contractor and neither Consultant nor any employee of Consultant is or will be treated as an employee of the District under this Agreement. District controls the result to be accomplished under this Agreement, but not the means by which Consultant achieves such results.
8.1 Payments made to Consultant pursuant to this Agreement shall be the sole and complete compensation to which Consultant is entitled. Consultant is solely responsible for any taxes levied by local, state or federal authorities on such sums. Consultant shall defend and indemnify the District for any taxes, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to properly withhold taxes as a result of any determination that Consultant, or any of Consultant’s employees, is an employee rather than an independent contractor of District.
8.2 District will not make any contribution to any retirement plan or Social Security on behalf of Consultant or any of Consultant’s employees. Consultant shall defend and indemnify the District for any contribution, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to contribute to any retirement plan or Social Security as a result of any determination that Consultant, or any of Consultant’s employees, is an employee rather than an independent contractor of District.
8.3 District will not make any payments to Consultant, or Consultant’s employees, which rely upon employee status, including, but not limited to, FLSA and other overtime and minimum wage requirements, prevailing wage laws, worker’s compensation benefits, FMLA, CFRA, Paid Leave, and unemployment benefits. Consultant shall defend and indemnify the District for any payment, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to make any such payment or otherwise provide the benefits of such laws as a result of any determination that Consultant, or any of Consultant’s employees, is an employee rather than an independent contractor of District.
8.4 Consultant shall comply with the Political Reform Act of 1974, as amended including, but not limited to, disclosure of all conflicts of interest and other financial disclosure requirements required thereunder.
Page 54 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 135 of 301
Water Replenishment District of 5 [insert contractor name] Southern California Professional Services Agreement
9. Instructions to Consultant. In the performance of the services set forth in this Agreement, Consultant shall report to and receive instructions from the following persons on behalf of the District: ____________________________.
10. Subconsultant Services. Any subconsultants to be used by Consultant in the performance of the scope of services shall be identified in Exhibit A hereto. Consultant shall obtain the District’s prior written approval before retaining a subconsultant to perform any portion of the scope of services of this Agreement. Notwithstanding Consultant’s use of any subconsultants, Consultant shall be responsible to the District for the performance of its subconsultants as it would be if Consultant had performed those services itself. Nothing in this Agreement shall be deemed or construed to create a contractual relationship between the District and any subconsultant employed by Consultant. Consultant shall be solely responsible for payments to any subconsultants. Consultant shall defend and indemnify the District for any payment, fines or penalties assessed or threatened to be assessed against District as a result of any claim brought by any subconsultant of Consultant for any matter arising from, or related to, the services performed by subconsultant under this Agreement.
11. Compliance With Laws and Regulations; Licensing. Consultant shall perform its services under this Agreement in compliance with all applicable provisions of Federal, State and local laws, statutes, codes, rules, regulations, ordinances and professional standards (“Applicable Laws”). By entering into this Agreement, Consultant represents and warrants that it possesses and will keep current all license and registrations required by Applicable Laws to enter into this Agreement and to perform the scope of services hereunder.
12. Insurance. Consultant, at its sole cost and expense, shall obtain, keep in force, and maintain the following policies of insurance at all times while this Agreement is in effect, and shall not commence any work under this Agreement until proof of such insurance has been provided to the District. The coverages provided by such insurance shall not be construed as limitations of liability.
12.1 Required Policies.
12.1.1 Commercial General Liability Insurance (contractual, products, and completed operations coverages included) with a combined single limit of no less than $1,000,000 and a general aggregate limit of no less than $1,000,000.
12.1.2 Business or Comprehensive Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles, with a combined single limit of no less than $1,000,000 per accident.
12.1.3 Professional Liability Insurance with limits of $1,000,000 per claim and $1,000,000 in the aggregate.
Page 55 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 136 of 301
Water Replenishment District of 6 [insert contractor name] Southern California Professional Services Agreement
12.1.4 Employers’ Liability Insurance with limits of $1,000,000 per claim and $1,000,000 in the aggregate.
12.1.5 Workers’ Compensation Insurance as required under the Workers’ Compensation Insurance and Safety Act of the State of California.
12.2 Required Terms.
12.2.1 All polices except workers’ compensation and professional liability, shall name as additional insured the Water Replenishment District of Southern California, its directors, officers, employees, agents and representatives.
12.2.2 All policies shall be written on an occurrence basis. If a policy may only be obtained on a claims made basis, the policy shall be maintained continuously for a period of no less than three (3) years after the date of final completion of the scope of services under this Agreement.
12.2.3 All policies shall provide that coverage cannot be cancelled without twenty (20) days prior written notice to the District.
12.2.4 All insurance required under this Agreement shall be considered primary to any insurance maintained by the District. All policies except Professional Liability shall include waivers of subrogation in favor of the District and its insurers.
12.2.5 All polices required under this Agreement shall be issued by companies authorized to transact insurance business in the State of California acceptable to the District and having a Best rating of A- or better.
13. Indemnification. Consultant shall indemnify, defend and hold harmless the District and its directors, officers, employees, agents and representatives (collectively “District”), from and against any and all claims, liabilities, costs, damages, suits, proceedings, injuries (including injuries to real and personal property, and injuries to persons, including death) incurred by District (“Losses”), as a result of Consultant’s breach of any provision of this Agreement, any third-party infringement or misappropriation claims arising out of or related to the District’s use of any software, products, or services provided by Consultant (including, without limitation, the Licensed Software), Consultant’s failure to comply with applicable laws, Consultant’s negligent acts or omissions, or Consultant’s willful misconduct. However, Consultant’s obligation to defend shall arise regardless of any claim or assertion that the District caused or contributed to the Losses. Nothing in this paragraph shall constitute a waiver or limitation of any legal rights which the District may have including, without limitation, the right to implied indemnity.
14. Arbitration and Attorneys’ Fees. Any dispute arising from or relating to this Agreement shall be submitted to final and binding arbitration before an arbitrator who is a member of
Page 56 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 137 of 301
Water Replenishment District of 7 [insert contractor name] Southern California Professional Services Agreement
the National Academy of Arbitrators. The parties will obtain a list of five names of potential arbitrators from the National Academy of Arbitrators, or the American Arbitration Association, and will take turns striking the names of arbitrators until one arbitrator remains, who shall preside over the arbitration. The arbitrator will have no power to rewrite any of the terms of this Agreement. The parties shall split the cost of the arbitrator’s fee and any court reporter required by the arbitrator or if both parties agree to having the proceedings taken down by a court reporter. The prevailing Party in any action arising from or relating to this Agreement shall be entitled to recover its reasonable attorney’s fees, expert witness fees and arbitration fees and costs in addition to any other relief and recovery ordered by the arbitrator or other tribunal hearing any matter related to this Agreement.
15. Conflict of Interest. No official of the District who is authorized in such capacity and on behalf of the District to negotiate, make, accept or approve, or to take part in negotiating, making, accepting or approving this Agreement, or any contract or subcontract relating to work to be performed pursuant to this Agreement, shall become directly or indirectly personally interested in this Agreement or in any part thereof. Consultant shall not accept employment or contract during the term of this Agreement with any firm or individual for the provision of services if such employment or contract would conflict directly with the Services provided to the District under this Agreement.
16. Equal Opportunity. During the performance of this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, marital status or national origin.
17. Successors and Assigns. This Agreement shall inure to the benefit of, and be binding upon, the District, Consultant, and their respective successors and assigns provided, however, that no assignment of the duties or benefits under this Agreement shall be made without the written consent of the Consultant and the District.
18. Choice of Law and Venue. This Agreement shall be governed by and interpreted in accordance with the laws of the State of California. The Parties agree that the exclusive venue for any action or proceeding arising from or relating to this Agreement shall be in the County of Los Angeles, State of California.
19. Notices. All notices provided by this agreement shall be in writing and shall be sent by first-class mail and facsimile transmission as follows:
If to the District:
Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 Phone: (562) 921-5521 Fax: (562) 921-6101
Page 57 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 138 of 301
Water Replenishment District of 8 [insert contractor name] Southern California Professional Services Agreement
If to the Consultant: Contact Name Address Address City, State ZIP Phone: Email: Fax:
20. Amendments. This Agreement may be amended or modified only by a writing signed by
the Parties hereto.
21. Integration; Construction. This Agreement sets forth the final, complete and exclusive expression of the Parties’ agreement with respect to the subject matter hereof, and supersedes any and all other agreements, representations, and promises, whether made orally or in writing. Notwithstanding anything in Exhibit A to the contrary (or any invoice or other unilateral terms or conditions provided by Consultant), in the event of any conflict or inconsistency between this Agreement and Exhibit A (or any invoice or other unilateral terms or conditions provided by Consultant), this Agreement shall control. The Parties represent and warrant that they are not entering into this Agreement based upon any representation or understanding that is not expressly set forth in this Agreement. This Agreement shall be construed as the product of a joint effort between the Parties and shall not be construed against either Party as its drafter.
22. Effective Date. This Agreement is effective as of the date first set forth above.
23. Authority. Each person signing this Agreement represents that he or she has the authority to do so on behalf of the Party for whom he or she is signing.
Page 58 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 139 of 301
Water Replenishment District of 9 [insert contractor name] Southern California Professional Services Agreement
IN WITNESS WHEREOF, the Parties have caused this AGREEMENT to be executed the day and year first above written.
WATER REPLENISHMENT DISTRICT OF SOUTHERN CALIFORNIA
Signature Signature
John D. S. Allen Willard H. Murray, Jr. Print Name Print Name President, Board of Directors Secretary, Board of Directors Title Title
[INSERT CONTRACTOR NAME], ("CONTRACTOR")
Signature Print Name Title
Approved As To Form LEAL, TREJO APC Leal Trejo APC Attorneys for the Water Replenishment District of Southern California
Page 59 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 140 of 301
Water Replenishment District of Exhibit A Professional Services Contract Southern California Scope of Work 364170.3
EXHIBIT A SCOPE OF WORK
[Insert detailed description of scope of work.]
Page 60 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 141 of 301
Water Replenishment District of Exhibit B Professional Services Contract Southern California Consultant Rate Schedule 364170.3
EXHIBIT B CONSULTANT RATE SCHEDULE
Attach provided Rate Schedule Here.
If Rate Schedule/Budget is not included in proposal, complete the following:
1.0 Consultant shall be compensated for actual services performed in accordance with this Agreement [insert appropriate language: at the hourly rates, monthly sum or the lump sum amount.]
2.0 A budgetary amount of $____________ (which amount applies to Consultant’s fee and reimbursable expenses) is established for this Agreement. Notwithstanding any other provision of this Agreement, the District shall not be obligated to pay Consultant any amount in excess of said budgetary amount absent prior written approval from the District. Likewise, Consultant shall not be obligated to perform services or incur expenses in excess of the budgetary amount absent prior written approval from the District.
[Insert additional terms as needed after consultation with counsel.]
Page 61 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 142 of 301
Water Replenishment District of Exhibit C Professional Services Contract Southern California Evidence and Required Forms of Insurance Rev: 01/18/19 364170.3
EXHIBIT C EVIDENCE AND REQUIRED FORMS OF INSURANCE
Checklist for Additional Insured Endorsement Contractor Name Project Name:
Refer to the Additional Insured Endorsements forms E1-8 following:
Endorsement(s)
Additional Insured (AI) Status – GENERAL LIABILITY - Member Water District, its directors, officers, employees, or authorized volunteers are named as additional insureds - as broad as following forms: o Form CG 20 10 11 85 (E1) or
o BOTH CG 20 10 (E2) and CG 20 37 (E3) if forms with later edition dates provided (usually 10 01 or 07 04 editions). Also acceptable CG 20 10 04 13 (or older editions E2) specifically naming the District parties or using language that states "as required by contract")
o “Blanket” Endorsement - (no specific policy number) (E4) covering one or more of the above endorsements required with words "as required by written contract/agreement".
o If large number of Subcontractors - Additional Insured endorsement CG 20 38 04 13 recommended. (E5)
o Policy numbers - matches policy number shown on Certificate of Insurance. (see Optional Dec. Page/Endorsement pages below)
o Primary Coverage – The primary/non-contributory language is included. “The insurance provided by this policy shall be primary as respects any claims related to the ____________ Project. Any insurance, self-insurance, or other coverage maintained by the district, its directors, officers, employees, or volunteers shall not contribute to it.” e.g. Form CG 20 01 (E6)
Auto liability (Optional (E7)) AI - most standard forms have automatic AI but some carriers provide endorsement
Waiver of Subrogation (Workers Compensation and Property (Course of Construction, if required in contract) (E8)
Optional - For extra confidence in verifying coverage require Declaration Page and Endorsement Schedule pages - compare the endorsement numbers. Look out for Amendment of contractual liability and or prior works exclusions - refer to Legal Counsel.
Page 62 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 143 of 301
RFP for Security Services for WRD Facilities Attachment E May 20, 2019 RFP-18-005
Attachment E
Monthly Invoice (Sample)
Page 63 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 144 of 301
MONTHLY INVOICE
[Consultant Company Name/Company Logo] [Consultant Company Address] To: [WRD Project Manager] Water Replenishment District 4040 Paramount Blvd. Lakewood, CA 90712
INVOICE
[Invoice Date] [Invoice Number] [Invoice Amount]
[Invoice Period] [WRD Project Number]
[PO Number]
INVOICE SUMMARY
Description
Task XX Staff Name - Position Title
[Subconsultants]
Task XX Subtotal
Hours
Rate
Amount
BILLING SUMMARY - Cumulative Total
Billing Task Order Total
Current Billing
Previous Billing
Total to Date
Balance Remaining
% Complete
Task XX Task XX
Total All Tasks
Total Contract Amount
Amendment XX Revised Contract
Amount
TOTAL THIS INVOICE: [Enter Total Invoice Amount]
Page 64 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 145 of 301
RFP for Security Services for WRD Facilities Attachment F May 20, 2019 RFP-18-005
Attachment F
Acceptance Letter
Page 65 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 146 of 301
RFP for Security Services for WRD Facilities Attachment F May 20, 2019 RFP-18-005
ACCEPTANCE LETTER
Company Name: ___________________________ Address: ___________________________ ___________________________ Telephone: ___________________________ Fax: ___________________________ Subject: Solicitation for ______________________ By my signature below, I, on behalf of the Company named above, acknowledge that I have read and understand the subject solicitation and all its attachments. I further acknowledge that, by submission of a submittal, proposal, quotation, or bid in response to the subject solicitation, the Company named above accepts all the terms and conditions, and meets the minimum requirements set forth in the subject solicitation and its attachments, including, but not limited to, the Sample Agreement or the Purchase Order Standard Terms and Conditions. ACCEPTED: ___________________________________________ Signature ___________________________________________ Name (please print) ___________________________________________ Title ___________________________________________ Date
Page 66 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 147 of 301
June 14, 2019 Page 1 of 3 Addendum No. 1 RFP-18-005
Request for Proposal (RFP) For Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP-18-005
ADDENDUM NO.1 Date of Addendum: June 14, 2019
+ Please read this Addendum very carefully and make changes in your proposal as appropriate. Additionally, all prospective respondents are asked to execute and acknowledge receipt of this document by signing and dating the “ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1” form enclosed herein and include the executed form with your proposal. Failure to acknowledge receipt of all Addenda may result in rejection of your proposal. NOTICE TO ALL POTENTIAL RESPONDENTS The Request for Proposal (RFP) is modified as set forth in this Addendum. The original RFP Documents and any previously issued addenda remain in full force and effect, except as modified by this Addendum, which is hereby made part of the RFP. Respondent shall take this Addendum into consideration when preparing and submitting its Proposal.
PROPOSAL DEADLINE The new Proposal deadline is Thursday, June 27, 2019 at 2:00 pm PDT.
QUESTION SUBMITTAL DEADLINE The new question submittal deadline is Thursday, June 20, 2019 at 5:00 pm PDT.
1.0 – RFP 1 Notice to Proposers Please refer to the attached revised redlined RFP for the edits. 2 Table of Contents Please refer to the attached revised redlined RFP for the edits. 3 Section 2.1 – Albert
Robles Center (ARC) Please refer to the attached revised redlined RFP for the edits. Text was added to describe additional site details and a previous Risk and Vulnerability Assessment that was performed for the site.
4 Section 2.2 – Field Operations and Storage Annex Facility (Annex Facility)
Please refer to the attached revised redlined RFP for the edits.
5 Section 3.1 – Albert Robles Center (ARC)
Please refer to the attached revised redlined RFP for the edits. Text was added to describe additional services.
6 Section 3.2 – Field Please refer to the attached revised redlined RFP for the edits.
Page 67 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 148 of 301
June 14, 2019 Page 2 of 3 Addendum No. 1 RFP-18-005
Operations and Storage Annex Facility
7 Section 5.12 – Project Costs and Labor Hours
Please refer to the attached revised redlined RFP for the edits. Additional text was added regarding costs that must be included in the proposal.
8 Figures New Figures 3 through 8 were added, as shown in the attached revised redlined RFP.
9 Attachment G – Risk and Vulnerability Assessment Report
This is a new attachment that was added to the attached revised redlined RFP.
END OF ADDENDUM
Page 68 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 149 of 301
June 14, 2019 Page 3 of 3 Addendum No. 1 RFP-18-005
MANDATORY FORM
ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Request for Proposal (RFP) For Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP-18-005
June 14, 2019
Proposer shall acknowledge receipt of this addendum by detaching, signing and attaching to his/her proposal, one (1) copy of this sheet. I,
Name of Proposer, Company Name
Address, City, State, Zip Hereby acknowledge receipt of Addendum No. 1 to the Request for Proposal (RFP) for Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility and have considered these revisions in the preparation of my proposal. This addendum, consisting of this acknowledgement, shall become a part of any contract made pursuant thereto. Proposer’s Signature Printed Proposer’s Name Date
Page 69 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 150 of 301
REQUEST FOR PROPOSAL (RFP-18-005)
ADDENDUM NO. 1 – REDLINE REVISIONS
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
Issued: May 20, 2019
Mandatory Pre-Proposal Meeting: Wednesday, June 5, 2019 at 10:30 AM PDT Albert Robles Center (ARC) Construction Trailer 4320 San Gabriel River Parkway Pico Rivera, CA 90660
Questions Regarding this RFP Due: Thursday, June 13, 2019 at 5:00 PM PDTThursday, June 20, 2019 at 5:00 PM PDT
PROPOSAL DUE: Thursday, June 20, 2019 at 2:00 PM PDTThursday, June 27,
2019 at 2:00 PM PDT
Responses eligible for consideration to this RFP must be submitted to the WRD Procurement Portal located at https://wrd.bonfirehub.com/ and
addressed to the attention of: Melody Wu, Project Administrator
Water Replenishment District of Southern California 4040 Paramount Boulevard
Lakewood, CA 90712 Phone: (562) 921-5521
Page 70 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 151 of 301
RFP for Security Services for WRD Facilities i May 20, 2019 RFP-18-005
NOTICE TO PROPOSERS
Request for Proposal
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
PURPOSE: The Water Replenishment District of Southern California (WRD or District) is seeking proposals from qualified and experienced Firms (also referred to as “Consultant” or “Proposer” herein) to provide security services at WRD’s Albert Robles Center (ARC) located in Pico Rivera, California, and Field Operations and Storage Annex Facility located in Lakewood, California. This Request for Proposal (RFP) describes the required scope of work, the information that must be included in the proposal, and the proposal selection process. Proposers are encouraged to carefully review this RFP in its entirety prior to submitting their proposals. Failure to submit information in accordance with these requirements and procedures may be cause for disqualification. This RFP is available for downloading from the WRD Procurement Portal located at: https://wrd.bonfirehub.com/.
SOLICITATION SCHEDULE: Milestones for the RFP process are summarized in the table below. The District reserves the right to modify the schedule below at its discretion. Proper notification changes will be made to interested proposers.
RFP Issued by WRD May 20, 2019Mandatory Pre-Proposal Meeting Wednesday, June 5, 2019 at 10:30 AM PDTDeadline for Questions Regarding this RFP Thursday, June 13, 2019 at 5:00 PM
PDTThursday, June 20, 2019 at 5:00 PM PDTProposals Due Thursday, June 20, 2019 at 2:00 PM
PDTThursday, June 27, 2019 at 2:00 PM PDTWRD Board Awards Contract July 2019
PRE-PROPOSAL MEETING: A mandatory pre-proposal meeting will be held in the construction trailer at the Albert Robles Center (ARC) at 4320 San Gabriel River Parkway, Pico Rivera, CA, California 90660, on Wednesday, June 5, 2019 at 10:30 AM PDT. Firms interested in submitting proposals are encouraged to attend. A site walk of ARC will be conducted immediately after the meeting. Since ARC is currently an active construction site, please wear closed-toe shoes and long pants for the site walk; hard hats and safety vests will be provided to those that don’t bring their own. QUESTIONS REGARDNG THIS RFP: All questions regarding the technical aspects or general requirements/provisions of this Request for Proposal (RFP) must be submitted before the
Page 71 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 152 of 301
RFP for Security Services for WRD Facilities ii May 20, 2019 RFP-18-005
deadline due date under this Solicitation Number and Title (RFP for Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility) through the Opportunity Q&A section via the WRD Procurement Portal at https://wrd.bonfirehub.com/. For guidance on how to submit a question through https://wrd.bonfirehub.com/, please visit https://support.gobonfire.com/hc/en-us/articles/115015333227-How-do-I-contact-the-Project-Owner- Questions received from prospective respondents, and responses from WRD, will be formally documented through the Opportunity Q&A section table that will be issued and be posted on the WRD Procurement Portal at: https://wrd.bonfirehub.com/. The Q&A table will be updated regularly as questions are received from prospective respondents. DEADLINE FOR PROPOSALS: Pursuant to the requirements specified in this RFP and the WRD Procurement Portal, responses to this RFP must be submitted to WRD no later than Thursday, June 20, 2019 at 2:00 PM PDTThursday, June 27, 2019 at 2:00 PM PDT, or such later time that WRD may announce by addendum to proposers via the Procurement Portal at any time prior to the submittal deadline. Responses received after the deadline will not be considered under any circumstances. HARD-COPY PAPER, FAXED OR E-MAILED SUBMISSIONS WILL NOT BE ACCEPTED. Only responses properly submitted to WRD’s Procurement Portal will be considered. WRD reserves the right to reject any and/or all responses received.
Page 72 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 153 of 301
TABLE OF CONTENTS
Section Page
RFP for Security Services for WRD Facilities TOC-1 May 20, 2019 RFP-18-005
1.0 INTRODUCTION ................................................................................................................. 1 2.0 BACKGROUND ................................................................................................................... 1
2.1 Albert Robles Center (ARC) ......................................................................................... 1 2.2 Field Operations and Storage Annex Facility (Annex Facility) ................................... 4
3.0 SCOPE OF SERVICES ......................................................................................................... 4 3.1 Albert Robles Center (ARC) ......................................................................................... 4 3.2 Field Operations and Storage Annex Facility ............................................................... 7 3.3 Additional Tasks Required at Both Facilities ............................................................... 7
3.3.1 Recordkeeping, Communications Protocol, and Website ................................. 7 3.3.2 Project Management and Meetings ................................................................... 8
4.0 DESIRED QUALIFICATIONS ............................................................................................ 8 5.0 PROPOSAL CONTENTS ..................................................................................................... 8
5.1 Title Page ...................................................................................................................... 9 5.2 Cover Letter .................................................................................................................. 9 5.3 Table of Contents .......................................................................................................... 9 5.4 Company Background .................................................................................................. 9 5.5 Project Overview and Approach ................................................................................... 9 5.6 Additional Services ..................................................................................................... 10 5.7 Experience and Record of Past Performance .............................................................. 10 5.8 Project Team and Qualifications ................................................................................. 10 5.9 Conflict of Interest ...................................................................................................... 11 5.10 Other Information ....................................................................................................... 11 5.11 WRD Standard Contract ............................................................................................. 11 5.12 Project Costs and Labor Hours ................................................................................... 11 5.13 Monthly Billing ........................................................................................................... 13
6.0 PROPOSAL SUBMISSION REQUIREMENTS ................................................................ 13 6.1 Proposal Format .......................................................................................................... 13 6.2 Proposal Signing ......................................................................................................... 13 6.3 Proposal Submittal Procedures ................................................................................... 13 6.4 Proposal Preparation Costs ......................................................................................... 14 6.5 Acknowledgement ...................................................................................................... 14
7.0 PRE-PROPOSAL MEETING ............................................................................................. 14 8.0 SELECTION PROCESS ..................................................................................................... 14 9.0 EVALUATION CRITERIA ................................................................................................ 15
9.1 Project Team and Qualifications ................................................................................. 15
Page 73 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 154 of 301
TABLE OF CONTENTS
Section Page
RFP for Security Services for WRD Facilities TOC-2 May 20, 2019 RFP-18-005
9.2 Project Understanding and Approach ......................................................................... 16 9.3 Performance on Similar or Related Projects ............................................................... 16 9.4 Billing Rates................................................................................................................ 16 9.5 Organizational and Support Resources ....................................................................... 17
10.0 GENERAL PROVISIONS .................................................................................................. 17 10.1 Entire Agreement ........................................................................................................ 17 10.2 Contract Amendments ................................................................................................ 17 10.3 Term of Contract ......................................................................................................... 17 10.4 Ownership and Use of Documents ............................................................................. 18 10.5 Audit Rights, Business Records Access and Retention .............................................. 18 10.6 Termination ................................................................................................................. 18
11.0 TERMS AND CONDITIONS ............................................................................................. 18 11.1 Proposal Rejection ...................................................................................................... 18 11.2 Proposal Clarification and Requests for Additional Information ............................... 18 11.3 Proposal Validity Period ............................................................................................. 19 11.4 RFP Revisions and Addenda ...................................................................................... 19 11.5 Confidentiality ............................................................................................................ 19
12.0 LEGAL POLICIES .............................................................................................................. 20 12.1 Compliance ................................................................................................................. 20 12.2 Governing Laws and Requirements ............................................................................ 20 12.3 Public Releases ........................................................................................................... 20 12.4 Business License ......................................................................................................... 20 12.5 WRD’s Property.......................................................................................................... 20
1.0 INTRODUCTION ................................................................................................................. 1 2.0 BACKGROUND ................................................................................................................... 1
2.1 Albert Robles Center (ARC) ......................................................................................... 1 2.2 Field Operations and Storage Annex Facility (Annex Facility) ................................... 2
3.0 SCOPE OF SERVICES ......................................................................................................... 2 3.1 Albert Robles Center (ARC) ......................................................................................... 3 3.2 Field Operations and Storage Annex Facility (Optional Task) .................................... 5 3.3 Additional Tasks Required at Both Facilities ............................................................... 5
3.3.1 Recordkeeping, Communications Protocol, and Website ................................. 5 3.3.2 Project Management and Meetings ................................................................... 6
4.0 DESIRED QUALIFICATIONS ............................................................................................ 6 5.0 PROPOSAL CONTENTS ..................................................................................................... 7
Page 74 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 155 of 301
TABLE OF CONTENTS
Section Page
RFP for Security Services for WRD Facilities TOC-3 May 20, 2019 RFP-18-005
5.1 Title Page ...................................................................................................................... 7 5.2 Cover Letter .................................................................................................................. 7 5.3 Table of Contents .......................................................................................................... 7 5.4 Company Background .................................................................................................. 7 5.5 Project Overview and Approach ................................................................................... 7 5.6 Additional Services ....................................................................................................... 8 5.7 Experience and Record of Past Performance ................................................................ 8 5.8 Project Team and Qualifications ................................................................................... 9 5.9 Conflict of Interest ........................................................................................................ 9 5.10 Other Information ......................................................................................................... 9 5.11 WRD Standard Contract ............................................................................................... 9 5.12 Project Costs and Labor Hours ................................................................................... 10 5.13 Monthly Billing ........................................................................................................... 10
6.0 PROPOSAL SUBMISSION REQUIREMENTS ............................................................... 11 6.1 Proposal Format .......................................................................................................... 11 6.2 Proposal Signing ......................................................................................................... 11 6.3 Proposal Submittal Procedures ................................................................................... 11 6.4 Proposal Preparation Costs ......................................................................................... 11 6.5 Acknowledgement ...................................................................................................... 12
7.0 PRE-PROPOSAL MEETING ............................................................................................. 12 8.0 SELECTION PROCESS ..................................................................................................... 12 9.0 EVALUATION CRITERIA ................................................................................................ 13
9.1 Project Team and Qualifications ................................................................................. 13 9.2 Project Understanding and Approach ......................................................................... 13 9.3 Performance on Similar or Related Projects ............................................................... 14 9.4 Billing Rates................................................................................................................ 14 9.5 Organizational and Support Resources ....................................................................... 14
10.0 GENERAL PROVISIONS .................................................................................................. 15 10.1 Entire Agreement ........................................................................................................ 15 10.2 Contract Amendments ................................................................................................ 15 10.3 Term of Contract ......................................................................................................... 15 10.4 Ownership and Use of Documents ............................................................................. 15 10.5 Audit Rights, Business Records Access and Retention .............................................. 16 10.6 Termination ................................................................................................................. 16
11.0 TERMS AND CONDITIONS ............................................................................................. 16
Page 75 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 156 of 301
TABLE OF CONTENTS
Section Page
RFP for Security Services for WRD Facilities TOC-4 May 20, 2019 RFP-18-005
11.1 Proposal Rejection ...................................................................................................... 16 11.2 Proposal Clarification and Requests for Additional Information ............................... 16 11.3 Proposal Validity Period ............................................................................................. 16 11.4 RFP Revisions and Addenda ...................................................................................... 16 11.5 Confidentiality ............................................................................................................ 17
12.0 LEGAL POLICIES .............................................................................................................. 17 12.1 Compliance ................................................................................................................. 17 12.2 Governing Laws and Requirements ............................................................................ 17 12.3 Public Releases ........................................................................................................... 17 12.4 Business License ......................................................................................................... 18 12.5 WRD’s Property.......................................................................................................... 18
Page 76 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 157 of 301
TABLE OF CONTENTS
RFP for Security Services for WRD Facilities TOC-5 May 20, 2019 RFP-18-005
LIST OF FIGURES Figure 1 – Site Plan of the Albert Robles Center (ARC) Figure 2 – Site Plan of the Field Operation and Storage Annex Facility (Annex Facility) Figure 3 – Site Plan of ARC ALC 1st Floor Figure 4 – Site Plan of ARC ALC 2nd Floor Figure 5 – Site Plan of ARC ALC Rooftop Garden Figure 6 – Site Plan of ARC Process Building 1st Floor Figure 7 – Site Plan of ARC Process Building 2nd Floor Figure 8 – ARC Security Camera Locations LIST OF ATTACHMENTS Attachment A – Example Daily Activity Report (DAR) Attachment B – Example Incident Report Attachment C – Form for Key Personnel Participation on the Project Attachment D – WRD Standard Agreement for General Services Attachment E – Monthly Invoice (Sample) Attachment F – Acceptance Letter Attachment G – Risk and Vulnerability Assessment Summary Report
Page 77 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 158 of 301
RFP for Security Services for WRD Facilities 1 May 20, 2019 RFP-18-005
REQUEST FOR PROPOSAL for
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
1.0 INTRODUCTION The Water Replenishment District of Southern California (WRD or District) is a State Special District that was established in 1959 under the California Water Code (Division 18, §60000 through §60622) to manage the groundwater resources within the Central Basin and West Coast Basin in southern Los Angeles County. WRD’s mission is to provide, protect, and preserve high-quality groundwater through innovative, cost-effective and environmentally sensitive basin management practices for the benefit of residents and businesses of these groundwater basins. The aquifers in the Central Basin and West Coast Basin provide for about 40 percent of the total water needs for the people and businesses in the 43 cities covering WRD’s 420-square mile service area. To accomplish its mission, WRD conducts managed aquifer recharge using imported water, recycled water, and stormwater, prevents seawater intrusion through injection of imported water and recycled water into coastal barrier wells, protects and preserves groundwater quality through monitoring, testing, data analysis, and treatment, and ensures a future supply of reliable groundwater through planning, conjunctive use, and development of new projects. More information regarding the WRD can be found at www.wrd.org.
2.0 BACKGROUND
2.1 Albert Robles Center (ARC) WRD currently is constructing the Albert Robles Center (ARC) at the addresses of 4320 and 4330 San Gabriel River Parkway in the City of Pico Rivera, California 90660. This advanced water treatment facility (AWTF) is anticipated to be fully operational by July/August 2019; the plant is expected to run 24 hours, 7 days per week. Under contract to WRD, the plant will be operated by PERC Water (also referred to as plant operations staff or personnel). Several plant operators shall be on site during business hours and a plant operator shall be on-call during the graveyard shift. This 5.2-acre property abuts San Gabriel River on the east side, a fenced self-storage facility on the south side, San Gabriel River Parkway on the west side, and Central Basin Municipal Water District’s Rio Hondo Pump Station on the north side. As shown in Figure 1, the southern portion of the ARC site is occupied by a Process Building (with a mezzanine) and Chemical Storage Area and the north side is occupied by a 2-story Administration and Learning Center (ALC; with a rooftop garden) and an outdoor amphitheater that is located on top of an underground 3.6-million gallon reservoir. The ARC site is completely surrounded with fencing
Page 78 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 159 of 301
RFP for Security Services for WRD Facilities 2 May 20, 2019 RFP-18-005
and several traffic and pedestrian gates. Figures 3 through 7 provide the site plans for each of the floors within the ALC and Process Building, as well as the doors with access control FOBs. The first floor of the ALC consists of offices, conference rooms, electrical room, and a catering kitchen (which shall only be accessible by WRD staff via access control FOBs), as well as bathrooms, two elevators, two stairwells, storage rooms, a breakroom, and locker rooms. The breakroom and locker rooms shall only be accessed by operations or WRD staff. The Guard Station shall be located within the front lobby of the ALC. Directly behind the Guard Station shall be a gallery where the public may view and operate various exhibitory and behind the gallery shall be a theatre room. The second floor of the ALC consists of a 300-person capacity multi-function room, bathrooms, a catering kitchen, a conference room, and a server room. The second floor rooms shall only be used for scheduled events, but the general public may access the second floor to exit a bridge that connects the ALC to the Process Building, where they may access balconies within the Process Building to view the treatment plant equipment on the first floor of the Process Building or enter a Water Tasting Room within the mezzanine of the Process Building. The mezzanine also has a laboratory and two storage rooms that will not be accessible by the public. The Security Guard(s) may enter the balconies and mezzanine area of the Process Building as part of their routine site walks. The first floor of the process building consists of the treatment process area, a control room, a bathroom, and an electrical room. The Security Guard(s) shall not enter the first floor of the Process Building at any time. The rooftop garden of the ALC shall be limited to events scheduled by WRD. In accordance with the Conditional Use Permit (CUP) issued by the City of Pico Rivera, the north side of the site, including the Administration and Learning Center, amphitheater, and demonstration gardens, shall be open to the public from dawn to dusk every day. The public shall access the site from San Gabriel River Parkway and will be allowed to park in the parking stalls in this area. Amongst the myriad of public events that are expected to be held at the site, WRD also shall provide guided tours of the plant site several times a month; buses may arrive on site to drop off visitors (which may include children) for some of these guided tours. Access to the Process Building and Chemical Storage Area is intended for plant operating personnel only and guided tours. There shall be no public access to the San Gabriel River; the eastern boundary of the site shall be fenced and the pedestrian gate shall be locked, with access provided only to plant operations personnel. All visitors shall be required to check-in with the Guard upon their arrival on site. The Security System at the ARC site was provided by Tyco SimplexGrinnell. As shown in Figure 8, there are a total of 17 security cameras that will be installed throughout the site. The following is a general description of the Security System installed at the facility, including camera locations, door locks with access control FOBs, motion detectors, motion sensors, intercom sites, gate controls, etc.:
Page 79 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 160 of 301
RFP for Security Services for WRD Facilities 3 May 20, 2019 RFP-18-005
Exterior Security System: The ARC site has a total of nine (9) exterior cameras with five (5) on the ALC and the other four (4) on the Process Building. These cameras provide full coverage to see all the exterior areas of the site.
Administration and Learning Center (ALC): One interior camera is located on each floor, including the Roof Garden, to allow viewing of people who are on that floor. There also are door locks, motion sensors, motion detectors throughout the building.
Process Building: The building contains two five (25) interior cameras that can view the entire interior 1st floor and the exterior of the 2nd floor.
Chemical Storage Area: This is an open, covered area can be viewed from thethat contains exterior one cameras. In addition, so it only contains door locks and will only be accessed by treatment plant operators.
Traffic Gates: There are a total of four automatic gates with access control FOBs and one manual rolling gate along the north boundary. The manual rolling gate shall remain closed most of the time. The two automatic traffic gates at the southern portion of the site shall remain closed, unless access is approved by the operations staff. The two remaining automatic traffic gates along the western portion of the site shall only be open during public access hours (i.e. dawn to dusk).
Pedestrian Gates: There are two manual pedestrian gates, one along the western boundary and the other on the eastern boundary. The pedestrian gate along the western boundary shall only be opened by the Guard during public access hours (i.e. dawn to dusk). The pedestrian gate along the eastern boundary shall be closed and only accessible by operations staff.
The ARC site, formerly referred to as the Groundwater Reliability Improvement Program (GRIP) Advanced Water Treatment Facility (AWTF), is a non-essential facility, so a Risk and Vulnerability Assessment is not required by law. Regardless, a Risk and Vulnerability Assessment of the GRIP AWTF was performed using VSAT Web on November 3, 2018. VSAT Web is an all-hazards risk assessment tool for water and wastewater utilities of all sizes. The U.S. Environmental Protection Agency provides and maintains VSAT Web to assist water sector owners and operators with reducing risk and enhancing resilience at their facilities. The VSAT software conforms to the water sector risk assessment standard, AWWA J100-10 (R13) Risk and Resilience Management of Water and Wastewater Systems. The GRIP AWTF was analyzed as three separate assets:
• Treatment Plant • Chemical Feed System • Administration and Learning Center
Potential significant threats to the assets evaluated included:
• Air attack by large jet • Flood 500 year • Earthquake • Chemical Contamination – Explosive
Page 80 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 161 of 301
RFP for Security Services for WRD Facilities 4 May 20, 2019 RFP-18-005
• Truck Bomb • Loss of utilities in a disaster
Existing and proposed counter measures were then evaluated. A cost and benefit analysis was performed on all assets and counter measures. The Risk and Vulnerability Assessment Summary Report is provided as Attachment G.
2.2 Field Operations and Storage Annex Facility (Annex Facility) The Field Operations and Storage Annex Facility (Annex Facility), located at 3919 Paramount Boulevard (see Figure 2), currently is vacant and consists of two buildings, a parking lot, and landscaping. The site was formerly used as a batting cage facility and a teamsters union hall, but WRD currently uses the buildings to store various equipment and office supplies. In addition, the parking lot is being used/leased to a nearby car dealership to store their vehicles. In the past, there has been vagrancy and vandalism at this site. 3.0 SCOPE OF SERVICES WRD intends to obtain the services of a qualified security firm to provide the services outlined below. The Consultant may propose additional tasks which they feel are necessary based on the information provided and their experience on projects of similar size and scope.
3.1 Albert Robles Center (ARC) Security at the Albert Robles Center requires onea fulltime unarmed Security Guard at a minimum to be on site 24 hours per day, 365 days per year. As an optional item, please provide costs for a second full-time unarmed Security Guard. The Security Guard(s) shall be responsible for monitoring and protecting the interior and exterior of all facilities on the 5.2-acre site. A video control station will be located at entrance to the ALC building where the Guard(s) shall be stationed to view each of the cameras on site. Motion detectors also shall alert the Guard(s) of anyone moving inside the buildings so that they can be monitored on the CCTV system. A second video station is located inside the Plant Control Room in the Process Building where the Guard(s), as well as plant operators, can view the CCTV system. The security firm shall be required to install a minimum of twenty (20) security patrol tracking devices throughout the property. These checkpoint locations will be determined with input from WRD. On days when WRD is providing tours or other large public events, additional security personnel shall be provided if requested by WRD to control the flow of traffic into and out of the facilities. Responsibilities of the Security Guard(s) include the following:
Watch the CCTV monitors at all times while on the site, except for when site walks are conducted. Graffiti, vagrancy, vandalism, and break-ins are significant concerns at the site.
Page 81 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 162 of 301
RFP for Security Services for WRD Facilities 5 May 20, 2019 RFP-18-005
Walk the entire site a minimum of twice per shift and conduct routine scanning of checkpoints and site premises using security patrol tracking devices (e.g. touch memory buttons, etc.). The site walk shall include the entire exterior of the site, all floors of the two (2) buildings, and every camera, door, gate, and motion detector location. The Guard(s) shall not enter the Chemical Storage Area nor the treatment process area at any time. The Guard(s) shall scan the Chemical Storage Area from the on-site roadway. If any concerns are witnessed during the site walk or on the security camera that is installed within the Chemical Storage Area, the Guard(s) shall notify the operations staff.
Time and sequence of the site walks shall be randomly adjusted each day so that anyone watching the site cannot determine a pattern of where a Guard(s) will be at any given time.
During after-hours (when operations staff is on call and not on site), Guard(s) access will shall be limited to the exterior second floor of the Process Area Building and exterior areas. Tthus, the Guard(s) shall not inside enter the first floor of the building unless there is an emergency.
During regular business hours, there should be no need for the Guard(s) to enter the Process Building unless a security issue arises.
Confirm that the public has left the open space area prior to the posted closing hours each day and lock down the site each night. Also, the Guard(s) shall ensure that the public access gates are opened each morning, as well as general monitoring of all visitors.
Maintain a sign-in log and make sure all vendors, deliveries, and visitors sign in and out of the facility. All visitors shall be required to check-in with the Security Guard before they can enter the site.
Promptly contact the police and/or fire department and PERC Water staff in the event of an emergency, a break-in to the facility, damaged property, unusual conditions, etc.
Guard(s) shall be equipped with a security company-supplied mobile phone and/or a radio communications system to allow communications to fire, police and PERC Water staff.
Lock down the entire site and/or sections of the site during a break-in event to keep unauthorized people from moving thru the facility. Note that a lock down will prevent an intruder from gaining further access to the site but all doors in the site have emergency panic hardware that will allow the intruder to leave the site.
Keep a log of each shift and document any deliveries, vendors, or visitors who enter and leave the site each shift. Also, document any unusual events that may have occurred that day.
Coordinate with the plant operators for all chemical and other deliveries, vendors, and visitors. The Security Guard(s) is responsible to have the visitors and delivery drivers sign in, then call the designated plant operator. Once the plant operator is contacted, the Guard(s) shall hand off the delivery to the plant operator and shall resume security monitoring duties. Chemical deliveries shall be limited to Monday thru Sunday Friday
Page 82 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 163 of 301
RFP for Security Services for WRD Facilities 6 May 20, 2019 RFP-18-005
from 7:306 AM to 4 1:30 PM. Occasionally, chemical deliveries may occur on weekends or and on holidays, but the Security Guard shall be provided advance notice and operations staff will be on site to receive the delivery.
Security Guard is at no time allowed to be involved in an offloading or supervision of offloading of any chemical or any other deliveries related to treatment plant operations. Only the plant operators are allowed to supervise unloading of chemicals or other treatment plant-related deliveries.
Work under the direction of PERC Water staff during emergency evacuation and response scenarios.
General monitoring of all visitors, since the site will be open to the general public from dawn to dusk. All visitors will be required to check-in at the front desk of the ALC (which is also the Guard Station). Generally, public access shall be limited to the first floor gallery of the ALC, the second floor balconies and Water Tasting Room within the mezzanine of the Process Building, and the outdoor amphitheater and water feature areas.
During public and other events to be held at the site, coordinate with plant operators and WRD staff, facilitate the control of traffic into and out of the facilities, monitor the site for vandalism and theft, and maintain/monitor public safety.
The following are the expectations for the Security Guard(s) at the site:
Provide a minimum of one (1) fulltime Guard at all times (24 hours per day 365 days per year) to protect and monitor the site. As an optional item, please provide costs for a second full-time Security Guard.
Coordinate with the plant operators on all deliveries and visitors to the site.
Prevent site break-ins, vandalism, and other mayhem at the site.
Make sure the public leaves the site at the posted time.
Notify the plant operator of any unusual issues.
Keep accurate records of site walks, along with up-to-date sign-in sheets and shift logs.
If the site contains trash or has other maintenance issues, contact the plant operator.
Work with the local police and/or fire department where appropriate.
Work under the direction of PERC Water staff during emergency evacuation and response scenarios.
Comply with all PERC Water and site safety standards.
The treatment plant poses many unique hazards. In addition to site security, the Security Guard(s) needs toshall be trained regarding the occupational hazards, safety policies and procedures, including those specifically pertaining to first responders.
Conduct recordkeeping, as described in Section 3.3 below.
Page 83 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 164 of 301
RFP for Security Services for WRD Facilities 7 May 20, 2019 RFP-18-005
3.2 Field Operations and Storage Annex Facility (Optional Task) Security of the Annex Facility shall be provided as an optionala required task, so the firm shall submit a cost estimate in accordance with the scope of work described herein. The scope of work shall include a minimum of three (3) regular intermittent nighttime security patrol visits and monitoring of the site from 8:00 PM to 6:00 AM, seven (7) days a week. Times may be adjusted depending on various circumstances. The security firm will be required to install up to ten (10) security patrol tracking devices throughout the property. These checkpoint locations will be determined with input from WRD. Nighttime security patrol visits by the unarmed security patrol officer shall include but are not limited to:
Walk the site and conduct routine scanning of checkpoints and site premises using security patrol tracking devices (e.g. touch memory buttons, etc.).
Observe and escort any unauthorized individuals from premises; calling the police when necessary.
Check buildings for vandalism, graffiti, and other unusual conditions, which include observation of the site and exterior of the buildings (e.g. doors, windows, etc.).
Notify WRD and report security, public safety, general site conditions (i.e. such as trash, litter, overgrown weeds, etc.) and damage problems, and report any unacceptable behavior or incidents at the site.
Conduct recordkeeping, as described in Section 3.3 below.
3.3 Additional Tasks Required at Both Facilities The following tasks are required as part of the scope of work for the both the ARC site and Annex Facility.
3.3.1 Recordkeeping, Communications Protocol, and Website The Consultant shall be required to conduct recordkeeping and establish a communications program as summarized below:
Complete, sign, and provide electronic written Daily Activity Reports (DAR) (using a form similar to Attachment A) and/or Incident Reports (using a form similar to Attachment B) describing all incidents and occurrences at the site at the end of each day’s shift. The report is to include photos of areas that require any corrective actions.
Establish a secure website for WRD to access real-time patrol visits (i.e. checkpoint station logging) and store all DARs, Incident Reports, and other pertinent information such as photo documentation, etc.
Establish a communications program to provide alerts and reports to WRD within 24 hours of any incidences that are observed and documented on site.
Page 84 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 165 of 301
RFP for Security Services for WRD Facilities 8 May 20, 2019 RFP-18-005
Consultant shall prepare and submit via email DARs, Incident Reports, and any other pertinent information (if any) daily to the designated WRD contacts.
3.3.2 Project Management and Meetings Consultant shall assign manpower, delegate responsibilities, review work progress, and otherwise direct the progress of the work so as to ensure satisfactory completion of work, on schedule and within budget. Consultant shall prepare and submit invoices and all other applicable project documentation to the District for review and approval. Project Management Each month, the Consultant shall submit a progress invoice for the work accomplished during the reporting period. The report shall describe in detail the progress made during the previous month and the hours spent. The approved total budget, along with the budget for any task, shall not be exceeded unless previously authorized in writing by WRD. The monthly invoice shall be in a format approved by the District. At a minimum, each invoice shall contain the purchase order or contract number and a table summarizing the location and description of the service (i.e. type of security service, such as patrol tour), name of the security officer(s), dates and times of the security service/patrol tour (if applicable), work hours, hourly rate, and subtotal and total amounts. Failure to satisfy these invoicing requirements may result in rejection or short pay of the invoices submitted to WRD for payment. Meetings Consultant shall attend a Kickoff/Site Walk Meeting with WRD to discuss specific project requirements and schedule additional meetings with WRD, if necessary, to address any concerns or improvements regarding security services. 4.0 DESIRED QUALIFICATIONS WRD will evaluate all responsive proposals based on the qualifications listed below.
a. Must have adequate staff of trained security guard professionals to meet the required scope of services.
b. Must have all applicable licenses and certificates required in the State of California.
5.0 PROPOSAL CONTENTS To provide a degree of consistency in review of the written proposals, firms are requested to include the following content in their proposals. The information requested below will be used to evaluate each proposal based on the evaluation criteria outlined in this RFP. Proposals may be deemed nonresponsive if they do not respond to all areas specified below. Proposals shall be prepared simply and economically, providing a straightforward and concise description of how the proposal has satisfied all the requirements of this RFP. Emphasis shall be
Page 85 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 166 of 301
RFP for Security Services for WRD Facilities 9 May 20, 2019 RFP-18-005
on completeness and clarity of content with sufficient detail to allow for accurate evaluation and comparative analysis. Excessive or irrelevant materials will not be favorably received. The following subsections describe the contents required in the proposal. The proposal shall be of such scope and depth to sufficiently describe and demonstrate the Proposer’s understanding of and approach to the projects.
5.1 Title Page Proposer should identify the RFP title, name and title of the firm’s contact person, address, telephone number, fax number, email address, and date of proposal submission.
5.2 Cover Letter A principal of the firm authorized to commit the firm to the requirements of the RFP must sign the cover letter. The letter shall discuss the Proposer’s commitment to providing high quality services as described in the RFP. Additionally, the letter shall briefly describe the firm’s understanding and approach to the services. The letter should identify a contact person (name, e-mail address, and phone number) for future communication during the selection process.
5.3 Table of Contents The table of contents should include a clear and complete identification by section and page number of the submitted materials.
5.4 Company Background Provide a brief background of the firm including history, types of services provided, organization structure, number of employees, annual revenues, number of offices and locations with staff size and disciplines, and any other relevant information that may be useful in determining the firm’s qualifications to provide the services described in this RFP.
5.5 Project Overview and Approach Present a narrative overview of the Proposer’s understanding of the RFP requirements and the overall approach and technical plan for accomplishing the work assignments. The proposal may also include the following:
Ability to successfully complete work assignments within the District’s required time frame and, as necessary, on short notice,
Describe the Proposer’s project management approach and communications protocol,
Describe the Proposer’s approach to quality assurance and control, as well as any performance guarantees.
Page 86 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 167 of 301
RFP for Security Services for WRD Facilities 10 May 20, 2019 RFP-18-005
5.6 Additional Services Include any comments, suggestions, or additions the Proposer may have regarding the scope of work or any other aspects of the work that the Proposer feels would be helpful to WRD in selecting a firm for the services described in the RFP. Identify the potential impact(s) or benefit(s) that these recommendations would have if accepted by WRD. Tasks above the minimum to complete the work described herein shall be clearly identified as “optional” in the proposal.
5.7 Experience and Record of Past Performance Describe Proposer’s experience in completing similar assignments, preferably using the same project team personnel proposed for the services described in this RFP. Using the form provided as Attachment C, attached at the end of this RFP, list at least four (4) security service projects and a minimum of four (4) client references from similar projects successfully completed within the last ten (10) years of similar nature that demonstrate the firm’s and its subconsultants’ (if needed) competence to perform the work described in this RFP. Ongoing projects currently being performed by the Proposer also may be submitted for consideration. For each of the reference projects listed, provide the following information:
1. Name and location of project; 2. Name and address of project owner/sponsor; 3. Name and current phone number and e-mail address of owner's representative intimately
familiar with the project, to contact for reference. Verify the reference person that can be contacted at the phone number provided;
4. A description of type and extent of services provided for the project; 5. Project budget (both projected and "as completed"); 6. Project status (either “in progress” or "completed"). Include dates of project initiation,
completion date, or anticipated project completion date; 7. Applicability and relevance of the referenced project to the services described in this
RFP.
The District at its discretion may contact other firms or agencies for additional information. Failure to provide accurate contact information, adequate information or project reference summaries may be cause for rejection of the proposal as being nonresponsive.
5.8 Project Team and Qualifications Provide a list of all members of the project team (including the Project Manager and security personnel). The identified Project Manager will be WRD’s main point of contact for all assigned tasks for the duration of the Contract. The proposal shall include the Project Manager’s contact information, including phone and e-mail address. For the security personnel, describe their relevant experience, role on the project, years with the company, applicable licenses and
Page 87 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 168 of 301
RFP for Security Services for WRD Facilities 11 May 20, 2019 RFP-18-005
certifications (issue and expiration dates), and other required qualifications discussed in this RFP. Once a Contract has been executed, the Consultant must request approval of the District in advance of any new personnel being assigned to the project, especially at the ARC site where the security guard must be trained and familiar with water treatment plant operations and other recurring site activities. The District reserves the right to reject or remove personnel performing services at any time for the duration of the Contract.
5.9 Conflict of Interest Provide a statement that the Proposer, individuals employed by the Proposer, or firms employed by or associated with the Proposer, including subconsultants/subcontractors, do not have a conflict of interest with the Project. The Proposer shall exercise reasonable efforts to prevent any actions or conditions that could result in a conflict of interest and shall include, but is not limited to, establishing precautions to prevent its employees or agents from making, receiving, providing in, or offering gifts, entertainment, payments, loans, or other considerations which could be deemed to appear to influence individuals to act contrary to the best interest of the District. If a potential conflict of interest is identified in any form, the Proposer shall inform the District immediately. Proposers are subject to disqualification on the basis of a conflict of interest as determined by WRD.
5.10 Other Information The proposal shall include:
A statement that the Proposer will meet the insurance requirements per Section 12 of the District’s standard General Services Agreement, which is attached to this RFP as Attachment D.
A statement or description regarding any litigation to which the firm is a party, any bankruptcy settlements, or unpaid judgments against the firm or its principals.
A statement as to whether the firm has defaulted on previous professional contracts.
5.11 WRD Standard Contract The selected Consultant shall be expected to execute a Contract using the District’s standard General Services Agreement, which is provided as Attachment D, attached at the end of this RFP. Proposers shall provide a statement in their proposals clearly stating acceptance of all the terms and conditions specified in the standard General Services Agreement (i.e. no exceptions can be made to WRD’s standard General Services Agreement).
5.12 Project Costs and Labor Hours The proposal shall include the following information:
Page 88 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 169 of 301
RFP for Security Services for WRD Facilities 12 May 20, 2019 RFP-18-005
A fee schedule, such as hourly rates for all security services, rate per patrol site visit, and/or daily rates (describe the services included).
The labor hours and fees for the proposed optional tasks, if any, shall be presented in a separate table to differentiate from the baseline Scope of Services.
Fully loaded hourly billing rates – All direct, capital, and reimbursable expenses, including but not limited to travel and transportation costs, meals, lodging, office equipment and supplies, administrative and communications fees, etc., must be built into the hourly rates. Therefore, the District shall not pay Consultant nor its subconsultants/ subcontractors for any direct or reimbursable expenses incurred for implementation of the scope of services described herein.
Markup rates – If there are overtime or holiday markup rates, please include those as well and identify the holidays.
It is expected that the indicated hourly rates will remain in effect for the duration of the Contract unless otherwise specified in the proposal and approved by WRD. The rate sheet/fee schedule shall also include any other rates or fees, such as markups for subconsultants/subcontractors not identified as part of the project team, equipment markups, or other direct costs that may be incurred. If there are any expected annual rate increases, please identify those rates as well and the periods these rates would cover. The proposal shall also include a description of the anticipated method of billing for services performed, with provisions for monthly billing that will include itemized accounting of hours of personnel and hourly rates. For the ARC facility, please provide rates for the one required full-time security guard. As an optional item, please include the rates for a second full-time security guard and an as-needed additional security guard for special events at the site. Please assume there will be 52 special events per calendar year. A grand total shall be provided for all costs for the entire 3-year term of the contract, including any identified optional tasks. Please note that nightly patrol visits to the Field Operations and Storage Annex Facility is now a required task, not an optional task.
Page 89 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 170 of 301
RFP for Security Services for WRD Facilities 13 May 20, 2019 RFP-18-005
5.13 Monthly Billing The monthly invoice shall be in a similar format shown in Attachment E, attached at the end this RFP. At a minimum, each invoice shall contain the purchase order or contract number and shall be itemized by task. A subtotal cost for each task shall be included. Names of persons, their job titles, hourly billing rates, actual hours worked during the billing period, and subtotal labor costs must be summarized in a table. Attach to each invoice timesheet details of the individuals billing to the project, and all other documentation for other direct costs in the form of receipts or vendor invoices, with the applicable costs identified for items such as equipment costs. WRD will provide reporting requirements to Consultant, and Consultant shall prepare invoices that comply with the requirements. Failure to satisfy the reporting requirements may result in rejection or short pay of the invoices submitted to WRD for payment. 6.0 PROPOSAL SUBMISSION REQUIREMENTS
6.1 Proposal Format The proposal shall be limited to one PDF file with no more than 25 single-pages in length. This does not include the title page, table of contents, cover letter, appendices, dividers, or résumés. All files shall be bookmarked and in a text searchable PDF format (i.e., not scanned images) compatible with Adobe Acrobat Version 8.0 (at a minimum). All sections of the PDF file shall be bookmarked.
6.2 Proposal Signing The proposal shall be submitted electronically through the WRD Procurement Portal and all requested signatures must be included in the submission. Upon a determination by WRD of an intent to award, the Proposer shall submit to WRD in hard-copy form, its entire proposal submission which shall be wet-signed by an officer, or officers, authorized to execute legal documents on behalf of the Proposer. The submission and signing of the proposal shall indicate the intention of the Proposer to adhere to the provisions described in this RFP and certifies that the proposal was prepared independently and was submitted without any collusion designed to limit competition or bidding. WRD reserves the right to reject the hard-copy wet-signed proposal and not award this work if the wet-signed proposal is not identical to the electronically submitted proposal and/or other requirements in this RFP.
6.3 Proposal Submittal Procedures The exclusive process by which a potential proposer can respond to and be considered for this RFP is through the WRD Procurement Portal at https://wrd.bonfirehub.com/. No other form of response or submission to this RFP will be considered. It is the Proposer’s responsibility to ensure that proposals are received prior to the submittal deadline. Proposal packages should also include all signed Acknowledgment of Addendum forms that may be issued by WRD as part of this RFP process.
Page 90 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 171 of 301
RFP for Security Services for WRD Facilities 14 May 20, 2019 RFP-18-005
The WRD will not be responsible for the proper identification and handling of any proposals submitted incorrectly. Late proposals, late modification, or late withdrawals will not be considered under any circumstances. Faxed or emailed proposals will not be accepted. There will be no formal opening of the received proposals.
6.4 Proposal Preparation Costs This solicitation does not commit the District to award any work nor to pay any costs incurred from the preparation of proposals. Firms responding to this RFP will be solely responsible for all costs and expenses incurred during the selection process.
6.5 Acknowledgement An Acceptance Letter (Attachment F, attached at the end this RFP) has been attached to this solicitation. This Acceptance Letter is to be completed and signed by the Proposer and shall be included with the Proposer’s submittal. 7.0 PRE-PROPOSAL MEETING A mandatory pre-proposal meeting and site walk-through is scheduled for Wednesday, June 5, 2019 at 10:30 AM PDT at the construction trailer at the Albert Robles Center located at 4320 San Gabriel River Parkway, Pico Rivera, CA, California 90660. A tour of the facility will take place following the pre-proposal meeting. During the tour, each proposer shall have the opportunity to become familiarized and acquainted with the conditions of the facility as they exist, and the character of the operation to be carried out. Since ARC is currently an active construction site, proposers must wear closed-toe shoes and long pants for the site walk; hard hats and safety vests will be provided to those that don’t bring their own. Prospective proposers are encouraged to attend and present questions regarding all requirements and provisions specified within the RFP and the selection process. Responses to questions will be formally documented and distributed. Meeting participants are required to sign in and provide a business card upon arrival at the meeting room. A copy of the sign-in sheet will be posted on the WRD Procurement Portal at https://wrd.bonfirehub.com/. Firms that do not attend the mandatory pre-proposal meeting will be disqualified from the selection process. Therefore, any proposals received from firms that did not attend the mandatory pre-proposal meeting will not be considered by WRD. 8.0 SELECTION PROCESS This solicitation is being conducted by WRD through a fair and open process in accordance with procurement policies established for water replenishment districts in the State of California, those policies established by WRD, and applicable State laws.
Page 91 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 172 of 301
RFP for Security Services for WRD Facilities 15 May 20, 2019 RFP-18-005
All responsive proposals will be evaluated by a selection committee formed by the District. The proposal shall be of such scope and depth that it sufficiently describes and demonstrates the Proposer’s understanding, approach, and qualifications to successfully complete the scope of services described herein. Submittal of incomplete or vague responses to any section or subsection of this RFP may result in rejection of the proposal. Proposals will be evaluated, scored, and ranked based on the criteria specified in Section 9 of this RFP. Once the proposers are ranked, WRD will initiate negotiation with the top-rated proposer. If WRD is unable to reach an agreement with the top-rated proposer, negotiations will be formally terminated. WRD will then negotiate with the next highest-ranked proposer and so on until an agreement is reached. Once negotiations with a proposer are terminated, WRD will not renegotiate with that proposer. The firm that is selected and recommended to the WRD Board of Directors for award of contract will be the one whose proposal is determined to be the most advantageous to the District in consideration of price and all other evaluation factors that are set forth in this RFP. No other factors or criteria not listed in this RFP shall be used in the evaluation. 9.0 EVALUATION CRITERIA Selection will be made on the basis of WRD’s evaluation as to which proposal best serves WRD’s interest. The proposal will be evaluated on the basis of the criteria listed in the table below and further described in the following subsections. Proposals also will be evaluated based on the clarity, completeness, and professional quality of the documents submitted, as well as conformance to the RFP instructions and responsiveness to the RFP requirements in a straightforward and concise manner.
Item No. Criteria for Proposal Evaluations Maximum Points
1 Project Team and Qualifications 25 2 Project Understanding and Approach 25 3 Performance on Similar or Related Projects 25 4 Billing Rates 15 5 Organizational and Support Services 10
TOTAL POINTS: 100
9.1 Project Team and Qualifications Project team’s technical and management competence to perform the work specified herein will be evaluated. Considerations include, but are not limited to the following:
Professional qualifications of the project team.
Page 92 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 173 of 301
RFP for Security Services for WRD Facilities 16 May 20, 2019 RFP-18-005
Ability to perform work on short notice and anticipated response times.
Familiarity with the policies and procedures of the District, County, and other local agencies.
9.2 Project Understanding and Approach The following will be considered in the evaluation of proposals:
Understanding of the nature of general services contracts and expected tasks to be performed.
Work schedule and methodology to completing assigned tasks, specifically with regards to budget sensitivity, efficiency, adherence to District standards and applicable regulatory codes, and pertinence of the assigned tasks.
Demonstration on how the Proposer will organize the execution of assigned projects, including the make-up of the team, the leadership of the team, the accountability of the Project Manager, and the lines of authority.
A strong communications and customer service structure that includes clearly defined communications protocols (including how the Proposer’s staff will interact with the District’s team and site staff), and procedures for coordination throughout the assigned project.
A solid quality assurance and control program that demonstrates a clear understanding of the need and process of ensuring WRD receives the highest quality services.
Demonstration of a comprehensive recordkeeping program, which should not only be complete and accurate but also easily accessible to District staff.
Overall clarity, creativity, and logic, and completeness of the approach. The proposal should demonstrate interest and insight to the specific details of WRD’s desired services.
Other services or considerations not addressed in the RFP, but were deemed to be pertinent to the scope of services by the Proposer.
9.3 Performance on Similar or Related Projects WRD reserves the right to conduct an independent verification of the Proposer’s experience qualifications by contacting project references, accessing public information, or contacting independent parties. Prospective proposers shall respond and provide additional information that may be requested during the evaluation of proposals. Factors to be considered will include, but may not be limited to, experience with similar projects, project coordination, cost control, quality of work, technical capability, and adherence to project schedules and standards.
9.4 Billing Rates Hourly billing rates, including markup rates, and/or rates per patrol visits will be evaluated with respect to the anticipated overall value for services proposed.
Page 93 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 174 of 301
RFP for Security Services for WRD Facilities 17 May 20, 2019 RFP-18-005
9.5 Organizational and Support Resources The following will be considered in the evaluation of proposals:
Capability under current workload to perform the work specified herein. Factors to be considered include, but may not be limited to, number of qualified staff allocated to assigned projects, availability of key personnel and support staff, knowledge of local conditions, and demonstrated ability to meet proposed project schedules.
Anticipated response times after notification of work assignments by WRD, including additional support services that may be required during large public events at the site.
Ability to respond quickly and properly to emergencies, vandalism, break-ins, etc.
10.0 GENERAL PROVISIONS The Proposer should specify if any of the requirements included in this section or any other section of the RFP pose a specific problem, and if so, identify the problem and its impact within the proposal.
10.1 Entire Agreement The services described in this RFP, the successful proposal (with any proposed optional tasks) approved by WRD and any written changes or amendments to the scope of services shall represent the entire Agreement between the parties and shall supersede all prior written or oral representations, discussions, and agreements. The Consultant awarded a contract to provide services described in this RFP shall be deemed bound to execute all requirements as listed and prescribed in this RFP, unless WRD modifies aspects of the scope of work or any conditions in the RFP in writing. Thus, the executed Contract will incorporate the terms and conditions specified in this RFP, as well as the final scope of work and fee schedule submitted by the Consultant as part of its proposal.
10.2 Contract Amendments Changes that affect the scope of work, period of performance or time schedule, and costs will be effected by written notices of amendment. No payments will be made for work performed outside the original scope of work unless prior written approval was granted by WRD. The Consultant may be required to provide additional services under a negotiated change order approved in writing by WRD.
10.3 Term of Contract Upon approval by the WRD Board of Directors, the District shall enter into a contract with a maximum term of three years with selected firm.
Page 94 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 175 of 301
RFP for Security Services for WRD Facilities 18 May 20, 2019 RFP-18-005
10.4 Ownership and Use of Documents Consultant will be required to treat WRD’s documents in confidence and shall indemnify WRD in case of alteration, loss, or damage thereto. Consultant shall not release to the general public, public agencies, or private businesses in any manner, any information, data, or documents developed pursuant to the performance of services specified herein or information provided by WRD without the expressed written consent of WRD. Any preliminary or working drafts, notes, and inter-agency or intra-agency memoranda that are not expected to be retained by the Consultant or WRD in the ordinary course of business shall be exempt from disclosure to any public entity under provisions of the Public Records Act.
10.5 Audit Rights, Business Records Access and Retention Consultant shall maintain all records related to this Contract and project. During the term of this Contract and for a period of five (5) years after its termination, WRD shall have access to and the right to examine any directly pertinent books, documents, records and any other documents of Consultant directly related to the Contract and project.
10.6 Termination WRD may terminate the project at any time at its sole discretion. Notice of termination will be provided in writing. Upon termination of the project, WRD shall make payment to the Consultant only for services properly provided up to the date of termination. 11.0 TERMS AND CONDITIONS
11.1 Proposal Rejection WRD reserves the right to accept or reject any or all proposals received in response to this RFP or cancel in whole or part the selection process if it is in the best interest of the District to do so. Alternatively, the District reserves the right to waive any minor defect or technicality in any proposal received.
11.2 Proposal Clarification and Requests for Additional Information All proposals shall be afforded fair and equal treatment with respect to any opportunity for clarification. WRD reserves the right to request clarification of information submitted and to request additional information from any or all proposers. The District may require any evidence it deems necessary, such as documentation regarding the Proposer’s financial stability, before any contract is awarded. In conducting discussions with proposers, there shall be no disclosure of information derived from proposals submitted by competing firms.
Page 95 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 176 of 301
RFP for Security Services for WRD Facilities 19 May 20, 2019 RFP-18-005
11.3 Proposal Validity Period Proposers may withdraw their proposals at any time prior to the due date and time by submitting a written notification of withdrawal signed by the firm’s authorized agent. Proposers who withdraw their proposals prior to the designated date and time may still submit another proposal if done in accordance within the proper time frame. A proposal cannot be changed or modified after the designed due date and time and shall constitute an irrevocable offer, for a period of ninety (90) days, to WRD for the services set forth in the proposal.
11.4 RFP Revisions and Addenda WRD reserves the right to issue a written Addendum or Addenda to provide further clarification or make revisions/corrections to the RFP. All Addenda will be issued via the Procurement Portal. If an Addendum is necessary within 72 hours of the proposal submittal deadline, the District, at its discretion, can extend the proposal submittal deadline. Any Addendum issued must be acknowledged by the Proposer by signing and submitting the “Acknowledgment of Addendum” form that will be provided with each Addendum. All Acknowledgment of Addendum forms must be submitted to WRD as part of the proposal package that is submitted by the proposal due date. Failure to acknowledge any Addenda may result in the proposal being considered nonresponsive and subject to rejection. All Addenda and Acknowledgements shall be submitted via the WRD Procurement Portal. The Proposer shall be responsible for ensuring that its proposal reflects any and all addenda issued by the District prior to the submittal due date. Therefore, the District recommends that prospective proposers check the WRD Procurement Portal for this RFP prior to making their submission. 11.5 Confidentiality The content of proposals will be kept confidential until the award of contract by the WRD’s Board of Directors. All materials submitted in response to this RFP will become the property of the WRD and will become public record after award of contract to the successful Consultant. The WRD will not return any proposals to proposers. If a Proposer believes any portion of its proposal contains confidential or proprietary information, exempt from public disclosures under the California Public Records Act, the Proposer must label that information within its proposal as “CONFIDENTIAL”, “TRADE SECRET”, or “PROPRIETARY.” The above restrictions may not include cost or price information, which shall be open to the public upon award of contract. Notwithstanding the foregoing, the District will not be responsible or liable in any way for losses that the Proposer may incur from the disclosure of information or material to third parties.
Page 96 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 177 of 301
RFP for Security Services for WRD Facilities 20 May 20, 2019 RFP-18-005
12.0 LEGAL POLICIES
12.1 Compliance The Consultant shall abide by and obey all applicable federal, state, and local laws, rules, regulations, and ordinances.
12.2 Governing Laws and Requirements Performance of services herein shall be governed and construed in accordance with the laws of the State of California. The selected Consultant hereby agrees that in any action relative to the performance of said services, venue shall be in the County of Los Angeles, State of California.
12.3 Public Releases The Consultant agrees not to use or otherwise make public in any manner, either for profit or nonprofit, any of the information, data, procedures, systems, or documentation developed pursuant to the performance of services specified herein without the expressed written permission of WRD.
12.4 Business License The Consultant will be required to show evidence of all valid and applicable business license(s), which must be in effect during the period of the performance of services specified herein.
12.5 WRD’s Property All deliverables submitted pursuant to the performance of services specified herein shall become the sole property of WRD and they may be used in any manner and for any purpose WRD deems in its best interest.
Page 97 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 178 of 301
RFP for Security Services for WRD Facilities Figures May 20, 2019 RFP-18-005
FIGURES
Page 98 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 179 of 301
RFP for Security Services for WRD Facilities Figure 1 May 20, 2019 RFP-18-005
FIGURE 1: Site Plan of the Albert Robles Center (ARC)
Page 99 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 180 of 301
RFP for Security Services for WRD Facilities Figure 2 May 20, 2019 RFP-18-005
FIGURE 2: Site Plan of the Field Operation and Storage Annex Facility
Page 100 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 181 of 301
Page 101 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 182 of 301
Page 102 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 183 of 301
Page 103 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 184 of 301
Page 104 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 185 of 301
Page 105 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 186 of 301
Page 106 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 187 of 301
RFP for Security Services for WRD Facilities Attachments May 20, 2019 RFP-18-005
ATTACHMENTS
Page 107 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 188 of 301
RFP for Security Services for WRD Facilities Attachment A May 20, 2019 RFP-18-005
Attachment A
Daily Activity Report (DAR)
Page 108 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 189 of 301
RFP for Security Services for WRD Facilities Attachment B May 20, 2019 RFP-18-005
Attachment B
Incident Report
Page 109 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 190 of 301
RFP for Security Services for WRD Facilities Attachment C May 20, 2019 RFP-18-005
Attachment C
Key Personnel Participation in Example Projects
Page 110 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 191 of 301
RFP for Security Services for WRD Facilities Attachment C May 20, 2019 RFP-18-005
Page 111 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 192 of 301
RFP for Security Services for WRD Facilities Attachment D May 20, 2019 RFP-18-005
Attachment D
WRD Standard Agreement for General Services
Page 112 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 193 of 301
Page 113 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 194 of 301
RFP for Security Services for WRD Facilities Attachment E May 20, 2019 RFP-18-005
Attachment E
Monthly Invoice (Sample)
Page 114 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 195 of 301
RFP for Security Services for WRD Facilities Attachment F May 20, 2019 RFP-18-005
Attachment F
Acceptance Letter
Page 115 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 196 of 301
RFP for Security Services for WRD Facilities Attachment EF May 20, 2019 RFP-18-005
ACCEPTANCE LETTER
Company Name: ___________________________ Address: ___________________________ ___________________________ Telephone: ___________________________ Fax: ___________________________ Subject: Solicitation for ______________________ By my signature below, I, on behalf of the Company named above, acknowledge that I have read and understand the subject solicitation and all its attachments. I further acknowledge that, by submission of a submittal, proposal, quotation, or bid in response to the subject solicitation, the Company named above accepts all the terms and conditions, and meets the minimum requirements set forth in the subject solicitation and its attachments, including, but not limited to, the Sample Agreement or the Purchase Order Standard Terms and Conditions. ACCEPTED: ___________________________________________ Signature ___________________________________________ Name (please print) ___________________________________________ Title ___________________________________________ Date
Page 116 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 197 of 301
RFP for Security Services for WRD Facilities Attachment GE May 20, 2019 RFP-18-005
Attachment G
Risk and Vulnerability Assessment Summary Report
Page 117 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 198 of 301
Risk Assessment Summary Report for Water Replenishment District of Southern California - GRIP AWTF
Report Date: November 3, 2018
Page 118 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 199 of 301
Risk Assessment Summary
Background
This risk assessment was performed for Water Replenishment District of Southern California - GRIP AWTF using VSAT Web on November 3, 2018. VSAT Web is an all-hazards risk assessment tool for water and wastewater utilities of all sizes. The U.S. Environmental Protection Agency provides and maintains VSAT Web to assist water sector owners and operators with reducing risk and enhancing resilience at their facilities.
Methodology
VSAT Web addresses both man-made threats and natural hazards to water sector operations, and analyzes the cost-effectiveness of countermeasures to reduce risk. The methodology in VSAT Web is based on assessing the risk to a facility asset from a specific threat or hazard (i.e. an Asset-Threat Pair), where risk is defined as follows:
Risk (R) = Threat (T) X Vulnerability (V) X Consequences (C)
T = Likelihood that the man-made threat or natural hazard will affect an assetV = Likelihood that the threat or hazard will damage the asset, considering the effectiveness of countermeasures; andC = Economic (cost to the utility and region) and public health (injuries and deaths) impacts resulting from damage to the asset.
A monetary Value of Statistical Illness and Value of Statistical Life are assigned to injuries and deaths, respectively, so that risk can be determined as a single monetized value. Resilience metrics are calculated based on lost capability to provide service and the resulting financial impacts to both the utility and community.
In a VSAT Web analysis, risk is first determined for an asset-threat pair with the Existing Countermeasures at the facility (Baseline Analysis). The analyst then estimates the reduction in risk due to Potential Countermeasures being evaluated for the facility and the associated cost (Improvement Analysis). The result is a profile of existing risk and a benefit/cost analysis of potential countermeasures to reduce risk.
Analyses performed with VSAT Web conform to the water sector risk assessment standard, AWWA J100-10 (R13) Risk and Resilience Management of Water and Wastewater Systems, January 2010. See VSAT Users Guide, provided in VSAT Web, for a more complete description of the analysis methodology.
Scope
The analyst has determined the scope of this assessment. In general, a VSAT Web assessment is focused on critical assets and the threats and hazards that present a significant risk to those assets.
The assessment may address the entire water or wastewater system, or a particular facility within a system. Assets may include physical infrastructure, data and information technology, and human resources. Threats are selected from a list of reference threats in the J100 standard, and may include different types of physical- and cyber-attacks, contamination, dependencies like power outages, and natural hazards like hurricanes, tornadoes, earthquakes, and floods. The analyst may also include custom threats.
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 119 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 200 of 301
Utility Information
Utility Information
Utility Name Water Replenishment District of Southern California - GRIP AWTF
Utility Address 4040 Paramount BlvdLakewood, California, 90712
Population Served 4,000,000
System type Wastewater
Ownership Public
Avg Daily Water Treated (MGD)
14.8
Wastewater Avg rate in $/1000 ga
$3.00
Asset/Threat Identification
Below is a list of the priority assets and significant threats to those assets identified by the analyst for this assessment.
Identified Assets Assigned Threats
A4 - Air Attack - Large Jet
C(S) - Contamination - Explosive
F2 - Flood - 500 Year
Treatment Plant X X X
Chemical Feed System
X X X
Administration & Learning Center
X X
Identified Assets Assigned Threats
V4 - Land VBIED - Large Truck Bomb
EQ3 - Earthquake - PGA 0.4 - 0.8
D(U) - Utilities
Treatment Plant X X X
Chemical Feed System
X
Administration & Learning Center
X X
Identified Assets Assigned Threats
EQ4 - Earthquake - PGA 0.8 - 1.1
V3 - Land VBIED - Mid Size Truck Bomb
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 120 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 201 of 301
Identified Assets Assigned Threats
Treatment Plant
Chemical Feed System
X
Administration & Learning Center
X
These resulting asset/threat pairs were used as the basis for the risk assessment process.
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 121 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 202 of 301
Countermeasures
Selected Countermeasures
Identified Assets
Treatment Plant Chemical Feed System
Administration & Learning Center
Existing Countermeasures
Employee screening program
X X X
Guard(s) X X X
Perimeter fencing X X X
Hardened doors X X X
Continuous process monitoring
X X
Site lighting X X X
Emergency operating procedural plan
X X X
Intrusion sensors X X X
Security cameras X X X
Potential Countermeasures
Hardened ladder access
X X
Water/Wastewater Agency Response Network (WARN)
X X X
Backup power generation on-site
X X X
Vehicle Barriers X
Potential Countermeasure Capital Cost O&M Cost Annualized Cost
Hardened ladder access $20,000.00 $200.00 $2,665.82
Water/Wastewater Agency Response Network (WARN)
$10,000.00 $2,000.00 $3,232.91
Backup power generation on-site $200,000.00 $5,000.00 $29,658.19
Vehicle Barriers $150,000.00 $5,000.00 $23,493.64
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 122 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 203 of 301
Risk Metrics Baseline Improvement
Monetized Risk $3,666,064,100 $3,666,064,100
Utility Financial Impact $6,435,900 $6,435,900
Regional Economic Impact $3,580,848,200 $3,580,848,200
Fatalities 10 10
Injuries 10 10
Vulnerability Likelihood 100% 100%
Threat Likelihood 0.01 0.01
Asset/Threat Pair: Treatment Plant/C(S) - Contamination - Explosive Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Metrics Baseline Improvement
Monetized Risk $8,606,918,790 $8,606,918,790
Utility Financial Impact $42,943,500 $42,943,500
Regional Economic Impact $28,646,785,800 $28,646,785,800
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 30% 30%
Threat Likelihood 0.01 0.01
Asset/Threat Pair: Treatment Plant/F2 - Flood - 500 Year Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Assessment Summary Report Using VSAT Web
Results
Asset/Threat Pair: Treatment Plant/A4 - Air Attack - Large Jet Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Hardened doors, Continuous process monitoring, Site lighting, Emergency operating proceduralplan, Intrusion sensors, Security cameras; Potential Countermeasures: Hardened ladder access.
Privileged and Confidential
Page 123 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 204 of 301
Risk Metrics Baseline Improvement
Monetized Risk $6,169,079 $3,084,540
Utility Financial Impact $11,651,300 $11,651,300
Regional Economic Impact $7,161,696,400 $7,161,696,400
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 43% 43%
Threat Likelihood 0.002 0.001
Asset/Threat Pair: Treatment Plant/V4 - Land VBIED - Large Truck Bomb Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Hardened doors, Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Vehicle Barriers.
Risk Metrics Baseline Improvement
Monetized Risk $43,868,000,900 $5,235,846,108
Utility Financial Impact $64,674,200 $64,674,200
Regional Economic Impact $43,566,986,700 $43,566,986,700
Fatalities 30 0
Injuries 30 5
Vulnerability Likelihood 100% 12%
Threat Likelihood 0.01 0.01
Asset/Threat Pair: Treatment Plant/EQ3 - Earthquake - PGA 0.4 - 0.8 Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Hardened doors, Continuous process monitoring, Site lighting, Emergency operating proceduralplan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Backup power generation on-site.
Risk Metrics Baseline Improvement
Monetized Risk $18,044,187 $258,226
Utility Financial Impact $16,866,700 $16,866,700
Regional Economic Impact $10,742,544,700 $10,742,544,700
Fatalities 0 0
Injuries 5 0
Vulnerability Likelihood 43% 24%
Threat Likelihood 0.0039 0.0001
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 124 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 205 of 301
Asset/Threat Pair: Treatment Plant/D(U) - Utilities Monetized RiskSummary
Existing Countermeasures: Employee screening program, Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Backup power generation on-site.
Risk Metrics Baseline Improvement
Monetized Risk $570,248,804 $25,726,365
Utility Financial Impact $16,866,700 $2,959,000
Regional Economic Impact $10,742,544,700 $1,193,616,100
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 53% 43%
Threat Likelihood 0.1 0.05
Asset/Threat Pair: Chemical Feed System/C(S) - Contamination - Explosive Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Metrics Baseline Improvement
Monetized Risk $2,751,809,400 $2,690,384,400
Utility Financial Impact $6,331,000 $6,331,000
Regional Economic Impact $3,580,848,200 $3,580,848,200
Fatalities 10 0
Injuries 50 0
Vulnerability Likelihood 75% 75%
Threat Likelihood 0.01 0.125
Asset/Threat Pair: Chemical Feed System/EQ4 - Earthquake - PGA 0.8 - 1.1 Monetized Risk Summary
Existing Countermeasures: Guard(s), Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Metrics Baseline Improvement
Monetized Risk $4,403,931 $3,092,975
Utility Financial Impact $21,977,100 $21,977,100
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 125 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 206 of 301
Risk Metrics Baseline Improvement
Regional Economic Impact $14,323,392,900 $14,323,392,900
Fatalities 10 5
Injuries 20 20
Vulnerability Likelihood 43% 43%
Threat Likelihood 0.00071 0.0005
Asset/Threat Pair: Chemical Feed System/V4 - Land VBIED - Large Truck Bomb Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Hardened doors, Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Metrics Baseline Improvement
Monetized Risk $21,517,218,300 $21,517,218,300
Utility Financial Impact $42,838,600 $42,838,600
Regional Economic Impact $28,646,785,800 $28,646,785,800
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 75% 75%
Threat Likelihood 0.01 0.01
Asset/Threat Pair: Chemical Feed System/F2 - Flood - 500 Year Monetized Risk Summary
Existing Countermeasures: Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Hardened ladder access.
Risk Metrics Baseline Improvement
Monetized Risk $9,253,004 $514,482
Utility Financial Impact $16,761,700 $2,854,100
Regional Economic Impact $10,742,544,700 $1,193,616,100
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 43% 43%
Threat Likelihood 0.002 0.001
Asset/Threat Pair: Chemical Feed System/A4 - Air Attack - Large Jet Monetized Risk Summary
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 126 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 207 of 301
Existing Countermeasures: Guard(s), Continuous process monitoring, Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Backup power generation on-site.
Risk Metrics Baseline Improvement
Monetized Risk $11,507,808,000 $2,869,743,360
Utility Financial Impact $21,977,100 $6,331,000
Regional Economic Impact $14,323,392,900 $3,580,848,200
Fatalities 5 0
Injuries 5 0
Vulnerability Likelihood 80% 80%
Threat Likelihood 0.01 0.01
Asset/Threat Pair: Administration & Learning Center/V3 - Land VBIED - Mid Size Truck Bomb Monetized Risk Summary
Existing Countermeasures: Employee screening program, Guard(s), Perimeter fencing, Site lighting, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Metrics Baseline Improvement
Monetized Risk $146,203,200 $54,826,200
Utility Financial Impact $0 $0
Regional Economic Impact $0 $0
Fatalities 16 16
Injuries 743 743
Vulnerability Likelihood 80% 30%
Threat Likelihood 0.125 0.01
Asset/Threat Pair: Administration & Learning Center/EQ3 - Earthquake - PGA 0.4 - 0.8 Monetized Risk Summary
Existing Countermeasures: Guard(s), Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Backup power generation on-site.
Risk Metrics Baseline Improvement
Monetized Risk $50,310 $12,900
Utility Financial Impact $30,000,000 $30,000,000
Regional Economic Impact $0 $0
Fatalities 0 0
Injuries 0 0
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 127 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 208 of 301
Risk Metrics Baseline Improvement
Vulnerability Likelihood 43% 43%
Threat Likelihood 0.0039 0.001
Asset/Threat Pair: Administration & Learning Center/F2 - Flood - 500 Year Monetized Risk Summary
Existing Countermeasures: Guard(s), Hardened doors, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Backup power generation on-site.
Risk Metrics Baseline Improvement
Monetized Risk $43,200 $12,900
Utility Financial Impact $30,000,000 $30,000,000
Regional Economic Impact $0 $0
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 72% 43%
Threat Likelihood 0.002 0.001
Asset/Threat Pair: Administration & Learning Center/A4 - Air Attack - Large Jet Monetized Risk Summary
Existing Countermeasures: Site lighting, Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN).
Risk Metrics Baseline Improvement
Monetized Risk $1,914,720,000 $1,914,720,000
Utility Financial Impact $30,000,000 $30,000,000
Regional Economic Impact $0 $0
Fatalities 300 300
Injuries 300 300
Vulnerability Likelihood 80% 80%
Threat Likelihood 0.01 0.01
Asset/Threat Pair: Administration & Learning Center/D(U) - Utilities Monetized Risk Summary
Existing Countermeasures: Emergency operating procedural plan, Intrusion sensors, Security cameras; Potential Countermeasures: Water/Wastewater Agency Response Network (WARN), Backup power generation on-site.
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 128 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 209 of 301
Risk Metrics Baseline Improvement
Monetized Risk $12,900,000 $6,450,000
Utility Financial Impact $30,000,000 $30,000,000
Regional Economic Impact $0 $0
Fatalities 0 0
Injuries 0 0
Vulnerability Likelihood 43% 43%
Threat Likelihood 1 0.5
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 129 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 210 of 301
Countermeasure Packages
Parking of Vehicles Near Buildings Potential Countermeasures
Package description: Install Barriers to prevent vehicles from attacking buildings
The countermeasures included in this package are shown in the following table.
Potential Countermeasure
# Asset/Threat Pairs*
Monetized Risk Reduction**
Net Benefit***
Vehicle Barriers 1 $19,316,077,396 $19,316,053,902
Total N/A $19,316,077,396 $19,316,053,902
Net Benefit of Parking of Vehicles Near Buildings
Countermeasure Legend
1 Vehicle BarriersT.Total Net Benefit
Response Network Potential Countermeasures
Package description: Join a National Agency Response Network
The countermeasures included in this package are shown in the following table.
Potential Countermeasure
# Asset/Threat Pairs*
Monetized Risk Reduction**
Net Benefit***
Water/Wastewater Agency Response Network (WARN)
14 $24,076,720,267 $24,076,717,034
Total N/A $24,076,720,267 $24,076,717,034
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 130 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 211 of 301
Net Benefit of Response Netwrok
Countermeasure Legend
1 Water/Wastewater Agency Response Network (WARN)T.Total Net Benefit
Backup Generator Potential Countermeasures
Package description: Install permanent backup generator.
The countermeasures included in this package are shown in the following table.
Potential Countermeasure
# Asset/Threat Pairs*
Monetized Risk Reduction**
Net Benefit***
Backup power generation on-site
6 $4,603,445,375 $4,603,415,717
Total N/A $4,603,445,375 $4,603,415,717
Net Benefit of Backup Generator
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 131 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 212 of 301
Net Benefit of Backup Generator
Countermeasure Legend
1 Backup power generation on-siteT.Total Net Benefit
*Total number of asset/threat pairs to which this potential countermeasure, or countermeasure package, applies.
**Monetized risk reduction attributable to this potential countermeasure, or countermeasure package, based on all asset/threat pairs to which the countermeasure(s) applies
***Net benefit equals the difference between the monetized risk reduction and the annualized cost attributed to the potential countermeasure or countermeasure package
Risk Assessment Summary Report Using VSAT Web
Privileged and Confidential
Page 132 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 213 of 301
Water Replenishment District of Exhibit A General Services Contract Southern California Scope of Work PACWEST Security Services
EXHIBIT A-2
Contractor’s Proposal
Page 133 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 214 of 301
JUNE 27, 2019
PACWEST Security Services Vicki Langley Senior Vice President, Sales & Marketing Corporate Office 3303 Harbor Blvd., Suite A-103 Cost Mesa, CA 92626 (714) 429-1300 [email protected]
Partnership Proposal
Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility
RFP No. 18-005
6 YEARS IN A ROW OUR CLIENTS
HAVE RATED THEIR SERVICE
SATISFACTION AT 100%!
Page 134 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 215 of 301
Corporate/Orange County Los Angeles Inland Empire San Diego Hayward 3303 Harbor Blvd., Suite A-103 1545 Wilshire Blvd., Suite 302 2990 Inland Empire Blvd., Suite 104 7867 Convoy Ct., Suite 312 24301 Southland Dr., Suite 621
Costa Mesa, CA 92626 Los Angeles, CA 90017 Ontario, CA 91764 San Diego, CA 92123 Hayward, CA 94545 (714) 429-1300 (714) 429-5906 Fax (213) 413-3500 (213) 413-1019 Fax (909) 948-1888 (909) 948-0902 Fax (858) 279-5900 (858) 279-0800 Fax (510) 782-7100 (510) 782-7102 Fax
June 27, 2019 Melody Wu Project Administrator Water Replenishment District of Southern California 4040 Paramount Boulevard Lakewood, CA 90712 RE: RFP 18-005 Security Services for WRD’s Albert Robles Center (ARC) and Field Operations and Storage Annex Facility Dear Ms. Wu: PACWEST Security Services (PSS) is pleased to submit our proposal in response to the RFP issued by your agency. Required responses have been included and prepared as specified in the RFP. For further evaluation of our company our standard proposal has been included as an attachment. It highlights our qualifications and experience, our investment in people, training and programs, client services and state-of-the-art technology, all of which ultimately deliver unmatched quality and value. PSS understands the necessity of highly visible positions and the importance placed on interacting with employees, vendors and visitors. We will provide security personnel who are thoroughly and continually trained in making your employees and visitors feel welcome and secure, and have the capability to vary security protocol and procedures to address and fulfill the WRD’s security, safety, and image objectives. Your account will be staffed with PSS officers who are thoroughly and continually trained to address issues inherent to the property, officers who assimilate to your environment, and have the capability to vary security protocol and procedures to address varying issues. It is our desire to provide unarmed uniformed security personnel who possesses strong interpersonal skills with the ability to interact appropriately with each level of the WRD work force and the public. We are committed to providing you with an effective security program based on the continuous improvement of people, process and technology. Our overall service approach delivers the best value by offering cost effective security services that are flexible and responsive, realistic, attainable and appropriate, and centered on our core security program functions of recruiting, screening, hiring, training, and supervising the most qualified security officers. We will make certain quality security services will be delivered consistently and reliably to the account. From our quality on-site personnel and state-of-the-art technology, to an experienced and responsive management team and the ongoing enrichment processes we have in place, we are confident that the WRD will benefit from our unmatched customer service and expertise. We are a proven qualified contractor capable of providing all management, supervision, manpower, material, supplies, equipment and technology to support this effort.
Page 135 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 216 of 301
Page 2 of 2
Our clients rate their service satisfaction rated 100%...six consecutive years!
Melody, all of us at PACWEST Security Services would like to thank you for this partnership opportunity. Should you require additional information or have any questions please feel free to contact me at (714) 429-1300, or at [email protected]. Sincerely, Vicki Langley Senior Vice President, Sales & Marketing Corporate Office PACWEST Security Services 3303 Harbor Blvd., Suite A-103 Costa Mesa, CA 92626 www.pacwestsecurity.com
Page 136 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 217 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 1 of 28
Table of Contents A. COMPANY BACKGROUND ...................................................................................................................... 2
Representative Clients ....................................................................................................................................... 3
B. PROJECT OVERVIEW & APPROACH ......................................................................................................... 4
Overall Approach ............................................................................................................................................... 4
Recruiting ........................................................................................................................................................... 4
Employee Retention........................................................................................................................................... 7
Training .............................................................................................................................................................. 7
Uniforms .......................................................................................................................................................... 10
Grooming ......................................................................................................................................................... 10
Post Orders ...................................................................................................................................................... 11
PACTrax™ Online Reporting Technology ........................................................................................................ 11
Relief Officers ................................................................................................................................................... 11
Quality Assurance ............................................................................................................................................ 12
Technical Approach .......................................................................................................................................... 13
New Account Start Up ...................................................................................................................................... 14
Management Approach & Communications Protocol ..................................................................................... 16
C. ADDITIONAL SERVICES ......................................................................................................................... 16
Robotics ........................................................................................................................................................... 16
D. EXPERIENCE AND RECORD OF PAST PERFORMANCE .............................................................................. 18
City of West Hollywood ................................................................................................................................... 18
Reyes Coca Cola Bottling .................................................................................................................................. 19
Port of San Diego ............................................................................................................................................. 19
Central Contra Costa Sanitation District .......................................................................................................... 20
E. PROJECT TEAM AND QUALIFICATIONS .................................................................................................. 20
Account Manager, Salvador Crespo ................................................................................................................. 20
Field Supervisors .............................................................................................................................................. 21
Full-time, In-house Training Specialists ........................................................................................................... 22
On-Site Supervisor ........................................................................................................................................... 22
Security Officer ................................................................................................................................................ 22
F. CONFLICT OF INTEREST ........................................................................................................................ 22
G. OTHER INFORMATION ......................................................................................................................... 22
H. WRD STANDARD CONTRACT ................................................................................................................ 23
I. PROJECT COSTS AND LABOR HOURS ..................................................................................................... 23
Projected Costs – ARC, 4320 & 4330 San Gabriel River Prkwy, Pico Rivera, CA 90660 ................................... 24
Optional Budgets – 336 Hours Per Week Yrs. 1-3............................................................................................ 25
Optional Task Pricing – Field Operations & Storage Annex Facility ................................................................. 27
Projected Optional Task Budgets Yrs. 1-3 ........................................................................................................ 28
Page 137 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 218 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 2 of 28
A. COMPANY BACKGROUND Provide a brief background of the firm including history, types of services provided, organization structure, number of employees, annual revenues, number of offices and locations with staff size and disciplines, and any other relevant information that may be useful in determining the firm’s qualifications to provide the services described in this RFP.
PACWEST Security Services (PSS) was founded in 1994, and incorporated in 1997 as PSMG, Inc. dba PACWEST Security Services. PSS is a privately owned state licensed security guard company (license number PPO 12551). Our corporate office is located in Costa Mesa, California. Branch offices are located in Los Angeles, Orange County, San Diego, Ontario, and Hayward. A copy of our company organizational chart is located in our
standard proposal on page 8, which is included in the Appendix. PSS is a California corporation in current standing with all reporting, filing and deposit requirements as mandated by the State and Federal government, and is financially strong with no debt. Our annual revenue is in excess of $30 million. We employ full-time, in house training specialists, more than 1,200 security professionals, and provide protection services on a permanent basis to over 375 diverse and discerning clients. Representative clients include; City of West Hollywood, Unified Port of San Diego, Central Contra Costa Sanitary District, Edwards Lifesciences, and The Coca-Cola Company to name a few. A copy of our company representative clients can be found on the following page and is also located in our standard proposal, which is included in the Appendix. PSS services include, but are not limited to; Uniformed Guard, Lobby Ambassadors, Private Vehicle Patrol, Training Services, Online Field Reporting, and Robotics. Specific areas of expertise are in Asset Protection, Executive Protection, Premises Control, Investigations, and Fire/Life Safety services. Our diverse market segment consists of, but is not limited to; Corporate campuses, commercial and high-rise office buildings, high-tech, bio-tech, retail, gated communities, logistics, municipalities, manufacturing, distribution and industrial facilities.
The PSS companywide employee turnover for the last 3 years is; 2016- 38%; 2017- 35%; 2018- 34%. In an industry with a turnover in excess of 350%, we believe these are among the lowest turnover rates in the security services industry. With one of the highest client retention rates in the industry, PSS has lost only 4 accounts for unsatisfactory service since the company was founded in 1994. We believe this is a powerful statement as to the quality of service provided to our clients, and demonstrates a high level of customer service satisfaction. Additionally, for the last 6 years PSS clients have rated their service satisfaction on a scale from 1-100, at a 100% service satisfaction rating! Other relevant information useful in determining our qualifications can be found in our comprehensive standard proposal, which is included in the Appendix.
Page 138 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 219 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 3 of 28
REPRESENTATIVE CLIENTS
Page 139 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 220 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 4 of 28
B. PROJECT OVERVIEW & APPROACH Present a narrative overview of the Proposer’s understanding of the RFP requirements and the overall approach and technical plan for accomplishing the work assignments. The proposal may also include the following: 1) Ability to successfully complete work assignments within the District’s required time frame and, as
necessary, on short notice 2) Describe the Proposer’s project management approach and communications protocol 3) Describe the Proposer’s approach to quality assurance and control, as well as any performance
guarantees.
No two client sites are the same and every client has a unique set of security needs and plans, procedures and protocols in place. The PSS Account Manager and our training specialists will initially conduct a security assessment of the property. Through a complete and thorough security assessment they will evaluate security solutions presented in the RFP, and compare those protocols against the assessed security needs. This may result in recommendations for new plans, protocols and procedures, and/or improvement to existing.
OVERALL APPROACH Our operational approach is to conduct extensive background screening, initial and continuous personnel training, establish the appropriate controls to empower our personnel with the ability to govern critical functional responsibilities, and to delegate decision making authority to the lowest responsible level of competence thereby mitigating managerial hindrances to expediting work performance. The staffing assigned to your account will be backed by an established, experienced management team committed to effective organizational leadership. Our Los Angeles branch management is structured to ensure our officers receive accessible, supportive and consistent supervision. A PSS manager is always available to respond to any client or employee request, regardless of the time of day or day of week. Our security program for the WRD has been designed to not just meet the your minimum requirements, but to exceed your expectations by delivering an ongoing approach committed to identifying cost savings opportunities by continually evaluating staffing needs versus technology enhancements, which are designed to reduce risk, optimize security and ensure compliance. We will provide all necessary personnel, supervision, training and equipment and recommend state-of-the-art technology to ensure accurate and efficient deployment of resources, tracking, recordkeeping, and invoicing.
RECRUITING Successful recruitment is imperative to the operation of any contract security company; therefore it is an on-going process. PSS utilizes standard sources to recruit new employees; online applications, social recruiting (Facebook, Twitter, etc.), job fairs, and careers sites (Indeed, CareerBuilder). Our most successful program however, results from recommendation from current employees. Under our Employee Referral Bonus Program our employees earn extra money by recruiting other individuals for employment. Our understanding of your site-specific needs enables us to pinpoint personnel requirements for recruitment. We actively seek out candidates for security officers based on your requirements, and our stringent selection standards.
Page 140 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 221 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 5 of 28
There are some basic things we must do in order to attract personnel who by their nature, their values, and their work ethics not only reduce the potential for incidents, but also act responsibly when an incident does occur. Several things are key in obtaining the desired security staff, they are:
• Reasonable starting wages • Correct assessment of the individual’s value systems • Thorough screening process • Attractive employee benefits • Reward and incentive programs • Safe working conditions • Positive, responsive and effective management
Our management staff will identify candidates and conduct all necessary interviews, tests and training before assignment to WRD. Interviews are conducted by our Personnel Specialists or by Senior Management. Recommendations are then made to the Account Manager who has the final decision. A five (5) step method is used to ensure that the most qualified applicants are employed. In addition, WRD needs and specifications are used as our guidelines throughout the hiring process. Step ❶ Pre-Job Questionnaire Applicants that do not meet general company standards or present the needed identification and information are rejected.
Step ❷ Application Package The application package consists of an English Usage Test, a Physical Declaration, and Personal Identification. Eligibility and the neatness of the application, past experience, stability in employment, verifiable residential history as well as the ability to read and write effectively must be at acceptable levels in order to continue with the interview process.
Step ❸ Initial Interview Applicants for employment are interviewed utilizing techniques geared specifically for the security industry. Trained personnel specialists conduct these “patterned interviews” PSS office. The applicant’s ability to perform the physical requirements of the job is reviewed. If any questions exist, documentation and/or a physical examination may be required.
Step ❹ Background Check The most important single aspect of the hiring process is a thorough background check. Former employers (minimum of 3 past employers, minimum of 5 years previous employment) as well as personal references (minimum of 3) are interviewed. Each person contacted also receives a confidential questionnaire for his or her completion. In addition, PSS also utilizes an in-house, on-line database reference service. PSS will access from various databases information on each applicant as follows:
Databases Verification
Superior Court – Criminal Case Index Arrest and conviction records, if any
Social Security Search Verification of identity and resident history
DMV Record Further proof of identity and indication of character (conducted only on selected applicants)
Drug Screening Applicants are submitted to a 12-panel drug test conducted by a state-licensed laboratory
Psychological Testing Results reviewed by a State Licensed Clinical Psychologist (Optional)
Page 141 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 222 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 6 of 28
Step ❺ Final Interview Providing all steps result in a positive response the job offer is now made. All new hire paperwork is processed and the applicant is scheduled for training. In addition, the applicant is scheduled to be fitted for their uniform. At this time applicants are required to provide their birth certificate for final identity check. METHODS USED FOR BACKGROUND SCREENING The single most important aspect of the vetting process is a thorough background check. The PSS Human Resources department conducts all background checks. Former employers (minimum of 3 past employers, minimum of 5 years previous employment), as well as personal references (minimum of 3) are interviewed. Each person contacted also receives a confidential questionnaire for his or her completion.
We also use Americhek, a leading background research company with both National and International capabilities to conduct comprehensive applicant backgrounds. Please see below for a brief explanation of each service. PSS will access from various databases information on each applicant as follows:
Databases Verification
Superior Court – Criminal Case Index Arrest and conviction records, if any
Social Security Search Verification of identity and resident history
DMV Record Further proof of identity and indication of character (conducted only on selected applicants)
Drug Screening Applicants are submitted to a 12-panel drug test conducted by a state-licensed laboratory
Psychological Testing Results reviewed by a State Licensed Clinical Psychologist (Optional)
As a result of these screening methods, PSS can point, with pride, to the fact that our record is remarkably free of incidents and serious misconduct. We make sure that individuals who might take improper advantage of their positions are not hired. We will neither hire anyone with unstable job histories or sub-standard military records nor will we hire individuals with police records, financial problems, or chemical usage histories or dependency. The WRD can rest assured that when PSS staffs your location we will bring to those posts individuals who are stable, who value their employment histories and records, and who are responsible in their personal lives as well. They will be psychologically stable and well suited for your particular assignment.
APPLICANT QUALIFICATIONS & MINIMUM CRITERIA Below and on the following page are the applicant pre hire qualifications and minimum criteria.
Requirements Verification
Minimum Age 18 Driver’s License
Proficiency in English usage Interview Process
Proficiency in reading and writing English Usage Test
High School Graduate or GED Copy of Document or Check with Institution
No Police Record Court Records Check
Clear DMV Report DMV Check
No Outstanding Warrants Court Records/DMV Check
Valid California Driver’s License Copy of License/DMV Check
Verifiable Residential History Social Security Search/Interview Personal Refs.
Page 142 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 223 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 7 of 28
Good General Health Observation/Documentation, Physical if Needed
A Birth Certificate Copy for Personal File
Good Work History (verifiable) Previous Employment Check min. 3 covering last 5 years
Good Military History (if applicable) Copy of DD 214
Citizen of US or Legalized Alien Completion of I-9, Birth Certificate
Meet All Requirement of State License Process License App. or Have Current State License
Displayed Emotional Stability Patterned Interview
Value Driven Interview Process/Past History
Drug Free Drug Screening
EMPLOYEE RETENTION After selecting the best candidates for employment, the important task of motivation and retention begins. We recognize that employee pay and recognition inspires employees to perform at a higher service level, and service excellence that is recognized and rewarded is service that is repeated. Employee stability within any work force can be enhanced by seeking to achieve the following:
Wages at or above market rate
Safe working conditions
Reasonable benefits
Employee recognition and incentive programs
Wage increase at regular intervals
Assignment of the right post and time slot
Treatment of employees with dignity and respect
Involvement of employees in worthwhile interactions
Promotional opportunities
TRAINING All training programs are overseen by the PSS Training Specialists. They provide new hire orientation, site-specific, ongoing continual training and special training by means of computerized presentation and discussions. Our goal is to provide each newly hired security officer with the most current and relevant security-related news, information and training available. Each PSS officer assigned to your account will receive 8 hours of new hire initial introductory training, 4-8 hours of on-site specific training, and a minimum of 40 additional hours annually of continuous training. Additional training is available and will be billed back to the client. Training addresses basic security principles and techniques, such as; observation, reporting, fire and life safety, customer service excellence, emergency preparedness and PSS policies and procedures. It also addresses on the job site specific training that focuses directly on client policies and procedures and any specialized client training requirements, such as CPR/first aid, safe driving, deescalating the situation and more. Since no training program can be one hundred percent comprehensive, the training program will be an on-going effort, continuous from the first day of employment. Employees are constantly evaluated as to their job knowledge and provided with updated instruction as necessary. Field Supervisors perform these evaluations during post inspections and prepare reports of results to management. The following resources are used in preparing officers for duty:
Source Type of Training
PSS Personnel Specialists Company Policies
Page 143 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 224 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 8 of 28
Supervisors Operational Procedures
PSTN Training Films
Off-Duty Police Officers Basic Law, Legal Limitations
PSS Training Specialist CPR/First Aid
PSS Training Specialist Fire/Life/Safety
PSS Training Specialist Computer Use
Management Proprietary Systems
Management Site Management Program
PSS Web Site Emergency Preparedness
A 7-STEP TRAINING PROGRAM We have developed a Seven (7) Step Training Program with a two pronged approach; basic security principles and techniques. Step ❶ Orientation - This orientation segment is designed to provide the new employee with basic information regarding the duties of the security officer. Administering of the state of California guard card test, orientation to company policies and procedures, report writing and personal safety are some of the subjects presented here. Step ❷ Professional Security Television Network - An annual subscription to Professional Security Television Network (PSTN) provides PSS with over 2500 subject specific training tapes, assisting our training specialists in developing custom training programs for any situation. Used in Basic Training (PSTN) is a 12-part modular series of programs accompanied by our instructor’s guild and testing material. This segment gives detailed instruction on all phases of policies and procedures for security officers’ duties. Employees are tested after viewing each module. Results are evaluated and individual instruction is provided in those areas where tests indicate weakness or information not retained. Step ❸ Basic Instruction -Basic Instruction Training (BIT) is a site-specific segment that instructs the employee of all operational procedures and policies of the client security program. This phase of training is provided by the PSS Site Supervisor or Field Supervisor. The BIT will include, but NOT be limited to:
Objectives of client security program
Tour of Facility
Business Practices and Methods as they relate to security functions
Company/Building Management and other key personnel
Review of Emergency Instructions
Use of equipment in place; CCTV, Locking/Unlocking Procedures, Alarms, Access Systems, Computers, etc.
Use of Post Orders (prepared by PSS during transition phase) that are specific to Alameda Point Step ❹ Site-Specific - Additional Site Specific Training is provided by way of monthly and quarterly Training Meetings. This segment represents On-going Training that will be needed to meet the changing requirements of the client security program. The idea is to “leave open” - so to speak - an area that can be custom designed as applicable, and provided on an on-going basis. Resources include videos, lectures, handouts, specific examinations, as well as outsourcing to training organizations and facilities. Step ❺ Specialized - Depending on the PSS Service Program selected and specific needs of your site, PSS will provide the following developed programs:
Page 144 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 225 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 9 of 28
CPR/First Aid
Use of PSS proprietary hardware and software
Computer Use
Advance Response to Emergency Situations
Site Supervisor Training Step ❻ Field Supervisor Leadership Development - To qualify for the Field Supervision Leadership Development program the candidate must meet the following:
PSS employee for at least 6 months or previously employed in a supervisory position for at least a year
Complete PSS Relief Officer assignments (see Operations Section – “Relief Officer”)
Trained on all Emergency Skills
Instruction and testing totaling 40 hours of training, is given in the following areas:
Verbal Communication
Supervision and Leadership
Sexual Harassment and Hostile Work Environment
Employee Motivation
Law for Security
Home Study Course on Asset Protection Step ❼ Internet Training Academy (ITA) - PACWEST Internet Training Academy (ITA) provides training on demand. Any PACWEST Security Officer may log on 24/7 to www.pacwestsecurity.com. Once at their web site academy, they will discover the most topical issues of the industry covered by interesting training modules. Training is self-paced and easy to work through. Upon completion of each module a quiz is taken and transmitted to the PSS Corporate Office for review by our staff of training experts. A Certificate of Completion is available. As Security Officers work through each level of course study they become eligible for bonus and rate increases, these individuals are also the first considered for promotions. Additional Site-Specific Training is provided by way of Training Meetings. This segment represents On-going Training that will be needed to meet the changing requirements of the WRD security program. The idea is to “leave open” - so to speak - an area that can be custom designed as applicable, and provided on an on-going basis. Resources include videos, lectures, handouts, specific examinations, as well as outsourcing to training organizations and facilities. Our trainers also offer and conduct other courses, workshops and seminars such as;
Workplace Personal Safety & Security
Sexual Harassment
Workplace Diversity
Violence in the Workplace
Active Shooter
CPR/First Aid Training
Disaster Preparedness & Disaster Recovery Planning
Crisis Management
Tenant Training Services
Terrorism Preparedness Upon award of the contract to PSS, our Field Supervisors will be assigned and trained on all aspects of the WRD security program. Field Supervisors will check your site during each security officer’s shift inspecting the
Page 145 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 226 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 10 of 28
officer’s appearance, work in progress, and status of your site to ensure that all contractual obligations are being delivered.
UNIFORMS We believe premium business environments such as yours require a notable presence. Not just people in uniform, but professionals who exemplify your image. Traditional attire and Soft attire uniforms are provided at NO COST. Replacements are provided as needed (at no cost) due to normal wear-and-tear or damage caused during work. When officers look their best their performance is enhanced!
Pants - 3 pair, polyester police
style, navy blue
Belt - standard basket weave or Sam brown
Shirts - 5, cotton with PSS logo patches, white
Badge - PSS, metal-gold in color, numbered
Nameplate - gold in color with black lettering engraved
Jacket - 1, quilt lined dark blue
Rain gear will be kept on your site
Pants - 3 pair, gray
Belt - leather
Shirts - 5, button down cotton, white
Neckties - 2
Sweater Vest - 1, dark blue
Blazer - 2, navy blue
Nameplate - gold in color with black lettering engraved
Rain gear will be kept on your site
GROOMING Security staff appearance, is just as important as a positive attitude, knowledge and performance in providing the professionalism you expect and deserve. All PSS security officers are expected to use good judgment in hygiene. This is addressed in the training phase. The following grooming standards are required:
Females will wear hair up in a secure fashion.
Make-up, nail polish, and fingernails will be conservative.
Males will have hair cut so that it does not extend below the top of ears or below the top of shirt collar.
Males will have no facial hair other than a mustache.
Jewelry will be kept to a minimum. Not more than one ring on each hand.
Males are not allowed to wear earrings on duty.
Females may wear stud earrings only, if at all.
Sunglasses are acceptable in outdoor areas only and only conventional in style.
Traditional Soft Attire
Page 146 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 227 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 11 of 28
POST ORDERS Post Orders are an essential component of our security program. The information provided in the Post Orders contains client general and post specific orders for each particular post. Security personnel are 100% knowledgeable of their assigned post duties and review their Post Orders at the beginning of their shift for updates or changes. Security officers must know the location of and usage instructions for the nearest first aid kit, fire extinguisher, fire alarm, and must be ready, willing, and able to use them as necessary and as required by the Post Orders. A manual detailing the WRD policies and procedures will be written during the new account transition phase. These post orders are prepared by PSS and approved by you. This allows ease in updating as necessary. Our Post Orders contain the SB198 Injury and Illness Prevention Program as required by the state of California. The PSS Post Order Maintenance System is designed to ensure that changes in information or duties will be processed effectively and immediately, generally within a 24-hour period. Our Post Orders are comprehensive, yet developed for ease of reference by our on-site security personnel.
PACTRAX™ ONLINE REPORTING TECHNOLOGY PACTrax™ powered by TrackTik, offers online, real time field reporting and incident notification. Timely notification allows you the ability to make an instant decision regarding remedial action. All reports are converted into PDF, can be automatically emailed to clients, and are accessible for viewing online 24/7 from any internet connected device. All reporting is made available 24/7/365 through our secure, online cloud. Customized reports include photos, videos, and diagrams. Data is instantly transmitted to pre-defined recipients of WRD, replacing the need for paper incident reports and dramatically cutting down on the time it takes to input and deliver reports. Additionally, and includes detailed incident trending analytics through graphical data. Sample reports have been included as attachments.
FEATURES; Live dashboard 24/7/365 GPS location GEO fencing Real-time online reporting Reports converted to PDF Email notifications of incidents Guard tours using RFID tokens Customized reports (incident, daily
activity, maintenance, etc.) Photo and video capture Diagrams Signatures Text notes Shift start to end timestamps Emergency contacts access Panic Button Post orders access Password protected User access levels
BENEFITS; Reports, checkpoint scans, clock-ins/outs, and more as they
happen Robust reporting allows us to collect comprehensive
records of activity or incidents Organizes & centralizes information for our field personnel Provides complete visibility into the history of our operation
at your account Customization allows us to create unique reports and tours
specific to each client location Automatically compiles incident data from the field Creates charts and tables with incident data collected Inactive alert notifies us when an officer has not responded
so we can be proactive about the safety of our personnel Publishes reports in PDF format to save, print or email Mitigates risks with knowledge of activities on-site and
forecasts future expectations Provides recommendations to reduce incidents on the
property Helps anticipate coverage and staffing to reduce incidents
RELIEF OFFICERS All fixed posts are manned at all times during the contract by trained and qualified security personnel. At no time is an open post tolerated! Relief officers or “on-call” security personnel are on staff and available to
Page 147 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 228 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 12 of 28
respond to any emergency situation. Relief officers are also enlisted to fill in for absent or vacationing employees or for additional service requirements. PSS utilizes its Relief Officer Program as a training ground for Field Supervision duty and, therefore, we put major emphasis on this program. Relief officers are trained on all locations and posts, as well they are paid a higher wage. This method allows us to always have personnel trained on the duties of your site and ready when needed.
QUALITY ASSURANCE Customer satisfaction is the metric we use to improve our service. By measuring and tracking customer satisfaction, we can put new processes in place to increase the overall quality of our customer service. PSS trainers, supervisors and managers focus on making certain our employees are well versed in the highest customer service standards. These standards are not a procedure; they are a corporate philosophy and a business methodology. We produce security officers capable of delivering the perfect combination of security skills, professionalism and customer service excellence. We ensure our employees provide outstanding customer service, greet all individuals with courtesy and address everyone in a respectful manner. They must be mentally alert and emotionally stable to respond to routine and emergency situations, and make competent decisions regarding all situations that may arise during their performance. PSS is proud that our Senior Vice President of Operations, David Rios and our Los Angeles Regional Vice President of Operations, Salvador Crespo earned their leadership and customer service training from the award winning Ritz-Carlton Hotel Company. The Ritz Carlton is the first and only hotel company twice honored with the Malcolm Baldrige National Quality Award from the United States Department of Commerce. To improve our customer service, our training leverages Ritz Carlton award-winning employee training. This training enables and inspires our employees to provide outstanding customer service and create a positive service environment for all. The PSS Essentials of Service training includes the following:
General Service principles
Making a good first impression in person and on the phone
The importance of active listening skills
Workplace manners for creating a positive environment PSS employees provide excellent customer service because our service standards and expectations are clearly defined. Our employees and clients know that we go “above and beyond” to ensure total customer service satisfaction. The last five years in a row PSS has been given a 100% service satisfaction rating by our clients. Showing that we care about our clients, and our employees, working swiftly and effectively on their behalf is how we continually exceed our clients’ service expectations. To ensure service levels are met, performance appraisals are conducted on all employees upon completing the 90-day introduction period and every six months thereafter. The following criteria are reviewed with each appraisal:
Job knowledge
Dealing with people (PSS clients, public, coworkers, supervisors)
Judgment (are decisions and actions appropriate and based upon sound reasoning)
Initiative (is employee a self-starter in attaining job objectives)
Attitude
Uniform (clean, pressed, worn properly at all times)
Presentation of self (general physical and verbal)
Page 148 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 229 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 13 of 28
Following policies and procedures
Attendance (always on time, not absent)
Strengths to build on
Areas to work on
Recommendations We view every issue as an opportunity to provide outstanding customer service! Showing that we care about our clients, and our employees working swiftly and effectively on their behalf is how we continually exceed our clients’ service expectations.
TECHNICAL APPROACH The WRD has issued its solicitation stating its minimum requirements however, you will see that our technical exceeds those minimums and in fact sets forth a robust, flexible and economical program for the WRD. PSS fully understands and will comply with all recruitment, evaluation and staffing requirements for the program. Our management team will provide the required project management, oversight and supervision to ensure contract compliance and service level requirements. PSS BRANCH RESPONSIBILITIES
• Lead new account start-ups
Develop, update post orders
Primary point of contact • Available client resource 24/7 • Manage day-to-day operations • Assign Account Manager
Provide staff scheduling • Provide 24/7 field supervision • Facilitate recruiting
Conduct initial, on-site and continuous training • Conduct random and unannounced supervisory inspections • Provide required security resources • Maintain flexible security officer staff for special needs, emergencies and call offs • Ensure contract compliance • Ensure quality assurance • Ensure client satisfaction
PSS CORPORATE RESPONSIBILITIES
• Ownership accessibility
Contract administration • Human Resources
Recruiting • Experienced transition teams • Experienced and certificated trainers • Training Programs • Quality Assurance Program • Employee Benefits • Employee Recognition & Rewards Programs • Technology systems support • Financial functions; billing and payroll
Page 149 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 230 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 14 of 28
• Legal guidance • Emergency backup • Insurance claims, tax data and reports • Ensure client satisfaction
SERVICE LOCATIONS, TYPES OF LABOR, HOURS OF SERVICE 1) Albert Robles Center (ARC)
Unarmed security
One (1) 24/7 security officer = 168 hours per week
Staffing Option – two (2) 24/7 unarmed security officers per shift
Standard hard uniform
Stationed at front lobby console
Monitor CCTV, motion detectors and alarms, greet and check in/out visitors
Perform interior & exterior walking guard tour at least 2 times each shift Equipment provided by Client
• Front lobby console
Property cameras and motion detectors
CCTV monitoring
Equipment provided by PSS
One (1) PACTrax smart phone with online reporting and GPS tracking management technology
Twenty (20) guard tour RFID tags 2) Field Operations & Storage Annex (currently vacant)
One (1) unarmed standard vehicle patrol service
Conduct three (3) random patrol visits between 7:00 PM – 4:00 AM, 7 days per week
PACTrax real time, online field reporting technology
Install and use ten (10) guard tour tracking RFID tags
Conduct patrol per RFP scope of service
Respond to emergencies
NEW ACCOUNT START UP Our management team is extremely aware of the heavy responsibility inherent in providing security services. PSS is prepared to conclude the transition of the WRD security program in the timeline specified by the WRD. We will provide to you a very detailed start-up plan that will show when each phase of the transition is scheduled from start to finish. The transition plan will be transmitted to your office every 2-3 days in order to keep you informed during the period between Award of Contract and Start of Service. Please be advised that ideally a 30-day transition timeline is desired. This allows time for client meetings, development of the security post orders, recruitment of security personnel, completion of background checks and drug testing, uniforming, new hire orientation and on-site training. For your review, a sample 30-day transition plan has been included below. The following is a sample of all steps needed for a start-up of your account. These steps are outlined on a time schedule and indicate each task assigned. Please understand that each start-up plan will require some minor adjustments to be made after initial meetings are completed.
Page 150 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 231 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 15 of 28
Account Name: Start Time: Coordinator:Branch:Manager: Initiated In Progress - - - - Completed P
------------------------------P
------------------------------P
---------------------P
--------------------- P
---------------------
---------------------
--------------------- P
--------------------- P
--------------------- P
--------------------- P
--------------------- P
--------------------- P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
------------------
------------------
Contract Compliance/Quality Assurance
--------------------
30-Day Transition In Progress
Task Timeline Legend
Personnel Recruitment
---------------------- ----------------------
---------------------- ----------------------
----------------------
Prepare Master Schedule
---------------------- ----------------------
----------------------
----------------------
----------------------
CONTRACT BEGINS
WEEK 1
----------------------
----------------------
----------------------
----------------------
Field Supervisor Training
Interview Employees to Retain
Interview Personnel
Hire New Security Officers
Contract Begins
Order Uniforms/Equipment
New Hire Orientation/Training
Uniforms Issued/Inspected
----------------------
----------------------
Draft/Write/Review/Deliver Post Orders
Set-up Special Training
Deliver Equipment/Post Orders/Forms To Site
----------------------
----------------------
WEEK 1 WEEK 2 WEEK 3 WEEK 4
Start Date:
Start Up Team Client Meeting
TASKS
Start Up Team Assembled
Contract & Insurance Prepared
Package Equipment to Take to Sites
Verify List of Post Equipment
Train 1st Shift Officers
----------------------
Site Specific Training
Contract Awarded
Call Client to Verify Last Minute Arrangements
Notify Field Supervsiors to Meet at Start-Up
Field Supervisors/Schedule Walk Through
Schedule On-going Training for Field Supervisors
Prepare Post Order Start-Up Supplies
Conduct Background Investigations
-------------------- ---------------------- ------------------------ ------------------------
Page 151 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 232 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 16 of 28
MANAGEMENT APPROACH & COMMUNICATIONS PROTOCOL
C. ADDITIONAL SERVICES Include any comments, suggestions, or additions the Proposer may have regarding the scope of work or any other aspects of the work that the Proposer feels would be helpful to WRD in selecting a firm for the services described in the RFP. Identify the potential impact(s) or benefit(s) that these recommendations would have if accepted by WRD. Tasks above the minimum to complete the work described herein shall be clearly identified as “optional” in the proposal.
ROBOTICS If the prospect of being greeted or assisted by a robot still seems awkward or distant, it really isn’t. Contrary to popular belief, robots don’t replace people. Instead they perform tasks that are arduous, difficult, risky or very repetitive. More importantly, robots working in unison with security staff are a cost effective, efficient security solution. PSS has partnered with UBTECH and NXT Robotics to bring you intelligent, automated efficient operations of security monitoring and reporting services that enhance security tasks provided by our “human security personnel”. The Cruzr robot could be used at the WRD to conduct tours and check in/out visitors when the
Name Title Allocated to WRD
Simon Semaan Founder & President Available as a resource to Client and PSS branch management as needed.
David Rios Senior Vice President, Operations
Available 24/7 as a resource to Client and PSS branch management. Conducts meetings with branch managers on a quarterly basis or as needed. Meets with Client monthly, or as needed.
Salvador Crespo Regional Vice President, Los Angeles & WRD Account Manager
Coordinates and leads the new account start-up transition team. Day-to-day Client contact. Available 24/7 as a resource to Client and PSS Site-Supervisor. Conducts weekly meetings with Site-Supervisor and with Client as needed. Conducts on-going trainings to meet State compliance and to fulfill contractual requirements.
Hilda Soberanes Operations Manager, Los Angeles Branch Office
Integral part of the new account start-up transition. Available as a resource to Client, PSS Management, and Supervisors.
Field Supervisors Field Supervisors, Los Angeles Branch Office
Integral part of the new account start up transition. Available to Client 24/7. Conducts nightly random inspections, and conducts random trainings.
TBD On-site Supervisor Day-to-day Client contact. Liaison between Client and PSS branch office. Supervises on site security personnel. Ensures contract compliance and client service satisfaction.
TBD On-site Security Personnel
Assigned to WRD facility. Perform quality on-site service in compliance with contract.
Page 152 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 233 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 17 of 28
officer is on a walking patrol. The robot cost varies from $20,000-$45,000 depending on the software and customization required. INDOOR ROBOT
Cruzr is a customer service guru! It makes a great tour guide or front desk receptionist. Cruzr can answer frequently asked questions and provide information and guidance to tenants, vendors, and staff. It can recognize people and emotion, advertise and promote events. The multi-modal synergies and coordination make the interaction more fluid and more humanlike, which greatly enhances the user experience.
Below are some, but not all of Cruzr’s features.
Stands 4’7” tall, weighs 100 lbs.
11.6-inch touch screen
13MP HD Photo, 1080p Video
1 Depth-perception camera in waist
Abrasion resistant and quiet Omni-directional wheels to move smoothly and stable
Able to turn in any direction instantly
SLAM technology (simultaneous localization and mapping), real-time positioning and mapping to avoid obstacles
User friendly, humanlike interaction
Customized AI business services to a company’s specific needs
Mobile surveillance camera with real-time monitoring
Equipped with an infrared camera to work at night
Centralized control system can carry out functions such as managing maps, real-time motion control, and video playback
Can support independent patrol and command-controlled patrol.
98% high recognition rate, identifies faces in milliseconds
Open source platform lets you implement 3rd party resources for emotion detection, gender, age, ethnicity recognition, etc.
5-8 hours of active use (24 hr. standby)
Automatic docking and recharging INDOOR/OUTDOOR ROBOT
Scorpion 2, by NXT Robotics could work well at the WRD. It’s specifically designed for the outdoors, rugged terrain, rain, extreme heat and cold, and all outdoor weather conditions. Scorpion 2 is made in the USA, and designed to provide around-the-clock physical security monitoring and reporting. It uses a broad range of technologies, both software and
hardware, to make this robot robust and effective for a wide range of applications. The cost can range from $30,000 -$50,000. NXT Robotics has also developed a new video analytic that detects handguns in use with real-time streaming
video feeds, or with pre-recorded videos to our PACTrax hand held units. NXT Robotics’ service partnership with Ricoh USA Inc. means on-site repairs, service and/or replacement parts, are quickly deployed by a select team from Ricoh's exceptional corps of
more than 17,000 experts. Below are some, but not all of Scorpion’s features.
Page 153 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 234 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 18 of 28
4 Tamper Proof Cameras including infrared night vision
Configurable SSD storage for Videos
Human movement/motion detection/collision avoidance
Dual Led Lights and Emergency Flashing Amber Light
Annunciator (86db)
Allows for 250 pounds of Customer Payload
Vandal/Tamper Resistant Casing for Cameras
Save video to on-board DVR or remote Network Video Recorder (NVR)
Sensors, Gas, Open Flame, Acoustic (gunshots, breaking glass, etc.)
Notification via e-mail, SMS or API integration
Connectivity for Automatic Dispatching
Service response by Ricoh USA, Inc.
D. EXPERIENCE AND RECORD OF PAST PERFORMANCE Describe Proposer’s experience in completing similar assignments, preferably using the same project team personnel proposed for the services described in this RFP. Using the form provided as Attachment C, attached at the end of this RFP, list at least four (4) security service projects and a minimum of four (4) client references from similar projects successfully completed within the last ten (10) years of similar nature that demonstrate the firm’s and its sub consultants’ (if needed) competence to perform the work described in this RFP. Ongoing projects currently being performed by the Proposer also may be submitted for consideration.
The following PSS client projects are in similar size and scope to the WRD. The benefit to the WRD of the below referenced experience is that PSS understands the critical nature of each contract’s requirements, and has proven to be a qualified contractor. We understand the necessity of highly visible positions and the importance placed on interacting with the public and employees. We are capable of providing the management, supervision, manpower, material, technology, supplies and equipment to support our effort to provide outstanding service, and that each security officer and supervisor will be knowledgeable of the WRD’s site and applicable rules and regulations.
CITY OF WEST HOLLYWOOD PSS has partnered with WeHo since 2012. The annual budget is $225,000. We provide 224 weekly hours of dedicated vehicle patrol service for all 10 West Hollywood City parks, on-site security for the City’s farmers market, City Hall, and special event security. We lock City parks and restrooms and patrol after hours to prevent illegal and nuisance activity. We also provide lobby ambassador/concierge service inside City Hall, answering phones and assisting visitors as
needed. This project employs a PSS dedicated well-marked patrol vehicle, and our PACTrax™ online real time field reporting and GPS tracking technology. The same WRD Account Manager, Salvador Crespo, is the Account Manager for WeHo. Client Contact Kristin Cook Public Safety Manager City of West Hollywood 8300 Santa Monica Blvd West Hollywood, CA 90069 [email protected] (323) 848-6414
Page 154 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 235 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 19 of 28
REYES COCA COLA BOTTLING PSS has partnered with Coca-Cola since 2011. The contract was recently renewed for 3 more years. We provide more than 6,500 weekly hours of security service to more than 35 Reyes Coca-Cola facilities throughout the state. The annual budget is $6.5 million. The main focus of the PSS Security Officer is always the protection of Coke employees, visitors, assets and property. At Coke’s Los Angeles West region Corporate Office, our officer’s man the front desk reception and
communications center, monitor CCTV and alarms, answer phones, greet visitors and issue and monitor visitor passes, contractor, vendor, and employee badges. We also provide a dedicated marked vehicle for off-site employee and visitor parking security, as well as employee escorts. All PSS personnel are knowledgeable in the Coke facilities safety, emergency and evacuation procedures. They are tasked with providing a superior level of customer service. The same WRD Account Manager, Salvador Crespo, is the Account Manager for Reyes Coca-Cola Bottling Los Angeles, Downey, Carson, Bakersfield, Sylmar, City of Industry, Montebello, and Ventura. Client Reference Dale Huckabee Senior Security Manager Reyes Coca-Cola Bottling, LLC 1300 S Central Ave. Los Angeles, CA 90021 [email protected] (661) 978-0324
PORT OF SAN DIEGO Our Company has partnered with the Port of San Diego since 2015. PSS provides 168 weekly hours of security service to Broadway Landing at the Port. The annual budget is $225,000. Our officers respond to calls for assistance from Harbor Police and tenants. They act as
emissaries and information resources for Port visitors. They perform walking inspections of the property consistently throughout their shift. After hours they make sure doors are secured at closed businesses, focus on suspicious activity, trespassers, loiterers, vagrants, etc., who are escorted off the property. PSS officers conduct security checks to prevent illegal and nuisance activity that disturbs property, tenants and visitors. Our officers discourage panhandling, public intoxication, public consumption of alcohol, intimidating public behavior and other nuisance activity that tend to inhibit or discourage public enjoyment. This project employs our PACTrax™ online real time field reporting and GPS tracking system for immediate online incident reporting to Port authorities. Client Contact Taylor Stack Asset Manager, Real Estate Unified Port of San Diego 3165 Pacific Highway San Diego, CA 92101 [email protected] (619) 686-6493
Page 155 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 236 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 20 of 28
CENTRAL CONTRA COSTA SANITATION DISTRICT PSS has partnered with CCCSD since 2015. The annual budget is $260,000. We provide 168 weekly hours of security service protecting the premises and district property against theft, pilferage, vandalism or destruction. Our officer’s monitor CCTV and alarm systems, and report
suspicious activity and security breaches. They control access to the district headquarters facility and real property 24/7. PSS officers identify and report any security irregularities or discrepancies from district rules and regulations as required, make digital recordings of events as needed, and maintain proper chain of custody. This project employs a dedicated well-marked patrol vehicle, and our PACTrax™ online real time field reporting and GPS tracking system. Client Contact Shari Deutsch Safety & Risk Management Central Contra Costa Sanitation District 5019 Imhoff Place Martinez, CA 94553 [email protected] (925) 229-7320
E. PROJECT TEAM AND QUALIFICATIONS Provide a list of all members of the project team (including the Project Manager and security personnel). The identified Project Manager will be WRD’s main point of contact for all assigned tasks for the duration of the Contract. The proposal shall include the Project Manager’s contact information, including phone and e-mail address. For the security personnel, describe their relevant experience, role on the project, years with the company, applicable licenses and certifications (issue and expiration dates), and other required qualifications discussed in this RFP.
ACCOUNT MANAGER, SALVADOR CRESPO Salvador Crespo, Regional Vice President, Los Angeles will serve as the WRD Account Manager. In his role as your Account Manager he will be responsible for the day-to-day security operations for the WRD, and will serve as your primary point of contact. He will be intimately involved with the WRD, and is responsible for ensuring contract compliance and identifying opportunities for service enhancement. Mr. Crespo will be available to the WRD, 24/7/365. He is responsible for providing guidance, contractual support, customer satisfaction and quality assurance. He will evaluate the quality and effectiveness of our on-site security program, as well as the quality of our personnel. Weekly meetings, or meetings on a schedule the WRD deems necessary, are conducted to review staff performance and security program goals and objectives. These meetings can also be used as opportunities to redefine program goals and objectives. During the account start up transition Mr. Crespo will participate in meetings with WRD representatives as may be needed. After this period, when all parties are satisfied with the stability and direction of the security program, Mr. Crespo will meet with WRD client representatives on a weekly basis, or on a frequency best suited for the client. His direct involvement will fluctuate based on performance meetings, volume of performance data available for analysis, and any special needs or projects.
Page 156 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 237 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 21 of 28
Mr. Crespo will respond to Client needs, ensure contractual obligations are fulfilled, ensure continuous training of officers, evaluate and support field personnel, conduct field testing. Take immediate disciplinary and corrective action with any PSS officers if needed. He is tasked with maintaining client relations and ensuring client service satisfaction. See Mr. Crespo’s brief biography in the Appendix standard proposal, page 10. Salvador Crespo Regional Vice President, Los Angeles 1545 Wilshire Blvd., Suite 302 Los Angeles, CA 90017 (213) 413-3500 (213) 413-1019 Fax [email protected]
FIELD SUPERVISORS One of the most important components of the PSS Operations is the position of the Field Supervisor. Field Supervisors are selected upon achievement of the following requirements:
A minimum of one year employment with PSS (PSS always promotes from within)
Excellent people skills
High-rise experience, Fire/Life Safety training, CPR/First Aid certified
Completion of the PSS Field Supervisor Training Program totaling 80 hours of instruction PSS operates our own 24-hour dispatch center. Dispatchers are in continuous and immediate communication with PSS Field Supervisors and managers. PSS Field Supervisors are in the field 24/7/365, and perform random unannounced post inspections, inclusive of late evenings, weekends, holidays, to ensure officers are in compliance with the post orders and company policies and procedures. They provide supervisory support to the on-site personnel, inspecting the officer’s appearance, work in progress, and status of your site to ensure that all contractual obligations are being delivered. They support the daily operational needs of the account, including uniform and payroll deliveries, trainings and post order testing. Field Supervisor conduct training and field testing. They take immediate disciplinary and corrective action with any PSS officers if needed, maintain schedules for 24/7 efficiency, and handle any after-hours emergency. They have access to PSS 24/7 dispatch, all WRD emergency contacts, post schedules, and all PSS managers. Each visit is considered an opportunity to train and test the staff on their knowledge of their post assignment. Any deficiencies are documented during these post visits and brought to the attention of PSS management. PSS account management is responsible for correcting any deficiencies in personnel knowledge of the post orders, policies and procedures, and modifying ongoing training with supervisory personnel. Field Supervisors report directly to the Los Angeles Branch and will attempt to visit your account nightly, depending on any issues, training events, special coverage or other client needs that may arise. Upon award of the contract to PSS, our Field Supervisors will be assigned and trained on all aspects of the WRD security program. Field Supervisors are tasked with maintaining Client relations and ensuring customer service satisfaction.
Page 157 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 238 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 22 of 28
FULL-TIME, IN-HOUSE TRAINING SPECIALISTS PSS maintains full time in-house training specialists who are certified as fire life safety trainers and consultants by the City of Los Angeles Fire Department. This certification is valid throughout the State of California. They are also certified in CPR/first aid, AED, Management of Assaultive Behavior (MAB) and Techniques for Effective Assault Management (TEAM). They are available to provide seminars and training including, but not limited to;
Customer Service
Active Shooter
Sexual Harassment
Workplace Violence
Workplace Diversity
Terrorism Preparedness
Disaster Preparedness & Disaster Recovery Planning
ON-SITE SUPERVISOR The Site-Supervisor serves as the daily point of contact for the WRD and the officers on each shift. He or she is responsible for seeing that officers are properly uniformed, knowledgeable of and carrying out their daily duties and responsibilities as outlined in the Post Orders. The Site-Supervisor maintains daily communication with each officer updating them on important events, relevant topics and/or areas of focus for their particular shift. The site-supervisor will brief the officers on daily post notifications, ongoing events or issues, and areas of focus or concern. He or she will verify that each officer is aware of their shift assignment, and thoroughly trained and prepared to perform his or her duties as required by the WRD. The Site- Supervisor is also responsible for maintaining Client relations and ensuring customer service satisfaction.
SECURITY OFFICER Duties as outlined in the WRD RFP scope of services and the developed site specific Post Orders.
F. CONFLICT OF INTEREST Provide a statement that the Proposer, individuals employed by the Proposer, or firms employed by or associated with the Proposer, including subconsultants/subcontractors, do not have a conflict of interest with the Project. The Proposer shall exercise reasonable efforts to prevent any actions or conditions that could result in a conflict of interest and shall include, but is not limited to, establishing precautions to prevent its employees or agents from making, receiving, providing in, or offering gifts, entertainment, payments, loans, or other considerations which could be deemed to appear to influence individuals to act contrary to the best interest of the District. If a potential conflict of interest is identified in any form, the Proposer shall inform the District immediately. Proposers are subject to disqualification on the basis of a conflict of interest as determined by WRD.
PACWEST Security Services, individuals employed by PACWEST Security Services, or firms employed by or associated with PACWEST Security Services, including sub consultants/subcontractors, do not have a conflict of interest with the Project.
G. OTHER INFORMATION The proposal shall include: 1) A statement that the Proposer will meet the insurance requirements per Section 12 of the District’s standard General Services Agreement, which is attached to this RFP as Attachment D.
Page 158 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 239 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 23 of 28
2) A statement or description regarding any litigation to which the firm is a party, any bankruptcy settlements, or unpaid judgments against the firm or its principals. 3) A statement as to whether the firm has defaulted on previous professional contracts.
1) PACWEST Security Services can and will meet the insurance requirements per Section 12 of the District’s standard General Services Agreement, which is attached to the RFP as Attachment D. 2) PACWEST Security Services has never filed, nor had filed against us, any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or undergone the appointment of a receiver, trust, or assignee for the benefit of creditors. Like any security provider, PSS is subject to routine litigation in the ordinary course of its business, some of which involves claims resulting from the conduct of its security operations. We maintain general liability and other insurance coverage, which we believe adequately insure against the risks associated with these claims. There is no pending litigation or like legal proceeding which, in the event of an adverse verdict or result, would have a materially adverse impact on PSS, its operations or its financial condition. 3) PACWEST Security Services has never defaulted on any professional contract.
H. WRD STANDARD CONTRACT The selected Consultant shall be expected to execute a Contract using the District’s standard General Services Agreement, which is provided as Attachment D, attached at the end of this RFP. Proposers shall provide a statement in their proposals clearly stating acceptance of all the terms and conditions specified in the standard General Services Agreement (i.e. no exceptions can be made to WRD’s standard General Services Agreement).
PACWEST Security Services accepts all the terms and conditions specified in the WRD standard General Services Agreement.
I. PROJECT COSTS AND LABOR HOURS The proposal shall include the following information: 1) A fee schedule, such as hourly rates for all security services, rate per patrol site visit, and/or daily rates
(describe the services included). 2) The labor hours and fees for the proposed optional tasks, if any, shall be presented in a separate table to
differentiate from the baseline Scope of Services. 3) Fully loaded hourly billing rates – All direct, capital, and reimbursable expenses, including but not limited
to travel and transportation costs, meals, lodging, office equipment and supplies, administrative and communications fees, etc., must be built into the hourly rates. Therefore, the District shall not pay Consultant nor its subconsultants/subcontractors for any direct or reimbursable expenses incurred for implementation of the scope of services described herein.
It is expected that the indicated hourly rates will remain in effect for the duration of the Contract unless otherwise specified and approved by WRD. The rate sheet/fee schedule shall also include any other rates or fees, such as markups for subconsultants/subcontractors not identified as part of the project team, equipment markups, or other direct costs that may be incurred. The proposal shall also include a description of the anticipated method of billing for services performed, with provisions for monthly billing that will include itemized accounting of hours of personnel and hourly rates.
Page 159 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 240 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 24 of 28
PROJECTED COSTS – ARC, 4320 & 4330 SAN GABRIEL RIVER PRKWY, PICO RIVERA, CA 90660 All labor services required under the agreement for the Albert Robles Center (ARC) are based on a single, all-inclusive hourly bill rate that encompasses all labor costs, ACA health benefits costs, holidays (7), vacation, background screening, drug testing, training, supervision, overhead, profit, and any other factors necessary to perform work specified in this RFP. The all-inclusive costing structure below provides for a security professional at a conservative rate. The projected budget is broken out for each year of the contracted 3 year term. It is based on 168 weekly hours of coverage, one (1) security officer, 24/7. As in any partnership there are responsibilities for all parties. Please give serious consideration, not only to the billing rate, but to the wages paid to the officers. Wages will directly affect, to a great degree, the terms and conditions of employment. If our organizations both commit to this, we will then achieve our mutual goals of high employee retention and outstanding customer service, and equally benefit in the partnership created between PSS and the WRD. YEAR 1 – 168 HPW
A
Position Pay Rate Bill Rate OT Rate* Wkly. Hrs. Monthly Cost Yearly Cost
Site Supervisor $16.00 $24.23 $36.35 40 $ 4,199.87 $ 50,398.40 Security Officer $15.00 $22.77 $34.16 128 $12,629.76 $151,557.12
TOTAL 168 $16,829.63 $201,955.52
B
Equipment Qty. Monthly Cost Yearly Cost
PACTrax™ (Smartphone real time, online field reporting & GPS tracking management technology. 1 $160.00 $1,920.00
C TOTAL (A+B) $16,989.63 $203,875.52
TOTAL YEAR 1 COST $203,875.52
*Extra Coverage Bill Rate: Overtime of 1.5 times the hourly billing rate is applied to emergency service or when extra coverage is requested. YEAR 2 – 168 HPW
A
Position Pay Rate Bill Rate OT Rate* Wkly. Hrs. Monthly Cost Yearly Cost
Site Supervisor $17.00 $25.77 $38.66 40 $ 4,466.80 $ 53,601.60 Security Officer $16.00 $24.30 $36.45 128 $13,478.40 $161,740.80
TOTAL 168 $17,945.20 $215,342.40
B
Equipment Qty. Monthly Cost Yearly Cost
PACTrax™ (Smartphone real time, online field reporting & GPS tracking management technology. 1 $160.00 $1,920.00
C TOTAL (A+B) $18,105.20 $217,262.40
TOTAL YEAR 2 COST $217,262.40
Page 160 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 241 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 25 of 28
*Extra Coverage Bill Rate: Overtime of 1.5 times the hourly billing rate is applied to emergency service or when extra coverage is requested.
YEAR 3 – 168 HPW
A
Position Pay Rate Bill Rate OT Rate* Wkly. Hrs. Monthly Cost Yearly Cost
Site Supervisor $18.00 $27.30 $40.95 40 $ 4,732.00 $ 56,784.00 Security Officer $17.00 $25.83 $38.75 128 $14,327.04 $171,924.48
TOTAL 168 $19,059.04 $228,708.48
B
Equipment Qty. Monthly Cost Yearly Cost
PACTrax™ (Smartphone real time, online field reporting & GPS tracking management technology. 1 $160.00 $1,920.00
C TOTAL (A+B $19,219.04 $230,628.48
TOTAL YEAR 3 COST $230,628.48
*Extra Coverage Bill Rate: Overtime of 1.5 times the hourly billing rate is applied to emergency service or when extra coverage is requested.
TOTAL 3 YEAR CONTRACTED COST: $651,766.40
Pricing Notes:
Overtime of 1.5 times the hourly billing rate is only applied to emergency service or when extra coverage is requested. It is not billed for scheduling issues or vacation coverage.
Holidays have been included in the hourly bill rate. PACWEST recognizes the following seven (7) holidays: Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and New Year’s Day. All employees who work on a designated holiday will receive 1.5 times their wage rate for hours worked.
Clients may increase pay wages at any time with approval of PSS.
Permanent decrease in hours of service may require increased billing rates.
Rates are guaranteed for twelve (12) months, but are subject to adjustment for any change in law or regulation which may mandate a change in wage rates or benefits.
Payroll is computed weekly. Client will be billed monthly. Sample invoice provided in the attachments.
Agreements may be terminated by either party by 30 day written notice to the other party.
Federally mandated Affordable Care Act health benefits costs are included in the hourly bill rate.
State/City mandated sick days are included in the hourly bill rate.
Vacation is included in the hourly bill rate.
A transaction fee will be added to invoices if credit cards are used for payment of services rendered.
OPTIONAL BUDGETS – 336 HOURS PER WEEK YRS. 1-3 All labor services required under the agreement are based on a single, all-inclusive hourly bill rate that encompasses all labor costs, ACA health benefits costs, holidays (7), vacation, background screening, drug testing, training, supervision, overhead, profit, and any other factors necessary to perform work specified in this RFP. The optional projected budget is broken out for each year of the contracted 3 year term. It is based on 336 weekly hours of coverage, two (2) security officers, 24/7.
Page 161 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 242 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 26 of 28
YEAR 1 – 336 HPW
A
Position Pay Rate Bill Rate OT Rate* Wkly. Hrs. Monthly Cost Yearly Cost
Site Supervisor $16.00 $24.23 $36.35 40 $ 4,199.87 $ 50,398.40 Security Officer $15.00 $22.77 $34.16 296 $29,206.32 $350,475.84
TOTAL 336 $33,406.19 $400,874.24
B
Equipment Qty. Monthly Cost Yearly Cost
PACTrax™ (Smartphone real time, online field reporting & GPS tracking management technology. 2 $320.00 $3,840.00
C TOTALS (A+B) $33,726.19 $404,714.24
TOTAL YEAR 1 COST $404,714.24
*Extra Coverage Bill Rate: Overtime of 1.5 times the hourly billing rate is applied to emergency service or when extra coverage is requested. YEAR 2 – 336 HPW
A
Position Pay Rate Bill Rate OT Rate* Wkly. Hrs. Monthly Cost Yearly Cost
Site Supervisor $17.00 $25.77 $38.66 40 $ 4,466.80 $ 53,601.60 Security Officer $16.00 $24.30 $36.45 296 $31,168.80 $374,025.60
TOTAL 336 $35,635.60 $427,627.20
B
Equipment Qty. Monthly Cost Yearly Cost
PACTrax™ (Smartphone real time, online field reporting & GPS tracking management technology. 2 $320.00 $3,840.00
C TOTALS (A+B) $35,955.60 $431,467.20
TOTAL YEAR 2 COST $431,467.20
*Extra Coverage Bill Rate: Overtime of 1.5 times the hourly billing rate is applied to emergency service or when extra coverage is requested. YEAR 3 – 366 HPW
A
Position Pay Rate Bill Rate OT Rate* Wkly. Hrs. Monthly Cost Yearly Cost
Site Supervisor $18.00 $27.30 $40.95 40 $ 4,732.00 $ 56,784.00 Security Officer $17.00 $25.83 $38.75 296 $33,131.28 $397,575.36
TOTAL 336 $37,863.28 $454,359.36
B
Equipment Qty. Monthly Cost Yearly Cost
PACTrax™ (Smartphone real time, online field reporting & GPS tracking management technology. 2 $320.00 $3,840.00
C TOTALS (A+B $38,183.28 $458,199.36
TOTAL YEAR 3 COST $458,199.36
Page 162 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 243 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 27 of 28
*Extra Coverage Bill Rate: Overtime of 1.5 times the hourly billing rate is applied to emergency service or when extra coverage is requested.
OPTIONAL TOTAL 3 YEAR CONTRACTED COST: $1,294,380.80
Pricing Notes:
Overtime of 1.5 times the hourly billing rate is only applied to emergency service or when extra coverage is requested. It is not billed for scheduling issues or vacation coverage.
PACWEST recognizes the following seven (7) holidays: Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and New Year’s Day. All employees who work on a designated holiday will receive 1.5 times their wage rate for hours worked. Holidays have been included in the hourly bill rate.
Clients may increase pay wages at any time with approval of PSS.
Permanent decrease in hours of service may require increased billing rates.
Rates are guaranteed for twelve (12) months, but are subject to adjustment for any change in law or regulation which may mandate a change in wage rates or benefits.
Payroll is computed weekly. Client will be billed monthly. Sample invoice provided in the attachments.
Agreements may be terminated by either party by 30 day written notice to the other party.
Federally mandated Affordable Care Act health benefits costs are included in the hourly bill rate.
State/City mandated sick days are included in the hourly bill rate.
Vacation is included in the hourly bill rate.
A transaction fee will be added to invoices if credit cards are used for payment of services rendered.
OPTIONAL TASK PRICING – FIELD OPERATIONS & STORAGE ANNEX FACILITY 3919 Paramount Blvd., Lakewood, CA 90712
PSS will provide the below mentioned services at $18.80 per stop.
Patrol provided on any of our *seven (7) observed holidays will be provided at $28.20 per stop.
PSS will provide the below mentioned services at the monthly rate of $1,710.94.
*PACWEST recognizes the following seven (7) holidays: Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and New Year’s Day. SERVICES PROVIDED
3 random patrol inspections nightly, 7 nights per week
90 monthly minimum total stops WEEKLY MASTER PATROL SCHEDULE
Weekly Master Patrol Schedule Day of Week Mon Tue Wed Thu Fri Sat Sun
Start Time 7:00 PM 7:00 PM 7:00 PM 7:00 PM 7:00 PM 7:00 PM 7:00 PM
End Time 4:00 AM 4:00 AM 4:00 AM 4:00 AM 4:00 AM 4:00 AM 4:00 AM
# Stops 3 3 3 3 3 3 3
REPORTS TO BE PROVIDED
PACTrax™ Guard Tour reporting is uploaded in real time to our website www.pacwestsecurity.com. This online report details time and date that our patrol officer was on your site, and any incidents. For more information on the features available with this state-of-the-art technology please see page 25.
Page 163 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 244 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 28 of 28
EQUIPMENT TO BE PROVIDED
One well marked patrol vehicle
PACTrax™ online, real time field reporting, GPS management system - monitors the patrols by time, activity, incidents, and frequency to your property. Includes reports with embedded photos, videos, and more emailed directly to you as an attachment. PACTrax provides the exact same electronic reports as those identified in your RFP.
JOB SITE DUTIES
Maintain robust presence at property
Walk site and conduct guard tour of up to 10 checkpoints
Serve as a deterrent to criminal activity
Focus on graffiti, illegal dumping, trash, lighting, overgrown weeds, vandalism, property damage, etc.
A detailed vehicle patrol of entire site
Report unusual conditions of the site and exterior of buildings (doors, window, etc.)
Report any suspicious or unusual activity and/or unauthorized persons
Escort unauthorized persons from property
Call police if necessary
PROJECTED OPTIONAL TASK BUDGETS YRS. 1-3 FIELD OPERATIONS & STORAGE ANNEX FACILITY Monthly Holidays (7) Yearly
A Year 1 $22,173.75 $639.63 $22,813.38
B Year 2 $22,173.75 $639.63 $22,813.38
C Year 3 $22,173.75 $639.63 $22,813.38
E TOTALS (A+B+C) $66,521.25 $1,918.88 $68,440.13
OPTIONAL TASK 3 YEAR CONTRACTED COST: $68,440.13
Page 164 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 245 of 301
ATTACHMENTS
ATTACHMENT “A” – PACTRAX DAILY ACTIVITY REPORT (DAR)
Page 165 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 246 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
ATTACHMENT “B” – PACTRAX INCIDENT REPORT (IR) & TRENDING ANALYTICS
Page 166 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 247 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 167 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 248 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
INCIDENT TRENDING ANALYTICS
Page 168 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 249 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 169 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 250 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 170 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 251 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 171 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 252 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
Page 172 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 253 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
ATTACHMENT “C” – KEY PERSONNEL PARTICIPATION
Page 173 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 254 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
ATTACHMENT “E” – PSS MONTHLY INVOICE SAMPLE Please note our invoices can be customized to your specifications.
Page 174 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 255 of 301
Security Services for WRD’s Albert Robles Center (ARC) and Field
Operations and Storage Annex Facility RFP No. 18-005
ATTACHMENT “F” – ACCEPTANCE LETTER
Page 175 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 256 of 301
Page 176 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 257 of 301
AR
PARTNERSHIP PROPOSAL Prepared for WRD – ARC & Field Operations & Storage Annex
Six years in a row PACWEST clients have rated their service satisfaction at 100%!
For more than 25 years PACWEST Security Services has been the premier security services provider to California’s most diverse and discerning clientele. Recognized for observing the highest standards of professionalism and providing our clients with world-class service, we are committed to your service
satisfaction.
Submitted on June 27, 2019 by Vicki Langley Senior Vice President, Sales & Marketing
Page 177 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 258 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 1
Partnership Proposal WRD/ PACWEST Security Services
TABLE OF CONTENTS
NOTICE ..........................................................................................................................3
SECTION I INTRODUCTION .................................................................................................4
MISSION STATEMENT ................................................................................................................... 4
PACWEST CUSTOMER PHILOSOPHY ............................................................................................. 5
CORPORATE BACKGROUND .......................................................................................................... 6
SERVICE AREAS .............................................................................................................................. 6
BUSINESS DEFINITION ................................................................................................................... 6
CORE VALUES ................................................................................................................................ 6
ORGANIZATIONAL CHART ............................................................................................................. 8
EXECUTIVE MANAGEMENT BIOGRAPHIES .................................................................................... 9
CLIENTS ....................................................................................................................................... 12
BUSINESS AFFILIATIONS .............................................................................................................. 13
REPRESENTATIVE CLIENTS .......................................................................................................... 14
SECTION II PERSONNEL ..................................................................................................... 15
EDUCATIONAL/CAREER ATTAINMENT ........................................................................................ 15
RECRUITMENT ............................................................................................................................. 15
HIRING PROCESS - A FIVE STEP METHOD ................................................................................... 16
SCREENING PROCEDURES/JOB REQUIREMENTS SUMMARY ...................................................... 17
RETENTION, PERSONNEL DEVELOPMENT AND BENEFITS “A PARTNERSHIP” ............................ 17
SECURITY OFFICER PERFORMANCE APPRAISAL .......................................................................... 18
EMPLOYEE BENEFITS ................................................................................................................... 19
PROGRAMS OF RECOGNITION .................................................................................................... 20
SECTION III TRAINING ......................................................................................................... 22
PSS TRAINING RESOURCES ......................................................................................................... 22
A SEVEN-STEP TRAINING PROGRAM .......................................................................................... 22
SUMMARY OF TRAINING ............................................................................................................ 24
PSS MANAGEMENT TRAINING .................................................................................................... 25
SENIOR SECURITY PERSONNEL TRAINING .................................................................................. 25
PSS TRAINING SPECIALIST ........................................................................................................... 25
SPECIAL TRAINING PROVIDED FOR WRD .................................................................................... 25
PACWEST ONLINE TRAINING SERVICES ...................................................................................... 25
SECURITY WORKSHOPS AND SEMINARS .................................................................................... 26
SECTION IV OPERATIONS .................................................................................................... 27
24 HOUR DISPATCH CENTER ....................................................................................................... 27
PISA TRACKING SYSTEM ........................................................................................................... 27
FIELD SUPERVISORS .................................................................................................................... 27
Page 178 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 259 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 2
RELIEF OFFICER PERSONNEL AND EXTRA COVERAGE ................................................................. 27
PSS MANAGEMENT ..................................................................................................................... 28
REPORTS AND RECORDS ............................................................................................................. 28
POST ORDERS .............................................................................................................................. 28
THE PACWEST POST ORDER MAINTENANCE SYSTEM ................................................................ 29
PACWEST QUALITY ASSURANCE ................................................................................................. 30
UNIFORMS .................................................................................................................................. 31
GROOMING ................................................................................................................................. 31
SECTION V CLIENT SERVICES .............................................................................................. 32
GUARD SERVICES ........................................................................................................................ 32
VEHICLE PATROL SERVICES ......................................................................................................... 32
FIRE/LIFE SAFETY SERVICES ......................................................................................................... 32
ADDITIONAL CLIENT SERVICES .................................................................................................... 33
SECTION VI TECHNOLOGY ................................................................................................... 34
PACTRAX™ ONLINE FIELD REPORTING & GPS TRACKING ........................................................... 34
ROBOTIC SOLUTIONS .................................................................................................................. 35
SECTION VII TRANSITIONING ............................................................................................... 37
WRD/ PACWEST PARTNERSHIP................................................................................................... 37
TRANSITIONING TO PACWEST .................................................................................................... 37
SECTION VIII CLIENT TESTIMONIALS ...................................................................................... 39
THE COCA-COLA COMPANY ……………………………………………………………………………………………… 39
ARNEL MANAGEMENT …………………………………………………………………………………………………….. 39
BROOKWOOD MANAGEMENT PARTNERS, LLC ………………………………………………………………….. 39
BILLABONG ……………………………………………………………………………………………………………………… 39
SECTION IX REFERENCES ..................................................................................................... 40
REYES COCA-COLA …………………………………………………………………………………………………………… 40
ARNEL MANAGEMENT …………………………………………………………………………………………………….. 40
TRANSWESTERN ……………………………………………………………………………………………………………… 40
Page 179 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 260 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 3
NOTICE This proposal was prepared for WRD and is submitted in confidence solely for WRD’s use in the selection of a security service provider. This document is not for public disclosure. Much of the contents of this proposal are protected by trademark and/or copyright laws. All of the material enclosed is the proprietary property of PACWEST Security Services. Reproduction of this enclosed material shall be done only by written authorization of PACWEST Security Services. Thank you for considering PACWEST Security Services.
Page 180 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 261 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 4
SECTION I INTRODUCTION
MISSION STATEMENT
PEOPLE
• To always consider the dignity and assist in the development of each employee. To provide a safe, challenging and cooperative work environment.
COMMUNITY
• To actively participate in worthwhile organizations and groups within our service area communities.
SERVICE
• To have the highest client retention rate in the contract security industry by providing quality service that is valued by our customers within the market area that we serve.
IMPROVEMENT
• To utilize and/or develop the best technology and methods available which will enable us to consistently satisfy our customers by delivering effective service.
INTEGRITY
• To be respected by our peers. To be trusted by our customers, employees and suppliers.
PROFIT
• To realize a reasonable profit on our work effort.
Page 181 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 262 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 5
PACWEST CUSTOMER PHILOSOPHY
This is our pledge to our internal and external customers.
FOCUS ON THE CUSTOMER, for without them, none of us would have a paycheck.
INTERNAL CUSTOMER - OUR EMPLOYEES
• Employees will at all times be treated with respect, appreciation and honesty.• We will never contract an unsafe working environment.• All concerns of unsafe working conditions are inspected immediately.• Proper training will be provided before all assignments.• A request for additional training is never refused.• We will never refuse a request for additional or replacement uniforms.• Employees will be paid accurately and on time.• Every Manager in the company shall have an “open door policy”.
EXTERNAL CUSTOMER - OUR CLIENTS
• Our Officers will, at all times, aim to provide the best proactive service available.• We will meet all contractual requirements as promised.• Post Orders will continuously be kept up-to-date. • We will follow Post Orders at all times while performing our duties.• All Officers will be provided with continuous training.• Management will be provided with continuous training on each client site.• Officers will be properly trained on each assigned location. • Officers will be alert and in complete uniform at all times.• Clients will receive timely and accurate reporting.• The highest integrity will be used in everything we do.
Page 182 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 263 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 6
CORPORATE BACKGROUND
PACWEST Security Services (PSS) was founded in 1994, and is a privately owned state licensed security guard company (license number PPO 12551). The corporate office is located in Costa Mesa, California, with branch offices in Los Angeles, Orange County, San Diego, the Inland Empire, and the San Francisco Bay Area. PSS is a service-oriented company employing more than 1,700 professionals. The methods and techniques used in our service delivery allow us to meet our goals of excellence and ensure that all clients get immediate response to any client request 24 hours a day, seven days a week. PSS is a California corporation in current standing with all reporting, filing and deposit requirements as mandated by the State and Federal government, and is financially strong with no debt and has plans to remain a stable and strong organization for many years to come. Please see the ownership biography provided in this section of the proposal.
SERVICE AREAS
As a regional California security services partner, PSS provides protection services on a permanent basis to over 375 customer locations throughout Los Angeles, Orange County, San Diego, the Inland Empire, and the San Francisco Bay Area.
BUSINESS DEFINITION
PSS focuses on uniformed Armed and Unarmed Security, Private Vehicle Patrol, and Training Services. Specific areas of expertise are in Asset Protection, Executive Protection, Premises Control, Investigations, and Fire/Life Safety services. The market segment that PSS is targeting as our customer base consists of corporate facilities, commercial and high-rise office buildings, high-tech, bio-tech, retail, gated communities, logistics, municipalities, manufacturing, museums, distribution and industrial facilities.
CORE VALUES
PSS cares about our environment and our communities. We are committed to helping the environment through the creation of GIFT™, our “Green is for Tomorrow” internal green program. In this program PSS phased out the traditional security truck in favor of the environmentally friendly Toyota Prius and other eco-friendly vehicles. All PSS offices use recycled products, and employee recycling and carpooling is encouraged. As part of GIFT™, 99% of all PSS proposals are
submitted electronically. Other green areas of the company include, but are not limited to, e-marketing, e-faxing, e-training, and e-reporting.
At PACWEST Security Services we believe in giving back. So, we created an internal give-back program, “Project Care” (Community Awareness and Responsive Endeavors). When our employees volunteer for a good cause, it increases team morale, strengthens team building, and improves employee recruitment and retention. Our employees benefit by developing skills that
often translate to the workplace, not to mention the satisfaction of making their community a better place.
Results from our last 6 annual Quality
Service Surveys (December 2013,
2014, 2015, 2016, 2017 and 2018)
shows PSS clients scoring the service
that they receive (on a scale of 1 to
100%) at a 100% overall satisfaction
rate.
Our Service Surveys are just one way
that we ask customers to “help us do
better”.
Page 183 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 264 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 7
To support both our employees and the communities that we serve, we look first to provide financial assistance to groups and organizations in which our employees are actively involved, and then organizations and projects that have visible impact within our communities. Whether we’re delivering meals, mentoring a child, painting homes, walking or running in fundraisers … the activities we support are as diverse as our people. PACWEST supports these organizations through our internal program Project CARE;
Susan G. Komen Race for the Cure
Project No Gang, D.A.R.E.
Fallen Officers Project 999, Local
Business Base Policing Program
Cystic Fibrosis Great Strides
Autism CAMP TLC Family Support Network
Boys and Girls Club of America
Home Hospitality Adopt a Marine Program
Union Rescue Mission Downtown Los Angeles
YMCA
Promises2Kids
A Foundation for Kids
CASA Orange County
Working Wardrobes
Medical research
Foundations for the Arts
Environmental recycling
Local food banks
Local youth sports activities
Local holiday toy drives
Military holiday toy drives
Page 184 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 265 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 8
ORGANIZATIONAL CHART
Manager to Employee Ratio Currently PSS employs one manager per each 11.5 employees. We believe this to be one of the highest ratios in the industry.
Simon Semaan
President
Vicki Langley
Senior Vice President Sales &
Marketing
David Rios
Senior Vice President
Operations
ORANGE
Elio Cabrera
Regional Vice President
Chuck Poutsma
General Manager Patrol Division
Roger Murrel
Account Manager
Richie Molina
Training & Compliance
Matt Baker
Personnel Manager
Ed Nuckolls
Operations Supervisor
Field Supervision
LOS ANGELES
Salvador Crespo
Regional Vice President
Hilda Soberanes
Operations Manager
Jacob Rojas
Account Manager
Adam Limon
Personnel Manager
Training & Compliance
Field Supervision
SAN DIEGO
Bob Carter
Regional Vice President
Darrell Hargrove
Scheduler
Field Supervision
INLAND EMPIRE
Scott Gilbert
Regional Operations Manager
Rosie Morales
Operations Manager
Field Supervision
BAY AREA
David Harris
Regional Operations Manager
Joseph Porter
Operations Administrator
Operations Manager
Field Supervision
Issam Elbachawati
Controller
Claudia Blosky
Human Resources Manager
Page 185 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 266 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 9
EXECUTIVE MANAGEMENT BIOGRAPHIES
Simon Semaan, Founder & President Simon Semaan is responsible for overseeing and directing the administrative operations, marketing and systems development for PACWEST Security Services. Most importantly his dedication to excellence and quality is paramount to his day-to-day efforts. He works closely with all field personnel and makes regular inspection visits to client properties. Prior to founding PACWEST Security Services in 1994, Mr. Semaan entered into the security field in 1986 when he purchased an existing contract guard service company, Event Control Team Security. An active member of the Orange County Sheriff’s Department, Mr. Semaan holds the position of Reserve Captain. He oversees Reserve Deputy training of the Uniform Patrol and the Dignitary Protection Unit. He is also directly involved with research and development of special projects for the Orange County Sheriff’s Department. In 2008 Mr. Semaan was appointed by Governor Arnold Schwarzenegger to the Private Security Disciplinary Review Committee (South). This is a Commissioner position in the California Consumer affairs Bureau of Security and Investigative Services Disciplinary Review committee. The job function is to review, oversee, and implement any disciplinary action that the State of California would take on any entity that falls under the Bureau of Security and Investigative Services (BSIS) for violations. Mr. Semaan served in this position from 2008 to 2012. Mr. Semaan is a 1989 graduate of The University of La Verne with a degree in Business Administration. Mr. Semaan is an active member of ASIS, BOMA, IREM and IFMA.
Vicki E. Langley, Senior Vice President, Sales & Marketing Vicki Langley, in her position as Senior Vice President of Sales and Marketing has the responsibility of planning, directing, and coordinating company marketing policies, campaigns, and programs, supporting the sales and operations staff, developing new business and of ensuring customer satisfaction. Prior to joining PACWEST in 2004, Ms. Langley was Vice President of Marketing and Public Relations at Langner Security Services, Inc. where she served in that position for more than six years. She has an extensive and diverse background in the security industry that includes; integrated security systems, new systems technology research, testing and development, customer service, security operations, personnel management and training, strategic marketing and sales. Ms. Langley earned a Bachelor of Arts Degree in Criminal Justice from California State University, Fullerton and her Associate of Arts Degree in Police Science from Fullerton College. She holds certifications from Platt College in web design, web development, and graphic arts. Ms. Langley is an active member of ASIS, BOMA, IREM, IFMA, CTA, DMA and NAPW.
David P. Rios, Senior Vice President, California Operations While a student at Pasadena City College, followed by California State University, Pomona, David entered the security field with the Malcolm Baldrige National Quality Award Winning Ritz-Carlton Hotel Company. Beginning as a security agent, within six months he was promoted to Hotel Night Manager. His responsibilities included all of the nightly operations and security of the Ritz-Carlton Huntington Hotel & Spa in Pasadena; a 400-room, 26-acre luxury resort. Following the hotel security field, Mr. Rios entered into contract security management, gaining immeasurable experience in the Southern California security industry.
Page 186 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 267 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 10
Mr. Rios has been licensed in real estate since 1995, and was in commercial property management for Transwestern Commercial Services in Orange County, California prior to joining PACWEST Security Services. As the Senior Vice President of Operations, Mr. Rios is responsible for ensuring quality client service and operations companywide for PSS. Mr. Rios is an active member of ASIS, BOMA, IREM and IFMA.
Elio Cabrera, Regional Vice President, Orange County Branch Operations In 2018 Mr. Cabrera was promoted to Regional Vice President of Orange County Operations. As Regional Vice President, Mr. Cabrera is responsible for driving the quality service throughout Orange County and working directly with field employees and clients. Mr. Cabrera began his career in security with PACWEST in 2002 as a scheduler where he was responsible for the scheduling of field personnel, completing personnel payroll, ensuring contract compliance. In 2005 he was promoted to personnel manager where he oversaw the hiring, training, discipline and termination of all employees within the Los Angeles region. He responded to client and employee complaints and concerns, met with new clients to ensure proper staffing and uniforming of new accounts, conducted weekly orientation and training classes, and ensured proper staffing of all post accounts. In 2007 Mr. Cabrera was promoted to Regional Operations Manager for our newly opened Inland Empire branch office. In his new position he successfully established a new business footprint for PACWEST, oversaw daily operations of all personnel including management, supervision of over 400 employees, implemented all new account start-ups, and ensured that all contractual obligations were met. In 2012 Mr. Cabrera was employed with Mountain Valley Spring Water as a Sales Manager where he remained until 2013 when he was rehired by PACWEST as an Account Manager for the Los Angeles area. In this position he served as the key Client interface. He made a critical difference in supporting contracts and was committed to knowing everything about his Client’s needs and culture. In 2012 he earned his Associate of Arts degree in Liberal Arts from Los Angeles Trade Tech College. He is currently attending California State University at Long Beach majoring in Business Administration. Mr. Cabrera is bilingual, with fluency in English and Spanish and conversational in American Sign Language. Mr. Cabrera is an active member of ASIS, BOMA, IREM and IFMA.
Robert Carter, Regional Vice President, San Diego Branch Operations Bob Carter is responsible for the security operations of the San Diego office of PACWEST. He has over 20 years of law enforcement with the Los Angeles Police Department and over eighteen years of experience in security management and operations. During his law enforcement career he worked a variety of assignments including patrol, traffic, detectives, vice, supervision, administrative and investigative assignments, and emergency and unusual occurrence planning and preparation. He also participated in escorts for presidents, heads of state and dignitary protection. He was the Central Patrol Division day watch commander, with the responsibility of managing, directing, coordinating, and supervising the police operations, including narcotic enforcement and special operations. Previously, Mr. Carter was the General Manager of a security company where he was responsible for the security operations, client relations, personnel training, supervision of managers and a multitude of security related functions.
Page 187 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 268 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 11
Mr. Carter received his Bachelor of Science Degree in Criminal Justice from Pacific Western University, an Associate of Arts Degree from Los Angeles City College and he attended the Glendale College of Law. Mr. Carter is an active member of ASIS, BOMA, IREM and IFMA.
Salvador Crespo, Regional Vice President, Los Angeles Branch Operations Salvador Crespo began his security career with PACWEST in August 2002. In 2006, he was promoted to Training Specialist and is certified by the Los Angeles Fire Department as a Fire Life & Safety Consultant. He continues to actively represent PACWEST’s interests with the Los Angeles Fire Department Fire Education Unit. In 2007, Mr. Crespo was offered the position of Account Manager. In this position he was tasked with building and solidifying the existing partnership with a portfolio of clients, while addressing their training and operational needs. In 2008, Mr. Crespo was promoted to the position of Regional Vice President for the Los Angeles Market. As Regional Vice President he has continued driving his core values of providing impeccable service to his clients, and actively participating in the development of new business opportunities. Prior to joining PACWEST, Mr. Crespo was employed at the Malcolm Baldrige National Quality Award Winning Ritz-Carlton Huntington Hotel & Spa in Pasadena; a 400-room, 26-acre luxury resort where he focused on customer service. He earned his Bachelor’s degree in Radio Production from East Los Angeles College and is an active member in ASIS, BOMA, IREM and IFMA.
Richie Molina, Training & Compliance Coordinator Richie Molina joined PACWEST Security Services in 2005 as a security officer at a large retail center in Orange County. Shortly thereafter, through his training, on the job knowledge and commitment to knowing everything about the Client’s needs and culture he was able to advance and provide a higher level of service as a Site-Supervisor. Over the last 10 years Mr. Molina brought a high level of expertise to managing all aspects of the Client’s security program and made a critical difference in supporting the Client contract. In 2015 Mr. Molina was recognized for his sincere appreciation for hard work, good judgment and continuous improvement. Because of his dedication to achieving our company’s high standards of service he was promoted to his new position as Training and Compliance Coordinator. In this position he is responsible for providing training support to all branches and ensures that the company remains compliant with training and guard card requirements. Mr. Molina is also responsible for designing the PACWEST training programs, auditing procedural compliance at each branch, and running the Fire/Life Safety division. As needed or requested he also has the responsibility of administering any specialized or site specific training outside of the scope of services. Mr. Molina is instructor certified in Fire/Life Safety, First Aid, CPR, AED, Techniques for Effective Assault Management (TEAM), and Managing Assaultive Behavior (MAB). He is involved with INFRAGARD (a partnership between the FBI and the Private Sector), the Private Sector Terrorism Response Group (PSTRG), is an active Community Emergency Response Team (CERT) member and a member of the Orange County Intelligence Assessment Center (OCIAC), and OC Shield.
Page 188 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 269 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 12
CLIENTS
Client Type Serviced There are numerous advantages received when selecting a broad-based security service provider. A broad-based security provider can customize services to client needs through flexibility, adaptability, and knowledge. PSS has the ability to re-direct our training programs based upon actual experiences encountered in serving our clients. Our greater experience in all types of facilities enhances our relationship with local police, fire, and service vendors all of whom work together to benefit you, the client. Most importantly, PSS provides back-up manpower with broad-based real experience in case of emergencies.
*As of December 2018
Client Retention Rate The ultimate measure of client satisfaction is retention. In order to meet our goal of maintaining the highest client retention rate within our service area, we must achieve excellence. Excellence in service is sustained moment-by-moment and day-to-day, it is supported by innovation, committed management, and customer service. We believe that our retention percentages reflect our commitment to excellence.
*As of December 2018
0%
5%
10%
15%
20%
25%
30%
0%
10%
20%
30%
40%
50%
60%
70%
80%
90%
100%
Page 189 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 270 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 13
Client Longevity Our client retention provides proof to you that PACWEST’s customer service is superior to our competition.
*As of December 2018
Client Satisfaction Rating Results from our last six annual Quality Service Surveys (December 2013, 2014, 2015, 2016, 2017, 2018) shows PSS clients scoring the service that they receive (on a scale of 1 to 100%) at a 100% overall satisfaction rate. We are constantly improving our processes. Our Service Surveys are just one way that we ask customers to “help us do better”. In addition to this formal survey method, upper management makes regular unscheduled visits to client sites in
order to check up on the quality of service.
BUSINESS AFFILIATIONS
PACWEST is an active member in good standing in the following associations:
ASIS American Society of Industrial Security BOMA OC Building Owners and Managers Association Orange County BOMA GLA Building Owners and Managers Association of Greater Los Angeles BOMA SD Building Owners and Managers Association of San Diego BOMI Building Owners and Managers Association International CTA California Trucking Association DMA Distribution Management Association of Southern California IFMA International Facility Management Association IREM OC Institute of Real Estate Management Orange County (Friend of IREM) INFRAGARD Partnership between the FBI and the Private Sector PSTRG Private Sector Terrorism Response Group
1 3 5 7 9 11 13 15 17 19 21 23 25 27
Arnel Mgm't
Birtcher Prop. Svcs.
CB Richard Ellis
Cushman & Wakefield
Jones Lang LaSalle
SARES-REGIS Group
PM Realty Group
Transwestern
Years
Top 8 Client Retention
Page 190 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 271 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 14
REPRESENTATIVE CLIENTS
BillabongThe Coca-Cola
CompanyCharles Dunn
Colliers Arnel Management Edwards Lifesciences
Cushman & Wakefield of CA
Greenlaw Partners Corporate Commercial Office Commercial Office Commercial Office Commercial Office
Retail Commercial Office
Page 191 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 272 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 15
SECTION II PERSONNEL PSS desires to employ goal-oriented men and women, individuals that, through the interview process, demonstrate a desire for personal growth and possess values that match the values of our corporate culture. Our company members are, of course, our products. Being a people-oriented service company, we realize that all actions of employee conduct while on duty reflect positively or negatively upon WRD and PACWEST. Thus, we have developed a series of screening steps and selection standards that are critical to meet in order to achieve our goal of excellence.
EDUCATIONAL/CAREER ATTAINMENT
We are proud of our quality people. For your review we have detailed our employee labor profiles as follows:
*As of December 2018
RECRUITMENT
Successful recruitment is imperative to the operation of any contract security company; therefore it is an on-going process. PSS utilizes standard sources to recruit new employees; our most successful program however, results from recommendation from current employees. Under our Employee Referral Bonus Program our employees earn extra money by recruiting other individuals for employment. There are some basic things we must do in order to attract personnel who by their nature, their values, and their work ethics not only reduce the potential for incidents, but also act responsibly when an incident does occur. Several things are key in obtaining the desired security staff, they are:
Reasonable starting wages
Correct assessment of the individual’s value systems
Thorough screening process
Attractive employee benefits
Reward and incentive programs
Safe working conditions
Positive and effective management
0
5
10
15
20
25
30
35
Former Military Retired fromPrevious Career
Former LawEnforcement
4 Year Degree 2 Year Degree High School Grads
PER
CEN
TA
GE %
Military = 30% Retired = 3% Fmr. Law Enforcement = 4%
4 Yr. Degree = 7% 2 Yr. Degree = 25% High School Grads = 31%
PACWEST Security Services is very
proud to have been recognized in
2018 by the State of California
Senate for our contributions in
putting Californian’s back to work!
Page 192 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 273 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 16
HIRING PROCESS - A FIVE STEP METHOD
Our management staff will identify candidates and conduct all necessary interviews, tests and training before assignment to WRD. Interviews are conducted by our Personnel Specialists or by Senior Management. Recommendations are then made to the Operations Manager or Account Manager who has the final decision. A five (5) step method is used to ensure that the most qualified applicants are employed. In addition, WRD needs and specifications are used as our guidelines throughout the hiring process. Step ❶ Pre-Job Questionnaire Applicants that do not meet general company standards or present the needed identification and information are rejected.
Step ❷ Application Package The application package consists of an English Usage Test, a Physical Declaration, and Personal Identification. Eligibility and the neatness of the application, past experience, stability in employment, verifiable residential history as well as the ability to read and write effectively must be at acceptable levels in order to continue with the interview process.
Step ❸ Initial Interview Applicants for employment are interviewed utilizing techniques geared specifically for the security industry. Trained personnel specialists conduct these “patterned interviews” PSS office. The applicant’s ability to perform the physical requirements of the job is reviewed. If any questions exist, documentation and/or a physical examination may be required.
Step ❹ Background Check The most important single aspect of the hiring process is a thorough background check. Former employers (minimum of 3 past employers, minimum of 5 years previous employment) as well as personal references (minimum of 3) are interviewed. Each person contacted also receives a confidential questionnaire for his or her completion. In addition, PSS also utilizes an in-house, on-line database reference service. PSS will access from various databases information on each applicant as follows:
Databases Verification
Superior Court – Criminal Case Index Arrest and conviction records, if any
Social Security Search Verification of identity and resident history
DMV Record Further proof of identity and indication of character (conducted only on selected applicants)
Drug Screening Applicants are submitted to a 12-panel drug test conducted by a state-licensed laboratory
Psychological Testing Results reviewed by a State Licensed Clinical Psychologist (Optional)
Step ❺ Final Interview Providing all steps result in a positive response the job offer is now made. All new hire paperwork is processed and the applicant is scheduled for training. In addition, the applicant is scheduled to be fitted for their uniform. At this time applicants are required to provide their birth certificate for final identity check.
PACWEST Security Services is very
proud to have been voted Goodwill
SOLAC Employer of the Year for 2019!
This award is bestowed on firms for
their successful recruitment
partnership with Goodwill!
PACWEST was honored February 20th
at the “Celebrate the Power of Work”
awards dinner.
Page 193 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 274 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 17
SCREENING PROCEDURES/JOB REQUIREMENTS SUMMARY
As a result of these screening methods, PSS can point, with pride, to the fact that our record is remarkably free of incidents and serious misconduct. We make sure that individuals who might take improper advantage of their positions are not hired. We will neither hire anyone with unstable job histories or sub-standard military records nor will we hire individuals with police records, financial problems, or chemical usage histories or dependency. WRD can rest assured that when PSS staffs your location we will bring to those posts individuals who are stable, who value their employment histories and records, and who are responsible in their personal lives as well. They will be psychologically stable and well suited for your particular assignment.
Requirement Verification
Minimum Age 18 Driver’s License
Proficiency in English usage Interview Process
Proficiency in reading and writing English Usage Test
High School Graduate or GED Copy of Document or Check with Institution
No Police Record Court Records Check
Clear DMV Report DMV Check
No Outstanding Warrants Court Records/DMV Check
Valid California Driver’s License Copy of License/DMV Check
Verifiable Residential History Social Security Search/Interview Personal Refs.
Good General Health Observation/Documentation, Physical if Needed
A Birth Certificate Copy for Personal File
Good Work History (verifiable) Previous Employment Check min. 3 covering last 5 years
Good Military History (if applicable) Copy of DD 214
Citizen of US or Legalized Alien Completion of I-9, Birth Certificate
Meet All Requirement of State License Process License App. or Have Current State License
Displayed Emotional Stability Patterned Interview
Value Driven Interview Process/Past History
Drug Free Drug Screening
RETENTION, PERSONNEL DEVELOPMENT AND BENEFITS “A PARTNERSHIP”
After selecting the best candidates for employment, the important task of motivation and retention begins. Stability within any work force can be enhanced by seeking to achieve the following:
Wages at or above market rate
Safe working conditions
Reasonable benefits
Recognition and incentive pay
Wage increase at regular intervals
Assignment of the right post and time slot
Treatment of employees with dignity and respect
Involvement of employees in worthwhile interactions
Page 194 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 275 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 18
SECURITY OFFICER PERFORMANCE APPRAISAL
Performance appraisals are conducted on all employees upon completing the 90-day introduction period and every six months thereafter. The following criteria are reviewed with each appraisal:
Job knowledge
Dealing with people (PSS clients, co-workers, supervisors)
Judgment (are decisions and actions appropriate and based upon sound reasoning)
Initiative (is employee a self-starter in attaining job objectives)
Attitude
Uniform (clean, pressed, worn properly at all times)
Presentation of self (general physical and verbal)
Following policies and procedures
Attendance (always on time, not absent)
Strengths to build on
Areas to work on
Recommendations
Page 195 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 276 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 19
EMPLOYEE BENEFITS
The benefits package offered below enhances work-force stability, job performance, and employee satisfaction. All the described benefits are offered to PSS employees. Benefits Offered to all Full Time Employees
Obtain billing rates that provide for wages at, or above industry standards
Paid vacation (Attendance Bonus), one week after one year
Premium pay for seven holidays
Weekly paychecks delivered to your site
Free uniforms
Uniform cleaning reimbursement – weekly
Medical (Kaiser Permanente)
Dental and Vision Insurance (Humana)
Quality Service Award*
Officer of the Month Award*
Officer of the Year Award*
Monthly Safety/Service Award and bonus*
Site Supervisor Bonus Program*
Site Retention Program*
SERVICE H.E.R.O.™ Award Program*
Certificates of appreciation*
*See the section entitled PSS Programs for detailed information. Health Benefits/Kaiser Permanente A brief overview of the health benefits offered in the traditional plan is outlined below. Buy-up plans are available.
$20.00 co-pay for office visits
No lifetime limit
No Annual Deductible
No cost per visit home healthcare (up to 100 visits per calendar year)
No cost routine physical, well-woman, well-child (through 23 mos.) exams
No cost eye and hearing exams
Annual co-pay maximum $1,500 per individual member; $3,000 maximum for family
No co-pay for preventive care services
30% member co-pay for hospital care
No cost prenatal and postnatal visits
No cost x-rays and laboratory procedures for preventive care services
Emergencies requiring an ambulance transport at $50 per trip
Urgent care $20 per visit
No cost hospice care
Page 196 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 277 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 20
PROGRAMS OF RECOGNITION
All PSS programs of recognition are true measures of our customer service success. Through these programs PSS security personnel receive recognition for their support of our outstanding quality of service culture. We recognize that employee recognition inspires employees to perform at a higher service level, and service excellence that is recognized and rewarded is
service that is repeated. PSS management expresses sincere appreciation for our employees’ hard work, good judgment, and continuous efforts to strive for customer service excellence. Following are some of the rewards and service recognition programs available to our security personnel. Quality Service Award To recognize excellence in service, one employee is selected each month from each branch office and chosen as the Quality Service Award winner. They receive:
Cash bonus
Certificate suitable for framing
Recognition in newsletter
Custom PSS lapel emblem
Recognition at the Quarterly Award’s Dinner Officer of the Month Award - A Partnership Program This is a stand-alone program within each client location. All clients are invited to participate in this employee recognition opportunity. PSS will design the program along your guidelines and with your goals in mind. Officer of the Year Award - A Partnership Program One of the winners of the monthly award is then recognized at the end of the year as Officer of the Year. This can also be a stand-alone program within each client location. They receive:
Cash bonus
Certificate suitable for framing
Plaque
Recognition at annual awards banquet
Recognition in newsletter Employee Service/Safety Award Under this program employees are rewarded with a cash bonus for meeting our service and safety goals. This further represents tangible evidence to each security officer of the value of working hard, providing that “extra touch” of service, and continually being aware of safety in and around the facilities in which we work. Site Retention Bonus Program The PACWEST Site Retention Bonus Program is designed to keep your guards on your site. Through this plan Security Officers are motivated and rewarded for their length of service to your site. This program is custom designated by PSS to meet your specific retention goals. Length of Service Award Upon each anniversary date, each PSS employee is issued a Length of Service Pin, which displays the years of employment. Site Supervisor Bonus Program (Accounts with 168 Hours per week or greater) Under this program, Site Supervisors are rewarded for the completion of monthly tasks that enhance the level of service that you receive. These monthly requirements are part of an expanded service plan that is designed,
Page 197 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 278 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 21
implemented and completed in conjunction with PACWEST Branch Management Team and your PACWEST Security Services Site Supervisor. Certificates of Appreciation - A Partnership Program All clients are invited to participate in recognition of outstanding employee service. Upon suggestion of an award to an employee, PSS will provide a certificate. If this is a client requested award we ask your consideration in providing a cash bonus. Service H.E.R.O.™ Recognition & Awards – A Partnership Program This program rewards employees who demonstrate a commitment to H.E.R.O.™ customer service…always Helpful, Enthusiastic, Responsive and Observant. All clients are invited and encouraged to participate in recognition of premier employee customer service. This is a client requested award and we ask your consideration in providing a cash bonus. Upon nomination by a client of a PSS employee as a SERVICE H.E.R.O.™, PSS provides;
Cash bonus or gift certificate valued at $25
Certificate suitable for framing
Plaque
H.E.R.O lapel pin
Page 198 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 279 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 22
SECTION III TRAINING Our goal is to provide each newly hired security officer with the most current and relevant security-related news, information and training available. Since no training program can be one hundred percent comprehensive, the training program therefore must become an on-going effort, continuous from the first day of employment. Employees are constantly evaluated as to their job knowledge and provided with updated instruction as necessary. Field Supervisors perform these evaluations during post inspections and prepare reports of results to management. Our program for WRD will consist of 8 classroom hours and 4 hours of on-site (Break-in Training/Site Specific) training provided to each newly hired security officer. WRD has at its option the choice to extend training to exceed 4 hours, which will be billed back. Most training sessions are conducted “in-house” and are facilitated by PSS management and our agents. The following resources are used in preparing officers for duty. PACWEST requires all work sites to be drug and alcohol free zones. Weapons such as firearms, knifes, tasers, and pepper-spray are never allowed on PSS work sites.
PSS TRAINING RESOURCES
Source Type of Training
PSS Personnel Specialists Company Policies
Supervisors Operational Procedures
PSTN Training Films
Off-Duty Police Officers Basic Law, Legal Limitations
PSS Training Specialist CPR/First Aid
PSS Training Specialist Fire/Life/Safety
PSS Training Specialist Computer Use
Management Proprietary Systems
Management Site Management Program
PSS Web Site Emergency Preparedness
A SEVEN-STEP TRAINING PROGRAM
Step ❶ Orientation This orientation segment is designed to provide the new employee with basic information regarding the duties of the security officer. Administering of the state of California guard card test, orientation to company policies and procedures, report writing and personal safety are some of the subjects presented here. Training Location: PSS Classroom Instructed By: PSS Training Officer Step ❷ Professional Security Television Network An annual subscription to Professional Security Television Network (PSTN) provides PSS with over 2500 subject specific training tapes, assisting our training specialists in developing custom training programs for any situation. Used in Basic Training (PSTN) is a 12-part modular series of videotaped programs accompanied by our instructor’s guild and testing material.
“PACWEST Security Services'
dedication to service and attention to
detail begins at the guard level and is
carried through by the management
team.”
Kevin Hauber
President, CEO
Arnel Management Company
Page 199 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 280 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 23
This segment gives detailed instruction on all phases of policies and procedures for security officers’ duties. Employees are tested after viewing each module. Results are evaluated and individual instruction is provided in those areas where tests indicate weakness or information not retained. Training Location: PSS Classroom Instructed By: PSS Senior Supervisors, Off-Duty Police Officers Step ❸ Basic Instruction Basic Instruction Training (BIT) is a site-specific segment that instructs the employee of all operational procedures and policies of WRD security program. This phase of training is provided by the PSS Site Supervisor or Field Supervisor. The BIT will include, but NOT be limited to:
Objectives of WRD security program
Tour of Facility
Business Practices and Methods as they relate to security functions
Company/Building Management and other key personnel
Review of Emergency Instructions
Use of equipment in place; CCTV, Locking/Unlocking Procedures, Alarms, Access Systems, Computers, etc.
Use of Post Orders (prepared by PSS during transition phase) that are specific to WRD Training Location: Your Site Instructed By: PSS Site Supervisor, PSS Field Supervisor Step ❹ Site Specific Additional Site Specific Training is provided by way of monthly and quarterly Training Meetings. This segment represents On-going Training that will be needed to meet the changing requirements of the WRD security program. The idea is to “leave open” - so to speak - an area that can be custom designed as applicable, and provided on an on-going basis. Resources include videos, lectures, handouts, specific examinations, as well as outsourcing to training organizations and facilities. Training Location: Various Instructed By: Various Step ❺ Specialized Depending on the PSS Service Program selected and specific needs of your site, PSS will provide the following developed programs:
CPR/First Aid
Use of PSS proprietary hardware and software
Computer Use
Advance Response to Emergency Situations
Site Supervisor Training Training Location: PSS Classroom, Your Site Instructed By: PSS Training Specialist, PSS Senior Management
Step ❻ Field Supervisor Leadership Development To qualify for the Field Supervision Leadership Development program the candidate must meet the following:
PSS employee for at least 6 months or previously employed in a supervisory position for at least a year
Complete PSS Relief Officer assignments (see Operations Section – “Relief Officer”)
Trained on all Emergency Skills
Instruction and testing totaling 40 hours of training, is given in the following areas:
Page 200 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 281 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 24
Verbal Communication
Supervision and Leadership
Sexual Harassment and Hostile Work Environment
Employee Motivation
Law for Security
Home Study Course on Asset Protection Training Location: PSS Classroom, Home Study Instructed By: PSS Senior Management, Self-Study
Step ❼ Internet Training Academy (ITA) PACWEST Internet Training Academy (ITA) provides training on demand. Any PACWEST Security Officer may log on 24/7 to www.pacwestsecurity.com. Once at their web site academy, they will discover the most topical issues of the industry covered by interesting training modules. Training is self-paced and easy to work through. Upon completion of each module a quiz is taken and transmitted to the PSS Corporate Office for review by our staff of training experts. A Certificate of Completion is available. As Security Officers work through each level of course study they become eligible for bonus and rate increases, these individuals are also the first considered for promotions.
SUMMARY OF TRAINING
Step ❶ Day 1 of Employment Initial Orientation Training consisting of Lecture/Hand-outs/Tests.
Step ❷ Day 2 of Employment
Introduction to Policies & Procedures, videos, and follow-up Testing. Step ❸ Day 2-3 of Employment & at Time of Assignment
Basic Instruction Training/Site Specific.
The Security Officer Is Now Qualified to Work Assigned Post Step ❹ Monthly
On-going training designed specific to the changing needs of your site. Post Order Testing, each security officer views two videos (1 security, 1 topical) & gets tested.
Step ❺ Quarterly
Quarterly All Staff Meetings where training and testing is conducted by the PSS dedicated training specialist, the Account Manager, and the Regional Vice President of Operations for the On-Site Security staff.
Step ❻ Upon Qualification/Field Supervisor
Each Field Supervisor receives 16 hours training each month. Step ❼ 24/7 Academy
PSS Internet Training is accessible to employees 24 hours per day, seven days per week. We know that the best companies provide the best training. At PACWEST we feel that the best training program in our industry is ours!
Page 201 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 282 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 25
PSS MANAGEMENT TRAINING
All PACWEST managers are active in the American Society for Industrial Security (ASIS). This is the organization that sets the standard for our industry. PACWEST Management attends many of the seminars and workshops that are presented by ASIS. Our policy is that anyone in management may attend any relevant educational course at no cost to them. In addition, we receive and review different trade publications each month. New trends and processes are discussed in our weekly Operations’ Meeting and ideas are always passed onto the client.
SENIOR SECURITY PERSONNEL TRAINING
Field Supervisors are required to complete a minimum 16 hours each month of updated training at client sites. Each week the Field Supervisor staff is assigned to various client sites. When these sessions occur at your site, you are provided written notice of the review.
PSS TRAINING SPECIALIST
All training programs are overseen by the PSS Training Specialists. They provide CPR/First Certification, Fire/Life Safety Instruction, and special training by means of computerized presentation and discussions. PSS is available at any time to discuss customized training for WRD.
SPECIAL TRAINING PROVIDED FOR WRD
Each security officer assigned to WRD, prior to post assignment, will receive initial introductory training followed by 4 hours of on-site training. Training will be conducted by our Training Specialist and/or Account Manager. Each security officer will undergo a minimum of 40 additional hours annually of continuous training when assigned to WRD. A detailed training schedule will be designed at the award of contract.
PACWEST ONLINE TRAINING SERVICES
Our web based training services are the ideal continuous training integration tool. New Hire Orientation Training This web based training is developed in partnership with our clients who have unique environments, image expectations or job responsibilities that are not typical to our industry, such as, museums, train depots, or bio-tech facilities. This training, which is available 24/7, prepares our security personnel for their first day on post at your account. PACWEST Internet Training Academy (ITA) Quality training is essential in our goal to be the best. In addition to in-person classroom training, PSS employees also have access to self-service training programs via PACWEST’s state-of-the-art online training academy (ITA). ITA offers training modules and provides tracking compliance through evaluations and reports to ensure our clients receive the highest level of customer service. Training on demand is provided 24/7 to all PACWEST security personnel by logging onto www.pacwestsecurity.com.
“I’ve dealt with many security
vendors and I have to applaud
PACWEST for their wonderful
service and quick response.
Management does a wonderful
job communicating with me and
the office staff is always there to
answer any question I have. I’m
thankful for the service, support,
information, and everything their
team assists me with each time I
contact them! I have and will
continue to refer co-workers and
business acquaintances to
PACWEST.”
Ray Gens
Facilities Manager
Billabong / RVCA
Page 202 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 283 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 26
SECURITY WORKSHOPS AND SEMINARS
PSS recommends that all clients provide some level of security awareness training to employees and tenants of their properties. Two (2) to four (4) times per year group meetings should be scheduled. We will assist in preparing and presenting material on the following subject:
Security orientation to your property
Workplace Personal Safety & Security
Sexual Harassment
Workplace Diversity
Violence in the Workplace
Active Shooter
CPR/First Aid Training
Disaster Preparedness & Disaster Recovery Planning
Crisis Management
Tenant Training Services
Terrorism Preparedness
Assistance on contribution in building/company newsletters (security subjects only)
Page 203 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 284 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 27
SECTION IV OPERATIONS Our operations management team is made up of experienced security and tenured company professionals with the knowledge and expertise to deliver comprehensive and unique security solutions to a very diverse clientele. We offer and provide the support and resources you need to ensure proper supervision, overall contract compliance and continuous improvement solutions. Our PSS assurance to you is that we will always look for the most modern and efficient ways to deliver service. This ensures that overhead is effectively controlled and allows PSS to provide a higher portion of our billing rate to employees in terms of wages and benefits.
24 HOUR DISPATCH CENTER
PSS operates our own 24-hour dispatch center. Dispatchers are in continuous and immediate communication with PSS Field Supervisors.
PISA TRACKING SYSTEM
PSS has developed software that identifies our personnel who live within a radius of your site. This system reports the labor pool we will draw from, as well as the distance each employee will need to travel from his or her home to your location.
FIELD SUPERVISORS
One of the most important components of the PSS Operations is the position of the Field Supervisor. Field Supervisors are selected upon achievement of the following requirements:
A minimum of one year employment with PSS (PSS always promotes from within)
Excellent people skills
High-rise experience, Fire/Life Safety training, CPR/First Aid certified
Completion of the PSS Field Supervisor Training Program totaling 80 hours of instruction Field Supervisors are in the field around-the-clock every day of the week. We provide each uniformed supervisor with the best in equipment, such as:
A well-marked patrol vehicle
PACTrax smart phone real time online field reporting technology
Digital Camera
GPS Navigation Upon award of the contract to PSS, our Field Supervisors will be assigned and trained on all aspects of WRD’s security program. Field Supervisors check your site during each security officer’s shift inspecting the officer’s appearance, work in progress, and status of your site to ensure that all contractual obligations are being delivered.
RELIEF OFFICER PERSONNEL AND EXTRA COVERAGE
Relief officers or “on-call” security personnel are on staff and available to respond to any emergency situation. Relief officers are also enlisted to fill in for absent or vacationing employees or for additional service requirements. PSS utilizes its Relief Officer Program as a training ground for Field Supervision duty and, therefore, we put major
“PACWEST Security has serviced my
portfolio for many years. I can
honestly say that they provide
outstanding service. The management
is competent, caring, reliable, and
responsive. They are truly a service
partner. It’s been a pleasure working
with them and I can with confidence
recommend PACWEST to anyone
looking for a professional security
company.”
Shannon Sarmiento
Assistant Vice President & Property
Manager
Brookwood Management Partners,
LLC
Page 204 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 285 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 28
emphasis on this program. Relief officers are trained on all locations and posts, as well they are paid a higher wage. This method allows us to always have personnel trained on the duties of your site and ready when needed.
PSS MANAGEMENT
It is the policy of PSS to meet with clients at least once per week, or if preferred, on a specified frequency that is most convenient to you. Your PSS branch Account Manager and our staff will keep an open line of communication. We will constantly review and discuss the security program in force and make adjustments and improvements as necessary.
REPORTS AND RECORDS
PSS will maintain the standard required operational reports and any additional records that are required by WRD. These reports will be available for your inspection each morning:
Daily Activity Reports
Incident Reports (if made)
Field Supervisor Inspections
Patrol Manager (Electronic Guard Tour) Reports
Property Access Reports
POST ORDERS
A manual detailing the policies and procedures of WRD will be written during the transition phase. These post orders are prepared by PSS and approved by you. This allows ease in updating as necessary. Our Post Orders contain the SB198 Injury and Illness Prevention Program as required by the state of California. See Post Order Maintenance System on the following page.
Page 205 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 286 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 29
THE PACWEST POST ORDER MAINTENANCE SYSTEM
The PACWEST Post Order Maintenance System is designed to ensure that changes in information or duties will be processed effectively and immediately, generally within a 24-hour period.
Change In or Addition To Operating Procedures, Duties or Information
PSS Branch Office Process Change/Procedures
Memos
PSS Training Department
Field Site SupervisorsOn-Site Officer Review &
Sign Off
Insert On-Site Post Orders
Reviewed During On-Site Monthly/Quarterly Training
Client Notification PSS Branch Database
All PSS Staff Personnel
Page 206 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 287 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 30
PACWEST QUALITY ASSURANCE
Through the PACWEST Quality Assurance Program, you the client are able to provide your valuable input and evaluation of our PSS management staff and each employee. These reviews then become a permanent part of each employee’s personal file. Copies are also forwarded to your office. PLAN - DO - CHECK – ACT: Quality is an attitude. It must permeate every aspect of every process. At PACWEST we are committed to interjecting quality into everything we do. We are customer-centered and customer needs-focused. We think that the following sums up our attitude towards quality. PLAN to deliver excellence in service. From the moment we accept responsibility of a Client’s Security Program - this is our most basic goal. Here are the steps:
Start of Contract - Certified Security Survey. A full physical and administrative report provided to you.
Start of Contract - Online Transition Survey. For your completion and return to us. Tell us how we did on start up.
Daily - Field Supervisor Audit. Completed upon all post visits.
Monthly - Operational Report.
Quarterly/Biannually - Employee Performance Appraisals form only mutually equitable partnerships with our clients.
Obtain competitive wages for security officers.
Design a Service Program that is clear and realistic plan that will meet the image, safety, and security objectives.
DO the job as promised. PSS knows that QA begins with plain-old common sense and employees inspired to do the job. Here’s how we do it:
By using developed systems and software that keep our attention fixed on client needs - “forcing follow-up instead of just talking follow-up.”
By providing incentives and opportunity for company members to meet QA goals.
By empowering company members to be involved in decisions that affect them – encouraging “bottom-up” style management.
CHECK on all operational activities. Directly involve executive management at each Client location. PSS constantly monitors our responsiveness to client needs by evaluating and auditing the service that we provide. Some audit areas are as follows:
Quarterly - Post Orders Update. By PSS Management. ACT upon feedback. Listen to the customer. Listen to the employee. Simple sayings, yet powerful if actually done. We believe that we must use this solicited information received from the above checks to strengthen and enhance our corporate culture so that we may meet our goals of excellence.
Biannually - Reviewed Security Survey
Annually – Online Client Service Satisfaction Survey. For your completion and return to us. We listen to you.
Page 207 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 288 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 31
UNIFORMS
We believe premium business environments such as yours require a notable presence. Not just people in uniform, but professionals who exemplify your image. Traditional attire and Soft attire uniforms are provided at NO COST. Replacements are provided as needed (at no cost) due to normal wear-and-tear or damage caused during work. When officers look their best their performance is enhanced.
Traditional Attire
Pants - 3 pair, polyester police style, navy blue
Belt - standard basket weave or Sam brown
Shirts - 5, cotton with PSS logo patches, white
Badge - PSS, metal-gold in color, numbered
Nameplate - gold in color with black lettering engraved
Jacket - 1, quilt lined dark blue
Rain gear will be kept on your site
Soft Attire
Pants - 3 pair, gray
Shirts - 5, button down cotton, white
Neckties - 2
Sweater Vest - 1, dark blue
Blazer - 2, navy blue
Nameplate - gold in color with black lettering engraved
Rain gear will be kept on your site
Executive Attire
Suits - 2 designer suits, 3 button, dark navy
Shirts - 5, cotton dress shirts, medium blue
Neckties - 2
Nameplate - gold in color with black lettering engraved
Rain gear will be kept on your site
GROOMING
All security officers are expected to use good judgment in hygiene. This is addressed in the training phase. The following grooming standards are required:
Females will wear hair up in a secure fashion.
Make-up, nail polish, and fingernails will be conservative.
Males will have hair cut so that it does not extend below the top of ears or below the top of shirt collar.
Males will have no facial hair other than a mustache.
Jewelry will be kept to a minimum. Not more than one ring on each hand.
Males are not allowed to wear earrings on duty.
Females may wear stud earrings only, if at all.
Sunglasses are acceptable in outdoor areas only and only conventional in style.
Page 208 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 289 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 32
SECTION V CLIENT SERVICES
GUARD SERVICES
At PACWEST we know the security officer best suited to your needs presents a welcoming image, possesses mastery of building systems and if necessary, responds with authority to any challenge to the safety and security of the property. Our officers, assigned to your property know disaster preparedness and response, fire awareness, fire/life safety systems, CPR and
first aid, patrolling methods and surveillance, access control and reporting procedures. They know how to prevent problems before they occur and how to effectively respond to emergencies.
VEHICLE PATROL SERVICES
Property managers rely on PACWEST Security Services to be their ‘eyes and ears’ out on the grounds. With our patrol services you will never miss a light out, water leakage, property damage or unsafe condition. Computerized reports are available to you online 24/7 or can be emailed to you daily or on a weekly basis. These reports indicate by date and time where our
officer was on your site and includes photos, diagrams and a map of your facility which outlines the location of any problem conditions or potential hazards. With PACWEST, you will never again wonder if your patrol showed up.
FIRE/LIFE SAFETY SERVICES
PACWEST provides Fire and Life Safety Training, consultation and certification services to multi-tenant and single user buildings throughout California. Fire/Life Safety training is conducted by our in-house trainers who are fire/life safety certified by the City of Los Angeles Fire Department. Our trainers have the experience and certification necessary to help you put
together quality Fire/Life Safety and Emergency Procedures programs. Services consist of, but are not limited to fire drills, emergency procedure manuals, floor response manuals and training, occupant brochures, CPR/First Aid training and web based fire/life safety tenant training. Occupant Fire Life Safety Online Training PACWEST Security Services offers (2) levels (1 Complementary and 2 Choice) of data based training systems that allow your employees or tenant employees 24/7 access to training programs hosted at the PACWEST web site. These customized presentations meet requirements set forth by Title 19 of the California State Code, give general Fire/Life Safety and Emergency Preparedness information for your property and track all viewing and testing of the information presented.
Emergency Procedures Manual The Emergency Procedure Manual is the backbone of any safety program, providing information for the building staff regarding Fire, Bomb Threat, Earthquake, Power Outage and Medical Emergencies. PACWEST has the experience and certification necessary to put your Emergency Procedures Manual and Floor Response Team Manual together and to keep it up-to-date.
Floor Response Team Training PACWEST will train Floor Wardens/Monitors discussing the buildings fire/life safety systems, fire prevention and their responsibilities during an emergency. Floor Response Team Manuals The Floor Response Team Manual contains the duties of the Floor Wardens during an emergency with information on the buildings fire/life safety systems, fire prevention and general information on fire, earthquakes, bomb
Page 209 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 290 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 33
threats, power outages and medical emergencies. PACWEST can provide additional Floor Response Team Manuals for your property team. Occupant Brochures/Training PACWEST provides the state mandated materials to Occupants explaining emergency procedures and building floor plans. Fire Drills PACWEST coordinates fire drills including preliminary floor warden training and notice to fire department. We will document each drill and then produce an After Drill Written Report for your staff and the local fire department.
CPR/First Aid/AED Training Each PACWEST Fire/Life Safety Instructor and Consultant is instructor certified through the American Red Cross.
ADDITIONAL CLIENT SERVICES
Below are additional client services offered by PSS. (Call for terms)
Armed Security
Investigative Services
Executive Protection
Threat Assessment
Security Workshops and Seminars o Workplace Personal Safety & Security o Sexual Harassment o Workplace Diversity o Violence in the Workplace o Active Shooter o CPR/First Aid Training o Disaster Preparedness & Disaster Recovery Planning o Crisis Management o Tenant Training Services o Terrorism Preparedness
Page 210 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 291 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 34
SECTION VI TECHNOLOGY
PACTRAX™ ONLINE FIELD REPORTING & GPS TRACKING
PACTrax™ is real time paperless reporting software, powered by TrackTik. It utilizes state-of-the-art guard patrol and GPS technology. Patrol or on-site security personnel enter data, including video and photo files through a handheld smart phone or tablet and synchronize the data in real time. All security personnel movements during any patrol route or guard shift are
recorded in real time through GPS tracking or near field communication (NFC) tokens or barcodes. Incident reports capture photos, videos, signatures, detailed notes, diagrams, and more. Incidents can be emailed instantly to predefined client recipients replacing the need for paper reports and dramatically cutting down on the time it takes to input and deliver critical information. Our system also gathers operational knowledge about incidents that occur on
the property then analyzes the data to provide you with detailed information. This allows us to offer security enhancements and allows you to make informed decisions about your security program.
Features
Live dashboard
Real time GPS Location
GEO Fencing
Real Time Online Guard Tour
Email & Text Notifications
Incident Reports (customized forms)
Daily Activity Reports (customized forms)
Incident Trend Analytics
Reports Converted to PDF
Photo Capture
Video Capture
Signatures
Text Notes
Panic Button
Start to End Timestamps
Guard Tour Checkpoints
Post Orders Access
Emergency Contacts Access
Password protected & user access levels
Downloadable app for Google Android phones
Benefits
You get reports, checkpoint scans, clock-ins, and more as they happen
Robust reporting allows us to collect comprehensive records of activity or incidents
Organizes & centralizes information for our field personnel
Eliminates manual labor associated with managing paper and performing on-site audits of guard patrols
Provides complete visibility into the history of our operation at your account
Customization allows us to create unique reports and tours specific to each client location
Automatically compiles incident data from the field
Creates charts and tables with incident data collected
Inactive alert notifies us when an officer has not responded so we can be proactive about the safety of our personnel
Publishes reports in PDF format to save, print or email to you
Mitigates risks with knowledge of activities on-site and forecasts future expectations
Provides our staff and you with recommendations to reduce incidents on the property
Helps us anticipate coverage and staffing to reduce incidents
Page 211 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 292 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 35
ROBOTIC SOLUTIONS
If the prospect of being greeted or assisted by a robot still seems awkward or distant, it really isn’t. Contrary to popular belief, robots don’t replace people. Instead they perform tasks that are arduous, difficult, risky or very repetitive. PSS has partnered with UBTECH and NXT ROBOTICS to bring you intelligent automated security solutions that enables cost-effective and efficient operations of security monitoring and reporting services. At PSS we endeavor to offer our clients cost effective solutions that will enhance security tasks provided by our “human security personnel”. We refer to robots working alongside our human personnel as “Cobots”!
UBTECH is a leading artificial intelligence & humanoid robotics company offering our clients customized, cloud-based, intelligent humanoid robots. Meet Cruzr! Cruzr provides service applications for a variety of industries. Cruzr is a humanoid design with flexible arms and 360° movements that moves like a human. With its 4-layer protection system, Cruzr is capable of shaking hands, greeting visitors, moving around and even hugging. Cruzr’s arms have an extensive degree of freedom and piezoelectric film sensors, enabling it instantly to sense any obstacles and automatically stop all movements. This ensures its arms and the users are not harmed, giving users a safe experience.
Cruzr uses abrasion resistant and quiet Omni-directional wheels to move smoothly, quietly and stable, while being able to turn instantly in any direction. It has real-time positioning and mapping to avoid obstacles, can adapt to route environments and arrive at any location with precision. Cruzr is a customer service guru! It makes a great security officer, concierge, leasing agent, or front desk reception service and can answer frequently asked questions and provide information and guidance to tenants, vendors, and staff. It can recognize people and emotion, advertise activities, and promote site restaurants and shops. Accurate facial recognition technology and the digital monitoring system makes it possible for Cruzr to automatically scan people, recognize them with 98% accuracy. It identifies faces in milliseconds. Cruzr is an open source platform that implements 3rd party resources for emotion detection, gender, age, ethnicity recognition, etc.
With multi-modal interaction the voice, action, text, expression, and other modes of communications are much more expressive. The "multimodal interaction" integrates various interaction modes of synergies and coordination to greatly enhance the user experience, making the interaction more fluid and more humanlike. Below are some of the Cruzr features.
Height is 4’, weight is 100 lbs.
Humanoid design, flexible arms, quiet 360° movements
More expressive, more like a human
SLAM proprietary technology adapts to route environments
Arrives at any location with precision
U-meeting video conferencing system
Voice and video functions that supports cloud computing
Data analysis and management
Advanced intelligent patrol (Self-driven + pre-set route operation)
Customizable service interfaces for body movements, base actions, expressions, voice, UI interface, and facial recognition
Page 212 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 293 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 36
Automatic docking and recharging
Intelligent customer service can guide customers during any service process, fill in information and more
Uses background data cloud storage technology to perform customized functions
Security alerts in real time
HD cameras
Customized ID badge recognition
Meet Walker! Still in development at UBTECH, Walker has a torso, arms, hands, and a head, and is as humanoid as bipedal robots get. Standing 4.75’ tall and weighing 170 lbs., Walker has the ability to grasp and manipulate objects, a refined torso with improved self-balancing, smooth and stable walking in difficult environments, and multi-modal interaction including voice, vision, and touch. Walker has the intelligence and capabilities to make a helpful impact in any security and business in the very near future. Stay tuned!
Meet Scorpion 2, a rugged all-terrain and all-weather outdoor security robot made in the USA, and designed to provide organizations with round-the-clock physical security monitoring and reporting capabilities. Our robotic solutions work across multiple industries and applications
and use a broad range of technologies both software and hardware to make robotic products robust and effective for a wide range of applications. NXT Robotics has also developed a new video analytic that detects handguns in use with real-time streaming video feeds or with pre-recorded videos.
Below are some, but not all of Scorpion’s features.
4 Tamper Proof Cameras
Configurable SSD storage for Videos
Dual Led Lights and Emergency Flashing Amber Light
Annunciator (86db)
Allows for 250 pounds of Customer Payload
Vandal/Tamper Resistant Casing for Cameras
Save video to on-board DVR or remote Network Video Recorder (NVR)
Sensors, Gas, Open Flame, Acoustic (gunshots, breaking glass, etc.)
Notification via e-mail, SMS or API integration
Connectivity for Automatic Dispatching
Page 213 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 294 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 37
SECTION VII TRANSITIONING
WRD/ PACWEST PARTNERSHIP
We have attempted to fully understand your safety needs as well as the concerns for your asset protection and image objectives. Our PSS assurance to you is that we will always look for the most modern and efficient ways to deliver service. This ensures that overhead is effectively controlled and allows PSS to provide a higher portion of our billing rate to employees in terms of wages and benefits. As in any partnership there are responsibilities for all parties. Please give serious consideration to wages paid to the officer, safety precautions taken within your facility and the PSS Partnerships Programs which you may participate in (see PSS Program Section) as well as upgrading benefits. Your decisions will directly affect, to a great degree, the terms and conditions of employment. If our organizations both commit to these ideas, we will then achieve our mutual goals and equally benefit in the partnership created between WRD and PSS.
TRANSITIONING TO PACWEST
PSS is extremely aware of the heavy responsibility inherent in providing security services. The hour of transition must be carefully coordinated so that an efficient transfer of responsibility is achieved with NO RISK to the integrity of the Security Program. PSS will provide to WRD a very detailed start-up plan that will show when each phase of the transition is scheduled from start to finish. The transition plan will be transmitted to your office every 2-3 days in order to keep you informed during the period between Award of Contract and Start of Service. PSS will grandfather in any current security staff WRD desires to retain pending background investigation. This will allow PSS to retain valuable experience and knowledge of the existing security policies and procedures. It will also provide for a smoother transition from the incumbent contractor. We will provide employment offers early during the transition period in order to minimize the anxiety of the incumbent staff and to determine the quantity of remaining open positions to be filled. However, our recruiting efforts will not interfere with the incumbent’s ability to perform security duties and responsibilities during the transition period. All incumbent personnel desiring employment with PSS will submit information to begin a background check and be interviewed. A sample 30-day transition plan is provided on the following page.
“PACWEST has taught Coca-Cola
the value of partnering with an
exceptional regional security
vendor. The initial transition to
PACWEST involved 37 Coca-Cola
facilities from Southern to Northern
California, 200 of their employees,
all transitioning on the same day,
and it was seamless and
impressive. Ownership accessibility,
top of their game management,
and quality officers equates to
customer service that is truly
unparalleled. If you’re not using
PACWEST, I would have to ask why
not?”
Jose Miramontés
Former Group Director
West, Northwest, Midwest Regions
The Coca-Cola Company
Page 214 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 295 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 38
Detailed 30-Day Transition Plan The following is a sample of all steps needed for a start-up of your account. These steps are outlined on a time schedule and indicate each task assigned. Please understand that each start-up plan will require some minor adjustments to be made after initial meetings are completed.
Account Name: Start Time: Coordinator:Branch:Manager: Initiated In Progress - - - - Completed P
------------------------------P
------------------------------P
---------------------P
--------------------- P
---------------------
---------------------
--------------------- P
--------------------- P
--------------------- P
--------------------- P
--------------------- P
--------------------- P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
---------------------P
------------------
------------------
Contract Compliance/Quality Assurance
--------------------
30-Day Transition In Progress
Task Timeline Legend
Personnel Recruitment
---------------------- ----------------------
---------------------- ----------------------
----------------------
Prepare Master Schedule
---------------------- ----------------------
----------------------
----------------------
----------------------
CONTRACT BEGINS
WEEK 1
----------------------
----------------------
----------------------
----------------------
Field Supervisor Training
Interview Employees to Retain
Interview Personnel
Hire New Security Officers
Contract Begins
Order Uniforms/Equipment
New Hire Orientation/Training
Uniforms Issued/Inspected
----------------------
----------------------
Draft/Write/Review/Deliver Post Orders
Set-up Special Training
Deliver Equipment/Post Orders/Forms To Site
----------------------
----------------------
WEEK 1 WEEK 2 WEEK 3 WEEK 4
Start Date:
Start Up Team Client Meeting
TASKS
Start Up Team Assembled
Contract & Insurance Prepared
Package Equipment to Take to Sites
Verify List of Post Equipment
Train 1st Shift Officers
----------------------
Site Specific Training
Contract Awarded
Call Client to Verify Last Minute Arrangements
Notify Field Supervsiors to Meet at Start-Up
Field Supervisors/Schedule Walk Through
Schedule On-going Training for Field Supervisors
Prepare Post Order Start-Up Supplies
Conduct Background Investigations
-------------------- ---------------------- ------------------------ ------------------------
Page 215 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 296 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 39
SECTION VIII CLIENT TESTIMONIALS
“PACWEST has taught Coca-Cola the value of partnering with an exceptional regional security vendor. The initial transition to PACWEST involved 37 Coca-Cola facilities from Southern to Northern California, 200 of their employees, all transitioning on the same day, and it was seamless and impressive. Ownership accessibility, top of their game management and quality officers equates to customer service that is truly unparalleled. If you’re not using PACWEST, I would have to ask why not?”
Jose Miramontés Former Group Director West, Northwest, Midwest Regions The Coca-Cola Company
“PACWEST Security Services' dedication to service and attention to detail begins at the guard level and is carried through by the management team.”
Kevin Hauber President & CEO Arnel Management Company
“PACWEST Security has serviced my portfolio for many years. I can honestly say that they provide outstanding service. The management is competent, caring, reliable, and responsive. They are truly a service partner. It’s been a pleasure working with them and I can with confidence recommend PACWEST to anyone looking for a professional security company.”
Shannon Sarmiento Assistant Vice President & Property Manager Brookwood Management Partners, LLC
“I’ve dealt with many security vendors and I have to applaud PACWEST for their wonderful service and quick response. Management does a wonderful job communicating with me and the office staff is always there to answer any question I have. I’m thankful for the service, support, information, and everything their team assists me with each time I contact them! I have and will continue to refer co-workers and business acquaintances to PACWEST.”
Ray Gens Facilities Manager Billabong / RVCA
Page 216 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 297 of 301
Partnership Proposal June 27, 2019
Offices To Serve You Located Throughout California | Page 40
SECTION IX REFERENCES Please check our references and ask them, “What makes PACWEST Security Services different?” We think they will tell you “it’s our people”. We have a very experienced and talented group of managers and field personnel who are vested in our client’s assets, properties and image. We work hard each and every day to ensure from the top down that we provide unparalleled customer service.
Dale Huckabee Corporate Security Manager Reyes Coca-Cola Bottling 1334 South Central Avenue Los Angeles, CA 90021 (661) 978-0324 Client Since 2010
Kevin Hauber President, CEO Arnel Management 949 South Coast Drive, Suite #600 Costa Mesa, CA 92626 (714) 481-5023 Client Since 1994
Sam Chanin Senior Vice President, Management Services Transwestern 1630 S. Sunkist Street, Suite A Anaheim, CA 92806 (714) 202-2925 Client Since 1996
Page 217 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 298 of 301
Water Replenishment District of Exhibit B General Services Contract Southern California Consultant Rate Schedule PACWEST Security Services
EXHIBIT B CONTRACTOR RATE SCHEDULE
1.0 Contractor shall be compensated for actual services performed in accordance with this Agreement at the selected level of service selected by WRD. WRD shall inform Contractor of its selected level of service based on Contractors projected costs set forth in Exhibit A-2 in a signed writing to Contractor. This level of service may be changed upon the delivery of a subsequent signed writing to Contractor informing the Contractor of WRD’s new election of services pursuant to the project costs and options which Contractor agrees to honor for the duration of this Agreement. .
2.0 A budgetary amount of $1,362,821.00 (which amount applies to Contractor’s fee) is established for this Agreement. Notwithstanding any other provision of this Agreement, the District shall not be obligated to pay Contractor any amount in excess of said budgetary amount absent prior written approval from the District. Likewise, Contractor shall not be obligated to perform services or incur expenses in excess of the budgetary amount absent prior written approval from the District.
Page 218 of 218Meeting Date: 8/14/2019 Item No. 10
Packet Page 299 of 301
MEMORANDUMITEM NO. 11
DATE: AUGUST 14, 2019
TO: BOARD OF DIRECTORS
FROM: ROBB WHITAKER, GENERAL MANAGER
SUBJECT: TECHNICAL ASSISTANCE PROVIDER FOR THE STATE WATER RESOURCES CONTROL BOARD
SUMMARYThe State Water Resources Control Board (SWRCB) administers a Technical Assistance (TA) provider program which allows them to select contractors from previously screened candidates. This program was started with the Set-Aside funding for Disadvantaged Communities (DACs) under Proposition 1. The original list of providers included non-profit organizations and universities.
One of the biggest challenges for the SWRCB is to find providers who have engineering experience and can bring projects up to 30% design during the planning process. The SWRCB TA unit has asked that WRD become a TA provider to help the small systems that serve disadvantaged communities in our service area. This would allow the District to enter into a contract with the SWRCB for the funding of planning costs associated with WRD’s Safe Drinking Water Program. This includes the Preliminary Design and Environmental work for the projects.
Once the planning effort is completed under the TA contract, then WRD would build the project though the Safe Drinking Water for DACs program. The SWRCB has identified Lynwood Park Mutual Water Company as a candidate that could benefit from a TA. Additionally, the Walnut Park Mutual Water Company has asked WRD for assistance with a grant that they are in the process of receiving and would like WRD to undertake the building of the project, which involves water meter replacement. Other potential DACs could benefit from WRD administering a TA from the SWRCB, including potentially Tract 349.
The first step in the process is for the Board of Directors to approve the General Manager to begin negotiations with the SWRCB for WRD to become a Technical Assistance Provider. Once an agreement has been drafted, it will be brought back to the Committee and Board for consideration.
Page 1 of 2Meeting Date: 8/14/2019 Item No. 11
Packet Page 300 of 301
FISCAL IMPACTNone
WATER RESOURCES COMMITTEE RECOMMENDATIONThe Water Resources Committee recommends that the Board of Directors authorize the General Manager to begin negotiations with the State Water Resources Control Board for WRD to become a Technical Assistance Provider.
Page 2 of 2Meeting Date: 8/14/2019 Item No. 11
Packet Page 301 of 301