901095 RFQ Armed Guard Services

Total Page:16

File Type:pdf, Size:1020Kb

901095 RFQ Armed Guard Services

**IMPORTANT NOTICE**

. The format of this RFQ has been simplified. . Only the following pages require signatures: 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date. COUNTY OF ALAMEDA

REQUEST FOR QUOTATION No. 901095 for Armed Guard Services-400 Broadway, Oakland

For complete information regarding this project, see RFQ posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or contact the County representative listed below. Thank you for your interest!

Contact Person: Nicholas Roberts, Contracts Specialist I

Phone Number: (510) 208-9616

E-mail Address: [email protected]

RESPONSE DUE by 2:00 p.m. on July 18, 2013 at Alameda County, GSA–Purchasing 1401 Lakeside Drive, Suite 907 Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled- content paper.

1401 Lakeside Drive, Suite 907  Oakland, CA 94612 Phone: 510-208-9600  Website: http://www.acgov.org/gsa/departments/purchasing/ I:\PURCHASING\Contracting Opportunities\Purchasing\Armed Guard Services (901095)\ArmedGuard400Broadway_RFQ.doc Revision 2013-5-2 COUNTY OF ALAMEDA REQUEST FOR QUOTATION No. 901095 SPECIFICATIONS, TERMS & CONDITIONS for Armed Guard Services-400 Broadway, Oakland

TABLE OF CONTENTS Page I. STATEMENT OF WORK 4 A. INTENT 4 B. SCOPE4 C. BIDDER QUALIFICATIONS 4 D. SPECIFIC REQUIREMENTS 5 E. DELIVERABLES / REPORTS 13 F. COUNTY HOLIDAYS 15 II. CALENDAR OF EVENTS 16 G. NETWORKING / BIDDERS CONFERENCES 16 III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 17 H. NOTICE OF RECOMMENDATION TO AWARD 17 I. TERM / TERMINATION / RENEWAL 18 J. PRICING 18 K. AWARD 18 L. METHOD OF ORDERING 20 M. INVOICING 20 N. ACCOUNT MANAGER / SUPPORT STAFF 21 IV. INSTRUCTIONS TO BIDDERS 21 O. COUNTY CONTACTS 21 P. SUBMITTAL OF BIDS 22 Q. RESPONSE FORMAT 24

ATTACHMENTS EXHIBIT A - BID RESPONSE PACKET EXHIBIT B - INSURANCE REQUIREMENTS EXHIBIT C - VENDOR BID LIST Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the armed security guard services for a weapons screening station at 400 Broadway in Oakland, CA required by the Alameda County Probation Department.

The County intends to award a two-year (2) contract (with option to renew) to the bidder selected as the lowest responsible bidder whose response meets the County’s requirements. It is the County’s intent to increase participation of certified small, local and emerging businesses (SLEB). In order to participate herein, a business must satisfy the locality requirements and be certified by the County as a small local or emerging local business.

B. SCOPE

The position varies from nine (9) hours per day to eleven (11) hours per day, five (5) days per week, for a total of forty-seven (47) hours per week and fifty-two (52) weeks per year. The position requires split shift coverage for lunch and overtime since it exceeds eight (8) hours per shift (refer to EXHIBIT A-Bid Form). Additional details are provided in EXHIBIT A- Bid Form.

In order to meet the County’s expectation for quality security services, and keeping in mind the safety of our citizens, County employees and facilities, the County is stating the following minimum pay rates for armed security guard: Armed security guard: $16.50 per hour

C. BIDDER QUALIFICATIONS

1. BIDDER Minimum Qualifications

a. Bidder shall be certified by the County as a small, local and emerging business (SLEB) by the bid submittal due date. All bidders must provide, with their response, the SLEB information sheet found in Exhibit A.

b. Bidder shall be regularly and continuously engaged in the business of provi ding armed security guard services for at least four (4) years as verified thr ough references submitted.

(1) Experience gained while associated, affiliated or employed as an ar med security guard of another Private Patrol Operator does not qua lify.

RFQ No. 901095 Page 4 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

(2) A newly formed firm can qualify if at least two (2) principals each ha ve four (4) years of experience as an armed security guard manager or as an armed Private Patrol Operator.

c. Bidder shall possess all permits, licenses and professional credentials nece ssary to perform services as specified under this RFQ, which includes the f ollowing:

(1) An owner, partner or corporate officer must possess a current Priva te Patrol Operator License from the State of California Department of Consumer Affairs. The County reserves the right to contact the D epartment of Consumer Affairs to confirm possession of a current li cense and to check for any complaints on file.

(2) Bidder shall possess a current Private Patrol permit from the city or county in which they maintain a business address, and all licenses a nd professional credentials necessary to perform services as specifi ed under this RFQ.

(3) Individual guards shall possess a current Firearms Qualification Card.

d. Bidder shall be required to submit documentation which demonstrates tha t they have programs and/or procedures in place for recruitment, screenin g, training and supervising their armed security guard.

D. SPECIFIC REQUIREMENTS

Contractor shall be in compliance with all local, state, and federal environmental and worker health and safety regulations that apply to their operation.

Contractor shall respond to emergency service requests within one (1) hour of request and respond to normal service requests the following day. Contractor shall be capable of responding to all service requests.

In case of an emergency or unusual event, all employees of Contractor shall be subject to the direction of the County Director and/or the Probation department/facility site manager.

Contractor must be able to deploy their employees to fully staff designated County sites in an organized, efficient manner on the first day, as agreed, of the start of any contract that may be awarded as a result of this RFQ.

RFQ No. 901095 Page 5 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

Contractor must have sufficient personnel who possess a current “Guard Card” to fill the position, and maintain additional personnel to provide the necessary lunch and other breaks and to cover vacation, sick time and other leaves as they may occur.

In the event a security guard is unable to perform his/her duties during a shift due to illness or injury, the Contractor shall provide a replacement guard within one (1) hour from the time the post is vacated.

The following requirements are specific to the Contractor and the armed security guard assigned:

2. Contractor Supervisor/Liaison:

Contractor(s) shall designate a permanent member(s) of its management staff, at no additional cost to the County, to act as a supervisor(s) or liaison officer(s) bet ween designated Alameda County Probation Department and agency personnel a nd the security guards.

Contractor(s) shall provide the name, telephone number, pager or cell phone nu mber, facsimile number, email address and office address of the designated secur ity supervisor(s) or liaison(s) to the County facility manager for the site location. Contractor(s) shall provide updated information to the County facility manager fo r all replacement security supervisors for the duration of the contract.

The supervisor(s) or liaison officer(s) shall be available on an on-call basis via page r or cell phone number to the security guards and designated County staff. The s upervisor(s) or liaison officer(s) is responsible for, but not limited to, the followin g:

a. Work with the designated County management personnel or building staff to develop a high standard of professional security service which is sensitiv e to the needs of the facility’s staff and visitors.

b. Supervise the security guards at the posts within the facility; be available f or frequent on-site supervision, at a minimum of two (2) times per month.

c. Familiarize each security guard with the County internal communication sy stem and its uses, the County log assist policy and any other County policie s that affect the public. This information will be provided by the County to the Contractor(s).

d. Develop or review written standing Post Orders with an emphasis on the n eeds of the Probation Department, and as specified by County manageme nt staff. Written Post Orders for the Probation location assignment shall b

RFQ No. 901095 Page 6 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

e completed and approved by the supervisor(s)/liaison(s) and the County within fifteen (15) business days from the first day of each location assign ment.

e. Review Post Orders for adds and edits with the facility manager at least tw ice a year at agreed upon dates each year. Security company will re-issue Post Orders with new edits within one (1) month of the requests, and will go over the changes with each guard (including new hires/replacements a nd substitutes for vacation and/or sick leave).

f. Respond in a timely manner, within two (2) hours or less, to requests from County management staff for follow-up with appropriate action and/or rec ommendations on any incidents or complaints involving security guards e mployed by the Contractor(s).

g. Keep County management staff appraised of security issues which affect t he safety of the staff, employees, and visitors, and make appropriate reco mmendations for improvement.

h. Promptly report any unusual event or emergency (such as an accident, hos tile client or employee, illegal weapon, bomb threat or theft) to the Count y facility manager. These incidents shall be followed by a written report su bmitted to the facility manager within twenty-four (24) hours of the incide nt or event.

i. Investigate all complaints received about the security guard(s), report findi ngs, and inform County facility or management staff of remedial action(s) t aken.

j. Ensure that incident reports and other written documentation requested a re forwarded to the appropriate County management staff member in the time specified.

3. Training and Certification:

The security guards assigned to the Alameda County Probation Department shall have completed the required mandatory forty (40) hour skills training course and elective eight (8) hour Certification Course in Firearms Training as regulated by th e State of California Bureau of Security and Investigative Services (BSIS), Division 7 of Title 16 of the California Code of Regulations, Article 9, Skills Training Course for Security Guards.

RFQ No. 901095 Page 7 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

Security Guard companies or agencies must provide written proof, to the Alamed a County Probation Department management or facility manager, of a security gu ard’s certificate of completion (or evidence of completion of the required hours a s set forth in the above paragraph) of the mandatory and elective training admini stered by a private patrol operator or by a certified training facility.

Prior to starting, security guards will undergo training for use on how to operate t he Rapiscan 618XR Weapon Screening Station to be arranged by the Alameda Co unty Probation Department.

This training shall be paid for by the Contractor(s), and such costs should be facto red into the bidder’s quoted prices, as the Contractor(s) will not otherwise be co mpensated by the County for these costs.

Additional replacement or relief security guards provided by the Contractor shall be of the same caliber and possess the same training as the regularly assigned sec urity guard(s).

All relief armed security guards (covering for vacations or sick leave) shall be train ed and familiar with the procedures, duties and responsibilities required of the se curity guard(s).

4. Security Guards:

The Security Guard’s primary duty is to observe and report. Other duties and res ponsibilities of security guards shall include, but not be limited to, the following:

a. Maintain a high level of visibility at all times as a deterrent.

b. Greet the public and answer simple/basic questions, notify departments of visitors, maintain a clean post, pass instructions to maintenance personnel or subcontractors as requested by the facility manager(s), and report any e levator malfunctions and fire panel alarms to building facility manager(s) o r staff.

c. Upon request by the County, security guard shall detain visitors, make con tact with the person to be visited or the department receptionist, and ann ounce that a visitor is waiting in the lobby. Generally, the guard does not escort the visitor to the employee’s office, but shall direct the visitor to the proper location.

d. Be familiar with the Public Address system.

RFQ No. 901095 Page 8 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

e. Have visitors sign in and out on the daily Visitors Log, and issue a Visitor’s Badge, as required.

f. Be responsible for issuing visitor and contractor passes.

g. Greet and question unescorted visitors within the security area.

h. Observe and enforce the County’s “No Smoking” rules.

i. Guards may be asked by County staff to assist with a difficult client or esco rt individuals to their car during daylight hours. Security guards who are a uthorized to leave their post for such tasks shall comply with requests for assistance unless compliance would significantly lower the level of security required within the facility.

j. Help County employees to defuse arguments or disturbances with the pub lic, whether it is inside or outside the County office. Threatening situation s shall be reported immediately to emergency dispatch 9-1-1 and the Facili ty Manager.

k. Guards may be asked by County staff to deny access to specific individuals who have been deemed to be potentially violent (a former employee, fami ly member, or client who may have threatened a County employee or has displayed a potential for violent behavior). Security guards shall notify the local authorities immediately by calling 9-1-1 if the individual exhibits beha vior that could be violent or abusive.

l. Enforce the rule forbidding weapons to be brought on to County premises. Weapons are not allowed on County premises (with the exception of weap ons worn by Armed Security Guards as required under this RFQ, Sheriff’s D eputies/personnel, other law enforcement officers, Probation Officers, We lfare Investigators, etc.). If security guard(s) suspects someone of possessi ng a weapon, he/she shall contact the Sheriff’s Office or notify 9-1-1 at onc e.

m. Inform relief guards of any special situations or instructions.

n. Limit telephone calls to business or personal emergencies.

o. Respond to electronic alarm (panic button) immediately upon request by C ounty staff to assist with a difficult client or other emergency situations.

5. The Security Guard’s primary duty is to observe and report. Security guards shall not

RFQ No. 901095 Page 9 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland a. Allow objects to be left unattended at any time in the lobby of the building or near the post. In the event of a bomb threat, the security guard shall ga ther as much information as possible (such as time, names, location, what was said), and convey this information immediately to the Facility Manage r or 9-1-1. If evacuation is ordered, the security guard(s) shall assist with t he removal of all building occupants in an orderly and safe manner. The se curity guard shall notify authorities of anything suspicious or out of place t hat has been observed during the evacuation. If a suspicious object is loca ted, the security guard shall take the following precautions:

(1) Do not touch, move, or disturb the object;

(2) Get a good description of the object – size, color and markings;

(3) Note the exact location of the object – floor, room number, location within the room;

(4) If requested by the Facility Manager, another County manager, and /or the 9-1-1 operator, begin clearing all persons from the immediat e vicinity in an orderly and safe manner;

(5) Cordon off the area and deny re-entry; and

(6) Do not use a pager, radio or cellular phone near the suspicious obje ct, since these may detonate some explosive devices. Exercise cauti on and advise others not to use pagers, radios or cellular phones ne ar the facility. b. Unlock doors unless so authorized by a Security Guard(s) supervisor or a F acility Manager c. Use County offices; read, rearrange, or remove material from County offic es, and they shall not permit any unauthorized person(s) to do so. Securit y guards shall not sit on desks, cabinets, tables, or rest feet on desk tops or open desk drawers, etc. d. Possess or use illegal substances or drink alcohol on the job. Security guar ds under the influence of alcohol or illegal drugs while on duty will be pro mptly dismissed. e. Engage in dialog or private conversations with County staff that disrupt du ty work.

RFQ No. 901095 Page 10 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

f. Wear headphones while on duty unless they are part of a County-provided communications device.

g. Converse privately with acquaintances or personal visitors while on duty.

h. Read books, magazines, or newspapers while on duty.

i. Request or accept any kind of credit or loan from County staff or surroundi ng businesses.

j. Accept any gifts or gratuities.

k. Occupy their personal vehicles while on duty.

Multiple complaints against a security guard without confirmation of extenuati ng circumstances shall be grounds for discharge. Rude or offensive behavior wil l not be tolerated. Willful disregard of orders from the Security Guard Agency o r County management personnel will be cause for disciplinary action and possib le dismissal from duties.

6. Concierge Duties:

Security guards stationed as a Concierge shall greet the public, answer simple/bas ic questions, notify departments of visitors, and shall follow these media protocol s:

a. Prevent journalists from proceeding into unauthorized areas as they do wi th other visitors.

b. Contact the Facility Manager to report the media’s presence in the buildin g.

c. Recognize that journalists have a right to request entrance to a public buil ding.

d. Shall not allow journalists to disrupt or interfere with work in progress or f orce an interview with clients or County employees who do not wish to pr ovide statements.

7. Personnel Qualifications:

Due to the high visibility of the security guard position, the County requires a high degree of stability in the security force posted. Any security guard(s) assigned to the County should have a minimum of one (1) year experience working as an arm ed security guard. The County will maintain the right to decline the Contractor’s

RFQ No. 901095 Page 11 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

placement of security staff which may not be appropriate to the buildings’ enviro nment. The Contractor agrees that staff placements will be mutually acceptable t o the County and the Contractor.

Proper conduct is expected of Contractors’ personnel when on County premises. T his includes adhering to no-smoking ordinances, the drug-free work place policy, no t using alcoholic beverages and treating employees courteously.

County has the right to request removal of any Contractor(s) employee who does n ot properly conduct himself/herself or perform quality work.

It is the Contractor’s responsibility to conduct a thorough criminal background ch eck on all security guards assigned to any County facility to ensure that no guard has a criminal record. A copy of the written verification that the guard has pass ed the Contractor’s background checks must be provided to the Probation Depa rtment’s Facility manager prior to assignment at the facility.

8. Uniforms and Equipment:

a. Security guards are to be dressed in appropriate uniforms that comply wit h the “name and patch” requirements of the State of California Departme nt of Consumer Affairs for security guards. Uniforms, provided by the Con tractor, will be suit-type with jacket. Uniforms are to be neat, clean, press ed, and lint free. Dress is to include dress or leather work shoes that are cl ean, in good repair and color coordinated with the uniform. NO tennis or athletic shoes are permitted.

b. Guards shall be easily identifiable as non-County employees, and are to we ar at all times a company name badge or patch and a name plate securely f astened and worn in full view to be seen at three (3) feet minimum view.

c. Guards are required to carry handguns. It is preferred that they carry seco ndary defensive weapons as well, which can be batons, mace and/or hand cuffs.

Guards are not allowed to carry personal cell phones or pagers. They may use a desk phone provided for the station for phone calls.

E. DELIVERABLES / REPORTS

9. Daily Activity Report:

Contractor(s) shall require security guard(s) to maintain a Guard’s Daily Activity R eport (DAR) of all activities during each shift for the entire term of the contract. T

RFQ No. 901095 Page 12 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

he Contractor(s) will provide copies of these reports to County management pers onnel upon request.

10. Incident Reports:

The security guard(s) may be required to complete the County’s Incident Report f orm. The Contractor’s Incident Report format may be used if pre-approved by th e Facility Manager.

There will be two (2) levels of incident reports, Routine and Critical, as described under Item numbers 3 and 4 below.

Incident reports must be in English and are to be clear, concise, factual and to the point. Reports are to be printed or typewritten. Incident reports shall be written for any of the following situations:

a. Any damage occurring on or near County property;

b. Any theft or burglary, attempted or otherwise, occurring inside or outside of the County facility;

c. Suspicious circumstances observed by the security guard;

d. Police activities on or near the County’s property;

e. Fire Department activities on or near the County’s property;

f. Accidents occurring on or near the County’s property; and

g. Any unusual occurrences which the guard determines should be reported.

h. Any occasion requiring the use or display of firearm other than normal visi bly holstered status.

i. Reports are to be printed or typewritten and are to include the following i nformation:

(1) Names of the person(s) involved in the incident;

(2) Location of the incident;

(3) Exact time and date of the occurrence;

(4) Description of the event(s);

(5) List of any injuries incurred and by whom; and

RFQ No. 901095 Page 13 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

(6) Emergency services or other agencies called.

11. Routine Reports:

The original report must be sent to the Probation Department’s designated Facilit y Manager within twenty-four (24) hours of the incident. Incidents in this categor y include, but are not to be limited to incidents where:

a. There is harmful physical contact with another person or person(s) (e.g. vis itor and/or staff);

b. The guard witnesses a crime or other type of unusual occurrence or activit y;

c. There is involvement with an outside law enforcement agency;

d. An arrest is made;

e. Building staff or personnel specifically requested security assistance or inte rvention;

f. Any person refuses or is unwilling to comply with a reasonable request or direction given by the security guard;

g. Injuries requiring medical attention occur;

h. Damage or loss of property occurs; and

i. Any incident involving a weapon.

12. Critical Reports:

The original report is to be filed with both the Contractor’s management and the County Facility manager at the end of the shift on which the incident occurred. In cidents in this category are incidents in which one (1) or more of the following oc cur:

a. Building break-ins;

b. Injuries;

c. Verbal and/or physical assaults;

d. Seizure;

e. Loss of consciousness; and

RFQ No. 901095 Page 14 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

f. Death.

13. Other Reports:

The Security Guard Company shall establish an account for the Alameda County P robation Department. The County shall receive a monthly statement to include t he following information:

a. Summary of the amount due, date, location, department name and Purcha se Order number; and

b. All unpaid invoices, payments received, and credits issued for the location.

The Alameda County Probation Department shall be responsible for paying all ap proved charges to its account. Security Agencies shall keep a daily attendance log for all Security Guards assigned to the Alameda County Probation Department alo ng with a weekly summation of all hours worked and must be able to provide this documentation upon request from the Probation Department.

14. Security Agencies shall maintain an internal self-correcting mechanism to minimiz e dereliction of duty by the Security Guard(s).

F. COUNTY HOLIDAYS

The following is a list of designated County holidays:

15. Christmas

16. New Year’s Day

17. Martin Luther King Jr.’s Birthday

18. Lincoln’s Birthday

19. Washington’s Birthday

20. Memorial Day

21. Independence Day

22. Labor Day

23. Veterans Day

24. Thanksgiving (Thursday and Friday)

RFQ No. 901095 Page 15 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

II. CALENDAR OF EVENTS

EVENT DATE/LOCATION Request Issued May 15, 2013 Written Questions Due by 5:00 p.m. on June 11, 2013 Networking/Bidders June 10, 2013 @ 2:00 p.m. at: Castro Valley Library Conference #1 Chabot Room 3600 Norbridge Avenue Castro Valley, CA 94546 Networking/Bidders June 11, 2013 @ 10:00 a.m. at: General Services Agency Conference #2 Room 222 1401 Lakeside Dr. Oakland, CA 94612 Addendum Issued July 3, 2013 Response Due July 18, 2013 by 2:00 p.m. Evaluation Period July 18 – July 29, 2013 Board Letter Issued September 24, 2013 Board Award Date October 8, 2013 Contract Start Date October 23, 2013

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

25. Provide an opportunity for Small Local Emerging Businesses (SLEBs) to network.

26. Provide an opportunity for bidders to ask specific questions about the project an d request RFQ clarification.

27. Provide the County with an opportunity to receive feedback regarding the project and RFQ.

All questions will be addressed, and the list of attendees will be included, in an RFQ Addendum following the networking/bidders conference(s).

Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications,

RFQ No. 901095 Page 16 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. NOTICE OF RECOMMENDATION TO AWARD

28. At the conclusion of the RFQ response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the co ntract award recommendation, if any, by GSA – Purchasing. The document provi ding this notification is the Notice of Intent to Award.

The Notice of Recommendation to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

29. At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid.

a. Under no circumstances will any discussion be conducted with regard to c ontract negotiations with the successful bidder.

b. Debriefing may include review of successful bidder’s proposal with redacti ons as appropriate.

30. The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract is scheduled to be he ard by the Board of Supervisors.

B. TERM / TERMINATION / RENEWAL

31. The term of the contract, which may be awarded pursuant to this RFQ, will be tw o (2) years.

32. By mutual agreement, any contract which may be awarded pursuant to this RFQ, may be extended for three (3) additional one-year terms at agreed prices with all other terms and conditions remaining the same.

C. PRICING

33. Prices quoted shall be firm for the first 24 months of any contract that may be aw arded pursuant to this RFQ.

RFQ No. 901095 Page 17 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

34. All hourly rate bids for designated shifts exclude compensation for County obse rved holidays on which days the Probation Department does not require the ser vices listed in this RFQ. The County will pay for all days worked and will not pay f or holidays.

35. The County will pay straight time hourly rates quoted for regular shifts.

36. The County anticipates overtime on this contract. Rates quoted for overtime are for those shifts designated as exceeding nine (9) hours. The County will pay overt ime rates for those shifts.

37. The County will not pay separate emergency hourly rates. The rates will be paid under the overtime hourly rates.

38. Any rate increases for subsequent contract terms may be negotiated between Co ntractor and County only after completion of the initial term.

39. The hourly rates quoted shall be the total cost that the County will pay for these s ervices.

40. All prices quoted shall be in United States dollars and "whole cent," no cent fracti ons shall be used. There are no exceptions.

D. AWARD

41. The award will be made to the lowest responsible bidder who meets the require ments of these specifications, terms and conditions.

42. Awards may also be made to the subsequent lowest responsible bidders who will be considered the Back-up Contractors and who will be called in ascending order of amount of their quotation.

43. Small and Emerging Locally Owned Business: The County is vitally interested in pr omoting the growth of small and emerging local businesses by means of increasin g the participation of these businesses in the County’s purchase of goods and ser vices.

As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

RFQ No. 901095 Page 18 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 561612 as having no more than $19,000,000 in average annual gross receipts over the last three (3) years.

An emerging business, as defined by the County, is one that has less than one- half (1/2) of the preceding amount and has been in business less than five (5) years.

44. The County reserves the right to reject any or all responses that materially differ f rom any terms contained in this RFQ or from any Exhibits attached hereto, to wai ve informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be ma de solely at the discretion of the County.

45. The County reserves the right to award to a single or multiple Contractors.

46. The County has the right to decline to award this contract or any part thereof for any reason.

47. Board approval to award a contract is required.

48. A contract must be negotiated, finalized, and signed by the recommended award ee prior to Board approval.

49. Final Standard Agreement terms and conditions will be negotiated with the select ed bidder. Bidder may access a copy of the Standard Services Agreement templat e can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

50. The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFQ.

E. METHOD OF ORDERING

51. A written PO and signed Standard Agreement contract will be issued upon Board approval.

52. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

RFQ No. 901095 Page 19 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

53. POs and payments for products and/or services will be issued only in the name of Contractor.

54. Contractor shall adapt to changes to the method of ordering procedures as requir ed by the County during the term of the contract.

55. Change orders shall be agreed upon by Contractor and County and issued as need ed in writing by County.

F. INVOICING

56. Contractor shall invoice the requesting department, unless otherwise advised, up on satisfactory receipt of product and/or performance of services.

57. Payment will be made within thirty (30) days following receipt of invoice and upo n complete satisfactory receipt of product and performance of services.

58. County shall notify Contractor of any adjustments required to invoice.

59. Invoices shall contain County PO number, invoice number, remit to address and it emized products and/or services description and price as quoted and shall be acc ompanied by acceptable proof of delivery.

60. Contractor shall utilize standardized invoice upon request.

61. Invoices shall only be issued by the Contractor who is awarded a contract.

62. Payments will be issued to and invoices must be received from the same Contract or whose name is specified on the POs.

G. ACCOUNT MANAGER / SUPPORT STAFF

63. Contractor shall provide a dedicated competent account manager who shall be re sponsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding B idder’s response to this RFQ and any contract which may arise pursuant to this RF Q.

64. Contractor shall also provide adequate, competent support staff that shall be abl e to service the County during normal working hours, Monday through Friday. Su ch representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to ord er and invoicing problems.

RFQ No. 901095 Page 20 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

65. Contractor account manager shall be familiar with County requirements and stan dards and work with the Probation Department to ensure that established standa rds are adhered to.

66. Contractor account manager shall keep the County Specialist informed of request s from departments as required.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on June 11, 2013 to:

Nicholas Roberts, Contracts Specialist I Alameda County, GSA–Purchasing 1401 Lakeside Drive, Suite 907 Oakland, CA 94612 E-Mail: [email protected] PHONE: (510) 208-9616

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

67. All bids must be SEALED and must be received at the Office of the Purchasing Age nt of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of E vents.

NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

RFQ No. 901095 Page 21 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

68. Bids are to be addressed and delivered as follows:

Armed Guard Services-400 Broadway, Oakland RFQ No. 901095 Alameda County, GSA–Purchasing 1401 Lakeside Drive, Suite 907 * Oakland, CA 94612

Bidder's name, return address, and the RFQ number and title must also appear on the mailing package.

*PLEASE NOTE that on the bid due date, a bid reception desk will be open between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401 Lakeside Drive.

69. Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response Pac ket, including additional required documentation), with original ink signatures, pl us one (1) copy of their proposal. Original proposal is to be clearly marked “ORIG INAL” with copies to be marked “COPY”. All submittals should be printed on plain white paper, and must be either loose leaf or in a 3-ring binder (NOT bound). It is preferred that all proposals submitted shall be printed double-sided and on mini mum 30% post-consumer recycled content paper. Inability to comply with the 30 % post-consumer recycled content recommendation will have no impact on the e valuation and scoring of the proposal.

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

RFQ No. 901095 Page 22 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

70. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SH ALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER COUNTY- PROVIDED DOCUMENT.

71. No email (electronic) or facsimile bids will be considered.

72. All costs required for the preparation and submission of a bid shall be borne by Bi dder.

73. Only one bid response will be accepted from any one person, partnership, corpor ation, or other entity; however, several alternatives may be included in one respo nse. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

74. All other information regarding the bid responses will be held as confidential until such time as the General Services Agency has completed its evaluation, a recom mended award has been made by the General Services Agency, and the contract has been fully negotiated with the recommended awardee named in the recomm endation to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before the reco mmendation to award and enter into contract is scheduled to be heard by the Bo ard of Supervisors. All parties submitting proposals, either qualified or unqualifie d, will receive mailed recommendation to award/non-award notification(s), whic h will include the name of the bidder to be recommended for award of this proje ct. In addition, award information will be posted on the County’s “Contracting O pportunities” website, mentioned above.

75. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of th e order or contract, be open to public inspection.

76. California Government Code Section 4552: In submitting a bid to a public purcha sing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it m ay have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwr ight Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or se rvices by the bidder for sale to the purchasing body pursuant to the bid. Such ass ignment shall be made and become effective at the time the purchasing body ten ders final payment to the bidder.

RFQ No. 901095 Page 23 Specifications, Terms & Conditions for Armed Guard Services-400 Broadway, Oakland

77. Bidder expressly acknowledges that it is aware that if a false claim is knowingly su bmitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedi es set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

78. The undersigned Bidder certifies that it is, at the time of bidding, and shall be thr oughout the period of the contract, licensed by the State of California to do the ty pe of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called fo r in the Bid Documents.

79. The undersigned Bidder certifies that it is not, at the time of bidding, on the Calif ornia Department of General Services (DGS) list of persons determined to be eng aged in investment activities in Iran or otherwise in violation of the Iran Contracti ng Act of 2010 (Public Contract Code Section 2200-2208).

80. It is understood that County reserves the right to reject this bid and that the bid s hall remain open to acceptance and is irrevocable for a period of one hundred eig hty (180) days, unless otherwise specified in the Bid Documents.

C. RESPONSE FORMAT

81. Bid responses are to be straightforward, clear, concise and specific to the informa tion requested.

82. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet.

83. Bid responses, in whole or in part, are NOT to be marked confidential or propriet ary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ may be subject to public disclos ure. County shall not be liable in any way for disclosure of any such records. Plea se refer to the County’s website at: http://www.acgov.org/gsa/departments/purc hasing/policy/proprietary.htm for more information regarding Proprietary and Co nfidential Information policies.

RFQ No. 901095 Page 24 EXHIBIT A BID RESPONSE PACKET

RFQ No. 901095 – Armed Guard Services-400 Broadway, Oakland

To: The County of Alameda

From: (Official Name of Bidder)

. AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS ONE (1) COPY AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

. ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”

. BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

. ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

. BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFQ

. BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

. IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFQ, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFQ No. 901095 Page 1 BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFQ, Addenda, an d Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in acc ordance with the Specifications, Terms & Conditions of the Bid Documents of RFQ No. 901095 – Armed Guard Services-400 Broadway, Oakland.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid in cluding, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees tha t its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in a ccordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on t he County’s website:

. Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bid appeal.htm]

. Debarment / Suspension Policy [http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

. Iran Contracting Act (ICA) of 2010 [http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

. General Environmental Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

. Small Local Emerging Business Program [http://acgov.org/auditor/sleb/overview.htm]

. First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

. Online Contract Compliance System [http://acgov.org/auditor/sleb/elation.htm]

. General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

. Proprietary and Confidential Information [http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFQ No. 901095 Page 2 6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all t he necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all ob ligations in connection with this RFQ and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions a nd, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a co ntract they will make no claim against the County based upon ignorance of conditions or misunderstan ding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its offic ers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, fo r infringement or use of any patent, copyright or other proprietary right, secret process, patented or un patented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid R esponse Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFQ. This documentation must be provided to the County, prior to award, and shall include an insurance ce rtificate and additional insured certificate, naming the County of Alameda, which meets the minimum i nsurance requirements, as stated in the RFQ.

10. The undersigned acknowledges the following(please check box):

Bidder is a certified SLEB and is requesting 10% bid preference; (Bidder must check the box and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET)

Exhibit A – RFQ No. 901095 Page 3 Official Name of Bidder:

Street Address Line 1:

Street Address Line 2:

City: State: Zip Code:

Webpage:

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:

Jurisdiction of Organization Structure:

Date of Organization Structure:

Federal Tax Identification Number:

Primary Contact Information:

Name / Title:

Telephone Number: Fax Number:

E-mail Address:

SIGNATURE:

Name and Title of Signer:

Dated this day of 20

Exhibit A – RFQ No. 901095 Page 4 BID FORM(S)

Cost shall be submitted on Exhibit A as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. The cost quoted below shall inclu de and all other charges and is the cost the County will pay for the two-year term of any contract th at is a result of this bid.

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

Bidder hereby certifies to County that all representations, certifications, and statements made by Bi dder, as set forth in this Bid Form and attachments are true and correct and are made under penalt y of perjury pursuant to the laws of California.

TOTAL TWO YEAR 1 YEAR 2 YEAR COST A B1 C1=(A*B1) B2 C2=(A*B2) D = (C1+C2) Unit of Weekly Schedule Measure Annual Hourly Hourly Extended Total 2 year Usage Extended Cost Rate Rate Cost term cost (52 Weeks)

M-F 8:00 a.m. - 5:00 Hours 2340 $ $ $ $ $ p.m. (9 Hrs) Tuesday 5:00 p.m. - 7 p.m. Hours 104 $ $ $ $ $ (2 Hrs) Subtotal $ $ $ Grand Total $

Exhibit A – RFQ No. 901095 Page 5 REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid R esponse Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, i n the order listed below and clearly label each section with the appropriate title (i.e. Table of Conte nts, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual s ections of the proposal/quotation and their corresponding page numbers. Tabs should s eparate each of the individual sections.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities a nd approach in providing its services to the County, and provide a brief synopsis of the h ighlights of the Proposal and overall benefits of the Proposal to the County. This synopsi s should not exceed three (3) pages in length and should be easily understood.

3. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Ex hibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must confirm that they are a certified SLEB and is requesting 10% bid preference under Item 10 of page 3 of Exhibit A and must fill out, submit a signed page 4 of Exhibit A.

(b) SLEB Partnering Information Sheet:

(1) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found on page 9 of Exhibit A) indicating their SLEB certification stat us. .

(c) References:

(1) Bidders must use the templates on pages 10-11 of this Exhibit A – Bid Response Packet to provide references. (2) Bidders are to provide a list of five (5) current and five (5) former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions. . Bidders must verify the contact information for all references provided is current and valid. . Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference. (3) Bidder shall provide on a separate sheet(s), complete reference information for all public institutions or agencies for which it provides or has provided comparable product, systems and services. Each reference

Exhibit A – RFQ No. 901095 Page 6 shall include the project name and location, the scope of services performed and the name, address, telephone and fax numbers of the person who may be contacted for reference information (4) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

(d) Exceptions, Clarifications, Amendments:

(1) This shall include clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and shall be submitted with your bid response using the template on page 12 of this Exhibit A – Bid Response Packet. (2) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

4. Key Personnel: Bid responses shall include a complete list of all key personnel associate d with the RFQ. This list must include all key personnel who will provide services/trainin g to County staff and all key personnel who will provide maintenance and support servic es. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with Bidder; (b) The role that the person will play in connection with the RFQ; (c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and (e) Person’s relevant experience, certifications, and/or merits.

5. Description of the Proposed Services: Bid response shall include a description of the ter ms and conditions of services to be provided during the contract term including respons e times. The description must: (1) specify how the services in the bid response will meet or exceed the requirements of the County; (2) explain any special resources, procedures or approaches that make the services of Bidder particularly advantageous to the County; and (3) identify any limitations or restrictions of Bidder in providing the services that the County should be aware of in evaluating its Response to this RFQ.

(a) Please provide evidence that an owner, partner or corporate officer possesses a current Private Patrol Operator License from the State of California D epartment of Consumer Affairs. The County reserves the right to contact the Dep artment of Consumer Affairs to confirm possession of a current license and to ch eck for any complaints on file.

Exhibit A – RFQ No. 901095 Page 7 (b) Please provide evidence that bidder possesses a current Private Pat rol permit from the city or county in which they maintain a business address.

(c) Please provide evidence that individual guards possess a current Fir earms Qualification Card.

(d) Please provide documentation which demonstrates programs and/ or procedures are in place for recruitment, screening, training and supervising of armed security guards

(e) Please provide a sample copy of the standard incident report form c urrently in use.

6. Financial Statements

(a) Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at 1-800-424- 2495 or http://www.dnb.com/government/contractor-management-portal.html;

Exhibit A – RFQ No. 901095 Page 8 SMALL LOCAL EMERGING BUSINESS (SLEB) PARTNERING INFORMATION SHEET

RFQ No. 901095 –Armed Guard Services-400 Broadway, Oakland

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, all bidders must complete this form as requir ed below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLE B for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcont ractors must be independently owned and operated from the prime Contractor with no employees of either entity working for th e other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitmen t to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of t he partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval fr om the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name: SLEB Certification #: SLEB Certification Expiration Date: NAICS Codes Included in Certification:

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:

SLEB BIDDER Business Name: SLEB Certification #: SLEB Certification Expiration Date: SLEB Certification Status: Small / Emerging NAICS Codes Included in Certification:

SLEB Subcontractor Principal Name:

SLEB Subcontractor Principal Signature: Date:

Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register a nd use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation includi ng, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Printed Name/Title:______Street Address: ______City______State______Zip Code______Bidder Signature: Date:

Exhibit A – No. Page 9 CURRENT REFERENCES

RFQ No. 901095 –Armed Guard Services-400 Broadway, Oakland

Bidder Name:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Exhibit A – No. Page 10 FORMER REFERENCES

RFQ No. 901095 –Armed Guard Services-400 Broadway, Oakland

Bidder Name:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Company Name: Contact Person: Address: Telephone Number: City, State, Zip: E-mail Address: Services Provided / Date(s) of Service:

Exhibit A – No. Page 11 EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901095–Armed Guard Services-400 Broadway, Oakland

Bidder Name:

List below requests for clarifications, exceptions and amendments, if any, to the RFQ and associated B id Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bi d disqualification. Reference to: Description Page No. Section Item No.

p. 23 D 1.c. Vendor takes exception to…

*Print additional pages as necessary

Exhibit A – No. Page 12 EXHIBIT B INSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFQ, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFQ:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFQ No. 901095 Page 1 EXHIBIT C COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

Exhibit B – RFQ No. 901095 Page 2 TYPE OF INSURANCE COVERAGESEXHIBIT C MINIMUM LIMITS A Commercial General Liability $1,000,000 per occurrence (CSL) Premises Liability; Products and Completed Operations; Bodily Injury and Property Damage Contractual Liability; Personal Injury and Advertising Liability, Abuse, Molestation, Sexual Abuse, and Assault and Battery B Commercial or Business Automobile Liability $1,000,000 per occurrence (CSL) All owned vehicles, hired or leased vehicles, non-owned, Any Auto borrowed and permissive uses. Personal Automobile Bodily Injury and Property Damage Liability is acceptable for individual contractors with no transportation or hauling related activities C Workers’ Compensation (WC) and Employers WC: Statutory Limits Liability (EL) EL: $100,000 per accident for bodily injury Required for all contractors with employees or disease D Professional Liability/Errors and Omissions $1,000,000 per occurrence Includes endorsements of contractual liability. If written $2,000,000 project aggregate on a claims made form, see Item 2 below for additional requirements. E Employee Dishonesty and Crime $1,000,000 per occurrence F Endorsements and Conditions : 1. ADDITIONAL INSURED (AND OTHER SPECIAL ENDORSEMENTS): GENERAL LIABILITY, AUTOMOBILE LIABILITY, AND DIRECTORS AND OFFICERS LIABILITY INSURANCE POLICIES SHALL BE ENDORSED TO NAME AS ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS. EMPLOYEE DISHONESTY AND CRIME INSURANCE POLICY SHALL BE ENDORSED TO NAME AS LOSS PAYEE (AS INTEREST MAY ARISE): COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS. 2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement. 3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties. 4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. 5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods: – Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party), or at minimum named as an “Additional Insured” on the other’s policies. – Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured. 7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation. 8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to: - Department/Agency issuing the contract Exhibit C – RFQ No. 901095 - With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607) Page 1 VENDOR BID LIST

RFQ No. 901095–Armed Guard Services-400 Broadway, Oakland

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901095, and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

RFQ No. 901095 - Armed Guard Services-400 Broadway, Oakland Business Contact Phone Address City ST Email 675 Hegenberger Oaklan [email protected] Integral Protection Inc. Joel Feder ( 510 ) 633-1664 94621 Road, Suite 249 d m Premiere Protective Wayne 10700 Macarthur Blvd, Oaklan ( 510 ) 562-9500 94605 [email protected] Service Ingbritson Suite 200 d Oaklan Shield Asset Protection John Bell ( 510 ) 225-9211 3275 Madera Ave. 94619 [email protected] d A1 Protective Services 8130 Baldwin Oaklan Paula Jones ( 510 ) 639-7715 94621 [email protected] Inc. Street,Ste 122 d A1 Protective Services 8130 Baldwin Oaklan a_1bookkeeper@a1protectivese Ms. Smith ( 510 ) 639-7715 94621 Inc. Street,Ste 122 d rvices.com Oaklan ABC Security Service Ana Chretien ( 510 ) 436-0666 1840 Embarcadero 94606 [email protected] d Ani Private Security & Kamorudeen Oaklan ( 510 ) 652-6833 4122 Broadway St. 94611 [email protected] Patrol Inc. Animashaun d 250 Frank Ogawa Oaklan Cypress Security, Llc. Nils Welin ( 415 ) 935-2798 94612 [email protected] Plaza, Suite 1b d International Protection Alema 37485 Fremont Blvd., Fremon ( 510 ) 792-4444 94536 [email protected] & Inv Raheen #C t Proficient Protection Alamed A Levy ( 877 ) 369-7233 613 Sandalwood Isle 94501 [email protected] Agency a 8201 Edgewater Drive Oaklan [email protected] SPACA Inc Don Lynd ( 510 ) 635-1732 94621 Ste 102 d m

Exhibit C – RFQ No. 901095 Page 2

Recommended publications