HomeMy WebLinkAbout2003-06-23 City Council (9)FROM:CITY MANAGER DEPARTMENT: POLICE
DATE:JUNE 23, 2003 CMR: 313:03
SUBJECT:APPROVAL OF A CONTRACT WITH SECURITAS SECURITY
SERVICES USA, INC. TO PROVIDE SECURITY SERVICES AT
PARKING STRUCTU~S C/W, Q, R, AND S/L IN THE AMOUNT
OF $140,000 FOR THE FIRST YEAR AND TO SET THE AMOUNT
OF THE CONTRACT FOR EACH SUBSEQUENT YEAR OF THE
AGREEMENT IN AN AMOUNT NOT TO EXCEED $162,482.
RECOMMENDATIONS
Staff recommends that the City Council:
!.Approve the attached one-year contract with Securitas Security Services USA, Inc. for
security services with the option to renew for two additional years. The amount is not to
exceed $140,000 for the first 3,ear;
2.Authorize the City Manager or his designee to exercise at his discretion, the options for
the second and third years’ service of this contract in an amount not to exceed $162,482
per year.
BACKGROUND
The City of Palo Alto deters criminal activity and enhances public safety at public parking
structures through the use of Uniformed security guards who maintain a constant patrol and
surveillance of these facilities. In the past, the security guard contract was managed by the
Public Works Department in conjunction with security guard duties at the Municipal Service
Center (MSC). The Police Department shared part of the cost of that contract. The contract
expires June 30, 2003. Effective July 1, 2003, the Public Works Department will eliminate
security guard services at the MSC, leaving only the security guard contract for parking garage
security. The security guard services provided at the Cowper/Webster and Q garages consist of
one security guard patrolling throughout all levels of the facilities checking for suspicious
persons, vehicles, skateboarders, transients and any other security related items. When the two
new parking structures S/L and R open, one additional security guard patrol will be added to
provide coverage for those facilities. The contract will be managed by the Police Department.
CMR: 313:03 Page 1 of 3
DISCUSSION
Selection Process
On April 15. _00~, staff sent Request For Proposals (RFPs) to nineteen security companies. A
three-week proposal period allowed adequate proposal preparation time. A total of ! 0 securi~
companies submitted proposals on May 6, 2003.
Proposals ranged from $128,988 to $456,000. The companies who did not respond indicated
that they did not submit proposals because of the following reasons: they did not want to submit
a proposal at this time; they were too busy; they were not prepared to bid; and they did not have
enough time to respond. Given the number of responses to the RFP, staff did not feel the last
reason given affected the compositeness of the pool of respondents.
A selection advisors committee consisting of Administrative Services and Police staffreviewed
the proposals and rated the vendors according to the following criteria (Attacbanent A):
1.Qualifications and experience of proposed project manager and key staff.
2.Similar experience, methodology and expertise in the type of work required.
3.Demonstrated experience and methodolo~ used in performing the work/service.
4.The response to the RFP, including the contractor’s approach and methodolo~
proposed.
The proposed fee relative to the services to be provided.
The committee ranked each company and as a result Atlas Security and Patrol, Inc. and
Securitas Security Services USA, Inc. were invited to participate in oral interviews on May 22,
2003. The committee selected Burns International, Securitas Company based on the ranking
scoring 97 out of a 100 possible points on the following interview criteria (Attacl~nent B):
1.Qualifications
2.Experience with other agencies, especially public entities
3.Experience with logistical problems (e.g. employee, vehicles, etc.)
4.Strengths and wea~knesses of the company
Staff has been satisfied with the three previous years of work performed by Burns International,
Securitas Company for security guard services.
CMR: 313:03 Page 2 of 3
RESOURCE IMPACT
Funds in the amount of $140,000 were approved in the FY 2003-2004 Police Department
budget. Funds for subsequent years in the amounts not to exceed $162,482 each year will be
included in the Police Department’s proposed budgets for FY 2003-2006. The amounts for the
reminder of FY 2003-4 could be less depending upon when the new garages open.
POLICY IMPLICATIONS
The provision of security guard services is consistent with City policy.
ENVIRONMENTAL ASSESSMENT
This is not a project under the California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A:
Attachment B:
Consensus Consultant Ranking Form
Consensus Interview Ranking Form
Attactunent C: Contract
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
DAVID A. DUDLEY
Sup~~. isor of ~o2Services
Police Chief
EMILY HARRISON
Assistant Manager
CMR: 313:03 Page 3 of 3
AGREEMENT No.
~
THIS AGR_EEMENT hfADE ~ E~E~D ~0 ON ., 2003, BY ~&N~ BET~E~ ~
~I~~ OY P.4~O ~TO ("CI~~’’) .~ SECL~ITAS SEC~~ SERVICES USA, ~C., a California corporation, 591 .
~am_i]ton Avenue, Suite 150, Campbell, CA 95008 (Phone) (408) 341-3700 ("CONT~CTOR") ~ CONS~EP~&TION OF ~E~
,’~U~ CO~,~N:~S, TI~ P~T~S HEP~TO AGUE AS FOLLOWS:
°CONTRACTOR SH_~LL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED I) GOODS AND NLA~S, 2) SERS~CES
OR 3) A CO~A~ON ~REOF AS SPEC~D ~ ~ E.~S N~D BELOW ~ A~AC~D ~TO ~
INCORPO~A~D ~ BY 7~S ~FERENCE: ~E: ~ESC~O~
Security Set, rices as described on Ex~bit "A".
° EXhiBITS TH£ FOLLOWING ATTACt~D EXHIBITS t-IEREB¥ .a~E MADE PART OF TH2S AGP, EEMENT:
Ehirdbt A - Scope of Work
E.’~ibit B - Rate Schednle
Ex.hibit C - Certificateof Insurance
~RM THE SERVICES AND/OR MATERIALS FURNISHED UNDER THIS AGREEI~2’~rF SHALL COMMENCE ON July I,
2.003 AND SI-LALL BE COIvIPLETED BEFORE Jtme 30, 2004 unless contract is earlier terminated or renewed. Contract may be
renewed at the option of City for 2 additional one year periods.
~ON.WE1NSAI~OiN FOR THE FULL PEP,_FOR!~:LANCE OF Tt-!IS AGREEMENT:
CITY Sf-LALL PAY CO*rF~,-~CTOR: Monthly upon receipt of invoice, as set fo1-th in Ex~bit B.
CONTP.A~CTOR SHALL PAY CITY:
"PA~NT P~ECORD (DEPARTM2gNT USE REVERSE SIDE)
~C!-I~" ACCOUUT NDL~,IBER:
] tLEY CODE OBJECT PROJECT PtL~SE NO.
o GENERakL TEI~tM8 ,MND CONDITIONS ARE EqCLUDED ON BOTH SIDES OF T HIS AGREEMENT.
DOLLAR AMOUNT
THIS AGREENIENrT SHALL BECOME EFFECTP, qE UPON ITS APPROVAL AND EXECD-FION BY CITY. LN WITNESS THEREOF, THE PARTIES HAVE
E?CECUTED THIS AGR.EEMENT TIcIE DAY, MONTH, AND YEAR FIRST WE_ITI’EN ABOVE.
HOLD 13~aD~t’~’ILESS. COiNWRACTOR agrees to iderm~L’%,, defend and hold tmrmiess C1TY~ its Council Members, officers, employees, and agents from may and all
demands, claims or liability, of eny nature, including wrongM death, caused by or arising out of CONWRACTOR’S, its officers’, directors’, employees’ or agents’
~_ egligent acts, errors, or omissions, or witlfut misconduct, or conduct for which the taw imposes strict liabiliD, on CONTRACTOR in the performance of or failure to
p~. %rm this agreement by CO.NWRACTOR.
ENTIRE AGREE.M.ENT. This agreement and the terms and conditions on the reverse hereof represent the entire agr_ eementt between the parties with respect to the
pm-eNase and sale of the goods, equipment,, materials or supplies or payment for services which may be the subject of this a~eement. All ptior a~eements,
representations, statements, negotiations and tmdertakings whether ora! or written are superseded hereby.
CONTRACTOR
Dave Dudley (650) 329-2411 BY
DEPT Police!Traffic Division nrCE
P.O, BOX 10250
PALO ALTO, CA 94303
"Ielephone SEE ABOVE
SO CL4.L SECURITY
OR I.tLS. NUMBER
~ INYOICI2NG SEND ~&LL INNOICES TO TILE CITY, AT1-N: PROJECT MANAGER
o C~[TY OF PAJ.~O ALTO A.PPRO’VALN: (ROUTE FOR SIGNATURES ACCORDLNG TO I~RJMBERS IN APPROVAL BOXES BELOW)
CITY DEPAR_TNLENr ~ Ftmds Have Boen INSUP~MNCE REVIEW P~C~S~G & CON~CT ~M~qS~ON
Budg~
(~(2)(3)
APPROV~ OX~,R S25,000 ~~~PROV.~ OVER 565,000
C~~ OF PALO ALTO A~EST:~PROVED AS TO POOh
BY:
ASSISTANT CITY MANAGER
BY:
MAYOR CITY CLERK CITY ATTOIKNEY
ACCEPTANCE THIS AGREEMENT IS LIMITED TO THE TERMS AND
CONDITIOHS ON THE FACE AND BACK HEREOF WHICH INCLUDES ANY
EXHIBITS REFERENCED.
GOVERNING LAW. THIS AGREEMENT SHALL BE GOVERNED BY THE LAWS
OF THE STATE OF CALIFORNIA
INTEREST OF CONTRACTOR. IT IS UNDERSTOOD AND AGREED THAT
THIS AGREEMENT IS NOT A CONTRACT OF EMPLOYMENT IN THE SENSE THAT
THE RELAT.IOH OF MASTER AND SERVANT EXISTS BETWEEN THE CITY ANDUNDERSIGNED. AT ALL TIMES COIITRACTOR SHALL BE DEEMED TO BE AN
INDEPENDENT CONTRACTOR AND CONTRACTOR IS NOT AUTHORIZED TO
BIND CITY TO ANY CONTRACTS OR OTHER OBLIGATIONS. IN EXECUTING
THIS AGREEMENT, CONTRACTOR CERTIFIES THAT NO ONE WHO HAS OR
WILL HAVE ANY FINANCIAL INTEREST UNDER THIS AGREEMENT IS AN
OFFICER OR EMPLOYEE OF CITY.
INSURANCE. CONTRACTOR AGREES TO PROVIDE THE INSURANCE
SPECIFED IN THE "INSURANCE REQUIREMENTS" FORM ISSUED HEREWITH,
IN THE EVENT SELLER IS UNABLE TO SECURE A POLICY ENDORSEMENT
NAMING THE CITY OF PALO ALTO AS AN ADDITIONAL INSURED UNDER ANY
COMPREHEHSIVE GENERAL LIABILITY OR COMPREHENSIVE AUTOMOBILE
POLICY OR POLICIES, CONTRACTORS SHALL AT A MINIMUM. AND ONLY WITH
THE WRITTEN APPROVAL OF CITY’S RISK MANAGER OR DESIGNEE, CAUSE
EACH SUCH INSURANCE POLICY OBTAINED BY IT TO CONTAIN AN
EHDORSEMENT PROVIDING THAT THE INSURER WAIVES ALL RIGHT OF
RECOVERY BY WAY OF SUBROGATION AGAINST CITY, ITS OFFICERS,
AGENTS, AND EMPLOYEES IN CONNECTION WITH ANY DAMAGE, CLAIM ,
LIABILITY PERSONAL INJURY, OR WRONGFUL DEATH COVERED BY AN SUCH
POLICY. EACH SUCH POUCY OBTAINED BY CONTRACTOR SHALL CONTAIN
AI4 ENDORSEMENT REQUIRING THIRTY (30) DAYS’ WRITTEN NOTICE FROM
THE INSURER TO CITY BEFORE CANCELLATION OR CHANGE IH THE
COVERAGE, SCOPE OR AMOUHT OF SUCH POLICY.
CONTRACTOR SHALL PROVIDE CERTIFICATES OF SUCH POLICIES OR OTHER
EVIDENCE OF COVEPAGE SATISFACTORY TO CITY’S RISK MANAGER,
TOGETHER WITH EVIDENCE OF PAYMENT OF PREMIUMS. TO CITY AT THE
COMMEi‘]CEivIENT OF THIS AGREEMENT, AND ON RENEWAL OF THE POLICY,
OR POLICIES. NOT LATER THAN TWEHT’Y (20) DAYS BEFORE EXPIRATION OF
THE TERMS OF ANY SUCt4 POLICY.
TERMINATION, THIS AGREEMENT MAY BE TERMINATED BY CITY UPOt,I
TEl1 (10) DAYS WRI]-[EN NOTICE TO CONTRACTOR. MONIES THAN OWING
BASED UPON WORK SATISFACTORILY ACCOMPLISHED SHALL BE PAID TO
COitTRACTOR.
CHANGES THIS AGREEMEI,IT SHALL NOT BE ASSIGNED OR TRANSFERRED
WITHOUT THE WRITTEN CONSENT OF THE CITY. NO CHANGES OR
VARIATIOHS OF AHY KIND AREAUTHORIZED WITHOUT THE WRITTEN
CONSENT OF THE CITY MANAGER.
AUDITS. CONTRACTOR AGREES TO PERMIT CITY TO AUDIT, AT ANY
REASONABLE TIME DURING THE TERM OF THIS AGREEMENT AND FOR THREE
(3) YEARS THEREAFTIER, CONTRACTOR’S RECORDS PERTAINING TO
MATTERS COVERED BY THIS AGREEMENT. CONTRACTOR FURTHER AGREES
TO MAINTAIt~ SUCH RECORDS FOR AT LEAST THREE (3) YEARS A~ER THE
TERM OF THIS AGREEMENT.
NO IMPLIED WAIVER NO PAYMENT. PARTIAL PAYMENT. ACCEPTANCE,
OR PARTIAL ACCEPTANCE BY CITY SHALL OPERATE AS A WAIVER ON THE
PART OF CITY OF ANY OF ITS RIGHTS UNDER THIS AGREEMENT.
CITY’S PROPERTY. TITLE TO CITY’S PROPERTY FURN!SHED
TO OONTRACTOR SHALL REMAIN 1H THE CITY. CONTRACTOR SHALL NOT
ALTER OR USE PROPERTY FOR AND’ PURPOSE, OTHER THAN THAT
SPECIFIED BY CITY, OR FOR ANY OTHER PERSON WITHOUT THE PRIOR
PAYt~IENT RECORD: (For Department Use)
WRITTEN CONSENT OF CITY, CONTRACTOR SHALL STORE PROCTECT,
PRESERVE, REPAIR AND MAINTAIN SUCH PROPERTY IN ACCORDANCE WITH
SOUND PROFESSIONAL PRACTICE, ALL AT CONTRACTOR’S EXPENSE
NON.DISCRImINATION. NO DISCRIMINATION SHALL BE MADE IN THE
EMPLOYMENT OF PERSONS UNDER THIS AGREEMENT BECAUSE OF THE RACE,
COLOR, NATIONAL ORIGIN, AGE, AND ANCESTRY, RELIGION OR SEX OF SUCH
PERSON.
WARRANTY. CONTRACTOR EXPRESSLY WARRANTS THAT ALL MATERIALS AND
SERVICES COVERED BY THIS .AGREEMENT SHALL CONFORM TO THE
SPECIFICATIONS, REQUIREMENTS, INSTRUCTIONS OR OTHER DESCRIPTIONS UPON
WHICH THIS AGREEMENT IS BASED. SHALL BE FIT AND SUFFICIENT FOR THE
PURPOSE INTENDED, OF GOOD MATERIAL AND WORKMANSHIP AND FREE FROM
DEFECT AND THAT MATERIALS AND SERVICES OF CONTRACTOR’S DESIGN WILL BE
FREE FROM DEFECT IN DESIGN, INSPECTION, TEST, ACCEPTANCE, PAYMENT OR
USE OF THE GOODS FURNISHED HEREUNDER SHALL NOT AFFECT THE
CONTRACTOR’S OBLIGATION UNDER THIS WARRANTY, AND SUCH WARP, ANTIES
SHALL SURVIVE INSPECTION, TEST ACCEPTANCE AND USE,. CONTRACTOR AGREES
TO REPLACE, RESTORE, OR CORRECT DEFECTS OF ANY MATERIALS OR SERVICES
NOT CONFORMING TO THE FOREGOING WARRANt’ PROMPTLY, WITHOUT EXPENSE
TO CITY, WHEN NOTIFIED OF SUCH NONCONFORivllTY BY CITY. IN THE EVENT OF
FAILURE BY CONTRACTOR TO CORRECT DEFECTS IN OR REPLACE
NONCONFORI?IING GOODS OR SERVICES PROI~tPTLY, CITY, AFTER REASONABLE
NOTICE TO CONTRACTOR, MAY MAKE SUCH CORRECTIONS OR REPLACE SUCH
MATERIALS OR SERVICES AND CHARGE CONTRACTOR FOR THE COST INCURRED
BY THE CITY THEREBY.
WORKERS’ COMPENSATION. CONTRACTOR, BY EXECUTING THIS
AGREEMENT, CERTIFIES THAT IT IS AWARE OF THE PROVISIONS OF THE LABOR
CODE OF THE STATE OF CALIFORNIA WHICH REQUIRE EVERY EMPLOYER TO BE
INSURED AGAINST LIABILITY FOR WORKERS’ COMPENSATION OR TO UNDERTAKE
SELF4IISURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND
CERTIFIES THAT IT WILL COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING
THE PERFORMANCE OF THE WORK OF THIS AGREEMENT.
PRICE TERMS.
(a}EXTRA CHARGES, INVOICES ArID PAYMENT NO EXTRA CHARGES OF ANY Kh’,,~D
WILL BE ALLOWED UNLESS SPECIFICALLY AGREED TO IH WRITING BY CITY. ALL
STATE AND FEDERAL EXCISE, SALES AND USE TAXES .SHALL BE STATED
SEPARATELY ON THE INVOICES.
(b) TRANSPORTATIO/4 CHARGES. ANY TRANSPORTATION CHARGES WITH
RESPECT TO WHICH CONTRACTOR IS ENTITLED TO RECEIVE REIMBURSEMENT
SHALL BE ADDED TO CONTRACTOR’S INVOICE AS A SEPARATE ITEM, WITH
RECEIPTED FREIGHT BILL ,ATTACHED THERETO.
(c) CONTRACTOR WARP, ANTS THAT THE PRICES FOR MATERIALS OR SERVICES
SOLD TO CITY UNDER THIS AGREEMENT ARE NOT LESS FAVORABLE THAI,] THOSE
CURRENTLY EXTENDED TO ANY OTHER CUSTOMERS OF THE SAME OR LIKE
ARTICLES OR SERVICES IN EQUAL OR LESS QUANTITIES IN EVENT CONTRACTOR
REDUCES ITS PRICE FOR SUCH MATERIALS OR SERVICES DURING THE TERM OF
THIS AGREEMENT, CONTRACT AGREES TO REDUCE THE PRICES OR PATES
HEREOF CORRESPONDINGLY.
SCHEDULES OR DELIVERY. TIME IS OF THE ESSENCE OF THIS AGREEMENT
CONTRACTOR AGREES TO COMPLY WITH THE SPECIFIC SCHEDULE PROVIDED BY
THE CITY OR AGREED UPON HERE WITHOUT DELAY AND WITHOUT ANTICIPATING
CITY’S REQUIREMENTS, CONTRACTOR ALSO AGREES NOT TO MAKE MATERIAL
COMMITMENTS OR SCHEDULING ARRANGEMENTS IN EXCESS OF THE REQUIRED
AMOUNT OR IN ADVANCE OF THE TIME NECESSARY TO MEET THE SCHEDULE(S)
OF THIS AGREEMENT, IF ANY.
TRANSPORTATION, PACKAGING AND LABELING. ALL MATERIALS OR
SERVICES ARE TO BE PROVIDED; (a) F.O.B. PALO ALTO UNLESS OTHERWISE
SPECIFIED; (b) WITH A PACKING LIST ENCLOSED IN CARTONS, WHICH INDICATE
THE AGREEMENT NUMBER, EXACT QUANTITY AND DESCRIPTION’S CONCERNING
ANY MATERIALS SHIPMENT’S; (c) AND COMPLY WITH CURREI,IT PACKAGING AND
LABELING REQUIREMENTS PRESCRIBED BY D.O.T.
I)2)
Warrant No.Date Amount
1)2)
Warrant No.Date Amount
EXHIBIT ~A"
SCOPE OFSERVICES
SECURITY ATTENDANT SERVICES AT PARKING LOTS
I.Locations:
Location #1" City of Palo Alto Q Parking Garage
400 Block of High Street
Palo Alto, Califomia 94301
Location #2: City of Palo Alto Cowper/Webster Parking Garage
400 Block of Cowper and Webster
Palo Alto, Califomia 94301
Location #3: City of Palo Alto R Parking Garage
500 Block of High Street
Palo Alto, Califomia 94301
(Under construction scheduled to be opened September 2003)
Location #4: City of Palo Alto S/L Parking Garage
400 Block of Bryant Street
Palo Alto, California 94301
(Under construction scheduled to be opened December 2003)
Con:rac=or s~==_ furni<h one (i) unizormed se~ur4tv cuard
and vehicle~oer sh4ft, e~7,~oo=~~__~ ~ wi~h ace!!~,~=~._~. phone, =:~:~r
roving .....~=~:~=~ at the_. City_ of Pa!o Alto 0_ Parkinm~
:he__ City of Pa!o =.:~o~ Cowmer/Webs:er_ r=~-~kin~ Garage =n~- ~
el:her :he Pa!o Alto R Parking Garage, and ~he City of Pa!o
=~,~o S/L Parking ~ .........~=:=g:, ~=~=~ .....~ umon whish ~=:=g: omens
firs=, from 7:00 a.m. to ~?:00 a.m.every day Monday
-~-~ ~. " ......ho!idavs.~:.~uG~ Yrl@ay, ~nciu<ive, exceD: for ~
such time as :he ~OUrrh ~arage is opened, pmm~D~,pT~p " "-
’n~-- the number o÷ security guards met shift to two
,~)
Roving .....~After t~e initial checking~n~
the ~.-~.’~n~.. ’8a.m ~the__s=:; ....,~faci!i<ies (between 7a m ane .,,__
security quard(s) wi!l rove and ~atro! the parking garages
a: the !ocacions sec forth above -~-~n ~’’==~_a~=ng oa~roi between
facilities every hour from 8 : 00a.m. to 9: 00m.m.
Between the hours of 9:00 p.m. to 12:00 a.m.,
will Eake ~.~aoe~, every~ ~0 minu=es .... T~e securiEv auard
030612 sdl 0100089
stay {< each facility for the duration of each pa:roi,
(rh~s is subiec~ to u~s~hedu~=d moni:o~-~ ~~- o~=
Demartmen:) .
..... Hours of Patrol for ~wo, three and :our marages.~
a.7:00 a.m. :o 7:30 a.m. patrol one of ~he parking
garages.
b. 7:35 a.m. to 8:00 a.m. patrol the other parking
garage(s).
c. 8:00 a.m. to 9:00p.m. a!:ernate each hour
be=ween the parking garages.
d. 9:00 p.m. to 12:00 midnight alternate every 30
minutes between =he parking garages.
~h--- hours be aQsusu:@ upon re@ues~ my ~=
Project iSanager.
Three garages one guard n-~:~ shift:.._
<. , :00 a.m. to 7"a m pat~-o_, ~_ne O ari R
parking garages.
f ~ : ~~o 00¯~ a m 8:a m. pa:ro± ~~,= Cowme
~ garage.
g. 8"00 a.m. to 9:00 p.m. a!:ernate each hour
beEween :he Ehree ~sarkinG
h @:0O ~ m. to i9:00 m{dni@ht alEernaE= every 30
minutes between the three parking gara{es.
b~ :he Proiect ~<ana~-_~
Four garages two security guards per shift:
W~ft. 7:00 a.m. to 7:30 a.m. each guard ’~ ’ oatro!
one parking garage.
i. 7:35 a.m. to 8:00 a.m. each guard will patrol
one of the other parking garages.
k. 8:00 a.m. to 9:00 p.m. each guard wi!l a!terna:e
every hour between the four parking garages¯
~~. ....to ~P:0O midnight -~ ~w~~. ~,:O0 s m ._
al:ernate every 30 minutes between :he four
parking garages.
..... " be ~usted uponhours =~a matro± may
remuest by :he Project Hanager.
030612 sdl 0100089
2. Scope of Duties
During the matro!hours (described in B.!
above}, :he security ....... ~ will " -~u=:~(s) matro± all levels of
parking in =he parking facilities and check for the
following:
a. Suspicious persons (sleepers, loitering)
b. Suspicious ~Teh:p!es
c. ~}:=__Do=:~:~, ro±±er skaters, D=_CyCiASES
Each security.~==~ wi77 report such _merson(s)
~o ~he Poii~= ~ ..... +m~-
or
__~:~__~:_=~v_ contractor "’~ ~.= .... ~ ~- to
meet the Police Depar:ment staff from time 2o time :o
discuss - - == ...... ~-- and issues¯
4.Emergencies - in the case of an emergency,
guard will im~.ediateiv ca!l police com~unications at
911 and repor~ in detail %he exact nature of the
emergency or suspicious circmmstance. <; ~=ing a ce!!
phone, ca!! 32!-4433.
5. Building Deficiencies - Any building deficiencies
(i.e. lights out, e±evaZor not working, excessive
debris, graffiti, vandalism) mus: be promptly remorted
by :he security guard =o police communications
disma~ch at 329-24!3.
6 C~:~; ~’roiect manager - the ~ -:=: -’ ’sion o{ t%~e
o~ ~= Department a~ministrate~ =he markin~u=:=c~
locations¯ invoices and ........ n~-n~- s~=~+=d to
...... oject ~
Dave Dudley
Field Services Division
Police Department
27S Fores: Avenue
Pa!o Alto, CA 94301
650-329-2J~
329-2683.
030612 sdl 0100089
COHPENSATION:
£om_mencing Ju!y i, 2003 through June 30, 2004, for the ful!
=_~.~ of ~h=_.._ secur==v service described nere2n by ~:,.,~q~’~7’~~,~.,
3<~v snail Day ~ ~,’ ~ follows :
2 S6,7,’0 per month
3 S6,770 met monZh
4 $~ 540~,per mon:h
TOTAL COMPENSATION UIqDER TE!S AGREEMENT FOR TEE FIRST YEAR OF
SERVICE SEALL NOT EXCEED ONE EUNDRED FORTY TEOUSAND DOLLARS
($ 40,000).
___ ’ ’_._~ =~< ~ renew the contracqTn rn~ev--nq the City ~.~ ....=~= a
second year,from Ju!y i, 2004 :hrough June 30,2005, or for a
third year,from July !, ~005 through June 30,2006
shall be = - : ~-como~n~atee as follows: ~or :he fui~ performance of
security service~ desoribed ~_~.~_._h=<=~n bv~ ~,~R~’~a~~:~=,~_~ CTTY_._ sn~ a
b~,~:~m a ~ia9 ra:e of One Hundred~=xu}a~ .... ~-_Tw~,,~ m<n~:_ous~-~
uncrec Ll~SnEy-iwo Dollars /S~62 ~82, ---- ~--~ ~-~
ng securi<y services as described on Exhibit "~ ......
:our garages.
C:mv::: qr, {~s sole discrerion may_ at anv~ ~ime uu=:::~~~-~ ~he_._ ~erm
~’~ ~his acre=mer, t~ ..... reduce the number of garages to which cP,~-~~.~,~:~p,
...... <~c~ !n %he even: the CiTY elects ,_~
reduce the number of garages to be DaEro±!e~ DV b~:zu~:~., ~
amount of compensation for ~s~.]~DT,~ma~, -~
a~:r~:n=@ masea upon :he mon:nlv costs zor number of garage
oa:roiied and ~,, ~ -~~ ’ ---’_~:~=~ of guards met sn2z:, == set forth :~
the schedule above, increased by not more :ban the percen: increase
in the_...cons&mer orice index :o:=~ San:?~-r~:=_:~=s~ ..... s,--~o=k==_.u-n4 and._ San Jose,
~ items i~ 4=i00, urban consumers, :_~==u:_.~ :m~a ~,:~
of :he preceding year.
if the schedule above does no: apply because, for examDle,
one carage is :o be ma:~ ro±~=~, more than four garages are
s=~.o,~~.~=:.~s per .....are more
:nan as se:for:h in the schedule, the mar:ies shall negotiate and
030612 sdl 0100089
agree on a new rate of compensation,in :he event a new rate of
compensation cannot be --~.=gr=e~ upon, :he contract wil! te~ ~-~=
:s::= ~.~=c,_ is suSdect to the z~sca! mrovisions of :~,e
~=rZer~- of the ~-~ of Palo ~=:o~ an~ ~= Palo A!:o ~u~c~oai Code
:~_±~ bo~:~cc wi!! Cermmnate wimhout anv oena!tv (a) at the. end ~f
any fisc~ ,.;ear {n the even~ tna~ funds are no~ ~D~aoD==@~
:~e following {{scal },ear, or (b) at any rime wi:hin a fiscal year
.... n~. are =mu=~ .....:or a portion of :he
fiscal year and funds for ÷~{~ ~ ....,~ ....~no..... ,~ .....=~ are available.
~" ~-:n:~ ~a-~ion shall ~ake mrecedence in the event of a conf±z~-’~÷ w~n’ ~
any o:ner covenanT, Eerm, ooncl:zon, or prove<{~< of ~:~:- .
030612 sdl 0100089