03.05 Park and Facilities Security ServicesF oR9
GOPPOq,Gtt,0 4'
AGENDA ITEM
a.,
May 12, 2020
TO: Honorable Mayor and Members of the City Council
THRU: Rick Otto, City Manager
FROM: Bonnie Hagan, Assistant City Manager/Community Servic ir tor
REVIEW: City Manage ' Finance-----
1. SUBJECT
Agreement with Lyons Security Service, Inc. for city parks and facilities security services.
2. SUMMARY
A four-year agreement to provide city parks and facilities security patrols to prevent illegal
activity, vandalism, and graffiti in an amount not to exceed $110,000 annually, for a four-
year total not to exceed $440,000.
3. RECOMMENDED ACTION
Approve four-year agreement with Lyons Security Services, Inc. in an amount not to
exceed $440,000 for parks and facilities security services and authorize the Mayor and
City Clerk to execute on behalf of the City.
4. FISCAL IMPACT
The total expenditure for this agreement is $440,000 and will be funded through General
Fund (100).
5. STRATEGIC PLAN GOALS
Goal 2: Be a fiscally healthy community
d: Effectively manage and develop City assets.
Goal 3: Enhance and promote quality of life in the community
a: Refurbish, maintain, develop and/or expand public use places and spaces.
6. DISCUSSION AND BACKGROUND
Background
In 2016, the City implemented a parks and facilities security program. The program has
proven to be successful in deterring vandalism and illegal activity in parks and other City
facilities, in particular when the parks are closed between 11 p.m. and 5 a.m. The use of
private security services has proven to be an effective and cost efficient solution to
ITEM 3 OS/12/2020
supplement the efforts of the Orange Police Department and Community Services
Department staff in maintaining the City's park system.
The current four-year agreement for security services expires June 30, 2020 requiring the
City to enter into a new agreement beginning July 1, 2020.
Discussion
The City advertised a Request for Proposals (RFP) on March 5 and received three
responses on April 2 from:
1. Lyons Security Services, Inc. of Anaheim, CA
2. Alltech Industries, Inc. of Montebello, CA
3. American Guard Services, Inc. of Los Angeles, CA
Proposals were rated based on the company's demonstrated competence, experience,
references, responsiveness to the RFP, and value of services. Lyons Security Services,
the City's current vendor, rated highest overall and proposed the lowest hourly rates.
Attached for reference is the bid abstract.
Based on the rating of all proposals, comparison of hourly rates, and Lyons Security's
demonstrated competence, the Community Services Department recommends award of
a new four-year contract to Lyons Security Services.
The year one hourly rate proposed by Lyons is $22.80. This is 7.5°/a above the rate of
21.20 in the current service agreement. The four-year aggregate of the hourly rates
proposed by Lyons is 16% percent above the current rate. By contrast, the year one
hourly rate proposed by Alltech Industries, Inc. is $25.49, a 15.5% increase over the
current rate. The Alltech four-year aggregate rate is $27.56, a 30% percent increase over
the current rate. American Guard Services, Inc. proposed a first year hourly rate of
29.13, a 37.5% percent increase over the current rate and their four-year aggregate rate
is $30.26, a 42.7% percent increase over the current agreement.
The agreement includes a not to exceed amount of$110,000 per year, for a four year not
to exceed amount of $440,000. The $110,000 each year is based on the current Fiscal
Year 2020-2021 proposed budget. Funding for the remaining three years of the
agreement is dependent upon City Council approval of the annual budget through Fiscal
Year 2023-2024. If funds are not budgeted, the agreement can be terminated or reduced
to meet that year's allocation. Library services also utilizes private security under a
separate agreement.
The proposed scope of services generally includes the assignment of two patrol guards
according to a pre-determined schedule, seven nights a week, including holidays. Patrols
include multiple locations determined by the City based on current trends and available
funding.
7. ATTACHMENTS
1. Bid Abstract
2. City Park Security Services Agreement
ITEM 2 05/12/2020
Project: City Park Security Services
PROPOSAL ABSTRACT SUMMARY
Bid No. 190-36
Date Advertised: 3/5/2020
Bid Due Date: 4/2/2020
Engineer's Cost Estimate: N/A
Company/Contractor
Lyons Security Alltech Industries, Inc.
American
Services, Inc.Guard Services
Anaheim, Ca. Montebello, Ca.
Los Angeles,
City(Location of Company) Ca.
Contractor's experience,
qualifications, and ability to
provide necessary equipment
25 25 25
and personnel in order to
satisfy the work described
within this RFP. 25%
Qualifications f key personnel 8
23 25 23
sub-contractors. 25%
Demonstrated record of success
references) by the contractor on
work previously performed for the
25 10 10
City and/or other municipalities.
25%)
Contractor's responsiveness to
the overall request for
information within this RFP. 22 18 18
25%)
Total Score 95 78 76
Recommended
Award
Hourly Rate per Guard (Year 1) 22.80 25.49 29.13
Hourly Rate per Guard (Year 2) 23.94 26.87 29.88
Hourly Rate per Guard (Year 3) 25.14 28.24 30.63
Hourly Rate per Guard (Year 4) 26.39 29.62 31.38
Four-Year Average
24.57 27.56 30.26
Hourl Rate er Guard
PROFESSIONAL SERVICES AGREEMENT
City Park Security Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this day of 2020 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation("City"), and Lyons Security Services,
Inc., a California corporation("Contractor"), who agree as follows:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A,"
which is attached hereto and incorporated herein by reference. As a material inducement to City
to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated
and considered the scope of services and fully understands the difficulties and restrictions in
performing the work. Contractor shall perform all services in a manner reasonably satisfactory to
City and in a manner in conformance with the standards of quality normally observed by an entity
provided such services to a municipal agency. All services provided shall conform to all federal,
state and local laws,rules and regulations and to the best professional standards and practices. The
terms and conditions set forth in this Agreement shall control over any terms and conditions in
Exhibit "A" to the contrary.
Leslie Hardy,Assistant Director of Community Services("City's Project Manager"), shall
be the person to whom Contractor will report for the performance of services hereunder. It is
understood that Contractor's performance hereunder shall be under the supervision of City's
Project Manager(or his/her designee),that Contractor shall coordinate its services hereunder with
City's Project Manager to the extent required by City's Project Manager,and that all performances
required hereunder by Contractor shall be performed to the satisfaction of City's Project Manager
and the City Manager.
2. Comnensation and Fees.
a. Contractor's total compensation for all services performed under this
Agreement, shall not exceed FOUR HUNDRED FORTY THOUSAND DOLLARS and 00/100
440,000.00)without the prior written authorization of City. Compensation for each year during
the term of this Agreement shall not exceed the amounts set forth in Exhibit`B,"which is attached
hereto and incorporated herein by reference.
b. The above compensation shall include all costs, including, but not limited
to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental,
subsistence and all related expenses.
3. Payment.
a. As scheduled services are completed, Contractor shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
b. All such invoices shall state the basis for the amount invoiced, including
services completed, the number of hours spent and any extra work performed.
c. City will pay Contractor the amount invoiced within thirty (30) days after
the approval of the invoice.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. The amendment shall set forth the changes of work, extension of
time, and adjustment of the compensation to be paid by City to Contractor.
5. Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees, including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances,be considered employees of City,and that they shall
not be entitled to any of the benefits ar rights afforded employees of City,including,but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life, dental, long-term disability or workers' compensation insurance benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
8. DesiQnated Persons. Only those qualified persons authorized by City's Project
Manager,or as designated in Exhibit"A,"shall perform work provided for under this Agreement.
2
It is understood by the parties that clerical and other nonprofessional work may be performed by
persons other than those designated.
9. AssiSnment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under this Agreement shall be of any force
or effect unless the assignment has the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or his/her designee.
10. Term. The term of this Agreement shall be for four(4)years,commencing on July
1, 2020, and ending on June 30, 2024.
11. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor
shall commence the work provided for in this Agreement within five(5)days of the Effective Date
of this Agreement and diligently prosecute completion of the work in accordance with the time
period set forth in Exhibit"A"or as otherwise agreed to by and between the representatives of the
parties.
12. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
13. Products of Contractor. The documents, studies, evaluations, assessments,
reports,plans, citations, materials, manuals, technical data, logs, files, designs and other products
produced ar provided by Contractor for this Agreement shall become the property of City upon
receipt. Contractar shall deliver all such products to City prior to payment for same. City may
use, reuse or otherwise utilize such products without restriction.
14. Equal Emplovment Opportunitv. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex, national origin, mental or physical disability, or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex, national origin, mental or physical disability, or any other basis prohibited by applicable law.
Such actions shall include,but not be limited to the following: employment, upgrading demotion
or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms
of compensation and selection for training, including apprenticeship. Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability, or any other basis prohibited by applicable law.
3
c. Contractor shall cause the foregoing paragraphs (a)and(b)to be inserted in
all subcontracts for any work covered by this Agreement, provided that the foregoing provisions
shall not apply to subcontracts for standard coinmercial supplies or raw materials.
15. Conflicts of lnterest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a consultant to influence any decision of City
in which Contractor knows or has reason to know that Contractor, its officers, partners, or
employees have a financial interest as defined in Section 87103 of the Government Code.
16. Indemnity.
a. To the fullest extent permitted by law, Contractor agrees to indemnify,
defend and hold City, its City Council and each member thereof,and the officers,officials,agents
and employees of City(collectively the "Indemnitees") entirely harmless from all liability arising
out of:
1) Any and all claims under workers' compensation acts and other
employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's
employees arising out of Contractor's work under this Agreement, including any and all claims
under any law pertaining to Contractor or its employees' status as an independent contractor and
any and all claims under Labor Code section 1720 related to the payment of prevailing wages for
public works projects; and
2) Any claim, loss, injury to or death of persons or damage to property
caused by any act, neglect, default, or omission other than a professional act or omission of
Contractor, or person, firm ar corporation employed by Contractor, either directly or by
independent contract, including all damages due to loss or theft sustained by any person, firm or
corporation including the Indemnitees, or any of them, arising out of, or in any way connected
with the work or services which are the subject of this Agreement, including injury or damage
either on or off City's property; but not for any loss, injury, death or damage caused by the active
negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall
indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted
against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay
or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any
action, suit or other proceedings as a result of coverage under this subparagraph.
b. Except for the Indemnitees, the indemnifications provided in this
Agreement shall not be construed to extend any third party indemnification rights of any kind to
any person or entity which is not a signatory to this Agreement.
c. The indemnities set forth in this section shall survive any closing,
rescission, or termination of this Agreement, and shall continue to be binding and in full force and
effect in perpetuity with respect to Contractor and its successors.
4
17. Insurance.
a. Contractor shall carry workers' compensation insurance as required by law
for the protection of its employees during the progress of the work. Contractor understands that it
is an independent contractor and not entitled to any workers' compensation benefits under any
City program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of (1) One Miliion Dollars ($1,000,000) per occurrence; ar (2) all the
insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c. Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits canied by or
available to Contractor. Said insurance shall cover bodily injury, death and property damage for
all owned, non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e. Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents, and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured.
f.The insurance policies maintained by Contractor shall be primary insurance
and no insurance held or owned by City shall be called upon to cover any loss under the policy.
Contractor will determine its own needs in procwement of insurance to cover liabilities other than
as stated above.
g. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City,
evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which
shall provide that the insurance in force will not be canceled or allowed to lapse without at least
ten(10)days' prior written notice to City.
h. Except for professional liability insurance coverage that may be required by
this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to
conduct the pertinent line of insurance business in California and having a rating of Grade A or
5
better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in California so long as such insurer possesses the
aforementioned Best rating.
i.Contractor shall immediately notify City if any required insurance lapses or
is otherwise modified and cease performance of this Agreement unless otherwise directed by City.
In such a case, City may procure insurance or self-insure the risk and charge Contractor for such
costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
j.Contractor agrees that in the event of loss due to any of the perils for which
it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery.
Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
k. Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
18. Terminatioa. City Manager may for any reason terminate this Agreement by
giving Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt
of such notice, Contractor shall immediately cease work, unless the notice from City provides
otherwise. Upon the termination of this Agreement, City shall pay Contractor for services
satisfactorily provided and all allowable reimbursements incurred to the date of termination in
compliance with this Agreement,unless termination by City shall be for cause,in which event City
may withhold any disputed compensation. City shall not be liable for any claim of lost profits.
19. Maintenance and Inspection of Records. In accordance with generally accepted
accounting principles, Contractor and its subcontractors shall maintain reasonably full and
complete books, documents, papers, accounting records, and other information (collectively, the
records") pertaining to the costs of and completion of services performed under this Agreement.
City and its authorized representatives shall have access to and the right to audit and reproduce
any of Contractor's records regarding the services provided under this Agreement. Contractor shall
maintain all such records for a period of at least three (3) years after termination or completion of
this Agreement. Contractor agrees to make available all such records for inspection or audit at its
offices during normal business hours and upon three(3)days' notice from City,and copies thereof
shall be furnished if requested.
20. Comnliance with all Laws/Immiaration Laws.
a. Contractor shall be knowledgeable of and comply with all local, state and
federal laws which may apply to the performance of this Agreement.
6
b. If the work provided for in this Agreement constitutes a"public works,"as
that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must
be paid, to the extent Contractor's employees will perform any work that falls within any of the
classifications for which the Department of Labor Relations of the State of California promulgates
prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it,
shall pay not less than the specified prevailing rates of wages to all such workers. The general
prevailing wage determinations for crafts can be located on the website of the Department of
Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract,
Contractor must meet all State registration requirements and criteria, including project compliance
monitoring.
c. Contractor represents and warrants that Contractor:
1) Has complied and shall at all times during the term of this
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitation, the Immigration Reform and Control Act of 1986
IRCA); and
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.b.
e.Contractor shall, upon request of City, provide a list of all employees
working under this A-eement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.d.
7
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss,including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
21. GoverninE Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of Califomia and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
22. InteErarion. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
23. Notice. Except as otherwise provided herein, all notices required under this
Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail,
postage prepaid, to each party at the address listed below. Either party may change the notice
address by notifying the other party in writing. Notices shall be deemed received upon receipt of
same or within three (3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e-
mail shall be deemed received on the date of the e-mail transmission.
CONTRACTOR" CITY"
Lyons Security Services, Inc. City of Orange
505 S. Villa Real Dr., Suite 203 A 300 E. Chapman Avenue
Anaheim Hills, CA 92807 Orange, CA 92866-1591
Attn.: Nicholas Guidice Attn.: Leslie Hardy
Telephone: (949) 298-6859 Telephone: (714) 744-7287
E-Mail: nicholas@lyonssecurityinc.com E-Mail: Lhardy@cityoforange.org
24. Counterparts. This Agreement may be executed in one or more counterparts,each
of which shall be deemed an original, but all of which together shall constitute one and the same
instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as
original signatures.
8
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
LYONS SECURITY SERVICES, INC., a CITY OF ORANGE,a municipal corporation
California corporation
By: By:
Printed Name:Mark A. Murphy, Mayor
Title:
gy.
Printed Name:
Title: ATTEST:
Pamela Coleman, City Clerk
APPROVED AS TO FORM:
Mary E. Binning
Senior Assistant City Attorney
NOTE:City requires the following signature(s) on behalf of the Contractor:
1)the Chairman of the Board,the President or a Vice-President,AND(2)the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate off ce,please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement, must be provided to
City.
9
EXHIBIT "A"
CONTRACTOR'S PROPOSAL & SCOPE OF SERVICES
Beneath this sheet.]
Exhibit A-Page 1 of 42
pFOIQ:_.
V .
i
T.d'Wsa',
CITY OF ORANGE
COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251
REQUEST FOR PROPOSALS (RFP)
Bid No. 190-36
CITY PARKS SECURITY SERVICES
COMMUNITY SERVICES DEPARTMENT
230 E. Chapman Ave.
Orange, CA 92866
714) 744-7274
Date: March 5, 2020
PROJECT NAME: City Parks Security Services
Location Address: Various City Parks
Contact Name: Dana Robertson-Parks and Facilities Manaqer
E-Mail Address: drobertson@cityoforange.org
Phone: 714) 744-7283
DESCRIPTION: The City of Orange, CA, a Municipal Corporation, is issuing a Request for
Proposals (RFP) from qualified contractors to provide security services at City of Orange
parks and park facilities.
Exhibit A-Page 2 of 42
GENERAL PROVISIONS AND SPECIFICATIONS:
1. A mandatory pre-bidders meeting has been scheduled for Tuesday, March 24,
2020 at 9:00 a.m. at the City of Orange Community Services Offices at 230 E.
Chapman Ave., Orange, CA 92866.
2. The Contractor shall, at all times, carry valid insurance, which meets all City of Orange
insurance requirements as outlined in (Attachment No. 4).
3. WITHDRAWAL OF PROPOSALS
Any bidder may withdraw its proposal by written request at any time prior to the time
set for the opening of proposals by contacting Dana Robertson at
drobertson@cityoforange.org. Proposals are valid for 90 days from bid due date of April
2, 2020 at 2:00 p.m.
4. CONTRACTOR'S COMMITMENT OF AVAILABILTY OF SERVICE
The individual signature on the proposal must be authorized to sign for and obligate the
contractor for the proposed services. Once a proposal is opened, a Contractor is
otherwise expected to maintain an availability of service as set forth in its proposal for
City Parks Security Services as outlined in this RFP.
5. ERRORS AND OMMISSIONS
Contractor shall not be allowed to take advantage of any errors in or omissions from the
RFP. Full instructions will be given if such error or omission is discovered and timely
called to the attention of the City.
6. SPECIFICATIONS AND CONTRACTUAL
Nothing contained in this RFP shall create any contractual relationship between the
Contractor and the Ciry. The City accepts no financial responsibiliry for costs incurred by
any Contractor regarding this RFP.
7. COMPLIANCE WITH EOUAL EMPLOYMENT OPPORTUNITY REGULATIONS
The City of Orange is an equal opportunity contractor. Qualified companies owned by
women, minorities and disabled persons are encouraged to apply.
8. NOTICE REGARDING DISCLOSURE OF CONTENTS OF DOCUMENT
All responses to this RFP accepted by the City shall become the exclusive properly of the
City. Upon opening, all proposals accepted by the City shall become a matter of public
record and shall be regarded as public, with the exception of those elements of each
proposal which are identified by the Contractor as business or trade secrets and plainly
marked as "trade secret", "confidential" or "proprietary". Each element of a proposal,
which a Contractor desires not to be considered a public record must be clearly marked
as set forth above, and any blanket statement (i.e., regarding entire pages, documents,
or other non-specific designations) shall not be sufficient and shall not bind the City in
any way whatsoever. If disclosure is required under the California Public Records Act or
otherwise by law (despite the proposer's request for confidentiality), the City shall not in
any way be liable or responsible for the disclosure of any such records or part thereof.
RFP 190-36 Page 2 of 14
Exhibit A-Page 3 of 42
9. DISCREPANCIES IN PROPOSAL DOCUMENTS
Should any proposer find discrepancies or omissions from this RFP, or if the intent of the
invitation is not clear, and if provisions of the specifications restrict proposers from
proposing, a request in writing may be submitted to modify the deficiency(s). Such
request must be received by Dana Robertson before March 27, 2020 at 12:00 pm. All
proposers will be notified by addendum of any approved changes in the RFP documents.
10. ORAL STATEMENTS
The City of Orange is not responsible for oral statements made by any of their employees
or agents concerning this RFP. If a proposer requires specific information, it must request
that it be supplied in writing by the Ciry of Orange.
SCOPE OF WORK AND PROJECT SPECIFICATIONS:
1. The Scope of Services described in Attachment 1 of this RFP generally includes the
assignment of Patrol Guards according to a pre-determined schedule, seven nights a
week, including holidays. Schedules may vary at the discretion of the City Representative.
2. Patrol areas will include multiple locations throughout City of Orange parks and park
facilities and will include checking and securing doors and windows, enforcing park hours
and other park regulations, logging all incidents and contact with park patrons, and calling
the Orange Police Department as needed for assistance in gaining compliance. See
Attachment 1 for a more detailed description of the Scope of Services.
3. Contractors are advised to make themselves familiar with City of Orange parks and park
facilities prior to submitting a proposal. Attachment 2 is a listing of the City of Orange
parks and park facilities, which may potentially be included under this contract. There will
be no job walk of the sites.
TERM OF CONTRACT
The initial term of the contract to be awarded pursuant to this solicitation for proposals will be
four (4) years, commencing July 1, 2020 and expiring on ]une 30, 2024 (the Expiration Date'.
INVOICE PAYMENT
The Contractor will be paid monthly for satisfactory work performed under this contract. By the
lOth day of the month, the Contractor shall submit a detailed invoice and all reports required in
the contract for work performed in the prior month including a detailed breakdown of work
performed and all materials or supplies that are utilized.
A. This invoice shall be in accordance with the contract price and will become the basis for
payment. Invoices should reflect the scheduled scope of work and specifications.
B. This invoice shall be subject to review and approval by the City's representative. Approval of
invoices is conditional upon proper itemization of services rendered and supplies utilized, as
prescribed by this Request for Bid.
C. The City shall pay all submitted invoices within 30 days of approval.
RFP 190-36 Page 3 of 14
Exhibit A-Page 4 of 42
D. Any charges in the invoice not approved by the Ciry's representative shall not be paid by the
Ciry.
All additional work shall not proceed without written approval of the City's representative.
CERTIFICATE OF INSURANCE
Proof of insurance is not required to be submitted with your proposal but will be required prior to
the City's award of the contract in accordance with the terms of the written contract.
QUALIFICATIONS OF PROPOSERS
Contractor shall have at least 5 years of municipal park securiry services experience serving a
park system with no less than 15 parks and facilities.
Any proposer who can prove to be a responsible proposer may submit a proposal for
consideration. Each proposer must satisfy the City of its abiliry to perform the services required,
as set forth in the Scope of Work as described within this RFP. All proposers must demonstrate
and document a history of timely and satisfactory performance of similar work in a manner, which
addresses the stated evaluation criteria. Each proposer shall be entirely responsible for the
accuracy of the information supplied concerning references.
In addition, the City may consider evidence of untimely and unsatisfactory perFormance on prior
similar work or litigation by the proposer on previous contracts when evaluating a contractor.
It should be noted, however, that the contract will be awarded to the proposer deemed most
qualified based upon the selection criteria, provided that such a proposer successfully meets all
of the other criteria identified in this RFP. The City reserves the right to reject any and all
proposals and any item or items therein, and to waive any non-conformity of proposals with this
RFP, whether of a technical or substantive nature, as the interest of the City may require.
SIGNATURES ON PROPOSAL; PROOF OF AUTHORITY
a) If the proposal is submitted by a corporation, it must be signed on behalf of the
corporation by the following combination of corporate officers: (i) the Chairman of the
Board, the President or any Vice President, on the one hand, AND (ii) the Secretary, an
Assistant Secretary, the Chief Financial Officer or an Assistant Treasurer, on the other
hand. If the proposal is submitted by a corporation under the signature of only one
corporate officer or representative or with a different combination of the foregoing
corporate officers, it must be accompanied by the original of a Secretary's Certificate, to
which is attached a corporate resolution duly authorizing the named individual to execute
the agreement on behalf of the corporation.
b) If the proposal is submitted by a sole proprietorship, the owner's signature is acceptable.
c) If the proposal is submitted by a partnership, the signature of the managing general
partner or the general partner(s) authorized to bind the partnership to such transactions
must appear on the proposal.
d) If the proposal is submitted by a limited liability company and such company operates
through officers, it must be signed by at least two duly elected or appointed officers, as
RFP 190-36 Page 4 of 14
Exhibit A-Page 5 of 42
follows: the chairman of the board, the president or any vice president, AND any
secretary, assistant secretary, the chief financial officers or any assistant treasurer.
e) If the proposal is submitted by a limited liability company that operates through a manager
or managers, it must be signed by at least two such managers or by one manager if the
limited liability company operates with the existence of only one manager.
Proposals may be rejected if the proper documentation is not provided.
g) All proposals must be signed.
AWARD OF CONTRACT
The award of contract, if awarded, will be to the most qualified proposal that complies with all
requirements of this RFP. The award of contract, if made, shall be made within ninety (90)
days after the opening of the proposals.
Prior to the award of any work hereunder and before any work can commence, the City and the
successful proposer will enter into a written contract substantially in the form (a sample contract
is available on the City of Orange website or upon request) with such changes therein as the
City's Attorney may deem necessary and appropriate. Proposers responding to this RFP are
strongly advised to review all of the terms and conditions of the sample contract and will be held
to comply with all such terms and conditions.
SPECIFICATIONS NOT CONTRACTUAL
Nothing contained in this RFP shall create any contractual relationship between the proposer and
the City. The City accepts no financial responsibility for costs incurred by any proposer regarding
this RFP.
SPECIAL INSTRUCTIONS
1. The Contractor shall provide with this RFP a minimum of three (3) references of
commensurate/equal park security work with cities and/or municipalities. References
shall represent/include:
Work completed within the last five (5) years.
A description and location of said security work.
An approximate cost of said security work.
A contact person and phone number to verify security work.
2. The Contractor is to provide a list of their company's observed holidays.
3. The City reserves the right to reject any contractor who they feel does not meet a
qualifying work experience or satisfying references.
4. The City reserves the right to reject at any time any or all proposals, or parts thereof, and
to waive any variances, technicalities and informalities which do not impair the qualiry, or
performance of the project.
SELECTION CRITERIA:
Evaluation of the proposals shall be based on a competitive selection process. Fiscal
responsibility is a priority for the City. However, the evaluation of proposals will not be limited
to price alone. The City will select the proposer deemed most qualified based on demonstrated
RFP 190-36 Page 5 of 14
Exhibit A-Page 6 of 42
competence, experience, references, and value, for services to be performed. The City also
reserves the privilege of interviewing the top candidates.
The successful proposal will demonstrate experience in providing security services as described
within this RFP. While the experience and resources of the successful company are important, it
is critical that the manager proposed for overall authority on the project have extensive relevant
experience and capabiliry. The contractor's project manager will work effectively with City staff
and complete assigned tasks within budget and within the project schedule.
The following criteria shall be used in selecting the contractor ultimately chosen for this project:
A. Company experience, including but not limited to licensing, insurance, qualifications and
capacity of the contractor's employees, key personnel and the ability to provide the necessary
equipment needed to provide the work as describe within this RFP. Also, experience of any
subcontractors working on this project.
B. Demonstrated record of success by the contractor on similar work previously performed for
the City and/or other municipalities or enterprises.
C. Contractor's responsiveness to the overall request for information within this RFP.
Based on the information submitted the selection committee will make a final choice; the
successful contractor will execute a qark security agreement with the City of Oranqe for the
comqletion of this work An interview mav be reauired with the top scorin4 contractors The Citv
of Orange reserves the right to neQotiate cost of work within the Request for Proposal.
The City reserves the right to revise this RFP prior to the date the proposals are due. Revisions
to the RFP will be sent to all known participants. The City reserves the right to procure or contract
for work. All proposals submitted in response to this RFP become the property of the City and
are public record. The City reserves the right to delay or cancel, in part or in its entirety, this RFP
including, but not limited to: selection schedule, submittal date, and submittal requirements. All
known participants shall be notified of any cancellation or revisions prior to the submittal date.
The City also reserves the right to request additional information and clarifications regarding any
proposals received.
Proposer must satisfy the City of its ability to perform the services required as stated herein. All
proposers must demonstrate and document a history of timely and satisfactory performance of
similar projects in a manner, which addresses the stated evaluation criteria. Proposer shall be
entirely responsible for the accuracy of the information supplied concerning references.
PROPOSALINSTRUCTIONS
Please respond to the Request for Proposal by returning all pages for the RFP, addenda (if
applicable), and references. Please provide three copies of your proposal at time of
submission. Please note that three copies of the Proposal Cost Sheet should be
submitted in a separate sealed envelope. All pages in the RFP shall be submitted in an
enclosed, sealed envelope, showing the proposal number in the upper left corner, and addressed
to the Ciry of Orange. Proposals must be signed by an individual (or individuals) authorized to
execute legal documents on behalf of the applicant. Faxed or e-mailed proposals are not
RFP 190-36 Page 6 of 14
Exhibit A-Page 7 of 42
acceptable and will not be considered. Proposals received after the April 2, 2020 deadline will
not be considered.
Note: Three copies of Proposa/Cost Sheet must be submitted in a s arate sealed en ve%pe.
Proposals must be submitted to the City Clerk at 300 E. Chapman Ave., Orange, CA
92866 by 2:00 p.m. on Thursday, April 2, 2020. Proposals may be sent via U.S. Mail
or delivered in person to the above address.
The City reserves the right to reject any and all proposals and any item on items therein, and to
waive any non-conformity of proposals with this Request for Proposals, whether of a technical or
substantive nature, as the interest of the City may require.
TIME LINE (APPROXIMATE):
1. Mandatory pre-bidders meeting: March 24, 2020 at 2:00 p.m.
2. Deadline for questions regarding this RFP: March 27, 2020 by 12:00 p.m.
3. Proposal due: April 2, 2020 by 2:00 p.m.
4. Contract Commencement Date: July 1, 2020
RFP 190-36 Page 7 of 14
Exhibit A-Page 8 of 42
RPP 190-36;PROPOSAL COST SHEET
CITY PARKS SECURITY SERVICES
SUBMIT THREE COPIES OF THIS SHEET IN A SEPAR,4 TE SEALED ENl/ELOPE)
CITY OF ORANGE
COMMUNITY SERVICES DEPARTMENT
Name of Company: Lyons seour ry serv e,Inc.
Dbd: Lyons Security Service,Inc.
C011tdGt PeCSOf1: Kathleen Guidice
Address: 505 S.Villa Real Dr.,Suite 203A,Anaheim
Phone: 949-29s-5859
EI11all AddC2SS: kathleen lyonssecurityinacom
COST PROPOSAL• Hourlv rates shall include all arofit, overhead, and related costs of
service for 7 days uer week.
Year 1 Year 2 Year 3 Year 4
Hourly Rate
per Guard 22.80 23.94 25.14 2639
Da Shift
Hourly Rate
per Guard ZZ•g 23.94 25.14 2639
Ni ht Shift
Hourly Rate
per Guard 4•20 35.91 37J1 39.58
Holida s-Da Shift
Hourly Rate
per Guard 34.20 3591 3.1 39.ss
Holida s-Ni ht Shift
List Day Shift Hours (from: b aM to lo PM
List Night Shift Hours (from: 10 rM to 6 ANt
Name and title of authorized sianatory
Name Kathleen Guidice
Tltle President
Signature azlf¢ri G u i.c
Date Avri12 2020
RFP 190-36 Page 8 of 14
Exhibit A-Page 9 of 42
RFP 190-36: ATTACHMENT 1
Scope of Work for City Parks and Facilities Private Security Patrol
1) The city typically requests one to two guards (each on their own route) to provide security
services at the City's designated parks and facilities, seven nights per week(including
holidays) during park closure hours. City parks and park facilities close to the public from
11:00 p.m. to 5:00 a.m. on a daily basis. On a monthly basis, the City will provide the
contractor with a list of designated patrol locations ten days prior to the beginning of the
following month. Based on the City's designated patrol locations and needs, the contractor
will submit a schedule to the City for approval, five days prior to the start of the next
month.
2) Contractor may be asked to provide additional occasional patrol guards on an as-
needed basis to provide security at other city facilities during public use, including
activities and events which may include the serving of alcohol. In instances where
alcohol is served, the Contractor will ensure a minimum of two guards per shift (example:
rentals at the Senior Center).
3) The City reserves the right to adjust service times and quantity of assigned patrol guards as
needed.
4) The City reserves the right to change the locations of the patrols to other City Parks and
facilities in the future, if patrols are warranted in those locations.
5) Assigned patrol guards will be on foot patrol at all times and clearly visible to patrons at all
times.
6) Assigned patrol guards shall arrive fully uniformed in approved uniform provided by
contractor, prior to arriving on site. Uniforms must have the contractor's name. A photo ID
badge is to be worn at all times.
7) Assigned patrol guards will not be armed, with the exception of personal protection
equipment, such as pepper spray.
8) Patrol guards shall be able to communicate clearly in English.
9) Assigned patrol guards shall act as "ambassadors" for the City, educating patrons on
current park rules and regulations and requesting compliance.
10) Patrol guards shall monitor park use for compliance with all posted rules and ordinances,
asking patrons to comply. In the event there continues to be a lack of compliance, patrol
guards shall contact the Orange Police Department to address situations that they cannot
handle, or to gain compliance.
11) In particular, patrol guards are expected to patrol continually to deter vandalism, theft,
illegal activities, noise ordinance violations, parking violations, non-approved use of the
park, break-ins to the site facilities, and loitering in the park after the park is closed.
RFP 190-36 Page 9 of 14
Exhibit A-Page 10 of 42
12) Patrol guards shall not have the abiliry to issue citations on behalf of the city.
13) Assigned patrol guards will provide an electronic log to the city on a daily basis outlining
patron encounters (including number of patrons), description of encounter, notable
occurrences, pictures when necessary, location of encounter, abandoned vehicles, and any
contact with Orange PD.
14) Assigned patrol guards shall immediately report any health and safety issues to the
designated city representative via email, by 8:00 a.m. the following morning. For
emergency situations, patrol guards should contact Orange PD. For non-emergency
maintenance issues, the patrol guards will contact the Park Manager or designee.
15) For emergency contact and auditing purposes, all patrol guards assigned by contractor
shall be reachable by ciry staff via cellphone or radio at any point in time during a patrol
shift. Contractor shall provide such equipment at its sole expense and responsibility.
16) Contractor must provide the city with a 24-hour point of contact to resolve scheduling
issues or no-shows.
17) Supervision of on-site patrol guards must be provided by management staff on a weekly
basis through sporadic checks of patrol guard staff during assigned shifts. Management to
report to city representative when these checks have occurred, any issues identified, and
any resolution, as necessary.
18) Contractor shall work continuously with the city representative to improve or modify the
schedules, service model, and reporting protocols as needed.
19) Contractor shall be available to attend monthly meetings with City staff.
20) City reserves the right to request for any guard to be removed from the City of Orange
park security schedule.
21) All vehicles used by the patrol guards and supervisors employed by the contractor are to be
identified with door signs (approx. 20"x 16", magnetic sign is acceptable) or equivalent
with the company name and phone number. These need to be visible from both sides of
said vehicle.
22)All personnel engaged in performance of this work shall be employees of the Contractor and
as such shall be warranted to possess sufficient experience and security records to perform
this work at public facilities. Contractor is responsible for conducting sufficient background
checks before commencing work under this agreement, to ensure no employees performing
work in the Ciry of Orange on behalf of the contractor, are listed on the National Sex
Offender Public Registry (NSOPR). Contractor shall monitor employee security records to
ensure no existing or new employees performing work under this agreement are added to
the NSOPR or convicted of any crimes that would disqualify them from adhering to conduct
conducive to public safety.
RFP 190-36 Page 10 of 14
f ; f ` ` o
a a a a a a a a a a t a a a a a a a a
O O O O O O O O O O .N N O O O O O O O O N r O O O O Y O O O O O Y O
r1 .--I .-1 .--I
N .--
I .--I .--1 .--I .-1
N --I V1 N 7 C .--I O .--I .--I .--1 .--1 r-1 7 •: N
Q I .1 r-1 --I = --I --I --1 --I --I --I 7 N Q Q --I --I -1 r-I r-1 --I --1 v-1 # `1 01
q o a
R f v' u°if f E f
Q QQQ cQQQQQ cQao ¢ cQQQQQQ Q Q Qt .: +
o 00030000030000 - 000000 0 00 3
oa o0o m00000 @oc•itoY0000 00 0 0 0 '
in Z iri ii iri 0 iri iri iri in in iri c i b', °c iri in in ii iri iri ii ii n >
Q
X v -o o -a -a a -o o a -a v
r
0 0 0 0 0 0 0 0 0 0 0 0 0 0
W o o 0 0 0 0 0 0 o v v o 0 0 0 o
s ' t . t . t . ts tt w v ttt t cn t
i 'C 'C i i i '= i C i i i i i i .C
O > > O O O O O O O O O O O O O
N fl 9
t E E t s E E E t t t t . • t t t t • t ,,
a E E . . . E . E ._ . v a . . . . . E
z0 UvzzzUUZUzz zzcncnzzz z cn z x' V°
i O O I N I O -- If1 N O N O N Ln O N V
t ^ O M M O M O O O O lf1 I Q O M N u1
N N N Ol I M I N 01 W O O I 7 1 O 00 i
O
IL
N 'Q;. O O O 0 N
I O O 0 u
Z = d..' N
O
ti
ry O
M
a
N
i
U £
Q
O O N I O +-- A N O N O N O N " '
Q
fl . Ln M M O M Q1 l0 O O Lf1 I 01 O M l!1 :.
N N O I M ti I 7 .-- O CO O O I d' I O 00 p
M L Q
IoaI01,,
d o
a1 N O CO M l0 O 00 l0 l0 O V1 N t0 O N I N N
a C O I O I I I O .-+ I M Ln Ln O I 01 00 00 O tD .-- O O
O O O O O O O M O O O O O O O O 00 O O O O OJ O O
i i: .--
i .--i .- .- .- .-- N
pO
N .-- .--i .--i .--i ti .ti .-- .--i .--i N .-i N .--i ,--i k' N
N xKi
q,^a':
r
a Ol
r C
d
Q >
a m
3
L'
a
N
a > > Q a-+ a
Y
Y A N n
D o — a ; a QQ ,_, ¢ a o a c c
u > ,.; cn o o _ ° a Uc}'n v i c'n :
a tn m r, a a c a a N ; c c
c oS cn n n v, n ro a u o C
v ~ _ a a O J J a V m ; Q }o
i ui U Z cn w ui w z U ui Q v
t0 O 7 Z (n N Z Z M (n Z lA n .-- O O O O
Z (n '
N i6
M t.f) O O u'f 3 00 00 OD ' --i l/"f O M N ' M O O O „;? . d
u1 OO CO O M O t0 .-- O .--i I M O O O M O -- O O 0-' i
C lJ1 N Ln = 00 M M N I l0 M M N N d 00 N -- -- ` Q
i m
Y
a iF Y i+O m
C i ` V f0 .+ Y L d O Y
G (O d N
a
1E N Y N
i N
r°
a
a` ro ra a` i`a (J Y `o c a Y e c UQ` a o o c c a mY a o * ' '° = aa E u, r`o m v
c > a a m o
a `
o a o * a a a ° o Q c a a ' i o' ot -o -o op a c m + mt0dy L __ y
i tp *, p _O CJ C C '' = i 2 'V > V N C i (O Y a-+ r: C C '(p
d N (n i fp f0 f0 — (p V tp +_' (0 N L ++ (6 N N O ii, N ... f0 i d
mU iwwww C7cn = 2X Oaacncncncna > n cnF-
N M ll1 O I CO 01 •-- N M u'I O I CO O O .--i N = .--
y .-- .--i ti .--i .--i .-r .- .--i N N N
w0
Ni
N7 N
U 01
a
p. >y
3 c° >-
Qb
a
O
3 z z z
w0
o
L 2 a c C
0
a
M .3 b o
V U ., . I
Y
W a
G N w o c J ++ o.o
o c-v y 3
V i n ,° o o a.. oOLN • 4. .-.
a S1. y , bU
F d c `' ' o., a
Q GC G) p- ti i o ° a i ?
p *' 1 UC7C7 > aU
e+n a=
o p o p
i o
C
L O O
U W W
p o
a
V F+ a. a >
3
o o
y a' c
c`i U
a x w w
c r o
N
E"i N ^'
O O O
O O O I p
Y
N N N M
N N O
L M M M
a
Exhibit A-Page 13 of 42
RFP 190-36: ATTACHMENT 4
Liabilitv Insurance
City Parks and Facilities Private Security Patrol
Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the perFormance of the work
hereunder and the results of that work by the Contractor, his agents, representatives, employees or
subcontractors.
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence Form CG 00 O1).
2. Insurance Services Office Form Number CA 00 O1 covering Automobile Liability, code 1 (any auto).
3. Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance.
Contractor shall maintain limits no less than:
1. General Liability: 2,000,000 per occurrence for bodily injury, personal
injury and property damage. If Commercial
General Liability insurance or other form
with a general aggregate limit is used,
either the general aggregate limit shall
apply separately to this project/location or
the general aggregate limit shall be twice
the required occurrence limit.
2. Automobile Liability:1,000,000 per accident for bodily injury and properly
damage.
3. Workers'Compensation:As required by the State of California.
4. Employer's Liability: 1,000,000 per accident for bodily injury or disease.
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the
City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City,
it officers, officials and employees; or the Contractor shall provide a financial guarantee satisfactory to the City
guaranteeing payment of losses and related investigations, claim administration, and defense expenses.
Each policy of general liability and automotive liability insurance shall contain, or be endorsed to contain, the
following provisions:
1. The City, its officers, officials, agents and employees are to be covered as additional insureds
with respect to liability arising out of automobiles owned, leased,hired or borrowed by or on behalf
of the Contractor; and with respect to liability arising out of work or operations performed by or
on behalf of the Contractor, including materials, parts or equipment furnished in connection with
such work or operations. General Liability coverage shall be provided in the form of an Additional
Insured Endorsement (Insurance Services Office, Inc. Form CG 20 10 il 85 or such other form as
may be acceptable to the City)to the Contractor's insurance policy,or as a separate owner's policy.
RFP 190-36 Page 13 of 14
Exhibit A-Page 14 of 42
2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as
respects the Ciry, its officers, officials and employees. Any insurance or self-insurance maintained by the City,
its officers, officials and employees shall be excess of the Contractor's insurance and shall not contribute with it.
3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled
by either party, except after thirty (30) days' prior written notice has been provided to the City
The Contractor shall furnish the City with original certificates of insurance and endorsements effecting coverage
required by this clause. The endorsements should be on forms acceptable to Ciry. All certificates and
endorsements are to be received and approved by the City before work commences. However, failure to do so
shall not operate as a waiver of these insurance requirements. The City reserves the right to require complete,
certified copies of all required insurance policies, including endorsements effecting the coverage required by
these specifications at any time.
All insurance procured and maintained by the Contrador shall be issued by insurers admitted to conduct the
pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class
VII or better by the latest edition of Best's Key Rating Guide.
Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease
performance of this Agreement unless otherwise directed by the City. In such a case, the City may procure
insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting
therefrom, by way of set-off from any sums owed Contractor.
Contractor hereby agrees to waive subrogation, which any insurer of the Contractor may acquire from the
Contractor by virtue of the payment of any loss. The Contractor agrees to obtain any endorsement that may be
necessary to effect this waiver of subrogation.
The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the Ciry for all
work performed by the Contractor, its employees, agents and subcontractors.
The Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements
stated herein.
RFP 190-36 Page 14 of 14
Exhibit A-Page 15 of 42
G`,-.
am.„
F
CITY OF ORANGEFp'.
4
cP' !.man!.,bllP17:Y CF
COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251
ADDENDUM #1
For
Request for Proposal (RFP)
Bid No. 190-36
City Park Securitv Services
March 19, 2020
This addendum serves as written notice of the following corrections,
clarifications, additions and/or deletions to any and all copies of the Request
for Proposal (Bid No. 190-36).
Regarding Mandatory Pre-bidders Meeting:
The pre-bidders meeting for this RFP is no longer mandatory.
Contractors who are unable to attend the pre-bidders meeting are welcome to
email questions by the questions deadlines of March 27, 2020 at 12:00 p.m. See
Request for Proposal for instructions.
The pre-bidders meeting location has been changed to Hart Park (701 S. Glassell
Street, Orange, 92866). Meet outside of the pool building.
The pre-bidders meeting time has been changed to 8:30 a.m.
Respectfully Submitted,
Dana Robertson
Parks Manager
d robertson@citvofora nge.orq
714-744-7283
COMMUNITY SERVICES DEPARTMENT•230 E.CHAPMAN AVENUE •ORANGE,CA 92866
Exhibit A-Page 16 of 42
pF O
s"'°'^N
CITY OF ORANGEa: A
ti-, po-
wu a w!'.,4
U y C
COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251
ADDENDUM #2
For
Request for Proposal (RFP)
Bid No. 190-36
City Park Security Services
March 23, 2020
This addendum serves as written notice of the following corrections,
clarifications, additions and/or deletions to any and all copies of the Request
for Proposal (Bid No. 190-36).
Regarding Pre-bidders Meeting:
The pre-bidders meeting for this RFP scheduled for Tuesday, March 24, 2020 has
been canceled in order to comply with the Governor's Executive Stay at Home
Order.
Contractors interested in submitting a proposal are welcome to email questions
by the questions deadlines of March 27, 2020 at 12:00 p.m. See Request for
Proposalforinstructions.
If any proposer is hindered in their ability to prepare and deliver an acceptable
response to the request for proposal due to the Governor's Executive Order, they
should notify the City's Dana Robertson via email, prior to the proposal deadline.
Regarding Hourly Rates:
All hourly rates should reflect the cost of providing services including the round
trip to dispatch location. City is not to be billed for travel time at the beginning
and end of shifts, to and from City sites.
Respectfully Submitted,
Dana Robertson
Parks Manager
drobertson@citvoforanae.orq
714-744-7283
COMMUNITY SERVICES DEPARTMENT•230 E.CHAPMAN AVENUE •ORANGE,CA 92866
Exhibit A-Page 17 of 42
o""F
CITY OF ORANGE
y. p4£
6 wnaa+.•Y6rO:y C
COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251
ADDENDUM #3
For
Request for Proposal (RFP)
Bid No. 190-36
Citv Park Securitv Services
March 31, 2020
This addendum serves as written notice of the following corrections,
clarifications, additions and/or deletions to any and all copies of the Request
for Proposal (Bid No. 190-36).
NOTICE: REVISED PROPOSAL SUBMITTAL PROCEDURES
On March 16, 2020, the Orange City Council approved a Declaration of Local Emergency
in response to the COVID-19 health threat, ratifying a similar declaration by the Orange
County Board of Supervisors and an Executive Order issued by California Governor
Newsom. In light of the requirement that all public gatherings are prohibited and the
general directive that people remain at home, effective immediately and until further
notice, the City of Orange adopts the following public bid procedures:
The proposal submission deadline remains April 2, 2020 at 2:00 p.m.
All prospective proposers shall submit their proposals by the deadline either online
or by courier. No walk-up submittals will be accepted. If submitted online,
proposals must be in the following format:
Proposals shall be emailed to the City Clerk's office at
cityclerk.bid.su bmittalCa citvoforanqe.org.
The Subject of your email shall be: RFP 190-36 Park Security-Your Com an
Name.
There shall be two separate attachments to your email:
Attachment 1 labelled RFP 190-36 Park Security-Your Company Name
Attachment 1: consisting of all pages of the proposal, except page 8
Proposa/Cost Sheet).
Attachment 2 labelled RFP 190-36 Park Security-Your Comvanv Name
Attachment 2: consisting of Page 8, the Proposa/CostSheet, on/y.
COMMUNITY SERVICES DEPARTMENT•230 E.CHAPMAN AVENUE •ORANGE,CA 92866
Exhibit A-Page 18 of 42
Page 2
If proposals are sent via United States mail, please be advised that the City picks up
mail from Post Office at 7 a.m. each day. Delivery to the Post Office on April 2 after 7
a.m. will not result in a timely submittal.
Regarding Submitted Questions:
1. Who is the current incumbent?
a. Lyons Security Services, Inc.
2. When were they awarded the contract? Copy of current contract?
a. Lyons Security was awarded a four-year agreement in 2016. You can
submit a public records request with the Ciry Clerk for a copy of the
contract.
3. How many weekly/monthly/annually hours are required for this bid?
a. Please see Attachment 1 of the Request for Proposals (page. 9) for a
description of the typical request for hours. The exact number of hours
per week, month, or year are determined by the City budget and the
hourly rate per guard.
4. What is the current bill rate?
a. The hourly rate per guard is $21.20.
5. Is the overtime rate lined in the contract?
a. The overtime rate is set at the inception of the agreement.
6. Is there any minimum wage/pay? Does the District abide by any City Live Wage
Ordinances or just minimum wage? Is there any prevailing wage, living wage
ordinance, state or local mandated wage, contract specific wage, or collective
bargaining agreement?
a. The hourly rate set is determined by the contractor who is required to
adhere to all state and federal wage and labor requirements.
7. Is there a desired page limit for the proposal submission?
a. The desired page limit is no more than 15 pages.
8. Are there any additional Security guard services to this contract?
a. All foreseeable security guard services are outlined in the RFP.
9. Are vehicles required for this bid? If so, how many and what type are needed?
a. Patrol guards will need to travel between city parks on a nightly bdsis.
The specific rype of vehicle is not outlined in the RFP, but all
vehicle used for the procurement of these services must adhere to
the guidelines in Attachment 1 of RFP.
10. How many vehicles and what types of vehicles is the incumbent using?
a. This information is not available.
Exhibit A-Page 19 of 42
Page 3
11.Are there any more equipment required other than which is mentioned in
the proposal?
a. No.
12.Is this bid subject to a union or CBA?
a. The contractor is required to adhere to all state and federal law
labor and wage requirements.
13.Does the this IFB require a more thorough written narrative or proposal
outside of the forms provided?
a. The RFP provides all proposal instructions and requirements.
14.Will the city provide a separate line item for holiday rates?
a. The Proposal Cost Sheet included in the RFP as page 8 outlines the
allowable rates for this agreement.
15.What materials/resources will the city provide to contractor employees?
a. There will be no resources provided except what is outlined in the
RFP.
16.Are there any option years; if so, how many?
a. This will be four-year agreement.
17.Is lunch time paid?
a. No.
18.How are meal breaks currently being conducted? Are there enough
officers to break each other?
a. Yes, meal breaks are conducted. No, there are not enough officers
to break each other.
19.How many incidents occurred at each park, and was unarmed/armed
security personnel involved?
a. This information is not available.
20.What are the threats and vulnerabilities on each park?
a. This information is not available.
Respectfully Submitted,
Dana Robertson
Parks Manager
drobertson@citvoforan4e.or4
714-744-7283
Exhibit A-Page 20 of 42
ALWAY8 GN TAF iiET.•
SECURITY SERVICE, INC.
R.a,s..,
April 2,2020
Subject: Proposal Submittal in Response to RFP: 190-36
Security Guard Services at Various City Facilities
To the Ciry of Orange,Dana Robertson and Facilities Manager
230 E Chapman Ave,
Orange,CA 92866
Lyons Security Service,Inc. is a privately held,woman-owned California GCorporation with over 35 yeazs of
experience of providing security service.We have reviewed the specifications under Scope of Services required,
City of Orange terms and conditions agreement,and hereby certify Lyons Security Service,Inc.will comply with
the RFP requirements.This RFP shall be incorporated in its entirety as part oF Lyons Security Service,Inc.proposal.
The Ciry of Orange is not obligated in any way to pay any costs incurred by Lyons Securiry Service,Inc.in the
preparation and submittal of Lyons Securiry Service,Inc.'s Response to the RFP.Furthermore,responses to this
RFP and all data,documents,and other products used through the life of the project shall become property of the
Ciry of Orange and will be retained or disposed of accordingly.
Company Information:
Legal Name: Lyons Security Service, Inc.
Corporate Office Address: 505 S.Villa Real Dr.,Suite 203A,Orange CA 92807
Main Telephone:(949)298-6859
Web Address:www.LyonsSecurityInc.com
Branch Office Address: 555 University Ave.,Suite 131,Sacramento,CA 95825
Private Patrol Operator License Number: 12687
Federal Tax Identification: 33-072-6010
Binding Officer:Kathleen Guidice
Binder's Telephone:(714)401-4850
Binder's Email:Kathleen@LyonsSecuritylnc.com
This proposal is valid from the proposal received date,Apnl 2,2020 and will extend ninety(90)days post.I,the
undersigned,am the corporate officer responsible for the preparation of this proposal and have the authority to
negotiate and bind on behalf of Lyons Security Service Ina Please notify me with any questions or comments
regarding this proposal and the information found within.We appreciate the opportunity to submit this proposal and
present our qualifications to Ciry of Orange.
Sincerely,
IG L a
Kathleen Guidic
President,Vice President,&Chief Financial Officer
505 S.V illa Real Dr.,Maheim CA 92807--www.LyonsSecuritylnacom-Telephone:(949)298-6R59-Email:reports(u lyonssecurityinacom
Exhibit A-Page 21 of 42
Company History&Experience
Brief History
Lyons Security Service was established in 1982 in Sacramento,California providing unarmed and armed guard
services to cities found within the County of Sacramento.Lyons Security Service was later purchased and
incorporated(GCorporation)on October 1, 1996 by its current CEO/President,Kathleen Guidice.In the years to
follow,Lyons saw rapid expansion as its operations went from focusing solely on Sacramento County to expanding
to nationwide security guard services.
During our expansion,Lyons was awarded contracts with:The Department of Defense,The Department of Justice,
The Department of lmmigration&Customs Enforcement,as well as The U.S.Attorney GeneraPs Office.We take
pride on our ability to handle such contracts,specifically the Department of Defense,as Lyons was given an Award
of Excellence by the United States Government for our outstanding services while stationed at the U.S.Army
Material Command Center in Alexandria,Virginia.During 9/11,our officers mobilized individuals to saFety and
secured the entire facility as it was unknown if this facility was believed to be one of the sites targeted given the
Secret Level Clearance of the building.This award displays our company's commitment to making sure all of our
officers are well trained and prepared for all security tlueats,foreignand domestic.
About Us
Lyons Security continues to strive today based on the same core principles installed back in 1996,quality service
with exceptional client communication.Our company offers a unique experience as we follow the 5 principles set
forth by our CEO:
l. Responsive Leudership:Interact with both our internal staff and customers to achieve goals that are mission-
focused,solution-oriented,and innovative.
2. Proven Capabilities:Hire competent,qualified individuals;collectively empowered to be self-managed on
site—yet ultimately accountable to the corporate office.
3. Training:Train our security force personnel in the latest technical requirements of the industry,as well as
parameters specific to the contract.
4. Top-Down Integrrry:Perform the requirements of the contract as proposed,delivered as promised,with an
attitude of continuous process involvement.
5. Qualiry PerJormance:Exceed client expectations in all aspects ofperformance,concentrating on quality,
building on a reputation ofexcellence.
To coincide with our core values,our customers know they will always receive one-on-one communication from
our onsite staff inembers as well as our management staff as we believe communication is one the key focal points
to success.Whether it is through our guards,supervisors,project managers,or corporate office einployees,our staff
is capable and willing to listen and respond swifrly to our clienYs requests.
Lyons prides itself on its ability to achieve positive status with all of our clients,and do so by being proactive and
communicating with our clientele throughout the life of the contract.When a security issue occurs,we respond
immediately;when a client requesu a change in the securiry plan,we respond immediately;when a client reports a
problem with an officer,our supervisors and management respond immediately.Our clients boast of our open line of
communication as well as our flexibility as we understand our service is not complete without a balance of security
and customer service.Furthermore,Lyons believes our clients should never have to hear automated messages or
have continuous,ongoing reported problems,which is why our telephones are answered,24-hours a day,7-days a
week by a technical support staff inember that can make a decision.
Government Experience
As previously mentioned in the company history above,we began our expansion in 1996 with contracts with federal
agencies such as the Dept.of Defense&the Dept.of Justice,both of which required our company to have secret
level clearance.As the city of Orange seeks responsible firms with experience,our employment history has an
established history with clientele while providing similar services to the scope outlined in the RFP.
Ancora Psychiatric Hospital:
Lyons Security Service was responsible for providing security services at the Ancora Psychiatric Hospital in
RFP—Unarmed Security Guard Services
City of Orange
April 2,2020 Lyans Securiry Service.lnc.,PPO l26R7
Exhibit A-Page 22 of 42
Company History&Experience
Hammonton,New Jersey for the criminally insane.The 680-acre campus facility was responsible for housino 600
inpatients while providing them multidisciplinary approaches to medical care.Throughout the facility,Lyons
Security Service was responsible for 9 stations,roving patrols,totaling 2,300 hours of service per month. While
stationed here we were responsible for maintaining the welfare of the staff,the patients(clients),and authorized
visitors.Although the city is not requesting similar services,this example,shows our ability to complete security at a
high level.
Capital Area Development Authority:
Lyons Security Service provides a nightly mobile patrol for a 40-block radius of buildings owned and operated by
Capital Area Development in the downtown district of Sacramento.The 40-block radius covers a variety of
buildings open to Section 8 approved families as well as commercial property.Lyons Security provides a lock up
service for over 20 buildings and routine patrols throughout the night to secure the safety of individuals living within
the premises.Lyons Security is responsible for identifying and strategically removing all unauthorized individuals,
report any security threats that may occur,report maintenance issues when necessary.
Ciry of Anaheim:
Since January 2018, Lyons Security Service has provided the city of Anaheim with 2 designated patrol officers to
patrol parks throughout the evening.As part of our responsibility,we act as a city liaison to enforce rules set forth
by the city,verifying the rules are being properly abided by patrons visiting these facilities,as well as removing
individuals afterhours.Furthermore we provide additional services throughout the day on an as-needed basis for the
city Park Ranger project.As the ciry looks to fill vacant spots in the program,Lyons provides additional services to
help fill the void until the proper staffing procedures are inet.
Ciry of Anaheim,Salvation Army Emergency Shelter:
Lyons Security Service,Inc.cunently provides 600 hours of weekly service to the 224 bed Emergency Shelter
located at 1455 Salvation Place in Anaheim,CA.OFficers are responsible for directing traffic,maintaining a visual
presence throughout the facility,notifying stafF of any delinquencies found on patrol as well as leading the intake
searches for all incoming and outgoing residents.This shelter is currently expanding to add an additional ]00 beds to
meet the ongoing demand in homelessness.
City of Costa Mesa:
Since July of 2019,Lyons Security Service lnc.provides 24/7 to the Lions Park Campus which features a newly
built library,park,baseball field,recreation and aquatic center,hisrorical building as well as a senior center.Officers
are responsible for maintaining the safety and well-being of public traffic as well as upkeeping the qualiry control
over the city facilities.
City of Moreno Valley:
Lyons Security Service,Inc.provides both armed and unarmed guard services throughout the city of Moreno Valley.
Job duties range from city hall access control to security for events throughout the city.Below is the current securiry
schedule:
1. Armed guard services to the City Hall:Monday—Thursday 7:30 am -630 pm,Friday 7:30 am—5:30 pm.
2. Unarmed guard services to the Parks Community and RecreationalCenter Monday—Friday 7:30 am—
10:00 pm,Saturday 8:00 am—5:00 pm
3. Unarmed services to the Ciry Utilities Center: 12 hours a month,varies
4. Unarmed services to 4 Rental venues throughout the city,hours vary eachmonth depending on rented
occupancy.The use of alcohol is allowed at all of the facilities.
5. Lyons also provides security for the City Library,Friday—Sunday and on an"as needed"basis Monday—
Thursday.
6. Unarmed security service for the Ciry Yard on an as-neededbasis.
7. Lyons also provides event securiry for the annual 4"' of July event that sees crowd population of 10,000 to
20,000 people.Our officers are responsible for searching the individuals prior to entering the facility.
While contracted with the City of Moreno Valley,we were requested to switch from unarmed to armed services
ovemight after the 2015 San Bernardino Tenorist Attack.As we are a customer oriented company,we made sure to
RFP—Unarmed Security Guard Services
Ciry of Orange
April 2,2020 Lyons Securit}-Se vice.lnc.,PP0126R7
Exhibit A-Page 23 of 42
Company History&Experience
fill the request swiftly(within 16 hours)as we understand our client's needs may change at any time.City of Orange
may call for changes in services and this examples shows our ability to meet all changes as required by our clientele.
City of Newport Beach:
Lyons Security Service,Inc.currently provides security services at multiple locations throughout the city of
Newport Beach,CA.Forthermore,we cunently work with the city on their"Clean Air AcY'as we curcently act as
Ambassadors to the city beach fire rings.As part of a clean air initiative,Lyons was brought on to help citizens and
visitors understand the significance of burning clean sources of energy when utilizing the fire rings throughout the
city.
City of Pems:
Since December 2017,Lyons has provided a dedicated patrol and CCTV team to the city of Penis for the Parks and
Recreation as well as various facilities found throughout the city,such as:City Hall,Animal Control Central,Public
Works Division,and many similar buildings.As part of our responsibiliry we act as the eyes and the ears for the city
while buildings are closed and help deter unwanted activity at public Facilities during hows of operation.
Furthermore,we discourage activity that may be unwanted at these facilities by providing mobile patrols throughout
the city.
On March 25m,2020,the city of Pems requested Lyons to provide additional services beginning immediately to
help assist educate citizens of park rules and regulations during the COVID 19 outbreak,Lyons was able to add 168
hours of service per week during the same week,another way we show our commitment to customer service.
City of Rancho Cordova:
Lyons Security Service,Inc.operated as a roving patrol unit for the Cordova Recreational and Parks District.Lyons
Security was responsible for routine nightly patrols for the 23 parks located throughout the city.Our guards were
responsible for patrolling the parks throughout the night to lock up all appropriate storage units,maintain the parks
property including reporting any rype of graffiti or unauthorized personnel found after hours.
Lyons Security Service utilized vehicle patrols throughout the city and bike patrols within each park.
City of Roseville,City Park Security Service:
Lyons security service is responsible for routinely patrolling the park facilities found throughout the city of
Roseville,CA.Our officers are responsible for nightly inspection and lockup service of 21 bathrooms located at 19
different parks throughout the city.
Cosumnes Communiry District:
Lyons Security Service has a history of working with people of all ages as well as park districts as we currently are
stationed at the Barbara Wackford Center,Cosumnes Communiry District&Aquatic Center in Elk Grove,
California.The community district center is 11-acre facility with high volume of foot traffic and is home to baseball
fields,softball fields,soccer fields,parks and a community center that has adolescent education,classrooms for
extracurricular activities,a banquet hall,an indoor basketball facility,swimming pool,and skate park.This facility
requires coverage for 10 hours per day Monday—Sunday with additional service for event staffing.
Campus Experience
Campus securiry has some similarities with regards to this RFP as officers are responsible for monitoring the ingress
and egress of pedestrian traffia Campus security has some of the highest numbers of foot traffic and require a high
level of attention to detail.
Califomia State Universiry,Northridge:
Lyons Security provides 4 unanned officers and 1 supervisor officers,7 days-a-week,to monitor in the
ingress/egress of the on campus living quarters for students.Officers are responsible for verifying the identiry of
each individual entering the facility,removing unauthorized individuals,and to report any vandalism or property
damage to the housing and police departments respectively.
UC,Office of the President:
Lyons Security provides daily monitoring of the University of California,Office of the President Intellicenter in
RFP—Unarmed Sec rity Guazd Services
City of Orange
April 2,2020 Lyons Securiry Seivice,Ine..PPO 1?6R7
E chibit A-Page 24 of 42
Company History&Experience
Riverside, CA. The building is suited for 800— 1200 UCR and UCPath employees. Our officers are responsible
for securing the locked facility during and past working hours, verifying authorized personnel enriy as the facility
is lockdown 24/7,package inspection,parking lot patrols,and CCTV monitoring.
References
References act as great reviews are a great way to fact check everything written in proposals.We stron 1 urge the
ciry of Orange to reach out to each client below to see what it is like to work with Lyons Securiry Service,Inc. as
well as the Management assigned to your contract on a daily basis.
Contract:Ciry of Anaheim
Address:200 S.Anaheim Blvd.,CA 92805
Contact:Jose Canedo
Email:JCanedo@anaheim.net(best form of contact)
Telephone: (714)765-4461
Nicholas Guidice,CPP is the point of contact for this contract,he will be the point of contact for the city of Orange
if awarded.
Contract Ciry of Costa Mesa
Address: 1860 Anaheim Ave.,Costa Mesa CA 92627
Contact:Kevin Stoddart
Email: Kevin.Stoddart@costamesa.gov
Telephone:(714)327-7561
Nicholas Guidice,CPP is the point of contact far this contract,lie will be the point of contact for the city of Orange
if awarded.
Contract: City of Moreno Valley
Address: I4331 Frederick St,Moreno Valley
Contact:Angelic Davis,MPO;Tyler Smith
Email:Angelicd@moval.org;TylerS@moval.org
Telephone:(951)413-3195/(951)413-3191
Nicholas Guidice,CPP is the point of contact for this contract,he will be the point of contact for the city of Orange
if awarded.
Contract:City of Perris
Address: 101 N. D St.,Perris,CA 92570
Contact:Josh Estrada
EmaiL•JEstrada@cityofpems.org
Phone:(951)830-8606
Nicholas Guidice,CPP is the point of contact for this contract,he will be the point of contact for the city of Orange
if awarded.
Contract:Universiry of California,Office of the President
Address: 14350 Meridian Parkway,Orange,CA 92518
Contact:Darryl Brown
Email:Darryl.brown@ucop.edu
Phone: (951)312-3209
Nicholas Guidice,CPP is the point of contact for this contract,he will be the point of contact for the city of Orange
if awarded.
Professional AfFliations:
lACLEA Group Member,Membership Type: Supporting
ASIS Securiry Member
RFP—Unarmed Sewrity Guard Services
City of Orange
Apri12,2020 Lyrms Securiry Service,I c.,PPO l26R7
Exhibit A-Page 25 of 42
Project Approach&Scope of Work
If awarded the contract,Lyons will initiate the following protocol:
1. Management/City Meeting to review the post orders,site walks,and any discrepancies that may be
present.
2. Management will initiate the hiring program(found below)
3. Managemeni will initiate the quality control program
Staffing Program
If the city wishes to modify,add,or decrease the hours specified,Lyons will adjust accordingly.Lyons Security
Service,Inc.will utilize one point of contact for the contract,to help ease the flow of information traffic.The city of
Orange will be assigned Nicholas Guidice,CPP as the Project Manager.Nicholas is an American Society for
Industrial Security(ASIS)board certified Protection Professional.AS1S is the leader in the security field worldwide
and covers various levels of certifications,standards,and guidelines for the security profession. Nicholas not only is
certified,but also mentors other individuals in field in obtaining their CPP license.Nicholas currently oversees all of
the references so we recommend asking them about his interaction,correcting deficiencies,working with program
changes as well as overall management of the contracts to gain a better of understanding of his work habits.
To coincide with the Project Manager,Lyons will provide a secondary manager to the project to help oversee all of
the activity.The Assistant Project Manager,James Clinger,will act behind the scene to assist verifying the projects
objective.
Subcontractors
Lyons Security Service,Inc.will not utilize any subcontractors for this project.
Hiring Prncess
1.Personnel Recruitment and Selection
A. ('reneral 4tatement nf A rnpoach
All guard force personnel will be required to satisfy the job description and qualifications for the
positions for which they are hired,without exception.
B. Perconnel Recruitment Program
1. Request resume of qualifications from respondents.
2. Review resumes and identify qualified candidates.
3. Conduct interviews with qualified candidates.
4. Review applications and required documentation supplied by applicants.
5. Conduct interviews with qualified candidates to verify minimum qualifications.
6. Conduct background investigations including fingerprint tests.
7. Coordinate physical exams for all qualified candidates.
8. Review standards of conduct policy with ali city contract manager-approved personnel.
9. Create employee files for all city contract manager-approved personnel.
a) Maintain original file the corporate office and available to the city contract manager upon
request.
b) Maintain a computerized roster both at the corporate office.
II. Minimum Qualifications
A. Possess a minimum 2 years'experience in security,military,and/or law enforcement.
B. Possess the necessary language proficiency as required by the contract.
C. Minimum either a highs school diploma or a General Equivalency Diploma
D. Must have a current Guard Card distributed by the BSIS
E. Possess binocular vision,correctable to 20/30(Snellen)and not color blind.
F. Be capable of hearing ordinary conversation without the benefit of a hearing aid.
G. Provide certification from a licensed physician as evidence of physical fitness.
III. Background Investigations
All guard force personnel will be required to pass a suitable background investigation,including credit
check,proof of favorable employment durina the previous three years,recommendation(s)from previous
RFP—Unarmed Securiry Guard Services
Ciry of Orange
April 2,2020 Lyons SecuriN Se vice.L c.,PPO 126R7
Exhibit A-Page 26 of 42
Project Approach&Scope of Work
superiors,a police check covering criminal and/or subversive activities,and verification of personal
residence.Such background investigations will be utilized to confirm each applicanYs information:
1. Skills
2. Qualifications
3. Performance levels
4. DMV Record retrieval for all patrol personnel
5. Customer Service History
6. Reliability
7. Communication skills
8. Fingerprint check conducted by the CA Dept.of Justice
Equipment
To ensure maximum proficiency in the program we believe the officers should be given proper equipment to
complete the tasks requested.We believe it may also be prudent to add cameras to the list of required equipment.
Cameras on the dash are used to capt re any unforeseen instances that may require video surveillance.Our patrols
units are mounted to the dashboard of the vehicle to provide video while driving.This enhancements to our security
personnel allow our customers to view exactly what our officers see as an incident occurs.
Dashcam
To coincide with cameras,we will utilize both digital check-ins as well as mobile devices.
Digital Check-Ins
At Lyons,we utilize an electronic check-in/check-out service for our officers through an application supported on all
Android and Apple products.The application allows our officers to see their schedules,confirm their schedules,
switch their schedules,see post orders for each site,as well as provide GPS capability which allows all supervisors
to see exactly where the officer is when he/she checks in and out.If an employee forgets to check-in or out,our
supervisors receive a notice within 5-minutes indicating an employee missed a check-in or out.
o .
O .._...
Mobile Devices
The appropriate securiry guard personnel(Patrol officers)will be provided a mobile device to gain quick access to
corporate office and after hour emergencies staffing for dient personneL The device will be utilized and monitored
for emergency purposes as well official security business.The mobile devices will have the Project Managers
RFP—Unarmed Security Guard Services
Ciry of Orange
Apcil 2,2020 Lyons Secu it}Se vire,Lne.,PPO 12687
Exhibit A-Page 27 of 42
Project Approach&Scope of Work
number on speed dial,local police department and fire department,as well as any numbers requested by the client
under contract agreements.
Reports
Reports are often overlooked but at Lyons Security Service,we believe they are a critical aspect in us performing
our services as they depict the live issues facing each site. So often,clients get the"all clear"reports,but at Lyons
we have a specific approach to our report writing that differentiates us from our competitors and allows our staff to
provide specific information ascertaining to our client sites.Reports may be sent automatically and daily at 5:00 AM
or after each shift,whichever the city desires.
d.....
T h
Na un•
M _
w. a
r .
N = «
u r.
r =
u r
N .
w
w wr r r
y =
4r r v r r.r
r
n n u
W r w
M ti
w. u r wrur
M s r wr Y y
M
y r
r rn u
Y
w n s r+r r
r aw
u
a.d .
Furthermore we utilize QR Codes to identify the routes of each officer.QR Codes are time-stamped and indicate
where an officer is an exact time.The codes are stickers that do not cause any damage once removed and can be
easily replaced if taken of£Furthermore,the codes are used through a mobile device and are delivered at the end of
each shift.
RFP—Unarmed Security Guard Services
City of Orange
April 2,2020 Lyon.r Security Service.G c.,PPO 116R7
Exhibit A-Page 28 of 42
Project Approach&Scope of Work
Sample:
oh. var ac. w... wnr.+wrr.. s ur
vmw .ss.Y m an.+ +tir...tiw... v i+..
ran a..w aw ...r a..r.rr rr
n n v r oa n r a rr r.. dr
non .a r m y..+ ..r.vrr
un .wr aa w..... ur..r.. o
mm rw mw nr sr r.u.r r a..
rian osr ww n.. Wwr-rr r.. or
YII1 OL/II 401 M Y \f.MMs M1 C wl
VIOi YiY OO .yw W r.YM1 ti (Yi
Y1u s rvr h w Yi.x Me r uy.
Uniform.s
All officers will be dressed in our standard uniforms that indude:Blue long or short sleeve company shirt,white t-
shirt,ID bad e,shield,black belt,navy blue pants,black shoes.
Patrol Unit
Staff will be given company-owned vehicles as deemed necessary.Vehicles will be marked on both sides of the
vehicle with our company name, logo,PPO license number,and the word"Security",vehicles will have PPO license
written on the back of the vehicle as mandated by BSIS.Vehicles will be white and have a light bar across the roof
of the vehicle and may be fitted with a PA system if necessary.All vehicles will be 2017 year additions or later as
we believe newer vehicles provide a better image to our clientele.Furthermore,our vehicles are GPS monitored,can
advise when officers go over a speed limit,allow cliendmanagement to view patrols through a web or phone portal,
and are fixed with Dash Cameras that are hard wired to video tape while cars are on.
Patrol Routes Monitoring: Speed Monitoring: Web Portal for Client:
1.
R,) . .
y .
O
F p
OhRj
o _ I li.0
0
Qualrty Control Program
Training
All newly hired guard force personnel will undergo an extensive pre-service training program of not less than 16
hours of basic training.All guard force personnel will then continue with in-service and refresher training programs
throughout the life of the contract to ensure continued quality performance.
All security will be equipped with the following training:
1. Duties and Functions of Security Guards
2. Prevention and Protection
3. Enforcement
RFP—Unarmed Security Guard Services
Ciry of Orange
April 2,2020 Lymrs Securiry Se viee.Inc,PPO 12687
Exhibit A-Page 29 of 42
Project Approach&Scope of Work
4. Special Problems
5. General Emergency Service
6. Active Shooter Response
7. Understanding Young Adult Behavior
8. Customer Service
9. Cultural Diversity
10. Self Defense/Situational Awareness
Inspections
Quality assurance inspections will be performed in order to ensure the optimum performance of guard force
personnel and adherence to all contractual requirements.The Lyons inspection system encompasses both scheduled
and unscheduled inspections,comprised of daily,weekly,and quarterly inspections.Deficiencies will be reported to
the corporate office immediately.Accordingly,subsequent corrective action shall be devised and immediately
implemented.
Inspection reports will be maintained as a permanent record and shall include a detailed account of all pertinent
information relating to each detected deficiency and subsequent corrective action:
Post Each week,the Project Manager will provide the Supervisor staff with a detailed program identifying
Inspections scheduled and unscheduled inspections to be performed.These inspections shall be performed utilizing the
required checklis[s and established filing procedures.
The Supervisor(s)will conduct a detailed inspection of each post per shift during working hours to ensure
that guards are performing their duties in accordance with the general and post orders and to ascertain the
functionality of equipment.Post inspections shall include one scheduled and one unscheduled inspection.
The Supervisor will inspect posts.Inspection reports contain,bu[are not limi[ed to:
1. Attitude and personal hygiene
2. Condition of assigned equipment
3. Condition of unifortns
4. Knowledge of general and post orders
5. Knowledge of revised and/or special orders
6. Condition and functionality of the pos[(e.g.,telephones and equipment)
7. Accuracy and completeness of post logs
Daily The Project Manager and Supervisor(s)will monitor daily operational elements of the program,including a
Inspections review of posts,activities,incidents,and log repons.
Each month,the Project Manager and Supervisor(s)will review the daily inspection reports for the previous
month and reward those individuals selected as exemplary employee(s).
Weekly Post inspections by the Supervisor will be perfonned weekly in order to ensure that guards are performing
Inspections duties in accordance with the general and post orders and to ensure that all equipment is in proper,func[ional
ordec Each week,the Supervisor will conduct one scheduled and one unscheduled detailed inspection of
each post.
The Project Manager will personally review the performance of the Supervisor weekly.
Bimonthly,the Project Manager and Supervisor will review the training needs and activities of the guard
force as well as any security-related problems or incidents.
The Supervisor will conduct a weekly review of key control,including an inspection of all keys and
combinations.
The Project Manager will also conduct weekly staff ineetings with the Supervisor(s)for the purpose of
resolving conflicts and maintaining effective lines of communication.During the staff ineetings,the Project
Manager and Supervisor(s)will evaluate performance improvement suggestions submitted by guard force
personnel.
Monthly Each month,the Project Manager will personally review key control,preparedness for emergency response,
nspections and inspect all guard force equipment.
Quarterly • Members of the Lyons management staff will conduct a detailed inspection of the guard force program each
Inspections quarter.Each inspection shall include,but is not limited to,the following:
1. Performance evaluation of the Project Manager and Supervisor.
2.A review of each post operation,to include general and post orders,familiarity of personnel with post
functions and emergency procedures,and operational expertise with special and equipment.
3. A random inspection of guard personnel to monitor the condition of uniforms and physical appearance,
and to determine the levels of aleRness,record keeping,security knowledge,job familiarity,morale,and attitude.
RFP—Unarmed Securiry Guard Services
City of Orange
April 2,2020 Lyons Security Service,lnc,PPO l26R7
Exhibit A-Page 30 of 42
Project Approach&Scope of Work
4. A detailed review with the city's contact(s)of noted deficiencies,problems,personnel issues,
improvements,and suggested modifications.
5 A review of both operational and adminis[rative records.
As Needed . Unscheduled inspections will be used at any time during the course of Ihe contract to ensure the optimum
performance of vard force personnel and compliance with all contractual requirements
RFP—Unarmed Securiry Guard Services
Ciry of Orange
April 2,2020 Lyons Secw•it}+Se vice,Lrc..PPO 1?hS7
Exhibit A-Page 31 of 42
Open Ratings
Past Performaace Evaliatiog
i i.CQMPMIY tfYERVIEW
Past Pertormance Evaluation
Primary Name: Lyons Security Service Inc. Report Date: 06-20-2016
Alternate Name: (none) Order Number 2960616
D-U-N-S:96-053-3974
Address: 2582 N Santiago Blvd
Orange,CA 92867
Telephone
Number: 7 (714)407-4850
Company Information
YearStarted: 1982
Year ot Current Control:1996
Annual Sales: 1.827,954
Total Employees: 95
SIC/Line of Business: 7381/Detective and armored car '
services
j 2.SUt P1IER PERFOIWANCE RA7IIi6S
e
The supplier's overall performance rating is an assessment of predicted performance.Ratings are on a scale from 0 to 100,where 100
represents the highest level of customer satisfaction.The SIC-level benchmark indicates how the supplier's overall performance rating
ranks in comparison against peers.
SIC/Qulntile
Overall Pertormance Rating 95 00000 Bottom Top
Overall,how satisfied do you feel about SIC: 7381/Detective and
the performance of this company during armored car
Shis transaction?services
i
Detailed Pertormance Ratings
0 25 50 75 100I,
I I I I I '
RELIABI I.ITY:
How reliably do you think this company follows through on its 9
commitments?
COST:
How closely did your final total costs correspond to your y3
expectations at the beginning of the transaction?
ORDER ACCURACY:
How well do you think the producUservice delivered matched your y,
order specifications and quantity?
DELIVERY/TIMELINESS:
How satisfied do you feel about the timeliness of the producUservice ys
delivery?
QUALITY:
How satisfied do you feel about the quality of the producUservice ys
provided by this company?
BUSINESS RELATIONS:
How easy do you think this company is to do business with? yH
PERSONNEL:
How satisfied do you feel about the attitude,courtesy.and v
professionalism of this company's staff?
CUSTOMER SUPPORT:
How satistied do you feel about the customer support you received q
from this company?
RESPONSIVENESS:
How responsive do you think this company was to information y8
requests,issues,or problems that arose in the course of the
transaction?
Past Performance Evaluation O Dun 8 Bradstreet,Inc. Page:1 of 2
Exhibit A-Page 32 of 42
Open Ratings
Past Performa'ce Eval atio'
Business Name: Lyons Security Service Inc.
D-U-N-S : 96-053-3974
Report Date : 06-20-2016
8.D3STRIBUTION UF fEEUB ACK
This supplier's ratings were based in part on survey feedback from past customers.This chart provides a breakdown ot Ihe survey ,
responses received from customers in the last 12 months.For each of the survey questions,the responses,which were provided I,
on a 0 to 70 scale,are categorized as"positive"(9 to 10),"neutral"(5 to 8),or"negative"(0 to 4).All Customer feedback is
provided confidentially;individual reference responses are not disclosed.
The percentages of responses falling into each category are shown below. I
0 25 50 75 100 ',
OVERALL PERFORMANCE
RELIABILITY i
COST
ORDER ACCURACY
DELIVERY/TIMELINESS
QUALTTY
BUSINESS RELATIONS
PERSONNEL
CUSTOMER SUPPORT
I
RESPONSIVENESS I
Positive Feedback Neutral Feedback Negative Feedback
4.C115TOMER REFERENlES StIR1lEYED
The most recent feedback obtained on this supplier came from companies in the following industries.
SIC/Line of Business:
Total number of surveys completed 8.___ _
Note:The supplier ratings set forth above incorporate the responses and performance opinions of the surveyed customer
references and not those of Dun&Bradstreet. Some references may not have provided ratings for all pertormance
aspects.
The report may not be reproduced in whole or part in any manner whatsoever.
Past Performance Evaluation OO Dun&Bradstreet,Inc. Page:2 of 2
i• D PAfI1'MENT OF 7'HE qRMYt U.B.TQTAL pRMY pEpSONN L COA MAND
Exhibit A-Pag
ALFXqNDRIA,Vqr.
O•22331-0450
p6PlY TO
7TEN7(ONOF
Nov ez 16 7a 0 l
Combat Support Cazeer Divieion
Captain Victor Riley
AMC Building (G2 Lobby)
5001 Eisenhowar Avenue
AJ.cxandr..tz, V:irgini, ?.2333_Oqq]
Dear C ptzin Itiley:
Upon my departure ae Director oF ;ecuriey and Prevost Mare haloftheU.S . Army Materiel Command, I wish to expreas myappreeiationforyourdedicationdndcommitmenttoexceZlencerhroughouGLhethreeandone-ha],f ye$x period o£ nur d8f30C.d C:1.Your expertiee and super or managerial ekflla were inetrumental inmairtiningasafeandsecureenvironmentattheHeadquarteraduringaveryturbulentperiod..
Ae Guard Force Supervieor, you wexe challengsd da'i1y with bal.ancing a myriutl of eompeting operational eff.Ciency, security,and individual employee demands. :[ am huppy L•o report that withoutexceptionyouratiefiedallrequirementsfnahimelyandreeolutcmanicr. Ypur action weze alwayo timely, iounded in Aound oeturityphlosophy, and coneisCent with current cammanc guidar_ce. buringemergencie and asaoci.ated planning, I found ypur judgement, teamspi.:it, and willingnesa to lead highly commendable. Xour atrentiontodetailanc9unwillingneaetoaccep[ nothing hort of perPectionfromyoiirsubordinateaaretrulyadmizablequalities .
Ylease accept my heartieae congratulations and eincereappreeiationforthefineworkandsupportyou nd ypur staf:fprovided. Your performance ha set a truly auperior operationalsrandardandonethatI will cazzy with me and u4e to evaluate theperfoxmanceoffuturesacurityforaeaIaupervise.
Sincexely,
r
ry „ A
c p-L
BRUCE R, CONOVEk
Colonel, Military Police
o
z
D
n1
P WYa en p y y e aopo
N V4.O
7 M
N
v
a Z f Z
x
zY < <
a e -
x J =6a] ri
i
zr
W Q y
E.,i y „ v
OO Q
O
a r
1 C C>
a.
I I V i'+ .. O O Oy V J
j a •v
G1 a ..
w
T
G z F .0 :
y a a
O
Q
a
ti
p O +.+ r
C
V
z
y a
r
a
N
U
O
a
C yzi
T - ^V V
s.
i= • Z %= .
b— .' Q i' .
Q i ^..
Y,n '.r
y
ra
z
Exhibit A-Page 35 of 42
HSDC
a wr ay ra...
ar.r.y a 4r[Mrr
Technology helping peopte' Nrnid S war K99&`
California Nealth and Numan Services Agency Data Cenier
P.G. Box 16$025
SacramenL, Ca(ifomia 95B1E
9161739-750Q
May 26, 200
Capitol Area Development Auth rif
1522 14°i Street
Sacramento, CA 95814595e
SUBJECT: LYOfJS S CURITY
To 1Nhom It May Concern:
I wouid like to take the opp rtunity to express my app eciatio for the outst2nding effoRs
of Lyons Security. In our past con?rac, Lyons provided fifteen securRy officers ai ou
headquarters location in Sacramento.
From the CEQ to the lowest ranking officer, Lyons practices excellence in everything
they do. Timely repiar,ement of officers, reiiable payroll, and proactive commurtications
with the client fop the list af the many important areas for any securRy company, and
Lyons excels in each category.
I would highly recommend Lyons to any client looking for a reliable security company.
You may call me at 916-739-7537 if you have any questions or rf you need further
details.
Sincerely,\
MICHAEL SNYDER
HHSDC Security Administrator
Fle7c
O
Do Your Part m Hdp California Save Energyp70leammoreaDoucsavingenerpy.»sit tne MHSDC wab sile at Mtp:pvn.w.hAsdc.fa.aov
w....
Exhibit A-Page 36 of 42
Central5ervices
ROSEY LLE
rchasl g
2005 Hilltop Cirde
c A i i F o R N i n Roseville,California 95747-970a
lay 29,2007
To Whom It May Concern:
I am wciting this letter of reference for Lyons Security Setvice They have piovided
unaimed secutity guazds for the City oE Roseville fo approximately eight(8)yeaTs
Initially, as guatds at oui main libtary facility, the conhact has expanded to include foui
4)different City locations, foi a current con act total of appToximately 5300,000 Lyons
was the lowest responsive bidder in June 2001,with renewals in 2002 and 2003 ?hey
were also the successful biddet of oui last secutity seivices bid in lune 2004 'I'he Ciry
excrciscd the option of ienewing the conhacts in 2005,2006 and 2007 As a esult of the
2004 bid,Lyons is providing security setvices foi Roseville ElecUic,Roseville
Coipoiation Ya d,the Roseville Water T eatment Plant,the Pleasant Grove Wastewatei
Tceatment Plant,special events and emeigency requirements
Lyons Security Service has_done a commendable job. Their guards ace polite and eage
to do whateve we ask of them 1 have absolutely no complaints with the company My
expelience has been mostly with their Sacramento offrce, specifically Robin Cheatam
Robin is one of the most accommodating individuals that T have deatt with in my 17-1/2
years with the City of Roseville. Considcring the fact that I have administered over 200
contracts annually, this is quite a compliment foc Robin He is exuemely easy to do
business with and has proactively addcessed anything that could possibly become a
concem He's definitely an asset to Lyons Secutity My expeiience with the cotporate
staff has been very positive also. I have found Lyons Secutity Service to be customer
service oiiented,an alatmingly raze amibute in today's businesses
Sincetely,
Vicky Cacson
Buyet/Putchasing
i916)77a-572G•{916)77a-573b FAX•(9t6)7745220 TDD-www rosevi ie ca us
Exhibit A-Page 37 of 42
P O Box 9U39
Salcm.Or 9730>
May Trucking Company
Novcmber 8,2U0?
To Whom lt May Concern:
Tlvs is a letter of recommendation pertairung to Lyons Securiry Service Uu.
Lyans has provided secunN services to May Tnicku g Company for t4c past fi e years at our Woodland and
Yolo drop yards. We have been very satisfied w th the services that Lyons has pro4ided.
Sincerely,
C/iy1
j
lC ' ! '-' '"+?j'- .
Angela Fors Khe
May Trucking Company
Regional Operations Manager
Exhibit A-Page 38 of 42
d•
Rocklin Police Departmenth
Mark J. Siemens, Chie/of Police
r 4080 Rodclin Road
Rodclin, CA 95677
ts s s25-aoo
pril is, 2009
Lti on's Secunty Senzce, Inc.
53''o Power Inn Road B
Sacramento, C,A. 95320
RE: Letter of Appreciation for Officer ltichard Garcia
On o4-03-2009 in the earl} morning hours, two teams of Detectives from the Rocklin Polic;eDepartment ,ere lool;ing for a suspect of a possible attempted homicide at an address patrolled b}your Securitt Serviee, i6.t7 P Street in Sacramento.
Officer Richard Garcia met Detective Farnilla and myself at this residence and assisted us with accessandinformationregardingthecomplex_ I left Officer P ichard Garcia with information on the
suspect's ehicle we were lookin for and asked him to contact us if he saw the suspec7 or his vehicle
during his patrol shift. The Detectives were searching the area around the apartment comple c for the
ehicle when we received a cail from Officer Richard Garcia, who had already found the vehicle.
This acc, sped up our Tnvesrigation,which sped up contact with the suspect, which saved Detectives at
least six m re houts we had anticipated for drdfting,authorizing,and obtaining a Judges signature foraSearhWarrantontheapartment,the suspect's vehicle and the suspect himself.
Because Officer Richard Garcia notified us +here this vehicle was, shortly-after, deteetives contacted
the suspect at his car, obtained voluntary permission to search the car, the apartment as well as takingphotographsofthesuspect. Many of the Detecti es had already been up for o er 3i hours at this time
H thout an sleep. Because of assistance pro-ided by C?fficer Richard C rcia, this case was quicl:l}brought to a close_
I Nzsh to thank O cer Richard Gar ia and rour c;ompany for the assistance in this case. Thank youeitimuch.
t e ti e Chris Spurgeon Detective Sergeant S tt Horrillo
J
L
c
r IJG Li.E E6"cSiE RI bT F,C+Gt7i4-"
Exhibit A-Page 39 of 42
Q
u...........a.e w...
sw e.l p.ry a c.rt..
Y
EC^.-ir IGqv 1',B CiRv D60(.6
h.T.^M.cJ yy'6
C'/B1r10
California Nealth and Human Services Agency Data Center
P.O 8ox 168025
Sacramenfc, Califomia 958?E
916` 739-7500
SUE3JEC7: LYONS SECURITY
To 1ti'hom I' May Concern
n+uld Gke to take the opportunfty to express my app eciatior, for the outstanding e o ts
or Lyons Secuniy. In our past cont ct, Lyons provided frfteen securi!y o`Ficers at ou
neadou2rters location in Sacramen:a.
From the CEO to the (west ranking officer, Lyons practices excellerce in eve.ryth;g
tney do. Timefy replacernent of off cers, reGable payroil, and proactive communic<s
wr.n fhe c!ien;top the list of the many important areas for any security co:rpar,y. a c
yon exceis ir each czteoory
woulr hic7iy recom-nend Lyo s to any ciient lookinq ior 2 reiiabi s cur:ty co p:4
Yo:: may ca!! ,e af 916-735-753? if}rou have any questions or :f you r:eed f;ttnE
aria:is
r,- :c. ly. .
j.
r-r'-.l S`.`':rr'.
r'.: ^''.7'?!i' -^-jiic..
fiex
y
O FR
Jc"c:.or,tc r:ei _ fro:2 wv^.el_--
iPr — r'.::S9Y(1.E.4C.'FY t'IS!1.']E^'$J ^.E S;:c c '.n'.yh^ .:G.^.
Exhibit A-Page 40 of 42
Cordova
Recreation & Park Distric[
ark Sen ices
2197 Chase DrivY
Rancho Cordova CA 9 6?(}
March 8, 2016
RE: Letter of Reference for Lyons Security Service
In 2009, Cordova Recreation and Park District contracted Lyons Security Service to provide two (2)
separate evenina security patrols throughout all existing parks within the District. They were responsibleforsecuringparkentrygatesandallparkrestroomsintheearlyeveninghoursaftersunset. In addition to
patrolling the parks, Lyons Security provided uniformed guards for special events at various CRPDfacilities. The account supervisor, Robin Cheatham, would respond professionally and courteouslywhenevertherewereneedstoaddresssecurityissues. He definitely would follow through on hiscommitments.
Should there be any further q aestions, please feel free to contact me at(916)363-0350.
Sincerely,
eral . Dobbs.CGM
Park Scrvices Superintendent
Exhibit A-Page 41 of 42
CITY OF HUNTINGTON BEACH
2000 MAIN STREET CALIFORNIA 92648
COMMUNITY SERVICES DEPARTMENT
714) 536-5486
September 18, 2019
Nicholas Guidice
Lyon's Security Service, Inc
2582 North Santiago Blvd.
Orange, CA 92867
Dear Mr. Guidice,
On behalf of the Senior Center in Central Park and the Community Services Department, I would
like to sincerely thank you for your excellent service for Dalora Clark's memorial service on
Saturday, September 14 h. We understand that the client's failure to book security services in a
timely manner caused issues with the scheduling of your guards. Rather than farce the
cancelfation of this event, we are so appreciative of your willingness to collaborate and find a
sensible solution.
By accepting this client and stepping in to work this event yourself, you demonstrated the above
and beyond customer service that the Community Services Department strives to provide to our
customers through every interaction. The Clark Family reported that they were very grateful for
your courtesy and kindness throughout the process, especially considering the sensitive nature of
this event.
Thank you for diffusing a stressful situation and helping us succeed in fulfilling our mission and
showing our customers the HB Way. We look forward to our continued partnership in the future.
Sincerely,
lJ
Marie ight
Director, Community Services Department _
a
Exhibit A-Page 42 of 42
Natalie Favela
From: Nicholas Guidice <nicholas@lyonssecurityinc.com>
Sent: Wednesday, April 15, 2020 8:59 AM
To: Natalie Favela
Subject:Re: Lyons Proposal for Park Security
New Year's Day
Martin Luther king jr
Memorial Day
4th of July
LaborDay
Veterans Day
Thanksgiving
Christmas
Regards,
Nicholas Guidice,CPP
Risk Management& Business Development
Telepho ne: 714-504-8969
Lyons Security Service, Inc.
PO Box 18955
Anaheim, CA 92817-8955
IMPORTANT NOTICE:
The information in this email (and any attachments hereto) is confidential and may be protected by legal privileges and
work product immunities. If you are not the intended recipient,you must not use or disseminate the information.
Receipt by anyone other than the intended recipient is not a waiver of any attorney-client or work product privilege. If
you have received this email in error, please immediately notify me by"Reply" command and permanently delete the
original and any copies or printouts thereof. Although this email and any attachments are believed to be free of any
virus or other defect that might affect any computer system into which it is received and opened, it is the responsibility
of the recipient to ensure that it is virus free and no responsibility is accepted by Lyons Security Service, Inc.or its
subsidiaries or affiliates either jointly or severally,for any loss or damage arising in any way from its use.
On Apr 15,2020,at 08:50, Natalie Favela <nfavela@cityoforange.org>wrote:
Hi Nick,
Can you please send us a list of the days you consider holidays?You didn't include them as part of your
proposal.
Thank you.
Natalie Favela
1
EXHIBIT "B"
PAYMENT SCHEDULE
Beneath this sheet.]
11
Compensation for LYONS SECURITY SERVICES, INC.
Park Security Services
Four-Year Term
July 1, 2020 to June 30, 2024
Year 1: 7/2020 through 6/2021 Up to $110,000
Year 2: 7/2021 through 6/2022 Up to $110,000
Year 3: 7/2022 through 6/2023 Up to $110,000
Year 4: 7/2023 through 6/2024 Up to $110,000
Exhibit 8
Page 1 of 1