PRIVATE SECURITY SERVICES JUCO WORLD SERIES

expired opportunity(Expired)
From: Grand Junction(City)
5007-22-SH

Basic Details

started - 03 Feb, 2022 (about 2 years ago)

Start Date

03 Feb, 2022 (about 2 years ago)
due - 16 Mar, 2022 (about 2 years ago)

Due Date

16 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
5007-22-SH

Identifier

5007-22-SH
City of Grand Junction

Customer / Agency

City of Grand Junction
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

- 1 - Request for Proposal RFP-5007-22-SH PRIVATE SECURITY SERVICES JUCO WORLD SERIES RESPONSES DUE: March 16, 2022 prior to 2:30 P.M. Accepting Electronic Responses Only Submitted Through the Rocky Mountain E-Purchasing System (RMEPS) www.bidnetdirect.com/colorado (Purchasing Representative does not have access or control of the vendor side of RMEPS. If website or other problems arise during response submission, vendor MUST contact RMEPS to resolve issue prior to the response deadline. 800-835-4603) NOTE: All City solicitation openings will continue to be held virtually. See Section 1.6 for details. PURCHASING REPRESENTATIVE: Susan Hyatt, Senior Buyer susanh@gjcity.org 970-244-1513 This solicitation has been developed specifically for a Request for Proposal intended to solicit competitive responses for this solicitation, and may not be the same as
previous City of Grand Junction solicitations. All offerors are urged to thoroughly review this solicitation prior to submitting. Submittal by FAX, EMAIL or HARD COPY IS NOT ACCEPTABLE for this solicitation. http://www.bidnetdirect.com/colorado mailto:susanh@gjcity.org - 2 - REQUEST FOR PROPOSAL TABLE OF CONTENTS Section 1.0 Administrative Information and Conditions for Submittal 2.0 General Contract Terms and Conditions 3.0 Insurance Requirements 4.0 Specifications/Scope of Services 5.0 Preparation and Submittal of Proposals 6.0 Evaluation Criteria and Factors 7.0 Solicitation Response Form - 3 - REQUEST FOR PROPOSAL SECTION 1.0: ADMINISTRATIVE INFORMATION & CONDITIONS FOR SUBMITTAL NOTE: It is the Firm’s responsibility to read and review all solicitation documentation in its entirety, and to ensure that they have a clear and complete understanding of not only the scope, specifications, project requirements, etc., but also all other requirements, instructions, rules, regulations, laws, conditions, statements, procurement policies, etc. that are associated with the solicitation process and project/services being solicited. 1.1 Issuing Office: This Request for Proposal (RFP) is issued by the City of Grand Junction. All contact regarding this RFP is directed to: RFP QUESTIONS: Susan Hyatt, Senior Buyer susanh@gjcity.org The City would like to remind all Firms, Sub-Firms, Vendors, Suppliers, Manufacturers, Service Providers, etc. that (with the exception of Pre-Bid or Site Visit Meetings) all questions, inquiries, comments, or communication pertaining to any formal solicitation (whether process, specifications, scope, etc.) must be directed (in writing) to the Purchasing Agent assigned to the project, or Purchasing Division. Direct communication with the City assigned Project Managers/Engineers is not appropriate for public procurement, and may result in disqualification. 1.2 Purpose: The purpose of this RFP is to obtain proposals from qualified professional firms or individuals to provide unarmed Security Services for the Junior College World Series (JUCO). 1.3 The Owner: The Owner is the City of Grand Junction, Colorado and is referred to throughout this Solicitation. The term Owner means the Owner or his authorized representative. 1.4 Compliance: All participating Offerors, by their signature hereunder, shall agree to comply with all conditions, requirements, and instructions of this RFP as stated or implied herein. Should the Owner omit anything from this packet which is necessary to the clear understanding of the requirements, or should it appear that various instructions are in conflict, the Offeror(s) shall secure instructions from the Purchasing Division prior to the date and time of the submittal deadline shown in this RFP. 1.5 Procurement Process: Procurement processes shall be governed by the most current version of the City of Grand Junction Purchasing Policy and Procedure Manual. 1.6 Submission: Each proposal shall be submitted in electronic format only, and only through the Rocky Mountain E-Purchasing (BidNet Colorado) website, www.bidnetdirect.com/colorado. The uploaded response shall be a single PDF document with all required information included. This site offers both “free” and “paying” registration options that allow for full access of the Owner’s documents and for electronic submission of proposals. (Note: “free” registration may take up to 24 hours to mailto:susanh@gjcity.org http://trimview.gjcity.org/?=PROC/325 http://www.bidnetdirect.com/colorado - 4 - process. Please Plan accordingly.) Please view our “Electronic Vendor Registration Guide” at http://www.gjcity.org/501/Purchasing-Bids for details. (Purchasing Representative does not have access or control of the vendor side of RMEPS. If website or other problems arise during response submission, vendor MUST contact RMEPS to resolve issue prior to the response deadline. 800-835-4603). Please join the virtual opening for Private Security Services for the JUCO World Series from your computer, tablet or smartphone. https://meet.goto.com/196139749 You can also dial in using your phone. United States: +1 (571) 317-3122 Access Code: 196-139-749 1.7 Altering Proposals: Any alterations made prior to opening date and time must be initialed by the signer of the proposal, guaranteeing authenticity. Proposals cannot be altered or amended after submission deadline. 1.8 Withdrawal of Proposal: A proposal must be firm and valid for award and may not be withdrawn or canceled by the Offeror for sixty (60) days following the submittal deadline date, and only prior to award. The Offeror so agrees upon submittal of their proposal. After award this statement is not applicable. 1.9 Acceptance of Proposal Content: The contents of the proposal of the successful Offeror shall become contractual obligations if acquisition action ensues. Failure of the successful Offeror to accept these obligations in a contract shall result in cancellation of the award and such vendor shall be removed from future solicitations. 1.10 Addenda: All questions shall be submitted in writing to the appropriate person as shown in Section 1.1. Any interpretations, corrections and changes to this RFP or extensions to the opening/receipt date shall be made by a written Addendum to the RFP by the City. Sole authority to authorize addenda shall be vested in the City of Grand Junction Purchasing Representative. Addenda will be issued electronically through the Rocky Mountain E-Purchasing website at www.bidnetdirect.com/colorado and on the City’s website at www.gjcity.org/501/Purchasing/Bids . Offerors shall acknowledge receipt of all addenda in their proposal. 1.11 Exceptions and Substitutions: All proposals meeting the intent of this RFP shall be considered for award. Offerors taking exception to the specifications shall do so at their own risk. The Owner reserves the right to accept or reject any or all substitutions or alternatives. When offering substitutions and/or alternatives, Offeror must state these exceptions in the section pertaining to that area. Exception/substitution, if accepted, must meet or exceed the stated intent and/or specifications. The absence of such a list shall indicate that the Offeror has not taken exceptions, and if awarded a contract, shall hold the Offeror responsible to perform in strict accordance with the specifications or scope of services contained herein. http://www.gjcity.org/501/Purchasing-Bids https://meet.goto.com/196139749 tel:+15713173122,,196139749 http://www.bidnetdirect.com/colorado http://www.gjcity.org/501/Purchasing/Bids - 5 - 1.12 Confidential Material: All materials submitted in response to this RFP shall ultimately become public record and shall be subject to inspection after contract award. “Proprietary or Confidential Information” is defined as any information that is not generally known to competitors and which provides a competitive advantage. Unrestricted disclosure of proprietary information places it in the public domain. Only submittal information clearly identified with the words “Confidential Disclosure” and uploaded as a separate document shall establish a confidential, proprietary relationship. Any material to be treated as confidential or proprietary in nature must include a justification for the request. The request shall be reviewed and either approved or denied by the Owner. If denied, the proposer shall have the opportunity to withdraw its entire proposal, or to remove the confidential or proprietary restrictions. Neither cost nor pricing information nor the total proposal shall be considered confidential or proprietary. 1.13 Response Material Ownership: All proposals become the property of the Owner upon receipt and shall only be returned to the proposer at the Owner’s option. Selection or rejection of the proposal shall not affect this right. The Owner shall have the right to use all ideas or adaptations of the ideas contained in any proposal received in response to this RFP, subject to limitations outlined in the entitled “Confidential Material”. Disqualification of a proposal does not eliminate this right. 1.14 Minimal Standards for Responsible Prospective Offerors: A prospective Offeror must affirmably demonstrate their responsibility. A prospective Offeror must meet the following requirements. • Have adequate financial resources, or the ability to obtain such resources as required. • Be able to comply with the required or proposed completion schedule. • Have a satisfactory record of performance. • Have a satisfactory record of integrity and ethics. • Be otherwise qualified and eligible to receive an award and enter into a contract with the Owner. 1.15 Open Records: Proposals shall be received and publicly acknowledged at the location, date, and time stated herein. Offerors, their representatives and interested persons may be present. Proposals shall be received and acknowledged only so as to avoid disclosure of process. However, all proposals shall be open for public inspection after the contract is awarded. Trade secrets and confidential information contained in the proposal so identified by offer as such shall be treated as confidential by the Owner to the extent allowable in the Open Records Act. 1.16 Sales Tax: The Owner is, by statute, exempt from the State Sales Tax and Federal Excise Tax; therefore, all fees shall not include taxes. 1.17 Public Opening: Proposals shall be opened virtually immediately following the proposal deadline. Offerors, their representatives and interested persons may attend virtually. See Section 1.6 for details. Only the names and locations on the proposing firms will be disclosed. - 6 - SECTION 2.0: GENERAL CONTRACT TERMS AND CONDITIONS 2.1. Acceptance of RFP Terms: A proposal submitted in response to this RFP shall constitute a binding offer. Acknowledgment of this condition shall be indicated on the Letter of Interest or Cover Letter by the autographic signature of the Offeror or an officer of the Offeror legally authorized to execute contractual obligations. A submission in response to the RFP acknowledges acceptance by the Offeror of all terms and conditions including compensation, as set forth herein. An Offeror shall identify clearly and thoroughly any variations between its proposal and the Owner’s RFP requirements. Failure to do so shall be deemed a waiver of any rights to subsequently modify the terms of performance, except as outlined or specified in the RFP. 2.2. Execution, Correlation, Intent, and Interpretations: The Contract Documents shall be signed by the Owner and Firm. By executing the contract, the Firm represents that they have familiarized themselves with the local conditions under which the Services is to be performed, and correlated their observations with the requirements of the Contract Documents. The Contract Documents are complementary, and what is required by any one, shall be as binding as if required by all. The intention of the documents is to include all labor, materials, equipment, services and other items necessary for the proper execution and completion of the scope of services as defined in the technical specifications and drawings contained herein. All drawings, specifications and copies furnished by the Owner are, and shall remain, Owner property. They are not to be used on any other project. 2.3. Permits, Fees, & Notices: The Firm shall secure and pay for all permits, governmental fees and licenses necessary for the proper execution and completion of the services. The Firm shall give all notices and comply with all laws, ordinances, rules, regulations and orders of any public authority bearing on the performance of the services. If the Firm observes that any of the Contract Documents are at variance in any respect, he shall promptly notify the Owner in writing, and any necessary changes shall be adjusted by approximate modification. If the Firm performs any services knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner, he shall assume full responsibility and shall bear all costs attributable. 2.4. Responsibility for those Performing the Services: The Firm shall be responsible to the Owner for the acts and omissions of all his employees and all other persons performing any of the services under a contract with the Firm. 2.5. Payment & Completion: The Contract Sum is stated in the Contract and is the total amount payable by the Owner to the Firm for the performance of the services under the Contract Documents. Upon receipt of written notice that the services is ready for final inspection and acceptance and upon receipt of application for payment, the Owner’s Project Manager will promptly make such inspection and, when they find the services acceptable under the Contract Documents and the Contract fully performed, the Owner shall make payment in the manner provided in the Contract Documents. Partial payments will be based upon estimates, prepared by the Firm, of the value of services performed and materials placed in accordance with the Contract Documents. The services performed by Firm shall be in accordance with generally accepted professional practices and the level of competency presently maintained by other practicing professional firms in the same or similar type of services in the applicable community. The services and services to be performed by - 7 - Firm hereunder shall be done in compliance with applicable laws, ordinances, rules and regulations. 2.6. Protection of Persons & Property: The Firm shall comply with all applicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Firm shall erect and maintain, as required by existing safeguards for safety and protection, and all reasonable precautions, including posting danger signs or other warnings against hazards promulgating safety regulations and notifying owners and users of adjacent utilities. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct by the Firm in the execution of the services, or in consequence of the non-execution thereof by the Firm, they shall restore, at their own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or it shall make good such damage or injury in an acceptable manner. 2.7. Changes in the Services: The Owner, without invalidating the contract, may order changes in the services within the general scope of the contract consisting of additions, deletions or other revisions. All such changes in the services shall be authorized by Change Order/Amendment and shall be executed under the applicable conditions of the contract documents. A Change Order/Amendment is a written order to the Firm signed by the Owner issued after the execution of the contract, authorizing a change in the services or an adjustment in the contract sum or the contract time. 2.8. Minor Changes in the Services: The Owner shall have authority to order minor changes in the services not involving an adjustment in the contract sum or an extension of the contract time and not inconsistent with the intent of the contract documents. 2.9. Uncovering & Correction of Services: The Firm shall promptly correct all services found by the Owner as defective or as failing to conform to the contract documents. The Firm shall bear all costs of correcting such rejected services, including the cost of the Owner’s additional services thereby made necessary. The Owner shall give such notice promptly after discover of condition. All such defective or non-conforming services under the above paragraphs shall be removed from the site where necessary and the services shall be corrected to comply with the contract documents without cost to the Owner. 2.10. Acceptance Not Waiver: The Owner's acceptance or approval of any services furnished hereunder shall not in any way relieve the proposer of their present responsibility to maintain the high quality, integrity and timeliness of his services. The Owner's approval or acceptance of, or payment for, any services shall not be construed as a future waiver of any rights under this Contract, or of any cause of action arising out of performance under this Contract. 2.11. Change Order/Amendment: No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All amendments to the contract shall be made in writing by the Owner. 2.12. Assignment: The Offeror shall not sell, assign, transfer or convey any contract resulting from this RFP, in whole or in part, without the prior written approval from the Owner. - 8 - 2.13. Compliance with Laws: Proposals must comply with all Federal, State, County and local laws governing or covering this type of service and the fulfillment of all ADA (Americans with Disabilities Act) requirements. Firm hereby warrants that it is qualified to assume the responsibilities and render the services described herein and has all requisite corporate authority and professional licenses in good standing, required by law. 2.14. Debarment/Suspension: The Firm herby certifies that the Firm is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Governmental department or agency. 2.15. Confidentiality: All information disclosed by the Owner to the Offeror for the purpose of the services to be done or information that comes to the attention of the Offeror during the course of performing such services is to be kept strictly confidential. 2.16. Conflict of Interest: No public official and/or Owner employee shall have interest in any contract resulting from this RFP. 2.17. Contract: This Request for Proposal, submitted documents, and any negotiations, when properly accepted by the Owner, shall constitute a contract equally binding between the Owner and Offeror. The contract represents the entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral, including the Proposal documents. The contract may be amended or modified with Change Orders, Field Orders, or Amendment. 2.18. Project Manager/Administrator: The Project Manager, on behalf of the Owner, shall render decisions in a timely manner pertaining to the services proposed or performed by the Offeror. The Project Manager shall be responsible for approval and/or acceptance of any related performance of the Scope of Services. 2.19. Contract Termination: This contract shall remain in effect until any of the following occurs: (1) contract expires; (2) completion of services; (3) acceptance of services or, (4) for convenience terminated by either party with a written Notice of Cancellation stating therein the reasons for such cancellation and the effective date of cancellation at least thirty days past notification. 2.20. Employment Discrimination: During the performance of any services per agreement with the Owner, the Offeror, by submitting a Proposal, agrees to the following conditions: 2.20.1. The Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability, citizenship status, marital status, veteran status, sexual orientation, national origin, or any legally protected status except when such condition is a legitimate occupational qualification reasonably necessary for the normal operations of the Offeror. The Offeror agrees to post in conspicuous places, visible to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. - 9 - 2.20.2. The Offeror, in all solicitations or advertisements for employees placed by or on behalf of the Offeror, shall state that such Offeror is an Equal Opportunity Employer. 2.20.3. Notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 2.21. Immigration Reform and Control Act of 1986 and Immigration Compliance: The Offeror certifies that it does not and will not during the performance of the contract employ illegal alien services or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986 and/or the immigration compliance requirements of State of Colorado C.R.S. § 8-17.5-101, et.seq. (House Bill 06-1343). 2.22. Ethics: The Offeror shall not accept or offer gifts or anything of value nor enter into any business arrangement with any employee, official, or agent of the Owner. 2.23. Failure to Deliver: In the event of failure of the Offeror to deliver services in accordance with the contract terms and conditions, the Owner, after due oral or written notice, may procure the services from other sources and hold the Offeror responsible for any costs resulting in additional purchase and administrative services. This remedy shall be in addition to any other remedies that the Owner may have. 2.24. Failure to Enforce: Failure by the Owner at any time to enforce the provisions of the contract shall not be construed as a waiver of any such provisions. Such failure to enforce shall not affect the validity of the contract or any part thereof or the right of the Owner to enforce any provision at any time in accordance with its terms. 2.25. Force Majeure: The Offeror shall not be held responsible for failure to perform the duties and responsibilities imposed by the contract due to legal strikes, fires, riots, rebellions, and acts of God beyond the control of the Offeror, unless otherwise specified in the contract. 2.26. Indemnification: Offeror shall defend, indemnify and save harmless the Owner and all its officers, employees, insurers, and self-insurance pool, from and against all liability, suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the Offeror, or of any Offeror’s agent, employee, sub-Firm or supplier in the execution of, or performance under, any contract which may result from proposal award. Offeror shall pay any judgment with cost which may be obtained against the Owner growing out of such injury or damages. 2.27. Independent Firm: The Offeror shall be legally considered an Independent Firm and neither the Firm nor its employees shall, under any circumstances, be considered servants or agents of the Owner. The Owner shall be at no time legally responsible for any negligence or other wrongdoing by the Firm, its servants, or agents. The Owner shall not withhold from the contract payments to the Firm any federal or state unemployment taxes, federal or state income taxes, Social Security Tax or any other amounts for benefits to the Firm. Further, the Owner shall not provide to the Firm any insurance coverage or other benefits, including Workers' Compensation, normally provided by the Owner for its employees. - 10 - 2.28. Nonconforming Terms and Conditions: A proposal that includes terms and conditions that do not conform to the terms and conditions of this Request for Proposal is subject to rejection as non-responsive. The Owner reserves the right to permit the Offeror to withdraw nonconforming terms and conditions from its proposal prior to a determination by the Owner of non-responsiveness based on the submission of nonconforming terms and conditions. 2.29. Ownership: All plans, prints, designs, concepts, etc., shall become the property of the Owner. 2.30. Oral Statements: No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in this document and/or resulting agreement. All modifications to this request and any agreement must be made in writing by the Owner. 2.31. Patents/Copyrights: The Offeror agrees to protect the Owner from any claims involving infringements of patents and/or copyrights. In no event shall the Owner be liable to the Offeror for any/all suits arising on the grounds of patent(s)/copyright(s) infringement. Patent/copyright infringement shall null and void any agreement resulting from response to this RFP. 2.32. Venue: Any agreement as a result of responding to this RFP shall be deemed to have been made in, and shall be construed and interpreted in accordance with, the laws of the City of Grand Junction, Mesa County, Colorado. 2.33. Expenses: Expenses incurred in preparation, submission and presentation of this RFP are the responsibility of the company and cannot be charged to the Owner. 2.34. Sovereign Immunity: The Owner specifically reserves its right to sovereign immunity pursuant to Colorado State Law as a defense to any action arising in conjunction to this agreement. 2.35. Public Funds/Non-Appropriation of Funds: Funds for payment have been provided through the Owner’s budget approved by the City Council/Board of County Commissioners for the stated fiscal year only. State of Colorado statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the stated Owner’s fiscal year shall be subject to budget approval. Any contract will be subject to and must contain a governmental non-appropriation of funds clause. 2.36. Collusion Clause: Each Offeror by submitting a proposal certifies that it is not party to any collusive action or any action that may be in violation of the Sherman Antitrust Act. Any and all proposals shall be rejected if there is evidence or reason for believing that collusion exists among the proposers. The Owner may or may not, at the discretion of the Owner Purchasing Representative, accept future proposals for the same service or commodities for participants in such collusion. 2.37. Gratuities: The Firm certifies and agrees that no gratuities or kickbacks were paid in connection with this contract, nor were any fees, commissions, gifts or other considerations - 11 - made contingent upon the award of this contract. If the Firm breaches or violates this warranty, the Owner may, at their discretion, terminate this contract without liability to the Owner. 2.38. Performance of the Contract: The Owner reserves the right to enforce the performance of the contract in any manner prescribed by law or deemed to be in the best interest of the Owner in the event of breach or default of resulting contract award. 2.39. Benefit Claims: The Owner shall not provide to the Offeror any insurance coverage or other benefits, including Worker’s Compensation, normally provided by the Owner for its employees. 2.40. Default: The Owner reserves the right to terminate the contract in the event the Firm fails to meet delivery or completion schedules, or otherwise perform in accordance with the accepted proposal. Breach of contract or default authorizes the Owner to purchase like services elsewhere and charge the full increase in cost to the defaulting Offeror. 2.41. Multiple Offers: If said proposer chooses to submit more than one offer, THE ALTERNATE OFFER must be clearly marked “Alternate Proposal”. The Owner reserves the right to make award in the best interest of the Owner. 2.42. Cooperative Purchasing: Purchases as a result of this solicitation are primarily for the Owner. Other governmental entities may be extended the opportunity to utilize the resultant contract award with the agreement of the successful provider and the participating agencies. All participating entities will be required to abide by the specifications, terms, conditions and pricings established in this Proposal. The quantities furnished in this proposal document are for only the Owner. It does not include quantities for any other jurisdiction. The Owner will be responsible only for the award for our jurisdiction. Other participating entities will place their own awards on their respective Purchase Orders through their purchasing office or use their purchasing card for purchase/payment as authorized or agreed upon between the provider and the individual entity. The Owner accepts no liability for payment of orders placed by other participating jurisdictions that choose to piggy-back on our solicitation. Orders placed by participating jurisdictions under the terms of this solicitation will indicate their specific delivery and invoicing instructions. 2.43. Definitions: 2.43.1. “Offeror” and/or “Proposer” refers to the person or persons legally authorized by the Consultant to make an offer and/or submit a response (fee) proposal in response to the Owner’s RFP. 2.43.2. The term “Services” includes all labor, materials, equipment, and/or services necessary to produce the requirements of the Contract Documents. 2.43.3. “Firm” is the person, organization, firm or consultant identified as such in the Agreement and is referred to throughout the Contract Documents. The term Firm means the Firm or his authorized representative. The Firm shall carefully study and compare the Scope of Services, Addenda and Modifications and shall at once report to the Owner any error, inconsistency or omission he may discover. Firm shall not be liable to the Owner for any damage resulting from such errors, inconsistencies or omissions. The Firm shall not commence services without clarifying Drawings, Specifications, or Interpretations. - 12 - 2.43.4. “Sub-Contractor is a person or organization who has a direct contract with the Firm to perform any of the services at the site. The term Sub-Firm is referred to throughout the contract documents and means a Sub-Contractor or his authorized representative. 2.44. Public Disclosure Record: If the Proposer has knowledge of their employee(s) or sub- proposers having an immediate family relationship with an Owner employee or elected official, the proposer must provide the Purchasing Representative with the name(s) of these individuals. These individuals are required to file an acceptable “Public Disclosure Record”, a statement of financial interest, before conducting business with the Owner. - 13 - SECTION 3.0: INSURANCE REQUIREMENTS 3.1 Insurance Requirements: The selected Firm agrees to procure and maintain, at its own cost, policy(s) of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by the Firm pursuant to this Section. Such insurance shall be in addition to any other insurance requirements imposed by this Contract or by law. The Firm shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to this Section by reason of its failure to procure or maintain insurance in sufficient amounts, durations, or types. Firm shall procure and maintain and, if applicable, shall cause any Sub-Firm of the Firm to procure and maintain insurance coverage listed below. Such coverage shall be procured and maintained with forms and insurers acceptable to The Owner. All coverage shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Firm pursuant to this Section. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. Minimum coverage limits shall be as indicated below unless specified otherwise in the Special Conditions: (a) Worker Compensation: Firm shall comply with all State of Colorado Regulations concerning Workers’ Compensation insurance coverage. (b) General Liability insurance with minimum combined single limits of: ONE MILLION DOLLARS ($1,000,000) each occurrence and ONE MILLION DOLLARS ($1,000,000) per job aggregate. The policy shall be applicable to all premises, products and completed operations. The policy shall include coverage for bodily injury, broad form property damage (including completed operations), personal injury (including coverage for contractual and employee acts), blanket contractual, products, and completed operations. The policy shall include coverage for explosion, collapse, and underground (XCU) hazards. The policy shall contain a severability of interests provision. (c) Comprehensive Automobile Liability insurance with minimum combined single limits for bodily injury and property damage of not less than: ONE MILLION DOLLARS ($1,000,000) each occurrence and ONE MILLION DOLLARS ($1,000,000) aggregate (d) Professional Liability & Errors and Omissions Insurance policy with a minimum of: ONE MILLION DOLLARS ($1,000,000) per claim This policy shall provide coverage to protect the Firm against liability incurred as a result of the professional services performed as a result of responding to this Solicitation. With respect to each of Consultant's owned, hired, or non-owned vehicles assigned to be used in performance of the Services. The policy shall contain a severability of interests provision. - 14 - 3.2 Additional Insured Endorsement: The policies required by paragraphs (b), and (c) above shall be endorsed to include the Owner and the Owner’s officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the Owner, its officers, or its employees, or carried by or provided through any insurance pool of the Owner, shall be excess and not contributory insurance to that provided by Firm. The Firm shall be solely responsible for any deductible losses under any policy required above. - 15 - SECTION 4.0: SPECIFICATIONS/SCOPE OF SERVICES 4.1. General/Background: The Grand Junction Police Department is seeking Proposals from Private Security Companies to provide unarmed professional security services and parking/traffic assistance as required and necessary for the Junior College World Series (JUCO) Baseball Tournament. The City of Grand Junction is a co-host of the Junior College World Series Baseball Tournament each year. The tournament will last approximately one week. Please refer to the attached Tournament Bracket. It is estimated a night game attendance averages from 7,000 – 11,000 people. 4.2. Pricing: For comparison purposes, Proposers shall assume the estimated hours for this program as listed on the Response Form. The hours listed are the City’s current approximate requirements used for quoting purposes. Actual hours shall be adjusted as required to perform the job. The City of Grand Junction will neither be obligated by nor restricted to these hours. Fees, permits, licenses, travel time, meals, lunchtime, or any other additional charges will not be accepted or paid. 4.3. Contract: Contract will commence upon award. The awarded contractor and the City covenant and agree that this Proposal or subsequent contract may, upon mutual agreement of the supplier and the City, be extended under the terms and conditions of the contract for three (3) additional one (1) year contract periods, contingent upon the applicable fiscal year funding. 4.4. Scope: Following are general guidelines that will be expected of the Private Security Company awarded contract services for the 2022 JUCO Baseball Tournament, from May 28th through June 4th, held at Suplizio Baseball Field, Grand Junction, CO. 4.4.1. Security personnel shall communicate and coordinate with the assigned GJPD Operations Sergeant and Commanding Officer as assigned to identify, prevent and resolve any developing issues or problems affecting the safety, security and overall enjoyment of the event by the participants, fans, staff and security personnel, private and sworn alike. 4.4.2. JUCO is a high-profile community event and as such all security officers are expected to dress, look and behave in a professional manner. Rude or unprofessional behavior will not be tolerated and could lead to the termination of the security contract. Easily recognizable uniforms are required for a professional appearance. 4.4.3. Security officers working the JUCO Tournament are assigned to augment the sworn uniformed police force. 4.4.4. The security officers assigned to the 2022 JUCO Tournament will be deployed as follows: 4.4.4.1. Night Security Private Security will provide one officer to monitor activity at the ballpark from 2100 hours through 0700 hours beginning on Friday, May 27, 2022 and - 16 - continuing throughout the duration of the tournament. This position will no longer be needed after the final championship game is completed. This security officer’s responsibility will include the vigilant observation of the area for any criminal activity such as theft, trespass or criminal mischief. Any suspicious activity should be reported to the Grand Junction Police Department as soon as possible. Private Security will be issued a police radio for use during this assignment. This security post will have a radio call sign on the Grand Junction Police Department’s primary radio frequency of “Security One”. At the beginning of the security officer’s shift, it will be their responsibility to notify dispatch they are on duty. The terminology to be used is “Security One is on duty”. At 0700 hours the security officer should call off duty utilizing similar terminology. Dispatch may periodically check on the security officer’s status by saying over the air “Security One, radio check”. If the security officer is ok, they should respond by saying “Security One, Code 4”. If a problem is observed or the security officer needs assistance, they should use the issued radio to call for assistance. The proper way of talking on the radio would be to initiate the contact by saying “Security One”. Once dispatch acknowledges the call, the security officer should clearly and concisely state in plain English the problem and wait for instructions from dispatch or a patrol supervisor. Please be as brief as possible as available airtime is very limited. 4.4.4.2. All Games in General (12 positions) 1 security officer assigned to the north parking (reserved parking) lot. [Area marked with red 1 on attached map.] 1 security officer assigned to the south parking lot/Lincoln Park Barn (reserved parking) area. [Area marked with red 2 on attached map.] 1 security officer assigned to the south stadium entrance gate to observe and assist as needed with bag, cooler, container checks/searches. See Section 4.4.8 for further clarification. [Area marked with red 3 on attached map.] 1 security officer assigned to the north stadium entrance gate to observe and assist as needed with bag, cooler, container checks/searches. See Section 4.4.8 for further clarification. [Area marked with red 4 on attached map.] 1 security officer assigned to the east outfield stadium entrance gate to observe and assist as needed with bag, cooler, container checks/searches. See Section 4.4.8 for further clarification. [Area marked with red 5 on attached map.] 1 security officer assigned to the south entrance/exit area (guest liaison/ exit only control). [Area marked with red 6 on attached map.] - 17 - 1 security officer assigned to the south of right field fence parking area to monitor and control designated media parking area. [Area marked with red 7 on attached map.] 1 security officer assigned to monitor and control the designated team buses parking area. [Area marked with red 8 on attached map.] 1 security officer assigned along the 1st baseline gate to monitor and control authorized field access. [Area marked with red 9 on attached map.] 1 security officer assigned along the 3rd baseline bleachers and field access point for crowd control and to monitor and control authorized field access. [Area marked with red 10 on attached map.] 1 security supervisor assigned to the home plate/commissioners box access area for crowd control and to monitor and control authorized field access, in addition to providing supervision to security personnel assigned and being able to respond to any other areas or situations as needed. [Area marked with red 11 on attached map.] 1 security supervisor providing overall operational command to security staff and acting as liaison with assigned GJPD command/supervision and JUCO Committee Members. 4.4.5. The expected arrival time of Security officers is contingent upon their particular assignment in correlation to when the first game of each day begins. Security coverage shall continue to be provided between games and any separations between scheduled day and night games. Departure times are contingent upon when the final game ends and when traffic/pressure from the parking lot area has receded. From time to time, rain delays occur disrupting the game schedule. Security personnel need to be flexible and able to accommodate unexpected delays or lengthy games. A daily “security demands” schedule is attached depicting personnel demands, resource deployment and expected time frames of arrival and “general” end of duty times in Section 7, Response Form. 4.4.6. The Security Company shall provide two supervisors on scene at all times during the tournament. These two supervisors are considered part of the 12 Officers needed/listed in Section 4.4.4.2. 4.4.7. Security officers should take no enforcement action except under extreme circumstances. Should a security officer feel enforcement action is necessary, they should request a uniform patrol officer respond to their location. 4.4.8. Security personnel should refrain from searching any patrons or their belongings unless otherwise requested to do so on a limited basis to assist volunteer staff normally tasked with that responsibility. Should a patron refuse to allow JUCO staff to look in their coolers, large garments, back packs or any other container or item capable of carrying illegal, prohibited, or banned items they will ordinarily be denied admittance to the park. The decision to allow or ban entry of any particular patron(s) is the responsibility of the admissions gate personnel or other authorized JUCO Staff Members. Security will be asked to assist in enforcing their decision. Security - 18 - Personnel are required to attend the same training as Volunteer Staff regarding gate searches and/or search of patrons. 4.4.9. Should questions arise as to what actions private security should take, or refrain from taking, requesting assistance and direction from the Operations Commander or Sergeant assigned to the event is recommended. In their absence, contacting an assigned officer to the event and after that, accessing the 911 system if they are not available. 4.4.10. If Security staff experiences any difficulty with this or any of these guidelines, please contact the assigned GJPD Operations Sergeant or Commanding Officer as soon as possible. 4.5 RFP Tentative Time Schedule: • Request for Proposal available on or about: February 18, 2022 • Inquiry deadline, no questions after this date: March 4, 2022 • Addendum Posted: March 9, 2022 • Submittal deadline for proposals: March 16, 2022 • City evaluation of proposals: March 17-23, 2022 • Award in place for pre-planning April 1, 2022 4.6 Questions Regarding Scope of Services: Susan Hyatt., Senior Buyer susanh@gjcity.org mailto:susanh@gjcity.org - 19 - SECTION 5.0: PREPARATION AND SUBMITTAL OF PROPOSALS Submission: Each proposal shall be submitted in electronic format only through the BidNet website, www.bidnetdirect.com/colorado. This site offers both “free” and “paying” registration options that allow for full access of the City’s documents and for electronic submission of proposals. (Note: “free” registration may take up to 24 hours to process. Please Plan accordingly.) (Purchasing Representative does not have access or control of the vendor side of RMEPS. If website or other problems arise during response submission, vendor MUST contact RMEPS to resolve issue prior to the response deadline; 800-835-4603). For proper comparison and evaluation, the City requests that proposals be formatted as directed. The uploaded response to this RFP shall be a single PDF document with all required information included. Offerors are required to indicate their interest in this Project, show their specific experience and address their capability to perform the Scope of Services in the Time Schedule as set forth herein. For proper comparison and evaluation, the City requires that proposals be formatted A to F. A. Cover Letter: Cover letter shall be provided which explains the Firm’s interest in the project. The letter shall contain the name/address/phone number/email of the person who will serve as the firm's principal contact person with City’s Contract Administrator and shall identify individual(s) who will be authorized to make presentations on behalf of the firm. The statement shall bear the signature of the person having proper authority to make formal commitments on behalf of the firm. By submitting a response to this solicitation, the Firm agrees to all requirements herein. B. Experience: Proposers shall provide their qualifications for consideration as a Private Security Firm to become a contract provider to the City of Grand Junction. C. Personnel/Qualifications: Proposers shall provide information regarding Qualifications and Abilities of those performing this contract. 1. Provide resumés for staff who will be undertaking substantial work on this project. a. Resumés should depict which individuals are certified security guards and/or qualified supervisors. b. Resumés should demonstrate the individuals possess training and experience as described in this RFP. D. Strategy and Implementation: Describe your (the firm’s) interpretation of the City’s objectives regarding this RFP. Describe the proposed strategy and/or plan for achieving the objectives of this RFP. The Firm may utilize a written narrative or any other printed technique to demonstrate their ability to satisfy the Scope of Services. 1. Provide a detailed approach for how the company will complete the scope of work. Explain how your firm provides quality customer service. 2. Demonstrate that the company understands the work to be completed and adherence with all specifications. 3. Describe the company’s capacity and ability to meet the project’s goals and timelines. E. References: A minimum of three (e) references that can attest to your experience in projects of similar scope and size. Please also summarize the projects completed with these references including: Client Name, Address, Contact Person, Telephone, Email Address, Dates, etc. http://www.bidnetdirect.com/colorado - 20 - F. Fee Proposal: Use the Response Form in Section 7. G. Additional Data (optional): Provide any additional information that will aid in evaluation of your qualifications with respect to this project. - 21 - SECTION 6.0: EVALUATION CRITERIA AND FACTORS 6.1 Evaluation: An evaluation team shall review all responses and select the proposal or proposals that best demonstrate the capability in all aspects to perform the scope of services and possess the integrity and reliability that will ensure good faith performance. 6.2 Intent: Only respondents who meet the qualification criteria will be considered. Therefore, it is imperative that the submitted proposal clearly indicate the firm’s ability to provide the services described herein. Submittal evaluations will be done in accordance with the criteria and procedure defined herein. The City reserves the right to reject any and all portions of proposals and take into consideration past performance. The following parameters will be used to evaluate the submittals (with weighted values): The following collective criteria shall be worth 90% • Responsiveness of Submittal to the RFP (10) (Firm has submitted a proposal that is fully comprehensive, inclusive, and conforms in all respects to the Request for Proposals (RFP) and all of its requirements, including all forms and substance.) • Experience (30) (Firm has demonstrated their ability to provide security services and obtain the City’s goals pertaining to this specific project. See Section 5.0 Item B for details.) • Personnel/Qualifications (30) (Firm’s personnel are shown to be proficient and are licensed for the successful completion of this project. See Section 5.0 Item C for details.) • Strategy & Implementation Plan (10) (Firm has provided a clear interpretation of the City’s objectives in regard to the project, and a fully comprehensive plan to achieve successful completion. See Section 5.0 Item D for details.) The following criteria shall be worth 10% * Fees (20) City also reserves the right to take into consideration past performance of previous awards/contracts with the City of any vendor, firm, supplier, or service provider in determining final award(s). References of the short-listed firms will be assessed during the final phase of the evaluation process. The City will undertake negotiations with the top-rated firm and will not negotiate with lower rated firms unless negotiations with higher rated firms have been unsuccessful and terminated. 6.3 Oral Interviews: The Owner reserves the right to invite the most qualified rated proposer(s) to participate in oral interviews, if needed. 6.4 Award: Firms shall be ranked or disqualified based on the criteria listed in Section 6.2. The Owner reserves the right to consider all of the information submitted and/or oral presentations, if required, in selecting the project Firm. - 22 - SECTION 7.0: SOLICITATION RESPONSE FORM RFP-5007-22-SH JUCO Private Security Services Offeror must submit entire Form completed, dated and signed. JUCO 2022 Officers Start End Total Shift Time Total Hours Rate Sub Total Total Friday, May 27th 1 21:00 7:00 Day 0 Overnight 1 21:00 7:00 10 10 $ $ $ Saturday, May 28th Day Totals Day 1 Parking/Sup 4 07:00 22:00 15 60 $ $ Day 1 Officers 7 07:30 22:00 14.5 101.5 $ $ Day 1 Night Game Officer 1 18:30 22:00 3.5 3.5 $ $ Day 1 Overnight 1 21:00 07:00 10 10 $ $ $ Sunday, May 29th Day 2 Parking/Sup 4 08:00 22:00 14 56 $ $ Day 2 Officers 7 08:30 22:00 13.5 94.5 $ $ Day 2 Night Game Officer 1 18:30 22:00 3.5 3.5 $ $ Day 2 Overnight 1 21:00 07:00 10 10 $ $ $ Monday, May 30th Day 3 Parking/Sup 4 10:00 22:00 12 48 $ $ Day 3 Officers 7 10:30 22:00 11.5 80.5 $ $ Day 3 Night Game Officer 1 18:30 22:00 3.5 3.5 $ $ Day 3 Overnight 1 21:00 07:00 10 10 $ $ $ Tuesday, May 31st Day 4 Parking/Sup 4 09:00 22:00 13 52 $ $ Day 4 Officers 7 09:30 22:00 12.5 87.5 $ $ Day 4 Night Game Officer 1 18:30 22:00 3.5 3.5 $ $ Day 4 Overnight 1 21:00 07:00 10 10 $ $ $ Wednesday, June 1st Day 5 Parking/Sup 4 13:00 22:00 7 28 $ $ Day 5 Officers 7 13:30 22:00 6.5 45.5 $ $ Day 5 Night Game Officer 1 18:30 22:00 3.5 3.5 $ $ Day 5 Overnight 1 21:00 07:00 10 10 $ $ $ Thursday, June 2nd Day 6 Parking/Sup 4 13:00 22:00 7 28 $ $ Day 6 Officers 7 13:30 22:00 6.5 45.5 $ $ Day 6 Night Game Officer 1 18:30 22:00 3.5 3.5 $ $ Day 6 Overnight 1 21:00 07:00 10 10 $ $ $ Friday, June 3rd Day 7 Parking/Sup 4 17:00 22:00 5 20 $ $ Day 7 Officers 8 17:30 22:00 4.5 36 $ $ Day 7 Overnight (Contingent) 1 21:00 07:00 10 10 $ $ $ $ - 23 - ----------------------------------------------------------------------------------------------------------------- The City reserves the right to accept any portion of the services to be performed at its discretion ------------------------------------------------------------------------------------------------------------------ The undersigned has thoroughly examined the entire Request for Proposals and therefore submits the proposal and schedule of fees and services attached hereto. This offer is firm and irrevocable for sixty (60) days after the time and date set for receipt of proposals. The undersigned Offeror agrees to provide services and products in accordance with the terms and conditions contained in this Request for Proposal and as described in the Offeror’s proposal attached hereto; as accepted by the City. Prices in the proposal have not knowingly been disclosed with another provider and will not be prior to award. • Prices in this proposal have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition. • No attempt has been made nor will be to induce any other person or firm to submit a proposal for the purpose of restricting competition. • The individual signing this proposal certifies they are a legal agent of the offeror, authorized to represent the offeror and is legally responsible for the offer with regard to supporting documentation and prices provided. • Direct purchases by the City of Grand Junction are tax exempt from Colorado Sales or Use Tax. Tax exempt No. 98-903544. The undersigned certifies that no Federal, State, County or Municipal tax will be added to the above quoted prices. • City of Grand Junction payment terms shall be Net 30 days. • Prompt payment discount of ________ percent of the net dollar will be offered to the City if the invoice is paid within ___________ days after the receipt of the invoice. The City reserves the right to take into account any such discounts when determining the bid award that are no less than Net 10 days. RECEIPT OF ADDENDA: the undersigned Firm acknowledges receipt of Addenda to the Solicitation, Specifications, and other Contract Documents. State number of Addenda received: ___________ It is the responsibility of the Proposer to ensure all Addenda have been received and acknowledged. ___________________________________ _____________________________________ Company Name – (Typed or Printed) Authorized Agent – (Typed or Printed) ___________________________________ _____________________________________ Authorized Agent Signature Phone Number ___________________________________ _____________________________________ Address of Offeror E-mail Address of Agent ___________________________________ _____________________________________ City, State, and Zip Code Date Saturday, June 4th (Should an extra game be played) Day 8 Parking/Sup 4 17:00 22:00 5 20 $ $ Day 8 Officers 8 17:30 22:00 4.5 36 $ $ $ - 24 - 2022 JUCO Tournament Bracket is unavailable at this time Below is the 2021 Bracket. Times are expected to be same, with the exception of the Memorial Day Night Game. That game has an expected start time of 6:30 P.M. Region and teams will be different as they are not known until the week before the tournament. MAP

North 5th Street, Grand Junction, CO 81501Location

Address: North 5th Street, Grand Junction, CO 81501

Country : United StatesState : Colorado

You may also like

For the Provision of Private Detective Services

Due: 09 May, 2024 (in 5 days)Agency: LAW DEPARTMENT

Comcast Business Services Order Agreement for 607 11th St

Due: 13 Jul, 2026 (in about 2 years)Agency: Port of Everett

WORLD TRADE ONLINE SUBSCRIPTION SERVICES

Due: 31 Mar, 2028 (in about 3 years)Agency: EXECUTIVE OFFICE OF THE PRESIDENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.