SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1

Similar documents
FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Please take note that the above referenced Request for Bid is amended as follows:

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES

City of Portsmouth Portsmouth, New Hampshire Public Works Department/High Hanover Garage REQUEST FOR PROPOSAL

RAYMONDVILLE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT BID SPECIFICATIONS FOR: CHARTER BUS SERVICES DISTRICT WIDE RFP #18-006

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

THIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE.

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

HVAC Remodel Second Floor North Center Building

Champaign Park District: Request for Bids for Playground Surfacing Mulch

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

VALLEY VIEW INDEPENDENT SCHOOL DISTRICT REQUEST FOR COMPETITIVE SEALED PROPOSAL DISTRICT-WIDE SECURITY GUARD SERVICES CSP#

INVITATION FOR BIDS FOR THE SALE OF SURPLUS VEHICLES & EQUIPMENT. IFB No.: 2017-FP-16 Date Issued: October 5, 2017

SAN DIEGO CONVENTION CENTER CORPORATION

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS CONTRACT FOR MOVING SERVICES ADDENDUM NO. 2

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

HEATING AND COOLING SYSTEM MAINTENANCE

GUILFORD COUNTY SCHOOLS Invitation for Bids

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

GENERAL CLAUSES AND CONDITIONS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

FORM I: CIQ CONFLICT OF INTEREST CERTIFICATION AND CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) INSTRUCTIONS dated 6/29/2007

REQUEST FOR PROPOSAL RFP #14-03

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

No late bids will be considered.

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey (TEL) (FAX)

City of Fulton, Missouri INVITATION FOR BID

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Bidders shall execute the following forms and return the signed original with their proposal.

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

2015 PATCHINGS MATERIALS - ASPHALT

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

RFP # Unarmed Security Guard Services. Addendum #1 Date issued and released, March 9, 2018

SEALED BID. September 29, 2017

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

Mobile and Stationary Security Patrol Services

Columbia Public Schools Columbia, Missouri

*Reverse Auction: Wednesday, June 7, 2018

OFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland

Lisa Alderson, Contracts and Procurement Supervisor

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

REQUEST FOR PROPOSAL BRIDGEPORT ISD. PROPOSAL TITLE: Mowing and Weed Eating Services Proposal

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY. Two New 400-Passenger, 27-Knot, Passenger Only Ferries Replacement Vessels

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID

REQUEST FOR QUOTATION

Task Order Request for Proposals for Release Under Contract UB-12-B-19

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056

1 Exam Prep AIA A-701 Questions

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

PHILADELPHIA GAS WORKS Security Services RFP # Questions & Answers June 29, 2015

N O T I C E T O B I D D E R S

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

Request for Proposal # Postage Meter Lease & Maintenance Service

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

COUNTY OF OSWEGO PURCHASING DEPARTMENT

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

DES MOINES PUBLIC SCHOOLS WRIGHT ELEMENTARY SCHOOL KITCHEN RENOVATION BID NO. B8183 APRIL 9, 2018 ADDENDUM NO. 1

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

Transcription:

Page No. 1 No. Pages 10 Date June 17, 2011 FORMAL INVITATION, BID Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, P. O. Box 2449, San Antonio, TX 78298-2449 will be received until 3:00 p.m., June 24, 2011 and then publicly opened and read aloud for furnishing materials or services as described received herein below, In estimated quantities indicated below. For period beginning Date of Award and ending August 1, 2013. Bid Bond is required (See Paragraph 15 of Terms & Conditions of Invitation for Bids.) Bid Bond is not required. Performance Bond is required. Performance Bond is not required. Price quoted shall be firm and non-escalating during the contract period (Paragraph 13a, b, and c of Terms and Conditions do not apply. Item No. Estimated Quantity Description Unit Price Total Amount SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1 Please make the following changes to subject bid form mailed to you July 17, 2011. Addendum 1 provides for the following: Revisions and clarifications. o Copy of Sample Service Agreement Additions. Responses to questions. Pre-Bid Sign In Sheet Item 8, Pricing, page 27, is replaced in its entirety. IT IS NECESSARY TO RETURN THIS ADDENDUM WITH YOUR BID. c:rb;fmlbid/security services Add 1 Bid No. 11-8067 NOTICE TO BIDDERS: The San Antonio Water System Purchasing Division is willing to assist any bidder(s) in the interpretation of bid provisions or explanation of how bid forms are to be completed. Assistance can be received by visiting the Purchasing Division located at 2800 US Hwy 281 North, or by calling (210) 233-3819. Purchasing Division Purchasing Division MAIL TO: San Antonio Water System DELIVER TO: San Antonio Water System IMPORTANT MAILING P. O. Box 2449 2800 US Hwy 281 North INSTRUCTIONS: San Antonio, Texas 78298-2449 San Antonio, Texas 78212 Please check the following blanks which apply to your company: Ownership of firm (51% or more): Non-minority Hispanic African-American Other Minority (specify) Female Owned Handicapped Owned Small Business (less than $1 million annual receipts or 100 employees) The undersigned offers and agrees to furnish any or all the items or services enumerated and upon which prices are quoted at the unit price set opposite each item, delivered at the designated point(s) within the time specified. Bidder hereby makes this bid and offer subject to the Terms and Conditions on the reverse hereof and subject further to the terms and conditions of this Invitation for Bid, the accompanying schedule and such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the schedule; and upon acceptance of this bid and offer, bidder agrees to comply with all such Terms and Conditions, as well as contract provisions, specifications, drawings or other data. BIDDER MUST COMPLETE THE FOLLOWING: Discount Terms: % 20 days. (Net 30 days if left blank) Date of Bid Delivery will be completed within calendar days after receipt of order. (if applicable) Address Print or Type Name of Authorized person City, State and Zip Code Phone No. Fax No. E-mail Address

Page No. 2 No. Pages 10 Revisions and clarifications: 1. Cody Moos, Security Manager s e-mail is corrected. His correct e-mail is: clmoos@saws.org 2. Performance Bond Page 27, Item 7 is revised as follows: From A Performance Bond in the amount of the total amount of the first year of Services will be required from the successful bidder. Bidders must provide a letter with bid from Bonding Company stating that in the event of award, bidder will be able to provide the requested Performance Bond. To A Performance Bond in the amount of $500,000, renewable annually, will be required from the successful bidder. Bidders must provide a letter with bid from Bonding Company stating that in the event of award, bidder will be able to provide the requested Performance Bond. 3. Bid Bond Page 27, Item 8: Bid Bond requirement is deleted. A bid bond is not required to be submitted for this bid. 4. Successful bidder will be required to sign SAWS standard Service Agreement. A copy is attached. 5. There is a discrepancy in the numbering for Item 9.1 in that Item 9.1.11 (page 17) was inadvertently left out of scope. Additions 1. Payment Bond: For those companies subcontracting any of the Guard Services, a Payment Bond in the amount of $200,000, renewable annually, will be required. Response to Questions 1. Section I General Information Question: Would SAWS clarify the total annual regular security officer service contracted hours, not inclusive of other noted coverage possible commitments? Response: The Base Bid, for current coverage, is 112,684 hours and 26,520 for contingency. The Alternate Bid is for 104,832 hours.

Page No. 3 No. Pages 10 2. Section II (6e) - Resource Availability Does SAWS require personnel requested to meet the 12 hour response time frame to be armed commissioned security officers are can they be unarmed non-commissioned security officers? Response: All positions in this contract are for armed, commissioned officers, SAWS does not use any unarmed, non-commissioned officers. 3. Section IV (2) - Safety and Emergency Plan Is the contract provider required to write an entire new Safety and Emergency Plan prior to the start of the contract, or review and update the existing Safety and Emergency Plan? Response: The contractor is responsible to provide a Safety and Emergency Plan. Some existing plans may just need to be reviewed and updated, while others may need to be rewritten or newly developed. It is anticipated the bulk of them just need to be reviewed and updated. 4. Section IV (7) Specialized Training Does SAWS provide approved emergency first aid response kits and AEDs for security officer first responder required duties? Response: SAWS does provide first aid kits and AEDs for the officers use. 5. Section IV (9) Personnel Recruitment, Screening and Selection and Retention What type and degree of background investigation is required by SAWS management for security officers selected for account assignment? Response: Statewide and local background checks as noted in the Best Value Bid, officers with criminal charges, other than minor traffic violations, will not be allowed on the contract. 6. Section IV (13.7) Holiday Pay How many and which holidays does SAWS recognize during the year? Response: For the past 2 years SAWS has had 10 set holidays, however, that is subject to change by the Board of Trustees or City at anytime. The 2011 holidays are as follows: Martin Luther King's Birthday Monday, January 17, 2011 President's Day - Monday, February 21, 2011 Fiesta San Jacinto Friday, April 15, 2011 Memorial Day Monday, May 30, 2011

Page No. 4 No. Pages 10 Independence Day Monday, July 4, 2011 Labor Day Monday, September 5, 2011 Veteran's Day Friday, November 11, 2011 Thanksgiving Day Thursday, November 24, 2011 Day after Thanksgiving - Friday, November 25, 2011 Christmas Day Monday, December 26, 2011(Observed) 7. Section IV (17.3) Contract Furnished Items What equipment gear composes SAWS management s requirements for commissioned security officers to be issued for wear? Does this include mace, asp, baton, or handcuffs? Response: SAWS requires the officers to be equipped with a duty belt, firearm, spare magazine, asp baton, handcuffs, and flashlights as needed. 8. Section IV (17.4) Contract Furnished Items What firearm is preferred as to revolver or semi-automatic, and what caliber of weapon is required? Response: SAWS does not specify a specific caliber or type of weapon. SAWS main concern is that all the officers use the same firearm from reputable manufactures. SAWS does not want the officers to have a mix of several different firearms in several different calibers. The current contractor is using a semi-automatic 9mm. 9. Can we receive the bid tabs from the last security services contract? Response: A bid tab is not available because this was a Best Value Bid last time; price is only one of the evaluation factors. 10. Can we receive a list of attendees from the mandatory Pre-Bid Conference? Response: Yes, a copy of the sign in sheets are attached. 11. What was the wage stipulated for the last contract? Response: $ 10.00/hr

Page No. 5 No. Pages 10 12. From the SAWS management perspective, will the existing security officers be able to be retained or hired under the new contract? Response: SAWS would like to retain many of the officers, however, it will be their decision on which company they work for, as well as, the successful bidder. 13. If so, will new background, psychological and physical tests be required by SAWS? Response: The successful bidder will be required to have background, psychological and physical tests on file. 14. During the conference, SAWS mentioned the goal of SMWB goal. Can the Prime/Subcontractor split locations rather than fixed posts/patrol? Response: SAWS prefers to have one company work the fixed posts. 15. Please clarify First Responders. Response: When incidents occur on SAWS property, often times the guards will arrive on scene before anyone else, hence the term First Responder. 16. There are two different termination times given in the RFP one is 10 days and one is 30 days? Is one correct? Response: If there is a Termination Breach, SAWS reserves the right to cancel the contract immediately. For any reasons other than poor performance, SAWS will provide 30 days written notice. 17. Does the vendor have termination right? Response: No 18. Are the officers allowed to work more than 12 hours if necessary during the transition? Response: No 19. Is a TWIC card required? Response: SAWS is not sure what a TWIC card is.

Page No. 6 No. Pages 10 20. Can you please tell us how many hours per week were billed last year? Several different hours total are listed in the RFP 217,516 on Page 2. The hours on the pricing sheet add up to about 126,000 total, including the contingency guards, emergency guards and contingency patrols. Can you please explain the wide range of hours? Response: The Price Sheet, Item 8, has been revised to reflect hours needed now, and hours that may be needed at a later date. 21. Is the result information from the previous RFP publicly available? On the SAWS website, there are results for other RFP s, but none for the security RFP. Can you please make that available? Response: See response to Item 9 above. 22. Are you going to specify a wage? Response: A wage is specified. See page 15: All officers working under this contract will have a minimum starting base pay rate of $11.00 an hour. 23. If a company is tentatively selected, pending Board approval, is it possible to contact incumbent officers before final approval? Response: SAWS will notify all bidders prior to Board approval, including the bidder that is the tentative selected vendor. Formal award will not occur until after Board Award. 24. Am I understanding that the RFP states that every single page of RFP must be signed and returned all 66 pages? Response: Yes, that is correct. 25. Stated on page 24 that a subcontractor will have to meet all the bid requirements? Does this mean they have to submit a bid response? Do they have to sign all the same forms we do? Are they eligible if they did not attend pre bid meeting? Response: The Prime Contractor will be responsible for the subcontractor and must submit a complete bid package. The subcontract does not need to submit a bid response, but they must meet all of the requirements as specified for the prime. Pertinent information regarding the subcontractor should be submitted with the bid. The company submitting the bid must have attended the Pre Bid meeting.

Page No. 7 No. Pages 10 26. Are exceptions permitted at all? Response: To insure your bid is deemed responsive, no exceptions should be taken. 27. I see the additional guard hours in Item 2. When will you let vendor know if these hours will be in place in this contract? How much start up time for these hours? I realize this is a fluid contract. Response: The additional hours, or a subset thereof, may be added when funding becomes available. In most cases, the contractor will be notified well in advance that funding was approved since our budget items are approved in the fall for the following year. However, an event could occur that would require the additional hours on very short notice. 28. We had a representative at the pre bidders meeting. We have been soliciting potential prime contractors to partner with. If we find one who did not go to the meeting, will our representation at the meeting suffice? Response: Since the Prime Contractor will be submitting the bid, it was required that they attend the Pre Bid Meeting. 29. Question was raised as to whether the supervisor could be one of the post guards. Response: Yes. The posts can be contacted by either radio or phone. 30. Driving Record: Is a Driving Record required for all guards? Response: Driving Record is only required for Patrol Functions. 31. How should pricing be submitted? Response: One Original Pricing Sheet and seven (7) copies should be submitted together in one sealed envelope. 32. Are flashlights and Batteries provided? Response: No

Page No. 8 No. Pages 10 ITEM 8 PRICING - SITES REQUIRING SECURITY Revision 1 All pricing shall be enclosed in a separate sealed envelope, marked PRICING. Vendor must price both Item 1 and Item 2. ITEM 1: BASE BID: Standard Guard Hours: Represents the base level of current guard service required. Facility Estimated No. of Posts Hours/ 28 days No. of 28 day Cycles Hours Annually Price /Hr Annual Total 1 Various Locations Armed, 24 hrs x 7 days x 4 weeks 9 672 13 78624 $ $ Armed 9 hrs x 5 days x 4 weeks 3 180 13 7020 $ $ Armed 12 hrs x 5 days x 4 weeks 3 240 13 9360 $ $ Armed Level 4, 8hrs x 1 day 2 8 13 208 $ $ 1 Total Various Locations $ $ 2 Mobile Patrol Armed 24 hrs x 7 days x 4 weeks 2 672 13 17472 $ $ 2 Total Mobile Patrol * $ $ 3 Contingency Guards of 24 hr notice) (min 17472 $ $ 4 Emergency Guards than 24 hr notice) (less 312 $ $ 5 Contingency Mobile Patrols) 8736 $ $ Annual Total for all guards Two Year Total for all guards $ $

Page No. 9 No. Pages 10 Standard Guard Locations and Hours The Contractor shall provide pricing on the above Pricing Sheet, per hour, to be billed per 28 day bill cycle. The following is estimated to be the Standard Guard Hour coverage required to be paid on an Hourly Basis. The actual number of hours may be higher or lower than the estimated hours. Contractor shall be paid only for hours actually requested and performed. SAWS reserves the right to move Guards to any of the locations in order to meet SAWS requirements. 9 Posts with armed coverage 24 hours x 7 days x 4 weeks. 3 Posts with armed coverage 9 hours x 5 days x 4 weeks. 3 Posts with armed coverage 12 hours x 5 days x 4 weeks. 2 Posts with armed level 4 coverage 8 hours x 1 day. 2 Mobile patrols with armed coverage 24 hours x 7 days x 4 weeks. Contingency/ Emergency Hourly rates The Contractor shall provide pricing to provide the following coverage on an hourly basis, as needed and requested by SAWS: 17,472 hours on a contingency basis to provide additional coverage as requested by SAWS with minimum of 24 hour notice. 312 hours for emergency call out to provide additional coverage as requested by SAWS on short/emergency (less than 24 hour) notice. 8736 hours of mobile patrol on a contingency basis to provide additional coverage as requested by SAWS.

Page No. 10 No. Pages 10 ITEM 2: Alternate Bid - Additional Guard Hours: Represents the level of additional guard services that may be required, if approved by SAWS. Facility Estimated No. of Posts Hours/ 28 days No. of 28 day Cycles Hours Annually Price /Hr Annual Total 1 Various Locations Armed, 24 hrs x 7 days x 4 weeks 10 672 13 87360 $ $ 1 Total Various Locations $ $ 2 Mobile Patrol Armed 24 hrs x 7 days x 4 weeks 2 672 13 17472 $ $ 2 Total Mobile Patrol $ $ Annual Total for all guards Two Year Total for all guards $ $ Additional Guard Locations and Hours The Contractor shall provide pricing on the above Pricing Sheet, per hour, to be billed per 28 day bill cycle. The following is the estimated Additional Guard Hours coverage required to be paid on an Hourly Basis. The actual number of hours may be higher or lower than the estimated hours. Contractor shall be paid only for hours actually requested and performed. SAWS reserves the right to move Guards to any of the locations in order to meet SAWS requirements. 10 Posts with armed coverage 24 hours x 7 days x 4 weeks. 2 Mobile patrols with armed coverage 24 hours x 7 days x 4 weeks. Vendor must submit Pricing on Pricing Schedule provided in Bid BY: TITLE: FOR: (Name of Firm Submitting Bid) DATE: