REQUEST FOR PROPOSALS FOR BACKGROUND INVESTIGATION SERVICES

Similar documents
REQUIRED AT PROPOSAL STAGE:

Harbor Department Agreement City of Los Angeles

SUBJECT: REQUEST FOR QUALIFICATIONS FOR AS-NEEDED EXECUTIVE RECRUITMENT SERVICES

SUBJECT: REQUEST FOR PROPOSALS FOR GENERAL FINANCIAL ADVISORY SERVICES

SUBJECT: REQUEST FOR QUALIFICATIONS FOR ON-CALL INFOR ATION TECHNOLOGY SERVICES

REQUEST FOR PROPOSALS FOR RAILROAD YARD MAINTENANCE AND INSPECTION SERVICES

Human Resources. On-Call Workplace Investigations REQUEST FOR PROPOSALS

DATE: November 2, 2017 MANAGEMENT SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

If your firm cannot agree to the requirements exactly as set forth in this RFP, please do not submit a proposal.

Services Agreement for Public Safety Helicopter Support 1

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Please return by July 9, 10:00 AM Central Time to:

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

RFP NAME: AUDITING SERVICES

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

REQUEST FOR QUALIFICATIONS (RFQ) DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO

CONSULTANT SERVICES AGREEMENT

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

Small Business Enterprise Program

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS FOR UNDERWRITING, REMARKETING INVESTMENT BANKING SERVICES HARBOR DEPARTMENT AND OF THE CITY OF LOS ANGELES

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

Request for Proposal

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

Westwood Village Farmers Market Request for Proposals May 14, 2012

CONTRACT FOR SERVICES RECITALS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES

SUBCONTRACTOR INFORMATION SHEET

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

SAN DIEGO CONVENTION CENTER CORPORATION

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

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

REQUEST FOR PROPOSALS FOR PORT OF LOS ANGELES WORKF RCE TRAINING CENTER CONSULTANT

Telemetry Upgrade Project: Phase-3

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

STORM DRAIN ENGINEERING DESIGN SERVICES

REQUEST FOR QUALIFICATIONS. Workforce Innovation & Opportunity Act Curriculum Development & Industry Engagement Services

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

AGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4

City of Beverly Hills Beverly Hills, CA

NAPA SANITATION DISTRICT Napa, California

Commercial Non-Discrimination and Columbia Disadvantaged Business Enterprise (CDBE) Utilization Policy (Last Revised: November, 2016)

CLAIMS ADMINISTRATION SERVICES AGREEMENT

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

ALBANY COUNTY AIRPORT AUTHORITY (ACAA) PROCUREMENT CONTRACT GUIDELINES, OPERATIVE POLICY, PETTY CASH ACCOUNTS AND INSTRUCTIONS

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

IRFQ #R15-04: FRIDAY NIGHT LIVE

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

1. INTRODUCTION Brief Overview of the Project The Port of Los Angeles The Environmental Management Division...

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

Port Pilots PORTABLE PILOTING UNIT SYSTEM INCLUDING SERVICE, SUPPORT, MAINTENANCE AND TRAINING REQUEST FOR PROPOSALS

Real Estate Acquisition Services For Neighborhood Stabilization Program

Management of Jobing.com Arena

Request for Proposals

PREQUALIFICATION OF PROSPECTIVE BIDDERS

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

REQUEST FOR PROPOSAL FOR LIABILITY CLAIMS AUDIT SERVICES FOR VENTURA COUNTY SCHOOLS SELF-FUNDING AUTHORITY

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

Revised Southern California Edison Company Page 1

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

REQUEST FOR PROPOSALS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

Request for Proposal (RFP) LR1604 for Professional Services

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Master Service Agreement (Updated 9/15/2015)

UTAH COUNTY SHERIFF'S OFFICE

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

CITY COUNCIL CONSENT CALENDAR

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

Request for Proposal # Executive Recruitment Services

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

Request for Proposals: Environmental Site Assessment for Single Property

Transcription:

Port Police Division Background Investigation Services REQUEST FOR PROPOSALS (Modified: for Projects and/or Services $25,000 or less) August 23, 2017

August 23, 2017 Prospective Consultants: SUBJECT: REQUEST FOR PROPOSALS FOR BACKGROUND INVESTIGATION SERVICES The City of Los Angeles Harbor Department (Harbor Department) invites the submittal of proposals to provide background investigation services. These services shall commence after a contract is approved by the Executive Director. Instructions and forms to be used in preparing the proposal are found in the information included in this Request for Proposals (RFP). If your firm cannot agree to the following requirements, exactly as set forth, please do not submit a proposal. As a condition for submitting a proposal, a proposer must review the Port's website www.portoflosangeles.org to: (i) Review the standard contract provisions for the Harbor Department. In submitting a proposal, proposer represents that it has read all of these provisions and agrees to accept these terms without change. (ii) Review any RFP revisions or answers to questions prior to submitting a proposal in order to ensure their proposal is complete and responsive. All proposals must be received by: Wednesday, September 6, 2017 by 3PM without exception or extension of time for any reason. (See further instructions regarding submission of the proposal in Section III within the RFP.. ctor, Contracts and Purchasing Division 2

I. THE PROJECT Project Goals The Port Police Division is soliciting proposals from qualified consultants to provide background investigation services to the Office of the Chief of Police (OCOP) on an intermittent asneeded basis. The Port Police has the authority to conduct personnel security background investigations on prospective Port Police applicants, civilian employees, including Port Security Officers, and other Harbor Department employees as assigned. The purpose of these investigations is to determine suitability for employment. Background investigations on all Port Police applicants are to be conducted in accordance with California Commission on Peace Officer Standards and Training (POST) regulations. The duration of the agreement awarded as a result of this RFP is expected to be one year from the date of execution of the agreement. Approval by the Los Angeles Harbor Department of a contract and execution of such contract by the selected Consultant and the Executive Director do not guarantee that work will be offered. It is the intent of the Port Police to select the Consultant who is most qualified in all aspects, including scope, availability and quality of services, reputation, and price. Multiple and/or partial awards may be issued if doing so would be in the best interest of the Port Police. The successful Consultant will be expected to work closely with the designated Port Police representative (Manager of the Background Investigations Unit) to administer an effective and efficient program. Additionally, the selected Consultant must comply with all applicable laws and regulations including, but not limited to, California Business and Professions Code 37520 (which requires a Private Investigators License) and the Investigative Consumer Reporting Act, CA Civil Code Section 1786. The Consultant shall provide services to the Port Police as described herein which includes, but is not necessarily limited to, the provision of background investigation procedures and reports for the Port Police and Harbor Department positions of Port Police Officer, Reserve Port Police Officer, Port Security Officer, Port Civilian Employee, and Private Contractors to the Port Police or Harbor Department. With the exception of those tasks to be performed by Port Police background investigation personnel, the Consultant shall be solely responsible for the background investigation procedures as outlined in the Required Tasks to Perform (Attachment A). This task list may be expanded to meet future needs and/or legal requirements or standards. It is anticipated that tasks numbered 1 through 7, 9 through 12, 15 through 17, and 30, on the Required Tasks to Perform (Attachment A), will be handled by Port Police with the resulting documents/photographs provided to the Consultant in a timely manner. However, the Consultant may be asked to perform any of the tasks listed in Attachment A with the exception of medical and psychological examinations, as the Port Police Division will contract separately for said services with experts in these fields. Project Scope of Work The following items will be part of the scope of work for this project. It should be noted this list 3

may not be exhaustive and could be expanded to meet future needs and/or legal requirements or standards: 1. Conduct introductory interviews with each assigned candidate prior to commencement of the formal background investigation. Before each interview, Port Police will provide Consultant with background data on each candidate; 2. Review of the Personal History Statement (PHS) and determine whether any conflicts exist with any other information provided by either the candidate or developed in the course of the background investigation; 3. Review of the PHS and the follow-up deemed necessary in response to candidate answers to PHS questions; 4. Confirmation of educational history and education documents provided by candidate; 5. Receipt and review of Citizenship documents (if relevant) provided by candidate; 6. Employment history verifications, including review of personnel files and Internal Affairs files (if relevant); 7. Residential canvassing; for sworn, Dispatcher, and Security Officer candidates; 8. Receipt and review of marriage and divorce documents; 9. Spousal interviews; 10. Local law enforcement agency inquiries relevant to each candidate; 11. Perform investigations with respect to applicants online lives and history via social networking sites, blogs, and similar internet-based services; 12. Conduct a clarification interview with candidate in response to any significant information developed as a result of the background investigation which is in conflict with information provided by the candidate; 13. Explore and investigate any concerns uncovered during the introductory interview, as well as any information developed during the course of the formal background investigation; 14. Notify the Port Police when significant information or concerns are found which cast a serious question as to the suitability of a candidate, assist in the determination of whether to proceed with the background investigation, and prepare Summary Investigative Reports when a candidate is deemed disqualified based on POST background investigation standards; 15. At the conclusion of each background investigation, prepare a Background Investigation Narrative Report, using Microsoft Word, structured in the format shown in Attachment B; 16. When required by summons or other legal processes, or at the request of the Port Police, provide legal testimony on the background investigation services provided under the agreement; 17. Be available for and participate in meetings, trainings, and presentations as deemed necessary by the Port Police; and 4

18. Provide other tasks deemed necessary and requested by the Port Police and in conformance with the scope of work of the agreement. All work shall be completed in conformance with the guidelines and standards as set out in the California POST Background Investigation Manual and Background Investigation Course (POST.TDB.01002). Additional information can be found on the following websites: http://www.post.ca.gov/background-investigation-manual-guidelines-for-theinvestigator.aspx http://www.post.ca.gov/publication-list.aspx The Consultant shall be able to provide background investigative services after normal business hours and on weekends and holidays. Any travel required outside of the Southern California region by the selected Consultant must be pre-approved, in writing, by the Chief of Port Police or his designee. Additionally, travel expenses incurred will be reimbursed in accordance with the City of Los Angeles Travel Policies and Procedures. See Attachment C. II. THE PROPOSAL The Proposal should include the following items: 1. Firm Qualifications, Experience and References: A brief overview of consultant s background which includes: a. the special strengths to perform the work requested in this RFP which includes relevant experience; b. past experience involving the subject matter of the Project; and c. at least two client references. 2. Project Organization, Personnel and Staffing: A brief description of all key personnel and any technical staff (including vendors, partners, or subconsultants if applicable) to be involved and their relationship to the services to be provided including: a. their names, fields of expertise, licenses, certificates, and relevant state and local area experience; and b. resumes of key personnel. 3. Rates and Budget Control: Provide pricing and cost information for the Project which includes hourly rates for the individual. 4. Contract Administrative Requirements: The following must be included with your proposal: a. Small Business Enterprise Participation Affidavit and Consultant Description Forms: Your proposal must include the completed forms which are attached hereto as Exhibit A. b. Insurance Requirements: By responding to this RFP, you are agreeing to the terms of our indemnification language provided in Exhibit C. Additionally, you must provide a letter from your insurance carrier indicating that the insurance 5

III. PROPOSAL SUBMISSION requirements for this Project as described in Exhibit C are presently part of the proposer s coverage, or that the insurance company is able to provide such coverage should the proposer be selected. ACORD certificates will not be accepted. Your proposal must be received on or before Wednesday, September 6, 2017 by 3:00 p.m. The proposal may be submitted by hand delivery, mail, fax, or electronically. By Hand/Mail Delivery: Fax: Electronically: Contracts and Purchasing Division ATTN: Tricia Carey REF: Background Investigation Services 500 Pier A Street Wilmington, CA 90744 Tricia Carey Contracts and Purchasing Division (310) 513-6234 tcarey@portla.org PLEASE NOTE: If you choose to submit your Proposal by fax or electronically, you assume all responsibility regarding the transmission and receipt of your Proposal. Proposers solely are responsible for the timeliness and receipt of their submittals. By submitting a proposal, proposers certify that such proposal constitutes their full and complete written response to the RFP and evidences their acknowledgement that additional written material outside of such proposal shall not be considered by the City in connection with their RFP, unless the City provides a written request that they submit additional written materials. Absent such written request, proposers are instructed to not submit to the City written or other materials outside of the proposal, either in a subsequent interview or otherwise. Proposers must review the Port s website www.portoflosangles.org with respect to the following: (1) Review the standard contract provisions for the Harbor Department. (2) Review any RFP revisions or answers to questions prior to submitting a proposal in order to ensure their proposal is complete and responsive. IV. EVALUATION PROCESS AND SELECTION CRITERA All proposals meeting the requirements of this RFP shall be reviewed and rated by an evaluation committee according to the following criteria: 1) experience of the firm, 2) experience and qualifications of personnel, 4) rates and fees, and 5) clarity and comprehensiveness of the proposal. A copy of the RFP Evaluation Form is attached hereto as Exhibit B. All recommendations are subject to the approval of the Chief of Port Police and the Executive 6

Director of the Harbor Department. Proposers are advised that all documentation submitted in response to this RFP will be considered property of the Harbor Department and may become available to the public as a public record and released without further notification. Any information that the proposer considers confidential should not be submitted with the proposal. The right to reject any and all proposals shall, in every case, be reserved, as shall the right to waive any informality in the proposal when to do so would be to the advantage of the City. 7

ATTACHMENT A REQUIRED TASKS TO PERFORM CHART AS REQUIRED BY POST AGENCY STANDARDS 8

LA Port Police Background Investigations Required Tasks to Perform Background Investigations Unit* Sample Type of Background Investigation to be Performed Police Officer / Reserve Officer / Dispatcher Port Police Security Officer Port Police Civilian Consultants = Required POST Approved Full Scope Listed & Discretionary Listed & Discretionary Listed & Discretionary Tasks and Documents Police & Reserve Officer / Dispatcher Port Police Security Officer Port Police Civilian Consultant 1 Employment Status F/T Peace Officer Sworn & F/T Dispatcher F/T Security Officer Non-Sworn Full & Part Time Civilian Full & Part Time Civilian 2 Personal History Statement (PHS) 3 Interview with Investigator 4 No Feedback Form 5 Lateral Acknowledgement Form (if employed by other PD/City) As Needed As Needed N/A 6 Statement Pending Background Completion 7 Candidate Photograph 8 Certified Birth Certificate 9 DOJ state Criminal History (Livescan) 10 DOJ Firearms Approval (Livescan) 11 FBI Federal Criminal History (Livescan) 12 Child Abuse Livescan Response (Livescan) 13 Local Law Enforcement Agency Contact Information 14 County Law Enforcement Agency Contact Information 15 Printout from DMV 16 Driving History 17 Driver's License: Copy 18 Social Security Card Copy 19 Credit Report/Debt Resolution 20 Bankruptcy Research 21 Proof of Education 22 Education: Transcripts/Degree(s)/Certificates 23 Citizenship Documents 24 Military Verification' Records 25 Employment History 10 yrs Verification (Including Review Current and Like: Face to Face Current / Last Prior: Face to Face or Letters if not able Face to Face or Letters if not able of Personnel / la Files) Prior 5 Years: Letters Face to Face 26 Residential Canvassing with Current Contact & Previous Neighbors (When Practical) Face to Face or Letters if not able Face to Face or Letters if not able N/A N/A 27 Reference Checks 28 Marriage I Divorce Documents I 29 Spousal Interview (Current/Former) As Needed N/A N/A 30 Tattoo(s) Examination & Photographing I 31 Polygraph I Voice Stress Analysis Sworn Required Dependent on Dispatcher Dependent on Background Background Results Results Dependent on Position N/A 32 Medical Exam I N/A * This document may be expanded to meet future needs and/or legal requirements or standards. 9

ATTACHMENT B BACKGROUND INVESTIGATION NARRATIVE SAMPLE 10

CONFIDENTIAL SAMPLE* To: Thomas E. Gaszi, Chief of Police From:, Background Investigator Date: Date Typed and submitted Subject: Background Investigation Police Officer Candidate BACKGROUND INVESTIGATION: PERSONAL: No/ negative or disqualifying material developed. MARITAL STATUS: No/negative or disqualifying material developed. EDUCATION: No/Negative or disqualifying material could be determined. RESIDENCES: 11

No/ negative or disqualifying material developed. EXPERIENCE AND EMPLOYMENT: No/Negative and disqualifying material developed. REFERENCES: No/ negative or disqualifying material developed. MOTOR VEHICLE OPERATION: No/Negative or disqualifying material developed. LEGAL: No/ negative or disqualifying material developed. FINANCIAL RESPONSIBILITY: No/Negative or disqualifying material developed. MILITARY SERVICE: No/ negative or disqualifying material developed. 12

ADDITIONAL INFORMATION: No/Negative or disqualifying material developed. BACKGROUND SUMMARY: *This document may be expanded to meet future needs and/or legal requirements or standards. 13

ATTACHMENT C City of Los Angeles Travel Policies and Procedures 14

EXHIBIT A SMALL/VERY SMALL BUSINESS ENTERPRISE PROGRAM The City of Los Angeles Harbor Department is committed to creating an environment that provides all individuals and businesses open access to the business opportunities available at the Harbor Department in a manner that reflects the diversity of the City of Los Angeles. The Harbor Department's Small Business Enterprise (SBE) Program was created to provide additional opportunities for small businesses to participate in professional service and construction contracts. An overall Department goal of 25% SBE participation, including 5% Very Small Business Enterprise (VSBE) participation, has been established for the Program. The specific goal or requirement for each contract opportunity may be higher or lower based on the scope of work. It is the policy of the Harbor Department to solicit participation in the performance of all service contracts by all individuals and businesses, including, but not limited to, SBEs, VSBEs, women-owned business enterprises (WBEs), minority-owned business enterprises (MBEs), and disabled veteran business enterprises (DVBEs). The SBE Program allows the Harbor Department to target small business participation, including MBEs, WBEs, and DVBEs, more effectively. It is the intent of the Harbor Department to make it easier for small businesses to participate in contracts by providing education and assistance on how to do business with the City, and ensuring that payments to small businesses are processed in a timely manner. The Harbor Department defines a SBE as an independently owned and operated business that is not dominant in its field and meets criteria set forth by the Small Business Administration in Title 13, Code of Federal Regulations, Part 121. Go to www.sba.gov for more information. The Harbor Department defines a VSBE based on the State of California's Micro-business definition which is 1) a small business that has average annual gross receipts of $3,500,000 or less within the previous three years, or (2) a small business manufacturer with 25 or fewer employees. The SBE Program is a results-oriented program, requiring consultants who receive contracts from the Harbor Department to perform outreach and utilize certified small businesses. Based on the work to be performed, it has been determined that the percentage of small business participation will be 0%. The North American Industry Classification System (NAICS) Code for the scope of services is 561611. This NAICS Code is the industry code that corresponds to at least 51% of the scope of services and will be used to determine the size standard for SBE participation of the Prime Consultant. The maximum SBE size standard for this NAICS Code is $20.5million. Consultant shall be responsible for determining the SBE status of its subconsultants for purposes of meeting the small business requirement. Subconsultants must qualify as an SBE based on the type of services that they will be performing under the Agreement. All business participation will be determined by the percentage of the total amount of compensation under the agreement paid to SBEs. The Consultant shall not substitute an SBE firm without obtaining prior approval of the City. A request for substitution must be based upon demonstrated good cause. If substitution is permitted, Consultant shall endeavor to make an in-kind substitution for the substituted SBE. In the event of Consultant s noncompliance during the performance of the Agreement, Consultant shall be considered in material breach of contract. In addition to any other remedy available to City under this Agreement or by operation of law, the City may withhold invoice payments to Consultant until noncompliance is corrected, and assess the costs of City s audit of books and records of Consultant and its subconsultants. In the event the Consultant falsifies or misrepresents information contained in any form or other willful noncompliance as determined by City, City may disqualify the Consultant from participation in City contracts for a period of up to five (5) years. Consultant shall complete, sign, and submit as part of the executed agreement the attached Affidavit and Consultant Description Form. The Consultant Description Form, when signed, will signify the Consultant s intent to comply with the SBE requirement. Prior to contract award, the Harbor Department will verify the status of all SBEs. In addition, prior to being awarded a contract with the Harbor Department, all consultants and subconsultants must be registered on the LABAVN. 15

AFFIDAVIT OF COMPANY STATUS The undersigned declares under penalty of perjury pursuant to the laws of the State of California that the following information and information contained on the attached Consultant Description Form is true and correct and include all material information necessary to identify and explain the operations of Name of Firm as well as the ownership and location thereof. Further, the undersigned agrees to provide complete and accurate information regarding ownership in the named firm, and all of its domestic and foreign affiliates, any proposed changes of the ownership and to permit the audit and examination of firm ownership documents, and the ownership documents of all of its domestic and foreign affiliates, in association with this agreement. (1) Small/Very Small Business Enterprise Program: Please indicate the ownership of your company. Please check all that apply. At least one box must be checked: SBE VSBE MBE WBE DVBE OBE A Small Business Enterprise (SBE) is an independently owned and operated business that is not dominant in its field and meets criteria set forth by the Small Business Administration in Title 13, Code of Federal Regulations, Part 121. A Very Small Business Enterprise (VSBE) is 1) a small business that has average annual gross receipts of $3,500,000 or less within the previous three years, or (2) a small business manufacturer with 25 or fewer employees. A Minority Business Enterprise (MBE) is defined as a business in which a minority owns and controls at least 51% of the business. A Woman Business (WBE) is defined as a business in which a woman owns and controls at least 51% of the business. For the purpose of this project, a minority includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, The Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). A Disabled Veteran Business Enterprise (DVBE) is defined as a business in which a disabled veteran owns at least 51% of the business, and the daily business operations are managed and controlled by one or more disabled veterans. An OBE (Other Business Enterprise) is any enterprise that is neither an SBE, VSBE, MBE, WBE, or DVBE. 16

(2) Please indicate the Local Business Enterprise status of your company. Only one box must be checked: LBE Non-LBE A Local Business Enterprise (LBE) is: (a) a business headquartered within Los Angeles, Orange, Riverside, San Bernardino, or Ventura Counties; or (b) a business that has at least 50 full-time employees, or 25 full-time employees for specialty marine contracting firms, working in Los Angeles, Orange, Riverside, San Bernardino, or Ventura Counties. Headquartered shall mean that the business physically conducts and manages all of its operations from a location in the above-named counties. A Non-LBE is any business that does not meet the definition of a LBE. Signature: Printed Name: Title: Date Signed: 17

Consultant Description Form PRIME CONSULTANT: Contract Title: Business Name: LABAVN ID#: Award Total: $ Owner s Ethnicity: Gender Group: SBE VSBE MBE WBE DVBE OBE (Circle all that apply) Local Business Enterprise: YES NO (Check only one) Primary NAICS Code: Average Three Year Gross Revenue: $ Address: City/State/Zip: County: Telephone: ( ) FAX: ( ) Contact Person/Title: Email Address: SUBCONSULTANT: Business Name: LABAVN ID#: Award Total: (% or $): Services to be provided: Owner s Ethnicity: Gender Group: SBE VSBE MBE WBE DVBE OBE (Circle all that apply) Local Business Enterprise: YES NO (Check only one) Primary NAICS Code: Average Three Year Gross Revenue: $ Address: City/State/Zip: County: Telephone: ( ) FAX: ( ) Contact Person/Title: Email Address: SUBCONSULTANT: Business Name: LABAVN ID#: Award Total: (% or $): Services to be provided: Owner s Ethnicity: Gender Group: SBE VSBE MBE WBE DVBE OBE (Circle all that apply) Local Business Enterprise: YES NO (Check only one) Primary NAICS Code: Average Three Year Gross Revenue: $ Address: City/State/Zip: County: Telephone: ( ) FAX: ( ) Contact Person/Title: Email address: 18

Consultant Description Form SUBCONSULTANT: Business Name: LABAVN ID#: Award Total: (% or $): Services to be provided: Owner s Ethnicity: Gender Group: SBE VSBE MBE WBE DVBE OBE (Circle all that apply) Local Business Enterprise: YES NO (Check only one) Primary NAICS Code: Average Three Year Gross Revenue: $ Address: City/State/Zip: County: Telephone: ( ) FAX: ( ) Contact Person/Title: Email Address: SUBCONSULTANT: Business Name: LABAVN ID#: Award Total: (% or $): Services to be provided: Owner s Ethnicity: Gender Group: SBE VSBE MBE WBE DVBE OBE (Circle all that apply) Local Business Enterprise: YES NO (Check only one) Primary NAICS Code: Average Three Year Gross Revenue: $ Address: City/State/Zip: County: Telephone: ( ) FAX: ( ) Contact Person/Title: Email Address: SUBCONSULTANT: Business Name: LABAVN ID#: Award Total: (% or $): Services to be provided: Owner s Ethnicity: Gender Group: SBE VSBE MBE WBE DVBE OBE (Circle all that apply) Local Business Enterprise: YES NO (Check only one) Primary NAICS Code: Average Three Year Gross Revenue: $ Address: City/State/Zip: County: Telephone: ( ) FAX: ( ) Contact Person/Title: Email address: 19

EXHIBIT B RFP SELECTION EVALUATION FORM PROJECT: BACKGROUND INVESTIGATION SERVICES SCORING GUIDELINES: Rater s Score: (Range 0-5) - 0=not included/non responsive; 1= Serious Deficiencies; 2=Marginal Abilities; 3=Adequate, 4=Well Qualified; 5=Exceptionally Qualified. Weighing Factor: A range of 1 through 6, with 1 being of relative lower importance and 6 being relative highest importance. Each number (1 through 6) may be used more than once; however, in establishing weights, the total of all the weighing factors (A D) must equal 20. Weighted Score= Rater s Score multiplied by (x) Weighing Factor. Totals should be calculated for each criterion. Total score = Sum of all weighted scores. Firm Name Evaluated by Date CRITERIA TO BE RATED RATER S SCORE WEIGHING FACTOR WEIGHTED SCORE A. Firm Qualifications, Experience and References How long has the company been in business? Has the company done similar work? Level of expertise in subject matter areas? 6 B. Project Organization, Personnel and Staffing Qualification and experience of proposed personnel for requested services? 6 C. Rates and Fees Competitive rates and fees proposed? Are proposed fees and staff hours clearly defined? 5 D. Clarity and Comprehensiveness of the Proposal Is the proposal clear, comprehensive, and understandable? 3 Maximum points possible=100 A+B+C+D=20 Total Points= 20

EXHIBIT C INDEMNITY AND INSURANCE REQUIREMENTS REQUIRED AT PROPOSAL STAGE: A letter from each proposer s broker must be provided with their proposal. The letter should indicate that the requirements below are presently part of the proposer s coverage, or that the broker is able to provide such coverage should the proposer be selected. The broker must be aware of the indemnification requirements below. Proposers are not required to purchase the required insurance in order to respond, however all required insurance will need to be submitted at the time of contract award. 1. Indemnification Except for the sole negligence or willful misconduct of the City, or any of its Boards, Officers, Agents, Employees, Assigns and Successors in Interest, Contractor undertakes and agrees to defend, indemnify and hold harmless the City and any of its Boards, Officers, Agents, Employees, Assigns, and Successors in Interest from and against all suits and causes of action, claims, losses, demands and expenses, including, but not limited to, attorney's fees (both in house and outside counsel) and cost of litigation (including all actual litigation costs incurred by the City, including but not limited to, costs of experts and consultants), damages or liability of any nature whatsoever, for death or injury to any person, including Contractor s employees and agents, or damage or destruction of any property of either party hereto or of third parties, arising in any manner by reason of the negligent acts, errors, omissions or willful misconduct incident to the performance of this Contract by Contractor or its subcontractors of any tier. Rights and remedies available to the City under this provision are cumulative of those provided for elsewhere in this Contract and those allowed under the laws of the United States, the State of California, and the City. 2. Acceptable Evidence and Approval of Insurance Electronic submission is the required method of submitting insurance documents. Consultant s insurance broker or agent shall obtain access to Track4LA TM at http://track4la.lacity.org/ and follow the instructions to register and submit the appropriate proof of insurance on Consultant s behalf. Carrier Requirements All insurance which Consultant is required to provide pursunt to this Agreement shall be placed with insurance carriers authorized to do business in the State of California and which are rated A-, VII or better in Best s Insurance Guide. Carriers without a Best s rating shall meet comparable standards in another rating service acceptable to City. Primary Coverage The coverages submitted must be primary with respect to any insurance or self insurance of the City of Los Angeles Harbor Department. The City of Los Angeles Harbor Department s program shall be excess of this insurance and non-contributing. Notice Of Cancellation By terms of the contract, the Consultant agrees to maintain all required insurance in full force for the duration of the contractor s business with the City of Los Angeles Harbor Department. Each insurance policy described below shall provide that it will not be canceled or reduced in coverage until after the Board of Harbor Commissioners, Attention: Risk Manager and the City Attorney of the City of Los Angeles Harbor Department have been given thirty (30) days prior notice (or 10 days notice of 21

non payment of premium) by registered mail addressed to 425 S. Palos Verdes Street, San Pedro, California 90731. Modification of Coverage Executive Director, at his or her discretion, based upon recommendation of independent insurance consultants to City, may increase or decrease amounts an types of insurance coverage required hereunder at any time during the term hereof by giving ninety (90) days written notice to Consultant. Renewal of Policies At least thirty (30) days prior to the expiration of each policy, Consultant shall direct their insurance broker or agent to submit the City s online insurance compliance system Track4LA at http://track4la.lacity.org a renewal certificate showing that the policy has been renewed or extended or, if new insurance has been obtained, evidence of insurance as specified below. If Consultant neglects or fails to secure or maintain the insurance required below, Executive Director may, at his or her own option but without any obligation, obtain such insurance to protect the City s interests. The cost of such insurance will be deducted from the next payment due Consultant. Policy Copies Upon request by City, Consultant must furnish copy of full certified policy of any insurance policy required herein. This requirement shall survive the termination or expiration date of this contract. Limits of Coverage If the Consultant maintains higher limits than the minimums shown below, City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to City. Right to Self-Insure Upon written approval by Executive Director, Consultant may self-insure if the following conditions are met: a. Consultant has a formal self-insurance program in place prior to execution of this Agreement. If a corporation, Consultant must have a formal resolution of its board of directors authorizing self-insurance. b. Consultant agrees to protect the City, its boards, officers, agents and employees at the same level as would be provided by full insurance with respect to types of coverage and minimum limits of liability required by this Agreement. c. Consultant agrees to defend the City, its boards, officers, agents and employees in any lawsuit that would otherwise be defended by an insurance carrier. d. Consultant agrees that any insurance carried by Department is excess of Consultant s self-insurance and will not contribute to it. e. Consultant provides the name and address of its claims administrator. 22

f. Consultant submits its most recently filed 10-Q and its 10-K or audited annual financial statements for the three most recent fiscal years prior to the Executive Director s consideration of approval of self-insurance and annually thereafter. g. Consultant agrees to inform Department in writing immediately of any change in its status or policy which would materially affect the protection afforded Department by this self-insurance. h. Consultant has complied with all laws pertaining to self-insurance. 3. General Liability Insurance Consultant shall procure and maintain in effect throughout the term of this Agreement, without requiring additional compensation from the City, commercial general liability insurance covering personal and advertising injury, bodily injury, and property damage providing contractual liability, independent contractors, products and completed operations, and premises/operations coverage written by an insurance company authorized to do business in the State of California rated VII, A- or better in Best s Insurance Guide (or an alternate guide acceptable to City if Best s is not available) within Consultant s normal limits of liability but not less than One Million Dollars ($1,000,000) combined single limit for injury or claim. Where Consultant provides or dispenses alcoholic beverages, Host Liquor Liability coverage shall be provided as above. Where Consultant provides pyrotechnics, Pyrotechnics Liability shall be provided as above. Said limits shall provide first dollar coverage except that Executive Director may permit a self-insured retention or self-insurance in those cases where, in his or her judgment, such retention or self-insurance is justified by the net worth of Consultant. The retention or self-insurance provided shall provide that any other insurance maintained by Department shall be excess of Consultant s insurance and shall not contribute to it. In all cases, regardless of any deductible or retention, said insurance shall contain a defense of suits provision and a severability of interest clause. Additionally, each policy shall include an additional insured endorsement (CG 2010 or equivalent) naming the City of Los Angeles Harbor Department, its officers, agents and employees as Primary additional insureds, a 10-days notice of cancellation for nonpayment of premium, and a 30-days notice of cancellation for any other reasons. 4. Automobile Liability Insurance Consultant shall procure and maintain at its expense and keep in force at all times during the term of this Agreement, automobile liability insurance written by an insurance company authorized to do business in the State of California rated VII, A- or better in Best s Insurance Guide (or an alternate guide acceptable to City if Best s is not available) within Consultant s normal limits of liability but not less than One Million Dollars ($1,000,000) covering damages, injuries or death resulting from each accident or claim arising out of any one claim or accident. Said insurance shall protect against claims arising from actions or operations of the insured, or by its employees. Coverage shall contain a defense of suits provision and a severability of interest clause. Additionally, each policy shall include an additional insured endorsement (CG 2010 or equivalent) naming the City of Los Angeles Harbor Department, its officers, agents and employees as Primary additional insureds, a 10-days notice of cancellation for nonpayment of premium, and a 30-days notice of cancellation for any other reasons. 5. Workers Compensation and Employer s Liability Consultant shall certify that it is aware of the provisions of Section 3700 of the California Labor code which requires every employer to be insured against liability for Workers Compensation or to undertake self-insurance in accordance with the provisions of that Code, and that the Consultant 23

shall comply with such provisions before commencing the performance of the tasks under this Agreement. Coverage for claims under U.S. Longshore and Harbor Workers Compensation Act, if required under applicable law, shall be included. Consultant shall submit Workers Compensation policies whether underwritten by the state insurance fund or private carrier, which provide that the public or private carrier waives it right of subrogation against the City in any circumstance in which it is alleged that actions or omissions of the City contributed to the accident. Such worker s compensation and occupational disease requirements shall include coverage for all employees of Consultant, and for all employees of any subcontractor or other vendor retained by Consultant. 24