REQUEST FOR PROPOSAL (RFP) #...

67
REQUEST FOR PROPOSAL (RFP) # 10-P-AS-050 DATE ISSUED: Monday, September 20, 2010 PRE-PROPOSAL CONFERENCE: N/A PRE-PROPOSAL CONFERENCE TIME: N/A CLOSING DATE: Friday, October 22, 2010 ISSUED BY: Washington Convention and Sports Authority (WCSA) Office of Contracts and Procurement Services 801 Mount Vernon Place, NW Washington, DC 20001 Phone: (202) 249-3038; Fax: (202) 249-3114 Attn: Andrea Simpson, Sr. Contract Specialist Email: [email protected] CLOSING TIME: 3:00 pm (EST) OFFER FOR: Event Security Preferred Vendor Schedule TABLE OF CONTENTS () SEC. DESCRIPTION PAGE (S) () SEC. DESCRIPTION PAGE (S) PART I – The Schedule PART II – Contract Clauses A Solicitation/Contract Form 1 I Contract Clauses 33-35 B Services and Price 2-5 PART III – List of Documents, Exhibits and Attach C Description/Specs/Work Statement 6-21 J List of Attachments 36, 54-67 D Packaging and Marking 22 PART IV – Representations and Instructions E Inspection and Acceptance 23 F Deliveries or Performance 17-18 K Representations, Certifications and other Statements of Offerors 37-40 G Contract Administration 24-25 L Instrs. Conds., & Notices to Offerors 41-48 H Special Contract Requirements 26-28 M Evaluation Factors for Award 49-53 OFFER (TO BE COMPLETED BY OFFEROR) Note: In sealed bid solicitations “Offer” and “Offeror” mean “Bid” and “Bidder”. All offers are subject to the terms and conditions contained in the solicitation. ACKNOWLEDGEMENT OF AMENDMENTS: Amendment No.: ________ Date: ___________________ Amendment No.: ________ Date: ___________________ Amendment No.: ________ Date: ___________________ Amendment No.: ________ Date: ___________________ OFFEROR: Name: Street: City, State, and Zip: Area Code & Telephone No.: Area Code & Facsimile No.: (Name & Title of Person Authorized to Sign Offer: (Type or Print)) NAME: TITLE: SIGNATURE: DATE:

Transcript of REQUEST FOR PROPOSAL (RFP) #...

REQUEST FOR PROPOSAL (RFP) # 10-P-AS-050

DATE ISSUED: Monday, September 20, 2010

PRE-PROPOSAL CONFERENCE: N/A PRE-PROPOSAL CONFERENCE TIME: N/A CLOSING DATE: Friday, October 22, 2010

ISSUED BY: Washington Convention and Sports Authority (WCSA) Office of Contracts and Procurement Services 801 Mount Vernon Place, NW Washington, DC 20001 Phone: (202) 249-3038; Fax: (202) 249-3114 Attn: Andrea Simpson, Sr. Contract Specialist Email: [email protected] CLOSING TIME:

3:00 pm (EST) OFFER FOR: Event Security Preferred Vendor Schedule

TABLE OF CONTENTS (√) SEC. DESCRIPTION PAGE (S) (√) SEC. DESCRIPTION PAGE (S)

PART I – The Schedule PART II – Contract Clauses

√ A Solicitation/Contract Form 1 √ I Contract Clauses 33-35

√ B Services and Price 2-5 PART III – List of Documents, Exhibits and Attach

√ C Description/Specs/Work Statement

6-21 √ J List of Attachments 36, 54-67

√ D Packaging and Marking 22 PART IV – Representations and Instructions

√ E Inspection and Acceptance 23

√ F Deliveries or Performance 17-18

√ K Representations, Certifications and other Statements of Offerors

37-40

√ G Contract Administration 24-25 √ L Instrs. Conds., & Notices to Offerors

41-48

√ H Special Contract Requirements 26-28 √ M Evaluation Factors for Award 49-53

OFFER (TO BE COMPLETED BY OFFEROR) Note: In sealed bid solicitations “Offer” and “Offeror” mean “Bid” and “Bidder”. All offers are subject to the terms and conditions contained in the solicitation. ACKNOWLEDGEMENT OF AMENDMENTS: Amendment No.: ________ Date: ___________________ Amendment No.: ________ Date: ___________________ Amendment No.: ________ Date: ___________________ Amendment No.: ________ Date: ___________________ OFFEROR: Name: Street: City, State, and Zip: Area Code & Telephone No.: Area Code & Facsimile No.:

(Name & Title of Person Authorized to Sign Offer: (Type or Print)) NAME: TITLE: SIGNATURE: DATE:

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

2

SECTION B: SERVICES AND PRICE B.1 GENERAL

B.1.1 The Washington Convention and Sports Authority (“WCSA”) is seeking to establish a Preferred Vendor Schedule of qualified security firms capable of providing Event Security Services to clients of WCSA. The Preferred Vendor Schedule will be included in the WCSA Event Planning Guide and will be provided to clients when requested.

B.1.2 The successful offer(s) shall be designated on the WCSA Event Security Preferred

Vendor Schedule. WCSA intends the award/designation of at least three (3) Preferred Vendors; however, WCSA reserves the right to award/designate more or less.

B.1.3 WCSA contemplates award of a Revenue Sharing Agreement. The Agreement

between the successful offeror(s) and WCSA shall set forth the designation of a WCSA Event Security Preferred Vendor and detail the standards of performance for the Contractor based on this solicitation; the offeror’s proposal; generally accepted industry standards; and WCSA’s rules and regulations.

B.2 COMMISSION SCHEDULE

The offeror shall submit its financial proposal which shall include but not be limited to the following: 1. Provide a commission proposal describing the offeror’s proposed percentage

revenue share with WCSA of the revenues generated on a quarterly basis by the sales of services as an Event Security Provider. The offeror shall provide a proposed commission percentage (%) for the following revenue ranges for the Base Year (Twelve (12) Months from Date of Award):

Line Item No. Quarterly Revenue Range ($)

Proposed Commission (%)

001A $1 - $10,000

002A $10,001 - $25,000

003A $25,001 - $50,000

004A $50,001 - $100,000

005A $100,001 - over

2. Provide loaded hourly rates for the Base Year of the agreement for Event Contract

Security Officers and Event Contract Security Supervisors.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

3

Base Year (Date of Award through twelve (12) months thereafter)

LABOR CATEGORY (List)

LOADED HOURLY RATEOVERTIME

(LOADED HOURLY)

Event Security Officer Event Security Supervisor

3. Provide commission percentage and loaded hourly rates for the option years.

Option Year 1 (Twelve (12) Month Period)

Line Item No. Quarterly Revenue Range ($)

Proposed Commission (%)

001B $1 - $10,000

002B $10,001 - $25,000

003B $25,001 - $50,000

004B $50,001 - $100,000

005B $100,001 - over

LABOR CATEGORY

(List) LOADED HOURLY RATE

OVERTIME (LOADED HOURLY)

Event Security Officer Event Security Supervisor Option Year 2 (Twelve (12) Month Period)

Line Item No. Quarterly Revenue Range ($)

Proposed Commission (%)

001C $1 - $10,000

002C $10,001 - $25,000

003C $25,001 - $50,000

004C $50,001 - $100,000

005C $100,001 - over

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

4

LABOR CATEGORY (List)

LOADED HOURLY RATEOVERTIME

(LOADED HOURLY)

Event Security Officer Event Security Supervisor Option Year 3 (Twelve (12) Month Period)

Line Item No. Quarterly Revenue Range ($)

Proposed Commission (%)

001D $1 - $10,000

002D $10,001 - $25,000

003D $25,001 - $50,000

004D $50,001 - $100,000

005D $100,001 - over

LABOR CATEGORY

(List) LOADED HOURLY RATE

OVERTIME (LOADED HOURLY)

Event Security Officer Event Security Supervisor Option Year 4 (Twelve (12) Month Period)

Line Item No. Quarterly Revenue Range ($)

Proposed Commission (%)

001E $1 - $10,000

002E $10,001 - $25,000

003E $25,001 - $50,000

004E $50,001 - $100,000

005E $100,001 - over

LABOR CATEGORY

(List) LOADED HOURLY RATE

OVERTIME (LOADED HOURLY)

Event Security Officer Event Security Supervisor

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

5

B.3 SCHEDULE OF AWARD

This Agreement will be awarded immediately upon selection of the successful Offeror(s) for the Event Security Preferred Vendor Schedule.

[End of Section B]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

6

SECTION C: DEFINITIONS; BACKGROUND; SCOPE OF WORK

CONTRACTOR REQUIREMENTS; DEFAULT C.1 DEFINITIONS “Act” means the “Small, Local, and Disadvantaged Business Enterprise Development

and Assistance Act of 2005,” D.C. Code §§ 2-218.01, et seq. “Agreement” or “Contract” means the written instrument of understanding negotiated

between WCSA and the Offeror, including the WCSA Standard Contract Provisions.

“Armory” means the District of Columbia National Guard Armory.

“Board” - shall refer to the Washington Convention and Sports Authority Board of Directors.

“Center” means the Walter E. Washington Convention Center, 801 Mount Vernon Place, N.W., Washington, D.C. 20001.

“Certified Business Enterprise” (CBE) shall refer to a business certified pursuant to the “Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005” (the “Act”), D.C. Official Code § 2-218.01, et seq., as amended.

“Certified Joint Venture” means a joint venture certified by the DSLBD.

“Contracting Officer” means the individual(s) authorized to contractually bind WCSA.

“Contracting Officer’s Technical Representative (COTR)” means the WCSA staff person designated to assist the Contracting Officer with administration of the Contract by monitoring day-to-day activities of the Contractor or Contractor’s employees.

“Contractor” or “Vendor” shall refer to the selected Offeror.

“Disadvantaged Business Enterprise” (DBE) shall mean a disadvantaged business enterprise, as that term is defined by the Act.

“DSLBD” means the District of Columbia’s Department of Small and Local Business Development.

“Enterprise Zone” (DZE) - shall refer to an area within the District for which an application as an enterprise zone has been submitted to or has been designated by the United States Secretary of Housing and Urban Development as an enterprise zone, as that term is defined by the Act.

“Joint Venture” means a combination of the property, capital, efforts, skills or knowledge of two or more persons or businesses to carry out a single project.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

7

“Local Business Enterprise” (LBE) means a business enterprise, as that term is defined by the Act.

“Local Business Enterprise with Principal Offices Located in an Enterprise Zone” (DZE) shall mean a business enterprise located in an economic development zone designated by the Mayor and approved by the Council, as that term is defined by the Act.

“Longtime Resident Business” (LRB) means a longtime resident business as that term is defined by the Act.

“Offeror” means the individual, company, firm or organization submitting a proposal in response to this solicitation.

“President/CEO” - shall refer to the WCSA President and Chief Executive Officer.

“Resident Owned Business” shall mean a local business enterprise owned by an individual, or a majority number of individuals, subject to personal income tax in the District of Columbia, as defined in the Act.

“RFK” shall refer to Robert F. Kennedy Memorial Stadium, including all property, facilities, equipment and appliances of any kind comprising the areas designated as A, B, C, D, or E on the revised map entitled “Map to Designate Transfer of Stadium and Lease of Parking Lots to District, prepared jointly by the National Park Service (National Capital Region) and the District of Columbia Department of Public Works.

“Small Business Enterprise” (SBE) shall mean a small business enterprise, as that term is defined by the Act.

“Solicitation” - shall refer to this Request for Proposal (RFP) and all its attachments, amendments, exhibits, and addenda.

“WCCA” shall refer to the Washington Convention Center Authority, the predecessor agency to WCSA.

“WCSA” shall refer to the Washington Convention and Sports Authority.

C.2 BACKGROUND

C.2.1 The Washington Convention Center Authority (‘WCCA”) was established in 1994 as an independent authority of the District of Columbia government (“District”) and operated as a corporate body with legal existence distinct and separate from the District, and with the capacity, inter alia, to sue and be sued.

C.2.2 Effective October 1, 2009, WCCA was renamed the Washington Convention and Sports Authority (“WCSA”), which is established as a corporate body that has a legal existence distinct and separate from the District, with the capacity, inter alia, to sue and be sued. See D.C. Code Section 10-1201 et.seq, as amended by the “Fiscal Year 2010 Budget Support Second Emergency Act of 2009, Bill No. 18-443, Act No. 18-207 (the “Budget Support Act”).

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

8

C.2.3 As a result of the Budget Support Act, effective October 1, 2009, WCSA assumed the powers, duties and responsibilities of WCCA, the District of Columbia Armory Board and the functions and authority of the District of Columbia Sports and Entertainment Commission (“DCSEC”). DCSEC was abolished effective October 1, 2009.

C.2.4 WCSA has the responsibility to, among other things, promote, develop and maintain the District as a location for convention, trade shows, meetings, concerts, sporting and entertainment events, and other special events. In that regard, it operates manages and operates the Convention Center, RFK, and the non-military portion of the Armory, except that maintenance of RFK and the Armory is performed by the District’s Department of Real Estate Services. WCSA will also assume all rights and responsibilities of DCSEC under a certain Lease between DCSEC and the Baseball Expos, L.P. regarding the newly constructed Nationals Baseball Stadium.

C.2.5 WCSA is governed by an eleven (11) member Board of Directors. Of the eleven members, the Chief Financial Officer of the District of Columbia and 1 Member appointed by the Mayor serve as ex-officio voting Members. The remaining Members are public members appointed by the Mayor with the advice and consent of the Council of the District of Columbia. The Chair of the Board is named by the Mayor. All Members are District residents. The Board meets at least once every sixty (60) days and 6 members constitute a quorum.

C.2.6 Day to day operations of WCSA are managed by its President/CEO, who is employed by, and reports to, the Board of Directors.

C.2.7 The financial affairs of WCSA are managed by its Chief Financial Officer, who reports to the President/CEO and the Chief Financial Officer of the District of Columbia, and is an officer of WCSA.

C.2.8 WCSA is comprised of two primary divisions: the Convention Center Operations Division and the Sports, Entertainment and Special Events Division. WCSA employs 204 full time, part time and/or casual employees, employed in six operating Divisions. Staff is physically located at the Convention Center and at RFK.

C.2.9 The Convention Center includes thirteen retail spaces – twelve storefront perimeter retail spaces and one interior retail space. The twelve perimeter retail spaces are located on 9th Street between M and N Streets, on N Street between 7th and 9th Streets, and on 7th Street between L and M Streets. Eight spaces (seven storefronts and the single interior space) are currently under lease. The remaining storefront spaces are vacant. Only two tenants are current in rent. WCSA is currently in litigation with one of the defaulting tenants (see Section C.2.12 below).

C.2.10 WCSA manages, maintains and operates RFK and the Armory, and is the landlord of

Nationals Park. WCSA plans to enter into contracts to support certain special events and promotions in the District of Columbia to be held at RFK, the Armory, private venues and in public space. Examples of such activities include, but are not limited to, festivals, sporting events and music events.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

9

C.3 SCOPE OF SERVICES

C.3.1 The Contractor shall provide trained labor, supervision, supplies, equipment, uniforms, licenses, permits, certificates, insurance, pre-employment screenings, reports, investigations, surveillance equipment and files necessary to perform and deliver event security services to WCSA clients (herein known as “client”) as described and required in this solicitation. “Client” shall refer to the Company management team that has the overall responsibility for the planning and execution of the event, tradeshow or convention being held at a WCSA facility.

C.3.2 The Contractor shall perform to the standards required in this solicitation and shall

be expected to work closely with the client and WCSA representatives throughout the duration of the resulting Agreement.

C.3.3 The Event Contract Security Officer positions in this solicitation are made to

correlate with the ‘Guard I’ category as applicable to the Department of Labor and Wage Determination (Refer to Attachment J.1.1).

C.3.4 The Contractor shall perform the following tasks in accordance with, but not

limited to the following guidelines in Sections C.4 through C.19. C.4 STANDARD OPERATING PROCEDURES (SOP) AND THE SPECIFIC SECURITY

PROCEDURES (SSP)

C.4.1 It shall be the responsibility of the Contractor to provide Post Standards for the site. A copy of the Post Standards shall be included with the Contractor’s Technical Proposal.

C.4.2 The Contractor shall become familiar with the WCSA Security Department's

Standard Operating Procedures ("SOP") and the Specific Security Procedures ("SSP"). These procedures shall be modified from time to time. Additionally, the Contractor must ensure that all personnel assigned to this contract are knowledgeable of and abide by the WCSA’s policies and procedures and actively participate in the promotion of dependable security measures.

C.4.3 Copies of the WCSA’s Security Policies and Procedures are available for review

at the Security Office, 801 Mount Vernon Place NW, North Building, Washington, D.C. 20001, Monday through Friday during the hours of 10:00 am – 7:00 pm. Please contact Mr. Archer Mapp at (202) 249-3168 to schedule a time. Specific Security Procedures applicable to each post will be available at that post for reference by the personnel assigned to this contract. If personnel are uncertain of a particular procedure and/or requirement, he/she shall contact the WCSA Security Services Manager or Assistant Manager.

C.4.4 Visitors and employees do not usually distinguish between WCSA staff and

contract staff. To them, contract staff members are WCSA staff members. Therefore, it is crucial that the Contractor ensures that its employees realize the

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

10

importance of their role, know their duties, and perform their duties courteously and professionally at all times.

C.5 SITE INFORMATION AND COVERAGE REQUIREMENTS

C.5.1 Typical Duties The Walter E. Washington Convention Center (WEWCC) facility/complex is divided into specific areas taking into consideration geographical layout, fire zones, etc. Each client identified area is allocated coverage by Event Contract Security Officers. All Officers on duty have specific duties and responsibilities.

C.5.2 Event Contract Security Supervisor The Event Contract Supervisors are essential components of contract security officer management and will be given as much scrutiny as part of the deployment plan that has been approved by WCSA as the physical location of officer posts and the duty hours of those posts. The Event Contract Security Supervisor shall maintain an up to date list of which posts are covered and by whom.

C.5.3 Event Contract Security Officers

The Event Contract Security Officers shall be required to perform a variety of security-related duties, depending on the type of post to which they are assigned. The Event Contract Security Officers must be thoroughly familiar with the post orders at all posts where they are assigned to work. Whenever possible, the Event Contract Security Officers shall be familiar with the post procedures prior to being posted.

C.5.4 The Event Contract Security Officers shall provide service twenty four (24) hours

a day for the period of the client event including move-in/move-out. The following is a breakdown of the standard coverage provided, excluding special events and holidays. Any changes must be approved by the WCSA Security Services Manager.

C.5.5 The Contractor shall provide Event Contract Security Officers at WCSA according

to the following minimum security requirements:

LOCATION EVENT ACTIVITY REQUIRED OFFICER MINIMUM

Move-In / Move-Out 3 Hall A

Event hours 5

Move-In / Move-Out 3 Hall B

Event hours 5

Hall C Move-In / Move-Out 3

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

11

LOCATION EVENT ACTIVITY REQUIRED OFFICER MINIMUM

Event hours 5

Move-In / Move-Out 3 Hall D

Event hours 5

Move-In / Move-Out 3 Hall E

Event hours 5

Escalators Events hours 1 per escalator

Freight Elevator Move-in/move-out 1 per elevator

Move-In / Move-Out 1

Event hours 2 Salon East

24 hrs 1

Move-In / Move-Out 1

Event hours 2 Salon West

24 hrs 1

Move-In / Move-Out 1

Event hours 2 Ballroom A

24 hrs (AV) 1

Move-In / Move-Out 1

Event hours 2 Ballroom B

24 hrs (AV) 1

Move-In / Move-Out 1

Event hours 2 Ballroom C

24 hrs. (AV) 1

Move-In / Move-Out 1 Internet Stations

Event hours 1

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

12

LOCATION EVENT ACTIVITY REQUIRED OFFICER MINIMUM

24 hrs. (AV)

1

Meeting Rooms Move-In/ Move - In To be determined

per event C.6 QUALIFICATIONS OF CONTRACTOR

C.6.1 The contract shall only be awarded to a responsive and responsible firm qualified to provide the services specified herein. Qualified offerors must be currently in the business of providing security guard service with a minimum of three years experience; have supported similar organizations operating 24 hours; provided these services to other convention centers, organizations, city, state or federal agencies; and must have a structured certification program for all commissioned personnel. Certification subjects are identified in Section C.15, Training Requirements.

C.6.2 The Contractor shall be in compliance with District of Columbia rules and

regulations. The Contractor shall hold a valid Detective Agency License issued by Government of the District of Columbia, Metropolitan Police Department Security Officers Management Branch, and the Contractor must ensure that all security guard personnel assigned to this contract have current commissions as mandated by local, state and federal requirements.

C.6.3 The Contractor shall provide the Contractor’s current license number(s) along with

the bid submission. Failure to submit license number shall result in disqualification.

Note: If a license is verified and found to have any type of investigative hold

by the District of Columbia, Metropolitan Police Department Security Officers Management Branch or any other agency, for whatever reason, offeror may be disqualified and no longer considered for award of this contract.

C.7 REFERENCES

C.7.1 All Offerors are required to submit the following specific information with their proposal. Failure on the part of an Offeror to submit the required information with its proposal will result in the rejection of the offer. The required information is as follows:

(a) Offerors shall list a minimum of three (3) references that shall include the

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

13

name and address of the company, contact name, telephone number, dates of service and type of security guard service provided within the preceding 24 months. References may be contacted and any negative responses received from the references may disqualify bid from further consideration.

(b) Offerors shall provide a history of the security firm that includes years in business, number of security officers, and scope of in-service training offered to security officer personnel, and average length of employment of security personnel.

(c) Offerors shall provide resumes of all proposed personnel (supervisory and

non-supervisory) for evaluation. C.8 CONTRACTOR REQUIREMENTS

C.8.1 The Contractor shall provide WCSA with a local, 24 hour, 7 days a week phone number of Contractor’s Key Personnel to call for assistance in providing a Event Contract Security Officer replacement or correcting any Event Contract Security Officer problems.

C.8.2 Local Office

The Contractor's local office named in the proposal shall provide all administrative support necessary to perform the Contract. Administrative support includes, but is not limited to, training, assignment schedules and changes, payroll, reporting requirements, call-in responsibilities, etc. This office must also be able to dispatch appropriate personnel to respond to a site problem within one hour of notification. The WCSA’s facilities and telephones shall not be used to provide administrative support to or for the Contractor except as provided in the specifications herein. The WCSA must be notified of any company/corporate changes, such as, company/corporate name change or any acquisitions, mergers, and strategic alliances that affect the structure and composition of the company.

C.8.3 The Contractor shall provide all supervision, trained labor and equipment,

necessary to ensure a high-level of security performance that correlates with the high expectations of the WCSA.

C.8.4 The Contractor shall ensure that all posts are covered with the type of staff

indicated in the approved deployment plan. Under no circumstances shall any post be left unattended.

C.8.5 The Contractor shall provide only Event Contract Security Officers that are

appointed and commissioned in accordance with D.C. Code 4-114 (1981); Title 6A of the District of Columbia Municipal Regulations (DCMR) chapter 11 (1988).

C.8.6 Prior to placing Event Contract Security Officers on an event assignment, the

Contractor must submit copies of resumes and commissions to the WCSA Security Services Manager.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

14

C.8.7 The Contractor shall be in accordance with the Department of Labor and Wage Determination pay rate standards for Guard I, and make appropriate compensation adjustments relating to posts and the required duties.

C.8.8 The Contractor shall have supervisory personnel on duty at all times of the event

in order to respond to any emergency situation, which may arise while the Event Contract Security Officers are on duty.

C.8.9 The Contractor shall conduct no less than annual commission reviews for its

personnel, random drug screening, and national criminal background investigations of all SPOs assigned to this contract and provide evidence of same to the WCSA Security Services Manager. These criminal background investigations must include the following:

a. Felony convictions (personnel may not be on any form of probation). b. Domestic violence convictions.

C.8.10 The Contractor shall have in place and enforce a drug free workplace policy and

program. C.8.11 The Contractor shall certify that their personnel assigned have (i) no physical

limitations that would hamper them in the performance of duties; (ii) freedom from serious illness or communicable disease; (iii) hearing within normal speech range and volume; (iv) unimpaired use of hands, arms, legs and feet, and ability to run, to lift, and to climb stairs; and (v) mental alertness and emotional stability.

C.8.12 The Contractor shall provide all personnel assigned with uniforms and

equipment necessary to perform the services and duties as identified herein. The Contractor shall present a sample of the uniforms within seven (7) business days after selection as a “Preferred Event Contract Security Vendor” award of the contract. The WCSA must approve and agree to all personnel uniforms.

C.8.13 The Contractor shall provide the communication equipment that is compatible

with WCSA’s open frequency radio equipment. The current communication equipment used by WCSA is the Motorola PR400. The WCSA must approve and agree to communication equipment to be used by the Contractor.

C.9 TURNOVER AND TURNOVER REPORTS

C.9.1 The Contractor shall submit a quarterly report delineating the names of Contractor and/or subcontractor's security personnel hired, reassigned, removed or terminated from eligibility with the WCSA contract. This quarterly report must be submitted to the WCSA Security Services Manager within ten (10) days after the end of the quarter (Dec 31; Mar 31; June 30; Sept 30).

C.9.2 A turnover rate in excess of 25% for any two (2) consecutive months shall be

sufficient cause for the Contractor to provide a corrective action plan or removal

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

15

from the Preferred Vendor Schedule if the turnover rate continues beyond the two month period. Failure of WCSA to effect placement or removal from the Preferred Vendor Schedule because of excessive turnover rate shall not constitute a waiver of WCSA’s right to remove the Contractor under this or any other provision herein.

C.10 TRAINING REQUIREMENTS

C.10.1 The Contractor shall ensure that personnel assigned to WCSA complete the training requirements as identified in Section C.10.2.

C.10.2 The Event Contract Security Supervisors and Event Contract Security Officers

shall be required to successfully pass a 24-hour training and testing session, as set forth below, conducted by the WCSA Public Safety Division prior to commencing work at the Walter E. Washington Convention Center: (a) Orientation 4 hours (b) Customer Service 2 hours (c) Knowledge of the Building 6 hours (d) Building Procedures 6 hours (e) Emergency Procedures 6 hours

C.10.3 The Contractors' personnel shall not be permitted to perform work under this

contract until they have successfully completed the required training on the WCSA SSPs. Failure to comply with this requirement shall be a material breach of the contract, which will result in removal from the Preferred Vendor List.

C.10.4 Following the completion of the required training on the WCSA SOPs and SSPs,

the Event Contract Security Supervisors are required (where appropriate) to inform the Event Contract Security Officers of any modifications.

C.10.5 The Event Contract Security Officers shall be trained and certified in patrol

procedures; loss prevention and be familiar with and fully understand the Metropolitan Police Department's Special Police Officers Manual, Federal and District of Columbia or other applicable laws and regulations. The training will consist of the following:

(a) Criminal Law Review (b) Civil Law and Liability Review (c) Company’s Standard of Conduct (d) Security Functions (e) Fire Safety and Prevention (f) Guest Movement (g) Report Writing and Documentation (h) U.S. Constitution and Civil Rights reviews (i) Courts and the Judicial Process (j) Bomb Recognition and Incident Management (k) Communications (l) Handling Violent and Disruptive Individuals

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

16

(m)First Aid training and certification (n) Cardiopulmonary Resuscitation (CPR) training and certification (o) Automated External Defibrillator (AED) training and certification (p) Ethics and Customer Service (q) Evacuation, Emergency Response, Shelter-in-place (r) Computer Usage (s) Loss Prevention

C.10.7 Upon request by the WCSA Security Services Manager, the Contractor shall

provide lesson plans, evidence and copies of certifications as indicated for all Event Contract Security Officers working under the contract. Failure to train or to show evidence thereof may be deemed a material breach and result in removal from the Preferred Vendor Schedule.

C. 11 CONTRACT ADJUSTMENT TABLE FOR POOR/NON-PERFORMANCE

C.11.1 Failure to perform any requirement or any service which is currently required or may become required, or failure to satisfactorily accomplish any contractual service, where those failures occur through the carelessness, neglect, or other fault of the Contractor and its employees shall constitute contractual deficiencies which may result in suspension from the Preferred Vendor Schedule. These adjustments will be made as determined by the WCSA Security Services Manager.

C.11.2 Failure to correct deficiencies (see table below) may be viewed as sufficient

cause for removal from the Preferred Vendor Schedule. Further, existence of the continued deficiencies for one-month per quarter will be cause for removal from the Preferred Vendor Schedule. Failure of WCSA to remove the Contractor under this provision at any given time shall not constitute a waiver of WCSA’s right to remove the Contractor under this or any other provision of the contract in the future.

Performance Issue

1. Failure to provide specific number of officers per shift

2. Untrained Officers

3. Failure to Comply with Security Post Orders.

4. Failure to provide Supervision in accordance to specifications outlined in contract.

5. Soliciting gratuities in violation of the WCSA’s “No Take” Policy for Tradeshow Workers. (See Attachment J.1.3)

6. Failure to Comply with WCSA’s Code of Conduct for Event Personnel. (See Attachment J.1.4)

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

17

7. Serious security violations, i.e. sleeping on duty, abandoning without proper relief, neglect of duty, unreasonable delay or failure to carry out assigned task, conducting personal affairs during official time or refusing to render assistance or cooperate in upholding the integrity of the Security Program (theft, immoral conduct, drug abuse or any other criminal actions); refusal to immediately correct deficiencies; refusal to assist or cooperate with investigation.

8. Other Deficiencies Related to Officer Orders but not specified above.

9. Damage, destruction or loss of WCSA’s property via neglect or poor duty performance as determined by Security Services pursuant to an investigation.

10. Failure to provide uniforms and/or radios for officers.

C.12 REMOVAL FROM DUTY

The Contractor shall remove from WCSA facilities any of its employees who fail to conduct themselves in accordance with the contract and the professional integrity as defined in the SOP, SSP and WCSA Code of Conduct. The Contractor and the WCSA Security Services Manager or designee shall immediately remove the employee from duty at all WCSA facilities.

C.13 INVESTIGATIONS The Contractor shall assist and cooperate in any investigations undertaken by the

WCSA’s Security Services Officials and the Metropolitan Police Department. The WCSA’s Security Services management shall have the option to examine the site of any accident or incident immediately following its occurrence to determine the cause of such accident or incident, the degree of personal injury, the damage to WCSA-owned or leased property, and other pertinent information. In order to accomplish this, the WCSA Security Services officials shall have the authority to question any persons having knowledge relative to or present when such accident or incident occurred, including employees and agents of the Contractor and all subcontractor(s).

C.14 PERSONNEL LISTING

One (1) week before the start date of an assignment as Event Security, the Contractor shall submit to the WCSA Security Services Department a list of names, licenses, certifications, and photographs (passport size) of each employee who will work on WCSA’s owned and leased properties.

C.15 CONTRACTOR’S LIABILITY

C.15.1 The Contractor shall be liable for all loss or damage to property, or the injury or deaths of persons, resulting from the fault, negligence, or wrongful act or omission

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

18

of the Contractor, its agents, or employees, in the performance of the contract. The term "property" as used in this clause means any real or personal property on or about the location or locations awarded to the Contractor under the contract with the Event Organizer; and the term "persons" means any individual on the property with or without permission of the WCSA.

C.15.2 Any loss or destruction of, or damage to, the property, or the injury or death of

persons, shall be presumed to have resulted from such fault, negligence, or wrongful act or omission of the Contractor, its agent, or employees, unless the Contractor can establish to the satisfaction of the WCSA, and by clear and convincing evidence, that such loss, destruction or damage to property, or the injury or death of persons, did not result from the fault, negligence or wrongful act or omission of the Contractor.

C.15.3 When there is any loss or destruction of, or damage to property, or injury or death

of persons, the Contractor shall promptly notify the WCSA’s Security Services Manager or designee and the Metropolitan Police Department. The Contractor shall promptly furnish the WCSA Security Services Manager or designee and Law Enforcement for review and determination all pertinent information and statements concerning the incident(s) as follows:

(a) A detailed description of what occurred. (b) The property lost or damaged, or the identity of the person harmed. (c) The nature and extent of any damage or injury. (d) The time and cause of the loss, damage or injury. (e) The names of all persons around at the time of the incident. (f) All known ownership interests in the property. (g) Any insurance covering any part of or interest in the property or person.

C.15.4 WCSA shall determine within a reasonable time after submission of the statement

required in Section C.15.3, whether the Contractor has established by clear and convincing evidence that such loss, destruction or damage to property, or the injury or death of persons, did not result from fault, negligence, or wrongful act or omission of the Contractor.

C.15.5 If the WCSA determines that the Contractor failed to establish by clear and

convincing evidence that such loss, destruction or damage to property, or the injury or death of persons, did not result from fault, negligence, or wrongful act or omission of the Contractor; the Contractor shall, at no cost to the WCSA, make such repairs, replacements, and renovations of the lost, destroyed or damaged property, or take such other actions, as the WCSA designated officials may direct in writing.

C.15.6 At the discretion of WCSA, the Contractor may be required to pay to WCSA the

replacement value of the lost, destroyed, or damaged property, or the price to repair damaged property, or damages for injury or death of persons.

C.15.7 If within the time specified by WCSA the reviewing officials give written directions

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

19

to repair, replace, or renovate the lost, damaged, or destroyed property, or to pay the replacement value or repair price, or damages for injury or death to persons and the Contractor fails to perform its obligation under Section C.15.5, the WCSA officials may assess and require the Contractor to pay all damages and costs due.

C.16 QUALITY ASSURANCE AND QUALITY CONTROL PROGRAMS

C.16.1 The Contractor shall have an effective quality assurance program in place at all times.

C.16.2 The Contractor shall provide WCSA with its most recent Quality Assurance

Program along with proposal submission. The program is expected (at a minimum) to include the following features: (a) Site inspections, conducted by a Project Manager or Supervisor. (b) Officer call-in program. (c) Copy of policies and procedures. (d) Immediate removal of any officer when requested. (e) Senior management meetings where field operations, client satisfaction, client

expectations, and officer performance issues are discussed. C.16.3 The Contractor's Quality Control Program shall include, but not be limited to, the

following areas:

(a) Quality Control Monitor (b) A description of the type, level, and frequency of inspections performed by the

Contractor's Quality Control Monitor. Routine inspections performed by Area Supervisors as part of their normal duties should be excluded.

(c) Quality Control Inspection Checklists are to be used to conduct inspections which include, as a minimum, checks of: equipment, uniform and appearance; attendance and/or compliance with punch in/out procedures; and overall performance.

(d) A description of the Contractor's employee reward/incentive program and the Contractor's discipline procedures as applied when either superior or deficient performance is noted in the Contractor's Quality Control program.

C.17 WCSA-PROVIDED QUALITY CONTROL

C.17.1 WCSA will use any and all methods deemed necessary to ensure that the Contractor's employees are in a constant state of awareness and readiness. These methods may include surveillance by WCSA staff, intrusion tests by WCSA staff to evaluate the officer’s actions, and surveys of building clients regarding the officers' performance including the officers' professionalism, courtesy, and knowledge of their assigned duties.

C.17.2 In the event that a serious breach of assigned duty by the Contractor's

employee(s) is identified during a quality control exercise, the COTR shall immediately contact the Contractor to discuss the findings.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

20

C.18 PERFORMANCE EVALUATIONS

C.18.1 The COTR shall meet with the Contractor (either in person or via teleconference) prior to all performance evaluations, to discuss the results of WCSA's quality control findings and the overall performance of the contract by the Contractor.

C.18.2 Whenever possible, WCSA will give the Contractor the opportunity to correct any

identified problems or deficiencies prior to a written performance evaluation being given, in order to demonstrate WCSA's good faith and paramount intention to obtain successful performance by the Contractor.

C.18.3 WCSA will formally evaluate, in writing, the Contractor's performance on a

quarterly basis each year. The Contractor shall be permitted to respond, in writing, to the findings of the performance evaluation deemed “below satisfactory”. Both the performance evaluation and the Contractor's response shall be filed in the contract file. Where the Contractor fails to respond in writing to a performance evaluation, the COTR shall assume the Contractor's complete concurrence with the findings of the performance evaluation.

C.18.4 WCSA shall have the express authority to share the findings (either general or

specific) of the performance evaluation reports with any other Federal or District agency, non-profit agency, or business concern who seeks information about the Contractor's performance, in any manner (whether electronic, verbally, or in writing) that it deems appropriate.

C.18.5 WCSA shall use the performance evaluations as a factor to determine whether

the Contractor will remain on the Preferred Vendor Schedule and/or as a factor to determine whether to place the Contractor on any future schedule(s).

C.19 PERFORMANCE REQUIREMENTS The Contractor shall comply with the following performance requirements and standards:

Performance Requirement

Performance Standard Acceptable Quality Level

Surveillance Method and Frequency

Incentives/

Disincentives

Provide Security Services in accordance with Section C.

Security services shall be provided at a minimum satisfactory level.

Maintain a satisfactory rating on Client Surveys for the quarter.

Client Surveys conducted after each event.

Failure to meet satisfactory performance may result in removal from the Schedule.

Comply with all WCSA policies/

Demonstrate a thorough understanding and responsiveness to WCSA

No more than one (1) procedural

Client feedback and routine

Violation of policies, procedures

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

21

procedures and District regulations.

policies/procedures and District regulations.

violation within the quarter.

observation of contractor staff during event.

and regulations may result in removal from the Schedule.

[End of Section C]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

22

SECTION D: PACKAGING AND MARKING

INTENTIONALLY OMITTED

[End of Section D]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

23

SECTION E: INSPECTION AND ACCEPTANCE

E.1 INSPECTION AND ACCEPTANCE The inspection and acceptance requirements for the resultant contract shall be governed

by clause number 1.10, Inspection of Services, of WCSA’s Standard Contract Provisions (SCPs) dated May, 2006. A copy of WCSA’s SCPs may be downloaded from WCSA’s website at: www.dcconvention.com/VendorResources/BecomeAVendor.aspx.

[End of Section E]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

24

SECTION F: DELIVERIES OR PERFORMANCE

F.1 TERM OF AGREEMENT

The base term of the Agreement shall be from date of date of award through twelve (12) months thereafter.

F.2 OPTION TO EXTEND THE TERM OF THE AGREEMENT

F.2.1 WCSA may extend the term of the Agreement for four (4) one-year option periods, or any fraction thereof, by written modification to the Agreement before the expiration of the Agreement; provided that WCSA will give the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the Agreement expires. The preliminary notice does not commit WCSA to an extension. The exercise of this option is subject to the availability of funds at the time of the exercise of the option. The Contractor may waive the thirty (30) day preliminary notice requirement by providing a written waiver to the Contracting Officer prior to expiration of the Agreement.

F.2.2 If WCSA exercises the option, the Agreement shall be considered to include this option provision.

F.2.3 The price for the option period shall be as specified in the Agreement.

F.2.4 The total duration of the Agreement, including the exercise of any options under this clause, shall not exceed a base and four (4) one-year options.

F.3 PERFORMANCE

F.3.1 WCSA desires to obtain complete and satisfactory performance in accordance with the specifications and requirements in the Agreement. To this end, WCSA is contracting for the complete performance of services identified in this RFP’s Statement of Work. WCSA reserves the right to assess deductions for nonperformance. WCSA will consider inadequate performance to be as undesirable as non-performance, as the cost of correcting inadequate performance may equal or exceed the cost of initial poor performance.

F.3.2 The Key Personnel to be specified in the Agreement are considered to be essential to the work being performed thereunder. Prior to diverting any of the specified Key Personnel for any reason, the Contractor shall notify the Contracting Officer at least thirty (30) calendar days in advance and shall submit justification (including proposed substitutions), in sufficient detail to permit evaluation of the impact upon the contract. The Contractor shall obtain written approval of the Contracting Officer for any proposed substitution of key personnel.

F.3.3 The Contractor may risk termination or replacement if continued employment is contrary to a consistent productive relationship between the parties to the Agreement; or poses an unacceptable risk to WCSA’s business and reputation in the marketplace.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

25

F.3.4. If at any time WCSA finds that the Key Personnel assigned to the WCSA are unsatisfactory for the performance of the Contractor obligations hereunder, and such causes and reasons for such belief are reasonable and reported in writing to the Contractor by WCSA, the Contractor shall, within ten (10) days, replace such Key Personnel with individuals satisfactory to WCSA. WCSA may, at its sole discretion, extend the period to correct by written notification to the Contractor. If, at any time, the any individual identified as Key Personnel desires to leave his/her employment, the replacement individuals must be approved in writing by WCSA and the individual(s) shall have the requisite background to ensure that he/she is prepared and competent to assume the remaining responsibilities.

F.4 DELIVERABLES The Contractor shall provide to WCSA reports detailing financial revenue activity related

to the provision of Event Security Services at WCSA. Additionally, upon request, the Contractor shall provide ad hoc reports which may be presented to the Board Chairperson, or the Council of the District of Columbia. The number of copies of the Ad Hoc Report will be determined at the time of the request by WCCA.

Deliverable

Quantity Format/Method of Delivery

Due Date To Whom

Revenue Report

One (1) hard copy and one (1) electronic (PDF) file

Mail or hand delivery (e-mail for electronic)

Quarterly COTR

Annual Report

One (1) hard copy and one (1) electronic (PDF) file

Mail or hand delivery (e-mail for electronic)

October 30th of each year

COTR

Ad Hoc Report TBD Mail or Hand Delivery

TBD COTR

[End of Section F]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

26

SECTION G: CONTRACT ADMINISTRATION DATA

G.1 REVENUE SHARE G.1.1 The Contractor shall make commission payments to WCSA on a quarterly basis based

on Event Security revenue earned.

G.1.2 The Contractor shall submit quarterly the following information to WCSA as supporting information attached to each monthly payment:

A quarterly gross revenue report listing gross revenues by WCSA Events, that is to be subtotaled by month with running fiscal year-to-date totals;

A quarterly accounting of all Event Security Services provided. This report shall include a listing of all invoices issued during the month and listed in numeric order showing Invoice Number, Event Number, Event Name, client’s name, event space, total amount of the sale, and commission owed to WCSA. This report shall have a monthly subtotal and running year-to-date total of all invoices issued.

Detailed individual event revenue reports listing revenues and subtotals of Event Security services provided (number of employees and number of hours); and

Other detailed reports as WCSA may require.

The Contractor shall submit these reports electronically (Excel spreadsheet for financial information, Word or PDF document for narrative information).

G.1.3 The Contractor shall maintain all sales and financial records pertaining to the WCSA account, in both paper and electronic format.

G.1.4 WCSA shall have the right to examine all pertinent books and records at any and all reasonable times for the purpose of determining the accuracy thereof. The making of any willfully false report by the Contractor shall be grounds for immediate cancellation and termination of the Agreement at the sole discretion of WCSA.

G.1.5 The Offeror shall describe in its Proposal a description of its existing processes and systems to ensure compliance with these requirements, as well as samples of comparable reports.

G.2 SUBMISSION OF COMMISSION PAYMENTS

G.2.1 Commission payments shall be made on a quarterly basis which the Contractor will certify each payment for accuracy and correctness.

G.2.2 The Contractor shall submit proper commission payment on a quarterly basis, or as otherwise specified in Section G, to the WCSA Accounts Receivable Office:

Washington Convention and Sports Authority Accounts Receivable Office

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

27

801 Mount Vernon Place, NW Washington, DC 20001 Attention: Ms. Angela Green G.5 CONTRACTING OFFICER (CO)

Agreements will be entered into and signed on behalf of WCSA only by the WCSA President and CEO or WCSA Contracting Officer. The Contracting Officer for the Agreement will be:

Jonathan Butler Director of Contracts and Requisitions Washington Convention and Sports Authority 801 Mount Vernon Place, NW Washington, D.C. 20001 (202) 249-3157 (telephone) (202) 249-3114(fax) [email protected]

G.6 AUTHORIZED CHANGES BY THE CONTRACTING OFFICER

G.6.1 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this Agreement.

G.6.2 The Contractor shall not comply with any order, directive or request that changes or modifies the requirements of this Agreement, unless issued in writing and signed by the Contracting Officer.

G.6.3 The Contractor may be held fully responsible for any changes not authorized in advance, in writing, by the Contracting Officer; may be denied compensation or other relief for any additional work performed that is not so authorized; and, may also be required, at no additional cost to WCSA, to take all corrective action necessitated by reason of the unauthorized changes.

G.7 CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR)

G.7.1 The Contracting Officer’s Technical Representative (COTR) is responsible for general administration of the Agreement and advising the Contracting Officer as to the Contractor’s compliance or noncompliance with the Agreement. In addition, the COTR is responsible for the day-to-day monitoring and administration of the Agreement, ensuring that the work conforms to the specifications, requirements and terms and conditions of the Agreement. The COTR for the Agreement will be:

Gladys Jones Manager, Security Services Public Safety Division Washington Convention and Sports Authority 801 Mount Vernon Place, NW Washington, DC 20001

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

28

G.7.2 The COTR shall not have authority to make any changes in the specifications or Scope

of Work or terms and conditions of the Agreement.

G.7.3 The Contractor may be held fully responsible for any changes not authorized in advance, in writing, by the Contracting Officer; may be denied compensation or other relief for any additional work performed that is not so authorized; and, may also be required, at no additional cost to WCSA, to take all corrective action necessitated by reason of the unauthorized changes.

[End of Section G]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

29

SECTION H: SPECIAL CONTRACT REQUIREMENTS

H.1 HIRING OF DISTRICT RESIDENTS AS APPRENTICES AND TRAINEES H.1.1 For all new employment resulting from this contract or subcontracts hereto, as defined in

Mayor’s Order 83-265 and implementing instructions, the Contractor shall use its best efforts to comply with the following basic goal and objectives for utilization of bona fide residents of the District of Columbia in each project’s labor force: a) at least fifty-one (51) percent of apprentices and trainees employed shall be residents of the District of Columbia registered in programs approved by the District of Columbia Apprenticeship Council.

H.1.2 The Contractor shall negotiate an Employment Agreement with the DOES for jobs

created as a result of this contract. The DOES shall be the Contractor’s first source of referral for qualified applicants, trainees, and other workers in the implementation of employment goals contained in this clause.

H.2 DEPARTMENT OF LABOR WAGE DETERMINATIONS

The Contractor shall be bound by the Wage Determination No. 2005-2103, Revision 9, June 9, 2010, issued by the U.S. Department of Labor in accordance with the Service Contract Act (41 U.S.C. 351 et seq.) and incorporated herein as Section J.1.1 of this solicitation. The Contractor shall be bound by the wage rates for the term of the contract. If an option is exercised, the Contractor shall be bound by the applicable wage rate at the time of the option. If the option is exercised and the Contracting Officer obtains a revised wage determination, the revised wage determination is applicable for the option periods and the Contractor may be entitled to an equitable adjustment.

H.3 PUBLICITY

The Contractor shall at all times obtain the prior written consent of the Contracting Officer before it, any of its officers, agents, employees or subcontractors, either during or after expiration or termination of the Contract, makes any statement, or issues any material, for publication through any medium of communication, bearing on the work performed or data collected under this contract.

H.4 FREEDOM OF INFORMATION ACT

The District of Columbia Freedom of Information Act, D.C. Code § 2-532 (a-3), requires WCSA to make available for inspection and copying any record produced or collected pursuant to a WCSA contract with a private contractor to perform a public function, to the same extent as if the record were maintained by WCSA. If the Contractor receives a request for such information, the Contractor shall immediately send the request to the COTR designated in Section G.7 who will provide the request to the WCSA FOIA Officer. If WCSA receives a request for a record maintained by the Contractor pursuant to the Contract, the COTR will forward a copy to the Contractor. In either event, the Contractor is required by law to provide all responsive records to the COTR within the timeframe designated by the COTR. The WCSA FOIA Officer will determine the

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

30

releasability of the records. WCSA will reimburse the Contractor for the costs of searching and copying the records in accordance with D.C. Code § 2-532 and Chapter 4 of Title 1 of the D.C. Municipal Regulations.

H.5 51% DISTRICT RESIDENTS NEW HIRES REQUIREMENTS AND FIRST SOURCE EMPLOYMENT AGREEMENT

H.5.1 The Contractor shall comply with the First Source Employment Agreement Act of 1984 (“First Source Act”), D.C. Code, § 2-219.01 et seq., as amended.

H.5.2 The Contractor shall enter into and maintain, during the term of the Contract, a First Source Employment Agreement with the D.C. Department of Employment Services (DOES) in which the Contractor shall agree that:

(a) The first source for finding employees to fill all jobs created in order to perform this contract shall be DOES; and

(b) The first source for finding employees to fill any vacancy occurring in all jobs covered by the First Source Employment Agreement shall be the DOES First Source Register.

H.5.3 The Contractor shall submit to DOES, no later than the 10th day of each month following execution of the Contract, a First Source Agreement Contract Compliance Report (“Compliance Report”) verifying its compliance with the First Source Agreement for the preceding month. The contract compliance report for the Contract shall include the:

(a) Number of employees needed;

(b) Number of current employees transferred;

(c) Number of new job openings created;

(d) Number of job openings listed with DOES;

(e) Total number of District residents hired for the reporting period and the cumulative total number of District residents hired; and

(f) Total number of all employees hired for the reporting period and the cumulative total number of employees hired, including:

Name;

Social Security number;

Job title;

Hire date;

Place of residence; and

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

31

Referral source for all new hires.

H.5.4 If the Contract amount is equal to or greater than $100,000, the Contractor agrees that 51% of the new employees hired for the Contract shall be District residents.

H.5.5 With the submission of the Contractor’s final request for payment from WCSA, the Contractor shall:

(a) Document in a report to the Contracting Officer its compliance with the Section H.5.4 of this RFP; or

(b) Submit a request to the Contracting Officer for a waiver of compliance with Section H.5.4 and include the following documentation:

Material supporting a good faith effort to comply;

Referrals provided by DOES and other referral sources;

Advertisement of job openings listed with DOES and other referral sources; and

Any documentation supporting the waiver request to satisfy the requirements of Section H.5.6 below.

H.5.6 The Contracting Officer may waive the provisions of Section H.5.4 if the Contracting Officer finds that:

(a) A good faith effort to comply is demonstrated by the Contractor;

(b) The Contractor is located outside the Washington Standard Metropolitan Statistical Area and none of the contract work is performed inside the Washington Standard Metropolitan Statistical Area which includes the District of Columbia; the Virginia Cities of Alexandria, Falls Church, Manassas, Manassas Park, Fairfax, and Fredericksburg, the Virginia Counties of Fairfax, Arlington, Prince William, Loudoun, Stafford, Clarke, Warren, Fauquier, Culpeper, Spotsylvania, and King George; the Maryland Counties of Montgomery, Prince Georges, Charles, Frederick, and Calvert; and the West Virginia Counties of Berkeley and Jefferson;

(c) The Contractor enters into a special workforce development training or placement arrangement with DOES; or

(d) DOES certifies that there are insufficient numbers of District residents in the labor market possessing the skills required by the positions created as a result of the Contract.

H.5.7 Upon receipt of the Contractor’s final payment request and related documentation required by Sections H.5.5 and H.5.6 above, the Contracting Officer shall determine whether the Contractor is in compliance with Section H.5.4 or whether a waiver of compliance pursuant to Section H.5.6 is justified. If the Contracting Officer determines that the Contractor is in compliance, or that a waiver of compliance is justified, the

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

32

Contracting Officer shall, within two (2) business days of making the determination forward a copy of the determination to the CFO and the COTR.

H.5.8 Willful breach of the First Source Employment Agreement, or failure to submit the report required by Section H.5.5 of this RFP, or deliberate submission of falsified data, may be enforced by the Contracting Officer through imposition of penalties, including monetary fines of 5% of the total amount of the direct and indirect labor costs of the Contract. The Contractor shall pay all penalties to DOES, or may appeal the decision of the Contracting Officer, including the imposition of penalties, to the D.C. Contract Appeals Board.

H.5.9 The provisions of Sections H.5.4 through H.5.8 do not apply to nonprofit organizations.

H.6 PROTECTION OF PROPERTY

The Contractor shall be responsible for any damage to WCSA property in performing the services set forth in the contract.

H.7 AMERICANS WITH DISABILITIES ACT OF 1990 (ADA)

During the performance of the Contract, the Contractor and any of its subcontractors shall comply with the Americans with Disabilities Act (“ADA”; 42 U.S.C. 12101 et seq.).

H.8 SECTION 504 OF THE REHABILITATION ACT OF 1973, as amended.

During the performance of the contract, the Contractor and any of its subcontractors shall comply with Section 504 of the Rehabilitation Act of l973, as amended.

H.9 LIVING WAGE ACT OF 2006

During the performance of the Contract, the Contractor and any of its subcontractors shall comply with The Living Wage Act of 2006, codified at DC Official Code §§ 2-220.0 I through II.

[End of Section H]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

33

SECTION I: CONTRACT CLAUSES

I.1 APPLICABILITY OF STANDARD CONTRACT PROVISIONS

The WCSA Standard Contract Provisions (“SCP”, dated May 2006), are incorporated as part of the Contract resulting from this solicitation. To obtain a copy of the SCPs, go to www.dcconvention.com/VendorResources/BecomeAVendor.aspx. By submitting a proposal in response to this RFP, an Offeror, if selected for award, shall be deemed to have accepted the terms of RFP and the SCPs posted on the WCSA website

I.2 CONTRACTS THAT CROSS FISCAL YEARS Continuation of the Contract beyond the current fiscal year is contingent upon future fiscal appropriations

I.3 CONFIDENTIALITY OF INFORMATION

I.3.1 All information obtained by the Contractor relating to any employee or Licensee of WCSA must be kept in absolute confidence and shall not be used by the Contractor in connection with any other matters, nor shall any such information be disclosed to any other person, firm, or corporation, in accordance with the District and Federal laws governing the confidentiality of records.

I.3.2 WCSA will keep in confidence, all financial information provided by the Contractor

regarding Event Security Services provided, and will not disclose such information to any other person, firm, or corporation, unless otherwise required under District and/or Federal Law.

I.4 TIME

Time, if stated in a number of days, will include Saturdays, Sundays, and holidays, unless otherwise stated herein.

I.5 OTHER CONTRACTORS

The Contractor shall not commit or permit any act that will interfere with the performance of work by another WCSA contractor or by any WCSA employee.

I.6 SUBCONTRACTS

The Contractor hereunder shall not subcontract any of the Contractor’s work or services to any subcontractor without the prior written consent of the Contracting Officer. Any work or service so subcontracted shall be performed pursuant to a subcontract agreement, which WCSA will have the right to review and approve prior to its execution by the parties to such agreement. Any such subcontract shall specify that the Contractor and the subcontractor shall be subject to every provision of the Contract. Notwithstanding any such subcontract approved by WCSA, the Contractor shall remain liable to WCSA for all Contractor's work and services required hereunder.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

34

I.7 INSURANCE

I.7.1 The Contractor shall procure and maintain, during the entire period of performance under this contract, the types of insurance specified below. The Contractor shall submit a certificate of insurance giving evidence of the required coverages prior to commencing work. The Contractor shall require all subcontractors to carry the insurance required herein, or Contractor may, at its option, provide the coverage for any or all subcontractors, and if so, the evidence of insurance submitted shall so stipulate. In no event shall work be performed until the required certificates of insurance have been furnished. The insurance shall provide for 30 days’ prior written notice to be given to the WCSA in the event coverage is substantially changed, canceled or non-renewed. If the insurance provided is not in compliance with all the requirements herein, the WCSA maintains the right to stop work until proper evidence is provided.

I.7.2 The Contractor shall be required to maintain the following insurance with the minimum

amounts per incident or occurrence: (i) public liability for bodily injury or death sustained by any one person, $2,000,000, with a total limit of liability for bodily injury or death sustained by all persons in any one incident or occurrence, $5,000,000, (ii) property damage of $500,000 per claim, with an aggregate of $1,000,000 per incident or occurrence, (iii) workers compensation insurance at statutory limits and without exclusion of any class of employee; (iv) automobile insurance for all owned, non-owned/hired vehicles covering bodily injury or death and property damage with limits of not less than $1,000,000 Combined Single Limit, and (v) umbrella/excess umbrella liability with limits of not less than $5,000,000 per occurrence.

I.7.3 All required insurance policies shall be issued by insurers licensed to do business in the

District of Columbia and on forms acceptable to WCSA, and shall provide that the coverage thereunder may not be reduced or canceled unless thirty (30) days’ unrestricted prior written notice thereof is furnished to WCSA. All insurance shall be written by companies with a Best Guide rating of “A+”. Certificates of Insurance (or copies of policies, if requested by WCSA) shall be furnished to WCSA, naming WCSA as additional insured and containing a waiver of subrogation. The additional insured requirement shall not apply to Workers’ Compensation. The Contractor shall immediately notify WCSA of cancellation or material modification of any policy. If the insurance provided is not in compliance with the requirements herein, WCSA may, at its option, require the Contractor to stop work pending such compliance.

I.7.4 The Contractor shall furnish to WCSA a certificate evidencing the required insurance coverage not later than thirty (30) days prior to the date on which coverage is to be provided hereunder.

I.7.5 The Contractor shall be required to immediately report in writing to WCSA any incident that might reasonably be expected to result in any claim under any insurance required hereunder. The Contractor shall cooperate fully with WCSA in the investigation and disposition of any claim arising out of the performance of this contract.

I.8 INDEMNIFICATION

The Contractor shall defend, indemnify and hold WCSA, its Board of Directors, officers,

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

35

employees and the District of Columbia Government harmless from and against any and all claims, demands, losses or expenses of any nature whatsoever, including attorneys’ fees, arising directly or indirectly from or out of any negligent act, error or omission of the Contractor, its officers, directors, agents, subcontractors, invitees or employees; and/or any occupational injury or illness sustained by an employee or agent of the Contractor in furtherance of the Contractor’s services under the Agreement, and/or any failure of the Contractor to perform its services under the Agreement in accordance with the highest generally accepted professional standards, and/or any breach of the Contractor’s representations as set forth in the Agreement, and/or any other failure of the Contractor with the obligation on its part to be performed under the terms of the Agreement.

I.9 CONFORMANCE WITH LAWS

The Contractor shall perform under the contract in conformance with WCSA’s Procurement Regulations and all applicable statutes, laws, codes, ordinances, regulations, rules, requirements, orders and policies of governmental bodies.

I.10 ORDER OF PRECEDENCE

Any inconsistency in this solicitation shall be resolved by giving precedence in the following order: the Supplies or Services and Price/Cost Section (Section B), Specifications/Work Statement (Section C), the Special Contract Requirements (Section H), the Contract Clauses (Section I), and the SCP.

I.11 CONFLICT OF INTEREST I.11.1 No official or employee of the WCSA who exercises any functions or responsibilities in

the review, oversight or approval of the undertaking or carrying out of this contract shall, prior to the completion of the project, voluntarily acquire any personal interest, direct or indirect, in the contract or proposed contract.

I.11.2 The Contractor represents and covenants that, at the time of solicitation issuance and prior to project completion, it presently has no interest as an official or employee and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of its services hereunder. The Contractor further covenants not to employ any person having such known interests in the performance of the contract.

[End of Section I]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

36

SECTION J: LIST OF ATTACHMENTS J.1 ATTACHMENTS J.1.1 Wage Determination No. 2005-2103, Revision 9, June 9, 2010 J.1.2 Disclosure Statement J.1.3 WCSA “No Take” Policy for Tradeshow Workers J.1.4 WCSA Code of Conduct for Event Personnel J.2 INCORPORATED ATTACHMENTS (The following forms, located at http://www.dcconvention.com/VendorResources/CurrentOpportunities.aspx shall be completed and submitted with the offer.)

J.2.1 WCSA Standard Contract Provisions J.2.2 First Source Employment Agreement J.2.3 Tax Affidavit

[End of Section J]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

37

SECTION K: REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1 AUTHORIZED NEGOTIATORS

The Offeror represents that the following persons are authorized to negotiate on its behalf with WCSA in connection with this RFP: (list names, titles, and telephone numbers of the authorized negotiators).

___________________________________________________________

___________________________________________________________

___________________________________________________________

___________________________________________________________

K.2 TYPE OF BUSINESS ORGANIZATION

K.2.1 The Offeror, by checking the applicable box, represents that,

(a) It operates as:

A corporation incorporated under the laws of the State of: ____________________;

A limited liability corporation incorporated under the laws of the State of: ____________________;

An individual;

A partnership organized under the laws of the State of: ____________________;

A limited liability partnership organized under the laws of the State of: ____________________;

A nonprofit organization; or

A joint venture.

(b) If the Offeror is a foreign entity, it operates as:

An individual;

A joint venture; or

A corporation registered for business in __________________________ (Country)

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

38

K.3 CERTIFICATION AS TO COMPLIANCE WITH EQUAL OPPORTUNITY OBLIGATIONS

K.3.1 The Contractor shall submit an Equal Employment Opportunity (EEO) Policy Statement. The EEO Policy Statement is to be in narrative form and should serve as the framework for the Contractor’s Affirmative Action Program (AAP). On the outset, the Contractor’s AAP should clearly state that:

K.3.1.1 The officials, managers, and the duly appointed Equal Employment Opportunity Officer of the Contractor, have read and understand the EEO Policy and its implementing rules;

K.3.1.2 All of the Contractor’s officials and employees have been informed of the statement of the policy and that the policy shall be applied to every phase of employee recruitment, including employment agencies and advertising, compensation and opportunities for advancement, upgrading, promotions, transfer and selection for training. The Contractor’s employment policies and practices are to recruit and hire applicants for employment without regard to race, color, religion, national origin, sex, age, marital status, personal appearance, sexual orientation, family responsibilities, matriculation, political affiliation, or physical handicap;

K.3.1.3 The policy applies to all matters relating to hiring, promotion, transfer or termination of the Contractor’s employees, and covers all salaried and hourly paid positions in the office and the field, including all hourly paid jobs within all trades used in connection with the performance of the Contract;

K.3.1.4 The Contractor submits this AAP to assure compliance with all applicable District orders and regulations, and agrees that the provisions of the Contractor’s policy will bind all subcontractors;

K.3.1.5 The Contractor agrees to assert leadership whenever possible in the community and to put forth the maximum effort to achieve full employment utilization of the capabilities and productivity of all citizens without regard to race, color, religion, national origin, sex, age, marital status, personal appearance, sexual orientation, family responsibilities, matriculation, political affiliation, or physical handicap; and

K.3.1.6 The Contractor will cooperate fully with the applicable regulations of the Civil Rights Act of 1964 and Executive Order 11246.

K.3.1.7 The Contractor shall sign and submit its policy statement on the Contractor’s official letterhead.

K.4 DISCLOSURE STATEMENT

The Offeror or each Partner of any Joint Venture shall complete a Disclosure Statement (see Attachment J.1.2) that discloses any past or present business, familial or personal relationships with any of the WCSA Board of Directors or WCSA executive staff.

K.5 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

39

K.5.1 Each signature of the Offeror is considered to be a certification by the signatory that:

(1) The prices contained in its response to this RFP have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any offeror or competitor relating to:

(a) those prices;

(b) the intention to submit a contract; or,

(c) the methods or factors used to calculate the prices in the Contract.

(2) The prices contained in its response to this RFP have not been and will not be knowingly disclosed by the Offeror, directly or indirectly, to any other offeror or competitor before bid opening unless otherwise required by law; and

(3) No attempt has been made or will be made by the Offeror to induce any concern on the part of any other offeror or competitor to submit or not to submit a response to this RFP for the purpose of restricting competition.

K.5.2 Each signature on the Offer is considered to be a certification by the signatory that the signatory;

(1) Is the person in the Offeror’s organization responsible for determining the prices being submitted in response to this RFP, and that the signatory has not participated and will not participate in any action contrary to Sections K.5.1(1) through (3) above; or

(2) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to Sections K.5.1(1) through (3):

(insert full name of person(s) in the organization responsible for determining the prices offered in response to this RFP and the title of his/her position in the Offeror’s organization);

____________________________________________________________

____________________________________________________________

____________________________________________________________

(3) As an authorized agent, does certify that the principals named immediately above have not participated, and will not participate, in any action contrary to Sections K.5.1 (1) through (3); and,

(4) As an authorized agent, does certify that the principals named immediately above have not participated, and will not participate, in any action contrary to Sections K.5.1 (1) through (3).

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

40

K.5.3 If the Offeror deletes or modifies Section K.5.1 (2) above, the Offeror must furnish with its offer a signed statement setting forth in detail the circumstances giving rise to the modification

K.6 TAX CERTIFICATION

Each Offeror must complete and submit with its offer the Tax Verification Response Form (see Section J.2.3). This form will be submitted to the D.C. Office of Tax and Revenue and Department of employment Services for verification that the company is in good standing with the District’s tax requirements.

[End of Section K]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

41

SECTION L: INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

L.1 CONTRACT AWARD

L.1.1 WCSA intends to make multiple awards as a result of this solicitation to the responsible Offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to WCSA, cost or price, technical and other factors, specified elsewhere in this solicitation considered.

L.1.2 WCSA may award this Agreement based on initial offers received, without discussion. Therefore, each initial offer should contain the Offeror’s best terms from a standpoint of cost or price, technical and other factors.

L.2 PROPOSAL FORM, ORGANIZATION AND CONTENT

L.2.1 One (1) original and five (5) copies of the written proposals shall be submitted in two parts, titled "Technical Proposal" in accordance with Section L.2.3 and "Financial Proposal" in accordance with Section B.2. Proposals shall be typewritten in 12 point font size on 8.5” by 11” paper. Telephonic, telegraphic, e-mail or facsimile proposals will not be accepted. Each Technical and Cost proposal shall be submitted in a sealed envelope conspicuously marked with the following: "Proposal in Response to RFP No. 10-P-AS-050 (Event Security Preferred Vendor Schedule)”.

L.2.2 Offerors are directed to the specific proposal evaluation criteria found in Section M of this

solicitation, Evaluation Factors. The Offeror shall respond to each factor in a way that will allow WCSA to evaluate the Offeror's response. The Offeror shall submit information in a clear, concise, factual and logical manner providing a comprehensive description of program services and service delivery. The information requested below for the technical proposal shall facilitate evaluation and source selection for all proposals. The technical proposal must contain sufficient detail to provide a clear and concise representation of the requirements of Section C herein.

L.2.3 The following items are required in each Technical Proposal:

L.2.3.1 Offeror Profile - (TAB 1)

The Offeror shall condense and highlight the contents of the Technical Proposal in a separate section titles “Executive Summary”. The summary shall provide a broad overview of the Offeror’s understanding of the contents of the RFP and of how the Offeror’s proposal meets the scope of services outlined in Section C. Additionally, include the following:

(1) Firm name, business address, telephone and fax number; (2) Year established (include former firm names and year established, if

applicable); (3) Type of ownership; (4) Indicate whether the firm is licensed to do business in the District of

Columbia and possesses the necessary professional licenses to perform the service;

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

42

(5) Primary Contact’s name, mailing address and telephone number; (6) Full disclosure of any existing condition or interest, which might conflict

with the interest, operation or reputation of the WCSA; (7) Describe the specialized experience of the firm, and the current personnel,

with respect to providing security services to other convention centers, hospitality organizations, and city, state or federal agencies; and

(8) If a joint venture is contemplated, give the same information as requested above for each joint venture firm.

L.2.3.2 Firm’s Qualifications, Experience, Key Personnel and References - (TAB 2)

Provide the information requested in Sections C.6, Qualifications of Security Firm; C.7, References; and C.8.1 under Contractor Requirements.

L.2.3.3 Disclosure Instructions - (TAB 3)

a. Certify in writing to WCSA that it knows of no conflict between its interests and those of WCSA; and it knows of no facts or circumstances that might create the appearance of conflict between its interests and those of WCSA. (See Attachment J.1.2)

b. Indicate whether your firm is involved in litigation against WCSA or the District of Columbia.

c. Promptly update the WCSA upon learning of facts or circumstances rendering inaccurate the representation referred to in Section L.2.3.3 (a).

L.2.3.4 Representations, Certifications and Other Statements - (TAB 4)

a. Include all information in Section K of this RFP.

b. Attach a copy of, or a statement of, the firm’s affirmative action policy/plan, and statistical information relative to the Offeror’s accomplishments in meeting goals set forth in the policy/plan. The policy/plan will be evaluated and rated based on its content, goals, CEO commitment, timetables, and accomplishments.

L.2.3.5 Post Standards and Quality Assurance Program - (TAB 5)

Provide a copy of the Offeror’s proposed Post Standards (See Section C.4.1) and most recent Quality Assurance Program, which at minimum includes the features set forth in Section C.16.

L.2.3.6 Exceptions - (TAB 6)

The Offeror shall set forth any exceptions to its offer. Each exception requested by the Offeror shall be listed separately, followed by a detailed statement explaining the Offeror’s justification for the exception. Review and acceptance of an exception and/or modification of the solicitation shall be at the sole and absolute discretion of

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

43

WCSA, and shall be final. Failure of the Offeror to request an exception as prescribed in this Section L.2.3.8 shall be deemed a waiver.

L.2.4 The following items are requested in each Financial Proposal:

a. Offeror’s Commission to WCSA in accordance with Section B.2.

L.3 PROPOSAL SUBMISSION DATE AND TIME, AND LATE SUBMISSIONS, LATE MODIFICATIONS, WITHDRAWAL OR MODIFICATION OF PROPOSALS AND LATE PROPOSALS

L.3.1 Proposal Submission

Proposals must be submitted no later than Friday, October 22, 2010 by 3:00 pm (EST). Proposals, modifications to proposals, or requests for withdrawals that are received in the designated WCSA office after the exact local time specified above, are "late" and shall be considered only if they are received before award is made and one (1) or more of the following circumstances apply:

(a) The proposal or modification was sent by registered or certified mail not later than the fifth (5th) day before the date specified for receipt of offers;

(b) The proposal or modification was sent by mail and it is determined by the Contracting Officer that the late receipt at the location specified in the solicitation was caused by mishandling by WCSA, or

(c) The proposal is the only proposal received.

Offerors shall submit proposals to the attention and address cited on Page 1 of this RFP.

L.3.2 Withdrawal or Modification of Proposals

An Offeror may modify or withdraw its proposal upon written, telegraphic or e-mail notice, or facsimile transmission, if received at the location designated in the RFP for submission of proposals, but not later than the closing date for receipt of proposals.

L.3.3 Postmarks

The only acceptable evidence to establish the date of a late proposal, late modification or late withdrawal sent either by registered or certified mail shall be a U.S. or Canadian Postal Service postmark on the wrapper or on the original receipt from the U.S. or Canadian Postal Service. If neither postmark shows a legible date, the proposal, modification or request for withdrawal shall be deemed to have been mailed late. When the postmark shows the date but not the hour, the time is presumed to be the last minute of the date shown. If no date is shown on the postmark, the proposal shall be considered late unless the Offeror can furnish evidence from the postal authorities of timely mailing.

L.3.4 Late Modifications

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

44

A late modification of a successful proposal, which makes its terms more favorable to WCSA, shall be considered at any time it is received and may be accepted.

L.3.5 Late Proposals

A late proposal, late modification or late request for withdrawal of an offer that is not considered shall be held unopened, unless opened for identification, until after award and then retained with unsuccessful offers resulting from this solicitation.

L.3.6 Pre-Proposal Conference

There will be no pre-proposal conference for this requirement. Questions may be submitted as set forth in Section L.4.

L.4 EXPLANATION TO PROSPECTIVE OFFERORS

If a prospective Offeror has any questions relative to this solicitation, the prospective Offeror shall submit the question in writing to the contact person, identified on page one. The prospective Offeror shall submit questions no later than 3:00 pm (EST) on Wednesday, October 6, 2010, in order to receive an official response from WCSA. WCSA will not consider any questions received after 3:00 pm EDT on October 6, 2010, before the date set for submission of proposals. WCSA will furnish responses promptly to all other prospective Offerors and answers will be posted on WCSA website at www.dcconvention.com/VendorResources.aspx. An amendment to the solicitation will be issued if that information is necessary in submitting offers, or if the lack of it would be prejudicial to any other prospective Offerors. Oral explanations or instructions given before the award of the contract will not be binding.

L.5 FAILURE TO SUBMIT OFFERS

Recipients of this RFP not responding with an offer should not return this solicitation. Instead, they should advise the Contracting Officer whether they want to receive future solicitations for similar requirements by letter or postcard at 801 Mount Vernon Place, NW, Washington, DC 20001, or notify the Contracting Officer by e-mail at [email protected]. It is also requested that such recipients advise the Contracting Officer of the reason for not submitting a proposal in response to this solicitation. If a recipient does not submit an offer and does not notify the Contracting Officer that future solicitations are desired, the recipient's name may be removed from the applicable mailing list.

L.6 RESTRICTION ON DISCLOSURE AND USE OF DATA

L.6.1 Offerors requesting nondisclosure of information included in the proposal on the grounds that such information is proprietary or trade secret shall mark the title page with the following legend (with the understanding that WCSA’s compliance therewith is subject to applicable law or judicial process):

"This proposal includes data that shall not be disclosed outside WCSA and shall not be duplicated, used or disclosed in whole or in part for any purpose except for use in the procurement process. If, however, a contract is awarded to this Offeror as a result of or

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

45

in connection with the submission of this data, WCSA will have the right to duplicate, use, or disclose the data to the extent consistent with WCSA‘s needs in the procurement process. This restriction does not limit WCSA’s rights to use, without restriction, information contained in this proposal if it is obtained from another source. The data subject to this restriction are contained in sheets (insert page numbers or other identification of sheets).”

L.6.2 The Offeror shall mark each sheet of data it wishes to restrict with the following legend:

“Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal."

L.7 PROPOSALS WITH OPTION YEARS

The Offeror shall include option year rates in its financial proposal. An offer may be determined to be unacceptable if it fails to include option year rates.

L.8 PROPOSAL PROTESTS

L.8.1 All protests by an Offeror or contractor aggrieved in connection with this solicitation or the award of contract hereunder must be made in writing to WCSA’s Director of Contracts and Requisitions within seven (7) business days after the protester knew or should have known of the facts giving rise thereto. Protests shall be served on WCSA by obtaining a written and dated acknowledgment of receipt from the Contracting Officer. Protests served on WCSA after the seven-day period will not be considered. To expedite handling of protests, the envelope should be labeled “Protest”. The written protest shall include, at a minimum, the following:

(a) The name and address of the protester;

(b) Appropriate identification of the procurement, e.g., the solicitation number and if a contract has been awarded, its number;

(c) A statement of reasons for the protest; and

(d) Supporting exhibits, evidence or documents to substantiate any claims, unless not available within the filing time, in which case, the expected availability date should be indicated.

L.8.2 Protests will be reviewed and decided in accordance with Section 309 of WCSA’s procurement regulations (19 D.C.M.R. 309). The D.C. Contract Appeals Board (CAB) shall have exclusive jurisdiction to hear and decide appeals from final decisions by WCSA regarding a protest; provided, however, that no appeal may be taken to the CAB unless and until all administrative review procedures provided for in WCSA’s procurement regulations have first been fully and properly complied with and exhausted.

L.8.3 The CAB shall hear and decide appeals from final decisions of WCSA and grant relief in accordance with D.C. Code Section 1-1189.8 c-f and regulations promulgated thereunder, and such other statutes and regulations as are applicable to WCSA. The

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

46

unsuccessful Protester shall be responsible for any and all costs of the CAB in connection with any appeal and shall reimburse WCSA for such costs.

L.9 SIGNING OF OFFERS

The Offeror shall sign the offer and print or type its name on the Cover Form (Section A) of this RFP. Offers signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the Contracting Officer.

L.10 UNNECESSARILY ELABORATE PROPOSALS

Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this solicitation are not desired and may be construed as an indication of the Offeror's lack of cost consciousness. Elaborate artwork, expensive paper and bindings, and expensive visual and other presentation aids are neither necessary nor desired.

L.11 RETENTION OF PROPOSALS

All proposal documents shall be the property of WCSA and retained by WCSA, and thereafter will not be returned to the Offerors.

L.12 PROPOSAL COSTS

WCSA is not liable for any costs incurred by Offerors in submitting proposals in response to this RFP.

L.13 CERTIFICATES OF INSURANCE

The successful Offeror shall submit certificates of insurance to the Contracting Officer giving evidence of the required coverages as specified in Section C.5 above, prior to commencing work under the Contract and not later than fourteen (14) days after Contract award.

L.14 ACKNOWLEDGMENT OF AMENDMENTS

WCSA reserves the right to issue amendments or addenda to this RFP for the purpose of modifying the documents referred to herein at any time prior to the day and hour set for the opening of offers. Offerors shall acknowledge receipt of any amendment or addendum to this RFP by: (i) signing and returning the amendment or addenda; (ii) identifying the amendment or addendum number and date in the space provide for this purpose in the RFP Cover Form (Section A) and returning the same to WCSA at the time the offer is submitted; or (iii) by letter or telegram, including mailgrams or by facsimile. WCSA must receive the acknowledgment by the date and time specified for receipt of offers. An Offeror’s failure to acknowledge an amendment or addendum may result in rejection of its offer.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

47

L.15 BEST AND FINAL OFFERS

If, subsequent to receiving offers, negotiations are conducted, all Offerors within the competitive range will be so notified and may be provided an opportunity to submit written “Best and Final Offers” (BAFOs) at the designated date and time. BAFOs will be subject to the Late Submissions, Late Modifications and Late Withdrawals of Proposals provisions of this solicitation. After receipt of BAFOs, no discussions will be reopened unless the Contracting Officer determines that it is clearly in WCSA’s best interest to do so, e.g., it is clear that information available at that time is inadequate to reasonably justify Contractor selection and award based on the best and final offers received. If discussions are reopened, the Contracting Officer may issue an additional request for best and final offers to all Offerors still within the competitive range.

L.16 FAMILIARIZATION WITH CONDITIONS

Offerors shall thoroughly familiarize themselves with the terms and conditions of this RFP, acquainting themselves with all available information regarding difficulties which may be encountered, and the conditions under which the work is to be accomplished. Contractors will not be relieved from assuming all responsibility for properly estimating the difficulties and the cost of performing the services required herein due to their failure to investigate the conditions or to become acquainted with all information, schedules and liability concerning the services to be performed.

L.17 STANDARDS OF RESPONSIBILITY

L.17.1 The Offeror must demonstrate to the satisfaction of WCSA its capability in all respects to perform fully the contract requirements. Therefore, an Offeror must submit the documentation listed below, within five (5) days of any request by WCSA:

(a) Evidence of adequate financial resources, credit or the ability to obtain such resources as required during the performance of the contract;

(b) Evidence of the ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;

(c) Evidence of the necessary organization, experience, technical skills, accounting and operational controls, or the ability to obtain them;

(d) Evidence of compliance with all applicable District licensing and tax laws and regulations;

(e) Evidence of a satisfactory performance record, record of integrity and business ethics;

(f) Evidence of the necessary production capacity, construction ability and technical equipment and facilities, or the ability to obtain them;

(g) Evidence of other qualifications and eligibility criteria necessary to receive an award under applicable laws and regulations; and,

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

48

(h) If the Offeror fails to supply the information requested, the Contracting Officer shall make the determination of responsibility or non-responsibility based upon available information. If the available information is insufficient to make a determination of responsibility, the Contracting Officer shall determine the prospective contractor to be non-responsible.

[End of Section L]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

49

SECTION M: EVALUATION FACTORS

M.1 EVALUATION FOR AWARD

The Agreement(s) will be awarded to the responsible offeror(s) whose offer is most advantageous to the WCSA, based upon the evaluation criteria specified below. Thus, while the points in the evaluation criteria indicate their relative importance, the total scores will not necessarily be determinative of the award. Rather, the total scores will guide the WCSA in making an intelligent award decision based upon the evaluation criteria.

M.2 EVALUATION STANDARDS M.2.1 Evaluation factors for award:

a. The WCSA will make award to the responsible offeror(s) whose offer conforms to the solicitation and is most advantageous to the WCSA, cost or price and technical factors listed below considered. For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important.

b. The technical evaluation factors listed below are in descending order of importance: (1) Qualifications and Experience of the Individuals Who Will Perform the

Work This factor will be evaluated based on the submission of resumes and relevant experience of the personnel of the firm who will be working directly with WCSA, especially those partners responsible for directing the services and advice provided. (Refer to Section L.2.3.2)

(2) Demonstrated Understanding of the WCSA’s Needs This factor will be evaluated based on a qualitative assessment of the proposal for meeting the requirements of the statement of work. WCSA will give credit to demonstrated insight; suggested approaches, priorities, or areas of emphasis; and innovative and constructive thinking. (Refer to Section L.2.3.5)

(3) Specialized experience and technical competence of the Organization This factor will be evaluated based on the breadth and depth of the firm’s recent and relevant experience in the provision of comparable security services for other convention centers and similar clients. The WCSA will give credit to demonstrated knowledge of the WCSA and its current security operations. (Refer to Sections L.2.3.1 and L.2.3.2)

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

50

M.3 EVALUATION CRITERIA

M.3.1 Technical Criteria (75 Points)

Qualifications and Experience of the Individuals Who Will Perform the Work

25 points

Demonstrated Understanding of the WCSA’s Needs 25 points Specialized experience and technical competence of the Organization

25 points

M.3.2 Financial (Commission) Criteria (25 Points)

The commission evaluation will be objective. The offeror with the highest average commission rate across all revenue ranges will receive the maximum price points. All other proposals will receive a proportionately lower total score. The following formula will be used to determine each Offeror’s evaluated price score:

Highest average commission rate (x) weight = evaluated price score Average commission rate of proposal being evaluated

M.3.3 Preference (12 Points) Refer to Section M.5 for Preference qualifications. M.3.4 Total (112 Points) M.4 EVALUATION OF OPTION YEARS

The WCSA will evaluate offers for award purposes by evaluating the total price for all options as well as the base year. Evaluation of options shall not obligate the WCSA to exercise them. The total WCSA’s requirements may change during the option years. Quantities to be awarded will be determined at the time each option is exercised.

M.5 PREFERENCES FOR LOCAL BUSINESSES, DISADVANTAGED BUSINESSES,

RESIDENT-OWNED BUSINESSES, SMALL BUSINESSES, LONGTIME RESIDENT BUSINESSES, OR LOCAL BUSINESSES WITH PRINCIPAL OFFICES LOCATED IN AN ENTERPRISE ZONE.

This is an open market solicitation.

M.5.1 Under the provisions of the “Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005” (the Act), as amended, the WCSA shall apply preferences in evaluating bids or proposals from businesses that are small, local, disadvantaged, resident-owned, longtime resident, or local with a principal office located in an enterprise zone of the District of Columbia.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

51

M.5.2 GENERAL PREFERENCES

For evaluation purposes, the allowable preferences under the Act for this procurement are as follows:

M.5.2.1 The addition of three points on a 100-point scale for a small business enterprise (SBE) certified by the Department of Small and Local Business Development (DSLBD);

M.5.2.2 The addition of five points on a 100-point scale for a resident-owned business enterprise (ROB) certified by the DSLBD;

M.5.2.3 The addition of ten points on a 100-point scale for a longtime resident business (LRB) certified by the DSLBD;

M.5.2.4 The addition of two points on a 100-point scale for a local business enterprise (LBE) certified by the DSLBD;

M.5.2.5 The addition of two points on a 100-point scale for a local business enterprise with its principal office located in an enterprise zone (DZE) and certified by the DSLBD; and

M.5.2.6 The addition of two points on a 100-point scale for a disadvantaged business enterprise (DBE) certified by the DSLBD.

M.5.3 Application of Preferences The preferences shall be applicable to prime contractors as follows: M.5.3.1 Any prime contractor that is an SBE certified by the SLBOC or the DSLBD, as

applicable, will receive a three (3%) percent reduction in the bid price for a bid submitted by the SBE in response to an Invitation for Bids (IFB) or the addition of three (3) points on a 100-point scale added to the overall score for proposals submitted by the SBE in response to a Request for Proposals (RFP).

M.5.3.2 Any prime contractor that is an ROB certified by the SLBOC or the DSLBD, as

applicable, will receive a three (3%) percent reduction in the bid price for a bid submitted by the ROB in response to an Invitation for Bids (IFB) or the addition of three (3) points on a 100-point scale added to the overall score for proposals submitted by the ROB in response to a Request for Proposals (RFP).

M.5.3.3 Any prime contractor that is an LRB certified by the SLBOC or the DSLBD, as

applicable, will receive a ten (10%) percent reduction in the bid price for a bid submitted by the LRB in response to an Invitation for Bids (IFB) or the addition of ten (10) points on a 100-point scale added to the overall score for proposals submitted by the LRB in response to a Request for Proposals (RFP).

M.5.3.4 Any prime contractor that is an LBE certified by the SLBOC or the DSLBD, as

applicable, will receive a two (2%) percent reduction in the bid price for a bid submitted by the LBE in response to an Invitation for Bids (IFB) or the addition of two

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

52

(2) points on a 100-point scale added to the overall score for proposals submitted by the LBE in response to a Request for Proposals (RFP).

M.5.3.5 Any prime contractor that is an DZE certified by the SLBOC or the DSLBD, as

applicable, will receive a two (2%) percent reduction in the bid price for a bid submitted by the DZE in response to an Invitation for Bids (IFB) or the addition of two (2) points on a 100-point scale added to the overall score for proposals submitted by the DZE in response to a Request for Proposals (RFP).

M.5.3.6 Any prime contractor that is an DBE certified by the SLBOC or the DSLBD, as

applicable, will receive a two (2%) percent reduction in the bid price for a bid submitted by the DBE in response to an Invitation for Bids (IFB) or the addition of two (2) points on a 100-point scale added to the overall score for proposals submitted by the DBE in response to a Request for Proposals (RFP).

M.5.4 MAXIMUM PREFERENCE AWARDED

Notwithstanding the availability of the preceding preferences, the maximum total preference to which a certified business enterprise is entitled under the Act for this procurement is twelve (12) points on a 100-point scale for proposals submitted in response to an RFP. There will be no preference awarded for subcontracting by the prime contractor with certified business enterprises.

M.5.5 PREFERENCES FOR CERTIFIED JOINT VENTURES

When the DSLBD certifies a joint venture, the certified joint venture will receive preference as a prime contractor for categories in which the joint venture and the certified joint venture partner are certified, subject to the maximum preference limitation set forth in the preceding paragraph.

M.5.6 REQUIRED OFFEROR SUBMISSIONS TO RECEIVE PREFERENCES

M.5.6.1 Any Offeror seeking to receive preferences for this solicitation must submit at the time of, and as part of its bid or proposal, the following documentation, as applicable to the preference being sought:

Evidence of the Offeror’s or joint venture’s certification by the DSLBD as an SBE, LBE, DBE, DZE, LRB, or ROB, to include a copy of all relevant letters of certification from the DSLBD; or

Evidence of the Offeror’s or joint venture’s provisional certification by the DSLBD as an SBE, LBE, DBE, DZE, LRB, or ROB, to include a copy of the provisional certification from the DSLBD.

M.5.6.2 Any Offeror seeking certification or provisional certification in order to receive preferences under this solicitation should contact the:

Department of Small and Local Business Development ATTN: CBE Certification Program

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

53

441 Fourth Street, N.W., Suite 970N Washington, DC 20001

M.5.6.3 All Offerors are encouraged to contact the DSLBD at (202) 727-3900 if additional information is required on certification procedures and requirements.

M.6 EVALUATION OF PROMPT PAYMENT DISCOUNT

M.6.1 Prompt payment discounts shall not be considered in the evaluation of offers. However, any discount offered will form a part of the award and will be taken by WCSA if payment is made within the discount period specified by the Offeror.

M.6.2 In connection with any discount offered, time will be computed from the date of delivery of the supplies to carrier when delivery and acceptance are at point of origin, or from date of delivery at destination when delivery, installation and acceptance are at that, or from the date a correct invoice or voucher is received in the office specified by WCSA, if the latter date is later than date of delivery. Payment is deemed to be made for the purpose of earning the discount on the date of mailing of WCSA check.

[End of Section M]

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

54

Attachment J.1.1

WD 05-2103 (Rev.-9) was first posted on www.wdol.gov on 06/15/2010 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2103 Shirley F. Ebbesen Division of | Revision No.: 9 Director Wage Determinations| Date Of Revision: 06/09/2010 _______________________________________|____________________________________________ States: District of Columbia, Maryland, Virginia Area: District of Columbia Statewide Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince George's, St Mary's Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier, King George, Loudoun, Prince William, Stafford ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.08 01012 - Accounting Clerk II 16.92 01013 - Accounting Clerk III 22.30 01020 - Administrative Assistant 31.41 01040 - Court Reporter 21.84 01051 - Data Entry Operator I 14.38 01052 - Data Entry Operator II 15.69 01060 - Dispatcher, Motor Vehicle 17.87 01070 - Document Preparation Clerk 14.21 01090 - Duplicating Machine Operator 14.21 01111 - General Clerk I 14.88 01112 - General Clerk II 16.24 01113 - General Clerk III 18.74 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 13.62 01191 - Order Clerk I 15.12 01192 - Order Clerk II 16.50 01261 - Personnel Assistant (Employment) I 18.15 01262 - Personnel Assistant (Employment) II 20.32 01263 - Personnel Assistant (Employment) III 22.65 01270 - Production Control Clerk 22.03 01280 - Receptionist 14.43 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 18.07 01311 - Secretary I 18.07 01312 - Secretary II 20.18 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 16.98 01410 - Supply Technician 28.55 01420 - Survey Worker 20.03 01531 - Travel Clerk I 13.29 01532 - Travel Clerk II 14.36

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

55

01533 - Travel Clerk III 15.49 01611 - Word Processor I 15.63 01612 - Word Processor II 17.67 01613 - Word Processor III 19.95 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 25.26 05010 - Automotive Electrician 23.51 05040 - Automotive Glass Installer 22.15 05070 - Automotive Worker 22.15 05110 - Mobile Equipment Servicer 19.04 05130 - Motor Equipment Metal Mechanic 24.78 05160 - Motor Equipment Metal Worker 22.15 05190 - Motor Vehicle Mechanic 24.78 05220 - Motor Vehicle Mechanic Helper 18.49 05250 - Motor Vehicle Upholstery Worker 21.63 05280 - Motor Vehicle Wrecker 22.15 05310 - Painter, Automotive 23.51 05340 - Radiator Repair Specialist 22.15 05370 - Tire Repairer 14.44 05400 - Transmission Repair Specialist 24.78 07000 - Food Preparation And Service Occupations 07010 - Baker 13.85 07041 - Cook I 12.55 07042 - Cook II 14.60 07070 - Dishwasher 10.11 07130 - Food Service Worker 10.66 07210 - Meat Cutter 18.08 07260 - Waiter/Waitress 9.70 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.86 09040 - Furniture Handler 14.06 09080 - Furniture Refinisher 20.23 09090 - Furniture Refinisher Helper 15.52 09110 - Furniture Repairer, Minor 17.94 09130 - Upholsterer 19.86 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.54 11060 - Elevator Operator 10.54 11090 - Gardener 17.52 11122 - Housekeeping Aide 11.83 11150 - Janitor 11.83 11210 - Laborer, Grounds Maintenance 13.07 11240 - Maid or Houseman 11.26 11260 - Pruner 11.58 11270 - Tractor Operator 16.04 11330 - Trail Maintenance Worker 13.07 11360 - Window Cleaner 12.85 12000 - Health Occupations 12010 - Ambulance Driver 20.41 12011 - Breath Alcohol Technician 20.27 12012 - Certified Occupational Therapist Assistant 23.11 12015 - Certified Physical Therapist Assistant 21.43 12020 - Dental Assistant 17.18 12025 - Dental Hygienist 44.75 12030 - EKG Technician 27.67 12035 - Electroneurodiagnostic Technologist 27.67 12040 - Emergency Medical Technician 20.41 12071 - Licensed Practical Nurse I 19.07 12072 - Licensed Practical Nurse II 21.35

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

56

12073 - Licensed Practical Nurse III 24.13 12100 - Medical Assistant 15.01 12130 - Medical Laboratory Technician 18.04 12160 - Medical Record Clerk 17.42 12190 - Medical Record Technician 19.50 12195 - Medical Transcriptionist 18.77 12210 - Nuclear Medicine Technologist 37.60 12221 - Nursing Assistant I 10.80 12222 - Nursing Assistant II 12.14 12223 - Nursing Assistant III 13.98 12224 - Nursing Assistant IV 15.69 12235 - Optical Dispenser 20.17 12236 - Optical Technician 15.80 12250 - Pharmacy Technician 18.12 12280 - Phlebotomist 15.69 12305 - Radiologic Technologist 31.11 12311 - Registered Nurse I 27.64 12312 - Registered Nurse II 33.44 12313 - Registered Nurse II, Specialist 33.44 12314 - Registered Nurse III 40.13 12315 - Registered Nurse III, Anesthetist 40.13 12316 - Registered Nurse IV 48.10 12317 - Scheduler (Drug and Alcohol Testing) 21.73 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19.86 13012 - Exhibits Specialist II 24.61 13013 - Exhibits Specialist III 30.09 13041 - Illustrator I 20.48 13042 - Illustrator II 25.38 13043 - Illustrator III 31.03 13047 - Librarian 33.88 13050 - Library Aide/Clerk 14.21 13054 - Library Information Technology Systems 30.60 Administrator 13058 - Library Technician 19.89 13061 - Media Specialist I 18.73 13062 - Media Specialist II 20.95 13063 - Media Specialist III 23.36 13071 - Photographer I 16.65 13072 - Photographer II 18.90 13073 - Photographer III 23.67 13074 - Photographer IV 28.65 13075 - Photographer V 33.76 13110 - Video Teleconference Technician 20.39 14000 - Information Technology Occupations 14041 - Computer Operator I 18.92 14042 - Computer Operator II 21.18 14043 - Computer Operator III 23.60 14044 - Computer Operator IV 26.22 14045 - Computer Operator V 29.05 14071 - Computer Programmer I (see 1) 26.36 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.92

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

57

14160 - Personal Computer Support Technician 26.22 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 36.47 15020 - Aircrew Training Devices Instructor (Rated) 44.06 15030 - Air Crew Training Devices Instructor (Pilot) 52.81 15050 - Computer Based Training Specialist / Instructor 36.47 15060 - Educational Technologist 35.31 15070 - Flight Instructor (Pilot) 52.81 15080 - Graphic Artist 26.80 15090 - Technical Instructor 25.08 15095 - Technical Instructor/Course Developer 30.67 15110 - Test Proctor 20.20 15120 - Tutor 20.20 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.88 16030 - Counter Attendant 9.88 16040 - Dry Cleaner 12.94 16070 - Finisher, Flatwork, Machine 9.88 16090 - Presser, Hand 9.88 16110 - Presser, Machine, Drycleaning 9.88 16130 - Presser, Machine, Shirts 9.88 16160 - Presser, Machine, Wearing Apparel, Laundry 9.88 16190 - Sewing Machine Operator 13.78 16220 - Tailor 14.66 16250 - Washer, Machine 10.88 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.14 19040 - Tool And Die Maker 23.38 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.02 21030 - Material Coordinator 22.03 21040 - Material Expediter 22.03 21050 - Material Handling Laborer 13.83 21071 - Order Filler 15.09 21080 - Production Line Worker (Food Processing) 18.02 21110 - Shipping Packer 15.09 21130 - Shipping/Receiving Clerk 15.09 21140 - Store Worker I 11.72 21150 - Stock Clerk 16.86 21210 - Tools And Parts Attendant 18.02 21410 - Warehouse Specialist 18.02 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 27.21 23021 - Aircraft Mechanic I 25.83 23022 - Aircraft Mechanic II 27.21 23023 - Aircraft Mechanic III 28.53 23040 - Aircraft Mechanic Helper 17.54 23050 - Aircraft, Painter 24.73 23060 - Aircraft Servicer 19.76 23080 - Aircraft Worker 21.01 23110 - Appliance Mechanic 21.75 23120 - Bicycle Repairer 14.43 23125 - Cable Splicer 26.02 23130 - Carpenter, Maintenance 21.40 23140 - Carpet Layer 20.49 23160 - Electrician, Maintenance 27.98 23181 - Electronics Technician Maintenance I 24.94 23182 - Electronics Technician Maintenance II 26.47 23183 - Electronics Technician Maintenance III 27.89

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

58

23260 - Fabric Worker 19.13 23290 - Fire Alarm System Mechanic 22.91 23310 - Fire Extinguisher Repairer 17.62 23311 - Fuel Distribution System Mechanic 22.81 23312 - Fuel Distribution System Operator 19.38 23370 - General Maintenance Worker 21.43 23380 - Ground Support Equipment Mechanic 25.83 23381 - Ground Support Equipment Servicer 19.76 23382 - Ground Support Equipment Worker 21.01 23391 - Gunsmith I 17.62 23392 - Gunsmith II 20.49 23393 - Gunsmith III 22.91 23410 - Heating, Ventilation And Air-Conditioning 23.89 Mechanic 23411 - Heating, Ventilation And Air Contditioning 25.17 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 22.91 23440 - Heavy Equipment Operator 22.91 23460 - Instrument Mechanic 22.59 23465 - Laboratory/Shelter Mechanic 21.75 23470 - Laborer 14.98 23510 - Locksmith 21.90 23530 - Machinery Maintenance Mechanic 23.12 23550 - Machinist, Maintenance 22.91 23580 - Maintenance Trades Helper 18.27 23591 - Metrology Technician I 22.59 23592 - Metrology Technician II 23.80 23593 - Metrology Technician III 24.96 23640 - Millwright 28.19 23710 - Office Appliance Repairer 22.96 23760 - Painter, Maintenance 21.75 23790 - Pipefitter, Maintenance 24.63 23810 - Plumber, Maintenance 22.29 23820 - Pneudraulic Systems Mechanic 22.91 23850 - Rigger 22.91 23870 - Scale Mechanic 20.49 23890 - Sheet-Metal Worker, Maintenance 22.91 23910 - Small Engine Mechanic 20.49 23931 - Telecommunications Mechanic I 29.95 23932 - Telecommunications Mechanic II 31.55 23950 - Telephone Lineman 27.41 23960 - Welder, Combination, Maintenance 22.91 23965 - Well Driller 22.91 23970 - Woodcraft Worker 22.91 23980 - Woodworker 17.62 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.79 24580 - Child Care Center Clerk 17.77 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services 16.90 Coordinator 24630 - Homemaker 18.43 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 27.30 25040 - Sewage Plant Operator 20.84 25070 - Stationary Engineer 27.30 25190 - Ventilation Equipment Tender 19.49 25210 - Water Treatment Plant Operator 20.84 27000 - Protective Service Occupations

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

59

27004 - Alarm Monitor 20.57 27007 - Baggage Inspector 12.71 27008 - Corrections Officer 22.80 27010 - Court Security Officer 24.72 27030 - Detection Dog Handler 20.57 27040 - Detention Officer 22.80 27070 - Firefighter 24.63 27101 - Guard I 12.71 27102 - Guard II 20.57 27131 - Police Officer I 26.52 27132 - Police Officer II 29.67 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.59 28042 - Carnival Equipment Repairer 14.63 28043 - Carnival Equpment Worker 9.24 28210 - Gate Attendant/Gate Tender 13.01 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 14.56 28510 - Recreation Aide/Health Facility Attendant 10.62 28515 - Recreation Specialist 18.04 28630 - Sports Official 11.59 28690 - Swimming Pool Operator 18.21 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.13 29020 - Hatch Tender 23.13 29030 - Line Handler 23.13 29041 - Stevedore I 21.31 29042 - Stevedore II 24.24 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.92 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.84 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.56 30021 - Archeological Technician I 20.19 30022 - Archeological Technician II 22.60 30023 - Archeological Technician III 27.98 30030 - Cartographic Technician 27.98 30040 - Civil Engineering Technician 26.41 30061 - Drafter/CAD Operator I 20.19 30062 - Drafter/CAD Operator II 22.60 30063 - Drafter/CAD Operator III 25.19 30064 - Drafter/CAD Operator IV 31.00 30081 - Engineering Technician I 22.92 30082 - Engineering Technician II 25.72 30083 - Engineering Technician III 28.79 30084 - Engineering Technician IV 35.64 30085 - Engineering Technician V 43.61 30086 - Engineering Technician VI 52.76 30090 - Environmental Technician 27.41 30210 - Laboratory Technician 23.38 30240 - Mathematical Technician 28.94 30361 - Paralegal/Legal Assistant I 21.36 30362 - Paralegal/Legal Assistant II 26.47 30363 - Paralegal/Legal Assistant III 32.36 30364 - Paralegal/Legal Assistant IV 39.16 30390 - Photo-Optics Technician 27.98 30461 - Technical Writer I 21.93 30462 - Technical Writer II 26.84 30463 - Technical Writer III 32.47 30491 - Unexploded Ordnance (UXO) Technician I 24.74

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

60

30492 - Unexploded Ordnance (UXO) Technician II 29.93 30493 - Unexploded Ordnance (UXO) Technician III 35.88 30494 - Unexploded (UXO) Safety Escort 24.74 30495 - Unexploded (UXO) Sweep Personnel 24.74 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.98 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 14.32 31030 - Bus Driver 20.85 31043 - Driver Courier 13.98 31260 - Parking and Lot Attendant 10.07 31290 - Shuttle Bus Driver 15.66 31310 - Taxi Driver 13.98 31361 - Truckdriver, Light 15.66 31362 - Truckdriver, Medium 17.90 31363 - Truckdriver, Heavy 19.18 31364 - Truckdriver, Tractor-Trailer 19.18 99000 - Miscellaneous Occupations 99030 - Cashier 10.03 99050 - Desk Clerk 11.58 99095 - Embalmer 23.05 99251 - Laboratory Animal Caretaker I 11.30 99252 - Laboratory Animal Caretaker II 12.35 99310 - Mortician 31.73 99410 - Pest Controller 17.69 99510 - Photofinishing Worker 13.20 99710 - Recycling Laborer 18.50 99711 - Recycling Specialist 22.71 99730 - Refuse Collector 16.40 99810 - Sales Clerk 12.09 99820 - School Crossing Guard 13.43 99830 - Survey Party Chief 21.94 99831 - Surveying Aide 13.63 99832 - Surveying Technician 20.85 99840 - Vending Machine Attendant 14.43 99841 - Vending Machine Repairer 18.73 99842 - Vending Machine Repairer Helper 14.43 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.35 per hour or $134.00 per week or $580.66 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

61

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

62

A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

63

When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

64

ATTACHMENT J.1.2 DISCLOSURE STATEMENT

REQUEST FOR PROPOSALS (RFP) # 10-P-AS-050

“Event Security Preferred Vendor Schedule”

A. As applicable, each principal must submit a signed and dated statement that discloses any past or present business, familial, or personal relationships with any of the following persons:

WCSA Board of Directors Beverly Perry, Chair Mitchell Schear, Vice Chair Linda Greenan, Secretary Emily Durso, Treasurer James Abdo, Member Natwar Gandhi, Member John Boardman, Member Jay Haddock Ortiz, Member William Hall, Member Valerie Joy-Santos, Member WCSA Staff Members Gregory O’Dell, President and Chief Executive Officer Sean Sands, Chief of Staff Marlene L. Johnson, Esq., General Counsel and Assistant Secretary Henry W. Mosley, CPA, Chief Financial Officer Samuel R. Thomas, Senior Vice-President and General Manager, Convention Center

Operations Division Erik Moses, Senior Vice-President and Managing Director, Sports, Entertainment and

Special Events Division Jonathan Butler, Director, Contracts and Requisitions Nicole Becton Jackson, Esq., Deputy General Counsel Reginald L. Smith, Esq., Deputy General Counsel John Collins, Vice President, Facility Operations Chinyere Hubbard, Vice President, Communications and Marketing Judy Banks, Vice President, Human Resources

B If there are no relationships, a signed statement may be submitted, so long as it is

signed by each principal to whom the statement relates.

C. If there are such relationships, the statement must include the following certification and be signed by each principal to whom the statement relates.

“This is to certify that to the best of my knowledge and belief, the above represents a full and accurate disclosure of any past or present business, familial, or personal relationships with any of WCSA Board and Staff members identified in Attachment J.1.2 to RFP # 10-P-AS-050.

Name Date

Title

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

65

ATTACHMENT J.1.3

“No Take” Policy for Tradeshow Workers Thank you for your hard work in moving an unprecedented number of large tradeshows in and out of the Washington Convention Center throughout the year. Your hard work makes it possible for these events to successfully open and return to the District and the Center. As you know, many exhibitors offer sample products to attendees and guests. Frequently, the exhibitors offer these products to tradeshow workers as well. Please be reminded of the following Washington Convention Center Authority policies adopted by your employers and labor organizations:

No one may remove exhibitor material, exhibitor product, Authority property or contractor property from the Center. All persons and packages entering or leaving the Center are subject to search.

No one working at the Center may solicit or accept any tip, loan, gift, gratuity or favor

from any of the Authority’s customers, guests, users, exhibitors, licensees, clients, contractors or suppliers of good and services.

The Authority may eject from the Center anyone found in violation of this Code of

Conduct, and prohibit that person from working in the Center in the future. Although exhibitors may occasionally offer samples of products, the Authority expects that you will politely inform the exhibitor that you are not permitted to accept their kind offer. You are not permitted to ask for free samples. Anyone who is found to have accepted, or solicited, items from our clients, exhibitors or guests will be subjected to removal from the Center and possible dismissal from future work at the Center. All shows make arrangements to donate left-over product to local food banks and charitable organization. Thank you in advance for your complete cooperation with the Authority’s policies, and for your total support of the show’s charitable activities.

Revised November 2006

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

66

ATTACHMENT J.1.4

Code of Conduct for Event Personnel

You are an important representative of the District of Columbia and the Washington Convention Center Authority, and have a personal responsibility to maintain the highest standard of service to our customers. Your work is critical to the mission of the Walter E. Washington Convention Center.

Our goal is that Washington DC’s exhibition and production personnel are professional, dedicated, knowledgeable, friendly, courteous and the best convention and exhibition workers in the nation. You must treat everyone visiting and working in this facility as your personal guest.

This Code of Conduct for Event Personnel applies to everyone working on Washington Convention Center Authority (WCCA) property, including persons working for official contractors, exhibitor appointed contractors and vendors. The WCCA may eject from WCCA property anyone found in violation of this Code of Conduct, and prohibit that person from working on WCCA property in the future.

Identification Everyone must display at all times on WCCA property a valid identification badge approved by the WCCA. Badges must be completely visible and worn above the hip.

Access to the Convention Center Everyone must use the WCCA’s designated Labor Check-In entrance to enter the Center. Workers have access only to areas on WCCA property where their assigned work is being performed.

Prohibited Areas Only authorized WCCA employees and contractors are permitted in Food Service production areas, mechanical areas, IDF and network operations areas, parking areas, workshops, storage areas, employee locker rooms, employee lounges and management offices.

Attendance at Events No one working on WCCA property may use a WCCA identification badge or uniform as a pass or ticket into any event at the Center. No one may attend an event during his/her working hours.

Work Breaks in Public Spaces Workers may not take their breaks in leased or public space.

Parking No one may park on WCCA property without a current official parking permit issued by the WCCA. Unauthorized vehicles will be towed at the owner’s expense.

Proper Attire Everyone must dress in a professional manner and, where required, in the proper uniform. The WCCA may eject anyone working on WCCA property if that person's attire or appearance is inappropriate.

RFP #10-P-AS-050 Event Security Preferred Vendor Schedule

67

Courtesy Everyone is expected to be courteous and respectful to coworkers, employers, customers, exhibitors, guests and WCCA staff at all times.

Drugs, Alcohol, Weapons and Gambling Prohibited No one working on WCCA property may possess or use illegal drugs or alcoholic beverages or possess guns knives or other weapons. Gambling is strictly prohibited on WCCA property.

Disorderly Behavior No one working on WCCA property may engage in disorderly or inappropriate behavior, such as spitting, abusive language, threats, fighting, or reckless horseplay at any time while on WCCA property.

Taking of Product or Materials No one may remove exhibitor material, exhibitor product, WCCA equipment or contractor property from WCCA property. All persons and packages entering or leaving WCCA property are subject to search.

Tips and Gratuities No one working on WCCA property may solicit or accept any tip, loan, gift, gratuity or favor, including any free pass to a WCCA event, from any of the WCCA’s customers, guests, users, exhibitors, licensees, clients, contractors or suppliers of goods and services.

Care of Facilities Everyone working on WCCA property is expected to treat the facilities with care. Everyone is expected to know and comply with current facility operating guidelines and procedures at all times.

Safety No one working on WCCA property may engage in negligent or unsafe work practices. Everyone working on WCCA property must promptly report injuries, damage to property or equipment, theft or unauthorized possession of property or equipment, unsafe work conditions, unsafe activities, or unsafe conditions involving shows and/or any emergency to WCCA Security Services.

Solicitation No one may solicit, sell or conduct business on WCCA property unless specifically authorized in writing to do so by the WCCA. No one may post notices, signs or advertisements inside the Center or on WCCA property.

Smoking Smoking is prohibited inside the Center. Smoking is permitted outside of the Center in designated areas.

Violations The WCCA may eject from WCCA property anyone found in violation of this Code of Conduct, and prohibit that person from working on WCCA property in the future.