Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

Similar documents
The Bid Date has changed to 03/16/2010 at 2:30 PM.

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

Sub-Contractor/Supplier Pre-Qualification Questionnaire

DOCUMENT BID FORM. Village of Middle Point

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

Main Building Auditorium

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

PREQUALIFICATION QUESTIONNAIRE

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

Section IV. Bidding Forms

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)

SUBCONTRACTOR S QUALIFICATION STATEMENT

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

INSTRUCTIONS TO BIDDERS


REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

REQUEST FOR QUALIFICATIONS: AS NEEDED LEGAL SERVICES

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

INVITATION FOR BID Bid #872 - Printing Services

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

Invitation for Bid - Standard Office Furniture / Task Chair

CITY OF MARSHALL, MINNESOTA

SECTION BID FORM

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

City of Eagle Point 2017 Paving Instruction to Bidders

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK FOR THE NEW

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents

NOTICE TO BIDDERS. Work done shall be in strict accordance with Plans and Specifications prepared by

Newport News Public Schools

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BID PROPOSAL CONTRACT NO. AOPC

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

Addendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

Railroad Commission of Texas Mentor Protégé Program

IMMEDIATE RESPONSE REQUESTED

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

INVITATION FOR BIDS (IFB)

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

SUBCONTRACTOR/SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

PROFESSIONAL SERVICES PREQUALIFICATION APPLICATION INSTRUCTIONS FOR FORM 48A Revised January 2009

Notice to Bidders Page 1 of 6

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

DEAN + TYLER + BURNS ARCHITECTURE

Invitation for Bids # Potable Water Service Components

SECTION BID FORM (REVISED ) ADDENDUM No. 1

Bidding Conditions Attachment C

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

NOTICE TO BIDDERS FOR

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

MARYLAND STADIUM AUTHORITY

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

Albany Unified School District Contractor Prequalification

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

Addendum No. 1 Page 1 of 1

DOCUMENT BID PROPOSAL

Transcription:

Dear Firm Representative: Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE Included with this cover page please find Addendum No. 1 Modification to the September 18, 2007 Invitation for Bids for Armed and Unarmed Security Guard Services (IFB). Except as expressly modified by the attached Addendum No. 1, all other terms and conditions of the abovereferenced IFB are unchanged. Bidders must acknowledge receipt of this addendum by signing below and faxing this cover page as soon as possible to the SFMTA at 415-701-4736, attention: Lorraine Fuqua. Bidders must also submit the signed original of this addendum acknowledgement notice with their Bid. Failure to submit this signed original addendum acknowledgement notice with a Bid will result in the Bid being deemed non-responsive. If you have questions about this addendum acknowledgement notice, please send them by fax as indicated above, or by e-mail to lorraine.fuqua@sfmta.com. By signing below, I hereby acknowledge that I have received Addendum No. 1, consisting of this addendum acknowledgement notice and the pages that are attached hereto. Date received: Signature Print Name and Title Print Name of Firm One South Van Ness Avenue Seventh Fl. San Francisco, CA 94103 Tel: 415.701.4720 Fax: 415.701.4502 www.sfmta.com

SENT VIA ELETRONIC MAIL DATE: October 5, 2007 TO: FROM: SUBJECT: Prospective Bidders IFB-Armed and Unarmed Security Guard Services Lorraine Fuqua, Analyst, SFMTA Addendum No. 1 to Armed and Unarmed Security This Addendum is issued in response to issues raised by prospective Bidders regarding the September 18, 2007 IFB for Armed and Unarmed Security Guard Services. The IFB shall be modified as follows (new text is underlined, deleted portions are shown by strikethrough text): MODIFICATIONS TO IFB In response to issues raised by prospective Bidders, the IFB terms are hereby modified as set forth below: Modification No. 1: IFB BID DUE DATE AND BID OPENING DATE. (Page 1 of 50): Bid due date has been extended from October 15 at 12 Noon until October 19 at 12 Noon. Bid Opening has been postponed from October 16 at 2 p.m. until October 22, at 2 p.m. Modification No. 2: IFB MINIMUM QUALIFICATIONS Item #68A (Page 31 of 50) shall be modified to read as follows: A. Minimum Qualifications Each Bid that does not demonstrate compliance with the minimum qualifications listed in this Section 69 68 will be deemed non-responsive and will not be scored. 1. Documented Experience: The Bidder must have at least five (5) years direct experience managing both armed and unarmed security services for at least 15,000 7,500 hours per month for one organization. 2. Financial Solvency: Bidder must demonstrate $10 million to $15 at least $5 million per year of combined annual revenue or liquid current assets for the past three (3) years. a. Bidder must submit audited certified financial statements for the last five (5) years. If the Bidder s firm is a subsidiary of a larger organization, this information should be provided for both the parent and the Proposing entity. San Francisco Municipal Transportation Agency San Francisco Municipal Railway Department of Parking & Traffic One South Van Ness Avenue, Seventh Fl. San Francisco, CA 94103 Tel: 415.701.4500 Fax: 415.701.4430 www.sfmta.com

b. Five (5) years of financial statements demonstrating compliance with these financial solvency requirements will also be required from any subcontractor that is identified in a Bid with an anticipated level of participation in the Contract that would entitle them to payment of 30% or more of services provided. 3. The Contractor shall be licensed under the State of California, Private Investigators and Patrol Operators Adjustor's Act. The Contractor's license must not be currently under probation or suspension as set forth by the State of California, Department of Consumer Affairs. 4. Contractor shall be bonded and shall provide proof of bonding. Any bid that does not document that the Bidder meets these minimum requirements by the deadline for receipt of bids will be considered non-responsive and will not be scored. Modification No. 3: IFB TERMS RELATING TO BIDDING, Item #3 (page 2 of 50) shall be deleted from the document, as follows: 3. Bidding on Separate Services and in the Aggregate Bidders may bid separately for any service unless otherwise provided. Bidders may make an offer on one, some or all services, unless otherwise provided. Modification No. 4: IFB-TERMS RELATING TO BIDDING, Item #5 (page 3 of 50) shall be modified to read as follows: 5. Awards; Rejection of Bids SFMTA may make awards on one, some or all services in a bid. SFMTA reserves the right to reject any and all bids Modification No. 5: IFB SPECIAL CONDITIONS, Item #86 CPI Adjustment (page 41 of 50) shall be modified to read as follows: Commencing on the Effective Date of this Agreement and on each first anniversary of the Effective Date of the agreement (the "Anniversary Date") thereafter, rates for all categories listed in the bid document shall be adjusted on the first day of the month that immediately follows the Effective first Anniversary Date and on that same date in each succeeding year in direct proportion to the percentage increase in the Current CPI Index for Urban Wages Earners and Clerical Workers San Francisco-Oakland-San Jose Area for the month immediately preceding the applicable Anniversary Date ("Current Index") over the CPI index for the month of December 2007 ("Base Index"). In no case shall the rates, as adjusted, be less than the rates in effect immediately prior to the Anniversary Date. If the Current Index has increased over the Base Index, the adjusted Base Rate shall be determined Page 3 of 8

by multiplying the Base Rate by a fraction, the numerator of which is the Current Index and the denominator of which is the Base Index, as follows: Current Index Base Index X Base Rates = Adjusted Base Rates Modification No. 6: IFB GENERAL CONDITIONS, Item #30 (page 12 of 50) shall be modified to read as follows: 33. CONTRACT EXTENSION This contract may be extended, all or in part, for a period or periods of up to 2 years, either through 2 1-year extensions or through a 2-year extension, by mutual agreement in writing. The maximum contract period shall not be more than 4 5 years. Modification No. 7: IFB BID QUESTIONNAIRE, Item #3 (page 44 of 50) shall be modified to read as follows: 3. California Business License Number: PPO # (Private Patrol Operators number) Expiration Date: Modification No. 8: IFB SPECIAL CONDITIONS, Item #89 (page 42 of 50 shall be modified to read as follows: 89. BID SUBMITTAL INSTRUCTIONS Bids must be received at the SFMTA, #1 South Van Ness Avenue, 7 th Floor, San Francisco, CA 94103 by the time and date indicated on Page 1 of the Contract Proposal. Bids transmitted by FAX or any type of electronic mail will not be accepted. Bidders are to return the required documents, which include as follows: A. Page 1 of the Contract Proposal completed and signed B. One (1) sealed copy Bid Sheet(s) for items being bid (page 43 of 50). Bids must be submitted on the enclosed Bid Sheet. Prices should be clearly written by typewriter or pen and ink. C. Verification of Minimum Qualifications (See Special Condition No. 68, page 31 of 50). Bidder must complete Appendix 4 "Background Questionnaire" which is attached to this addendum. C. D. All additional questionnaires and forms completed and signed (See Standard Bid Forms, P-225 and Attestation Statements Appendices 1, 2 and 3 attached to this Contract Proposal) Page 4 of 8

i. Bid Questionnaire (IFB page 44 of 50) ii. Company Information (IFB page 45-6 of 50) iii. References (IFB page 47 of 50) iv. Standard Bid Forms as outlined (IFB, begins after "page 47 of 50") v. Appendices 1, 2 and 3 (IFB, begins after "Standard Bid Forms" listing Attestation and certification Documents) vi. HRC Attachment 3 (IFB, begins after Appendix 3; 22 pages, although pagination error caused last page to be numbered "22 of 24"). Corrected copy has been posted to the City's bids database at: http://mission.sfgov.org/ocabidpublication. D. E. Bid Security (See Special Condition No. 70) E. F. Bidders shall mail bid in an envelope clearly marked with the bid number "SFMTA SECURITY GUARD SERVICES" and due date in the lower left corner. F. G. Template Reports and Billing Formats in electronic and hard copy. H. Signed originals of any Addenda distributed regarding the Security Guard Services IFB. G. Reference Checks - 3 Bids must be submitted on the enclosed Bid Sheet(s). Prices should be clearly written by typewriter or pen and ink To receive full consideration, your bid should be unqualified and unconditional. Bids must be good for 180 days after Bid due date. For more information, e-mail lorraine.fuqua@sfmta.com or call 415-701-4678. Lorraine Fuqua, SFMTA (415) 701-4678 Page 5 of 8

OBJECTIONS TO IFB TERMS Following are the SFMTA responses to concerns raised regarding provisions of the IFB. Issue: Minimum Qualifications: As of October 4, 2007, three (3) bidders have submitted written statements regarding the minimum requirements of the contract, and have asked that these requirements be reviewed. These requests are attached. SFMTA Response to Issue: The Minimum Qualifications have been modified as stated in Modification No. 2 of Addendum 1. * * * Should a Proposer object on any ground to any provision or legal requirement set forth in this Addendum No.1, the Proposer must, not more than five (5) calendar days from the date of this Addendum, provide written notice to SFMTA setting forth with specificity the grounds for the objection to the contact person listed in Section VI.B of the IFB. The failure of a Proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. Thank you for your input and participation in this process. Page 6 of 8

Bidder A (submitted October 3, 2007) BIDDER LETTERS SUBMITTED "This is just a follow up on the issue we touched on in yesterdays meeting. On page 31 of 50 No 68. It quotes BIDDER'S / CONTRACTOR'S QUALIFICATIONS. Each Bid that does not demonstrate compliance with the minimum qualifications listed in this Section 69 will be deemed non-responsive and will not be scored. 1. Documented Experience: 5 yrs direct experience managing both armed and unarmed security services for at least 15,000 hours per month for one organization. 2. Financial Solvency: Bidder must demonstrate $10 million to 15 million per year of combined annual revenue or liquid current assets for the past three (3) years. Under these restrictions over half of the bidders are disqualified. Also when this contract was initially awarded (1998-1999 time-line) the Contractor was a small company with revenues less than 1 million per year. So the requirements contradict the goal of supporting local small to medium companies. Just an issue for us and many others. I understand we are all under a bit of a time constraint at this time as well to get the bids in or not. Any information you may come across would be a great help. Thank you for your time." Bidder B (Submitted October 4, 2007) "***** is a Minority owned, Small Disadvantaged Business, SBA certified 8(a) firm. We would like to request a reconsideration of the minimum qualification requirements of contractor s for the San Francisco Municipal Transportation Agency. Documented Experience and Financial Solvency Requirements on pg. 31 of the Bid and Contract Conditions almost exclude all small businesses. If the experience requirement may be amended to one to two years direct experience and if the limitation of services to one organization be amended to two or three, that will allow us and many other competitors to submit their proposals. In addition, if the financial statements requirement may be changed to a maximum of $ 10 million per year for the past three years, or an average of $10 million per year for the past three years, we would truly appreciate it. Thank you for considering our request." Page 7 of 8

Bidder C (submitted October 4, 2007) "This email is written to address the issues and concerns mentioned in the Pre-Bid meeting on October 2, 2007 regarding Contractor s Qualifications. I am responding as a Local Business Enterprise and Small Business Enterprise. We meet the qualifications documenting five (5) years of direct experience. However, we lack in financial solvency. SFMTA invites small businesses to respond to their Request for Proposal but makes it unrealistic to meet the qualifications as an SBE and LBE. Our combined revenue will not meet the $10-$15 million qualification. As well, because of the cost of an audited financial statement we have elected to do without this luxury. I hope you will take into consideration the concerns of all LBE s and adjust these qualifications." Page 8 of 8

San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services Appendix 4--Background Questionnaire EXPERIENCE AND FINANCIAL RESPONSIBILITY OF BIDDER THE COMPLETED BACKGROUND QUESTIONNAIRE MUST BE SUBMITTED WITH BID. The following statements as to experience and financial qualifications of the Bidder are submitted with the bid as a part thereof and the truthfulness and accuracy of the information are guaranteed by the Bidder: 1. NAME: (Print name of corporation, individual or firm name under which business is to be conducted, as it is to appear on the general services agreement. 2. MAILING ADDRESS: Street Address/P.O. Box City State Zip 3. BIDDER INTENDS TO DO BUSINESS AS A: Set forth with corporation, co-partnership, joint venture or individual.) 4. FULL NAME, TITLE AND ADDRESS of all the principal personnel of Bidder: If an individual, the name of the party proposing; if a co-partnership or joint venture the members of the co-partnership or joint venture; if a corporation the State of Incorporation, the president, vice president and secretary PERSONNEL 0F BIDDER: (Full name - Do not use initials) A. Contact Person: First Name Middle Name Last Name Title or Position (Co-Partner, joint venture, officer of corporation, or individual) Business Address City State Zip Code B. First Name Middle Name Last Name Title or Position (Co-Partner, joint venture, officer of corporation, or individual) Business Address City State Zip Code C. First Name Middle Name Last Name Title or Position (Co-Partner, joint venture, officer of corporation, or individual) Business Address City State Zip Code Attachment 4 Background Questionnaire Page 1 of 5

San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services 5. List of organizations for which the bidder has managed both armed and unarmed security services, for the past five years*: Name of Client Organization Beginning and End date of service: Number of Guard hours assigned monthly Example: Smith Corporation 4/5/2000 to present 7,700 *Note: The minimum qualifications, as amended in Addendum No. I, state the Contractor must manage security guard services for at least 7,500 hours per month for one organization. 6. Provide a brief history of the organization submitting the Bid. Attachment 4 Background Questionnaire Page 2 of 5

San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services NOTE: IF THE ANSWER TO ANY OF THE ITEMS 7-12 IS YES, PLEASE EXPLAIN. 7. Has the Bidder ever defaulted on a Security Contract? 8. Has the Bidder ever requested release from a Security Contract? 9. Has the Bidder ever had a Security Contract canceled? 10. Has the Bidder ever been a party to any legal action or proceeding relating to a Security contract or lease? 11. Is the Bidder now in arrears on payments due on any security business or operation? 12.. Does the Bidder have any claims or liens pending against it or has it ever been the subject of such action taken by any governmental body for the non-payment of taxes, law violations or violations of any city, county, state or federal codes? Attachment 4 Background Questionnaire Page 3 of 5

San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services 13. The following banks or other financial institutions can provide information as to the financial responsibility of the bidder. By signing below the authorized representative of the bidder gives permission to such banks and institutions to disclose to the SFMTA s authorized representative any financial information contained in its files or records. Name of Bank: Address: City, State: Name of Bank: Address: City, State: Name of Bank: Address: City, State: 14. Prior to award or confirmation of the agreement the SFMTA may require the successful bidder to furnish further information to enable it to determine the responsibility or capability of the undersigned to perform the terms and conditions of the proposed personal services agreement and bidder agrees to provide such information. 15. The bidders must submit their certified financial statements for the last three (3) years. Statements of a parent company or a holding company will not be accepted where a bid is submitted in the name of a subsidiary company; the statement of the subsidiary company will be required. All financial statements should be marked as follows: PROPRIETARY FINANCIAL DATA" Attachment 4 Background Questionnaire Page 4 of 5

San Francisco Municipal Transportation Agency (SFMTA) Invitation for Bids-Security Services VERIFICATION: The following individual is the authorized contact for this IFB and the SFMTA should refer all questions and information related to the IFB to this individual: Name of Firm Contact: Email Address: Phone Number: Fax Number: Street Address: Dated: Authorized Representative of Bidder Attachment 4 Background Questionnaire Page 5 of 5