Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20260491
Uhc-HD*1 uc-5C1 SERVICE AGREEMENT BETWEEN WELD COUNTY AND TRAUST SECURITY GROUP, INC THIS AGREEMENT is made and entered into this I day of M(1,(/01 , 2026, by and between the Board of Weld County Commissioners, on behalf of Facilities, hereinafter referred to as "County," and Traust Security Group, INC. hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2600008 Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement Form Revision 5-2025 Cori Vini- Cam. CC: 0 n base(bel) 702(>? -04n I 3/t W2 5A wz Lo ��►OOZ 3 understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $441,792.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after 2 December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of 3 responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, 4 affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and 5 deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to 6 County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions 7 of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 8 TO CONTRACTOR: Name: Eric Phillips Position: Owner Address: 450 N. Cleveland Ave, Loveland CO 80537 E-mail: eric.phillips©traustsecurity.com Phone: (970)481-1785 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Greeley CO, 80631 E-mail: poneill©weid.gov Phone: (970)400-2023 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, 9 confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 30. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 31. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 10 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name. Eric Phillips Date of Signature: 3/10/2026 Title: Owner/Chief Operating Officer WELD COUNTY: ATTEST: del.rittivV jr/ BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: /(/� / P Y De ut Clerk to the BoarC� Cott K. James, Chair go 40 ���` MAR 1 8 2026 \_.: If ,, i,,r 0 uFA/0; i 11 7OZID-0 I 1f. Weld County Finance Department � \ Purchasing Division \ 1 - t I Exhibit A 1301 North 17th Avenue L� n Greeley, Colorado 80631 2 C G U N T Y Professional Services — Request for Proposal (REP) Cover Sheet Bid Number: B2600008 Title: Weld County Security Services Advertisement Date: January 16, 2026 Pre- Bid Meeting: January 30, 2026, at 9:00 am Pre- Bid Location: 1105 H Street Greeley CO,80631 Questions Due: February 6, 2026, by 2:00 pm Questions Posted: February 11, 2026, by 2:00 pm Questions email: bids(a�weld.gov Bid Due Date: February 18, 2026, by 10:00 am Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bidsweld.gov Documents Included in this Solicitation Package RFP Schedules RFP Attachments Schedule A: Proposal Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: RFP Response - Criteria Schedule E: Proposal Form Schedule F: Insurance Schedule G: Weld County Contract Form Revision 6-2025 Table of Contents Professional Services — Request for Proposal (RFP) Cover Sheet 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A- Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 15 Schedule D — RFP Response Criteria 16 RFP Response Submittal 16 Response Format 17 Grading Criteria 17 Schedule E - Proposal Response Form 20 Proposal Submittal Instructions 20 Fees 20 Attestation 20 Schedule F — Insurance 22 Insurance 22 Insurance Mailing Information 25 Schedule G - Weld County Contract 26 Contractual Obligations 26 Weld County Standard Contract 26 Solicitation# B2600008 Page 2 Schedule A - Proposal Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Weld County Security Services A mandatory pre-bid conference will be held on January 30, 2026 , at 9:00 am at the Facilities Building located at, 1105 H Street Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: February 18, 2026 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 18, 2026 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„298174180# Meeting ID: 261 184 414 818 39 United States, Denver Passcode: aT9WE77N Phone conference ID: 298 174 180# Proposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their Proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1. PREFERRED: email Proposals to bids(aweld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation #B2600008 Page 3 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Solicitation# B2600008 Page 4 Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation#B2600008 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a vendor to provide Security Services Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through a two-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities Scope of Work: Contracted Security Services Section 1: Provide Weekday Patrol Checks 5pm-7am Monday Night- Friday Morning: 1.1 Building Patrol Checks Include: a. Patrolling parking lots and taking note of any unusual activity or circumstances. b. Walking the exterior of each building and press or pull checking each exterior door to ensure secure. 1. If unsecure doors are found then the contractor is responsible for securing the opening or contacting maintenance. c. Visually inspecting the building grounds and exterior to ensure nothing unusual is occurring. d. Contact 911 if necessary, then alert the Weld County Security Supervisor. If any law enforcement or fire department intervention is needed. e. Contact Weld County Security team if any maintenance items are noticed that could impact the business operation (water leaks, power outages, door access issues). • Refer to Section 7, Table 1: Order of Weld County Building Patrols for specific locations, addresses and patrol order. Solicitation # B2600008 Page 6 • Refer to Section 7 for typical shift schedule expectations. Section 2: Provide Weekday Surveillance System Monitoring 5pm-7am Monday Night— Friday Morning: 2.1 Monitoring Video System a. Stationary, on-site technician with a primary role of monitoring incoming video. - Monitoring station location is inside of Weld County Facilities building. 2.2 Monitoring Phone and Operations Technology Systems b. Receiving phone calls using a Weld County provided phone device and routing calls to County maintenance crews or contacting 911 as needed. c. Receiving intrusion and fire alarm notifications and routing calls to County maintenance crews or contacting 911 as needed. d. Sending follow-up emails to County Security team and submitting work tickets using County work order system for non-emergency maintenance issues. • Refer to Section 8 for a complete list of County properties to be monitored. Section 3: Provide Weekend Patrol Checks 5pm Friday Night- 7am Monday Morning: 3.1 Building Patrol Checks Include: a. 6 Shifts: 1. 5pm Fri — 11:30pm Fri 2. 11:30pm Fri — 11:30am Sat 3. 11:30am Sat-11:30pm Sat 4. 11:30pm Sat-11:30am Sun 5. 11:30am Sun — 11:30pm Sun 6. 11:30pm Sun- 7am Mon b. Patrolling parking lots and taking note of any unusual activity or circumstances. c. Walking the exterior of each building and press or pull checking each exterior door to ensure secure. 1. If unsecure doors are found, then the contractor is responsible for securing the opening or contacting maintenance. d. Visually inspecting the building grounds and exterior to ensure nothing unusual is occurring. e. Walking the interior halls of each building checking that critical areas are secure and noticing any unusual circumstances. f. Contact Weld County Security team if any maintenance items are noticed that could impact the business operation (water leaks, power outages, door access issues). g. Contact 911 if necessary, then alert the Weld County Security team. If any law enforcement or fire department intervention is needed. • Refer to Section 7, Table 1: Order of Weld County Building Patrols for specific locations, addresses and patrol order. • Refer to Section 7 for typical shift schedule expectations. Solicitation #B2600008 Page 7 Section 4: Provide Weekend Surveillance System Monitoring 5pm Friday Night -7am Monday Morning 4.1 Monitoring Video System a. 6 Shifts: 1. 3pm Fri — 11:30pm Fri 2. 11:30pm Fri — 11:30am Sat 3. 11:30am Sat -11:30pm Sat 4. 11:30pm Sat-11:30am Sun 5. 11:30am Sun — 11:30pm Sun 6. 11:30pm Sun- 7am Mon b. Stationary, on-site technician with a primary role of monitoring incoming video. - Monitoring location is inside of Weld County Facilities building. 4.2 Monitoring Phone and Operations Technology Systems a. Receiving phone calls using a Weld County provided phone device and routing calls to County maintenance crews or contacting 911 as needed. b. Receiving intrusion and fire alarm notifications or alarms and routing calls to County maintenance crews or contacting 911 as needed. c. Sending follow-up emails to County Security team and submitting work tickets using County work order system for non-emergency maintenance issues. • Refer to Section 8 for a complete list of County properties to be monitored. • Refer to Section 7 for typical shift schedule expectations. Section 5: All Shifts, As Needed/ Requested Support: 5.1: Customer Service: a. Providing access to buildings after hours as needed for Weld County employees. b. Escorting employees to and from buildings after hours if requested. c. Escorting contractors or providing access to contractors as requested. 5.2: Additional Patrols: a. Additional interior building checks during inclement weather conditions. b. Monitoring river levels during high water conditions. c. Assist fire department or law enforcement when dispatched. - Building access only. d. Additional exterior patrols as requested. 5.3 Holidays (Please Also Price Coverage for the Following Holidays) a. Martin Luther King Day b. President's Day c. Memorial Day d. 4th of July (Independence Day) July 4th and 5th Solicitation#B2600008 Page 8 e. Labor Day f. Veterans Day g. Thanksgiving (Thursday and Friday) h. Christmas Eve/ Christmas i. New Years Eve/ Day Section 6: General Expectations 6.1: General Expectations: a. Clearly identified uniformed personnel. b. Background check approved and on file with Weld County. c. Responsible for being issued Weld County building keys and access badge. d. Responsible use of Weld County surveillance systems. e. Contractor to provide clearly identified vehicles. f. Consistent personnel assigned to Weld County as a specific account. g. Able to effectively communicate via email, text and phone. h. Maintaining an event log that is available to daytime Weld County Maintenance Staff/ Supervisors. 1. Track times when buildings were checked. 2. Track times of incidents or maintenance related calls/ resolutions. Definitions: 1. Building Check Patrols: Press or Pull Checking exterior doors, Checking Interior Spaces as needed or requested. 2. Deterrence Patrols: Driving through parking lots of County properties and observing the areas for unusual activity. This also includes walking the plazas of the Courts buildings and Chase building. Section 7: Daily Schedule Expectations: Monday Night — Friday Morning: • 5:00pm: Report to Facilities. • 5:30pm: Check mechanical rooms Courts Plaza / turn on Courthouse exterior lights. • 6:00pm: Begin 1st building check patrol. • 10:00pm: End of 1st building check patrol. Begin deterrence patrol or additional patrols as directed by Weld County Security Supervisor. • 12:00am: Begin 2nd building check patrol. • 4:00am: End of 2nd building Patrol. Check mechanical rooms Courts Plaza / turn on Courts interior lights / check Interior doors. • 5:00am: Start 2nd deterrence patrol. • 7:00am: End of shift. Friday Night — Saturday Night: • 5:00pm (Friday): Report to Facilities. Solicitation#B2600008 Page 9 • 5:30pm: Check mechanical rooms Courts Plaza / turn on Courthouse exterior lights. • 6:00pm: Begin 1st building check patrol. • 10:00pm: End of 1st building check patrol, begin deterrence patrol or additional patrols as directed by Weld County Security Supervisor. • 12:00am: Begin 2nd building check patrol. • 4:00am: End of 2nd building patrol, check mechanical rooms Courts Plaza. • 5:00am: Begin 3rd patrol interior building checks. • 12:00pm: Begin 4th building check patrol. • 5:00pm: Begin1st deterrence patrol. • 8:00pm: Begin 2nd deterrence patrol w/ Courts mechanical room check or additional patrols as directed by Weld County Security Supervisor. • 11:59 pm: Shift Ends Sunday Morning — Monday Morning: • 12:00am: Begin 1st building check patrol. • 4:00am: End of 1st building patrol, check mechanical rooms courts plaza. • 5:00am: Begin 2nd patrol with interior building checks. • 12:00pm: Begin 3rd building check patrol. • 5:00pm: Begin 1st deterrence patrol. • 8:00pm: Begin 2nd deterrence patrol. • 12:00am: Begin 4th building check patrol. • 4:00am: End of 4th building patrol, check mechanical rooms Courts Plaza / turn on Courts interior lights / check interior doors. • 5:00am: Start 3rd deterrence patrol. • 7:00am: End of shift. Table 1: Order of Weld County Building Patrols: 10T" ST & 10" AV Check all Doors & Stairwells 934 9TH AV Check all Doors 918 10' ST Check all Doors and Buildings to the East 901 10T" AV Check all Doors 822 7T" ST Check all Doors 300 8T" AV Check all Doors not in Fenced Area & Gate* 1500 2ND ST Check all Doors not in Fenced Area & Gates* 315 N 11 T" AV Check all Doors 501 N 14' AV Drive By all Buildings 1104 H ST Check all Doors / Sheriff Area 1250 M ST Check all Doors 1150 0 ST Check all Doors 1555 & 1551 N 17" AV Check all Doors not in Fenced Area & Gates* Solicitation# B2600008 Page 10 1400 & 1402 N 17TH AV Check all Doors 1401 N 17TH AV Check all Doors 1399 N 17TH AV (A) Check all Doors 1311 & 1301 N 17TH AV Check all Doors 1399 N 17TH AV (B) Check all Doors** 1111 HST Check all Doors of all Buildings 1105 H ST Check all Doors Fenced Areas/ Wash Bays: • Doors behind fences are considered secure unless gate is unsecure. • Check all doors behind fenced areas before securing gate if gate is found unsecure. • Doors into wash bay areas remain unlocked except during weather below 35 degrees. Courts Mechanical Room Checks Locations: • 1ST Floor Centennial Center east side (exterior door entrance). • East side parking garage down the spiral staircase from above mechanical room. • Courthouse Basement. • 2ND Floor Centennial Center. a. Div A Waiting Area. b. D.A.'s Office through Laminating Room. c. Through alarmed door 208 end of west hallway. • 3RD Floor Plaza West: a. Across hallway from Div F Clerk. b. Room 324 north secure hallway. • 2ND Floor Plaza West room 219 in Inmate Transport Hallway: • Courts Holding Parking Garage S.W. Corner. • 1ST Floor Plaza West 2ND door from Courts Holding garage door up the stairs. Light Switch Locations: • Centennial Center a. 1st Floor Custodial Closet next to Restrooms. b. 2ND Floor through the Data Room next to alarmed door 208. • Plaza West a. 1ST 2ND & 3RD floors in the hallways (1ST Floor is key entry). • Courthouse a. 1ST 2ND 3RD & 4TH located in breaker boxes in the hallways . b. 1ST Floor has an extra breaker box in the Jury Room C closet. • Breaker box switches that need turned on are red & white. Solicitation#B2600008 Page 11 • Breaker box switches that need turned off are yellow (Courthouse only). Holidays and County Closures: When the County and State are closed for a holiday, the day prior will be treated as a Friday into Saturday shift. If the holiday is two days, it will be treated as a weekend running a 24- hour schedule. holidays where the State is open and the County closed the Courts lights will still need to be turned on. Holidays when the State is closed and the County is open will be a normal day for security. In the event the Couty closes for inclement weather or other emergency, contract security must report within 2-hours of being notified of closure. Should the County close before contract security leaves the contractor must be ready to cover the day just like a weekend or holiday. Cold and Inclement Weather Patrols: When the outside temperature reaches 20 degrees or below, or in the case of other inclement weather, interior building checks may need to be performed. This will be requested/ initiated by the Weld County Security Supervisor. Either these checks will replace the typical patrols or additional patrol personnel may be requested. Section 8: Complete List of all County Properties: GREELEY DOWNTOWN: • 915 10" Street / Centennial Center • 910 10' Avenue / Plaza West • 901 9" Avenue / Courthouse • 810 9" Street / Human Services Family Visitation • 934 9' Avenue / Chan • 908 10" Street / Vacant • 910 10" Street / Trophy Building • 914 10" Street /Vacant • 918 10' Street / Vacant • 901 10" Avenue / West Annex (Justice Services) • 1008 9' Street / Vacant • 822 7" Street / Chase Building (Human Services & Probation) GREELEY NORTH: • 300 8th Avenue / 8' Ave Storage & Radio Shop • 1500 2ND Street / Print Shop & Storage • 315 N. 11TH Avenue / Human Services A, B, & C • 1104 H Street / Training Center & Sheriff Area • 1101 H Street / Community Corrections • 1250 M Street / Clerck & Recorder & Motor Vehicle Solicitation #B2600008 Page 12 • 1121 M Street / Coroner • 1150 0 Street / Weld County Administration • 2110 0 Street / Weld County Jail • 1950 0 Street / Law Administration & Weld Sheriff • 1555 N. 17T" Avenue / Health Department • 1551 N. 17T" Avenue / Dispatch • 1401 N. 17T" Avenue / Information Technology • 1402 N. 17T" Avenue / Planning & Oil & Gas • 1400 N. 17T" Avenue / Assessor & Treasurer • 1390 N. 17T" Avenue / Alternative Programs • 1399 N. 17T" Avenue / Motor Pool (A) & Wash Bay (B) • 1301 N. 17T" Avenue / Purchasing & Public Works Sign Shop • 1311 N. 17T" Avenue / Hazardous Waste North • 1105 H Street / Facilities • 1111 H Street / Public Works Complex • 1113 H Street / Greeley Fuel Site • 525 N. 15T" Avenue / Weld County Extension Office • 527 N. 15T" Avenue / 4H Building • 3115 35T" Avenue / 35T" Ave Tower & Alternative Communication Center • 10611 CO-257 Spur / Missile Site • 2329 115T" Avenue / Crime Lab & Evidence Storage • New Grounds Building Near 1105 H Street. OUTSIDE GREELEY: • 4209 WCR 24 '/2 Longmont / Southwest Service Center • 2950 9T" Street Fort Lupton / Southeast Service Center • 5500 HWY 52 / Dacono Fuel Site, & Hazardous Waste South GRADER SHEDS: • 43339 WCR 122 / Grover New • 117 S. Crook Street / Grover Old • 41150 Tegan Avenue / Ault New • 16331 HWY 14 / Ault Old • 43950 HWY 392 / Briggsdale • 7625 WCR 31 / Fort Lupton & Fuel Site • 3927 WCR 17 / Dacono • 24980 WCR 74 / Galeton • 31244 3RD Street / Gill • 100 S. 2ND Street / Johnstown Solicitation #B2600008 Page 13 • 31168 WCR 6 / Keenesburg • 51565 WCR 390 / Keota • 13636 WCR 54 / Kersey New • 445 2ND / Kersey Old • 42649 HWY 52 / Kiowa • 1785 WCR 52 / Mead • 500 WCR 129 / New Raymer • 589 Adams Avenue / Nunn • 16460 WCR 44 / Peckham • 13626 WCR 126 / Rockport • 11538 WCR 74 / Severance • 41684 Marble Avenue / Stoneham • 62376 WCR 130 / Vim TOWERS: • 16435 WCR 18 / Fort Lupton • 7625 WCR 31 / Fort Lupton • HWY 257 & WCR 56 / Greeley West Water Tower • WCR 129 & HWY 14 / New Raymer • 4977 WCR 59 & HWY 52 / Weld Central Elementary School • 3105 35' Avenue / Greeley • 18940 WCR 38 / Gilcrest • WCR 105 & WCR 128 / Grover (off the road through multiple properties) • 16059 WCR 100 / Nunn • WCR 15 / Timnath Solicitation # Page 14 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date January 16, 2026 Pre-Proposal Meeting (Mandatory) January 30, 2026, at 9:00 am 1105 H Street Greeley C0,80631 Technical Questions Due February 6, 2026, by 2:00 pm Technical Questions email bidsweld.gov Questions Answered via Addendum February 11, 2026 Proposals Are Due February 18, 2026, by 10:00 am Purchasing's Clock Technical Interviews (Anticipated) February 23, 2026 — February 25, 2026 Solicitation Notice of Award (Anticipated) March 4, 2026 Contract Execution (Anticipated) March 25, 2026 Solicitation #B2600008 Page 15 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, contractor shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. The response items include: 1. The RFP response shall include statements showing the contractor clearly understands the scope of the project and its objectives. a. Proposal addresses entire scope of work as outlined in Section B. b. Proposal adheres to patrol schedules as outlined in Section B. c. Proposal shows an understanding of the general expectations as outlined in Section B. d. Proposal includes a brief description of similar or related projects within the last 5 years. e. Proposal emphasizes projects that have included aspects related to this RFP. f. Response includes a clear mobilization schedule for assuming full scope of services. 2. The RFP response shall include statements that illustrates the contractor clearly understands critical issues associated with the project. a. The types of services the County provides and the sensitive nature of the secure areas being patrolled. b. The locations of properties, their function and the individual security needs of these locations. c. Understanding how a successful security program reflects upon the greater County Government. 3. The response shall include a detailed staffing strategy that illustrates how the company will hire, train and retain staff dedicated to Weld County's properties. a. Proposal details their current staffing retention. b. Proposal addresses how the contractor intends to approach recruitment of dedicated positions. c. Proposal illustrates how the contractor intends to train employees to meet the needs of Weld County. d. Includes a list of the number of employees dedicated to the project and their hourly wages. 4. The response demonstrates general knowledge about Weld County. a. The team's location does not affect the coordination of the project with the County. b. The team is familiar with Weld County policies. 5. The RFP Response shall include a clear cost breakdown following the directions in Section E. Solicitation # B2600008 Page 16 6. Describe how the proposer will handle quality control for the entire project. a. How supervisors will ensure county goals are met. b. How feedback about performance should flow and how feedback will be addressed. c. Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. d. Clearly identify the organizational structure and how communication will flow between Weld County and the contractor. 7. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 8. Describe any changes in company ownership in the last 5 years. 9. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to contact one or more of the listed references. The County reserves the right to act as a reference. Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 15 pages. a. The County will reject RFP responses received that are longer than 15 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. d. The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper can only be used for presenting large schedules, or example planning sheets. b. Text sizes shall be 10 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Grading Criteria The RFP Responses will be evaluated using the following criteria. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score each of the RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFP Response, the individual reviewer scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFP response with the highest score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. The 2 to 3 highest ranked RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, Proposers will be evaluated on the criteria Solicitation #B2600008 Page 17 shown below in Table 2. After all scorer rankings have been determined from the RFP Response and the interview (if required), each ranking will be totaled for each RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. The highest point score will be considered the best value for the County. NOTE: The first ranked proposal may not be the lowest overall cost. Table 1 - RFP Response Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring % Criteria Factors Range The proposal clearly shows an Scope of understanding of the project objectives. 1 to 5 4.0 4% - 20% Proposal The proposed methodology meets the desired goals of the County. The proposal demonstrates that the team Critical Issues clearly understands the major issues associated with the project. 1 to 5 4.0 4% - 20 % The proposal offers realistic solutions to the critical issues. The team will describe how they plan to hire, train and retain consistent staff, dedicated to Weld County's properties. The team will include strategies for Staffing effective communication flow between 1 to 5 3.0 3% - 15% Strategy Weld County and contractor for all services. This section should include an hourly wage breakdown paid to their employees. The team's location does not affect Work the coordination of the project with the Location/ County. 1 to 5 1.0 1% - 5% Familiarity The team is familiar with Weld County policies. The team demonstrated knowledge of Weld County in general. The costs were presented in a way that is Cost and reasonable and consistent with the project Schedule goals. 1 to 5 8.0 8% - 40% The schedule contains sufficient detail to ensure the project goals are met. Table 2 Interview Scoring Criteria Solicitation # B2600008 Page 18 Work Team proposal clearly describes their Approach approach for providing Security Services. The team offered innovative ideas for the 1 to 5 2 2 to 10 project. Security The team's supervisor has adequate Supervisor/ qualifications and a proven track record Manager to working on projects of this scope. 1 to 5 2 2 to 10 Qualifications The team's supervisor demonstrates effective communication skills. The team's presentation was clear and Quality of easy to understand. Presentation The people being interviewed displayed 1 to 5 2 2 to 10 effective communication skills. The team's use of audio-visual aids was effective. The team provided good answers to the Question/Ans questions asked by the selection wer Session committee. 1 to 5 4 2 to 20 The answers provided by the team demonstrated a clear understanding of the project and the project goals. Total 8 to 50 Solicitation #62600008 Page 19 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal — Outlined in Schedule D 2) Schedule E — Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Provide fees for this project below: Pricing Sheet: • Monthly Fee, Weekday Patrols: • Monthly Fee, Weekday Surveillance Systems Monitoring: • Monthly Fee, Weekend Patrols: • Monthly Fee, Weekend Surveillance Systems Monitoring: • Total Monthly Fee: • Fee per hour, Holiday: • Fee per hour, additional requested patrols Weekday: • Fee per hour, additional requested patrols Weekend: • Annual Escalation %: Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request B2600008 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. Solicitation# B2600006 Page 20 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F— Insurance 6. Acknowledgment of Schedule G —Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation#B2600008 Page 21 Schedule F — Insurance Insurance, Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation# B2600008 Page 22 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to Solicitation # B2600008 Page 23 require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain Solicitation#B2600008 Page 24 higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Michael Baranovic Email: mbaranovic@weld.gov Telephone: (970)400-2031 Mail: Weld County Facilities Department ATTN: Michael Baranovic PO Box 758 Greeley, CO 80632 Solicitation#B2600008 Page 25 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. Professional Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation# B2600008 Page 26 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Solicitation#B2600008 Page 27 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end Solicitation#B2600008 Page 28 results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. Solicitation#B2600008 Page 29 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s)furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall indude bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Solicitation#B2600008 Page 30 Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability(Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or Solicitation#B2600008 Page 31 assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Solicitation#B2600008 Page 32 Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or Solicitation#B2600008 Page 33 sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Solicitation#B2600008 Page 34 Address: Address: E-mail: Phone: 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any Solicitation# B2600008 Page 35 entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature Title: Solicitation#B2600008 Page 36 WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation# B2600008 Page 37 Exhibit B TIUIUST TRAUST SECURITY GROUP INC. Proposal For Weld County Security Services: Service Approach: Traust Security Group Inc. approaches each of its client's locations and needs with an individual approach. We understand that not every client or their location are the same and require security personnel to access each site and client with a unique perspective while maintaining adherence to Traust Security's policies and procedures for safe operations and customer service. We approach all client services with a customer service approach with a priority on safety and security. This means that Traust Security Professionals strive to use the training and skills that they have acquired to maintain a safe environment while simultaneously providing a comfortable, professional, and friendly environment. Traust Security Professionals are required by company policy to follow site SOPs for each site as well as to document any incidents or happenings of note. Traust Professionals are trained in de-escalations, crowd control, customer service, safe practices, use of force paradigm, verbal judo, and a variety of other techniques. Traust Professionals are also able to assist with security assessments, alcohol control, event identification services for alcohol control, patrols, as well as supplemental training for clients and their staff regarding Alcohol Beverage Training control, self-defense, security risk, and safe practices, among other areas. Building security starts on the outside and continues into the building. Traust Security Professionals do a parameter sweep of all sites before entering the building, during patrols (if requested), and after leaving the building. This is to ensure, to the best of our ability, that we have assessed any risks before, during, and after a patrol and provide the safest possible environment for our clients. During patrols,we can remain on-site if requested to provide security and observation of the area and occupants. Traust Security Professionals are trained to follow all site SOPs to ensure that all areas are secured and documented regularly. Traust Security Professionals provide a shift summary after the completion of each shift to Traust Supervisors, summing up any incidents and/or happenings during their shift. Regarding staffing, Traust will provide approximately 6-8 security professionals dedicated to the Weld County Security contract, specifically. We will also train additional staff who are able to be used in emergencies due to illness or other unforeseen incidents. We build our schedule two weeks out and plan for staff adjustments accordingly. Traust Supervisors will also be trained in the Weld County account, so that they can be available for staffing as well. Traust does understand that on occasion, there will be emergencies and/or additional shifts/staff required that are not in the outlined schedule that will need to be staffed with security professionals. We are more than willing to accommodate this as well, with no additional charge outside of the standard hourly rate. All Traust Security Group Professionals will always be in uniform while on duty/site. The uniform displays Traust's logo and the word"SECURITY" clearly on the back. All vehicles used for patrols will have a clear Traust Logo and orange, yellow, and/or white emergency lights. Traust Security professionals will be responsible for the retention and securing of any badging or other equipment that is provided to them by Weld County for this contract. 2 RFP Responses: QUESTION 1: Traust Security Group understands the scope of services as it pertains to Building Patrols and checks. Traust understands that a security professional will be required on Monday nights through Friday mornings 1700-0700 to provide both driving and foot patrols for a number of Weld County sites, and the security professional will perform all tasks outlined in Section B/l. Traust understands that a security professional will be required on Monday nights through Friday mornings from 1700-0700 to monitor and maintain Surveillance Systems, and that security professional will perform all tasks outlined in Section B/2. Traust will provide a security professional on Friday nights through Monday mornings from 1700-0700. The shifts will be as follows: 1700 Friday—2330 Friday 2330 Friday— 1130 Saturday 1130 Saturday—2330 Saturday 2330 Saturday— 1130 Sunday 1130 Sunday—2330 Sunday 2330 Sunday—0700 Monday The security professional will perform all tasks outlined in Section B/3. Traust Security will provide a security professional on Friday nights through Monday mornings from 1700-0700 who will be required to monitor and maintain Surveillance Systems. The shifts will be as follows: 1500 (RFP Documentations states 1500, but will clarify if it was meant to state 1700) Friday— 2330 Friday 2330 Friday— 1130 Saturday 1130 Saturday—2330 Saturday 2330 Saturday— 1130 Sunday 1130 Sunday—2330 Sunday 2330 Sunday—0700 Monday The security professional will perform all tasks outlined in Section B/4. In reference to Section B/5, Traust Security understands that customers request for available security to provide access to buildings after hours as needed by Weld County Employees, the escorting of employees after hours if requested, as well as the escorting of contractors or providing access to contractors as requested. Traust acknowledges that there may be a need for additional interior building checks during inclement weather, the monitoring or river levels during high water conditions, the need to assist fire department or Law enforcement when dispatched for building access only. Traust acknowledges the specified Holiday listed and has provided holiday rates for security services. 3IPage Traust responses to Section B/6: • Traust Security Group Professionals will be in uniform as per Traust policies and procedures. These uniforms consist of Black pants, Black polo with visible Traust Security Services logo on front and"SECURITY"in large print on the back. Uniform may also include a Traust Jacket and/or Hoodie with Traust Logo and"SECURITY" visible, a Traust Branded Hat. • All Traust Employees are ran through a background check prior to employment and are subject to a follow-up at any time during employment with Traust through Colorado Bureau of Investigations database. • Acknowledgement that Traust Security Professionals will be issued and responsible for Weld County Badging and key control. • All Traust Vehicles will have a visible Traust Logo and emergency (yellow, orange, and/or white) lights. • Traust will provide a consistent and dedicated staff to the Weld County contract to include additional Traust employees that can be used in the case of emergency or other unforeseen circumstances. • All Traust Security Professionals and Traust Supervisors will be available to communicate via email, text, and phone. • Traust provides a Log that will document all Security Professionals patrols, times and incidents or maintenance-related calls/resolutions. • Traust understands the definition and differences between Building Check Patrols and Deterrence patrols. Traust responses to Section B/7: Traust acknowledges the Daily Schedule Expectations provided in the RFP and agrees that they are able to comply with them. Traust acknowledges the full list of Weld County sites,fenced areas/wash bays,Courts Mechanical Room,Light switch locations,breaker box locations,and requirements for each area. Traust acknowledges the procedures for Holidays and County closures. Traust responses to Section B/8: Traust recognizes and acknowledges all listed Weld County Sites!Properties listed in Section B/8 and has adequate tools to provide security professionals to accurately locate and patrol all sites listed. QUESTION 2: Traust Security Group Inc. and it's security professionals understand the scope of services being requested by Weld County and acknowledge the need for discretion, efficiency, integrity, and consistency in performing these duties and protection of the areas entrusted to Traust Security by Weld County. Traust Security understands the need for confidentiality of all aspects of the contract and the client, Weld County's employees,buildings, contractors, customers, citizens, equipment, and property. Traust Security understands the nature of business and the functions of the individual sites listed, and the differing needs that can present for each. Traust Security Group Inc. believes that it is imperative that Traust works in conjunction with Weld County, their contractors, and entities to ensure that a continuity of services is always maintained to the highest level and professional standard. Traust Security understands that, as a contractor for Weld County we are seen as a representative of the county and our actions can reflect on Weld County and the other staff and officials that represent Weld County. Furthermore,Traust Security will 4IPage maintain the utmost level of professionalism and integrity in representing Traust Security Group, Weld County, and the community they serve. QUESTION 3: Traust will pool from its already established roster of security professionals, as well as interview for additional staff for this contract. Staff will be chosen based on merit of time and service with Traust Security Group Inc.,their availability to commit to the contract with Weld County, their qualifications that meet the requirements of the contract, as well as their ability to pass a background check to meet the requirements specified by Weld County. Traust will then train each employee specifically in the tasks and requirements that apply to the Weld County contract in addition to all other training requirements to work for Traust Security Group Inc. All selected security professionals will be required to also attend all training provided and required by Weld County. Traust intends to designate between six(6)to eight(8) security professionals to this contract, to include no less than one(1) supervisor. These security professionals will be paid at a rate between $16 and $25 per hour depending on their experience, time with Traust Security Group and other qualifications. QUESTION 4: Traust Security Group Inc. is based out of Loveland, Colorado. We are familiar with Weld County and have provided security for a number of other entities and venues in the county. The owner Eric Phillips is a resident of Weld County(Severance)and previously worked for the Department of Human Services out at Platte Valley Youth Services Center in Greeley. Eric Phillips also was the Operations Manager for other security companies that provided security services to many establishments in Greeley and Weld County. QUESTION 5: Please see the Cost Breakdown form provided from Section E, at the end of this proposal document. QUESTION 6: Traust Security Group Inc. has several supervisors, and they have regular contact with all employees. Traust supervisors do on-site visits regularly(often multiple times a week)to ensure that all employees are following policy and procedures, as well as to familiarize themselves with the accounts. Traust Security requires all security professionals to document in a Security Log all pertinent information during their shifts. This includes documentation of rounds, patrols, any incidents that occurred,police/fire/EMT contact,strange or unusual happenings, or any other information that could be useful for other staff and the client to have. Traust also requires and additional Incident report be filed whenever there is an incident that requires additional attention or explanation. After all shifts, all security personnel will submit a summary for review. These summaries are viewable by all Traust Staff that is assigned to that account so that they are kept up to date on all happenings on their sites. Traust Supervisors review all logs, incident reports, and summaries daily and frequently in real time to ensure compliance and communication. Communication between Weld County and Traust Security Group can be handled in a variety of ways or a combination of all. Traust encourages open communication on day-to-day happenings between the Weld County Staff and the Traust Security professional. If there is more complex, confidential, or sensitive information,then there is a Traust Security Supervisor who will be 5IPage assigned to the account directly, who can be contacted by phone or email at any time. All contract-related items or changes in procedure,responsibilities,or contractual items will go through the Traust Supervisors. QUESTION 7: There are no pending judgements, claims, or suits pending against Traust Security Group Inc. QUESTION 8: There has been no changes in the ownership of Traust Security Group Inc. since its founding. QUESTION 9: All staff currently with Traust Security Group Inc. considered for the move to the Weld County Contract have worked with at least one or more of the contracts listed under Relevant Service Experience. Relevant Service Experience: Traust Security Services has provided services for several community events and venues in multiple cities in Northern Colorado. Some of these are listed below with reference contact information for each and a brief description of the services provided. City of Loveland Homeless Shelters: Traust Security Group Inc.has provided 24/7 on-site security services for The City of Loveland's two homeless shelters,The Loveland Resource Center, and The South Railroad Facility. These two sites provide shelter and services for the homeless and at-risk populations in the City of Loveland. Traust provides the shelters with one guard on each site during all times city staff, affiliated organizations,and/or guests are in the building. Traust provides security and performs a variety of tasks. Traust professionsals do regular rounds of the interior and exterior of the facilities,review camera footage, engage with staff and guests during operational hours,monitor disturbances, enforce policies, escort staff to and from facility to their vehicles, serve bans and work with local law enforcement/medical/fire during any incidents. Additionally,Traust professionals provide an employee log of all rounds, logs of all incidents, and summary emails to their supervisor at the end of their shifts. Traust has held contract since April of 2023. The contract was renewed with the City of Loveland in April of 2024. Referral contact for City of Loveland Homeless Shelters can be made through the following: Alison Hade Community Partnership Administrator (970) 962-2517 Alison.hadena,cityofloveland.org 6IPage Loveland Chamber of Commerce: Traust Security Group Inc.provides security services for a variety of community events put on by the City of Loveland's Chamber of Commerce. Most notably the Annual Corn Roast Festival. Traust security provides the Chamber of Commerce with security throughout the event. Traust Security Professionals provide alcohol control and monitoring on the premises to assure safe consumption and compliance with local and state laws. Traust provides perimeter security around the premises and at all entry points, as well as roaming security within the festival. Traust security engages and addresses any incidents in or around the festival. Traust provides both day security during the operational hours of the festival and overnight security to assure safety and security of the vendors and their equipment. Traust provides TIPS-certified IDing services as well as roaming patrols during the event. Referral contact for Loveland Chamber of Commerce can be made through the following: Mindy McCloughan Loveland Chamber of Commerce President/CEO (970)744-4791 mmccloughan@loveland.org The Stanley Hotel Estes Park: Traust Security Group Inc.provides The Stanley Hotel in Estes Park security services for their on-site events. Traust provides ABT certified IDing services, crowd monitoring/control, site security,alcohol maintenance and control,guest services, customer service,personal security for VIPs/and their guests,weapons/contraband searches and control. Traust assists with all Police,EMS, and Fire calls made during scheduled events. Traust security remains after the event to secure the event hall and then proceeds up to the main hotel property and adjacent buildings to ensure the security of the entire Stanley Hotel property and its guests. Referral contact for the Stanley Hotel can be made through the following: Greg Heidt The Stanely Hotel Director of Security/Information Technology (941) 809-6398 gheidt(a>,stanleyhotel.com 7IPage City of Loveland Municipal Building, Chilson Recreation Center, and Public Library: Traust Security Group Inc. provides security patrols, on-site and foot patrols for the Loveland Municipal Buildings, Chilson Recreation and Senior Center, and Public Library. Traust security does roving foot patrols of the four city sites around the Foote-Lagoon and encompassing park. Traust Security professionals provide foot patrols, vehicle patrols, monitoring of cameras, and physical security for all sites. Upon closing of each site, Traust staff does a walk-through of the facility, clearing all areas, and then securing and verifying that all doors are locked. Traust staff also assists with staff escorts to their vehicles if requested. Traust staff works in conjunction with city staff to address and handle incidents that occur on-site during our scheduled shift. Referral contact for the City of Loveland can be made through the following: Melissa Ashland City of Loveland Assistant Facilities Manager (970) 962-2748 Melissa.ashland@cityofloveland.org Berthoud Area Chamber of Commerce: Traust Security Group Inc. provides security services to the Berthoud Area Chamber of Commerce for a variety of community events and functions. Traust Security provides alcohol control and monitoring,TIPS-certified IDing services, crowd control, and customer service. Traust security provided security at all entry points and the perimeter of all community events as well as roaming security within the event. Traust security works with Police, EMS, and Fire during all incidents that may take place at community events. Traust security provides patrols of the area for the day and overnight if needed. Traust Security also provides security/risk assessments for upcoming events and consults with Chamber members as to the best security practices for each event. Referral contact for The Berthoud Area Chamber of Commerce can be made through the following: Reanna Philpot Berthoud Area Chamber of Commerce Executive Director (970) 685-1990 director@berthoudcolorado.com 3( - PRICING: Traust Security Group Inc. bills hourly for all security services. Pricing for this proposed job is as follows: • $36.00/hour per unarmed security professional • Traust recognizes 10 (ten) federally recognized holidays o New Year's Eve o New Year's Day o Easter o Memorial Day o Independence Day o Labor Day o Veterans Day o Thanksgiving Day o Christmas Eve o Christmas Day Traust security bills their clients and pays their employees time and a half for the above holidays. The times for these holiday hours are between 00:00 and 23:59 on the specified holiday. This results in the hours for those specified hours and dates to be the following: • $54.00/hour per unarmed security professional for the above holiday hours. • Traust DOES NOT charge a fee for requests for security personnel with less than 24- hour notice, nor does Traust have a minimum hourly requirement. • Traust bills for the exact time the employee is clocked in. For example, if an employee clocks in at 11:00 am and clocks out at 12:27 pm,Traust bills for 1 hour and 27 minutes. • Traust can send invoices weekly, bi-weekly or monthly to clients (it is understood that Weld County has 30 days to pay any invoices provided). Traust does this to maintain accurate records and ensure that invoices are provided to the client regularly to keep them up to date. Confirmation of Understanding: An authorized representative of Traust Security Group Inc. has reviewed Weld County Independent Contractor Agreement and understands and agrees with all the terms and conditions contained within. Traust's authorized representative understands that this contract was for review purposes only and is not an offer of contract for services. Traust's authorized representative understands that there may be addenda and/or other documentation provided regarding the proposed contracted services. Traust Security Group Inc. acknowledges it can meet upon award of contract all Insurance requirements outlined in Schedule F - Insurance. 9 REFERENCES: Alison Hade Community Partnership Administrator City of Loveland (970) 962-2517 Alison.hade n cityofloveland.ora Mindy McCloughan President/CEO Loveland Chamber of Commerce (970) 744-4791 miuccloughant loveland.org Greg Heidt Director of Security/Information Technology The Stanely Hotel (941) 809-6398 gheidtgstanleyhotel.com Melissa Ashland City of Loveland Assistant Facilities Manager City of Loveland (970)962-2748 melissa.ashland@cityofloveland.org Caterina Hall Executive Director—Loveland Community Kitchen Loveland Community Kitchen (949)360-1605 cat(%lovelandscommunitykitchen.org 1O1Page Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal-Outlined in Schedule D 2) Schedule E-Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete,non-responsive,and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Provide fees for this project below: None Pricing Sheet: • Monthly Fee,Weekday Patrols: _56 hrs x$36/hr=$2016 week X 52 Weeks=$104,832 /12 months= $8,736 per month (estimated) • Monthly Fee,Weekday Surveillance Systems Monitoring:_56 hrs x$36/hr=$2016 week X 52 Weeks=$104.832 /12 months=$8,736 per month (estimated) • Monthly Fee,Weekend Patrols:_62hrsx$36/hr=$2232 week X52Weeks 116,064_/12months= $9,672 per month (estimated) • Monthly Fee, Weekend Surveillance Systems Monitoring:_62 hrsx$36/hr=$2232 week X52 Weeks=$116,064 /12 months=$9,672 per month (estimated) • Total Monthly Fee: $36,816(Estimated) • Fee per hour, Holiday: $54.00/hour • Fee per hour, additional requested patrols Weekday:_$36.00/hour_ • Fee per hour, additional requested patrols Weekend: $36.00/hour • Annual Escalation%: Standard cost-of-living increase as given by Weld County 11IPage Attestation The undersigned,by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions,specifications and special provisions set forth in the Invitation for Proposal for Request 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F—Insurance 6. Acknowledgment of Schedule G—Weld County Contract 7. By submitting a responsive Proposal or proposal,the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and att Proposals, to waive any informality in the Proposals,and to accept the Proposal that,in the opinion of the Board of County Commissioners, is to the best interests of Weld County.The Proposal(s)may be awarded to more than one vendor. Item Entry Company Name: Traust Security Group Inc. Address: (Mailing)P.O. Box 7113 Loveland,CO 80537 (Physical)450 N.Cleveland Ave.Loveland,CO 80537 Phone (970)481-1785 Email: eric.phillips@traustsecurity.com FEIN/Federal Tax ID#: 88-2862852 CONTRACTOR: By: 2/12/2026 Date of Signature Name:Eric Phillips Title:Owner/Chief Operating Officer 12IPa ge ACCORD DATE(MMIDDreYYY) CERTIFICATE OF LIABILITY INSURANCE 02/27/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Wendy Martinez NAME: Weedin Insurance Agency,Inc PHONE o,Ext): FAX (970)667-2145 F No): (970)669-9295 1601 E Eisenhower Blvd E-MAIL wendy@weedinagency.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Loveland CO 80537 INSURERA: Kinsale Insurance Company INSURED INSURER B: Pinnacol Assurance W 41190 Traust Security Group Inc,DBA:Traust Security Services INSURER C: Progressive 450 N Cleveland Ave INSURER D: INSURER E: • Loveland CO 80537 INSURER F: COVERAGES CERTIFICATE NUMBER: 25 26 MASTER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDDIYYYY) (MMIDD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE RETE CLAIMS-MADE X OCCUR PREM SESO(Ea occur ence) $ 300,000 MED EXP(Any one person) $ 5,000 A Y Y 0100266859-2 11/01/2025 11/01/2026 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3'000'000 X POLICY PRO 3,000,000 JECT LOC PRODUCTS-COMPIOPAGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ C OWNED SCHEDULED Y Y 870394760 03/02/2026 03/02/2027 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS_ HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X SEATUTE EORH AND EMPLOYERS'LIABILITY Y I N 1 000 000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ , , B OFFICER/MEMBER EXCLUDED? Y NIA Y 4239463 09/01/2025 09/01/2026 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) When required by written contract,Weld County Building Department Is Additional Insured. Coverage is Primary and Non-contributory. A Waiver of Subrogation applies as per the policy forms and conditions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County Building Department ACCORDANCE WITH THE POLICY PROVISIONS. 1402 N.17th Avenue AUTHORIZED REPRESENTATIVE Greeley CO 80631 /7 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100266859-1 11/01/2024 12:01AM at the Named Traust Security Group Inc Insured address shown on the Declarations Additional Premium: Return Premium: $0 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE A. SECTION II -WHO IS AN INSURED is amended to include any person or organization you are required to include as an Additional Insured on this Policy by written contract in effect during the policy period and executed prior to the "occurrence"of the"bodily injury"or"property damage", but only for the vicarious liability imposed on the Additional Insured provided that such liability is caused by the sole negligent conduct of the Named Insured and is proximately caused by"your work"or"your product"for the Additional Insured. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law;and 2. Will not be broader than that which you are required by the written contract to provide for such Additional Insured. B. The insurance provided to the Additional Insured under this endorsement is limited as follows: 1. This insurance does not apply to"bodily injury"or"property damage"arising out of"your work"or"your product" included in the"products-completed operations hazard"unless you are required to provide such coverage by written contract. If such insurance is required by written contract, the insurance provided to the Additional Insured is limited to the alleged or actual vicarious liability imposed on the Additional Insured as a result of the alleged or actual negligent conduct of the Named Insured as a result of liability solely caused by"your work"or"your product" for the Additional Insured. 2. Any insurance provided by this endorsement to an Additional Insured shall be excess with respect to any other valid and collectible insurance available to the Additional Insured unless the written contract specifically requires that this insurance apply on a primary and non-contributory basis,in which case this insurance shall be primary and non- contributory. 3. Where there is no duty to defend the Named Insured,there is no duty to defend the Additional Insured. Where there is no duty to indemnify the Named Insured,there is no duty to indemnify the Additional Insured 4. This insurance does not apply to"bodily injury"or"property damage,"arising out of the sole negligence of the Additional Insured or any employees of the Additional Insured. C. With respect to the insurance afforded to the Additional Insured,the following is added to SECTION III—LIMITS OF INSURANCE: CA55010 0420 Page 1 of 2 The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required by the written contract;or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. D. Duties of the Additional Insured in the event of"occurrence",claim,or"suit": 1. The Additional Insured must promptly give notice of an "occurrence",a claim which is made,or a"suit"to any other insurer which has insurance for a loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or"suit"to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured may qualify as an Additional Insured for a loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5010 0420 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT - MORTGAGEE, ASSIGNEE, OR RECEIVER Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100266859-1 11/01/2024 12:01AM at the Named Traust Security Group Inc Insured address shown on the Declarations Additional Premium: Return Premium: $0 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE A. SECTION II-WHO IS AN INSURED is amended to include any person or organization you are required by written contract to add as an Additional Insured on this Policy,but: 1. Only if such written contract was executed prior to the"bodily injury"or"property damage"and is in effect at the time the"bodily injury"or"property damage"occurs;and 2. Only with respect to such person or organization's vicarious liability for"bodily injury"or"property damage"as mortgagee,assignee,or receiver;and 3. Solely for liability caused by the ownership, maintenance or use of the premises by you and for which such person or organization is mortgagee,assignee,or receiver. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law;and 2. Will not be broader than that which you are required by the written contract to provide for such Additional Insured. B. With respect to the insurance afforded to the Additional Insured,the following additional exclusion applies: 1. This insurance does not apply to any structural alterations,new construction or demolition operations performed by or for the Additional Insured. C. With respect to the insurance afforded to the Additional Insured,the following is added to SECTION III—LIMITS OF INSURANCE: The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required by the written contract;or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CAS5016 0420 Page 1 of 2 D. Duties of the Additional Insured in the event of an"occurrence",claim or"suit": 1. The Additional Insured must promptly give notice of an"occurrence"which may result in a claim,a claim which is made,or,a"suit"to any other insurer which has insurance for a loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or"suit"to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured may qualify as an Additional Insured for a loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5016 0420 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT- MANAGERS OR LESSORS OF PREMISES Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100266859-1 11/01/2024 12:01AM at the Named Traust Security Group Inc Insured address shown on the Declarations Additional Premium: Return Premium: $0 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE A. SECTION II-WHO IS AN INSURED is amended to include any person or organization you are required by written contract to add as an Additional Insured on this Policy, but: 1. Only if such written contract was executed prior to the"bodily injury"or"property damage"and is in effect at the time the"bodily injury"or"property damage"occurs;and 2. Only with respect to such person or organization's vicarious liability for"bodily injury"or"property damage"as manager or lessor of that part of the premises leased to you;and 3. Solely for liability caused by the ownership, maintenance or use of that part of the premises leased to you by such person or organization. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law;and 2. Will not be broader than that which you are required by the written contract to provide for such Additional Insured. B. With respect to the insurance afforded to the Additional Insured,the following additional exclusions apply: 1. This insurance does not apply to: a. Any"occurrence"which takes place after you cease to be a tenant in that premises; b. Structural alterations,new construction or demolition operations performed by or on behalf of the Additional Insured;or c. Any"bodily injury", "property damage"or"personal and advertising injury"arising out of: (1) The sole negligence of the Additional Insured or any employees of the Additional Insured;or (2) Any obligation of the Additional Insured to indemnify another because of damages arising out of such injury or damage. 2. Where there is no duty to defend the Named Insured, there is no duty to defend the Additional Insured. Where there is no duty to indemnify the Named Insured,there is no duty to indemnify the Additional Insured. C. With respect to the insurance afforded to the Additional Insured,the following is added to SECTION III—LIMITS OF INSURANCE: The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required by the written contract;or CAS5017 0420 Page 1 of 2 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. D. Duties of the Additional Insured in the event of an"occurrence",offense,claim or"suit": 1. The Additional Insured must promptly give notice of an"occurrence",an offense which may result in a claim,a claim which is made,or,a"suit"to any other insurer which has insurance for a loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or"suit"to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured may qualify as an Additional Insured for a loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5017 0420 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION PERMITS - BLANKET Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100266859-1 11/01/2024 12:01AM at the Named Traust Security Group Inc Insured address shown on the Declarations Additional Premium: Return Premium: $0 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE A. SECTION II-WHO IS AN INSURED is amended to include as an Additional Insured,any state or governmental agency or subdivision or political subdivision that has issued a permit for your operations,when it is required as a condition of such permit that the state or governmental agency or subdivision or political subdivision be named as an Additional Insured on this Policy,but only with respect to vicarious liability imposed on the Additional Insured as a result of those operations performed by you or on your behalf for which the state or political subdivision has issued the permit. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law;and 2. Will not be broader than that which you are required,as a condition of the permit,to provide for such Additional Insured. B. With respect to the insurance afforded to these Additional Insureds,the following additional exclusions apply: This insurance does not apply to any: 1. "Bodily injury","property damage"or"personal and advertising injury"arising out of operations performed for the state or municipality; 2. "Bodily injury"or"property damage"included within the"products-completed operations hazard"; 3. "Bodily injury","property damage"or"personal and advertising injury"arising out of the sole negligence of the Additional Insured or employees of the Additional Insured;or 4. "Bodily injury","property damage"or"personal and advertising injury"to any employee of the Named Insured or to any obligation of the Additional Insured to indemnify another because of damages arising out of such injury or damage. C. A state or political subdivision's status as an Additional Insured under this endorsement ends when"your work"under such permit is completed. D. With respect to the insurance afforded to the Additional Insured,the following is added to SECTION III—LIMITS OF INSURANCE: The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required as a condition of the permit;or 2. Available under the applicable limits of insurance; whichever is less. CAS5018 0420 Page 1 of 2 This endorsement shall not increase the applicable limits of insurance. E. Duties of the Additional Insured in the event of"occurrence",offense,claim or"suit": 1. The Additional Insured must promptly give notice of an"occurrence"an offense which may result in a claim,a claim which is made or a "suit",to any other insurer which has insurance for a loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or"suit"to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured A. may qualify as an Additional Insured for a loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5018 0420 Page 2 of 2 P1NN/ICOL 7501 E. Lowry Blvd. ASSURANCE Denver, CO 80230-7006 303.361.4000/800.873.7242 Pinnacol.com NCCI #: WC000313B Policy#: 4239463 Traust Security Group Inc Weedin Agency, Inc. PO Box 193 1601 E. Eisenhower Blvd. Masonville, CO 80541 Loveland, CO 80537 (970)667-2145 ENDORSEMENT: Blanket Waiver of Subrogation We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured,which is in effect and executed prior to any loss. Effective Date:September 1, 2025 Expires on: September 1, 2026 Pinnacol Assurance has issued this endorsement September 2, 2025 7501 E.Lowry Blvd Denver,CO 80230-7006 Page 1 of 1 P ISA- 09/02/2025 18:11:14 4239463 85713960 359-B Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job TRAUST SECURITY SERVICES SUP-51852 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID SECURITY SERVICES ALL PROPERTIES 1 0459 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW MBARANOVIC Department Project# Contract Lead Email mbaranovic@weld.gov Contract Description* NIGHTS AND WEEKEND SECURITY. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date MAINTENANCE BUILDINGS AND Date* 03/14/2026 GROUNDS 03/1 8/2026 Amount* $441,792.00 Department Email Will a work session with BOCC be required?* CM- HAD Renewable* BuildingGrounds@weld.go YES v Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B600008 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 02/01 /2027 03/31 /2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/13/2026 Approval Process Department Head Finance Approver Legal Counsel MICHAEL BARANOVIC CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/13/2026 03/13/2026 03/13/2026 Final Approval BOCC Approved Doc ID# AG 031826 BOCC Signed Date Originator BOCC Agenda Date MBARANOVIC 03/18/2026 Facilities Department VIII� , 1105 H STREET 011 r ' GREELEY CO 80631 I , www.weld.gov WELD COUNTY, CO Direct Line: 970-400-2020 February 27, 2026 To: Board of County Commissioners Re: Weld County Security Services B2600008 Bid Award Recommendation This solicitation is for contracted security services for all Weld County properties. The request for proposal (RFP) consisted of two rounds of grading criteria. The first round was based on all proposals submitted and were graded by an evaluation committee per the published RFP. The criteria included scope of proposal, critical issues, staffing strategy, work location and familiarity, cost and schedule. The committee received ten (10) proposals and evaluated these based on best value to the County. Of these proposals, (4) four firms were asked to interview with the committee. The interviews were conducted and graded by an evaluation committee per the published RFP. The criteria included scope of proposal, critical issues, staffing strategy, work location and familiarity, cost and schedule. The results of the committee evaluation, Attachment A, list Traust Security Group, INC as the best overall value for this solicitation. The Facilities department recommends awarding B2600008 to Traust Security Group, INC in the amount of $36,816 billed Monthly, total annual contract value $441,792.00. Sincerely, Patrick O'Neill Director 2026-0491 S/9 6 ei 00 ZS Facilities Department WEL 1105 H STREET i:� D GREELEY CO 80631 www.weld.gov WELD COUNTY, CO Direct Line: 970-400-2020 Attachment A Weld County Facilities Department PROJECT: Weld County Security Services RFP #B2600008 RFP Due Date: 2/18/2026 Summa of Committee Member Scorin • Consultant Total Adjusted Total Adjusted Total Name Score (RFQ- Score Score Fee (Monthly) Rank RFP) (Interview) Traust 227.50 267.00 494.50 $ 36,816.00 1 Precision 211.00 232.00 443.00 $ 43,523.27 2 Securitas 224.00 204.00 428.00 $ 33,670.00 3 Mercurial 200.00 192.00 392.00 $ 32,154.29 4 Pontem 197.00 0.00 197.00 $ 35,933.00 5 Advanced 194.00 0.00 194.00 $ 35,049.04 6 Pal American 192.00 0.00 192.00 $ 34,757.92 7 Gen 1 177.00 0.00 177.00 $ 37,207.84 8 Allied 172.50 0.00 172.50 $ 37,282.22 9 Universal All Seasons 130.00 0.00 130.00 $ 345,600.00 10 Weld County Finance Department Wij r= Purchasing Division LAW � ' bids@weld.gov V co N ;Y 1 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Weld County Security Services Bid Number: B2600008 Department: Facilities Bid Opening Date: February 18, 2026 Approval Date: March 9, 2026 Vendor(s) Name Securitas Security Services USA, Inc. 3665 JFK Parkway, Ste 310 Fort Collins, CO 80525 Traust Security Group Inc. P.O. Box 7113 450 N. Cleveland Avenue Loveland, CO 80537 GEN 1 Protection 4625 W. Byron Place Denver, CO 80212 Mercurial Security Solutions 7887 E. Belleview Avenue, Ste 1100 Denver, CO Advanced Professional Security — CO LLC 6767 E. 39th Avenue Denver, CO 80207 The Facilities Department is reviewing the proposals. Precision Security Team 2649 E. Mulberry Street Suite 7 Fort Collins, CO 80524 Pontem, LLC Dba Pontem Security 5500 E Yale Avenue, Suite 100 Denver, CO 80222 Universal Protection Service, LP Dba Allied Universal Security Services 12100 E. Iliff Avenue, 350 Aurora, CO 80014 PalAmerican Security 4891 N. Independence Street, Suite 285 Wheat Ridge, CO 80033 O.S.A. Inc. (Non-responsive) 907 30th Avenue, Suite 102 Greeley, CO 80634 Lee Cinco, LLC (non-responsive) 5112 Dunham Creek Place Brandon, FL 33511 Watchdogs Security (Non-responsive) 7049 Bandly Drive Fountain, CO 80817 Critical Asset Defense Agency (Non- respnsive) 14011e Iliff Avenue Aurora, CO 80014 Johnson &Associates (Non-responsive) 1630 Welton Street, Suite 1000F Denver, CO 80202 The Facilities Department is reviewing the proposals.
Hello