HomeMy WebLinkAbout20253031.tiffSERVICE AGREEMENT BETWEEN WELD COUNTY AND ARMORED KNIGHTS INC
V
THIS AGREEMENT is made and entered into this 3 day of 1\1p\ietrl bev
2025, by and between the Board of Weld County Commissioners, on behalf of Weld
County Treasurer's Office, hereinafter referred to as "County," and Armored Knights 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.
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 ends three years later. 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
Form Revision 5-2025
cc: IR03 ,ski
purchasing
t t/3/ZS
2025-3031
con € r+ P9endct
l /3/ Z5
TR0031
without annual budgeting and appropriation. 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 $48,129.88 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 payptent(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
2
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
responsibility for the quality and accuracy of the project. In no event shall any action
3
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-Vll. 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,
affiliated entities, employees, agents, and volunteers shall be named as additional
4
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
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
County, the Contractor shall notify County of any cancellation, or reduction in
6
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
of Contractor or any of its owners, officers, directors, agents, employees or
7
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: Ryan Knight
Position: Corporate Sales Manager
Address: 375 Yuma St., Denver CO 80223
E-mail: ryan@armoredknights.com
Phone: 402-341-2600
TO COUNTY:
Name: Brigitte Grimm
Position: Weld County treasurer and Public Trustee
Address: 1400 N 17thAve, Greeley CO 80631
E-mail: bgrimmt meld.ctov
Phone: 970-400-3290
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
BY:
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.
CONTRACT
By:
Name:
Title:
WELD COUNTY:
AtMoro4 Ki/ibli�;
ATTEST: dde444) je;e1
Weld unty Cl /r}k to th Boarrdd
lMto
Deputy lerk to the Board � _ Per L. Buck, Chair
Date of Signature: 10
BOARD OF COUNTY COMMISSIONERS OF
WELD COUNTY, COLORADO
NOV 0 3 2025
?oz5-3031
Exhibit A
Request for Quotation
& Informal Bid
Tabulation
Department Treasurer's Office
Date 9/10/2025
Requestor Name Sonja Kohlgraf, Deputy Treasurer
Scone of Work
• _
Weld County seeks to establish an annual contract for Armored Car Services to pick-up sealed or locked shipments containing monies, checks, receipts, and
deliver in like condition to a designated consignee as specified herein and transport it to the bank.
1)
Specification
a) Contractor shall pick-up sealed or locked shipments containing monies, checks, receipts, and deliver in like condition to a designated
consignee, according to the established route schedule listed in the Pricing Schedule below.
b) Deposit may be made at any Wells Fargo vault location with change order capabilities. Winning vendor will work with Weld County Treasurer's
Office to determine best site for vault deposits.
c) Describe how missed pickups and holidays will be communicated, and invoice adjustments (credits) will be accounted for.
d) Provide pricing via summary schedule shown below and reflect any additional fees or cost that are not included.
e) Notification of delayed pickup and cancelation will be sent to administration (information will be shared)
f) Deposits need to be handled the same day or next day. Please specify.
g) Change orders need to be delivered to individual office next day.
2) Qualifications must be submitted with the quotes:
a) Provide a brief history of your firm, including number of years of performing similar or identical work as that described in the Scope of Work
portion of this document. Provide a list of previous and current contracts which are considered identical or similar to the Scope of Work
portion of this document. For each client listed, provide the name, email address, and telephone number of a contact person who can
render an opinion of your performance.
b) Provide background screenings of personnel who transacts the pickup.
c) Company must have 5 years of proven experience.
d) Provide any certification of the company and employees.
3) Term
a) The contract will run from January 1, 2026 to December 31, 2026
b) Price adjustments will be considered at each renewal term. Any price increase must be consistent with the U.S. Bureau of Labor Statistic for the Denver -
Aurora -Lakewood CPI index.
c) This is a one-year contract and may be renewed annually for up to four (4) additional terms.
4) Schedule and Pricing:
Armored Car Services for Weld County
Pickup Location/Address
Weekly/daily
pickup; business
day
Pickup Time
Cost p.
P/U
Cost yearly
Deposit Day_
same or next?
Treasurer's Office, 1400 N
17th Ave, Greeley CO
80631
M -F Daily
8am to 2pm
$27.10
$7,056.84
Same Day
WC Health Dept., 1555 N
17th Ave, 2nd Fl Vital
Records Window, Greeley
CO 80631
Tuesday
weekly
dar
8am to 2pm
$27.10
$1430.88
Same Day
Justice Services, West
Annex; 901 10th Ave,
Greeley CO 80631
Friday -
weekly
8am to 2pm $27.10
$1,430.88
Same Day
Justice Services, Work
Release Facility; 1390 N
17th Ave, Greeley CO
80631
Monday -
weekly
8am to 2pm
$27.10
$1,430.88
Same Day
District Attorney, Weld
County Centennial Center,
Plaza South,2nd Floor, 915
10th St., Greeley CO
80631
Thursday -
weekly
8am to 2pm
$27.10
$1,430.88
Same Day
WC Accounting Office,
1301 North 17th Ave,
Greeley CO 80631
Thursday -
weekly
8am to 2pm
$27.10
$1.430 88
Same Day
CSU Weld County
Extension, 525 N 15th St,
2nd FI, Extension Office,
Greeley CO 80631
Thursday -
weekly
8am to 2pm
$27.10
$1,430.88
Same Day
Human Services, 315
North 11th Ave, Bldg C,
Greeley CO 80632
Public Works, 1111 H St.,
Greeley CO 80631
Mon-Fri/Daily
Friday/weekly
8am to 2pm $27.10
8am to 2pm $27.10
$7,056.88
$1,430.88
Same Day
Same Day
WC Sheriffs Office, Law
Administration, 1950 O St,
Greeley CO 80631
Tues & Thu/
weekly
8am to 2pm
$27.10
$1,430.88
Same Day
Motor Vehicle
Dept/Recording: 1250 H
St., Greeley CO 80631
Motor Vehicle Dept
Southeast, 2960 9th St,
Fort Lupton CO 80621
Motor Vehicle Dept,
Southwest/Del Camino,
4209 County Road 24.5,
Longmont CO 80504
Total Amount
M -F daily
M -F daily
M -F daily
8am to 2pm $27.10
8am to 2pm $27.10
8am to 2pm $27.10
$7,056.88
$7,056.88
$7,056.88
Same Day
Same Day
Same Day
$27.10
48,129.88
Same Day
ES
Exhibit B
RMOREPKNIGUI
Corporate Sales Manager • Ryan Knight • (402) 341-2600
Kansas • Colorado • Nebraska • Iowa • Wisconsin
Missouri • North Dakota • South Dakota • Minnesota
www.Armoredknights.com.
ARMORED CAR
RFQ
WELD COUNTY
BID DUE DATE: SEPTEMBER 24th, 2025
tiz
Table of Contents
Cover Page
Table of Contents
Cover Letter
Vendor Profile
Proposed Management Team
References
Certificate of Fact of Good Standing
Request for Quotation Bid Tabulation Pricing
Supplies Order Form
Thank you
?!Page
1
3
—5
b
7-8
See attached
See attached
9
10
RMORWflIIQIIT
Cover Letter
Attn: Sonja Kohigraf, Deputy Treasurer
Dear Sonja Kohigraf and Members of the Decision Team,
September 24th, 2025
From all of us at Armored Knights Inc. (AKI), we thank you and your decision team for your
consideration of our proposal to continue to be Weld County's chosen Armored Car Provider.
We feel it is an honor to have provided armored car services to the facilities within Weld
County, and it has helped strengthen our emerging small business and has helped us grow in
other areas of the Great State of Colorado. For that, we are extremely grateful and proud of our
long-standing relationships.
Please find below the information you have requested in the RFQ documentation that was
issued on September 10th, 2025. We fully understand the requirements and scope of services and
have serviced the current scope of work for 5 years. We enjoy the special connection we have
with each location and do not take for granted the amazing team members that make up the
Weld County Colorado account.
If you need anything at all, or if I can be of any assistance, please don't hesitate to contact me
day and night. Our main goal is to continue to strengthen Weld County's ability to have
efficient logistics with the best security standards in mind, and that we are able to keep your
trust in doing business.
With Great Respect,
z) •
i±Y4yaii •�per'
Corporate Sales Manager
Armored Knights Inc.
375 Yuma Street
Denver, CO 80223
Office (402) 341-2600
ryanaarmoredkn ights.com
311)age
Vendor Profile
Qualifications: a, b c1 d.
Established in April of 1988, Armored Knights Incorporated (AKI) is one of the area's only
locally owned and operated Armored Car Services. A K1 provides a full line of services
including Armored Transportation, Vault Storage, Delivery services, ATM services,
Governmental services, Guard Services, Private Investigation, Bank Robbery Training, and
Smart Safe distributors & Experts. AKl provides leading -edge technology to effectively manage
your cash logistics and high -value transportation needs. We provide our customers with
unparalleled security, excellence of operations, and superior customer service.
AKI is an armored car company whose mission is to be the best -in -class provider of armored
services in the Midwest. The company's strategy is to consolidate its excellent customer and
client service by making timely deliveries in the most secure environment, hiring the best
drivers, and having a competitive pricing structure. AK1 has acquired the best and most modem
equipment for the job. In addition, AKI has built its own terminal facility to the specific needs of
the armored car industry.
We attract and hire the most qualified personnel in the industry. Extensive background checks
are performed, including an FBI background check, criminal, driving, credit, drug screening, and
reference checks. AKI has made sure to have among the highest paid wages in the industry,
which helps us have a low turnover rate and increases customer satisfaction. All guards formally
complete firearms training and become certified to carry firearms. Armored Knights has
included our Colorado Certificate of Good Standing and currently has Professional Business
Licenses in the City of Denver, and Colorado Springs.
41
Vendor Profile Continued
AK I has had tremendous growth in the governmental municipal sector over the last 37 years.
This has been done by providing dedicated services to each account and providing those services
at the greatest value to each account. Our success can be attributed to timely pickups and
deliveries, friendly staff and employees, security standards and training, newer equipment, and
communication from our management team to the customer. We believe our references listed in
this response would feel the same, and give you good feedback to the validity of this statement.
All of the references listed demonstrate how Armored Knights Inc. has successfully provided
services and products same or similar to those required in the RFQ. Furthermore, all were
completed on schedule and within budget. Our success can be attributed to accurately
understanding the scope of work, having pre -planning meetings with purchasing, providing dry -
runs with each governmental location, and fully explaining and answering any questions prior to
the commencement of any work being performed. With our expertise in providing services to
governmental municipalities, we are able to add value to Weld County by providing dedicated,
streamlined services.
In addition to the references below, Armored Knights Inc. has successfully been awarded the
following long term relevant in size government contracts in last 5 years (Douglas County, Larimer
County, El Paso County, City of Denver, City of Arvada, City of Broomfield, City of Colorado
Springs, City of Lakewood, City of Westminster, City of Commerce City, City of Fort Collins, City of
Loveland, Adams 12 Five Star Schools, Adams District 14, Denver Public Schools, Jeffco Public
Schools, Saint Vrain Valley Schools, Littleton Public Schools, Poudre School District, Colorado
Springs District 11, Douglas County School District, Falcon School District 49, and many others
including The University of Colorado Denver, Aurora, and Parker campus locations). We hope to
continue to have the trust of Weld County as your chosen provider!
5J Page
Proposed Manager Team
AKI prides itself on the longevity of its key management and staff Ryan Knight, Corporate
Sales Manager, has been with the Company for more than 25 years. He is supported by equally
qualified and dedicated personnel. Ryan Knight will be primarily responsible for the selection of
the Contract Manager and for the execution of the contract. Mr. Knight will be the individual
with the day-to-day responsibility for ensuring that all of the Company's contractual obligations
are timely met. Operationally, this effort will be overseen by Steven Salgado, Denver Manager,
and to whom will be in direct report. In Addition, Joe Coyne, General Manager, has been with
Armored Knights for more than 25 years and has all the elements of operational, command and
control as well as administrative management duties. Human resources (HR) and training -
related matters will be handled by the assigned HR Manager and Training Officer and the
Director of Security. The Contract's financial health, as well as the issuance of invoices and
payroll checks, will be managed from AKI's corporate headquarters under the supervision of
Ryan Knight and Joe Coyne. They have been in the profession of accounting/financial
management for the same period of time. The above AKI Team will be dedicated to ensuring
that all required contractual obligations are met and done in a timely fashion through the course
of this agreement.
All AKI Team Members will be dressed in Class A uniforms, have cellular communication, GPS
directional navigation, concealed clip -board, and tot -bag when needed. Each route will have
GPS records, along with a designed route log. Our route log contains the start and end time of
each pickup. AKI will base the billing information on a flat monthly billing structure based on
the frequency requested. In the event of a missed pickup outside the company's control, AKI
will provide a unit cost credit to the following month's invoice. A l l route logs will be filed and
stored at our office and available for review upon written request.
AKI has an employee list that will be given to your company which includes the following
information: a colored picture, name, date of birth, and driver's license number. It will be updated and
sent if any changes are made to our staff. In addition, our employees will be easily identified by
wearing at all times an AKl ID badge presented on the front of their company -issued uniform. The
uniform will include an official AKI logo'd patch, and AKI issued ID badge. Finally, the same
individuals will be dedicated to the specific route each day, and if needed notifications can be sent, if
said employee is to be absent for the day.
6J Page
References
Armored Knights Inc. would like to thank you for the opportunity to submit a proposal for
providing Armored Car Services. AKI is fully insured through The Harry A. Koch Company.
SEE FOLLOWING VIDEO https://voutu.beRPWaseTSIE
AKE I has been federally awarded and selected as the chosen armored car vendor for the City of
Fort Collins, Larimer County, Weld County, El Paso County, Douglas County, Denver, Colorado
Springs, and dozens of other Federal procured contracts.
0 ARMORED
,.
Ratan
0 KNIGHTS
ARMORED KNIGHTS
ARMORED
'OUGHTS
at
a
armoredknights.com
7 I f) 3 l: L'
References Continued
#1
Company Name: The City of Denver
Address: 201 W Colfax Ave, Denver, CO
Reference Name: Mary Backhaus
Reference Email: Mary. BackhausDenvergov. org
Telephone Number: (720) 913-9361
Project Name: Armored Car
#2
Company Name: The City of Colorado Springs
Address: 107 N Nevada Suite 125, C.S., CO
Reference Name: Michael Zeller
Reference Email: Michael .Zel ler a�ColoradoSprings.goy
Telephone Number: (719) 385-5264
Project Name: Armored Car
#3
Company Name: The City of Fort Collins
Address: 215 N Mason St, Fort Collins, CO
Reference Name: Ed Bonnette
Reference Email: EBonnetteFCgove.com
Telephone Number: (970) 416-2247
Project Name: Armored Car
8 Pagc
Armored knights Inc. Supplies Order Form
Armored Knights Inc. offers tamper -evident bags, currency straps, and
carbon copy shipment receipts, which can be purchased and delivered
with your armored car pickups.
2024 Armored
Knights
Inc.
-Evident
Bags for
Your
Deposits
Tamper
Size
Quantity
Cost
Quantity
for Order
9x12 i
100
$50
12x16
100
$65
L
15x20
50
$95
19x28
50
$165
12.5x25 coin
bag
50
$100
$1 Straps
1000
$20
$2 Straps
1000
$20
$5 Straps
1000
$20
$10
Straps
1000
$20
$20 Straps
1000
$20
$50 Straps
1000
$20
$100 Straps
1000
$20
3 -part
receipts
50
$25
Logbooks 1
1
$25
9
a
.s -.- egrs
!'"eliCt^'
7:45-.247fita.-
f
e ! tal
. alMw ..�
i
��. • ♦.- v.."•
. •u It tn.*
Thank You!
Thank you very much for your consideration of our
2025 Armored Car proposal to Weld County,
Colorado. We greatly appreciate your time and do not
take for granted the opportunity to earn your trust in
doing business into the future!
Clll -iJtiU(//5/
10 'Page
OFFICE OF THE SECRETARY OF STATE
OF THE STATE OF COLORADO
CERTIFICATE OF FACT OF GOOD STANDING
I, Jena Griswold, as the Secretary of State of the State of Colorado, hereby certify that,
according to the records of this office,
Armored Knights, Inc.
is an entity formed or registered under the law of Nebraska . has complied with all
applicable requirements of this office, and is in good standing with this office. This entity has
been assigned entity identification number 20111397758 .
This certificate reflects facts established or disclosed by documents delivered to this office on
paper through 09/16/2025 that have been posted, and by documents delivered to this office
electronically through 09/17/2025 @ 12:47:56 .
I have affixed hereto the Great Seal of the State of Colorado and duly generated, executed, and issued this
official certificate at Denver. Colorado on 09/17/2025 @ 12:47:56 in accordance with applicable law.
This certificate is assigned Confirmation Number 17695527
Secretary of State of the State of Colorado
*********************S** *********************Fnd of Certificate************************$********$**********
Notice: A certificate issued electronically from the Colorado Secretary o State's website is [illy and immediately valid and eactive.
However, as an option, the issuance and validity of a certificate obtained electronically may be established by visiting the Validate a
Certificate page of the Secretaty of State's website, https: ''nww. colorad osos.gov bt_ `CertifrcateSearchf riteria. do entering the certificate's
confirmation number displayed on the certificate, and following the instructions displayed. Confirming the issuance of a certificate is
merely olronal and is not necessary to the valid and effective issuance of a certificate. For more information, visit our website,
https: /'www coloradosas.gov click 'Businesses, trademarks, trade names" and select "Frequently Asked Questions."
ACORLJ
CERTIFICATE OF LIABILITY INSURANCE
OATE (MMIODJYYYY)
8/20/2025
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
FNIC
P.O. Box 45279
Omaha NE 68145-0279
INSURED
Armored Knights, Inc.
2330 Paul St
Omaha NE 68102
ARM76441
COVERAGES
CERTIFICATE NUMBER: 217770486
CONTACT
NAME Genee West
PHONE FAX
C. No. En) I (AC, Nom;
E-MAIL
ADORESSI Genee.West&fnicgrouo.com
INSURER(S) AFFORDING COVERAGE
INSURER A : Champlain Specialty Insurance Company
INSURER B : National Indemnity Co of Mid -America
NAIL it
20060
INSURER C: Missouri Employers Mutual Insurance Co
INSURER o : Aroonaut Insurance Company
INSURER E :
INSURER F
REVISION NUMBER;
10191
19801
THIS IS
INDICATED.
CERTIFICATE
EXCLUSIONS
TO CERTIFY THAT
NOTWITHSTANDING
MAY BE ISSUED
AND CONDITIONS
THE
POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.I
l ip
TYPE OF INSURANCE
N o
Sinn
POLICY NUMBER I
;MMIDO^; :Y;IPOLICYEFF T!Silky
POLICYP
l I
LIMITS
A
i X
COMMERCIAL
GENERAL
CLAIMS -MADE
LIABILITY
OCCUR
CSSECGL000302202
7/26/2025
7/2612026
EACH OCCURRENCE I
$ 1.000,000
J
PREM cE 1G REt�cu rJ
PREMISES !Ea occurrence)
$ 100,000
I
I
�
MED EXP (Any one person)
S 5.000
I
PERSONAL & ADV INJURY
$ 1.000.000
' GEN'L
AGGREGATE
POLICY
OTHER
LIMIT APPLIES
PRO -
JECT
JECT
PER
LOC
GENERAL AGGREGATE
S 2,000.000
X
PRODUCTS - COMP/OP AGG
S 2.000,000
1
I
S
S
AUTOMOBILE
LIABILITY
ANY AUTO
OWNED ,
AUTOS ONLY
HIRED
AUTOS ONLY
SCHEDULED
AUTOS
NON OWNED
AUTOS ONLY
1
I
I
73TRB006267
7126/2025
7/26/2026
COMBINED SINGLE LIMIT
(Ea acodent)
$ 1.000.000
X
BODILY INJURY (Per parson)
$
L
BODILY INJURY (Per accident)
$
I
_-1
PROPERTY DAMAGE
,_(_1 „- r
$
S
.
A
UMBRELLA LIAR
EXCESSLIAB
X
OCCUR
CLAIMS -MADE
,
_
CSSECEL000302302
7126/2025
7/26/2026 EACH OCCURRENCE
$ 1.000.000
X
AGGREGATE
S 1.000.000
DEC
RETENTONS
ExcessofGL&WC
STATUTE
C
0
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANYPROPRIETORIPARTNE►/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
IT yes describe under
DESCRIPTION OF OPERATIONS Delow
Y / N
N / A
MEG3023684 - NE & IA
WC929248843304 - CO SO
7/26/2025
7/26/2025
726/2026
7/26/2026
X
I7 ER"
rS
!
t
E L. EACH ACCIDENT
S1.000.000
E L DISEASE - EA EMPLOYEE
S 1.000,000
E L. DISEASE - POLICY LIMIT
$ 1.000,000
DESCRIPTION
This certificate
requested
OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
is issued for bidding and demonstration purposes only. A properly executed certificate will be issued upon award of job to Named
by Named Insured.
Insured when
CERTIFICATE HOLDER
Sample Certificate for Bidding & Demonstration Purposes
only
NE 00000
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIV
1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
CUSTOMER EVIDENCE OF INSURANCE
THIS EVIDENCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO
RIGHTS UPON THE HOLDER. THIS EVIDENCE DOES NOT AMEND, EXTEND OR ALTER
THE COVERAGE AFFORDED BY THE POLICIES REFERRED TO HEREON.
NAME AND ADDRESS OF THE BROKER OR AGENT
MARSHALL & STERLING, INC.
110 MAIN STREET
POUGHKEEPSIE, NY 12601
NAME AND ADDRESS OF INSURED
ARMORED KNIGHTS, INC. &/OR
COLORADO ARMORED, LLC &/OR
ONLINE ATM SERVICE, INC
2330 PAUL STREET
OMAHA, NE 68102
COVER NOTE NUMBER OF RELEVANT INSURANCE- FINFR2500317
EXPIRY DATE JANUARY 9, 2026
The policies of insurance listed above 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 evidence may be issued or may pertain, the insurance afforded by
the policies described herein is subject to all terms, exclusions and conditions of such policies. A policy
summary is attached for information only. Aggregate limits shown may have been reduced by paid
claims.
Should any of the above described policy(ies) be cancelled before the expiration date thereof, the
issuing insurer will endeavor to mail 10 days written notice to the below named holder, but failure to
do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives.
NAME AND ADDRESS OF HOLDER
Proof of Coverage
PAGE 2 — RE: Proof of Coverage
POLICY SUMMARY
ARMORED KNIGHTS, INC. AND OR COLORADO ARMORED, LLC,
ONLINE ATM SERVICE, INC
ISSUE DATE: 1/28/2025 pk
INSURERS AFFORDING COVERAGE
COMPANY A UNDERWRITERS AT LLOYDS
Co.
Ltr.
Type of Insurance
Policy Effective
Date
Limits
A ARMORED CAR CRIME COVERAGE JAN 9, 2025
ARMORED TRANSIT $ 5,000,000.
ARMORED TRANSIT — (one man crew) $ 100,000.
ARMORED TRANSIT — (one man crew in a vehicle $ 250,000.
fitted with GPS tracking, a min of 2 -OTC Controlled Drop Safes
and Vehicle Kill Switches ((no atm servicing)) )
UNARMORED TRANSIT- (With two man crew) $ 400,000.
UNARMORED TRANSIT- (With one man crew) $ 100,000.
VAULT/PREMISE 2330 PAUL ST, OMAHA, NE $ 10,000,000.
VAULT/PREMISE: 375 YUTA ST, DENVER, CO $ 2,000,000.
500 SHAW STREET, DES MOINES, IA $ 5,000,000.
801 9thAVENUE UNIT 10B BRANDON,SD $ 1,000,000.
SMART SAFE
PAVEMENT
PER COVER NOTE CONTENTS
$ 100,000.
$ 100,000.
Description of operations/locations/vehicles/special items
Authorized Representative
,0„m.ytjtiCaL...
DISCLAIMER: THIS EVIDENCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUI\G INSURER(S),
AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE HOLDER, NOR DOES IT AFFIRMATIVELY OR NEGATIVELY
AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED THEREON.
LSW 1001 SEVERAL LIABILITY NOTICE: "THE SUBSCRIBING INSURERS' OBLIGATIONS UNDER CONTRACTS OF
INSURANCE TO WHICH THEY SUBSCRIBE ARE SEVERAL AND NOT JOINT AND ARE LIMITED SOLELY TO THE EXTENT
OF THEIR INDIVIDUAL SUBSCRIPTIONS. THE SUBSCRIBING INSURERS ARE NOT RESPONSIBLE FOR THE
SUBSCRIPTION OF ANY CO -SUBSCRIBING INSURER WHO FOR ANY REASON DOES NOT SATISFY ALL OR PART OF ITS
OBLIGATIONS."
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: 2026-29 Armored Knights Inc Contract
DEPARTMENT: Weld County Treasurer & Public Trustee Office DATE: 10/21/2025
PERSON REQUESTING: Brigitte Grimm, Treasurer & Public Trustee and Sonja Kohlgraf, Deputy Treasurer
Brief description of the problem/issue:
The service contract for secure deposit pickup and bank deposit was up for review this year and an informal
bid request was shared with Armored Knights Inc, Loomis and Axiom.
Armored Knights Inc, the current service provider, met all specifications. They can provide secured armored
car pickup and transport of Weld County funds for all locations on the day we requested. The proposed
contract amount for this service is $48,129.88 for 2026.
Axiom was not able to service all locations, and Loomis did not respond after several attempts to reach out to
them.
What options exist for the Board?
The Board can accept or deny this contract. If the Board denies the contract, Weld County has to search for a
different provider who might not be able to provide the service as needed.
Given the responses or the lack thereof, not all locations will be able to have their funds securely transported
for bank deposit, which would interrupt financial cashflow and increase liability.
Choosing Armored Knights Inc, who is currently providing this service in a satisfiable way, will result in a
contract of $48,129 for 2026 compared to $40,971.24 in 2025. The increase of $7,157.76 in 2026, includes an
additional pickup location for Public Services (Work Release) at $1,430.88 per year and an overall cost
increase of 14% from the contract amount negotiated in 2020.
The new contract does include language that future price increases must be consistent with the US Bureau of
Labor Statistic for Denver -Aurora -Lakewood CPI Index.
Recommendation:
The Weld County Treasurer's Office recommends approval from the Board of Commissioners.
Support Recommendation Schedule
Place on BOCC Agenda Work Session Other/Comments:
Perry L. Buck
Scott K. James
Jason S. Maxey
Lynette Peppier
Kevin D. Ross
:in
/Y
t'ik
Houstan Aragon
From:
Sent:
To:
Cc:
Subject:
Approved.
Brigitte Grimm
Thursday, October 30, 2025 8:25 AM
Byron Howell; Houstan Aragon; Bruce Barker; Karin McDougal; Matthew Conroy; Adria
Schiel; Will Grumet
CTB; Sonja Kohlgraf
RE: SIGNATURE REVIEW: Service Agreement for Armored Car Services - Armored
Knights, Inc.
From: Byron Howell <bhowell@weld.gov>
Sent: Wednesday, October 29, 2025 4:53 PM
To: Houstan Aragon <haragon@weld.gov>; Bruce Barker <bbarker@weld.gov>; Karin McDougal
<kmcdougal@weld.gov>; Matthew Conroy <mconroy@weld.gov>; Adria Schiel <aschiel@weld.gov>; Will Grumet
<wgrumet@weld.gov>; Brigitte Grimm <bgrimm@weld.gov>
Cc: CTB <CTB@co.weld.co.us>; Sonja Kohlgraf <skohlgraf@weld.gov>
Subject: RE: SIGNATURE REVIEW: Service Agreement for Armored Car Services - Armored Knights, Inc.
Reviewed. Approved.
Byron L. Howell
Assistant Weld County Attorney
Weld County Attorney's Office
1150 O Street
Greeley, Colorado 80632
970-400-4394
STATEMENT OF CONFIDENTIALITY & DISCLAIMER: The information contained in this email message is attorney
privileged and confidential, intended only for the use of the individual or entity named above. If the reader of this
message is not the intended recipient, you are hereby notified that any dissemination, distribution or copy of this
email is strictly prohibited. If you have received this email in error, please notify us immediately by replying and
delete the message. Thank you.
From: Houstan Aragon <haragon@weld.gov>
Sent: Wednesday, October 29, 2025 12:21 PM
To: Bruce Barker <Dbarker@weId.gav>; Karin McDougal <I<mcdougal@weld.gov>; Matthew Conroy
<mconroy@weld.gov>; Adria Schiel <aschiel@weld.gov>; Byron Howell <ohowell@weld.gov>; Will Grumet
<wgrumet@weld.gov>; Brigitte Grimm <bgrimm@weld.gov>
Cc: CTB <CTB@co.weld.co.us>; Sonja Kohlgraf <skohlgraf@weld.gov>
Subject: SIGNATURE REVIEW: Service Agreement for Armored Car Services - Armored Knights, Inc.
Importance: High
Good afternoon,
Please review and advise as to placement on the Monday, November 3, 2025, Consent Agenda.
Please also remember to reply -all to this email.
1
Brigitte — Please respond for approval as to substance in the agreement as Department Head.
Legal — Please respond for approval as to form.
Thank you,
ti 'iihI r
COUNTY. CO
Houstan Aragon
Deputy Clerk to the Board
Desk: 970-400-4224
P.O. Box 758, 1150 O St., Greeley, CO 80632
0 x 0
Join Our Team
IMPORTANT: This electronic transmission and any attached documents or other writings are intended
only for the person or entity to which it is addressed and may contain information that is privileged,
confidential or otherwise protected from disclosure. If you have received this communication in error,
please immediately notify sender by return e-mail and destroy the communication. Any disclosure,
copying, distribution or the taking of any action concerning the contents of this communication or any
attachments by anyone other than the named recipient is strictly prohibited.
2
Houstan Aragon
From:
Sent:
To:
Subject:
Onbase
Wednesday, November 5, 2025 1:45 PM
CM-ClerktoBoard; Sonja Kohlgraf; Brigitte Grimm; CM-Treasurer-DeptHead
Fast Tracked Contract ID (10068)
Contract # 10068 has been Fast Tracked to CM -Contract Maintenance.
You will be notified in th future based on the Contract information below:
Entity Name: ARMORED KNIGHTS INC
Contract Name: 2026-2928 ARMORED KNIGHTS CONTRACT Contract Amount: $48,129.88 Contract ID: 10068
Contract Lead: SKOHLORAF
Department: TREASURER
Con\ vaa+ 1p 00`6
Review Date: 9/11/202S _ D , `n N
Renewable Contract: YES FQ5\ waC - V °°-
Renew Date: 12/31/2028
Expiration Date:
Tyler Ref #:
Thank -you
zu75-3c \
9-0031
Houstan Aragon
From:
Sent:
To:
Cc:
Subject:
Sonja Kohlgraf
Wednesday, November 5, 2025 1:49 PM
Houstan Aragon
Brigitte Grimm; CTB
RE: PA for 2025-28 Treasurer Tax Lien Sale Real Auction agreement
Will do on the RealAuction contract —Thank you, Houstan.
I just set the Armored Knights contract up in Onbase id# 10068 — the agenda date is of course wrong
because I had to chooSe one in the future. Please review the attachments. There should be the PA and
the signed contract.
Thank you all for handling the RealAuction contract and I will make the changes once we get the signed
contract
Please let me know if you need anything else.
Will be looking at Esth6r's request now— Doc term tracking.
Sonja Kohlgraf, MBA
Weld County Deputy Treasurer
Ph: 970-400-3257
From: Houstan Aragon <haragon@weld.gov>
Sent: Wednesday, November 5, 2025 1:33 PM
To: Sonja Kohlgraf <skohlgraf@weld.gov>
Cc: Brigitte Grimm <bgrimm@weld.gov>; CTB <CTB@co.weld.co.us>
Subject: RE: PA for 2025-28 Treasurer Tax Lien Sale Real Auction agreement
No need to be sorry, there was a bunch of information being sent back and forth! I am certainly happy to manually
get this new agreement vetted for placement. Since I have the Contract ID 0 that was generated I will use that for
agenda indexing purposes. Once the executed copy is sent back to you, please delete the existing imported SOW
and replace it with the s gned copy, then fast track it back into Maintenance. If you would like assistance in the
deletion and re -upload please reach out and I am happy to assist.
ANsfadA
Houstan Aragon
Deputy Clerk to the Board
Desk: 970-400-4224
P.O. Box 758, 1150 0 St., Greeley, CO 80632
011000
Join Our Team
Hello