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
20173924.tiff
ro BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Consider Contract Amendment between SOS Security, LLC (now Allied Universal Services), the Weld County Sheriff's Office and Justice Services Department DEPARTMENT: JUSTICE SERVICES DATE: 08/07/2020 PERSON REQUESTING: DOUG ERLER, Director Brief description of the problem/issue: 'During the early planning stages to accommodate more judges coming to the 19`h Judicial District and new courtrooms in the Centennial Center, the Board directed our department's Centennial Center office operations be moved to the West Annex, after being remodeled. The Board unanimously concurred that a Security Officer be posted at the West Annex, similar to current Court Complex posts. To carry out this direction, I drafted a Contract Amendment (please see enclosed), which outlines how to bridge these security services at the West Annex within the terms set forth in the Original Agreement between the parties. I conferred with Allied Universal, the Sheriffs Office, County Attorney's office, and Don Warden and all agree with this proposed Contract Amendment. The term of the Original Agreement is set to expire December 31, 2020, so this Contract Amendment would get us through the end of the year. At that time, decisions will need to occur to initiate a new bid process or perhaps request an extension. We are set to move to the West Annex on Monday, 8/10 and Tuesday, 8/11 with our main lobby opening on Wednesday, 8/12. If approved and until such time a Security Officer comes onsite, our staff understand that manning this post, the best we can, will be our responsibility. Allied Universal has a candidate in waiting; I met with her and explained all details with her. I've also secured the necessary security equipment for this post, at no additional costs. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) Option 1. Approve proposed Contract Amendment and authorize placement as a future Consent Agenda item and authorize Chair to sign Option 2. Approve proposed Contract Amendment and authorize placement on a future hearing agenda for final review/approval and authorize Chair to sign Option 3. Work Session Recommendation: Option 1. All parties are in agreement and this will expedite matters, thank you for your consideration. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro Tern Kevin D. Ross -O2z/- 020 Approve Recommendation me a: Schedule Work Session eler„i_e( Ss O6) O21- Other/Comments: ao/7-39.7,1- X50 D ,38 CONTRACT AMENDMENT BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND SOS SECURITY, LLC This Agreement was originally made and entered into the 21st day of February 2018 by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office and SOS Security, LLC and then renewed/extended by all parties on the 6th day of December 2019. The Weld County Sheriff's Office is hereinafter referred to as the "Sheriff's Office," and SOS Security, LLC, is hereinafter referred to as the "Contractor." WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017-3924, approved on dates noted above. WHEREAS the parties hereby agree to amend the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 12/31/2020. • The parties acknowledge that SOS Security, LLC has merged with Allied Universal ® since execution of the Original Agreement and will also be simultaneously executing a consent for assignment. • The parties agree to amend the Original Agreement. This Amendment, together with the Original Agreement and extension amendment, constitute the entire understanding between the parties. The following changes are hereby made to the Original Agreement, which shall be effective upon signatures of the below parties and during the extension term of the Original Agreement: 1. The parties wish to add additional services to the Agreement which include: adding one (1) uniformed, unarmed security checkpoint personnel for the Weld County Justice Services Department (Justice Services) at the Weld County West Annex located at 901 10t" Ave., P.O. Box 758, Greeley, CO 80632 (directly west adjacent across the street from the Plaza West Annex); 2. Contractor shall provide this additional one (1) security checkpoint personnel at the Weld County West Annex, effective on a date as mutually agreed upon by all parties in writing; 3. Weld County shall provide County owned equipment consistent with current security checkpoints; 4. Justice Services shall monitor the Contractor's work at this location, with communication about performance to the Contractor and the Sheriff's Office, as needed; 5. Coverage shall be Monday through Friday, from 8:00 AM to 12:00 PM and 1:00 PM to 5:00 PM, excluding Weld County holiday closures, with coverage including Martin Luther King Day and Frances Cabrini Day; 6. Contractor shall designate specific personnel for this location and shall not deplete coverage at the Courts Complex to cover this location. If circumstances arise where this security personnel are not available to cover this location, Contractor shall immediately communicate with Justice Services on how the location will be promptly filled; in the interim, Justice Services personnel will man this post; 7. Contractor shall separately invoice the Weld County Justice Services Department at 901 10th Ave., P.O. Box 758 Greeley, CO 80632, care of Doug Erler, Director for this one (1) security checkpoint personnel; 8. Pricing for this one (1) additional security checkpoint personnel shall be billed at an hourly rate of up to $18.25 per hour. If the parties to this Amendment agree that operational hours must exceed those enumerated in item #5 of this Amendment, those hours may be billed at a rate of up to $27.29 per hour. CONTRACT AMENDMENT BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND SOS SECURITY, LLC Notwithstanding, the billable rate, the maximum amount of this Amendment shall not exceed $21,000 for the remaining term of this Agreement, unless amended in writing by the parties before any additional amount is incurred; 9. Any additional renewal of the Original Agreement, and herein Amendment, and pricing shall be determined by the parties before December 31, 2020; and 10. Contractor shall adhere to all other provisions set forth in Exhibits A and B of Contractors original submittal for Bid #61700143. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: ATTEST: Weld Co BY: Deputy Clerk t tot BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO rri`ALItit.44 Mike Freeman, Chair AUG 2 4 2020 Approved as to Substance: Justice Services Oepbrtment Head 02..0i7- 39a4 Entity Information Entity Name* Entity DI ALLIED UNIVERSAL SECURITY @00038937 SERVICES ❑ New Entity? Contract Name* Contract ID AMENDMENT TO 2018 CONTRACT FOR COURTHOUSE 4048 SECURITY - SOS SECURITY MERGED W ALLIED UNIVERSAL Contract Status CTB REVIEW Contract Lead* MELBE Contract Lead Email melbe agco.weld. co. us; skohlgra f@weldgov.com Parent Contract ID 1664 Requires Board Approval YES Department Project # Contract Description* THIS IS AN AMENDMENT TO COVER THE NEW WEST ANNEX OFFICE AREA FOR JUSTICE SERVICES (DOUG ERLER). ONE SECURITY PERSON SUPPLIED BY THE VENDOR. CONTRACT EXPIRATION 12/31/2020. Contract Description 2 THE COST FOR THE JUSTICE SERVICES SECURITY COVERAGE WILL BE PAID AND BUDGE I ED UNDER THE JUSTICE SERVICES DEPT. "PLEASE COPY DOUG ERLER ON DISTRIBUTION OF CHAIR SIGNED DOCUMENTS AND FINAL RESO. Contract Type * CONTRACT Amount* $21.000.00 Renewable* YES Automatic Renewal NO Grant IGA Department SHERIFF Department Email CM-Sheriff@weldgov.com Department Head Email CM-Sheriff- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - C OUNTYATTORN EY@WELD GOV.COM Requested BOCC Agenda Date* 08126/2020 Due Date 08/22/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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* 10/01/2020 Termination Notice Period Committed Delivery Date Contact Information Renewal Date* 12131/2020 Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Approval Process Department Head DONNIE PATCH DH Approved Date 08/19/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/24/2020 Originator SKOHLGRAF Finance Approver BARB CONNOLLY Purchasing Approved Date Finance Approved Date 08/19/2020 Tyler Ref # AG 082420 Legal Counsel BOB CHOATE Legal Counsel Approved Date 08/19/2020 Submit apn +ra S@g( BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Courthouse Security Contract Extension/Renewal DEPARTMENT: Weld County Sheriffs Office DATE: 11/21/2019 PERSON REQUESTING: Matthew J. Elbe — Detentions Lieutenant Brief description of the problem/issue: The original courthouse security contract with SOS Security, LLC is up for extension/renewal as the original contract and pricing was for the period of January 1, 2018 — December 31, 2018. At the end of each twelve-month period of this contract, an extension is completed, and any price changes are included in the extension. There is a 7.75% cost increase with this extension which is based on the language in the original contract for the third year. With this increase, the total cost for courthouse security for the period of 01/01/2020 —12/31/2020 is $379,600.00. It should be of note that this contract extension has been reviewed by Bob Choate. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The board may either approve or deny the contract extension. This is the third extension of the original contract which was termed for three years. A denial would be without cause and result in the Sheriffs Office having to go out to bid for courthouse security. An approval would result in a seamless transition to the next year of this contract with the increases outlined in the original contract. Recommendation: It is recommended that the Board approve this extension/renewal. The Weld County Sheriffs Office has been pleased with the services provided and these services are in line with the contract. The cost increase is representative of the language in the original contract. Approve Recommendation Sean P. Conway Scott K. James Mike Freeman, Pro -Tern Barbara Kirkmeyer, Chair Steve Moreno a�ntni- OeAek& Vf 1(91 I9 - Schedule Work Session Other/Comments: -/ g SO00 Ms Karla Ford From: Sent: To: Subject: Approve Sent from my iPhone Mike Freeman Tuesday, December 3, 2019 9:30 AM Karla Ford Re: Pass Around - SOS security extension On Dec 3, 2019, at 9:04 AM, Karla Ford <kford@weldgov.com>wrote: Mike, Since you won't be returning to the office, please advise if you approve recommendation. Thanks! Karla Ford Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kfora(c weidciov_com :: www.weicipov.com :: My working hours are Monday -Thursday 7:00a.m.-4:00 p.m. Friday 7:00a.m. a Noon <image002.jpg> Confidentiality Notice: 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. From: Sonja Kohlgraf <skohlgraf@weldgov.com> Sent: Monday, December 2, 2019 12:05 PM To: Karla Ford <kford@weldgov.com> Subject: FW: SOS security extension Hello Karla, Could you please present the attached PA request to the commissioners? Thank you, Sonja Kohlgraf, MBA Budget/Business Manager Weld County Sheriff's Office Ph: 970-400-2872 From: Jerry Aguirre Jr. <jaaguirreweldgov.com> Sent: Monday, December 2, 2019 11:41 AM To: Sonja Kohlgraf <skohjgraaf@w&ldg�ov.com> Karla For From: Sent: To: Cc: Subject: Barbara Kirkmeyer Tuesday, December 3, 2019 10:14 AM Karla Ford Sean Conway Re: Please Reply - PA SOS security extension Ok with me Sent from my iPhone On Dec 3, 2019, at 9:32 AM, Karla Ford <ford@weIdgov,eom> wrote: Please advise if you approve recommendation. Trying to get these on the 12/11 agenda. Karla Ford z 4 Office Manager, Board of Weld County Commissioners 1150 G Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kf c e1dgov'.corn :: ww.w ldgov•,com My working hours are Monday -Thursday 7:00a.m.-4:00 p.m. Friday 7:00a.m. - Noon <image002.jpg> Confidentiality Notice: 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. From: Sonja Ko ilgraf < l ohlgrafjwel :lgov.co m> Sent: Monday, December 2, 2019 12:05 PM To: Karla Ford <kfordwel+g.ov.conn> Subject FW: SOS security extension Hello Karla, Could you please present the attached PA request to the commissioners? Thank you, Sonja Kohigraf, MBA Budget/Business Manager Weld County Sheriff s Office Ph: 970-400-2872 From: Jerry Aguirre Jr. < ja `u rre@wei-d o ., or > Sent: Monday, December 2, 2019 11:41 AM T : Sonja Kohlgraf <skohlgraf@weldgoyo > Cc: Matthew Elbe <melhe@weld oc m> Subject: SOS security extension CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND SOS SECURITY, LLC This Agreement Extension/Renewal ("Renewal"), made and entered into 6th day of December, 2019, by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, hereinafter referred to as the "Department", and SOS Security, LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017-3924, approved on 02/21/2018. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 12/31/2018. • The parties agree to extend the Original Agreement for an additional twelve-month period, which will begin 01/01/2020, and will end on 12/31/2020. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. This extension/renewal comes with a 7.75% cost increase for this third year of the contract as set forth in the original contract. This will bring the weekly cost to $7,300.00 and the subsequent yearly cost to $379,600.00. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRA Printed Name Marc Bognar, EVP / CSO Signature WittgrAd4) ; ATTEST: _ WELD COUNTY, COLORAD Weld 'ou ty. lerk to the : •: d ��•►a �/ / , BY: Deputy Cler BOARD OF COUNTY COMMISSIONERS Barbara Kirkmeyer, Cy air DEC 16 2019 aoi7-39aY Contract Form Entity Information Entity Name* SOS SECURITY LLC New Contract Request Entity ID* @00025539 New Entity? Contract Name* Contract ID 2020 EXTENSION OF CONTRACT SERVICES WITH SOS 3281 SECURITY Contract Status CTB REVIEW Contract Lead* MELBE Contract Lead Email rnelbe@coweld co us:skohlgra f(aiweldgov corn Contract Description* EXTENSION OF #1664 - SOS SECURITY SERVICES FOR COURTHOUSE SECURITY FOR 2020 Contract Description 2 Contract Type* CONTRACT Amount* $379,600.00 Renewable* NO Automatic Renewal Grant IGA Department SHERIFF Department Email CM-Sheriff@vteldgov corn Department Head Email CM-Sheriff- CieptHead03 weidgov corn County Attorney GENERAL COUNTY Al I ORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY@VELD GOV COM If this is a renewal enter previous Contract ID 1664 If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 121092019 Parent Contract ID 1664 Requires Board Approval YES Department Project I Due Date 12'0.5.2019 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO 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 Termination Notice Period Review Date* 10(15/2020 Renewal Date Committed Delivery Date Expiration Date* 1231/2020 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head DONNIE PATCH DH Approved Date 121112019 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/16/2019 Originator SKOHLGRAF Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 12112:'2019 Tyler Ref # AG 121619 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12/1212019 Submit BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Courthouse Security Contract Extension/Renewal DEPARTMENT: Weld County Sheriffs Office DATE: 11/27/2018 PERSON REQUESTING: Matthew J. Elbe — Detentions Lieutenant Brief description of the problem/issue: The original courthouse security contract with SOS Security, LLC is up for extension/renewal as the original contract and pricing was for the period of January 1, 2018 — December 31, 2018. At the end of each twelve-month period of this contract, an extension is completed, and any price changes are included in the extension. There is a 4.76% cost increase with this extension which is based on the language in the original contract for the second year. With this increase, the total cost for courthouse security for the period of 01/01/2019 - 12/31/2019 is $352,300.00. It should be of note that this contract extension has been reviewed by Bob Choate. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The board may either approve or deny the contract extension. This is the first extension of the original contract which was termed for three years. A denial would be without cause and result in the Sheriffs Office having to go out to bid for courthouse security. An approval would result in a seamless transition to the next year of this contract with the increases outlined in the original contract. Recommendation: It is recommended that the Board approve this extension/renewal. The Weld County Sheriffs Office has been pleased with the services provided and these services are in line with the contract. The cost increase is representative of the language in the original contract. Approve Recommendation Sean P. Conway Julie A. Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro-Tem Acgsmclu Schedule Work Session Q.tficr/Coniments;, ceA oC60) a07 -.8901c1 <5oO38 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND SOS SECURITY, LLC • This Agreement Extension/Renewal ("Renewal"), made and entered into II day of December, 2018, by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, hereinafter referred to as the "Department", and SOS Security, tLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017-3924, approved on 02/21/2018. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, In consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 12/31/2018. • The parties agree to extend the Original Agreement for an additional twelve-month period, which will begin 01/01/2019, and will end on 12/31/2019. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents; 1, This extension/renewal comes with a 4.76% cost Increase for this second year of the contract as set forth in the original contract. This will bring the weekly cost to $6,775.00 and the subsequent yearly cost to $352,300.00. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Kt-Y)v>e'Iti d1.1, Printed Name Signature datriftiV Je4);ii ATTEST Weld BY: Deputy Clerk tithe Board I I I p BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO "tips—c�' teve Moreno, Chair DEC 2 6 2018 WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & SOS SECURITY LLC COURTHOU SE SECURITY THIS AGREEMENT is made and entered into this 27 day of December , 2017, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and SOS Security LLC, a limited liability company, who whose address is 1915 Route 46 East, Parsippany, New Jersey, 07054, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No, B1700143". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. �� SO Ati4e611&-r) e& -rerk&) ot-ozi -if 66 60 3Y' 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. 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 hind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 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. 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 Modification. 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/Contract Amount. County agrees to pay an amount no greater than the amount which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall he solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of 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 services 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 services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals 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. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. 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. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. 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. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injuy for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation,: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County General Services. All notices or other communications (including annual maintenance 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 by the sending party; or (d) transmission via facsimile, at the number acknowledgment is required by the sending party. set forth below, where a receipt or Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: SOS Security LLC Attn.: Jim Lawler Address: 3650 S. Yosemite St. #212 Address: Denver, Co. 80237 E-mail: jlawler!u2.sossecurity.com With copy to: Name: Kenneth M. Fisher Position: President Address: 1915 Route 46 E. Address: Parsippany, NJ. 07054 E-mail:kfisher@sossecurity.com County: Name: Brandon Cody Position: Lieutenant Address: 2110 O Street Address: Greeley, Co. 80631 E-mail: bcody@co.weld.co.us 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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 A and B, 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 27th day of December , 2017. CONTRACTOR: SOS SECURITY LLC By: Name: Edward B. Silverman, CPP Title: Chairman and CEO Date December 27, 2017 WELD COLV;rjeti ;4. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld ' 'unty Clerk to t e Board WFLDSOUNTY, COLORADO BY Deputy C ( rk to th - B Moreno, Chair FEB 212018 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: OCTOBER 12, 2017 BID NUMBER: B1700143 DESCRIPTION: COURT SECURITY SCREENING - MAIN COURTHOUSE, PLAZA WEST AND CENTENNIAL BLDG DEPARTMENT: SHERIFF'S OFFICE MANDATORY PRE -BID CONFERENCE DATE: OCTOBER 25, 2017 BID OPENING DATE: NOVEMBER 17, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: COURT SECURITY SCREENING A mandatory pre -bid conference will be held at 10:00 a.m., on October 25, 2017, at the Weld County Courthouse located at 901 9th Ave, Greeley CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: November 17, 2017 A 10:30 am. (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing located under "Current Requests". And, on the Bidnet Direct website at 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 bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@we Idg ov . co m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids 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. Bids 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 bid 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 bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, 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 Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids 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 bids 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 bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. BID REQUEST #B1700143 Page 2 §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful BID REQUEST #B1700143 Page 3 bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder 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. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall he applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder 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. BID REQUEST #B1700143 Page 4 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project 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 subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, 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 the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder 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 the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. 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. R. 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. S. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree 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. County BID REQUEST #B1700143 Page 5 has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion. in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. 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. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. 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. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder 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. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders 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. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the BID REQUEST #B1700143 Page 6 performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder 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. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or 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, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times durlig the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and BID REQUEST #B1700143 Page 7 property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B1700143 Page 8 SPECIFICIATIONS: The Weld County Sheriff's Office is responsible to provide security for the 19'h Judicial District and Weld County Courts located in 3 buildings on a city block between 9th and 10th Street and 9th and 10'h Ave, Greeley, Colorado. Main Courthouse (3 officer minimum staffing) to staff two security check points and clear floor for inmate transport. Plaza West Annex (2 officer minimum staffing) at one security check point and also requires clearing of hallways for inmate transport. Centennial Building (2 security officer minimum) at one security check point and also requires clearing of hallways for inmate transport. Each check point is equipped with County owned and maintained equipment consisting of archway and handheld magnetometers and x-ray equipment. Security staff is also provided County owned and maintained Law enforcement radios with shoulder microphones and earpieces for communicating with Sheriffs Office personnel. The intent of this Request for Proposal ("REP") is to procure a high quality, experienced company to provide court house perimeter entry security screening, at the Main Courthouse, Plaza West, and the Centennial Building hereafter called the Court Complex, that is reasonable and practical, meeting the safety and security needs of employees and the public. The County shall have the unfettered right to monitor the contractor's work in every respect. In this regard, the contractor shall provide its full cooperation, and ensure the cooperation of its employees. Further, the contractor shall make available for inspection and/or copying when requested, original time sheets, invoices, charge slips, credentialing statements, continuing education and training records, and any other data, records and accounts relating to the contractor's work and performance under the Agreement. In the event the Provider does not hold such material in its original form, a true copy shall be provided. Minimum Qualifications To be considered, the bidder must meet the following minimum qualifications: 1. The bidder must be organized for the purpose of providing perimeter security screening and have previous experience with proven effectiveness in administering courthouse perimeter security screening. 2. The bidder must be incorporated and must have legal authority to operate in the State of Colorado. Evidence of such authority will be made available for review upon request by Weld County. 3. The bidder must have at least three (3) continuous years of corporate experience in providing courthouse perimeter security screening services, at least one (1) current contract with a Jurisdiction of similar size demonstrating the ability to provide courthouse perimeter security screening specific to the Weld County Court Complex. 4. The bidder must demonstrate current capability to successfully complete the transition to full operation within thirty (30) days, a proven system of recruiting staff, and an adequate support staff in its central office capable of competently supervising and monitoring its operation in Weld County. 5. The bidder must provide a detailed, written transition plan as part of the bid process. 6. The bidder must demonstrate current stability and size to hire, train, and sustain security workforce at all times to fulfill the contract. BID REQUEST #61700143 Page 9 7. The successful bidder must be licensed by the City of Greeley. Security Guards must be licensed in accordance with City of Greeley code - Chapter 6.64. Proof of license must be provided to the Contract Administrator for all guards who will work at the Court Complex. The County does not reimburse contractor for licensing requirements. Contract Period and Pricing t. The initial contract period shall commence on January 1, 2018 thru December 31, 2018 and, subject to the satisfaction and concurrence of both parties, renew annually each year thereafter through December 31, 2020. 2. Pricing must clearly state initial contract period price, and after an annual, total price for the delivery of court house security screening services costs necessary to comply with the requirements and specifications within this RFP. 3. The company will submit a monthly invoice to Weld County for 1/12th of the total annual price. The monthly invoice will include the itemized cost of security screening costs, requested by the Sheriff's Office, exceeding the specified contract hours. 4. Hourly reimbursement rate for hours exceeding the specified contract hours: $ Total monthly cost for: (8) Eight uniformed unarmed security guards, Including one working supervisor. Initial contract period 1/1/18-12/31/18 WEEKLY ESCALATION COSTS ( % increase) 2"d year $ YEARLY (12 PAYMENTS) ( % increase) 3rd year $ $ _ Contract Specifications 1. The Contract Administrator for Weld County is a Sheriffs Office Court Services Sergeant. All contact and operational matters between the Contractor and the County will be through the Court Services Sergeant and the Contractor's site supervisor. 2. Minimum staffing requirements are Seven (7) security guards and One (1) on -site working supervisor for a total of Eight (8). All must be un-armed and wear a uniform. The uniform must not appear similar to uniforms worn by Weld County Sheriffs deputies and must be approved by the Contract Administrator. The Eight (8) security guards will work 10 hours each day court is in session. 3. Minimum regularly scheduled hours of operation shall be sufficient for the operation of four (4) security check points Monday through Friday from 7:30 am to 5:30 pm excluding court holiday closures. The Centennial Building is open to the public for county business (District Attorney, Coroner and Pretrial Services) on Martin Luther King Day and Columbus Day. Two officers will be required to staff one security check point on these court holidays. On occasions, the courts require extended hours and the Sheriff's Office may request security guards assistance to continue to operate security check points until the courts are no longer in session. Extended hours will be reimbursed for actual time in addition to the regular hours of operation. 4. Contractor personnel should be aware that they might, from time to time, be subpoenaed to testify in court regarding incidents witnessed or involved in as part of performing their responsibilities at the court complex. Overtime, if any, associated with this obligation is the responsibility of the contractor. 5. All pre -employment activities, i.e. application, interviews, testing etc., of guards are at the cost of the contractor and must be conducted off the Weld County work site. 6. Security guards will maintain the same professional standards of appearance and conduct required for Weld County Sheriff's Deputies. BID REQUEST #B1700143 Page 10 7. The Sheriffs Office may request replacement of any contractor personnel when unable to carry out the responsibilities of the contract. The Sheriffs Office shall approve all appointments to the position of site supervisor. 8. The Security Contractor must develop written standard operating procedures based on Sheriff's Office protocols for the Courthouse within 3 months of awarded contract. A written copy of current standard operating procedures, and any subsequent changes, shall be provided to the Contract Administrator. 9. The Security Contractor shall submit invoices to the Contract Administrator by the 5'h of each month for services provided in the previous month. Minimum Site Training Requirements • Every security guard must be trained and proficient onsite procedure and operation of site equipment, at the contractor's expense, prior to being assigned to one of the security check points. • Security Guard training is expected and encouraged to happen on site. However, a trainee is not considered part of the specified scheduled hours until training is complete and the security guard is able to work proficiently at a security check point without assistance. • The Sheriff's Office will administer scenario based training and or security drills to ensure security guards are proficient in practicing proper protocol. Submittal Requirements and Evaluation for All Proposals Proposals need not be in any particular form. All proposals, however, must contain the following specific information: 1. Sufficient information concerning the program for Weld County to evaluate whether or not the bidder meets "minimum qualifications" for all bidders. Bidders should avoid elaborate artwork and graphics, bulky volumes or any other artifice that does not directly affect the contents of the proposal. 2. All proposals must demonstrate that the bidder has the ability to comply with the scope of this RFP, and meet the requirements and specifications. 3. Additionally: a. All proposals must list by name, address, phone and Contract Administrator all institutions where bidder is providing courthouse security screening services and the length of time that each contract has been in effect. b. All proposals must list by name, address, phone and Contract Administrator all institutions where bidder has terminated services, been terminated or lost a renewal as the incumbent in the past three years. 4. All proposals must contain a letter of intent from an insurance company authorized to do business in the State of Colorado stating its willingness to insure the bidder pursuant to the terms of this RFP. 5. All proposals must contain a work sheet indicating what the bidder is considering as an hourly rate of pay for qualified security guards and site supervisor at the court complex. 6. Audited financial statements for both the prior and most recent fiscal year are required to support the bidder's financial capability to undertake and complete the performance of this RFP. BID REQUEST #B1700143 Page 11 Evaluation of Proposals An Evaluation Committee appointed by the Supervising Detentions Division Lieutenant of the Weld County Sheriffs Office will evaluate each proposal. The Evaluation Committee will make recommendations to the Weld County Sheriff and the Board of Weld County Commissioners. The Board of Weld County Commissioners will make its award of bid to the successful bidder, which award will be subject to the finalization of agreement. The Evaluation Committee will be guided by the following point system based upon a maximum of 100 total points: Pricing 0 to 40 points Qualifications 0 to 50 points Functional Compatibility 0 to 10 points In computing points for each of the above four general criteria, the Evaluation Committee will consider the following: 1. Basic Requirements: Initially, the proposal will be examined to determine if it "qualifies" in that it meets the basic requirement for consideration. This review will pertain to such matters as adequate responsiveness to the RFP, necessary signatures, completeness, and clarity with respect to such essential factors as price. Failure of the proposal to meet the basic requirements of a proposal may disqualify it from further consideration. 2. Evaluation of Qualifying Proposals: Having determined that a proposal meets the basic requirements, the Evaluation Committee will then evaluate it with respect to each of the following elements: A. Pricing (Maximum 40 points): The stated lump sum base price for full performance in meeting the requirements of the RFP will be of major consideration under this category. The Evaluation Committee will also refer to budget information provided and consider how costs relate to comparable pay packages for similarly qualified security guards with similar responsibilities along the Front Range as well as how costs project for a second and third year contract extension, B. Qualifications (Maximum 50 points): Included in this criterion of the evaluation will be --Length of time bidder has been in the business of providing security screening services in a courthouse setting; current and recent history of bidder's past performance of a similar nature to the performance offered in response to the RFP; any evidence submitted (letters of reference) or readily attainable regarding the quality of past performance and the reliability of responsiveness of the bidder; the apparent capabilities of the bidder to perform well in the execution of its obligations under a contract with Weld County as evidenced by its leadership and management personnel, size of organization, length of time in business, past performance, and other current contractual obligations defining the bidder's capability to undertake and successfully fulfill the obligations proposed to be undertaken by its submission of a proposal in response to this RFP. Functional Compatibility (Maximum 10 Points): This criterion is an assessment of the fit between the bidder's overall proposal and transition planning with the organizational culture and business practices. The evaluation will consider the organization, approach, comprehensiveness, steps, specific benchmarks; attainment dates and progress reporting of the transition plan, the demonstration of commitment to effectively integrate into the organizational culture including, but not limited to, overall service collaboration, staff training, cooperation, problem solving and conflict resolution. BID REQUEST #61700143 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700143. 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 bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE _ SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W-9 AT TIME OF BID OPENING** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. PLEASE SEND BACK PAGES 10 & 13. BID REQUEST #B1700143 Page 13 Exhibit B The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700143. 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 oidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM SOS `a 'C° LAY' I I./ C .f BUSINESS ADDRESS Corp. \"�--r' 1°11C rZtiut-4 e CITY, STATE, ZIP CODE Xrpin C.LI NT O71.) '' (71 TELEPHONE NO`f 72,•.LIL)._ lNl 3 TAX ID # -/L / 7UAatl PRINTED NAME AND TITLE e --L t4)at d' si /Irernicul i c_ "1O.jrrv1 l 1- C FLT. SIGNATURE E-MAIL 01117-ev'irk-A1e---trS1Cti.v i . �(-)1V DATE k juve.4, 1 4-> ?.C" / t c --t.2/ -7 **ALL BIDDERS SHALL PROVIDE A W-9 AT TIME OF BID OPENING** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. PLEASE SEND BACK PAGES 10 & 13. BID REQUEST #81700143 Page 13 7, The successful bidder must be licensed by the City of Greeley. Security Guards must be licensed in accordance with City of Greeley code - Chapter 6.64. Proof of license must he provided to the Contract Administrator for all guards who will work at the Court Complex. The County does net reimburse contractor for licensing requirements. Contract Period and Pricing 1, The initial contract period shall commence on January 1, 2018 thru December 31, 2018 and, subject to the satisfaction and concurrence of both parties, renew annually each year thereafter through December 31, 2020. 2. Pricing must clearly state initial contract period price, and after an annual, total price for the delivery of court house security screening services costs necessary to comply with the requirements and specifications within this RFP. 3. The company will submit a monthly invoice to Weld County for 1/12th of the total annual price. The monthly invoice will include the itemized cost of security screening costs, requested by the Sheriff's Office, exceeding the specified contract hours. 4. Hourly reimbursement rate for hours exceeding the specified contract hours: $..2,,O WEEKLY Total monthly cost for: YEARLY (12 PAYMENTS) (8) Eight uniformed unarmed security guards, Including one working supervisor. Initial contract period 1/1/18-12/31/18 s( /-IL 7. �..L • $3 aG,,D.-�j6-f . GC) ESCALATION COSTS (Y.7,„ % increase) 2"d year *4.775 OO $75•P-.)/3L;IC,. tat s= (•7S % increase) 3'd year $ "]r .3(2C'.,.r• $,___ 1.;Lt >• c,6 Contract Specifications 1. The Contract Administrator for Weld County is a Sheriff's Office Court Services Sergeant. All contact and operational matters between the Contractor and the County will be through the Court Services Sergeant and the Contractor's site supervisor. 2. Minimum staffing requirements are Seven (7) security guards and One (1) on -site working supervisor for a total of Eight (B). All must be un-armed and wear a uniform. The uniform must not appear similar to uniforms worn by Weld County Sheriff's deputies and must be approved by the Contract Administrator. The Eight (8) security guards will work 10 hours each day court is in session, 3. Minimum regularly scheduled hours of operation shall be sufficient for the operation of four (4) security check points Monday through Friday from 7:30 am to 5:30 pm excluding court holiday closures. The Centennial Building is open to the public for county business (District Attorney, Coroner and Pretrial Services) on Martin Luther King Day and Columbus Day. Two officers will be required to staff one security check point on these court holidays. On occasions, the courts require extended hours and the Sheriff's Office may request security guards assistance to continue to operate security check points until the courts are no longer in session. Extended hours will be reimbursed for actual time in addition to the regular hours of operation. 4. Contractor personnel should be aware that they might, from time to time, be subpoenaed to testify in court regarding incidents witnessed or involved in as part of performing their responsibilities at the court complex. Overtime, if any, associated with this obligation is the responsibility of the contractor. 5. All pre -employment activities, i.e. application, interviews, testing etc., of guards are at the cost of the contractor and must be conducted off the Weld County work site. 6. Security guards will maintain the same professional standards of appearance and conduct required for Weld County Sheriff's Deputies. BID REQUEST #B1730143 Page 10 REQUEST FOR PROPOSAL BID NUMBER B1700143 SECURITY SERVICES Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-5600 a www.sossecurity.com November 17, 2017 Weld County Purchasing Department Weld County Administrative Building 1150O Street, Room #107 Greeley, CO 80631 ramarr; tdaayscatn Re: Request for Bid: Court Security Screening - Courthouse, Plaza West and Centennial Buildings Bid Number: #81700143 SOS Security LLC ("SOS") is pleased to submit this proposal for security services at the Weld County Courts ("Weld County") together with the following information for your review: D Bid price form; • City of Greeley License; ➢ Certificate of Insurance; • Audited Financial Statements (SOS respectfully requests the enclosed financial Information to remain confidential). The information contained within provides you with the opportunity to evaluate the security program that SOS is qualified to provide. At SOS, we have a long history of delivering solution - based security, where operational excellence is paramount. SOS will dedicate all the necessary resources to ensure a high quality level of services to meet the safety and security needs of Weld County in accordance with its policies, procedures and protocols. SOS has substantial experience in providing a comprehensive range of security services to a vast number of clients similar in size to the County in a variety of markets. We would like to point out that as Weld County's current security service provider; we trust that our eight years of service record speaks for itself and that in your view we are a value added partner. We would be excited to continue to partner with Weld County in delivering creative security service solutions based on your specific security needs. Security, safety, and employee awareness are paramount in our service delivery philosophy. This standard will continue to be an on -going priority throughout our tenure with Weld County. All the resources of SOS stand behind this proposal and I consider myself personally responsible for our commitment to you. Please contact me at 973-402-6600 or esilve ttlan€ UnStrariwzom with any questions or concerns regarding our proposal. Sincerely, S vermah, CPP Ch an -Chief Executive Officer OUR CONCERN S YOUR. SE RF 2IPage Bid Number: B1700143 SOS History and Background Pg. 4 • SOS Overview Pg. 4 • SOS Qualifications/Experience Pg. 6 • SOS Key Differentiators Pg. 7 Management Approach pg. 9 • Reporting/Communications Pg. 10 • Vantage Automated Timekeeping System Pg. 11 • 24 -Flour Global Security Operation Center Pg. 11 Security Officer Selection pg. 12 Training Program Pg. 16 Transition Program pg. 18 Employee Benefits and Incentives pg. 19 Quality Assurance Pg. 21 References Pg. 23 Additional Service Capabilities....................................................... Attachments: 4. Bid Price Form rl Security License 4 Certificate of Insurance 4. Transition Plan 4 Audited Financial Statements OUR CONCERN IS YOUR SECURITY 3fPage Bid Number: B1700143 Ranked as the S'h largest security company in the United States, SOS is one of the leading privately -held security service providers, founded - and headquartered In Parsippany, New Jersey in 1969. SOS is a financially -sound security services g ° provider experiencing steady, �$$ y�`gm s controlled -growth over the past 48 years, which is a natural result of `..a our constant pursuit of innovation . , and commitment to providing high quality customer service -focused services. SOS's core business is providing end -to -end security solutions from a host of protection solutions, including manned guarding, emergency response to risk management, fire safety, as well as, consulting and investigations services to quality -focused clients on a global basis. As our clients grow and expand their operations globally, we are frequently called upon to provide comprehensive security solutions. Today, SOS employs in excess of 8,500 security professionals throughout the United States and operating 44 strategically located branch offices, including Greeley, Colorado, which is in close proximity to the Weld County's site locations. Our primary business is to furnish well -trained, highly qualified security personnel to perform security services by a diverse client base. SOS's ability and willingness to respond to our client's requirements in the areas of service, market responsiveness, cost and continual improvements are our primary objective. SOS provides various types of personnel that are specifically qualified and trained for their position. Several important factors distinguish us from our competitors in the security industry, and demonstrate our capacity to provide the required services: Our hands-on partnership approach to client service as evidenced by our 19+ years of client retention; Our dedication to quality assurance, training, recruiting and thorough applicant vetting, management and compliance; Best practices we have adopted as a result of the wide range of client industries that we service, including a number of government contracts; Over 4 decades of experience. Significantly, it goes far to achieve committed mutual goals, shared values and uninterrupted service of the highest quality. The basic tenet of our quality policy is to always meet or exceed the expectations of our clients. Our "MJ Ipn Statement" reflects this policy: "To continue to be acknowledged as the premier security organization in the security industry servicing high profile and concerned clients who demand superior services. SOS will continue to expand its marketplace through a professional management team prompting excellence, individualism, teamwork, training, innovation and interdepartmental cooperation. By so doing, SOS will achieve client satisfaction, generate reasonable and stable financial security and maintain a quality working environment while ensuring job security and career paths for our employees." YOUR SECURITY 4lPage Bid Number: B1700143 in order to provide quality and multi -functionality to each of our clients, we recruit, hire, screen and train former federal, state, municipal law enforcement and military personnel to manage our overall operations and special projects. Additionally, SOS provides various types of security personnel that are specifically qualified and trained for their position. SOS's Management Team possesses the experience, expertise and flexibility required to assure Weld County that we are the cost effective, low risk solution for providing quality security personnel. SOS has the experience and resources necessary to ensure the safety and security of Weld County's people and property. In order to provide flexibility and multi -functionality to each of our clients, all of SOS's highly qualified officers are trained to provide a variety of security services, but are also trained specifically for the demands of a particular security post according to each client's individual needs. SOS dedicates a great deal time and energy to recruiting and training talented individuals to perform quality security services. SOS maintains a fully staffed office in Greeley that serves Weld County on a day-to-day basis, and supporting offices located in Denver and Pueblo. Our Greeley office is located at 601 10th Street, Greeley, Colorado, and currently retains an active force of 15 Officers. Number of Employees Company Name Annual Revenue Headquarters / 24 -Hour Command Center Local Support Office Quality Provider to SOS Security LLC $272M 1915 U.S. 46 East, Parsippany, NJ 07054 (973) 402-6600 / (800) SECURE -0 60110'' Street Greeley, CO 80631 P: (970) 352-1772 (additional support offices in Colorado) Weld County Courthouse Colorado Department of Corrections Routt County Sheriff's Department 5IPage Bid Number: B1700143 Chairman & Chief Executive Officer President General Counsel Chief Security Officer Chief Learning Officer -Training Senior Vice President -Regional Director Christina Duffey Edward B. Silverman, CPP Kenneth M. Fisher Barry A. Frank Marc Bogner, CPP Christopher Walsh Local Management Support. Team SVP-Regional Director Jim Lawler Branch Manager 602-931-5291(mof (mobile) iiiffgY(a?sossecur .com 303-854-7286 (mobile) SOS's executive leadership, local management support and corporate & local support offices will interface and support each other to serve the security operations services of Weld County and will be accountable for he overall quality of service and compliance with contract specifications. SOS QUALIFICATION/EXPERIENCE SOS has carefully reviewed the contents of this RFP and understands Weld County's objectives to consistently provide, manage and sustain a safe and secure environment with high performance professional security services which meets the uniqueness of each location. SOS provides a comprehensive security program with all required communication electronics, comprehensive security policies, emergency plans and most importantly, a customer -centric, professionally trained security staff. We understand the multitude of requirements needed to protect personnel and property, and we will continue to provide the well -trained, well-equipped and disciplined security force vital for an effectively managed contract. SOS's ability and willingness to respond to our client's requirements in the areas of service, market responsiveness, cost and continual improvements are our primary objective. As mentioned previously, over the past 8 years, SOS has successfully provided quality security services for Weld County. This experience provides us the unique advantage in that our management and operational teams, as well as our guards have a high degree of familiarity with the locations serviced and with all associated security requirements. SOS has a proven track record of providing highly trained observant and skilled officers who are led by a dedicated and seasoned manager. The SOS team has demonstrated the ability to learn, practice and follow Weld County procedures, as well as, effectively operate new and existing equipment. SOS is committed to continue providing security services at the Wage Bid Number: B1700143 ? During our tenure, SOS security personnel have not committed a major safety or security infraction. The officers have been cited for exemplary performance, on multiple occasions, by court administrators, Weld County Sheriff's Department administrators and deputies, as well as, members of the general public. While serving at Weld County, SOS officers have been credited for assisting in the apprehension of fugitives and aiding to save the life of a heart attack victim on courthouse grounds. It is important to note that we have also supplied additional/emergency coverage on numerous occasions, where Weld County has expressed its satisfaction with SOS's performance in providing timely and seamless coverage in meeting requests for additional emergency/special coverage. SOS never fails to adapt to Weld County's immediate security needs and our officers are always ready and willing to work extended hours per the Courts requirement. We believe throughout the last eight years in providing quality security services to Weld County, SOS Security has proven to be a loyal and dedicated member of the Weld County security team. To this end, we are confident that our past performance with Weld County clearly demonstrates our understanding of the objectives of this RFP, as well as, our ability to meet and exceed the objectives contained in this RFP. SOS KEY DIFFERENTIATORS SOS offers a number of key advantages over traditional approaches. We have summarized these advantages below: SOS's emphasis on hands-on supervision is one key factor that distinguishes us from other security companies. Unlike many In the 'Pursuit of security firms, the senior management of SOS is directly Excellence -we do not involved in the relationship and day-to-day support of our meet your expectations clients. We are committed to achieving client satisfaction by w exc ed them providing hands-on, cost effective and professional security „ services. Our management and supervisory teams bring together outstanding security experience in the design, planning and implementation of security guard services and special/emergency coverage requiring a highly sensitive and professional level of security where the primary expectation of the client is superior service. It is very important to note that one of the primary values of a security partnership with SOS is SOS's built-in flexibility. In short, the concept of built-in flexibility together with Weld County's direct access to SOS's decision makers, equates to a security program designed specifically for Weld County's needs that can adapt quickly to new challenges. Our proprietary benchmarking process utilizing Key Performance Indicators which provides a format for collaborative quality improvement, objective criteria with defined quality improvement goals and opportunity and recognition for successfully meeting or exceeding benchmarks. 7IPage Bid Number: B1700143 24 -hour Global Security Operations Centers (based in Parsippany, NJ) with highly efficient operators to coordinate operating procedures, emergency situations and supervisory support to each Branch office. We also operate a back-up 24 -Hour ASOC in Seattle, WA to provide full redundancy and business continuity to our customers in the event of a disaster. An Emergency Response Team comprised of an elite group of security personnel from throughout the SOS organization deployable anywhere in the United States within 48 hours of an emergency event. Provide up-to-date technology and communication equipment as a part of the overall security offering. A reputation built over 48 years of providing innovative and value -driven security solutions to customers in a wide range of challenging industries. SOS is a privately held, US owned, financially secure limited liability company. An independent drug screen testing and thorough background check for every employment candidate prior to client assignment. A lower than industry turnover average fueled by an employee focused work culture, comprehensive developmental and promotional opportunities, and a superior benefits package of real value which allows us to retain knowledgeable, professional security personnel. -Intentionally Left Blank - OUR Y(,) Wage Bid Number: B1700143 SOS's mission Is to continuously provide our customers with safe and high quality security services, which deliver the best strategic value to their operations. In so doing, the SOS Team will employ the SOS management approach for security services at Weld County's locations, which has matured over the past 48 years and ensures timely, compliant, responsive and uninterrupted security services. Additionally, our mission provides our customers with the following: Proactive management team that will manage and coordinate all aspects of the security program; Highly trained security officers and supervisors that take pride in delivering quality security services in each and every area; Provide updated technology and communication equipment as a part of the overall security offering; Ensure the highest level of supervision and provide the necessary insurance; Strong corporate values that result in fairness and equity in the way we conduct business and manage our staff. SOS Project Management Empower the Project Team to achieve project success. Partner with Client to establish mutual respect and trust Offer Innovative solutions to enhance productivity and operational efficiency. Comprehensive Measurement System ensuring Quality Control. Tailored Training Program to meet Client's requirements. Proactive approach to supervision oversight. Address Client's concerns through open and timely communication, Identify and mitigate potential risks. Commit corporate resources to ensure Client's security mission success. Formal procedures are developed and followed for each aspect of the security program and provide direct accountability for contract compliance. Our security program starts with a proactive management team that understands Weld County's unique security needs and designs solutions based on the most up-to-date technology and business practices. Jim Lawler shall continue as Weld County's Account Manager to act as a liaison on SOS's behalf. Jim is the person that drives this account; responsible for the overall management and coordination of the contract, and the capacity to come up with solutions to any issues that may arise. Jim maintains a proactive approach in responding to Weld County's service needs and is available on a frequent basis. OUR CONCERN IS YOUR . _ 9IPage Bid Number: B1700143 SOS will be responsible for the management and oversight of security operations and will provide the Weld County with the knowledge, experience, supervision, manpower, pre -employment screening, training, equipment, supplies, licenses, permits, insurance and resources required to accomplish an a turn -key basis all aspects of the services required within the scope of work. At SOS you can be assured of operational success through our strict adherence to the formality of our operating plan. Formal procedures are developed and followed for each aspect of the security program, including: Employee selection Training Quality Assurance Continuous Improvement REPORTING/COMMUNICATIONS. SOS's typical reporting/communication practices with our clients are as follows: Account Manager Available 24/7 Supervisor Daily Field Supervisor Weekly Regional Vice President Monthly Senior Management Monthly or every three months, as needed Incident Reports Daily Security Log Daily Employee Performance Evaluations Annually Client Satisfaction Evaluation Annually Emergency Situations Immediately OM CONCERN IBS yo JR11 10IPage Bid Number. 81700143 VANTAGE - AUTOMATED TIMEKEEPING SYSTEM. SOS has an automated time capture solution, Vantage that matches caller ID and PIN to validate and confirm its employees are on duty at the required time to ensure that we meet the coverage requirements specified in the contract. There are several advantages to this system: The software matches the caller ID from the phone call to the approved caller ID programmed for each shift. If a clock -in or clock -out is made from an unaccepted caller ID, the system alerts the supervisor immediately and does not post the time. • The Valiant timekeeping system automatically sends an automated phone call, text message, and email to the supervisory chain when an officer does not clock -in on time. The automated timekeeping system serves as a back-up to the log book to resolve discrepancies or questions concerning an officer's arrival or departure time. The Vantage system is fully integrated with our scheduling and payroll system, to automatically update payroll and billing to ensure that we invoice the client properly and only for hours worked. 24 -HOUR GLOBAL SECURITY OPERATIONS CENTER. Communication is essential to the success of any security program. For over 48 years, SOS has maintained a 24 -Hour Communication/Command Center, which we recently migrated to a Global Security Operations Center (800 -SECURE -O) staffed by experienced and trained command center operators. Each operator is fully briefed with respect to his or her responsibilities and Standard Operating Procedures as they pertain to each client. As standard operating procedures differ for each site, the Account Manager assigned to Weld County will assist in familiarizing the dispatch personnel with the necessary information pertaining to that facility, including but not limited to: Emergency and alarm communications; Weld County profiles and emergency call lists; Scheduling and filling posts due to late notification or call -off of security personnel. The operators shall be familiar with the security requirements of each client and coordinate with supervisory and support staff through Smartphone communication devices to respond to emergencies and additional staffing. SOS's 24 -Hour Command Center will serve as the nucleus of all staffing coordination, allowing our management team the ability to efficiently determine staffing needs. Once notified of a no -call, no show, our operators will immediately contact the appropriate management team to begin the process of filling an understaffed post and solving any deficiencies. SOS will ensure a sufficient number of trained, qualified, uniformed and equipped personnel to respond to contingencies such as unprogrammed increase in personnel, operating hours or ioperatos outsideShe scope of services. ,±., , 'i a 111 Page Bid Number: 81700143 In today's world, the day-to-day security threats faced by businesses large and small are constantly changing. SOS is prepared to meet these challenges. In order to ensure that each of our security officers is prepared to deal with an evolving and dynamic security environment, SOS dedicates substantial resources to recruiting and training talented individuals. Additionally, SOS's "staff to management ratio" is above industry standards. The backbone of any service organization is the people who provide the service. At SOS, in order to provide quality security services and multi -functionality to each our clients, much time and energy is devoted to recruiting, pre -employment screening, supervision and employee motivation. People are our most important asset. SOS typically recruits personnel through a variety of k resources, including: its networks and contacts in government, police authorities, military circles and other areas of specialty; classified advertising, social media; SOS's bonus incentive/employee referral program; job fairs; however, we are most proud of our affiliation with the Wounded Warriors Project of putting our warriors to work. SOS's experienced managers and personnel specialists concentrate on selecting the best candidates and maximizing their talents and abilities. The SOS security screening process includes the following areas: Licensure,Age, Driver's License, Education, Experience OUR YOURRIP( 12IPage Bid Number: B1700143 SCREENING PROCESS The employee mix will be representative of SOS's Affirmative Action Program for sex, age and race. SOS certifies that it is an Equal Employment Opportunity Employer, and that all annual Equal Employment Opportunity reports have been filed. Our screening procedures are very thorough and detailed. Our extensive interview process familiarizes us with each individual's education, experience, communication ability (verbal and written), basic math skills and medical and physical ability is designed to identify and select qualified, service -oriented individuals who possess SOS's values. They must be physically suited for each assignment, undergo a thorough background check and drug testing. SOS conducts on -boarding through Taleo system for talent management and electronic document collection. Taleo provides fully integrated recruiting, backgrounds and on -hoarding through a web -enabled platform. This allows us to expedite recruit hire time and ensure full process compliance. SOS is in the process of pursuing ISO 9001:2008 certification for this process. SOS's experienced managers and personnel specialists concentrate on selecting the best candidates and maximizing their talents and abilities. Moreover, via stringent management methodology, SOS ensures that their site -based personnel are always compliant with post order and standard/emergency operating procedures. The result of this process is a stable, loyal and dedicated professional service team which possesses the image and attitude reflective of SOS's standards and our customer's commitment to excellence. All recruitment and screening of individuals is done in accordance with local, state and federal laws. MINIMUM REQUIREMENTS OF PERSONNEL Each applicant shall meet the following minimum requirements: 1. Be capable of coherently communicating, reading and writing English. 2. Have the necessary reading and writing skills to comprehend security procedures and post orders, to write reports legibly and coherently, and complete forms. 3. Demonstrate the ability to carry out basic mathematical functions, as it relates to the assignment. 4. Maintain general knowledge of the site layout and access areas. 5. Possess basic computer skills needed to carry out job functions. 6. Possess knowledge of Weld County's standard and emergency operating procedures and post orders. 7. Be a citizen of the United States or alien legally eligible for employment under the United States Immigration Laws g.' g 13iPage Bid Number: B1700143 8. Be at least eighteen (18) years of age or greater, based upon contract requirements. 9. Have a high school education diploma or higher education as required by contract. 10. React calmly, quickly and efficiently while under stress in problem situations. 11. Ability to follow prescribed methods and procedures. 12. Sufficient organizational skills to complete daily administrative responsibilities. 13. Not have been convicted of a felony, or other crimes or be the subject of any pending felony charges. 14. Have unlimited access to reliable transportation and a valid private telephone number at which the individual can be reached during non -business hours. is. Be courteous, articulate, and have the ability to use good judgment. 16. Maintain a degree of deportment, which will reflect favorably upon our clients. 17. Complete and pass the course of pre -assignment security training specified by SOS and Weld County, as well as SOS's orientation program. 18. Possess the necessary state security guard license. 19. Be customer service trained and demonstrate sensitivity to human factors. 20. CPR/First-Aid/AED Certified. 21. Present a best -in -class appearance (according to Weld County uniform business standards). 22. Pass a background investigation in accordance with Weld County's requirements. 23. Pass the 10 -panel drug screening process for illegal drugs and substance abuse. 24. Possess 20/30 vision in each eye with or without glasses or contact lenses. 2s. Able to differentiate between colors. 26. Be able to hear audible alarms. 27. Physically capable of performing normal and emergency duties requiring moderate to arduous physical exertion such as: • Standing or walking for an entire shift. • Climbing stairs and ladders_ • Lifting or carrying objects weighing up to 50 lbs. • Running short distances. • Basic self-defense. DRUG SCREENING In accordance with SOS's Substance Abuse Policy. prior to any candidate being assigned to provide security services at any client site location, SOS shall perform a 10 -panel drug -screening test for controlled substances. The results will be reviewed and evaluated in a highly confidential manner. Any positive finding on the basis of the drug screening will require the sample to be tested by an independent laboratory for a gross confirmatory test (serum). Any positive finding (urine and/or serum test) will automatically disqualify an applicant for employment or assignment to any client location. 'Page e Bid Number: B1700143 BACKGROUND VERIFICATION SOS employee background screenings include, but are not limited to; a) Social Security Number verifications will be conducted and documented. b) County criminal records search in all counties that candidate lived or worked in the past 10 year period. (Statewide checks in lieu of county are acceptable where available, provided the same data is covered). c) State criminal records search, if available (5 year search). d) Federal criminal records search (per State). e) National criminal records search: General database search (all 50 states). f) A national Sexual Offenders registry check will be performed and documented. g) A state Sexual Offenders registry check will be performed and documented. h) Office of Foreign Assets Control (OFAC). i) General Services Administration (GSA). j) Education verification - highest level indicated. k) Employment verification - all previous employers for prior three (3) years. I) A military service check will be conducted and documented. m) Previous residential address check covering the past three (3) years will be performed and documented. n) Three (3) reference checks will be performed and documented. o) Department of Motor Vehicle check will be performed and documented, if applicable. p) E -Verify Compliant Proof of U.S. citizenship (1-9), with certain exceptions for approved immigrants. Any adverse findings will be reviewed where SOS reserves the right to reject any applicant. SOS shall agree that: i. Weld County shall retain the right to interview any prospective employee of SOS for suitability, prior to his/her assignment to Weld County's properties. ii. Weld County shall reserve the right to reject any applicant without stating any reason or cause. iii. Weld County shall reserve the right, at any time, to remove any employee of SOS as determined by its sole judgment and that upon such written notice, SOS shall replace said person within four (4) hours. (ION(' E 'N i 15IPage Bid Number: 81700143 At SOS, we consider training paramount to the success of our operations at each client site. We understand that today's security issues and challenges are ever-changing and require dynamic, flexible solutions supported by a service that is focused, efficient and prepared. Once a candidate is considered qualified and has undergone our thorough screening processes, all security personnel attend our comprehensive training program. Designed by our Training Group, components of our training provide a combination of progressive training techniques with content tailored to Weld County's unique security requirements in order to equip our workforce with the skills necessary to efficiently solve problems and proactively address your safety and security objectives. Our delivery methods allow us to deliver a diverse portfolio of training modules and curriculum through centralized, web -based and classroom training. The components of our training were designed by the SOS training group. SOS uses a blended training model and progressive training techniques to deliver training modules and curriculum through centralized, web -based and classroom training, consisting of PowerPoint presentation, documents, and videos. For specialty training areas, we use videos and written curriculum from third party companies who are experts in the specialized field. Our standard training curriculum is as follows: Colorado Mandated Training Pre-Assignment/SOS Orientation Training SOS security personnel will receive pre -assignment training consistent with Weld County's training requirements. Pre -assignment training highlights the key elements of providing effective security services, focusing on a wide range of topics. It focuses on the technical aspects of the security officer's duties while addressing the communication skills, professional appearance and positive attitude that is necessary in order to exceed our customer's expectations. Introduction to Security The Importance of the Security Officer • Human and Public Relations Ethics and Professional Conduct Customer Service O Communications General Duties • Patrol & Fixed Posts Report Writing Fire Prevention & Fire Safety Emergency Situations Confidentiality and Legal Issues OUR CON( 16 ( P a g e Bid Number: B1700143 Site -Specific Training • In addition, all security personnel will complete up to 16 hours of required site specific training, which training will be provided by SOS in compliance with contract requirements. Procedural review; operating procedures, access control, visitors etc. Reporting procedures Emergency procedures Legal issues Incident reporting procedures Proficient onsite procedure Operation of site equipment. • Notification protocols Written and Verbal Communications Proper Appearance and Posture Basic Laws of Arrest and Use of Force • CPR, First -Aid, AED training to all personnel. • Scenario based training and/or security drills to ensure security guards are proficient in practicing proper protocol. SOS Specialized Training It Diversity Awareness Active Shooter Customer Service - Advanced Training Management of Aggressive Behavior (MOAB) High -Rise Building Evacuation Emergency Management —techniques and procedures Emergency Response Incident Investigation —Advanced Training Specialized Bomb Threat Training Fire Alarm Systems Workplace Health and Safety Report Writing Patrol Technique Workplace Violence OSHA training Bloodbourne Pathogens training Fire Safety training Continuing Education Training Annual refresher seminars provide additional training pursuant to current security trends and their direct impact on existing security services, where procedures are updated to familiarize our security personnel with these procedures. Our training seminars are also tailored to reinforce general duties and responsibilities of security personnel. O; ERN UR' 17 IPage Bid Number: B1700143 I N SOS commences each start-up with transition planning. A successful start-up is essential to building credibility and confidence for our clients; therefore we commit the time and resources necessary to effectuate a smooth transition. When transitioning from another service provider or initiating new service, you can be assured of a seamless transition by SOS. Our team has a wealth of transition experience that has been developed over 48 years of providing a new service experience to large and small clients alike. Our procedures are comprehensive, well thought out and built around previous success. SOS is sensitive to our clients' concerns during this period. With this in mind, we take pride in our expertise and ability to address the following client considerations: Continuity of protection. • Continually communicating transition information in an expeditious manner. • Supervision and direction of service. • Knowledge of management. Experience of new personnel. • Familiarity of facility and procedures; Transition milestones communicated as achieved. • Regular progress reviews. We are very cognizant of our client's concerns during this period and take great pride in our expertise and ability to mitigate staffing risks and provide continuity of service based upon our implementation approach and thorough understanding of what it takes to meet the needs of the Weld County contract. In accordance with our Transition Plan and Timeline (please see attached), we first establish the Team Members of the SOS Transition Committees. These Team Members then meet to discuss the stages of the Transition Plan and Timeline and then subsequently meet with Weld County's representatives in order to relay all pertinent information to ensure a smooth transition from the incumbent supplier to SOS. In terms of major activities that SOS would require Weld County's involvement, we have highlighted in red on the Transition Plan the items we would request Weld County's involvement. SOS would also request Weld County's designated representatives be available for all Team meetings on a senior management and local management level in order to confirm information contained witfiin the RFP, as well as, convey all other pertinent information in order to ensure a prudent and stable transition process. -Sample Transition Plan and Team Attached- 18IPage Bid Number: B1700143 One of SOS's main factors contributing to our success is low turnover rate. Our employee compensation, benefits, motivational and incentive programs are designed to build morale, control turnover and increase retention of qualified personnel for periods well in excess of industry norms. One reason is because we are extremely "people oriented". It is management's belief and preference that promotions should come from within the SOS organization, whenever possible. The opportunity for advancement is not only present, it's encouraged. An "open-door" policy between management and employees ensures good communication within the company. A comprehensive wage and benefits package is the cornerstone of our industry low turnover ratios. We have assembled an inclusive package of wage, benefits and incentives along with, a "promote from within" policy that provides our employees with a sense of pride in their company, as sense of loyalty and provides for true long-term career opportunities. All full-time security personnel after ninety (90) days of employment will be eligible to receive the following benefits: Medical f Prescription / Dental / Vision United Healthcare — Oxford: Silver Buy -Up United Healthcare —Oxford: Bronze Core Basic Medical/Preventative Plan *A detailed description and cost for eligible dependents can be provided upon request. In addition, all full-time security personnel shall receive the following benefits (unless per location, an applicable union agreement provides different benefits): Forty (40) hours Paid Time Off (PTO) per year upon completion of one (1) year of employment, which can be used for vacation, illness or personal time. Time and one-half wage for holidays worked. 401K Savings Plan available upon completion of one year of employment. Tuition reimbursement for qualified, full-time employees upon completion of six (6) months of employment prior to course enrollment. Course of study must be in the field of Security and is approved by the Executive Committee. Eligible employees may be reimbursed for the entire or partial tuition costs. Eligible employees must successfully complete their coursework with a grade B or better; or a GPA of 3.0 or greater. EMPLOYEE INCENTIVES SOS invests considerable resources in the development of top performers and in programs geared to motivating employees to achieve excellence. Recognizing individual employee achievement is a strong catalyst to reducing turnover rates and rewarding achievers. Category Award Requirements Officer of the Year Award Officer of the Month Award Loyalty Award One recipient annually based on performance evaluations A monthly award to the recipient with the best over -ail performance rating in the month $500.00 award & Plaque $50.00 award & Plaque 5 and 10 year recognition pins awarded for service to the company Outstanding Achievement Award For making a valuable client contribution deserving additional recognition On the Spot Award Merit Increases Referral Bonus Framed Certificate and gold pin Certificate of Achievement Paid to employees for specific superior performance, typically associated with excellence in handling an incident or detecting a breach Varies Based upon individual quality performance Varies Advanced Education and Training Paid to employees who refer candidates for employment with the company and remain in good standing for a period of 4 months Provide advanced training seminars paid for by SOS for selected employees who demonstrate outstanding performance and motivation. $250.00 with no cap 20)Page Bid Number: B1700143 It has always been our belief that in order for a business to do well and serve the needs of its clients, it must be founded upon a positive and consistent philosophy and direction. Our goal was to develop an organization whose name would be synonymous with quality and professionalism in the field of security. That same philosophy holds true today. The philosophy of SOS is embodied in our "Pursuit of Excellence Program" and our commitment to continual quality improvement, where we developed "Team Partnership Advantage," a Quality Improvement Process based upon and driven by a Comprehensive Measurement System utilizing Key Performance Indicators (KPIs). This includes: (i) a collaborative effort for continual quality improvement; (ii) objective criteria with defined quality improvement goals; (iii) performance results with benchmarks; (iv) opportunity and recognition for successfully meeting or exceeding the benchmarks. Our process involves metrics that measure required quality and financial objectives and is incorporated into a process designed to achieve a long-term mutually beneficial Quality Partnership. Based upon our standards, we emphasize the following criteria: A Management Committed to Achieve Specific Goals On-Site/Off-Site Supervision Specific Procedures to Ensure Quality Control Administrative Support Uninterrupted Service/Low Turnover/Continuity Employee Motivation - Career Path/Incentives Adherence to Contract Specification Performance Driven Compensation In -Depth Pre -Employment Screening Partnership/Team Approach Comprehensive Training A "Can Do" Attitude SOS's mission is to achieve 100% customer satisfaction. Our Quality Control Program an integral element of our Team Partnership Advantage approach is the focal point of achieving this goal. We believe that the best method to ensure customer satisfaction is to establish a trusting relationship with open and frequent dialogue by meeting with our customers on a regular basis, wherein the client and SOS work together to establish Key Performance Indicators (KPIs), as well as evaluate the scope and specific security requirements of the contract in order to achieve the necessary benchmarking requirements that ensure a long-term mutually beneficial, quality partnership. When designing our proposed solution, we take into great account the operational and training requirements of each client and site location, ensuring all aspects are of the required service delivery are integrated under the standard operating procedures thus, enabling our contract dedicated staff to deliver the highest levels of service possible. SOS'S quality control plan begins with an understanding of the contract requirements and relates mutually determined goals and expectations to guidelines for excellence in all areas of work. YOLir SECURI1 21IPage Bid Number: B1700143 To this end, we are confident that we will have a very high performance rate due to various processes and programs we have in place to ensure that SOS provides Weld County with superior quality service. These processes and programs include, but are not limited to, the following: • SOS Pursuit of Excellence and Team Partnership Advantage Programs - SOS's defined customer service level - Review of Key Performance indicators (KPI's) and metric schedule that will be integrated into all business processes, officer selection criteria and performance expectations. • Announced & Unannounced Field Inspections. SOS Annual Personnel Evaluation, • SOS Client Satisfaction Evaluation. • Daily direct contact between the client representative and Account Manager or outside supervision. * Frequent site visits and meetings between the branch support office management and client representative as mutually agreed to by both Weld County & SOS. 4) Multi -Level Internal Audit Review Process that assures service consistently meets or exceeds client expectations and maximizes the value of SOS as a quality partner. -Intentionally Left Blank - C 22'Page Bid Number: B1700143 CLIENT REFERENCES — Current Courthouse Security Client Name/Address/ Length of Service County of Weld, State of Colorado ,c/o Weld County Purchasing 915 10th Street Greeley, CO 80631 March 2008 to present Colorado Department of Corrections 275 W. Hwy 50 Canon City, CO 81212 Routt County Colorado Routt County Sheriff's Department 2025 Shield Drive Steamboat Springs, CO 80487 June 2013 to present Client Contact Name/Title Marcia Walters, Contract Administrator Associate Warden David Johnson Ray Birch Undersheriff Client Contact Information Phone: 970-356-4000 ext. 4223 Email: WOIttat.us Phone: 970-580-9254 Email: & Wi _ i4 4 us Phone: 970-870-5502 Email: ', t 23IPage Bid Number: B1700143 Today, it is a different world. In the markets we serve, major corporations are confronting new levels of risk — from the continuity of their operations and the protection of their assets to the safety of their most valuable resource, their people. We are large enough to provide all the necessary resources; financial strength, management, talent and the ability to leverage our extensive corporate footprint; yet right -sized to apply direct focus on Weld County at a high level and provide customized solutions, not just manpower. In order to meet today's challenges of securing our clients' unique security environments, SOS offers end -to end security solutions from consulting and investigations to a host of protection services, including executive and asset protection, as well as emergency response. As our clients grow and expand their operations nationally and internationally, we are frequently called upon to provide comprehensive security solutions. Our divisions are aligned as a vertical business working across all regions and internationally. Command Center Operations Fire Life Safety Executive/Close Protection Bicycle/Mobile Patrols Training & Education Emergency Tactical Response Alarm Response Emergency Services Planning OUR CONCERN YOUR SE Security Concierge/Receptionist Special Event Security Management & Consulting Strike Security Coverage Information Security Planning Investigations Physical Security Planning Project Management -End of Document- 24IPage Bid Number: B1700143 BUSINESS NAME: SOS Secunmr LLC DOING BUSINESS As: SAME ADDRESS: 601 10TH STREET GREELEY, CO 80631 Jew Garner Chief of Police LICENSE NUMBER: ISSUE DATE: 04/15/17 EXPIRATION DATE: 04/30/18 LICENSE FEE: $ 30.00 THIS LICENSE IS ISSUED SUBJECT TO ALL THE TERMS AND PROVISIONS OF ALL OF THE ORDINANCES OF THE CITY OF GREELEY IN FORCE AND EFFECT RELATING HERETO AND IS SUBJECT TO REVOCATION AND UPON THESE TERMS IS SO ACCEPTED BY THE LICENSEE HEREIN NAMED. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 10/20/2017_ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND ONFEIS 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 pollcy(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 ►iahts to the certificate holder in Ileu of such endorsgrrlenttsl. PRODUCER The Graham Com any Tfie GrahtarlT �W. '... 1 rPenn Sgltate Philadelphia PA 191O2 INSURED SOS Security LLC 1915 US Highway 46 Parsippany, NJ O7O54-13OO SOSSECU-01 '1113 Kevin -63OO R 4,rtrum&Forster S 1United States Fire Ins Co 215-525-O2O5 4452O tNsuREeo;Crum & Forster Specialty Insurance Company !#V 1;Trumbull Insurance Company -n Hartford INkuitei :Nat'l Union Fire of Pitts, PA 12O '19445 THIS IS TO ERTIFY THAT THE POLICIES OF INS' NCE LISTED BELOW HAVE 5E -EN ISSUED TO THE IM14 AMED rofi 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. TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY :CLAIMS -MAO t ] ;.) OCCUR I'intraatual !Jab X ei.n GEN'L AGGREGATE LIM POLICY [.., OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY ., '-.,..$3,000 OCCUR CLAIMS -MADE 13 Property E Crime Employment Practices Liability DESCRIPTION OF OPERATIONS ( LOCATIONS /VEHICLES (ACORO 101, Addltlonat Remarks Schedule, may he attached If mac space Is required) Ncn xl"�xTd :.. EOEIGYNUMBI .GLO-370983 133-741000-8 SEO-101189 6/4/2017 6/4/2018 US 6/4/2017 6/4r2018 6/4/2417 6/4/2018 39WNS55000 12/2812016 503-843744-7 01-505-25-61 39WNS55000 6/4/2017 6/4/2017 12/28/2016 12/28/2017 16/4/2018 6/4/2018 12/28/2017 Cyber Policy #O1 -5O5-25-58 Effective 6/4/17-18 NAIC #19445 Aggregate: $1,000,000 Bid Number: 81400183 Description: Security - Courthouse, Plaza West, and Centennial Buildings LIMITS MEO EXP S Anil or>r> per$QP PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMPIOP AGG BODILY INJURY (Per person) BODILY INJURY (Per accident) EL. EACH ACCIDENT 3106 000 "5,000 '31,000 0QO 52,000.000 31 000000 31.000 Oo0 61 000 000 T.: -$1,_000,1)00 Weld County Colorado is included as and additional insured on the General Liability and Umbrella Liability policies where required by written See Attached... CERTIFICATE $O ER CAN V 1' "County Colorado 1150 0 Street Greeley CO 80831 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 REPRESENTATIVE vy. © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016(03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER 10: SOSSECU-01 LOC #: ADDITIONAL REMARKS SCHEDULE AGENCY -- The Graham Company POLICY NUMBER CARRIER NAIC CODE Page 1 of NAMED INSURED SOS Security LLC 1915 US Highway 46 Parsippany, NJ 07054-1300 EFFECT1VE DATE: ADDITIONAL THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE CERTIFICATE OF LIABILITY INSURANCE contract. Prior to loss, and if required by written contract, Waiver of Subrogation is provided on the General Liability, Umbrella, and Workers Compensation policies if permissible by state law, "Should any of the above described policies be cancelled before the expiratioi date thereof, The Graham Company will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon The Graham Company, its agents or representatives." 10 Days Notice of Cancellation for Non -Payment of Premium. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Priorities o Review RFP & Prepare Responses o Establish Transition Committee o Continuity of Protection o Start Date o Contract o Wages/Benefits o Adherence to Transition Timeline TRANSITION PLAN Establish Teams Survey o Establish Trans. Sub - Committees • Liaison • Determine Weld County Senior/Local Reps. • Legal/Admin. • Finance/IT • Human Resources • Operations/Training • Lead Security Officer • Security Officers Audit/Review Program o Compliance o Client Satisfaction o 3 -tier Review/Control Process • Operations/Training •Administration/Finance • Management o Team Partnership Process o SOP's o EOP's o Site Procedures o Post Orders a Training Program o Site Administration o Police Liaison o Safety o Team Meetings Rollout Date o Estimated Contract Commencement Date: TBD **Weld County's Involvement** Recruiting Pre -Employment Procedures o Advertising o New Hires o Incumbent Hires o Current Employee Transfers o Selection & Screening o Application o Interview o Integrity Profile o Background Check o Fingerprinting o Drug Testing o Add'I HR Forms Equipment/Supplies Training o Uniforms o Equipment o Communication Devices o Firearms o Vehicles o Logistics o Orientation o Classroom Training o Examinations o OJT/Site Specific o Additional Training Confidential Copyright © 2017 SOS Security LLC TRANSITION TEAM Committee Weld County Representative SOS Security Email Representative Phone Title Edward B. Silverman esilvermanAsossecurity.corn 973-270-2321 Chairman — Chief Executive Officer Team Leader TBD Kenneth M. Fisher kfisher@sossecurity.com 973-270-2308 President Finance TBD Barry A. Frank, Esq. bfrankc sossecurity.com 973-270-2319 Executive Vice President - General Counsel Legal TBD Marc Bognar, CPP mboonarCa7sossecurity.com 973-270-2350 Chief Security Officer Operations TBD Christina Duffey cduffey aAsossecurity.com 602-931-5191 SVP - Regional Director Operations TBD Jim Lawler ilawlersossecurity ccm 303-854-7286 Branch Manager - Colorado Operations TBD Tom Gustafson tqustafson@sossecurity.com 973-270-2316 Chief Financial Officer Finance TBD Leslie Watkins Iwatkinst sossecurity.com 973-270-2366 Vice President — Human Resources Human Resources TBD Christopher Walsh cwalsfsossecurity. com 973-270-2329 Chief Learning Officer Training TBD Scott Alswang salswang(o7sossecurity.com 212-957-0877 Executive Vice President - Government Liaison Operations TBD Nihal Kerim nkerimt5 sossecurity.com 973-402-6600 Director, RFP Administration Contract Administration TBD Confidential Copyright © 2017 SOS Security LLC Our Concern is Your Security aar..ar,¢.s u, sroaaa &Cc.ntraat irmismoN maw `LIN WS DAY TRANSITION REPORT TlnaanelTacka eta:ac, to change casad upon contract award orssf clia d roquiremmla, ,Poar Award Conte atamur;apon or t.Tonuiesemon Star Data aA ca paan.a Audit Operatlona rFFwI€ .st �s wrI, s, c ST,I6t1 ;.1ca ,n • • iIiiIIIIIII1LiII!I!iiiII" " ■ ..= IIFRtE_9I JfiE36f:.7 iit3rE5i>3t7GfifF9 9E7=2C_�Ek�6:F 7.. .- POf.T TltwratzlOn . '4F-li CiSIPRIII IEDUEa- 1. T dT1WitilKIIEil4k/y.r.1-l1�1.11a41.i = ii rii >•�o■aliai �Atiiiii ■riIMiiitNEM iii iii�iiiiiMId l� ASiiii�iiiii�� iIIN ii■iiMISIIIIii®i:NiIL. iiiiiriiiiiIMIIIIIIIIMItIIIIMI a * niammumanuaur 7 _' liammiiiiim ■ ummii•- '' �iii�iiiiiBF�e.��,, iiii�li� ii�i��� ■I■m■■■■■■■L ��,�■■■■■■■■ ■■■■■■r■ ■ ■■■!■■'t7■■■■■■■■■■ iiiii��� ��■■■�■�r�� ��iiii�ciiiiiii■■■■■�■■ ,Jlii■■■■■■■I■■i■■�ili■■iIIMINI■■ ■I■■■■■■IMOBIR ■■■■■■■■■l1 EINIIIMMOUNi iNIN19 -Sol.. 1-. a.ion./✓.,,, , li ■■■■■■i..■■ft■ ■■■■■■• all i■■■ MIMI ■ ■■■■■■■■■■■■Iu■■■■■■ ,■M■■■■ ■■■■I■■■■■IN■![■■■i■i ■■■■ IIIIIMIIIIM!lt1III»iiiIIIIIIiiIIIIiIMiIIIIIIIIIMIII tIIIII1IMMI al utcaquipma= -. IIIIIIIIII-iIMMIMIIIIIIIIIIIIIIMIIIIIIIII.iIIIII-= IM-IMMIIIMINMIMIIIIIIIIIMMIll RoV:p****. alt+ _ ,. ara > "Re.ew and confirm gUtpn, c,tlaunp.ca Confidential Copyright O 2017 SOS Security LLC Donn W-9 iev. (Jccornbor 2014) I reportetra! of the troy. cry 'elated flsveetua Service N d N Request for Taxpayer identification Number and Certification I Narita (es ;Jft,wn an your 6Yin) Name Is required on this lino'. do not leaves the line hlenk. SOS Security LLC 2 12r4 n:undul:sralimr}.nd entity altar, It rhferent train above Give Form to the requester. Do not send to the IRS - 3 Check appropriate box for Federal tea classification; chock only ono of the following seven boxes: ❑ Individual/sole proprietor or ❑ C Corporation E 5 Corporation ❑ Partnership [ 1 Trust/oetato single -member 1.1.C U Limited 14uhtNy company. Enter :he lux classification (C=C corporation, 0 -0 corporation, F gtartnership) ► 5 Note. I or a sktgia-rncnrber LLC that b dbra aided, do not check LLC; check the appropriate box In the lino above to' the tax classification of the singte-member owner. O Other (soft kesh u:tlone) ► 5 Address (number, atreel, end apt. or suite no.) 1915 Route 46 East e City, state, and ZIP code to Parsippany, NJ 07054 7 I. fat anon,nt nuntser(a) than (optional) 4 Exemptions (codes apply only to certain, entitkts, not Individuals; sec Instructions on page 3): Exempt payee code (If any) Exemption from FATCA reportin3 code (if any) nuordn.a ouO'rlc 0h, (10) litrrmtter's nerveand address koPtidnal) Taxpayer Identification Number (TIN) Pntar year 'UN in lite appropriate box. The TIN provided must match the nalrta given on line t to avokl backup withholding, For Individuals, this is generally your social security number (SSN). However, (or a rosklant alien, sole proprietor, or disregarded atlity, son the Part I instructions on page 3, For other entitles, It Is your employer identifiurtkxt number (PIN). If you do not have a rh,mtvir, see How fat gat et TIN on pogo 3. Note. If the account Is in more than one name, see the Instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. Social security number or Employer Identification number 4 6 1 3 8 7 0 6 4 Part II Certification tinder penalties of perjury, I certify that: I. 1 he number shown on this form is my correct tnxpnyer Identification number (ar I am waiting for a number to ho Issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenuo Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the iRS has azalea me that I am no longer subject to backup withholding; and 3. I am a 11.5. citizen or other U.S. person (defined below); end 4. 1 ho I''ATCA code(s) entered on this form (it any) indicating that I am exempt Certification Instructions. You must cross out Item 2 shove if you have been because you have felled to report all Interest and dividends on your tax return. Interest paid, acquisition or abandonment of secured property, cancellation of generally, payments other than interest and dlvidencb, you are not required to instructions on page 3. Sign Signature of Here u.s, person ► General Instructions Section references are tc the Internal Revenue Cork; thanes alb t:11.1 I vied. Future developments. Information about devoiupncrns affecting Form W-9 (such es legislation enacted after wa release ills at *Inv w.lrs._7ovrfwe. Purpose of Form An Individual or entity (Form W-9 iequer:teu) wile c mgidnrd to Ike art Intdrnmtter return with the ins must obtain your collect taxpayer Identification number (I IN) whtrh may be your to d t eectuty whetter (IISN), inriividred taxpayer telertfiticetlon rennttcr (ft ar.Joptkm taxpayer kiiMiltcation number (ATMt), or employer k1nnitr0-atin,t number (EN), to report on an intarrnotkro relent the trreeamt paid to you, or other amount reportable on an Information token. Example's or Informalon returns Inclode, but are riot limited to, the followl,,q: • Form 1090-151 (Interest earned or paid) • Fcrm 1099-UI'! (divkie, ds, Inclruling 'hose from stacks or mutual funds) • Perm 1059 -MISC (various types of htcnme, prizes, awards. or tiross prrx;nr rlsl • Form '099-I3 (stock or mutual fund sales and carted other transnrttons by brokers) • Ram telly -S (proceeds from real eslnlu trran.sactians: • Frrrn 1099-K (merchant card and thine party roetwvitc Irenysc(lons) from FATCA reporting is correct. notified by the IRS that you are currently subject to backup withholding For real estate transactions, tarn 2 does not apply. For mortgage debt, contributions to an individual retirement arrangement (IRA), and sign the certification, but you must provide yo.ir correct TIN. Seto the Dale ► • Form 1093 (home rnoftop&f rlertsti. tgnfrdn (student loan Interest), 1090-T (tuition) • Form loge -c (cerr-eied daht) • form 1099-A ;acquisition or ahendonment of eocured property) Uee Faun W-9 only if you are a LI.S- person (mciuding a resident oiler), to prov;do your correct TIN. if mvu,ty rtol rafum harm W 9 to the rcquastru with a TIN, you might be subject in backup withiietrthtg. seen What is backup withholding? OR page 2. By signing the filled -out form, you: 1. Certify that the TIN yrw are glvin0 Is corned (or you are waiting for a weber to ho Issued), 2 Certify that you are not subject to backup wffrtwlaing, or 3. rantm ell srnpik.n trout harokup withholding II you are e U S. exempt payee. If applicable, yore are ethic certifying that ce. a 11.0 person, your allocable ehnro 0t arty prrtnattaap I taano heal q tJ.ff. Trade or twnkhess ID not aubleot to the withhr*tt tg tax on lxMgn pattern..' shore of attractively 00111'100h-0 Inenmo, and 4 Certify that FATCA catie(s) entered nn thk form (Jr soy) lndicallny Chet you are oxontpl horn lie, FATCA reporting, is rxxnert Soo Whet Is rATCA mpctrtkrgl' on 1,nm p for further infcrntetinn- Cal No 0 -.1:( Fu; re W-9 (Rev. 12-7014) to, W -ti (Her I L -90i 1; Pcrie 2 Note. If you aro a U:S. person and a reit'e.ster give., you a form niche. then Farm W-9 to rorµurut your TIN, yourruta eta, the requester's form It its substantially similar to this tarn Definition of a U.S. person. Got federal tax purposes, you ore ccrslda-nd a person .I you are: • An indtvhireai who is a U.S citizen or U.S, reelonot alien; • A ncnlnership, corporal km. ouniprmy, or association Gloated or organizes In the United Litotes or utxfer the laws of the Iloilo/1 Stoics; • An ustoto {othe' than a foreign estate); or • A domestic trust (us defined In Regulations section 131.7401-7). Special rules for partnerships. Partnerships that conduct a trade or business In the United States am generally required to pay a withholding tax under section 1446 on any foreign partners' snare of effectively connected taxable income from such bistro's. FAher, In co'taln coxes wham a Form W41 leas not been received, the rules under suction 1446 require a partnership to presume that a partner Ii, a foreign person, and pay the wetter 14,1ti withholding tax. lborele o°, a you urn a U S. person that fs a partner In a partnership conducting a trade or business In the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 144ft withtirrlding on your slrare of par Warship income, In the cases below, the following person must give Form W-9 to the partreership for purposes of establishing Its U.S. 311403 and avoiding withtinkting en Its allocable share of net Income from the pnrinerehip corduuting a trade nr banJoesa In the United States: • In the vain of a dtaregerded rattily with a U S. owner, the U.S. owner el the disregarded entity and rot the entity, • Is lire case eta grantor trust with a U.S. grantor or other U.S. owner, generally, tha U.S. grantor or other U.S. owner of pie grantor hest and not ore trust; and • In the case of a U.S. trust (outer than a grantor trust), the il.S, trust (other Thal r a grantor trust) and not the soiruffciarkrs date trust. Foreign person. IF yeti am a foreign parson or the U.S. branch of a foreign bank that has elected to be fronted as a U.S. person, do not user Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Publreapcnr 616, Withholding of Tex on Nonresident Atkins arid Foreign Entitles). Nonresident talon Who become a resident *lion.Oonerally, only a nonresident a.len trdlviduei may use the tame of a tart tronty to mducn or eliminate U.S, tux on certain types of income. However, most tax treaties conteir a provision known as a "saving clause." Fxcepllons spocifhed lit the s ne'mxg clause may permit en axomption from tax to continue for certain types of income even after true payer) has otherwize become a U.S. resident alien for tax purposes. If you are a U.S. rnrek,l tit alien who la relying on an etttwlallon contained in the sevhry clat,ere of a lax treaty to claim an ax.m tlon front US. tax on curtain typos of Income, you must attach a statement to Porn W 9 that specifies tyre fallow ng five Items 1_ The treaty country. Uvrxorally, this must be Ire sumo treaty under which you ciat•rind exemption from tax as a nonresident alien. 2. Thu treaty article addressing the Income. 3. The ettlrIu number ler'ocallon) Itill rn tax treaty taut conlakrs the saving clause and Its exeeptkitsx. 4. The type and amount of income that qualifies for the exemption from tax. S. Sutflr:Irma foots to Jusllly lire seemptlun horn lax under rho turns of the treaty article. Exempts. Artie a 20 of the U.S.-Chine Income tax treaty allows an exemption tram lax for scholarship income rocolt/cd by a Chinoso stollertt teinporteliy present In the Unr!tod States. Under II. S, law, this student writ become a rnafdent alien for lax pureeseu It ids or her stay in trio United States excrteda 5 calendar years. However, piinplratph 2 of the first Protocol to the U.S. Chinn treaty (dated April 30, Ita34) allows the provtsfons of Arpcar 20 to conitraic to apply even after the Chinese atodont becomes a resident alien of the United States. A Chinese student who quell nos for thle rwceoptloo (under paragraph E of tie first prolocW) and IS relying on this exception to claim an onamptIon from tax an his or but scholarship or fellowship income would attach to Form W 0 it slator1ent that Includes trio Information described above to cupport that exemntirm. If you are a nonresident elan or a foreign entity, give the requester 1'ie appropr'a'e completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons narking certain pepnrnts to you must undo( corta1n conditions w lhhnkl and pay to the IRS 211% of such payments. figs is oelied "backup vi ln'tolding.' Payments that may be aub)a-Y to backup withholding Include Interost, tax-exempt Inter -out , dividends, Lcuker one barter uxcnange traraacurxrs, rents,'nyofttas, nonernployes pay, payments made rd sull;uunnnt of payment card and third party network trap sacitons, and dertaln paymarts horn Haidng boar mieralum Real estate lianewaluua Mt,'tor 934)19,1 30 backup wI'trhelrtene. You will not be subject to backup wlthhotditig on payments you reoxlve If yea giro hhe mnrrnsfer your correct i IN, 'rink', the proper certifications, and report all your taxable Interest and dfvin ands on your tax rotum. Payments you recetve will he subject to backup withholding It. 1 So d.r r',ot fund --I your TIN to Iho reo,s.OOer. far .e i not centi'y y_ur TIN wlron r egaire I (see ',t,e r u, II hulnx:uone 00 pauu iota J, 9. The list tells 'he is in rsler I n it you I,rrnlst ar. fianred TIN 4. Thy IRS tolls you that you are subla,a To 1xi nil, wnheolrilnli he, *use y rc did not report ell your Interest avid dividends on your tan return (tor reportable interest and dfvfdends only), or 5. You do not certify to Ihn requester that you a -a rot subject to hank.rp withholding under 4 soave (fur reportable Interns' and d)'.dond accounts _pined after 1983 only). rs:rteln payees and payrnunts are exempt horn backup wlthhotulnp. See Exrarpt payee cedn on papa 3 and lire soperalc Inmructionn for the Requester of Form W 9 for more Information. Also Q.73.1 Specral rufcs forpeirfnnxshfos above. What is FATCA reporting? lire Foreign Arrormt Tex Compliance Act {TATCA) reroute. a participating forvig-r financial institution to report all United Stales account homers that are sperdlled United States persons. Cattalo payees are exempt tom FATCA repurtleui See 1'xelnotion from FA TCA reporting code on pang o 3 arid the !nstructions `or the Requester of Form W-9 for more information, Updating Your Information Yn:.r most provide updated information to any 0,1,6/Ito whom you claimed to be an meow! payer 11 you art no loge art oesrripi pay** and In dtcgaate ractbvhry overlaid() paytnot-ite fn rho future from thin per -Wit. rot euunipio, gee may ward in provide updated Information if you era a t: corporation that Words to he an S corooratlas, or If you no longer aro tax exempt, hi addition, you must furnish a raw Form W-9 f rho name or 1IN duarges 'or the account: tot' example It Inc grantor of e grantor tout riles. Penaltiesbettor., to famish TIN. It you tuff to furnish your ,caret TIN to a remsseter, you ere subject to a penalty or $60 tot osch such fallurc I nitesni your tellore Is duo to reasonobin mesa end not to wilful neglect. Ctell penalty for false Information with respect to wlthhaldtrrg. II you make a faire statement with no tee rinnable basis that r.!V lift 'r nn harkr irr wphltnktinpp, you aro subject to a Sti0t7 portalty. Criminal penalty for falsifying information, WlIIIusy falsifying certifications cif affirmations may subject you to criminal penalties Including fines and/or Imprisonment. Misuse of TINS. If the regiros'er discloses or uses T1Ns In violation of federal law, rho requester may be subject to civil and echo l ai penalties. Specific Instructions Line I `fix' moat Diller ono of t xa following on this line; do not cave this lino blank. Tito reams should match the nano on ycur Iris return. If this Form W-9 Is for a ,dnt account, Ilst It-st, ono then ,trite, the name of the person or entity whose 'wither you entered in Part I of Form W-9. a Individual. Gurarnity, unto, pat name altowm on your tax ruttier, If you have arranged your tart name whinges adorning that Social Soso:ay AernktMrutlwt (SRN of the panto ohrvgn, enter you, and name, the hest name ac atlown on yrsa social security card, and your now Iasi name. Hole, ITIN Apollcnnt: Filler your Ir,thviounl name as II was entered nn your Corm W 7 appilc:rtdn,.lkie 1a. 'flit, should else bathe sane as ilia name you entered on the Form. 1040/1040/V1 on OEZ you filed with your application, b. Sole proprietor or stogie -member LLC. Enter your individual name as shown on yore' 1940111'40A/1040FZ on line 1. You may enter your buslness, trade, or "doing business as" (DBA) demo on lino I'. c. Partnership, LLC that la not a 'Ingle -member LLC, C Corporation, or S Corporation. Filler the entity's name as shown on the entity's lax return on Gyre 1 and any tataleeuc,, trade, or UHA name on Ilea 2. d. Other entitles. Fntor pour name an shown or, rrn_uircd U.S. twin -rat tax documents on Ilrx? 1- This name should match trio rieeme chmwn on the n awrtu or other legal document creating the orally. Yarn may union any Puniness, trade, nr USA name on lino 2. ❑. Dlerogarrled entity. For U.S. federal lax purposes, an entity that is disregarded as an entity separate ham its owner is treated as a "dbnadarrMu (irony." Soo Rogulatbne section 301.7701-2(n.)(2)(Ili). Filter the owner's name on lino 1- Tie nnma of gle enllly entered ultras 1 ahoufd nevnx be a dfsreg erdcvi entity. The name on line 1 should no tiro sumo shown on tie Income tax retain on which the Income shrankt no reported. For example, .f a fnrelgn LLC that is boated as a diceiturdat onlIfy fur U.S. federal t111331./T[3,7,05. has a single uwrxx (net as a U.S person, the 11,5 owner's name u5 requaml In On provided on lino 1 II the diroct owner of rho entity Is also o disregarded entity, enter the that owner that is not resro puec-n d for todoral tax purposes, Etats I'ID dhrcgardcd °nllty'a name an lire 2, "f3uslnoss nameldlvmgnrdnC OtAlky twine,' It trio owner of the disregarded amity is a foreign person the OWIlf.3T must norm plate an .appropriate Form W-il Inetea d of a Form 'N-9. This is Inc rase ever, if the fore on portion iron, a 0.3. TIN. Fame Al -C pilau x_214) Line 2 it you have a business name, trade name. CaUA name, or dkarcgardud entity name, you may enter It or, line 2. Line 3 Check the appropriate box In fine 3 fur the U.S. federal tax classification of the person wtrosu name is entered ort line 1. Check only one box In line 3. Limited Liability Company (LW), If the -area on line t Is ar LLC treated os a partnership for ti.S. federal tax pwposr:u, check Ilya I.Ittdfred Liability Contpmry" box and enter `T"' in the space provkted. If the I I C has tied Form 5832 or 2553 le be Wend as a corporation. cheek the "i imlted I lability l ompany" box and In the space provided enter Y.:" for C meow alkxt or "S" tea S copulation. If It is a ntngb member LLC that is a drarcK}utdnd entity, do not cheek the 'I trolled Liability Company" box; instead check the lint box in Otto 3 "Indieldrtal/soto mondial): ur oktgto rnamtear Line 4, Exemptions if you are exempt fours oeckup wiihlydamg and/or FATCA repwtii'p, oninrin the appmptintn space in Ilse n any rodela) that may apply10 a you. Exempt payee code. • Generally, Individuals (including swain proprietors) are not exorrpl from backup withholding. • Except as provided below, corporations are exempt from [stickup withhntrtIr for certain payments, including Interest end dividends. • Corporations arc not exempt from backup withholding for payments made In settlement at payment card or third Early network transaclkms. • Corporations are not exempt front backup wlihhoidinp with respect to attorneys' fees or gross proceeds paid to attorneys, end corporations that provide medical or health earn services are not oxompl with respect to payments reportable un Firm 1089-MISG, The folkrwlruq nodes Identify payees that are exempt from hark,rp wtthh.doing, Enter the appropriate code In the soave In fine 4. 1 —An organicatiwr otianpt front tax under vendee 5O1(a), any IRA, or e custodial aceatunt wider seethe 4(15(b)(7)1( the attcotne aatteBas 9re requirements cf section 401(()(2) 2 —lire United Steles or any of Its aponcles or il.strumer talllies 3--A stale, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or k,stnlnranlaiilkm 4--- A foreign government ur any of Ito political subdlvtslons, agencies, ur Instrumentalities 5—A corporation 6—A dealer In c aourines or commodities required to regIste r In the United States, Pro DieUlct of Columblo, ore U.S. commonwealth or possession 7—A futures commission merchant registered with the Commodity Futures Trading Commission 8—A real estate investment mist 5 —An entity registered al all times during the tax year under the investment Company Acl of 1940 10—A common trust fund operated by a bank under section 554(a) 11—A financial Institution 12- -A itknown in the investment community as a nominee or custodian 13—A trust exempt from tax under section 6404 or described in section 494" The following chart shows types of payments that may he exempt from backup withholding, The chart applies to the oxernpt pa'ynris Itetod shove 1 through 13, Ir the payment is for , , . Interest end dividend payments eroxor transactions Darter exchange transactions and patronage dividends I'ayiaente over $880 resit leen to he reported and direct antes near i`;,0(101 THEN the payment is exempt for . - . All cxenepl payees exrapl tar? E.irernnt rayons I through 4 and 6 thrall -oh 11 and all C corporations. ti enrl,ui aliens must not enter an exempt payee code because !boy are exempt only ?or salon of inn ceteeesd au:url ties acquired prior to 2012. Exempt payees 1 through 4 Geneaiiy, exempt pavans I through 3' Payments mods In settlement el peynrent chit or third tarty notwortc IraisasrI nns Exempt pnyery 1 through 4 cr , iL9Sl-tdi'v cis :nnllane-,u-m Inrure. rr 1 II ; rr'aruc!¢ms- Pacts, 3 'However, the follovdng payments made to o Lai pnratlon and reixntuble on I craw 1099-MISG are not ever —p, ft -cm backup alltrudding: medical ant health care peyrrenis, attorneys fees, gross proceeds paid t,) al, attorney re;rrxiaole under seeker] 5045((), and payments for services paid oy a federal executive agency. Fxempikon from FATES reporting coda"hn. (flowing nodes identify payees that am exempt horn nrfxitikrg twirler t'A1C.A. 'those nodes ripply to preteen x bmRiing dela tetra ion accounts maintained outside of the United States by certain torollpr fswnrktl its-aitutinea. Tttnretrre, If you emu only submitting Ills form for an ars:aunt you hold In iha United States, you may leave (Mu field Lt rdr. Consult with the person roqueslirlu lids lutist if you are uncut -Kan tl the Itnrurclal hrslitotirxt la rtub)oct to these requiroments. A roquauter may marinate that a code 6s not required by providing yen with a Form W-9 with "Not Apptleabtu" (or any rinitar Indication) written or printed on the line for a FATCA exemption code, A -Ar orgenhation nxempk from lax under auction bill (a) or any individual ruliremunt plan as defined h section 710I(a)(37) 0 —The. United States or any of Ile agencies or Insrumentalltles C —A state, the Dlsldo' of Coercible', a U.S. commonwealth or possession, or say of their pnttticat subdivisions or instnrmentalhies D --A cerporalden the stock of welch ft regularly traded or' one or more eslutsishext ramieilie s market[;, as daae:rtliud In lamill dions section 1,1472-1(0(1)@ F —A corporation tat 's a nrcxnber of the some expanded aifilated group as a corporation described In nettldatiorta semen 1.14/I+ 1(c)(1)Q F --A dealer -In securities, comrneditkts, orderfvuttve financial Irxstnrments (krckiding national ptinclpai comrade, (enema, forwards, and eptlixls) that is registered as such under the laws of the United Steles or any elate C —A real estate inves,mrvrt trust ti --A regutetad Invrr,lnxenl compiury es defined M amber) 1d51 or an entity raglxteref at off times during the tax your under the Investment Company Mt of 1940 I A cornniun (rust icon as defined in section 584(u) .1—A bank as defined In section 681 K —A hroker L --A tract exempt nom tax under section 664 or oesalued '.n section 4847(0)(1) M —A tax exempt trust under a seiAlon 103(b) plan or section 4571g) pan Note. You may wish to consult with the financial institution requesting this form to determine whether tttu FATCA code and/or exempt payee coda sho_rld be ccrnpieted. Line 5 Enter your address (number, street, and aoadmnrrt or suite number). This Is where the requester of this Form W-9 will matt yore Intrxmetkar rotums. Line 6 Enter your city, state, and ZIP coda Part I, Taxpayer Identification Number (TIN) Enter your TIN In the appropriate boa. If you era u resident alien and you do not have end are not atg(ble to gist an SSN, your TIN Is your IRS hdMdual taxpayer identification mmater ()TIN). Enter it in the social xenrrky number l er. It yew stn not have an n'IN, see Now to del a Phi below. If you are a solo proprietor find you have an FIN, you may enter either your SSN or EIN. However, lho HIS (refer.[ that you use your SSN. If you wee a single-rnembrr LLC that Is disregarded a,: an entity separuio Imrn Its owner (sew Limited Liability Crunpmry (I LC) on Mb page), enter the owner's SSN (or ON, K the owner has rate)- tlo not mitre tine disregarded entity's EIN. If tier LLC is classified as a enrpuralbn ur parbrenSri.r, artier the entity's RN. Note. See Its, (Marl air page 4 for lather clarkicetlon of ^came and TIN oar nbl'ralto; rs. View to gel a TIN, It yo�u do not haven TIN, apply tor onolrromeritately To apply for So .i' N, gal rcrun (55 5, Appllcaann Ire n .,nodal :Meetly Card, tram your oral SSA office or get this form online at www.vsa.gov. Vol) rnny also gel this form by culling I-8170-772.1213. Use Form W 7, Application for fib Individual Turrpayui itification Nuntacx; to apply ten an II IN, or norm SS 4, Application for Employer Identification Number. to apply for en EIN. You ccxr apply her an FIN refine by accessing the INS websko at www.ir`a fnrv/)xelranscus Ards Wattle on Employer identification Number (EIN) under Starling a Ftivatrreaa You cart gel Fonds W-1 end SS .1 inure Lisa IRS by visiting Iliffl.gov rx by calling 1-HCD TAX-rt I (1 300-82F1-3676). If you aro asked to complete I min W it hut do rana faire a TUN, apply tor a JIM and write "Applied For In ten spree for tau "TIN, sign and date the farm, anti giver It in the requester Ira Mtereat arnf rMvklund peynretntn, rind cartel,' payments toads with nee -stint In readily'redid:hi Instrurtento, getvrrally you will have till days to out rib and give It to [tie requceliu before you are srltn(enl to backup withholding ors payments. Tim einot:ty ruin dries mint apply It, other types of payments, you will two subivii to hank' p wlhho'Niny err all t:ontr paynico an urNtl you female your IN to the in -lure -ter. Note. Entering "App, led ern" means that you have aim"dy upp'led fora I IN or [hot you Plena to apply for one soon. Ca,r lion: A dluregerded U.S entity feet hat? a lornlrvr owner melt in aa' /tin a,cprooria(c Farm bV 8. Form W 9 (Hey. 17-2'114) Part II. Certification To establish to the withnakllnq agent that yet area it H inerr.un, or resslord alien, sign Form W-9. You may be nit mated 10 sign by the withhok1lrrg agent even if Items 1, 4, or 9 below Indlour. ultrawite, For a ptkt er:cunt, only the srrgort wrnnse !IN L, shown in Fnrt I should sign (whore re utrratf), hr thtr caste of a dinagarris•J uratty, ilea person Idm4Hiud on lino 1 ns:rsr <.7yn, i?rtltupt p:w.mrs, argot FOerlwnf pryv' &n rs ti r. Signature requirements. Complete the certification as indicated is lams I through 5 below, 1, Interest, dividend, and hatter exehmrge accounts opened before 1604 and broker accounts cattaidered active during 10133, You must give yore correct TIN, but you do not have to sign the rertilicatlon. 2. interest, dividend, broker, end barter exrha age accounts opened after 1083 and broker accounts considered Inactive during 10113. You meal sly] the carllfictrtinn or backup withholding will apply, it you are subject to backup wilhhoiding rind you are merety provldkg your correct'I IN to the roCeestrr, you must cross met item 2 it the certification before signing the tarrri. 3. Reel estate transactions. You moot sight the ,'a:rti'Ir adon. You may crass rut train 2 of the certification. 4, Otherpeymente. You must glee your u'omcet TIN, butt you du t of Iravo to sign the e:rrtifkaUcm trMesn you have bruin notified the! you Maya prevkruety gtv'xn an Incorrect TIN. "Utter Paynlantrc" Include payments made in the a oorro or the requester's trade or buattrteu for foals, royeltes, goods (other than bits for merchandise), madlcal and health care services pnaltrdtng payments to corporations), payments to a nonernpkryee for servlraxs, payments torture In sMWerlead of lw ymunt curd end (iekcl party rtutwcxk transactlorrt, payments to r:arlekt horning roost crow ntnrntevs and hstnxntavn, and glace pwovexh, pakt to attorneys ¢ricisoti xg payatentsr to aotpn'attmrr'.), 5. Mortgage Interest paid by you, acquisition or abandonment of secured property, cnnceiletlon of debt, qualified tuition program payments (under section 520J, IRA, Cnveidelt ESA, Archer MSA ar NSA contributions or distributions, and pension diafrtttuiiens, You most give your correct IIN, but you do not have to sip, the cwtlticalk t What Name and Number To Give the Requester For title type of account: Give name and SSN of: 1. Individual 2. Two or room individuals (joint account) 3. Cxstodlan account of a minor (Uniform Gift to Minors Act) 4. a Tie usual revocable savings trust (granter Is niso trustee) b. So-called trod aoceunl that is not a legal or valid trust under state law 5. Soto proprietorship or disregarded The owner' entity owned by an Individual 6. Grantor trust filing coder Optional Form 1 099 Filing Method i (500 Regulations section 1.671-4(b)(2X) The ,rxtivkival the actual owner of the account or, if combined funds, the first individual on the account' Tim minor The grantor -trustee' The ncatial owner' The grentcr' For this type of nccount: Give name and EIN of: r. [tic sllgat Jed entity raft owned by all Irxitvnfuol 9 A vr4ki trust, estate, or pension trust N Corporation or 1 LC elex;tiny corporate status on 'coon 89'12 er Form 25 :3 I1 Asxx:lattan, dub, religions, charitable, educational, Si other tax exempt organization 11 Pent one lslp or rnolh-rnemo,en TI_f: 1?. A brake ar registered nominee 13. Accost with the Department 41 Agrlcutturo n the roams, o' a public tlty (s -Kit as e state or tonal ,1uver'snunt, school dtstrlct. of prison) that recotvow 401,31 turel crogrem payments 14. Grantor trust filing under the Form 1041 riling Method er Ina Optional Form 10991 Cling Method 2 mote pegthatxmrn sertlis,o 1 tof-4(h)(; )mil itt)) Ih° nwner Legal entity' the corporator Toe n,'yal'izillon The Of4wlnhlp The broker cur p:rrtln' n 11+o public entity he lout La L. ar.:a nw mm,+,noon pennon av ,zit ifor lya->.r coos, coo iiiLN lien N' <y"a n,rnbef,n us, Lv n.. P '•,S at' -1 ' ,I,,I,a, Ptge4 Volt t :di,w you I al non 1 Inn01 .'aler 1>UAilOrtw air I'm''nit Ixa,tnnmerdly- TenaHi-r Uty'ern'nay y,xn-_h or I1N(If yet tavc o„nl, I,ul thn it , erlr.vU mon 5O1 yo.r IS, 'I t - u, ,:,n'lu lien am, un Illa- Y 1,101, et, tics,- fns ,rI n,' L li lIe TIN nrRte I?ernonal mry,mantnflvn „r 'nontue oneness' hn k,gel ••arty Is,,'!s not nnvpc nl"d Intho armunn nuniAlso co„ ,t, monO'moo, (epannwoi,'ps on age? 'Nola. CaoJ liar elr,u OM1ul p'ovalu a Farm W 0 In tn_clen .rI tr,.sl- Note. If no moon Is sIrde,1 when rntlin tone onto n.,,rte ha lle•e-I. the q,t;;rhe, will Ua ccnstd?red to Le Skit of rho test name trod. Secure Your Tax Records from Identity Theft h'e silty Nett <sxas' Mont somexxu, user,: your parsrrtra infcrmatrnn tool: as your name.. MMIN, or otlks rdr:ertifyktp tnfrs:reek,n, trauma your p,:rmisshe, la ccvnndi fraud or miter (lintel. An Idently thief may use yrsr SSN to gel a lob tar may rite a lax esprit uo'at0 your 5014 to receive a rotund_ Toreduce yo'.rr tisk: • F'rnteet your SSN, • Ensue• yr.(' -snplaycr is protecting yolio 5SN, era • It, uaref.,l when, 1,onsl,x5 a tax preparer. If your tax recorda are affected by Mondry then :,art yo.,i racelan a cotkxr tnxrt the If1S, respond right awry to the name end p'xnn ^.umber printed on the IRS col or loiter. If your ter records aro not eurrwdty affected try identity theft but you think you are et risk ram M a lost or stolen purse or wallet questionable resat card us1h41y Sr crsdt report, contra toe *1.5 identity Theft Hotline et 1410tt.908-a49n or submit Feral 14039. For Moto Ictonnetinn, 'r.o PetHrlitlr,n 4:135, Insnllty Peti Plcvndion and Vie/Po A3sl$terw:e Victims of identity train who sue experiencing oconorniq harm or a system melon's or ern seeking help Is resolving tax pro&,knwe that trove rut bumf resolved through normal channels, may her etga * for Tnxfxtyer Advorsln .^,wvkn (TA.ti') aastsebtue. Yeti can reach TAG by calling the TAS salt -free case intake line at 1 -8/7 -ti -/-4/711 cr 1 TY/TD0 1-09C-629-4059. Protect yourself from suspicious entails or pleah'sg schemes. Phiship is the acagwr arrt use of unmet and verbalists designed to mimic legitimate business ,snails arm %eremites. the molt ootnntun act Is sending on enroll to a user fukady et4ilexj In ho an established kitorrrubr untertriw as an attempt to Bunn Bar user Into surrendering pewata Information that will be used tot identity IhaIl The IP. 3 0,109 not Initlato contacts with taxpaycre via err ails. Also, the IRS clown not toreros' reasonaf ektaik.d Information througls 'merit or ask tittpeytrs for the I'I N mumbo•& passwords, or sinter serr.4 fi?ceaa information for their twirl red, bank, or other financial accounts, you receive an unsollclted email claiming to hn from tlla IRS, forward tele message to plyatutvOirs.pov. You may aka mpott nitsdse at thtr tits name, logo, or after IRS property to the Treasury Inspector General for Tax Administration (T I -HA) et 1-800.366-4494. You can R,rwurd subploods amens to Inc Federal t. rade Commission at: sparnDuco.gdv or contact therm el www. Ihn,gnrfrdthaf or I -07 T. rDT HEFT (I.8 J 7-439.0338), 'vlt0 IRR.gov to learn more about Identity Ihaft and how to retrace your tick. Privacy Act Notice :;ochre, 8I0.9 rut tiro Internal Revenue Cote rewires you to preside your rorruct I1N to persons (trsNu rrintt federal age' odes) aim. are res trfextto Into information rattans wan the If t`; to report kttnnort, dietdeuels, w ccstcun other heron pail to you: momgagc. Vastest you paid: the acquisition or abarrfervnrnt of secured property; into cuncoltathxt of debt: or contributions you made to an IRA, Arctxx MSA, or lISA ire parson nxiArclk7p title fr•.tm came the Itt'ermatkm on trio form to, tits Ininrnlatlon retires with the ins, repotting the above trYnrmadon. Routine uses of this It dorvnulfon include giving it to the Leperimeta n1 Jus-hue dot civil and ur ,,r ins, Iltlgal'on and le clllea, elates, the District of Co'umbia-and U.S. (5,0 nt'"nwealti,s and Iw,nosePr Icon for Use in admtnisterU,y their laws. Tile info' metier, also'nny he disclosed in r,ther rn',Aries under a treaty, to ` deral end state agencies to enforce civil and criminal laws, or to federal law enforcenternt and intelligence altnuciros la asmhat Iwrrrhun. You suet prolate. yarn TIN whtiror Of not you ern recoiled to rite a tax titlurn. Under section 3406. payers must generally wfll'tn'1.' a pnrurnWryn of honcho lnt4invt. divkfcrsa, and r,es'tasrt setter Imymmrts to n tutyre who ,tine‘, mvit grwr a TIN to tors payee Certain po'trtlrtts may also apply nor la;rvictktg take or fraudulent Inhumation. Marcia Walters From: Sent: To: Cc: Subject: Attachments: Nihal Kerim <nkerim@sossecurity.com> Thursday, November 16, 2017 6:55 AM bids Jim Lawler Request for Bid #61700143 - Court Security Screening - Courthouse, Plaza West and Centennial Buildings Weld County - RFP Response.pdf; Certification Page.pdf; Contract Period and Pricing.pdf; Greeley CO Security License 2017-2018.pdf; Certificate of Insurance.pdf; Sample Transition Plan.pdf; 2016-2015 Audited Financials - CONFIDENTIAL.pdf; W-9.pdf SOS Security LLC is pleased to submit this proposal for security services at the Weld County Courts together with the following information for your review and consideration: D Certificate page; ➢ Bid price form; ➢ City of Greeley License; ➢ Certificate of Insurance; ➢ Sample transition plan; D Audited Financial Statements (SOS respectfully requests the enclosed financial information to remain confidential). ➢ W-9 SOS will continue to dedicate all the necessary resources to ensure a high quality level of services to meet the safety and security needs of Weld County in accordance with its policies, procedures and protocols. SOS is extremely capable of continuing to provide a comprehensive security services program for Weld County Courthouse that is designed specifically to enhance your security program - one that will ensure a professional on -site staff and a highly responsive management team. We are confident our eight years of experience in providing outstanding security services and dedicated client support to Weld County warrants further evaluation of our service offerings. Thank you for considering SOS for your security needs. We look forward to continuing to act as your security partner. "I hereby waive my right to a sealed bid." Please feel free to contact me with any questions or if you should need any additional information. Have a Happy Thanksgiving. Kind regards, -Nihal Nihal Kerim Director, RFP Administration SOS Security LLC 1915 Route 46 East Parsippany, NJ 07054 973-402-6600 Main STEVE REAMS From: Lt. Brandon Cody Date: December 4, 2017 Subject: Court Security Screening — Bid UB1700143 Weld County advertised a Request for Proposal in reference to the Court Security Screening Services. Six (6) proposals were received from the following companies: ADC LTD NM, American Guard Services, Allied Universal Security Services, G4S Secure Solutions, SOS Security and Securitas Security Services USA. Three staff members from the Sheriff's Office evaluated the proposals based on the following (3) criteria outlined in the RFP: Pricing, Qualifications and Functional Compatibility. Below is a matrix indicating the company and their score in each category from each evaluator: Evaluator 1 Evaluation Category g y Maximum Pts. Possible ADC LTD NM American Guard Services Allied Universal Security Services G4S Secure Solutions SOS Security Securitas Security Services USA Pricing 40 10 36 35 10 40 28 Qualifications 50 45 35 50 50 50 50 Functional Compatibility 10 8 8 9 10 10 9 Total 100 63 79 94 70 100 87 Evaluator 2 Evaluation Category Maximum Pts. Possible ADC LTD NM American Guard Services Allied Universal Security Services G4S Secure Solutions SOS Security Securitas Security Services USA Pricing 40 5 35 35 10 40 25 Qualifications 50 49 40 48 49 50 45 Functional Compatibility 10 10 10 10 10 10 10 Total 100 64 85 93 69 100 80 Evaluator 3 Evaluation Category g y Maximum Pts. Possible ADC LTD NM American Guard Services Allied Universal Security Services G4S Secure Solutions SOS Security Securitas Security Services USA Pricing 40 0 35 30 5 40 25 Qualifications 50 40 35 40 50 45 50 Functional Compatibility 10 10 10 10 10 10 10 Total 100 50 80 80 65 95 85 Southwest Substation 4209 WCR 24 1/2 Longmont, Colorado 80504 (720) 652-2415 Fax (720) 652-4217 Headquarters 1950 O Street Greeley, Colorado 80631 (970)356-4015 Fax (970)304-6467 Toll Free (800)436-9276 www.weldsheriff.com Southeast Substation 2950 9th Street Fort Lupton, Colorado 80621 (303) 857-2465 Fax (303) 637-2422 Page I 1 All the bidders were well qualified with all but one (American Guard Services) listing current contracts providing court security screening for either county or municipal courts. STEVE REAMS Four bidders (Allied Universal Security Services, G4S Secure Solutions, SOS Security and Securitas Security Services USA) listed Colorado offices with strong northern front range presence. Bids for service 1/1/2018 -12/31/2020 in order are as follows: SOS Security American Guard Services Allied Universal Security Services Securitas Security Services USA G4S Secure Solutions ADC LTD NM $ 1,068,184 $ 1,103,563 $ 1,116,291 $ 1,191,110 $ 1,588,624 $ 1,653,881 + $ 35,379 + $ 48,107 + $ 122,926 + $ 520,440 + $ 585,697 Based on the evaluation criteria The Sheriff's Office recommends Bid #61700143 be awarded to the low bid from SOS Security. Respectfully Submitted, Brandon Cody Detentions Lieutenant Weld County Sheriff's Office Southwest Substation 4209 WCR 24 1/2 Longmont, Colorado 80504 (720) 652-2415 Fax (720) 652-4217 Headquarters 1950 0 Street Greeley, Colorado 80631 (970)356-4015 Fax (970)304-6467 Toll Free (800)436-9276 www.weldsheriff.com Southeast Substation 2950 9'h Street Fort Lupton, Colorado 80621 (303) 857-2465 Fax (303) 637-2422 Page 12 21 U L 1299 E S DATE OF BID: NOVEMBER 17, 2017 EQUEST FOR: COURT SECURITY SCREENING EPARTMENT: SHERIFF'S OFFICE BID NO: #817 ,1; { 143 PRESENT DTE! N APPROVALTE: m4+S SECUIT LL 1915 P SIPP LLIE,,� 390 UM I Sn T Y NJ 7054 R2 2017 UNIRSAL SECURITY SER N BLVD STE ?°1 C t1 22 E N G RTE CS. il I. SEC RIT 7555 E l� DENVER C C 4S SEC 111 E �a i. A S SE L R: C 74 k4# S E R LVD ST .rk t ACES INC E 200 CUITY SERVICES US E VE STE 61 Its, 231 E SS (USA) INC ME 0012 VE STE 300 DC LT , NM INC hi r xic 13/19/99 yr. R SE STE 12; k_ UE N ,-t' ,,7106 Q E ** ER 6, 2 17** TER EE LY ES . EE � L YERL TE SHERIFF'S FFICE WILL 1 EVE TAI E C YEAL EEL YEA a L EEKLY LY YEA I` LY EE LY YE.1`.;`� LY y._,6 S. WELD CT. PUP*CHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf@weldgov.com E-mail: reverett@weldgov.com E-mail: mwalers@weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 6, 'j 71) 33,234.0 S • 91 .66 3$115 $6,96'5x,00 3•;2,3 S 7,411 0 $315,36300 9,3, 4.0 $513 1<is9423a9 X542, 1z 7.43 2 19 '77.0 $352,3 0 $7126.22 $371, $7,073 54 $367;,;33. $7,633.00 $396,924. ,� t $1 :,13 $529,3 4,7 1.50% .52 3m 7.04 2 20 0/® $7,3:1-0.00 7/5% $37,0 .00 $734 1 $3 .13,143.2 57,179,64 1,50% $373,34118 $7,862.00 ,323.0 3o r .10% 0% $10,4 x`5,94 3.0 S 45,268Mr Iyr 0/® 10,6 9.52 2.0b % $10,77117 2. 0% $551 , \.�J 95.4 Cam' 6 ,137.24 (50007c5 DATE OF BID: NOVEMBER 17, 2017 REQUEST FOR: COURT SECURITY SCREENING DEPARTMENT: SHERIFF'S OFFICE BID NO: #B1700143 PRESENT DATE: NOVEMBER 20, 2017 APPROVAL DATE: DECEMBER 4, 2017 VENDOR WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(c�weldgov.com E-mail: reverett(a�weldgov.com E-mail: mwalersCa?weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 TERM 2018 2019 % 2020 0/0 SOS SECURITY LLC WEEKLY $6,467.00 $6,775.00 4.76% $7,300.00 7.75% 1915 ROUTE 46 EAST YEARLY $336,284.00 $352,300.00 $379,600.00 PARSIPPANY NJ 07054 ALLIED UNIVERSAL SECURITY SERVICES WEEKLY $6,918.66 $7126.22 3.00% $7340.01 3.00% 390 UNION BLVD STE 410 YEARLY $361,154.00 $371,988.62 $383,148.28 LAKEWOOD CO 80228 AMERICAN GUARD SERVICES INC WEEKLY $6,969.00 $7,073.54 1.50% $7,179.64 1.50% 1299 E ARTESIA BLVD STE 200 YEARLY $362,388.00 $367,833.82 $373,341.18 CARSON CA 90746 SECURITAS SERCURITY SERVICES USA INC WEEKLY $7,411.00 $7,633.00 3.00% $7,862.00 3.00% 7555 E HAMPDEN AVE STE 610 YEARLY $385,363.00 $396,924.00 $408,823.00 DENVER CO 80231 G4S SECURE SOLUTIONS (USA) INC WEEKLY $9,884.00 $10,180.52 3.00% $10,485.94 3.00% 14111 E ALAMEDA AVE STE 300 YEARLY $513,968.00 $529,387.04 $545,268.88 AURORA CO 80012 ADC LTD NM INC in New Mexico 3/19/99 WEEKLY $10,423.99 $10,609.52 2.00% $10,771.87 2.00% 2100 AIR PARK RD SE STE 120 YEARLY $542,047.48 $551,695.4 $560,137.24 ALBUQUERQUE NM 87106 THE SHERIFF'S OFFICE WILL REVIEW THE BIDS. �e� 020/ 7- 3944 so 0038
Hello