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
20143261.tiff
MEMORANDUM DATE: December 27, 2016 TO: Board of County Commissioners — Pass -Around FR: Judy A. Griego, Director, I luman Services RE: Weld County Department of Human Services' Amendment for Security Services Please review and indicate if you would like a work session prior to placing this item on the Board's agenda. Request Board Approval to Amend the Original Amendment to the Professional Services Agreement Amendment between Weld County Sheriff's Office and SOS Security LLC. On May 2, 2016, the Board of County Commissioners (BOCC) approved an amendment to a professional services agreement with SOS Security and the Weld County Sheriff's office (Attached) to provide security to the Department of Human Services. The original amendment, ending on December 31, 2016, was requested to provide adequate time to obtain bids for ongoing armed security services for the Department and include communication devices for the guards while on duty. Due to the wide variety of responses we have received to the Request for Proposal (RFP), we are requesting an extension to the Amendment ending on February 28, 2017, to ensure that we have adequate security coverage. Once the Board approves a vendor for the Department's security needs, we will enter into a new contract on or about March 1, 2017. I do not recommend a Work Session. I recommend approval of this amendment. Approve Request BOCC Agenda Work Session Sean Conway Steve Moreno Barbara Kirkmeyer Mike Freeman Julie Cozad do/LF.3c2 7/ Pass -Around Memorandum; December 27, 2016 - ID TBD / —/7 Page 1 50 d 036 - Pre, 06 t ≤ CONTRACT AGREEMENT EX FENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security, LLC. This Agreement Extension/Renewal ("Renewal"), made and entered into day o bekifo&I 9 2017 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Sheriffsffice, 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. 201.4-3261, approved on December 29, 2014. WHEREAS, on May 2, 2016, the Original Agreement was amended to add additional security services for the Department of Human Services and an Exhibit B. This Amendment began no later than May 2, 2016 and ended on December 31, 2016. WHEREAS, on December 5, 2016, an amendment to the Original Agreement was approved for an additional year period that will begin January 1, 2017 and end December 31, 2017. WHEREAS, the parties now wish to amend the May 2, 2016 amendment to extend the term of the additional security services for the Department of Human Services. WHEREAS the parties hereby agree to extend the term of the May 2, 2016 Amendment in accordance with the terms of the Original Agreement and the December 5, 2016 extension, which are all 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 May 2, 2016 Amendment would end on.December 31, 7016. • The parties agree to extend the May 2, 2016 Amendment for an additional 2 month period, which will begin on January 1, 201.7, and will end on February 28, 2017. • This Amendment, together with the May 2, 2016 Amendment, the Renewal of the Original Agreement, and the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The May 2, 2016 Amendment will terminate at midnight on February 28, 2017. • All other terms and conditions of the Agreements remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Yev1neA-4n _A • 7- grin d Name Signature ATTEST: Weld BY: daxo) v-z4o• lerk to the Board Deputy Cler,?to th .. Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ,rem, ulie A. Cozad, Char/ JAN 4 4 2017 o_oi4)-&itI �f)aX� Cam ►\cg _, 0.-DA+rai cp BOARD OF COUNTY COMMISSIONERS REVIEW/ WORK SESSION REQUEST RE: Weld County Courthouse Security Contract extension DEPARTMENT: WELD COUNTY Sheriffs Office DATE: November 15, 2016 PERSON REQUESTING: Todd Deutsch, Weld County Sheriff's Office Brief description of the problem/issue: The original agreement for court house security can be extended from January 01, 2017, to December 31, 2017, as permitted by the contract. This extension would be in the third year of a possible three year term limit. The contract also allows for a third year increased rate adjustments of 3.0% from 2016 to 2017. SOS Security LLC is requested no increase from 2015 to 2016. Attached to this pass around is a copy of the contract extension/renewal, the 2016 Fee Schedule, and a cost comparison from 2014 to 2017. The budget amount in 2017 for this contract is $336,284.00. SOS Security LLC was awarded this contract in 2014 and the Weld County Sheriffs Office and Court house staff has been satisfied with their product. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract renewal/extension. If the contract is extended the County Court House will continue to receive consistent services it has for the last two years. If the contract is not extended court house security will lapse for a short period while the RFP process is completed. Recommendation to the Board: I recommend approval for SOS Security LLC's contract. Mike Freeman, Chair Sean Conway, Pro -Tern Barbara Kirkmeyer Julie Cozad Steve Moreno Attachments: Contract Extension/Renewal 2015 Fcc Schedule 2014 to 2015 cost comparison Approve Schedule Recommendation Work Session _iaE e4tr__ Comments l�cd Nd e c-07.7frk I' • .n rw A),-6- /� jot - 2a 3c9191 5O to& CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC This Agreement Extension/Renewal ("Renewal"), made and entered into 15th day of November, 2016, 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. #B1400183, approved on November 05, 2016. 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 December 2016. The parties agree to extend the Original Agreement for an additional 1 year period, which will begin January 01, 2017, and will end on December 31, 2017. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 2. The sliding scale pricing for 2017 will be a 3.0% increase over the 2016 pricing. SOS Security held the same pricing for 2015 and 2016 • 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: SOS SECURITY LLC KENNETH M. FISHER, PRESIDENT Printgd,Name Signature ATTEST: Weld C BY Deputy Cler o the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO JuTie A. Cozad, Chal Pro—Tem APPRO'BED AS TO BSTANCE: Elected Official or Department Head DEG 0 5 2016 0.2D//- <5.21- 1 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC Courthouse Security This Agreement Amendment (Amendment) made and entered into/I day of// ,,2016 by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, hereinafter retrred to as the "Office", 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. 2014-3261, approved on December 29, 2014. 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: Weld County Government has need for additional security services in the way of 126 hours per week of armed security as outlined in Exhibit B attached. The objective of providing armed security guard coverage is to serve as a deterrent against potentially hostile people. Should a hostile event arise requiring the use -of -force, the armed security guard is first expected to alert the law enforcement by calling Dispatch at 911 so appropriate authorities can respond to the incident. After notifying law enforcement, the armed guard may be asked to assist Human Services staff in escorting volatile parties from the premises or employee areas. Deadly physical force may be used only if a person reasonably believes a lesser degree of force is inadequate and the actor has reasonable ground to believe, and does believe, that he or another person is in imminent danger of being killed or of receiving great bodily injury. The armed guard must safeguard his/her weapon at all times. This means certain physical altercations must be avoided. The armed security personnel for all areas are expected to roam the appropriate buildings throughout the shift. There will be a seating area provided within each building to allow temporary stops. In addition, each contract area will provide for a secure place for armed personnel to store personal items (coats, lunchbox, shoes, etc.). The security personnel are not to engage in extended conversations or activities that would prevent them from observing the area/personnel around them. • The weekly rate for 126 hours of coverage will be $2726. Hourly rate for hours above the 126 hours will be billed at no more than $33 per hour per person. • This agreement amendment begins no later than 5-16-16 or upon completion of licensing approval process for SOS Security Guards. • The Amendment, Renewal and the Original Agreement, constitutes the entire understanding between the parties. • All other terms and conditions of the Original Agreement, and renewal agreement remain unchanged. • This agreement ends at midnight, 123116. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. (Signatures on following page) Cam; &(iT/5) - 3z / s0003s 024140 Exhibit B Personnel Location Shift Notes Armed Guard #1 Main Campus (Building A, B, C) 6:30 AM — 3:30 PM M -F Armed Guard #2 Main Campus (Building A, B, C) 9:00 AM — 6:00 PM M -F Personnel Location Shift Notes Armed Guard #3 Southeast Building 9:00 AM — 1:00 PM M -F 20 Hours Personnel Location Shift Notes *Armed Guard #4 918 10th Street 9:00 AM — 12:00 PM Tuesday & Thursday 710 11th Avenue 1:00 PM — 6:00 PM Tuesday & Thursday *Note: One hour, non -billable, break for travel each day between 10`h Street and 11`" Avenue locations. Shift Hours Summarized: Armed Guards 1 - 9 hours x 5 days = 45 hours / week 2 — 9 hours x 5 days =45 hours / week 3 — 4 hours x 5 days = 20 hours / week 4 — 8 hours x 2 days =16 hours / week Weekly Total: 126 Hours CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC Courthouse Security Contractor Kenneth M. Fisher, President SOS Security LLC ATTEST: d„,,% ri+C4);l0- Weld County Clerk to the Board BY: Deputy Cle to the Boar APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: Elected Official or Department Head County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Ike Freeman, Chair MAY 11 2016 APPROVED AS TO SUBSTANCE: ilffurtDvittek) Director of General Services oZ0/1-3.2&I CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC Courthouse Security IP This Agreement Amendment (Amendment) made and entered intceoday of ,2016 by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, hereinafter r red to as the "Office", 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. 2014-3261, approved on December 29, 2014. 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: • Weld County Government has need for additional security services in the way of 128 hours per week of armed security as outlined in Exhibit B attached. The objective of providing armed security guard coverage is to serve as a deterrent against potentially hostile people. Should a hostile event arise requiring the use -of -force, the armed security guard is first expected to alert the law enforcement by calling Dispatch at 911 so appropriate authorities can respond to the incident. After notifying law enforcement, the armed guard may be asked to assist Human Services staff in escorting volatile parties from the premises or employee areas. Deadly physical force may be used only if a person reasonably believes a lesser degree of force is inadequate and the actor has reasonable ground to believe, and does believe, that he or another person is in imminent danger of being killed or of receiving great bodily injury. The armed guard must safeguard his/her weapon at all times. This means certain physical altercations must be avoided. The armed security personnel for all areas are expected to roam the appropriate buildings throughout the shift. There will be a seating area provided within each building to allow temporary stops. In addition, each contract area will provide for a secure place for armed personnel to store personal items (coats, lunchbox, shoes, etc.). The security personnel are not to engage in extended conversations or activities that would prevent them from observing the area/personnel around them. • The weekly rate for 128 hours of coverage will be $2726. Hourly rate for hours above the 128 hours will be billed at no more than $33 per hour per person. • This agreement amendment begins no later than 050216. • The Amendment, Renewal and the Original Agreement, constitutes the entire understanding between the parties. • All other terms and conditions of the Original Agreement, and renewal agreement remain unchanged. • This agreement ends at midnight, 123116. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. tv{i&,,,,,,3 At9y\sli71/4-- -...— IL2 (Signatures on following page) LC; 5D( -Q-) aof,4/-'LI 50 0 0 Contractor CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC Courthouse Security /y ATTEST: deer/44i`iliC. BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: Deputy Clerk to the Bo WELD COUNTY, COLORADO Mike Freeman, Chair MAY 0 2 2016 APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE: Controller APPROVED AS TO FORM: ti County Attorney Elected Official or Department Head T4.eurtP9tAALet9 Director of General Services Exhibit B Personnel Location Shift Notes Armed Guard #1 Main Campus (Building A, B, C) 6:30 AM — 3:30 PM M -F Armed Guard #2 Main Campus (Building A, B, C) 9:00 AM — 6:00 PM M -F Personnel Location Shift Notes Armed Guard #3 Southeast Building 9:00 AM — 1:00 PM M -F 20 Hours Personnel Location Shift Notes Armed Guard #4 918 10th Street 9:00 AM — 12:00 PM Tuesday & Thursday 710 11th Avenue 1:00 PM — 6:00 PM Tuesday & Thursday To: Board of County Commissioners From: Don Warden Cowl seam iyAl�./,7 Re: Jail Chaplain Agreement '�/ Date: October 9, 2015 The Sheriff's Office is recommending in the message below from Captain Roger Ainsworth to renew the courthouse security agreement for another year. The current agreement has an option for a renewal for the • 2016 calendar year with no increase in cost to the county. [ concur with the Roger's recommendation and recommend the Board approve renewing the agreement as outlined below. APPROVE BK MF SC JC SM DISAPPROVE WORK SESSION To: Board of County Commissioners From: Roger Ainsworth RE: Courthouse Security Agreement Date: October 21, 2015 The current courthouse security agreement between Weld County and SOS Security LLC is set to expire 123115. SOS Security LLC was selected from RFP process in 2014, for the 2015 calendar year. Their proposal also included an option for renewal for the 2016 calendar year with no increase in cost to the county. SOS Security has met the expectations of our office and the courthouse staff as well. I am recommending that we exercise the option to extend the contract for an additional year. Thank you for your consideration! Respectfully, cyer r' z'ns°w'ort/ /1- 60 Celt) 9- SooD35" f CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC Courthouse Security This Agreement Extension/Renewal ("Renewal"), made and entered into day of 2015 by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, hereinafter referred to as the "Office", 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. 2014-3261, approved on December 29, 2014. 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 December 31, 2015. • The parties agree to extend the Original Agreement for an additional 1 year period, which will begin January 1, 2016 and will end on December 31, 2016. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: • Section 3 of the Contract Period and Pricing, found on page 11 of Exhibit A of the Agreement, shall be deleted and replaced with the following: "The Company will submit a monthly invoice to the County for actual costs of service (REGULAR HOURS WORKED ON WEEKLY BASIS, AND APPLICABLE HOURLY RATES), not to exceed 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." • 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. (Signatures on following page) CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Sheriff's Office AND SOS Security LLC Courthouse Security Contractor f iiivrto ATTEST: datifev ( BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: Deputy Clerk to the Board APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: Director of General Services edu.ca,t_ County Attorney WELD COUNTY, COLORADO arbara Kirkmeyer, hair NO0 9 2015 APPROVED AS TO SUBSTANCE: ected Offici or Department Head 02e4 —3.01440 WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & SOS SECURITY LLC Courthouse Security THIS AGREEMENT is made and entered into this day of D cay'19CY 201 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 desires to retain Contractor as an Independent Contractor to perform services as more particularly set forth below; and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake this agreement, and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; WHEREAS, Contractor has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. 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. B1400183. The RFP contains 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 work described in Exhibits A and B. which are attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of General Services or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely so(oVI) Cc-, CGI A are a/C}�u� 2t can,- 3a4/ 50003 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. 3. Term. The initial contract period shall commence on January 1, 2015 thru December 31, 2015 and, subject to the satisfaction and concurrence of both parties, renew annually each year thereafter through December 31, 2017. The term of this Agreement shall not begin until the execution of this Agreement by County. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. 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. However, nothing herein shall be construed as giving Contractor the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." 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. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 6. Compensation/Contract Amount. County agrees to pay an amount no greater than the amount set forth in the bid documents. 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 the Director of Weld County General Services, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibits A and B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. 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 be 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. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor 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. Contractor acknowledges that it is responsible for the training and actions of its employees in regard to engaging the public and visitors to the courthouse. 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. 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. Contractor 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 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Additionally, County will maintain ownership of all materials such as magnetometers, x- ray equipment, and radio equipment. Contractor agrees to provide personnel who are qualified and trained to use this equipment. 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. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and other documents or services furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality of the service. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the service 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: 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, during any warranty period, and for three (3) years after termination of the Agreement. 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 Director of General Services 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 coverage's 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 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. Specifically, Contractor agrees to indemnify and hold harmless County from and against any claims that arise out of confrontations, either physical or verbal, that arise from providing security at the courthouse. The successful bidder shall furnish Weld County with Certificates of Insurance for the foregoing coverage's that designate Weld County as an additional insured not later than the date of commencement of services. Said Certificates of Insurance shall include a provision wherein the coverage shall not be canceled, terminated or otherwise modified without 60 days prior written notice provided to Weld County. Types of Insurance: The successful bidder 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 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, $3,000,000 general aggregate, $2,000,000 products and completed operations, $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. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 3,000,000 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 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 coverage's 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. 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 any 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 Department of 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. 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(a�sossecurity.com County: Name: Cindy Villegas Position: SO Deputy Bureau Chief Address: 1950 0 Street Address: Greeley CO 80631 E-mail: cvillecias(a�weldgov.co Facsimile: 970-304-9581 With Copy to: SOS Security LLC (Headquarters) Attn: Kenneth M. Fisher Address: 1915 Route 46 E. Address: Parsippany, NJ 07054 Email: kfishersossecurity.com 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 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 has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor 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 Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 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 of 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 a 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. 31. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits 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. Controller IN WITNESS WHEREOF, the parties hereto have signed this Agreement this ;LI"' day of TEC e 4U'x2.�-'-- 201 CONTRACTOR: SOS SECURITY LLC By: ka a-uvt; 321. /t1/t ci Name: Kenneth M. Fisher Title: President Date D: /0, 2c WELD CO yC ATTEST: Weld C+ynty Clerk to the BY: Deputy Ck'k to the APPROVED AS TO FUNDIN a APPROVES AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO log t -, Rademacher, Chair DEC 2 9 2014 APPROVED AS TO SUBSTANCE: Elected Official or De DirectoTefCeneral Services ozo/t- 5-2z" REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: September 30, 2014 BID NUMBER: #61400183 DESCRIPTION: Security — Courthouse, Plaza West, and Centennial Buildings DEPT: Sheriffs Office MANDATORY PRE -BID CONFERENCE DATE: October 9, 2014 @ 10:00 am BID OPENING DATE: October 21, 2014 @ 10:30 am 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: Security Services for three County Buildings. A mandatory pre -bid conference will be held at 10:00 a.m., on October 9, 2014 @ 10:00 am, at the Weld County Courthouse. The Courthouse is located at 901 91h Avenue in Greeley. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids MI be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 0 Street Room #107 Greeley CO 80631 until: October 21. 2014 Cod 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 bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. BID REQUEST #B1400183 Page 1 Did Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com 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. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. 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 970-336-7225 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 Director of General Services, satisfactory evidence of the authority of the officer signing in 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 Director of General Services 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 Director of General Services; 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. BID REQUEST #B1400183 Page 2 Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. Failure to submit qualifications may be cause for rejection of Bids. The County shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the County for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Because of the time required to publish and deliver, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Experience Statements: The successful bidder shall complete the Statement of Qualifications contained herein. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the successful bidder within 72 hours of the request. Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of materials,facilities equipment structures and utilities to be encountered. Character of construction and needed for performance of the Work. General local conditions. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 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 of the State of Colorado program established pursuant to C.R.S. §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 BID REQUEST #B1400183 Page 3 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., with regard to public records, and cannot guarantee the confidentiality of all documents. 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 bidder and its employees and agents are not entitled to BID REQUEST #B1400183 Page 4 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 be 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. Attorneys 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. I. 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, Once terminated, Bidder will return all equipment, materials, and any other documentation or item to County. Bidder will not be entitled to compensation for any work performed past the termination of the Agreement. BID REQUEST #81400183 Page 5 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. 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. 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. 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 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 BID REQUEST #81400183 Page 6 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 X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. 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, during any warranty period, and for three (3) years after termination of the Agreement. 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 Director of General Services 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. BID REQUEST #B1400183 Page 7 The insurance coverage's 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 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. The successful bidder shall furnish Weld County with Certificates of Insurance for the foregoing coverage's that designate Weld County as an additional insured not later than the date of commencement of services. Said Certificates of Insurance shall include a provision wherein the coverage shall not be canceled, terminated or otherwise modified without 60 days prior written notice provided to Weld County. Types of Insurance: The successful bidder 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 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; $3,000,000 general aggregate; BID REQUEST #61400183 Page 8 $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. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 3,000,000 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 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 coverage's 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 #B1400183 Page 9 SPECIFICIATIONS: The Weld County Sheriff's Office is responsible to provide security for the 19th Judicial District and Weld County Courts located in 3 buildings on a city block between 9`h and 10th Street and 9th and 10`h Ave., Greeley, Colorado. The Main Courthouse has (2) two security check points, Plaza West Annex has (1) security check point and Centennial Building has (1) one security check point. 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 Sheriff's Office personnel. The intent of this Request for Proposal ("RFP") 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. 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. BID REQUEST #61400183 Page 10 Contract Period and Pricing 1. The initial contract period shall commence on January 1, 2015 thru December 31, 2015 and, subject to the satisfaction and concurrence of both parties, renew annually each year thereafter through December 31, 2017 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 1/12`h 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. The bidder will be limited with regard to the escalation of costs, including wages, by the Consumer Price Index for the Denver -Boulder -Greeley metropolitan area. No escalation of costs shall exceed the general percentage increase in the consumer price index. 5. Hourly reimbursement rate for hours exceeding the specified contract hours: $ WEEKLY Total monthly cost for: YEARLY (12 PAYMENTS) (8) EIGHT uniformed unarmed security guards, (to include one working supervisor). Initial contract period 1/1/15-12/31/15 $ $ _ ESCALATION COSTS ( % increase) 2nd year $ $ _ ( % increase) 3rd year $ $ _ Contract Specifications 1. The Contract Administrator for Weld County is a Sheriff's Office Court Services Commander. All contact and operational mailers between the Contractor and the County will be through the Court Services Commander 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 Sheriff's deputies and must be approved by the Contract Administrator. The Eight (8) security guards will work 10.5 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 6:00 pm excluding court holiday closures. The Centennial Building is open to the public for county business on Martin Luther King Day and Columbus Day. Two officers will be required to man that security check point. The courthouse holiday schedule is attached. On occasions the courts require extended hours and the Sheriff's Office will 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 #B1400183 Page 11 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 5th of each month for services provided in the previous month. Minimum Site Training Requirements • Every security guard must be trained and proficient on site 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 institutions where bidder is providing courthouse security screening length of time that each contract has been in effect. b. All proposals must list by name, address, phone and Contract institutions where bidder has terminated services, been terminated or the incumbent in the past three years. Administrator all services and the Administrator all lost a renewal as 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. Evaluation of Proposals An Evaluation Committee appointed by the Offender Supervision Deputy Bureau Chief of the Weld BID REQUEST #B1400183 Page 12 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. 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. C. Functional Compatabilitv (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 #61400183 Page 13 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. #61400183. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 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 BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ONLY SEND BACK PRICING AND SIGNATURE PAGES. BID REQUEST #B1400183 Page 14 The undersigned, by hls 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. #81400183. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 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 Security LLC BUSINESS ADDRESS 1915 Route 46 East CITY, STATE, ZIP CODE Parsippany, NJ 07054 BY Edward B. Silverman, Chairman-C.E.O. (Please print) DATE October 17, 2014 TELEPHONE NO 973-402-6600 ; ,FAX 973-402-0340 TAX ID # 46-1387064 N SIGNATURE(' ,• !„7 E-MAIL esilverrnan(atsossecuritv.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ONLY SEND BACK PRICING AND SIGNATURE PAGES. pin 17rE rri IC=cT 44M1 Ar1(110•.1 Uesno •1 A Contract Period and Pricing 1. The initial contract period shall commence on January 1, 2015 thru December 31, 2015 and, subject to the satisfaction and concurrence of both parties, renew annually each year thereafter through December 31, 2017 2. Pricing must clearly state initial contract period price, and after on annual, total price for the delivery of court house security screening services costs necessary to comply with the requirements and specifications within this REP. 3. The company wall submit a monthly invoice to Weld County for 1/12lb 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. The bidder will be limited with regard to the escalation of costs, including wages, by the Consumer Price Index for the Denver -Boulder -Greeley metropolitan area. No escalation of costs shall exceed the general percentage increase in the consumer price index. 5. Hourly reimbursement rate for hours exceeding the specified contract hours: $22.62 WEEKLY Total monthly cost for: YEARLY (12 PAYMENTS) (8) EIGHT uniformed unarmed security guards, (to include one working supervisor). Initial contract period 1/1/15-12131/15 $1279.50__ $326,534.00 ESCALATION COSTS ( % increase) 2' year $6,279.50 $326,534.00 ( 3 % increase) 3"' year $6 467.00 $336,284.00 Contract Specifications 1. The Contract Administrator for Weld County is a Sheriffs Office Court Services Commander. All contact and operational matters between the Contractor and the County will be through the Court Services Commander and the Contractor's site supervisor. 2. Minirnurn staffing requirerents 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 Sheriff's deputies and must be approved by the Contract Administrator. The Eight (8) security guards will work 10.5 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 6:00 pm excluding court holiday closures. The Centennial Building is open to the public for county business on Martin Luther King Day and Columbus Day, Two officers will be required to man that security check point, The courthouse holiday schedule is attached. On occasions the courts require extended hours and the Sheriff's Office will 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 he 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. uui ocni icc-r uoinnnla9 Greeley (LGuir G reelcy Mailing Address: SOS SECURITY LLC 601 10TH ST GREELEY, CO 806:31 Account Number: 017741 License Number: 023422 Effective Date: 2014-03-31 City of Greekay L ce se Certification Site: SOS SECUR TY LLC 601 10TH ST GREELEY, CO 80631 Issue Date: 2014-03-28 License Type: Security Patrol Business Expiration Date: ?015-03-30 ,62 Director of Finance Qr f_3, SOSSECU-01 KOSU CERTIFICATE OF LIABILITY INSURANCE DATE IMMJDDfYYYY) 10/20/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(SI, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(e). PRODUCER The Graham Company The Graham Building 1 Penn Square West Philadelphia, PA 19102 INSUatu SOS Security LLC 1915 US Highway 40, Suite 1 Parsippany, NJ 07054-1300 (215) 567-6300 Napi a"cT ICevin D. Connelly jAiC No,EII$1'215.701-537(3 AODRlfCss: COITITolly_Unit@graharnco.com INSURERS}AFFORDING COVERAGE 1-215.525.0235 INSURER A• Philadelphia Indemnity Insurance Company INSURERS: New Hampshire Insurance Company_ INSURER G .N,l onal Unlan Fl,o Ins C.o. of PIllsburoli, PA NAIL A 18058 23841 19445 INSURER D : _ _.. INSURER F: INSURER F • REVISION NUMBER: T-IIS IS TO CERTIFY T•IAT Th'E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDIC.ATFI NOTVVITHSTANO.NG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESRECT TO WHICH THIS CLHT I•IGAIE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POL.CIES DESCRIBED HEREIN IS SUOJCCT TO ALL THE TERMS, EXCI USIOIJS AND CONDII IONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, RAVI ......-`. 'TYPE OF INSURANCE Addl. SUM• µr51; VI POLICY NUMRLR r' Ij, IdA't ID YT) POLO EFIP`" IMINUt rrvre) LIMITS A GENERAL - X DAB LITY commitaL:IAI. GENERA: LaAteLITY PHPK11114460 614/2014 G/4/2015 EACH OCCURRENCE e'e' g -s ici-yt I ., 3,000,000 5 1,000,000 j CLAIMS•MAOE ()slow. MEC EXP (Any me person) S 20,000 3,000,000 )( _ $10,000 Deductible PERSONAL AAIW IN)UU, S 5,000,000 X Errors and 0011.55000 GENERAL.ACOREGATE GEN'L AGCREGA1L LI\Tll APP1 IES PER: PRODUCTS COMNIOP AGC 5 5,000,000 POLICY rl lilt 1 1 LOC 5 AUTOMOBILE LIABILITY f,OASUINEDSINGLELniIT COMBINED occhlanll 1,000,OJO I A X ANY AUTO PHPK116440U 6/411014 6/412015 EIUOILY INJURY (Per person) S --- ALI. CLNNFO SClit rULELl &JDILY I'IJUR f (Per accident) $ - _ X ,Awns HIRED AUFOS b AUICs nNFn (P₹aRACCDENTI $ ..�- ,Us1U Ati1O • UMERELLALIAD X OCClll2 EAC'I OCCURRENCE s 20,000,000 A X EXCFESSLIAB oLo I A) RETENTIONS CIAIAIS-Mn Dt. 10,000 PHUB461400 6/4/2014 61412015 AGGREGATE S 20,000,000 S WORHERE COMPENSATION X I rOW Aµ1j- I 10TH. ER B AND EMPLOYERS' LIABI-ITY ANY PROPRtE TCR,PARY ILdEXF(ti.TIV? Y[ HI WC 038238353 1212812013 12128/2014 E.L. EACHACCOENT S 1,000,000 OFrICERILTFARER FW.II111Fn? IManjelory in NH) II VPS, climen re under DESCRIPTION L:i. TIPERAT CRS beta, NIA m' F I. DISFASE -FA FAJPI FI ---._.. _..._...._. — E.L. DISEASE- POl ICY LIM T $ 1,006,606 _... _. S 1,000,000 0 C Crime (Intl Elnp Theft) Crime 01-271-68-56 01-271-66.56 6/412014 6/4/2014 0/4/2015 614/2015 $5,000,000 TId:dParty fidelity Bond $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Allah ADORE) TOT, Add; iron el R,anarlte Schedule, Ir more apace Is required) See attached pne. GI?RTIFICATE HOLDER Weld County Colorado 1150 O Street Greeley, CO 80631 - CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE O198B-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD SOSSECU-01 KOSU PAGE 1 OF 1 DESCRIPTION OF OPERATIONS - SOS Security LLC 1915 US Highway 46, Suite 1 Parsippany, NJ 07054-1300 Weld County Colorado 1150 0 Street Greeley, CO 80631 - Workers Compensation Policy #'s by State: Carrier: New Hampshire Insurance Company, Policy Period: 12/28113-14: WC 038238353 (NJ, PA) WC 038238351 (IL, NC, UT) WC 038238352 (FL) WC 038238354 (MA, NO, OH, WA, WY) WC 038238355 (AL, CO, CT, DC, DE, HI, MD, NE, NM, NV, NY, OR, SC, TN, TX) WC 038238356 (CA) WC 0382.38357 (AZ, GZ, VA) Bid Number: 81400183 Description: Security - Courthouse, Plaza West, and Centennial Buildings Weld County Colorado is Included as and additional insured on the above policies where required by written contract. Prior to loss, and if required by written contract, Waiver of Subrogation is provided on the above policies if permissible by state law. "Should any of the above described policies be cancelled before the expiration date thereof, Tho Graham Company will endeavor to mail 30 days writton notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any hind upon The Graham Company, Its agents or representatives." 10 Days Notice of Cancellation for Non -Payment of Premium, SOSSecurity[lc" October 20, 2014 Weld County Purchasing Department Weld County Administrative Building 1150 O Street, Room #107 Greeley, CO 80631 RE: REQUEST FOR BID: SECURITY - COURTHOUSE, PLAZA WEST AND CENTENNIAL BUILDINGS BID NUMBER: #B1400183 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: > Bid price form; ) City of Greeley License; D Certificate of Insurance; ➢ 2013 Audited Financial Statements. The documentation 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. We would be excited to continue to partner with Weld County in delivering creative 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. For over 44 years, SOS has committed to our customers that no values would be compromised, no shortcuts would be taken, and all of our business dealings would be conducted with the highest standards of fairness and professionalism. We have not wavered from this commitment which has strengthened our belief that mutual success can only be gained through continuous self-improvement. All the resources of SOS stand behind this proposal and I consider myself personally responsible for our commitment to Weld County. Please contact me at 973-402-6600 or esilverman@sossecuritv.com with any questions or concerns regarding our proposal. Regards, SOS SECURITY LLC Cv1aO &`ii/� Edward B. Silverman, CPP Chairman -Chief Executive Officer 21 Page Submitted by: 505 Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurlty.com 1 TABLE OF CONTENTS Company History and Qualification Pg.4 Key Differentiators Pg.7 Management Approach Pg.9 Security Officer Selection Pg.10 Training Program Pg.11 Transition Program Pg.13 Quality Control Pg.14 Employee Benefits Pg.14 Employee Incentive Program Pg.16 Client References Pg.17 Additional Service Capabilities Pg.18 31Page Submitted by: 505 Security LW Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • wwwsassecurity.com COMPANY HISTORY AND QUALIFICATION SOS Security LLC is a privately -held and financially secure security services provider, established in 1969, headquartered in Parsippany, NJ. SOS has experienced steady, controlled -growth through its 44 years as a security services provider, and today employs more than 4,500 security professionals both domestically and internationally, operating 35 branch offices throughout the U.S. and 7 offices in other countries. Each office, and its security personnel, are fully licensed and permitted in compliance with applicable federal, state, and local law. Our primary business is to furnish well -trained, highly qualified security personnel to perform security services required by a variety of clients. 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. In order to provide quality and multi -functionality to each of our clients, 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: Over 4 decades of experience, the wide variety of clients we serve, the range of requirements we meet, and the dedication to quality assurance, management, training and compliance. 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's team is comprised of key individuals with former law enforcement, business, legal, Human Resource and security experience and actively engaged in the daily security operations of the company. "Mission Statement" "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" 41 P age Submitted by: SOS Security LiC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • wwwsossecurlty.com Qualification/Experience: SOS has carefully reviewed the contents of this RFP, whereby we fully understand Weld County's objectives. SOS's core business is providing security services to hundreds of clients on a national basis. 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. SOS's industry leadership and expertise has grown, during which time our services have diversified and our geographic footprint widened. SOS has substantial experience in providing a comprehensive range of security services to a vast number of clients similar in size to Weld County in a variety of markets. We would like to point out that as one of Weld County's current security providers; we trust that our six years of service record speaks for itself and that in your view we are a value added partner. During this time, our role and responsibilities have materially increased and consequently our partnership has expanded and improved, where we have provided approximately 60,000 hours of security coverage during this contract term and maintains quality staff to serve Weld County. 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. SOS has a proven track record of providing highly trained observant and skilled officers who are led by a dedicated and seasoned on site 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. It is important to note that we have also supplied extensive 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 six 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. Wage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973.402-6600 • www.sossecurity.cam i Company Number of Employees Profile 4,500 Company Name SOS Security LLC Annual Revenue $162M Headquarters / 24 -Hour Command Center 1915 U.S. 46 East, Parsippany, NJ 07054 (973) 402-6600 / (800) SECURE -0 Local Support Office 60110th Street Greeley, CO 80631 P; (970) 352-1772 Quality Provider to Executive Chairman & Chief Executive Officer Weld County Courthouse Colorado Department of Corrections Routt County Sheriff's Department Leadership Edward B. Silverman, CPP President Kenneth M. Fisher General Counsel Barry A. Frank Chief Operating Officer Marc Bognar, CPP Senior Vice President Local Lawler Management Branch Support Team Manager Martin Davis, CPP 303-854-7286 (mobile)Jim jlawler(Asossecuritv.com 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 the overall quality of service and compliance with contract specifications. 6IPage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurlty.com KEY DIFFERENTIATORS SOS offers a number of key advantages over traditional approaches. We have summarized these advantages below: I. SOS's emphasis on hands-on supervision is one key factor that distinguishes us from other security companies. Unlike many security firms, the senior management of SOS are directly involved in the day-to-day support of the operations of our clients. The executive management of SOS, including our Chairman, President and Chief Operating Officer, are available to our clients designated representatives at any time for immediate attention and resolution to issues that may arise. These relations and methods of operation enable us to maintain a continuous flow of accurate information, which goes far in providing outstanding client services and at the same time ensures that client's personnel and property are safeguarded. We are committed to achieving client satisfaction by 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 coverage, as well as special event and 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. A reputation built over 44 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. 71 Page Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com r -- Our proprietary benchmarking process 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. A 24 -Hour Command Call Center (based in Parsippany, NJ) with highly efficient dispatchers to coordinate operating procedures, emergency situations and supervisory support to each Branch office. We also operate a back-up 24 -Hour National Call Center in Atlanta, Georgia 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. Highly experienced in responding to additional staffing needs requested by our Clients, including emergency response coverage on a short notice basis. Provide up-to-date technology and communication equipment as a part of the overall security offering. SOS will commit the resources and time necessary to effectuate a successful account management for Weld County. To this end, SOS will appoint Jim Lawler as the Client Liaison to oversee the customer relationship and be the main point of contact with Weld County's designated representatives; available 24 hours, 7 days a week to respond to all matters pertaining to the performance of the services. 8IPage submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com 1 MANAGEMENT APPROACH Our mission is to 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 physical security services at Weld County's site locations under this RFP, which has matured over the past 44 years and ensures timely, compliant, responsive and uninterrupted security services. Additionally, our mission provides our employees with the following: • Professional management • A safe working environment Strong corporate values The finest career development opportunities in our industry Our security program starts with a proactive management team that understands a customer's unique security needs and designs solutions based on the most up-to-date technology and business practices. We rely on formal procedures to provide direct accountability for contract compliance. SOS Project Management Empower the Project Team to achieve project success. Partner with Weld County 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 Weld County's requirements P Proactive approach to supervision oversight Address Weld County's concerns through open and timely communication r Identify and mitigate potential risks. r Commit corporate resources to ensure Weld County's security mission success. 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 9IPage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com SECURITY OFFICER SELECTION The backbone of any service organization is the people who provide the service. In this respect, the security industry is no different from any other service organization. SOS's selection process is designed to attract and retain the best security and customer service professionals in the industry to perform the duties of a security officer. Considerable time, thought and money has been put into developing screening procedures to be able to hire right the first time. To deliver the highest level of professionalism in the often sensitive and demanding field of security, SOS draws upon the appropriate security personnel from its networks and contacts in government, police authorities, military circles and other areas of specialty. Our screening process is very thorough and detailed. Our two -stage interview process which familiarizes us with each individual's education, experience, communication ability (verbal and written), basic math skills and physical ability is designed to identify and select qualified, service -oriented individuals who possess SOS's values. They must be physically and psychologically suited for each assignment, undergo a thorough background check and drug test, and are of the highest moral and ethical caliber. In addition to state -mandated training requirements, any new hires will attend SOS's pre -assignment Orientation Program which is interactive and provides us with further feedback and a comfort level as to their readiness prior to site -specific training. The candidate is also required to pass an examination prior to site assignment. Once assigned to a site, they are re-evaluated during site -specific training to further ensure that they are fully capable of performing their required job duties. 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. While all Federal, State and Local employment laws are strictly adhered to, SOS goes beyond the industry standard with the following: Compliant with E -Verify program Integrity Profile Testing of all applicants State Security License check and criminal conviction check Pre -employment drug screening High school diploma or GED equivalent verification 10IPage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • wwwsossecurity.com CSS, Inc. background verification screening Communication standards skills testing Physical and mental capability of performing job requirements While drawing job applicants in many of the traditional manners; Internet job sites, newspaper advertising, employee referrals, educational placement offices, military and veterans groups and civic organizations, SOS is most proud of its affiliation with the Wounded Warriors Project of putting our warriors to work. At the conclusion of the employee selection process the candidates are evaluated and the employee is measured versus other candidates qualified for available positions. Selected candidates are provided an opportunity to interview with the SOS account manager. An optional interview with the client representative is available prior to job assignment. All SOS officers are fitted with high quality uniforms that provide a professional appearance. Based on a particular client need, whether a high -profile military style or business uniform is called for, or even a customized uniform, SOS has the answer. TRAINING PROGRAM At SOS we hold training paramount to the success of our operations at each client site. Recognizing each client's operation is unique to their facility; our standard training program will be matched against those needs and tailored to their environment. If standard operating procedures are in place, we will review and make recommendations as necessary. If none are in place, we will provide a working copy to the client as soon as practical. Our standard training curriculum is as follows: SOS orientation Client pre -assignment training Site specific training Procedural review; operating procedures, access control, visitors etc. 11IPage Submitted by: 5O5 Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com Reporting procedures Emergency procedures Safety and first aid Legal issues On-the-job training Incident reporting procedures Recurring training as needed or by contract As a need arises or at the clients request, additional training can be provided. Under the direction of the Senior VP -Training, SOS has assembled a staff of trainers whose collective experience spans all aspects of security with backgrounds ranging from certified training instructors, Certified Protection Professionals, personnel specialists and former law enforcement and military officers. What this provides our clients is our ability to meet any training need with tangible, flexible solutions. Based on the highly sensitive nature of the environment, we will provide the following specialized training: CPR/First-Aid/AED Certification Specialized bomb threat training • OSHA training CFATS training TIPS training CLSO training Bloodbourne Pathogens training Fire Safety training • Customer Service training Incident Handling and Resolution Safety Program i High -Rise Building Evacuation • Management of Aggressive Behavior (MOAB) r. Lost & Found 12IPage Submitted by: 505 Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecuritycom TRANSITION PROGRAM 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 44 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. Our experience gained from previous efforts, wherein we have been Involved in countless number of transitions, enables us to complete all necessary steps to assure timely performance start-up including the acquisition of contractor provided equipment and the screening, training and credentialing of security personnel. 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 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 13IPage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com 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 within the RFP, as well as, convey all other pertinent information in order to ensure a prudent and stable transition process. QUALITY CONTROL Our commitment to providing quality service is multi -dimensional and is evidenced by the following standards: A clearly defined customer service level (SLS) and metric schedule that will be integrated into all business processes, officer selection criteria and performance expectations. Daily direct contact between the client representative and our site supervisor or outside supervision. Frequent site visits and meetings between the branch support office management and client representative as mutually agreed to. Field inspections and site audits geared towards contract compliance and customer satisfaction. EMPLOYEE BENEFITS 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, a sense of loyalty and provides for true long-term career opportunities. 14IPage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com All full-time security personnel after sixty (60) days of employment (single), will be eligible to receive the following ACA compliant benefits: Medical/Prescription/Dental/Vision/Life Hospitalization & Major Medical United Health Care - Oxford Health Plan PPO insurance 50% Employee contribution Prescription Plan United Health Care - Oxford Health Plan PPO Included in Major Medical Dental Plan Aetna Dental 100% Employee Contributable (SOS assumes the administrative expense) Vision Plan Eye Care Plan of America 100% Employee Contributable (SOS assumes the administrative expense) $25,000 Life Insurance Policy Lincoln Financial Wholly paid by Company (must participate in major medical) In addition, all full-time security personnel shall receive the following 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. Direct Deposit of pay. 401K Savings Plan available upon commencement of employment. Tuition reimbursement for qualified, full-time employees, whereby course of study is 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. 15IPage Submitted by: SOS Security LIC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurlty.com EMPLOYEE INCENTIVE PROGRAMS 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. Our awards programs provide recognition for performance, leadership, company loyalty and customer service. Category Officer of the Year Award Award Requirements One recipient annually based on performance evaluations Award $500.00 award & Plaque Officer of the Month Award A monthly award to the recipient with the best over-all performance rating in the month $50.00 award & Plaque Loyalty Award 5 and 10 year recognition pins awarded for service to the company Framed Certificate end bold pin Outstanding Achievement Award For making a valuable client contribution deserving additional recognition Certificate of Achievement Merit Increases Based upon individual quality performance Varies Referral Bonus Paid to employees who refer candidates for employment with the company and remain in good standing for a period of 4 months S100.00with no cap Tuition Reimbursement Advanced education and training seminars ore encouraged and paid for by SOS for selected employees who demonstrate outstanding performance and motivation. Varies Advanced Education & Training Provide advanced training seminars paid for by SOS for selected employees who demonstrate outstanding performance and motivation. 16IPage Submitted by: SOS Security LLC Corporate Headquarter: 1915 Route 46 East, Parsippany, New jersey 07054 973.402.6600 • www.sassecurlty.com CLIENT REFERENCES 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. CLIENT REFERENCES — Current Courthouse Security Client Name/Address/ Length of Service Client Contact Nameffitle Client Contact Information County of Weld, State of Colorado c/o Weld County Purchasing 915 10'" Street Greeley, CO 80631 June 2011 to present Marcia Walters, Contract Administrator Phone: 970-356-4000 ext. 4223 Email; mwalterse.co.weld.co.us Colorado Department of Corrections 275 W. Hwy 50 Canon City, CO 81212 September 2011 to present Major Chuck Hildebrand Phone: 719-240-1844 Email:chuck.hildebrand(doc.state.co.us Routt County Colorado Routt County Sheriffs Department 2025 Shield Drive Steamboat Springs, CO 80487 June 2013 to present Ray Birch Undersheriff Phone: 970.870-5502 Email: rbirchaco.routt.co.us SOS has not terminated, been terminated or lost a renewal contract as the incumbent in the past three years in Colorado. 17IPage Submitted by: SOS Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity.com ADDITIONAL SERVICE CAPABILITIES As our client, the ability to one -source additional security needs provides an easy solution to providing quality, consistency and efficiency. In many cases, our clients have recognized cost savings by the "bundling" of their security services needs through us. In addition to providing physical security service we provide the following tailored services to meet your security objectives. Command Center Operations Security Concierge/Receptionist Security Receptionist Special Event Security Executive/Close Protection Bicycle/Mobile Patrols Management & Consulting Investigations Training & Education Emergency Tactical Response Strike Security Coverage Physical Security Planning Screening/ Access Control Emergency Services Planning information Security Planning Project Management -End of Document- 18IPage Submitted by: 5O5 Security LLC Corporate Headquarters: 1915 Route 46 East, Parsippany, New Jersey 07054 973-402-6600 • www.sossecurity,com Marcia Walters From: Nihal Kerim [nkerim@sossecurity.com] Sent: Monday, October 20, 2014 9:45 PM To: bids Cc: Jim Lawler; Lenny Kestecher Subject: Request for Bid #B1400183; Security - Courthouse, Plaza West andCentennial Buildings Attachments: Weld County Courthouse RFP Response.pdf; Attachments.pdf SOS Security is pleased to submit the attached response to Weld County's Request for Bid for security services together with the following attachments for review and consideration: •:• Response to request for bid; •: Bid price form; •: City of Greeley license; 4. Certificate of insurance; •: 2013 Audited Financial Statements; 4• Sample Transition Plan, Team and Timeline. SOS has reviewed and evaluated your scope of services. We are confident our 44 plus years of experience in providing outstanding security services and dedicated client support warrants further evaluation of our service offerings. Moreover, we believe our gained direct experience in servicing Weld County Courthouse over the past six years has afforded our management and senior operational teams a high degree of familiarity with the associated processes, locations and security requirements. We are extremely capable of providing a comprehensive, turn -key 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. SOS is highly focused on our client's needs and we are confident that we can assist Weld County Courthouse in meeting and exceeding your security objectives. 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. Kind regards, Nihal Kerim Director, RFP Administration Contract Administrator SOS Security LLC 1915 Route 46 East Parsippany, NJ 07054 973-402-6600 973-265-1413 Fax This e-mail and any attachments may contain confidential and privileged information. If you are not the intended recipient,please notify the sender immediately by return e-mail, delete this e-mail and destroy any copies. Any dissemination or use of this information by a person other than the intended recipient is unauthorized and may be illegal. Esther Gesick From: Sent: To: Marcia Walters Monday, December 22, 2014 11:02 AM Esther Gesick I just dropped off the contract for the Courthouse security — bid #B14OO183 approved on 11/5/14. It just needs signed and recorded and please send copy to Cindy Villegas and myself. Thank you! © Marcia Walters Weld County Purchasing 1150 "O" Street Greeley CO 80631 970-356-4000 x4223 970-336-7226 (fax) 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. o?0/V/-3241 t SOS SECURITY LLC December 19, 2014 Via Fed -Ex Weld County Purchasing Attn: Ms. Marcia Walters 1150 "O" Street Greeley, CO 80631 Re: Executed Agreement Dear Ms. Walters, Enclosed, please find two (2) sets of original contracts for your signature. Please return a fully - executed copy to my attention at the address below. Please let me know if you have any questions and/or if I can be of further assistance. Very truly yours, SOS SECURITY LLC Michele Ryan Executive Assistant CORPORATE HEADQUARTERS One Security Plaza, 1915 Route 46 East, Parsippany, New Jersey 07054 (973) 402-6600 Fax: (973) 402-6262 1 -800 -SECURE -0 www.sossecuritv.com Esther Gesick From: Sent: To: Cc: Subject: �i tfli� nto backo,c Barb Connolly to Ott -4h ovAMf2t-tv\Aity Tuesday, December 23, 2014 9:17 AM k Bi4 to183 Trevor Jiricek; Cindy Villegas; Marcia Walters; Esther Gesick Rafaela Martinez; Robert J. Frick RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 No we don't have to rebid. Under the contract period and pricing #3 also states they will give itemized cost. In looking back this has been their actual practice and the prior bid has the same wording. I will approve however if everyone would note the next time this is bid to indicated that they will bill based on actual cost, and if you want a not to exceed then put that in. Barb Connolly, CPA Barbara Connolly, CPA Weld County Government Controller 1150 0 Street Greeley, CO 80631 (970) 356-4000 ext 4445 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. Original Message From: Trevor Jiricek Sent: Tuesday, December 23, 2014 8:38 AM To: Barb Connolly; Cindy Villegas; Marcia Walters; Esther Gesick Cc: Rafaela Martinez; Robert 3. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 We would have to re -bid the contract. All vendors were asked to provide their costs based on the fixed schedule and assuming that they will provide 7 guards and 1 supervisor (total of 8) for 10.5 hrs/day whenever court is in session. The only hourly rate that was asked for was for those hours above the identified standard schedule. The Sheriffs office needs to oversee this contract and if the vendor has less than the identified 7 guards and 1 supervisor they should not pay the full 1/12. Trevor Jiricek Director Environmental Health and General Services 1555 N. 17th Avenue Greeley, Colorado 80631 Email: tjiricek@co.weld.co.us Office #: 970-353-6100, Extension 2214 Fax #: 970-304-7226 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. Original Message From: Barb Connolly Sent: Tuesday, December 23, 2014 8:33 AM To: Trevor Jiricek; Cindy Villegas; Marcia Walters; Esther Gesick Cc: Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 I see what you are referring to, however paying 1/12 of the agreement is not acceptable as far as I am concerned. We don't pay for services that we have or may not receive. Can we change this or have an agreement with SOS that they will bill actual? Barb Connolly, CPA Barbara Connolly, CPA Weld County Government Controller 1150 0 Street Greeley, CO 80631 (970) 356-4000 ext 4445 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. Original Message From: Trevor Jiricek Sent: Tuesday, December 23, 2014 8:31 AM To: Cindy Villegas; Barb Connolly; Marcia Walters; Esther Gesick Cc: Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security Bid #B1400183 All, This was bid out to be paid on a 1/12 basis. All vendors bid the same schedule. There is language that allows for extra hours, at a specified rate, as requested by the Sheriffs office. For your reference I have attached the bid doc submitted by SOS - see the 2nd page under "contract period and pricing" and "contract specifications". Cindy, the RFP and SOS's response need to be attached as exhibits to the contract (along with evidence of insurance). Trevor Jiricek Director Environmental Health and General Services 1555 N. 17th Avenue Greeley, Colorado 80631 2 Email: tjiricek@co.weld.co.us Office #: 970-353-6100, Extension 2214 Fax #: 970-304-7226 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. Original Message From: Cindy Villegas Sent: Tuesday, December 23, 2014 8:17 AM To: Barb Connolly; Marcia Walters; Esther Gesick Cc: Trevor Jiricek; Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 They billed hours per guard because the overtime is unpredictable. Original Message From: Barb Connolly Sent: Monday, December 22, 2014 3:49 PM To: Marcia Walters; Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 From what I see in Banner they have billed according to how many day/hours per guard. However in the attachment that you sent under contract period and pricing item #3 states they will bill 1/12 each month. I don't like that part of the agreement. Barb Connolly, CPA Barbara Connolly, CPA Weld County Government Controller 1150 0 Street Greeley, CO 80631 (970) 356-4000 ext 4445 Logo 2012 Color 3 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: Marcia Walters Sent: Monday, December 22, 2014 3:46 PM To: Barb Connolly; Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 Cindy will have to verify but they pay according to how many days they worked in that month, so it's more of a day charge based on how many guards. But again the SO will have to verify. J Marcia Walters Weld County Purchasing 1150 "0" Street Greeley CO 80631 970-356-4000 x4223 970-336-7226 (fax) WC Logo Color 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: Barb Connolly Sent: Monday, December 22, 2014 3:32 PM To: Marcia Walters; Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 4 So have we always just paid 1/12 of the contract each month? They don't bill us for actual costs? Barb Connolly, CPA Barbara Connolly, CPA Weld County Government Controller 1150 0 Street Greeley, CO 80631 (970) 356-4000 ext 4445 Logo 2012 Color 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: Marcia Walters Sent: Monday, December 22, 2014 2:58 PM To: Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Barb Connolly; Robert 3. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 Here you go! They were all together in the beginning of this process. Marcia Walters Weld County Purchasing 1150 "0" Street Greeley CO 80631 970-356-4000 x4223 5 970-336-7226 (fax) WC Logo Color 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: Esther Gesick Sent: Monday, December 22, 2014 2:56 PM To: Cindy Villegas Cc: Marcia Walters; Trevor Jiricek; Rafaela Martinez; Barb Connolly; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 Hi Cindy, Please see the message below from Trevor; Barb Connolly responded similarly. If you have those documents, please "Reply All" and attach for the group to review. Thanks! Esther E. Gesick Clerk to the Board 1150 0 StreetIP.O. Box 758IGreeley, CO 80632 tel: (970) 336-7215 X4226 Logo 2012 Color 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. 6 From: Trevor Jiricek Sent: Monday, December 22, 2014 1:48 PM To: Rafaela Martinez; Barb Connolly; Robert J. Frick Cc: Marcia Walters; Esther Gesick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 Exhibits A and B are not attached. Has the vendor provided evidence of insurance? Trevor Jiricek Director Environmental Health and General Services 1555 N. 17th Avenue Greeley, Colorado 80631 Email: tjiricek@co.weld.co.us Office #: 970-353-6100, Extension 2214 Fax #: 970-304-7226 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: Rafaela Martinez Sent: Monday, December 22, 2014 12:39 PM To: Barb Connolly; Trevor Jiricek; Robert J. Frick Cc: Marcia Walters; Esther Gesick Subject: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 Barb, Bob, and Trevor, Please advise as to Signature for placement on the Agenda. If you have any questions, please let me know. 7 Thank you, Rafaela A. Martinez Deputy Clerk to the Board 1150 0 StreetIP.O. Box 758IGreeley, CO 80632 tel: (970) 336-7215 X5226 Logo 2012 Color 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: CM103-05255@CO.WELD.CO.US [mailto:CM103-05255@CO.WELD.CO.US] Sent: Monday, December 22, 2014 11:14 AM To: Rafaela Martinez Subject: Attached Image 8 Esther Gesick From: Trevor Jiricek Sent: Tuesday, December 23, 2014 8:51 AM To: Esther Gesick Cc: Cindy Villegas; Robert J. Frick Subject: FW: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 Attachments: SECURITY - COURTHOUSE-183.docx; SECURITY - COURTHOUSE -183 -SOS Security.pdf Esther, Please attach these as Exhibit A and B to this contract. Thank you! Trevor Jiricek Director Environmental Health and General Services 1555 N. 17th Avenue Greeley, Colorado 80631 Email: tjiricek@co.weld.co.us Office #: 970-353-6100, Extension 2214 Fax #: 970-304-7226 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. Original Message From: Cindy Villegas Sent: Tuesday, December 23, 2014 8:35 AM To: Trevor Jiricek Subject: FW: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 Are these the ones you're looking for? As the Court Services Division Commander I was never really involved in the billing. This is the first time I've handled this as the Deputy Bureau Chief. Is there anything else you need? Original Message From: Marcia Walters Sent: Monday, December 22, 2014 2:58 PM To: Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Barb Connolly; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 Here you go! They were all together in the beginning of this process. Marcia Walters Weld County Purchasing 1150 "0" Street Esther Gesick From: Sent: To: Cc: Subject: Barb Connolly Monday, December 22, 2014 4:54 PM Robert J. Frick; Marcia Walters; Esther Gesick; Cindy Villegas Trevor Jiricek; Rafaela Martinez; Frank Haug RE: SIGNATURE REVIEW: Courthouse Security - Bid #B1400183 For the services they are providing I don't think we should be paying 1/12 each month. They have not billed this way in the past so I don't think we should start that now, but I have not been a part of this up to this point. Fad' X14,e,v Barbara Connolly, CPA Weld County Government Controller 1150 O Street Greeley, CO 80631 (970) 356-4000 ext 4445 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: Robert J. Frick Sent: Monday, December 22, 2014 4:50 PM To: Barb Connolly; Marcia Walters; Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Frank Haug Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 All, Approved as to form. I was not privy to the negotiations and specifically to address Barb's concern below. Frank and I were just discussed this particular provision and it appears to be consistent with the negotiations. I do not see a problem the way this is set out (i.e. 12 identical monthly invoices for services). However it clearly could be negotiated differently if we so desired. I am available if we need to discuss and revisit this if needed. Thank you. 1 Robert J. Frick, Esq. Weld County Attorney P.O. Box 758 1150 "O" Street Greeley, CO 80632 (970)356-4000 4,1105 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: Barb Connolly Sent: Monday, December 22, 2014 3:49 PM To: Marcia Walters; Esther Gesick; Cindy Villegas Cc: Trevor Jiricek; Rafaela Martinez; Robert J. Frick Subject: RE: SIGNATURE REVIEW: Courthouse Security - Bid #61400183 From what I see in Banner they have billed according to how many day/hours per guard. However in the attachment that you sent under contract period and pricing item #3 states they will bill 1/12 each month. I don't like that part of the agreement. Ea44 a*. 6w Barbara Connolly, CPA Weld County Government Controller 1150 O Street Greeley, CO 80631 (970) 356-4000 ext 4445 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: Marcia Walters Sent: Monday, December 22, 2014 3:46 PM 2 Shen ffjohn B. Cooke From the Desk of: Cindy Villegas, Deputy Chief Offender Supervision Bureau (970) 356-4015 Extension 3935 October 31, 2014 To: Board of County Commissioners From: Deputy Bureau Chief Cindy Villegas Subject: Court Security Screening Services Weld County advertised a Request for Proposal in reference to the Court Security Screening Services. Six (6) proposals were received from the following companies: US Security Associates, Twin City Security Inc, SOS Security Inc., G4S Secure Solutions, US Security Assoc. and Securitas Security Services USA Inc. Two staff members from the Sheriffs 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 Maximum Pts. Possible US Security Associates Twin City Security Inc. SOS Security Inc. G4S Secure Solutions Securitas Security Services USA Inc Pricing 40 40 14 38 10 35 Qualifications 50 25 50 50 20 25 Functional Compatibility 10 5 10 10 2 2 Total 100 70 74 98 32 62 Evaluator 2 Evaluation Category Maximum Pts. Possible US Security Associates Twin City Security Inc SOS Security Inc. G4S Secure Solutions Securitas Security Services USA Inc Pricing 40 40 15 39 10 30 Qualifications 50 30 45 50 20 25 Functional Compatibility 10 6 8 10 4 4 Total 100 76 68 99 34 59 Combined Total 146 142 197 66 121 US Security Associates references were contacted. Information reported by one reference raised concerns in the area of reliability. The reference reported that US Security has presented staffing challenges due to unpredictable and unreliable attendance; resulting in sworn deputies performing the contract court screening when the US Security officers are late or fail to report for their shift. It should be noted the reference county is approximately the same size and scope as our County. The reference did however commend them for flexibility. This reference is currently in the bid process and reported US Security will not be retained. Based on this information the company scored low in qualifications and functional compatibility. US Security scored well in the pricing category as they were the low bid, $950,581 for the overall three year period of the contract. SOS Security, our current contractor, scored well in all areas. During their tenure they have not committed a major safety or security infraction. The officers have been cited for exemplary Weld County Sheriffs Office 1950 "O" Street Greeley, CO 80631 Phone (970) 356-4015 Fax (970) 304-6467 ao'y-.aci S0 CO55 /S SFieriff Join 0. Cooke From the Desk of: Cindy yillegas, Deputy Chief Offender Supervision Bureau (970) 356-4015 Extension 3935 performance on multiple occasions. Chief Judge Hartmann stated "They've done the best job of all the security providers we've had here." SOS Security was the second lowest bid; the difference is $1,077 a month between their pricing and the lowest bid from US Security. SOS meets and/or exceeds all the qualifications and their pricing for the overall three year period of the contract is $989,352. Securitas Security references were contacted and one declined to respond to questions about this vendor. The other reference was Greeley Municipal Court; their comments were positive. Securitas Security meets the minimum qualifications their pricing for the overall three year period of the contract is $999,834. Twin City Security Inc. is a provider of security services for two Colorado counties and two large municipalities. They are highly qualified in the area of court house security. The references contacted have not responded to date. Twin City Security meets all the qualifications and their pricing for the overall three year period of the contract is $1,062,074. G4S Secure Solutions met all the qualifications but their court security experience is limited to small to midsized municipalities. Their pricing for the overall three year period of the contract is the highest at $1,141,273. Based on the evaluation criteria the Sheriffs Office recommends the Contract for Courthouse Security Services be awarded to SOS Security in the amount of $989,352 for the overall three year period. SOS meets and/or exceeds all the qualifications and has a proven track record of providing excellent service for Weld County. Weld County Sheriffs Office 1950 "O" Street Greeley, CO 80631 Phone (970) 356-4015 Fax (970) 304-6467 M O O O O N Tr T O N N Z 1• 2 3a U)'-1 p U O xo�U oW re4 3 ON ONO O N DE d O (0 n o ow i : telm zN a O • y e° O O f n E N a v U • 0 ' ' m C iti O m iumEE0 3‘:wwauf°. n 1 0 0- 0 3 W z W ce W 0 Z U ▪ ) a N r H ✓ 0 Q I- F - z 0 0 J Q F W Z N o w W N N x0 U) v0LL N0' y.0 rem -F—so CWpuj N LL 0 > oz o ujwehO 0 .. oiyjF d oZr<0 • U-11.1030 J LL N Z > Ow owO W D Q Z N Q' Qww2Qa O c0ma-C e e e e O o) o h N M N N co t0 0 O M O � O OO et DI ON r V'W I.N Nt MO be- N N N M Ol o W O CO con WM WW con con iW e o e e e U ) O o) O er) ✓ O N N e - O O O e0 N U) O O O r • g4 CD 6 O • NM m� hM r:• elion •O O N 0O. M N WW WMW con con KMW N CD O 0 O 0 O U) ctect eaa cc; Hd. Na ^co O ng G^ o) N U7 co N N w w ea fS4A Nt4 Wa 0 Z W > W a W a W a W a W a 0 Z N D,..0 r O o 0> V y ? s.< Z O Z W ✓ • W 00 1-Z O 00t. mw 4 1-Q CO, g JWO fl RI— cm JQ- QZ0 0 O Ye0Z La NI 7C0 o Ozo m W O }Oat F- et (Qao WOW WQZ 2▪ ZV mFQ QF-0 >- 0 DJU W �J UQ Vtu W W Wed ceWW tJ co W Wee Z_ M N W Oo)Q W S W Pal 3 �7 7o)G Mra (OnG .-G 0.-C % - CONTRACT INCREASE FOR THAT YEAR SHERIFF'S OFFICE IS REVIEWING THE BIDS AT THIS TIME. i g CIS CIS
Hello