Loading...
HomeMy WebLinkAbout20152293.tiffMEMORANDUM TO: Commissioners FROM: Barb Connolly DATE: August 8, 2017 SUBJECT: Armored Car services In August of 2015 we went out to bid for armored car services to pick up and deliver County funds to the bank. The original time period in the contract was for 2 years. There is also the option in the original contract for annual renewal for an additional 3 years. This is the first of the 3 years. Attached is letter with the request for increase. There has been no increase in any of the costs since the original contract, therefore the request is reasonable. I would recommend continuing with the current vendor. Yes, continue No, rebid Work Session Sean Conway Mike Freeman rre Barb Kirkmeyer 1() Steve Moreno 1 Julie Cozad dekv 07,0/5 --.?.?93 Fco ARMORED August 1, 2017 WELD COUNTY OF COLORADO P.O. BOX 458 GREELEY, CO. 80632-0458 Customer Number: 38000687 - 038 Dear Customer, 50 Schilling Road Hunt Valley, MD 21031 Office: 410-584-9800 Toll Free: 800-888-2129 Mailing Address: Post Office Box 333 Baltimore. MD 21203-0333 At Dunbar Armored, we are pleased to safeguard your valuables in -transit with the highest quality of armored car services fully supported by our dedicated team of security professionals. We adhere to strict security controls, maintain a constant state of readiness and cany the industry's most comprehensive "All -Risk" cargo insurance provided by Lloyd's of London to fully protect your valuable shipments in our custody. We also do our very best to maintain fair pricing for our services by controlling our operating costs and continually implementing new, more efficient technologies. From hiring expenses and escalating wages nationwide to rising employee healthcare benefit costs, our labor expenses have increased significantly. Today we are particularly hard hit by the ever-increasing costs associated with employing highly -qualified security professionals in a competitive market that has grown ever tighter for their experience, knowledge and skills. When added together with the other rising expenses that our business must absorb due to government regulations that place guidelines on our industry and the escalation of insurance premium costs, we must increase our rates. Therefore, effective September 1, 2017, the following rate increases will be reflected on your monthly service invoice: $2.25 per trip increase for transportation service, with all other services increased by 5.3%. Our goal is always to provide you with the most secure, reliable and efficient service available — customized to meet your special needs. We truly appreciate your understanding and look forward to continuing to deliver the high level of security that your cargo shipments deserve. Sincerely, Kevin R. Dunbar President & Chief Executive Officer REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JULY 6TH, 2015 BID NUMBER: B1500150 DESCRIPTION: ARMORED CAR SERVICES DEPARTMENT: ACCOUNTING DEPT MANDATORY PRE -BID CONFERENCE DATE: FRIDAY, JULY 10T", 2015 BID OPENING DATE: WEDNESDAY, JULY 22ND, 2015 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: ARMORED CAR SERVICES. A mandatory pre -bid conference will be held at 10:00 a.m., on Friday, July 10th, 2015, at the Weld County Administration Event Center. The Administration Building is located at 1150 "0" Street in Greeley. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: 10:00AMonWednesday,July 22'hi, 2015 (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 htto://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. 4-69A) O20/6 -Y3 1 Bid Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. 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 on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County 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 B1500150 2 vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the. United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, B1500150 3 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 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 B1500150 4 County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: B1500150 5 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall B1500150 6 not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County 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. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any B1500150 7 Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Contractor shall carry employee dishonesty bond/insurance of $100,000. Weld County must be listed as an additional insured on the insurance certificate. Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and 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. B1500150 8 SCOPE OF WORK AND PROPOSED PRICING: ARMORED CAR SERVICES - REQUIREMENTS FOR BIDDERS: Weld County needs to establish an annual contract for Armored Car Services to pick-up sealed or locked shipments containing monies, checks„ receipts, and deliver in like condition to a designated consignee as specified herein. 1. Contractor shall pick-up sealed or locked shipments containing monies, checks, receipts, and deliver in like condition to a designated consignee, according to the established route schedule listed in the Price Sheets (pages 10 and 11). 2. Provide a brief history of your firm, including number of years of performing similar or identical work as that described in the Scope of Work portion of this document. Provide a list of previous and current contracts which are considered identical or similar to the Scope of Work portion of this document. For each client listed, provide the name, email address, and telephone number of a contact person who can render an opinion of your performance. 3. Bidding Company must have Five (5) years of proven experience. 4. Bags should be at bank by 3:00 pm each day, same day pick-up and deposit. Deposit may be made at any Wells Fargo Vault location with change order capabilities. Winning vendor will work with the Weld County Treasurer's office to determine best site for vault deposits. 5. LENGTH OF CONTRACT: The contract will run from August 3st, 2015 to August 2"d, 2017 with an annual renewal for three (3) additional years (year-to-year basis) at the discretion of Weld County Government. Any pricing increase (other than fuel surcharge) must be negotiated at contract renewal. 6. Either party may terminate this contract by written notice within 60 days prior to the anticipated date of termination. There will be a = < pre -bid meeting held at the Weld County Purchasing Department, located at 1150 O Street, Administration Event Center, Greeley CO 80631 on Friday. July 10th 2015 CcD 10:00 am. Bids will be received up to, but not later than Thursday. July 22, 2015 10:00 AM, (WELD COUNTY PURCHASING TIME CLOCK). B1500150 9 SERVICES IN GREELEY COLORADO QTY & # OF COST PER YEARLY LOCATION & ADDRESS PICKUPS PER MONTH PICKUP COST SURCHARGE Justice Services Once per week -Friday $ (915 10th St) Accountina/Revolving (1150 "O" Street) CSU Extensions (525 N 15th Avenue) Health/Plannina Dept. (1555 N 17th Avenue) Treasurer Office/GIS/ASR SN/Elections (1400 N 17th Avenue) Motor Vehicle Dept. Clerk &Recorder (1402 N 17th Avenue) Human Services Dept. (315 N 11th Avenue) Public Works Dept. (1111 "H" Street) Sheriffs Office (1950 "O" Street) District Attorney (915 10th Street) Once per week -Friday $ _ (One location/office) Will call as needed $ _ Once per week -Friday $ _ (One location/office) Pickup everyday M -F $ _ (One location/office) Pickup everyday M -F $ (One location/office) (If possible pickups after 11:00 AM) $ Pickup everyday M -F $ $ _ Once per week -Friday $ $ _ Pickup everyday M -F $ $ _ Once per week -Friday $ $ _ (Will call when no pickup is needed) TOTAL WELD COUNTY GREELEY OFFICES SERVICES IN FT LUPTON & DEL CAMINO/LONGMONT COLORADO $ _ QTY &# OF COST PER YEARLY LOCATION & ADDRESS PICKUPS PER MONTH PICKUP COST SURCHARGE Motor Vehicle Pickup everyday M -F $ _ South East Weld - (2950 9th Street, Ft Lupton — 80621) $ Motor Vehicle Pickup everyday -M -F $ $ $ South West Weld - (4209 WCR #24'/, Longmont — 80504 —1-25 and Hwy #119/Del Camino) TOTAL SOUTHEAST & SOUTHWEST WELD COUNTY OFFICES $ $ _ B1500150 10 The undersigned, having become familiar with the specifications for an ARMORED CAR SERVICES for various Weld County departments, hereby proposes to sell and deliver to Weld County as set forth in the following schedule: TOTAL PRICE PER YEAR: GREELEY AREA SEW &SWW AREAS $ $ SURCHARGE IF ANY: $ $ FUEL SURCHARGE: Fuel Surcharge Allowance Schedule Contract is based on a fuel rate of $3.00 per gallon. Lowest Fuel Variance Highest Fuel Variance Per Mile Adjustment OR percent added to base rate 3.01 3.06 3.07 3.11 3.12 3.16 3.17 3.21 3.22 3.26 3.27 3.31 3.32 3.36 3.37 3.41 3.42 3.46 3.47 3.51 3.52 3.56 3.57 3.61 3.62 3.66 3.67 3.71 3.72 3.76 3.77 3.81 3.82 3.86 3.87 3.91 3.92 3.96 3.97 4.01 4.02 4.06 4.07 4.11 4.12 4.16 4.17 4.21 4.22 4.26* Fuel Surcharge allowance begins at $3.01 and is capped at $4.26* a gallon. At this price level, temporary or permanent route changes may have to be implemented to maintain a budget maximum. B1500150 11 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. #61500150. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board WELD COUNTY, COLORADO BOARD OF COUNTY COMMISSIONERS BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services B1500150 12 Rose Everett From: Sent: To: Subject: Attachments: Rosemary Ayala <Rosemary.Ayala@dunbararmored.com> Friday, July 17, 2015 9:57 AM bids B1500150 Certificate of Authority.pdf; Pricing.pdf; REQUESTED MODIFICATIONS.docx; REQUIREMENTS.docx; Signature Page.pdf Attached is the bid response to the subject armored car bid from Dunbar Armored. I hereby waive my right to a sealed bid Please confirm receipt. Sincerely, Rosemary Rosemary Ayala Bid Administration Manager Government Accounts Manager Dunbar Armored, Inc. 50 Schilling Road Hunt Valley, MD 21031 P: (800) 888-2129, Ext. 1906 F: (410) 229-1907 E: rosemarv.avalaadunbararmored.com W: www.dunbararmored.com Protected by Dunbar Cybersecurity MI6 Mg Midi ARMORED CERTIFICATION OF AUTHORITY June 16, 2015 50 Schilling Road Hunt Valley, MD 21031 410-584-9800 At a meeting of the Directors of DUNBAR ARMORED, INC. duly called and held at 50 SCHILLING ROAD, HUNT VALLEY, MD, 21031-1105, on the 16th day of June, 2015, at which a quorum was present and acting, it was VOTED, that J. Patrick Frampton, Vice President — Bid Administration, of this corporation is hereby authorized and empowered to make, enter into, sign, seal and deliver contracts, affidavits, proposals, bids, bid bonds, and performance bonds on behalf of this corporation and each of its subsidiaries. I do hereby certify that the above is a true and correct copy of the record, that said vote has not been amended or repealed and is in full force and effect as of this date, and that J. Patrick Frampton is duly elected Vice President — Bid Administration of this corporation. Attest: `t.).-te:ki)a! .77-w--rnf.zA:ry) (Affix Corporate Seal here) Please refer to attached spreadsheet SERVICES IN GREELEY COLORADO QTY &# OF PICKUPS PER MONTH Once per week -Friday LOCATION & ADDRESS Justice Services (915 10t St) Accounting/Revolving (1150 "O" Street) CSU Extensions (525 N 15th Avenue) Health/Planning Dept. (1555 N 17th Avenue) Treasurer Office/GIS/ASR SN/Elections (1400 N 17th Avenue) Motor Vehicle Dept. Clerk &Recorder (1402 N 17t Avenue) Human Services Dept. (315 N 11t Avenue) Public Works Dept. (1111 If Street) Sheriff's Office (1950 "O° Street) District Attorney (915 10th Street) Once per week -Friday $ (One location/office) COST PER YEARLY PICKUP COST SURCHARGE Will call as needed $ _ Once per week -Friday (One location/office) Pickup everyday M -F $ _ (One location/office) $ Pickup everyday M -F $ $ _ (One location/office) (If possible pickups after 11:00 AM) Pickup everyday M -F $ Once per week -Friday Pickup everyday M -F Once per week -Friday $ (Will call when no pickup is needed) TOTAL WELD COUNTY GREELEY OFFICES SERVICES IN FT LUPTON & DEL CAMINO/LONGMONT COLORADO QTY&#OF LOCATION & ADDRESS PICKUPS PER MONTH Motor Vehicle Pickup everyday M -F South East Weld - (2950 9`h Street, Ft Lupton - 80621) Motor Vehicle Pickup everyday -M -F South West Weld - (4209 WCR #24 Y2, Longmont — 80504 —1-25 and Hwy #119/Del Camino) $ _ $ $ COST PER YEARLY PICKUP COST SURCHARGE $ $ $ TOTAL SOUTHEAST & SOUTHWEST WELD COUNTY OFFICES B1500150 10 The undersigned, having become familiar with the specifications for an ARMORED CAR SERVICES for various Weld County departments, hereby proposes to sell and deliver to Weld County as set forth in the following schedule: TOTAL PRICE PER YEAR: GREELEY AREA SEW & SWW AREAS $ Attached $ Attached SURCHARGE IF ANY: $ Fixed 7% fuel $ Fixed 7% fuel FUEL SURCHARGE: Fuel Surcharge Allowance Schedule Contract is based on a fuel rate of $3.00 per gallon. Lowest Fuel Variance Highest Fuel Variance Per Mile Adjustment OR percent added to base rate 3.01 3.06 3.07 3.11 3.12 3.16 3.17 3.21 3.22 3.26 3.27 3.31 3.32 3.36 3.37 3.41 3.42 3.46 3.47 3.51 3.52 3.56 3.57 3.61 3.62 3.66 3.67 3.71 3.72 3.76 3.77 3.81 3.82 3.86 3.87 3.91 3.92 3.96 3.97 4.01 4.02 4.06 4.07 4.11 4.12 4,16 4.17 4.21 4.22 4.26* Fuel Surcharge allowance begins at $3.01 and is capped at $4.26* a gallon. At this price level, temporary or permanent route changes may have to be implemented to maintain a budget maximum. 81500150 11 WELD COUNTY - NEXT DAY BANKING - SURCHARGE 7% GREELEY SERVICE COST PER COST PER ANNUAL LOCATION DAYS PICKUP MONTH COST JUSTICE FRIDAY $19.00 $82.27 $987.24 ACCOUNTING FRIDAY $19.00 $82.27 $987.24 CSU EXTENSIONS ON CALL $35.00 HEALTH/PLANNING FRIDAY $19.00 $82.27 $987.24 TREASURER M -F $19.00 $418.00 $5,016.00 MOTOR VEHICLE M -F $19.00 $418.00 $5,016.00 HUMAN SERVICES M -F $19.00 $418.00 $5,016.00 PUBLIC WORKS FRIDAY $19.00 $82.27 $987.24 SHERIFF'S OFFICE M -F $19.00 $418.00 $5,016.00 DIST ATTORNEY FRIDAY $19.00 $82.27 $987.24 TOTAL WELD GEELEY $2,083.35 $25,000.20 FT. LUPTON & DEL CAMINO/LONGMONT MOTOR VEHICLE SE M -F $19.00 $418.00 $5,016.00 MOTOR VEHICLE SW M -F $19.00 $418.00 $5,016.00 TOTAL SE AND SW $836.00 $10,032.00 WELD COUNTY - SAME DAY BANKING - SURCHARGE 7% GREELEY SERVICE COST PER COST PER ANNUAL LOCATION DAYS PICKUP MONTH COST JUSTICE FRIDAY $35.00 $151.55 $1,818.60 ACCOUNTING FRIDAY $35.00 $151.55 $1,818.60 CSU EXTENSIONS ON CALL $45.00 HEALTH/PLANNING FRIDAY $35.00 $151.55 $1,818.60 TREASURER M -F $35.00 $770.00 $9,240.00 MOTOR VEHICLE M -F $35.00 $770.00 $9,240.00 HUMAN SERVICES M -F $35.00 $770.00 $9,240.00 PUBLIC WORKS FRIDAY $35.00 $151.55 $1,818.60 SHERIFF'S OFFICE M -F $35.00 $770.00 $9,240.00 DIST ATTORNEY FRIDAY $35.00 $151.55 $1,818.60 TOTAL WELD GEELEY $3,837.75 $46,053.00 FT. LUPTON & DEL CAMINO/LONGMONT MOTOR VEHICLE SE M -F $35.00 $770.00 $9,240.00 MOTOR VEHICLE SW M -F $35.00 $770.00 $9,240.00 TOTAL SE AND SW $1,540.00 $18,480.00 PRICING DATA SHEET Dunbar's pricing assumes checks are covered for reconstruction purposes only. That is the agency will cooperate to the best of its ability to identify the maker and amount of each check in the event it is lost or stolen and to obtain a replacement check. Dunbar's pricing does not include supplying tamper evident bank bags. Security bags are available for purchase from Dunbar Security Products at 800-766-9145. Please contact your Dunbar Account Executive for additional information. Due to the nature of our business armored car routes are subject to change for a variety of reasons including but not limited to traffic and weather conditions as well as road and security issues. In the event there are multiple pickup points at the same address, the additional pickup sites are conjunctively priced at one-half the cost of the first location. REQUESTED MODIFICATIONS/CLARIFICATIONS TO THE TERMS AND CONDITIONS Page 7 — "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." Dunbar Armored considers the amount of our deductible to be confidential and proprietary. If the County requires submission of a bond Dunbar Armored would request the opportunity to pass the cost of the bond on to the County. Page 8 — "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." Dunbar Armored will provide certificates of insurance. Copies of our insurance policies are available for review by the County at Dunbar's corporate headquarters in Hunt Valley, MD. REQUIREMENTS Provide a brief history of your firm, including number of years of performing similar or identical work as that described in the Scope of Work portion of this document. Provide a list of previous and current contracts which are considered identical or similar to the Scope of Work portion of this document. For each client listed, provide the name, email address, and telephone number of a contact person who can render an opinion of your performance. Dunbar Armored, Inc., originally operating as Federal Armored Express, Inc., was incorporated in Baltimore, Maryland on May 8, 1956. Federal Armored Express, Inc. officially changed its name to Dunbar Armored, Inc. on January 1, 1996. However, our heritage of security and the family tradition in the industry actually dates back to March 1923, when George W. Dunbar, Sr., established Mercer and Dunbar in Hartford, CT - the first armored car company in New England. Dunbar is one of the oldest armored car companies operating in the United States today. We have grown from a busy, one -truck, two -man operation into the largest independent armored car company in the nation. Our Dun & Bradstreet number is 02-243-6992. Dunbar has a customer base that exceeds 10,000 customers. Corporate Headquarters Dunbar Armored, Inc. 50 Schilling Road Hunt Valley, MD 21031 Phone: (410) 584-9800 / Toll Free: (800) 888-2129 www.dunbararmored.com Dunbar - The Most Trusted Name In Security® www.dunbararmored.com - is a full -service security organization comprised of below operating companies that provide comprehensive security solutions for transporting, protecting, handling, storing, packaging and accounting for cash and other valuables. Dunbar Armored Car Armored cash in -transit service is the core of our business serving major retailers, financial institutions and government agencies nationwide. Dunbar's D-Trak® utilizes an integrated closed -loop package tracking and cash logistics reporting system cosigned to our care. Our Armored Car services offer dual verification, receipt book signatures, audit trails, and our All -Risk Insurance coverage protection. Our trucks are easily identifiable by our signature red and black paint scheme. Dunbar Global Logistics specializes in the time -sensitive shipment of valuables, and is the air courier of choice to America's jewelry trade. This division also provides international transportation to Asia, Europe, Central and South America. Dunbar Security Products is the designer and distributor of the world's finest heat -sealed, adhesive and tamper -evident security containers. This division also provides customers with a wide -range of security -related products for counterfeit detection, money counting, document shredding, and "Do -It - Yourself' security systems. Dunbar Cash Manager Safes are advanced smart safes designed for cash intensive retail environments; they provide the fastest, most secure and complete cash management system available to track, audit, store and transport currency for deposit. Key components of the system include 3G wireless communication technology, virtual real-time cash position reporting and an exclusive, patented two door design for maximum security and easy self -provided jam clearing validators. Dunbar Armored Page 1 Dunbar Guard Services is a Mid -Atlantic region supplier of professionally trained, uniformed guards. Dunbar Alarm Services is a Mid -Atlantic region designer and installer of electronic alarm and 24 - hour monitoring systems. Dunbar Cash Vault Services (DCVS) verifies and consolidates deposits for multiple location clients; distributes coin and currency shipments to and from the Federal Reserve Bank for financial institutions; provides change order preparation for commercial accounts; currency balancing for ATM units; and offers a variety of other services utilizing fully automated cash counting and verification equipment. Dunbar Disital Armor is Dunbar's latest product line, established to meet cyber security needs of small to medium organizations that do not have internal information technology personnel. This team of highly experienced professionals is extremely versed in the suite of commercial products and their integration to provide state-of-the-art cyber protection. While the primary target market is small or mid -sized organizations, they also provide consulting and auditing services to large business customers. Dunbar Armored, Inc. Competitive Advantage Dunbar's core strength and competitive advantages are focused on providing our customers with best -in -class and leading innovative technologies. Our products and services protect our client's valuables, decrease costs and risks, and increase return on investment. Through our suite of related operating organizations, Dunbar does not simply propose a client/vendor relationship, but offers a true partnership that meets a customer's total cash management needs. Our experience, knowledge, and flexibility in providing high level security and cash management solutions enables you to more effectively run your daily operations to achieve maximum efficiency. Our many longstanding customer relationships are testimony to our outstanding services and product offerings. Team Member #1 Account Executive Relationship Manager Team Member #2 Local Branch Manager Assists with local truck issues, such as arrival times Team Member #3 Client Services Help Desk Customer Service Issues Member #4 CusTeam (CSR) er Service Representative CSR's will be assigned per Account Executive, per area Team Member #5 Regional Vice President Escalation Point of Contact for Service related issues Team Member #6 Dunbar Senior Management Escalation Point of Contact for Service related issues Dunbar operates a Client Help Desk In addition to a more than 90 -year history of providing quality service that meets or exceeds contract requirements, Dunbar provides a high level of customer service that is unique in the armored car industry. Our Operations and Sales staff is organized to deliver faster, more efficient and more personalized customer service. We quickly identify and resolve obstacles to productivity and address issues related to quality. At the same time, we continue to expand our customer service capabilities to provide quick problem resolution. Phone: (800) 888-2129, Hours of Operation: Monday - Friday 8:30am - 7:00pm EST. Melissa Baldwin, Assistant VP Client Services E-mail: melissa.baldwinAdunbararmored.com Phone Number: (410) 527-7132 Dunbar Armored Page 2 Our team approach, vast experience, adaptive systems, and reasonable price, makes Dunbar Armored, .Inc. the "best value" selection. Dunbar Personnel Your service will be performed by an armored vehicle staffed by a minimum of two fully trained and armed personnel. Dunbar's armored truck must be parked as close to the customer's entrance as possible. Our security procedures require our driver to not move the truck once the guard is inside the customer stop. The armored truck driver will observe the guard during the performance of his duties. If the driver observes any situation that causes concern for the safety of the guard, he will notify the guard immediately and contact the branch. The branch will contact local law enforcement, if necessary. If either the driver or the guard notices any suspicious activity at your location, they will avoid the situation if possible. Service pickups are performed according to the format agreed to between Dunbar Armored and our customer. Our driver/guards will not deviate from this procedure. Route personnel will sign properly completed receipts. Dunbar personnel will verify that the number of bags picked up at a location matches the number of bags identified on the receipt. Once all exchanges and receipt book entries have been accounted, a customer representative will sign the scanner; thereby completing the on -site transaction. The guard will ensure bag integrity, checking for holes, tears, and scan the bags unique bar code into our package tracking system. Further dual control procedures account for all packages being stored on our vehicles. Once the guard returns to the armored truck, the driver will physically account for all pieces brought on board by the guard. He will initial the route manifest, indicating the correct number of pieces and the deposits will be secured in either a currency cage or drop safe. Identifying the Armored Personnel The Dunbar "All Valuable Shipment" (AVS) photo badge security system eliminates the "fallible" signature list or photo array identification processes. Dunbar employees are required to wear an AVS badge at all times while they are working. This is a system which has been recognized as an innovative advancement in the security industry. The AVS cards used throughout the network of Dunbar locations are all issued from one central location. The AVS card is laminated in heavy plastic and is made from special paper stock similar to that used for credit cards complete with holographic images to provide further protection. The card is a scanned computer image of the employee and worn around the neck on a chain or clipped to the uniform shirt in plain view for inspection. The AVS card is stored in our vault when the employee is not at work. The cards are then issued to the employees when they report to work, and are returned to the vault at the end of their shift. No Dunbar Armored employee is permitted to make a pick-up or delivery without his/her AVS card. Our customers are assured when they observe this AVS badge their pickups are being performed by an authorized Dunbar employee. Dunbar Armored Page 3 The AVS System is superior to the inefficient "signature list" method which has proven to be fallible. Dunbar personnel will wear black uniforms that bear the logo and insignias of Dunbar Armored. Our crew chiefs on the trucks wear white shirts & black pants. The Dunbar Fleet The Dunbar fleet is composed of over 1,500 units of varying models and types. The average age of our route trucks is five (5) years. Armored route trucks comprise nearly two-thirds of Dunbar's fleet. Our custom armored route truck bodies are mounted on 25,500 pounds GVW Navistar chassis. Dunbar's route truck bodies have been constructed to meet or exceed the bullet resistance specifications as defined by The Underwriters Laboratories, Level III. Dunbar terminals are equipped with one (1) spare truck for every five (5) vehicles. Our distinct red, white, and black vehicles are easily identifiable by the public and the police departments. Over the years, we have made structural improvements to make it safer to accommodate new ways of moving larger volumes of money. Our Technology, Electronic Tracking and Reporting Dunbar is the industry leader in bar code package tracking systems. We first fielded these systems in 2004 and have had a nationwide usage since 2007. Dunbar still leads the industry by leveraging this data throughout our operating systems. From operations management dashboards to automated cash vault package exchange, we have realized operational efficiencies allowing us to remain profitable during a highly price sensitive era. Dunbar Armored utilizes hand-held scanners for procssing the armored pick-up and delivery. This produce allows the scanning of deposit bags rather than the manual logging of deposit information. This allows Dunbar the ability to provide our customer with unparalleled transportation information — including proof of delivery. Data transmitted from Dunbar's mobile handheld barcode scanners enables Dunbar Valu-Trak`$' to provide secure web -based access to the daily activity between Dunbar and your locations. Dunbar's automated systems provide Dunbar's operational team with dash board reports, route performance measurements and valuable statistics to assure that our customers consistently receive service that meets their needs. Dunbar Armored Page 4 By accessing D-Trak®, the customer can view premise time, said to contain amounts for both: pickups and deliveries as well as a denominational and piece count of delivery and pick up items. This information is captured by the use of the hand held scanners mentioned above. Below is an example report: Location Activity Reporting Customer Daily Activity Report Pick-ups: El Deliveries: Sold To Contain Amounts I Total value of EZChonge'"" Promise time at each. i & Number of items per i orders & number of items location I location delivered tolocation 111 a4w1.acrasacoxa ABC:C0633664' 33 ABC B42 AOC Comply 4`-.O ARC Ce1 .vy.047 ABC Company 0 01 ABCCanPany'*12 ADC Company 064 AOC Company 66 ABGCompay*IS ABC CdHpay a 77 ABC Canpa+yr 72 ABC Canpany4-77 SSC Ca`roasy4 02 ARC Damsels it IC Customer Daily Activ ABC Company Gram* Data, w1134.404 , an Pat.9s rL 101 V 3 1 810531 44 13A 6271 s6ar RICRA{TAIM ROAD tot 701 3 3 816.371 4306 WAS$IN01QN .VO. 101 3 10.013 12715 EASTERNAV1GIMFE 44 3 811.510 3333 FA'YE. YESTMEET 44 2 SO 44300'507+813.1. slitter 101 4 83.3!0 7976 PYAAR474MF01NYAV 44 4 810200 7701 GORMAN 741.5. ROAD 3 4 610217 407 A-ANSASTREET. 101 5 015.073 8236 EASTERN SOD . 3 3 55.302 3112 CRURCAALLE RD, 3 I 94173 2603 OLD PHILADELWMRO 44 4 3r:em 517 WORE 4Y 101 4 07,477 Wit EASTERNAV$NVE. 101 3 .314.071 Pickup & Delivery Track'nag cu3 pogivetv 66536692 s1;7Cd 2 01:700 3 2 5575 3 2 5610 10 360 2 10 2 10 0 81.120 3 11225 10 3 0610 f 31.760 50 2 10 10 2 31,030 RapatAleipa3: a 15500 2 RepattTWls:. 02 1193.507 31 FPmy Deliveries: Pick-ups: Total value of EZChange30 Said To Contain Amounts orders & number of items & Number of items delivered to location per location ABC Comp≥fl Location: AB ompany # 22 - 200 OAK MANOR ROAD 6536692 7tTaked From Dunbar Cash vault. Dunbar C VAyt Dunbar Armored Valu-Trak - 3}24 02006 The Most Trusted Natite In Security' Dunbar Armored Page 5 Dunbar's "Red Book" Each location will be provided with a receipt book — known as the "Red Book" — that must be filled out for each pick-up made by Dunbar, prior to Dunbar's arrival. The Dunbar Guard verifies the pickup, records the date and time the pick-up was made and signs the book. This is your record that the pick-up was made. The Account Executive, on his initial visit, will deliver a "Red Book" to the pick-up locations being serviced. He will explain how this receipt book is to be filled out and where the armored carrier will acknowledge acceptance of the deposit. In conclusion While any number of companies can pick up and deliver your cash, none of them can provide the integrated systems, extensively trained staff, and reliable auxiliary vehicles. Dunbar's innovative service differentiates our company from the competition. Dunbar has been pivotal in defining the armored car services industry as it stands today. From the first "All -Risk" insurance policy covering valuable cargo shipments to the development of state of the art technology Dunbar continues to be recognized for our leadership in innovation. At Dunbar Armored, we stand ready to deliver the essential Armored Car and Cash Management Services that you need today as we prepare to meet your requirements of tomorrow. Guarding our customer's valuables is a serious business. A closer look at the Dunbar "advantage" will help you to realize why Dunbar is truly the "The Most Trusted Name In Security®. We are confident that you will find Dunbar's service exceptional and our responsiveness to your needs without equal in the armored car industry today. We're ready to do whatever it takes to earn your trust! Dunbar Armored Page 6 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. #81500150. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Dunbar Armored, Inc. BUSINESS ADDRESS 50 Schilling Road CITY, STATE, ZIP CODE Hunt Valley, MD 21031 TELEPHONE NO 410-229-1906 FAX 410-229-1907 PRINTED NAME AND TITLE SIGNATURE E-MAIL rosemary . ayala(adunbararmored . corn DATE July 17. 2015 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. J. Patrick Frampton, VP TAX ID # 52-0675776 ATTEST - Weld BY: Director of al Services BOARD OF COUNTY COMMISSIONERS WELD COUNTY, CO RADO APPROVED AS TO S B1S00150 12 Form W-9 (Rev. August 2013) of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do notDepartment send to the IRS. Print or type See Specific Instructions on page 2. Name (es shown on your income tax return) DUNBAR ARMORED INC Business name/disregarded entity name, if different from above Check appropriate ❑ Individualsole box for federal tax classification: Trust/estate ► Exemptions Exempt payee Exemption code (if any) (see instructions): code Of any) proprietor ❑ C Corporation 0 S Corporation ❑ Partnership company. Enter the tax classification (CRC corporation, S=S corporation, P=partnership) ► IN Limited liability from FATCA reporting Other (see instructions) Address (number, street. and apt. or suite no.) P.O. BOX 64115 Requester's name and address (optional) City, state. and ZIP code BALTIMORE MARYLAND 21264-4115 List account numbers) here (optional) Part I Taxpayer Identification Number (TIN) , Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Employer identlfiosbon number 5 2 0 6 7 5 7 6 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report ail interest or dividends, or (c) the IRS has notified me that! am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest jod dividends, you are riot required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Signature of Here U.S. person. Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at www.irs.gov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) win be posted on that page. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the of-O5-ZO45 withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA codes) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. Note. if you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you we: • M individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the taws of the United States. • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). *moist miss for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business, Further, in certain cases where a Form W-9 has not been received. the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. parson that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 8-2013) ca °- willr r(04,ia a D, wfrairicle--4 ISSUED TO: SPECIMEN This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled, the limits of liability reduced, or the policies are changed in any way that may affect your coverage during the periods of coverage as stated herein, written notice will be mailed to the party designated above for whom this certificate is issued. Such written notice will be mailed no less than ten (10) days prior to said cancellation, limit reduction, or change that may affect your coverage. DUNBAR ARMORED, INC. "ALL RISK" ARMORED CAR CARGO LIABILITY TO COVER CURRENCY, COIN, BULLION, STOCKS, BONDS, NEGOTIABLE AND NON- NEGOTIABLE SECURITIES, CHECKS AND OTHER PROPERTIES AGAINST ALL RISKS OF PHYSICAL LOSS OF OR DAMAGE TO THE INSURED PROPERTY INCLUDING ANY ACT OR OMISSION OF THE ASSURED OR ANY OF ITS EMPLOYEES, EXCEPT WAR AND NUCLEAR AS EXCLUDED IN THE POLICY. LIMIT OF LIABILITY POLICY PER OCCURRENCE CARRIER NUMBER EFFECTIVE DATE $100,000,000 Great American Ins. Co. AC -379-30-18 9-1-14 — 9-1-17 $500,000,000 Excess of $100,000,000 Lloyds of London 11875W14 9-1-14 - 9-1-17 The insurance afforded is subject to all of the terms of the policy, including endorsements, applicable thereto. September 1, 2014 DATE # Specimen CERTIFICATE NUMBER Willis of New York, Inc. 10 WOODBRIDGE CENTER DRIVE • SUITE 601 WOODBRIDGE, NJ 07095 TEL: 732-855-3155 FAX: 732-855-3158 DUN -586 REV; 6/07 .4d` CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 01242015 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 POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services, Inc. of Maryland 500 East Pratt Street Baltimore MD 21202 USA CONTACT PN FAX (ANC. No. Eae): (866) 263-7122 I (ANC 800-363-0105 EMMAE. ADDRESS: INSURERS) AFFORDING COVERAGE NAIL S SOURED Dunbar Armored. Inc. SO schilling Road Hunt valley MD 21031 USA INSURER A: Trumbull Insurance Company 27120 NaURERB: Twin City Fire Insurance Company 29459 INSURER C: Hartford Fire Insurance Co. 19682 MMEURER0: Starr surplus Lines Insurance Company 13604 INSURER E: INSURER F: COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested SAM im LC TYPE OF INSURANCE ADM N� WWI POLICY NUMBER ( P�OyLICY EFF 1 WPM f P�1O�LICp(YyEN+ 0/01/2016 UMRS X COMMERCIAL GENERAL UAaIUTY 40CS E535403 EACH OCCURRENCE 11,000,000 DALMAME IO RtNI ED PREMISES (Ea occurrence) 51, 000, 000 CLAIMS -MADE X OCCUR MED EXP (My one person) $10, 000 X Conraduel Liability PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $3,000,000 GENL AGGREGATE UMIT APPLES RO- POLICY JECT OTHER X PER: LOC PRODUCTS - COMP/OP AGO $3,000,000 C AUTONOBR.ELJABILJTY X ANY AUTO — — — SCHEDULED AUTOS NON -OWNED AUTOS 40CSES35402 04/01/2015 04/01/2016 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY ( Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) D x uuBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE 1000035065151 04/01/2015 04/01/2016 EACH OCCURRENCE $10, 000, 000 AGGREGATE S10,000,000 DED I (RETENTION A s ' WORKERS COI, ENSATIONAD EMPLOYERS' LIABLITY YIN ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/NEMCEREXCLUDED? U (Mandatory In NH) d deaesider DESCRIPTIOb. N OunF OPERATIONS below NIA 4OMN535400 ADS 40WBR535401 WI 04/01/2015 04/01/2015 04/01/2016 04/01/2016 x I PER I IOTH- STATUTE Eg EL. EACH ACCIDENT $1,000,000 EL DISEASE -EA EMPLOYEE $1,000,000 EL. DISEASE -POLICY LIST S1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Evidence of Insurance. CERTIFICATE NUMBER: 5700571 CERTIFICATE HOLDER CANCELLATION Dunbar Armored, Inc. 50 schilling Road Hunt valley MD 21031 USA SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED N ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE .A we, 62,144-.914,4 te,ss-.Qie«, ,JG..I(losveler sea ACORD 25 (2014/01) O1888-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Holder Identifier w 0 RESOLUTION RE: APPROVE EMERGENCY BID #B1500150, ARMORED CAR SERVICES, AND WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION - FINANCE DEPARTMENT WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting period for Emergency Bid Request #61500150, Armored Car Services, for the Department of Finance, due to the current armored car services (Northern Armored Car Service) closing the business effective July 31, 2015, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said emergency bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for Emergency Bid Request #61500150, Armored Car Services, for the Department of Finance, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from Dunbar Armored Car Services, in the amount of $37,484.45, be, and hereby is, accepted on an emergency basis. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 27th day of July, A.D., 2015. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: datir44) jdio;vk Weld County Clerk to the Board __nn -1n BY: g C QJ a29 De ' u Clerk to the Bo torney Date of signature: 2/13 arbara Kirkmeyer Chair Mike Freeman, Pro -Tern Sean P. Conway Steve Moreno CC 7 u;Vi $1ii 2015-2293 PO0016 F10061 OFFICE OF THE WELD COUNTY TREASURER www.co.weld.co.us 1400 N 17 AVE GREELEY CO 80631 970-353-3845 x3290 John R. Lefebvre, Jr. July 24, 2015 Weld County Board of Commissioners 1150 "O" Street, Greeley CO 80631 Dear Commissioners I, along with Barb Connolly, the controller, have reviewed the Weld County Armored Car Service Bids for 2015 through 2016, with two one year extensions. I respectfully request that the county choose Dunbar Armored, Inc. for the counties armored car services. We are asking for an emergency approval, due to our current armored car service (Northern Armored Car Service) closing their business effective July 31St. We are choosing the lowest bidder for this service and acknowledge that the deposits will be made the next business day. The vendor, Dunbar Armored, Inc., is able to fulfill Weld County's requirements for service. Please consider this request for approval. VENDOR FOR ARMORED CAR SERVICE Dunbar Armored Car Service Loomis Armored US, LLC Renee Fielder Weld County Assistant Treasurer TOTAL BID $37,484.45 $39,902.16 loti WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(aco.weld.co.us E-mail: reverettaco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JULY 22, 2015 REQUEST FOR: ARMORED CAR SERVICES DEPARTMENT: FINANCE DEPT BID NO: #61500150 PRESENT DATE: JULY 27, 2015 APPROVAL DATE: JULY 27, 2015 (EMERGENCY APPROVAL) VENDORS LOOMIS ARMORED US,LCC 2500 CITY WEST BLVD, STE 900 HOUSTON TX 77042 DUNBAR ARMORED INC 50 SCHILLING ROAD HUNT VALLEY MD 21031 Dept is reviewing bids at this time. Length of Contract: August 3, 2015 to August 2"d, 2017, with an annual renewal for three (3) additional years (year to year basis) at the discretion of Weld County Government. Any pricing increase (other than fuel surcharge) must be negotiated at contract renewal. ika 2015-2293 Hello