Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
112320_ca04
JEFFERSON COUNTY BOARD OF COUNTY COMMISSIONERS CONSENT AGENDA REQUEST TO: Board of County Commissioners Philip Morley, County Administrator / FROM: Mark McCauley, Cen>§Apvwes Director DATE: November 23, 2020 SUBJECT: Request for Board of County Commissioners approval of a one-year Professional Services Agreement extension for Jefferson County Private Security Screening Services provided by PPC Solutions, Inc. STATEMENT OF ISSUE: The original Professional Services Agreement with PPC Solutions, Inc. approved by the Board on December 11, 2017 was for two years with three potential one-year extensions. Last year, the BOCC approved the first of these potential three one-year extensions. We are now asking the Board to approve the second of the three potential one-year extensions. ANALYSIS: Courthouse security is mandated by the Washington State Administrative Office of the Courts (AOC). The County secured the services of PPC Solutions, Inc. to be compliant with AOC rules regarding courthouse security. This contract extension will keep the County compliant with those rules. FISCAL IMPACT: The annual cost of the contract in $135,000, which is the proposal price plus $3,300 for potential overtime hours. This amount is included in the County's baseline budget. Experience has shown that we typically underspend against this contract. RECOMMENDATION: That the Board approve the second of three one-year extensions contemplated in the original Professional Services Agreement with PPC Solutions, Inc. RE�VIEWEA .:�� G 1= 44 ip Morl4,`'C r Adm-mi ator Date Professional Services Agreement Extension Jefferson County Courthouse Private Security Screening Services The Professional Services Agreement, entered into on December 11, 2017, by and between Jefferson County, Washington, located at 1820 Jefferson Street, Port Townsend, WA 98368, and PPC Solutions, Inc., located at 18303 E. Appleway Ave., Spokane Valley, WA 99016, for the provision of private security screening services at the Jefferson County Courthouse is hereby extended for a period of one year until December 11, 2021, per the terms specified in Section IV. of the original agreement. IN WITNESS THEREOF, County and PPC Solutions, have executed this Agreement on November , 2020. PPC Solutions, Inc. By Sheila Leslie PPC Solutions Principal Representative ATTEST: Carolyn Gallaway Deputy Clerk of the Board JEFFERSON COUNTY, WASHINGTON By Greg Brotherton, Chair Board of County Commissioners Approved as to form only: Q. C. 11/19/2020 Philip C. Hunsucker Chief Civil Deputy Prosecuting Attorney Jefferson County Prosecutor's Office I o�J9 HC Professional Services Agreement Extension Jefferson County Courthouse Private Security Screening Services The Professional Services Agreement, entered into on December 11, 2017, by and between Jefferson County, Washington, located at 1820 Jefferson Street, Port Townsend, WA 98368, and PPC Solutions, Inc., located at 18303 E. Appleway Ave., Spokane Valley, WA 99016, for the provision of private security screening services at the Jefferson County Courthouse is hereby extended for a period of one year until December 11, 2020, per the terms specified in Section IV. of the original agreement. IN WITNESS THEREOF, County and PPC Solutions, have executed this Agreement on November — 7 = , 2019. PPC Solutions, Inc. By Sheila Leslie PPC Solutions Principal Representative ATTEST: Carolyn &1laway Deputy Clerk of the Board JEFFERSON COUNTY, WASHINGTON By Kate Dean, Chair Board of County Commissioners Approved as to form only: 6;1 C. l� %/Zy /I I Philip C. Hunsucker Chief Civil Deputy Prosecuting Attorney Jefferson County Prosecutor's Office Professional Services Agreement Jefferson County Courthouse Private Security Screening Services THIS AGREEMENT, entered this day of 2017, by and between the Jefferson County, Washington, after this cA�'C—cotnty," loca at 1820 Jefferson Street, Port Townsend, WA 98368, and PPC Solutions, Inc., after this called "Contractor" for the provision of private security screening services at the Jefferson County Courthouse, after this called "the Courthouse." WITNESSETH WHEREAS, the Contractor has been chosen through a competitive bid process by the County through Request for Proposal: Jefferson County Courthouse Private Security Screening Services, hereinafter referred to as "RFP," attached as Exhibit A, and the Contractor has the expertise to provide Required Services described in Section IB of Exhibit A; and, WHEREAS, the County does not have available staff to provide such services for the benefit of the citizens of Jefferson County; NOW, THEREFORE, THE COUNTY AND THE CONTRACTOR MUTUALL Y A GREE AS FOLLOWS. I. PARTIES TO THE AGREEMENT. The parties to the Agreement are: A. County: B. Contractor: Jefferson County 1820 Jefferson Street Port Townsend, WA 98368 PPC Solutions, Inc. 18303 E. Appleway Ave. Spokane Valley, WA 99016 Page 1 of 17 II. REPRESENTATIVES OF THE PARTIES AND SERVICE OF NOTICES The representatives of the parties who are primarily responsible for the administration of this Agreement, and to whom formal notices, demands and communications shall be given are as follows: A. The principal representative of the County shall be: Mark McCauley Central Services Director 1820 Jefferson Street Port Townsend, WA 98368 (360) 385-9130 B. The principal representative of the Contractor shall be: Sheila Leslie PPC Solutions, Inc. 18303 E. Appleway Ave. Spokane Valley, WA 99016 (509) 536-6033 C. Formal notices, demands and communication to be given hereunder by either party shall be made in writing and may be affected by personal delivery or mail, registered or certified, postage prepaid. D. If the name of the principal representative designated to receive the notices, demands or communications, or the address of such person is changed, written notice shall be given within ten (10) working days of said change. III. SERVICES A. The Contractor shall perform the Required Services as set forth in Section IB of the Request for Proposal ("RFP") attached as Exhibit A or as negotiated. IV. TIME. This Agreement shall become effective as of the date noted above, on which the last of the parties, whether County or Contractor, executes said Agreement. This Agreement shall expire two (2) years from the above effective date, at which time, subject to termination under section VI or future negotiation between the parties, it may be extended by the County for three (3) one (1) year periods, with the same terms and conditions by service of written notice of the County's intention to do so thirty (30) days prior to the Agreement termination date. V. COMPENSATION. A. PAYMENT SCHEDULE Page 2 of 17 1. The County shall pay the Contractor for performing said services upon receipt of a written invoice according to the schedule set forth in Exhibit C, which is attached hereto and incorporated herein by this reference. The parties mutually agree that in no event shall the total amount billed in the first year of this Agreement exceed one hundred thirty-five thousand dollars ($135,000), and the total amount billed in the second year of this Agreement exceed one hundred thirty-five thousand dollars ($135,000)without prior written amendment to this Agreement approved by both parties. 2. The County shall be invoiced monthly by the Contractor at the rates in Exhibit C, attached hereto, for actual hours expended in the preceding month in performance of this Agreement. Payment terms will be 30 days from the invoice received date. 3. The Contractor shall maintain a record of time expended including the activities undertaken on behalf of County. 4. The County has the right upon reasonable advance notice of five (5) days to inspect Contractor's time logs, daily reports and other records pertaining to the performance of this Agreement. B. COSTS AND EXPENSES. 1. Except for County -provided equipment, Contractor shall perform all services described herein at its expense. 2. Contractor shall be responsible for all other costs and expenses associated with activities undertaken pursuant to this Agreement. Such costs include, but are not limited to: the cost of uniforms, communications costs, all professional fees, all fines, licenses, bonds or taxes required of or imposed against Contractor, and any other costs of doing business. 3. Contractor shall retain the right to use all County provided screening equipment under this Agreement. This may include x-ray machine, magnetometers, hand-held metal detectors, walkie- talkies, and any other equipment subsequently provided by the County. VI. TERMINATION. A. TERMINATION FOR CAUSE. 1. Should Contractor default in providing services under this Agreement or materially breach any of its provisions, the County may terminate this Agreement upon ten (10) days written notice to Contractor. 2. Contractor shall have the right and opportunity to cure any such material breach to the County's satisfaction within the ten (10) day period. 3. The County may terminate this Agreement upon immediate notice to the Contractor in the event that the funding for the project ceases or is reduced in amount. 4. The Contractor will be reimbursed for services expended up to the date of termination. Page 3 of 17 B. TERMINATION WITHOUT CAUSE. This Agreement may be terminated without cause at any time by the County subject to a sixty (60) day advance written notice of such termination to Contractor. VII. OBLIGATIONS OF CONTRACTOR. A. TOOLS AND EQUIPMENT. Except as provided in section VB.3. of the RFP, Contractor will supply all other necessary tools and equipment associated with the completion of services under this Agreement. Upon the expiration or termination of this Agreement, Contractor shall promptly return to the County all equipment previously provided by the County to Contractor during this Agreement. B. WAGE AND HOUR COMPLIANCE. Contractor shall comply with all applicable provisions of the Fair Labor Standards Act and any other legislation affecting its employees and the rules and regulations issued thereunder insofar as applicable to its employees and shall always save County free, clear and harmless from all actions, claims, demands and expenses arising out of said act and the rules and regulations that are or may be promulgated in connection therewith. C. SOCIAL SECURITY AND OTHER TAXES. l . The Contractor assumes full responsibility for the payment of all payroll taxes, use, sales, income or other form of taxes, fees, licenses, excises, or payments required by any city, federal or state legislation that is now or may during the term of this Agreement be enacted as to all persons employed by the Contractor in performance of the work pursuant to this Agreement and shall assume exclusive liability therefore, and meet all requirement's thereunder pursuant to any rules and regulations that are now and may be promulgated in connection therewith. 2. The County will not: a. withhold FICA; b. make state or federal unemployment insurance contributions on behalf of the Contractor; C. withhold state or federal income tax from Contractor's payments; d. make disability insurance contributions on behalf of Contractor; e. obtain Workman's Compensation Insurance on behalf of Contractor. D. GOVERNMENT DOCUMENTS. 1. Contractor agrees to file all necessary governmental documents, including appropriate tax returns, reflecting income status as an independent contractor for services rendered to the County under this Agreement. Page 4 of 17 2. Should any governmental agency audit any of the files and request information on either the Contractor or the County, the Contractor and the County agree to furnish immediately the requesting party with any records, including tax returns, relating to the services rendered under this Agreement. E. EMPLOYEE BENEFITS. l . Contractor employees, as employees of an independent contractor, are not entitled to any County benefits typically associated with County employees such as County -provided medical, sick leave or vacation benefits. 2. Contractor shall at all times comply with the requirements of Title 51 RCW — Industrial Insurance. F. CONFIDENTIALITY. I . With respect to all information relating to County that is confidential and clearly so designated, the Contractor agrees to keep such information confidential. 2. Contractor, in the event of receipt of reports or intelligence information from the County, will receive, retrieve, maintain and/or disseminate the same in strict compliance with all present and future federal and state laws and regulations. Contractor acknowledges that such records are, or may be, ° subject to the requirements of the Revised Code of Washington (RCW) 10.97.050(5), the Washington Administrative Code (WAC) 446-20-180, RCW 70.48.100 and RCW 70.02.020. 3. Contractor will adhere to section 524(b) of the Crime Control Act 1973 (42 USC 3789g), 28 CFR Part 20, chapter 10.97 RCW and chapter 446-20 WAC, promulgated by the Washington State Patrol. 4. Contractor will disseminate Jefferson County Sheriffs Office records or data only as authorized by RCW 10.97 and as specified by Sheriff and/or his designee pursuant to this Agreement. G. PUBLIC RECORDS ACT. Notwithstanding the provisions of this Agreement to the contrary, to the extent any record, including any electronic, audio, paper or other media, is required to be kept or indexed as a public record in accordance with the Washington Public Records Act, Chapter 42.56 RCW, as may hereafter be amended, Contractor agrees to maintain all records constituting public records and to produce or assist the County in producing such records, within the time frames and parameters set forth in state law. Contractor further agrees that upon receipt of any written public record request, Contractor shall, within two business days, notify the County by providing a copy of the request to the principal representative specified in section II.A. VIII. OBLIGATIONS OF THE COUNTY. A. EQUIPMENT PROCUREMENT. Page 5 of 17 1. The County will provide Contractor with x-ray machines, magnetometers, hand-held metal detectors, video surveillance equipment and radios necessary for the performance of services under this Agreement. 2. The County will ensure that all equipment is accounted for and that Contractor personnel do not take any items or equipment from designated duty stations, substitute personal property, or Contractor's property for that furnished by the County without prior authorization of the County. 3. The County will maintain, repair or replace County provided equipment as necessary at its expense unless the equipment was misused, abused or lost by Contractor's personnel. Costs to repair or replace equipment misused, abused or lost by the Contractor's staff will be borne by the Contractor. B. COOPERATION. l . The County agrees to comply with all reasonable requests of Contractor and to provide direction and support to Contractor in its performance of services under this Agreement. 2. The County will abide by the notification provisions of RFP Section IB 1.9, General Hours of Operation. C. PLACE OF WORK. All work required to be performed under this Agreement will be in the Courthouse. D. EMPLOYMENT OF CONTRACTOR'S PERSONNEL. The County acknowledges that the security screening personnel Contractor furnishes are made possible only by substantial investment in advertising, recruiting, testing and training. County agrees not to employ, directly or indirectly, any present or former employee of Contractor for at least 180 days after such person has ceased to be an employee of Contractor. In the event of breach of this subparagraph, County agrees to pay Contractor, as liquidated damages, the sum of $2,000.00 for each employee so employed. The parties agree that the rate of $2,000.00 per employee is a reasonable estimation of the actual damages that would be incurred by Contractor because of such breach. IX. GENERAL PROVISIONS. A. INDEPENDENT CONTRACTOR. l . All acts of Contractor, it agents, officers, sub -contractors and employees and all others acting on behalf of Contractor relating to the performance of this Agreement shall be performed as independent contractors and not as agents, officers, subcontractors or employees of the County. Contractor, by virtue of this Agreement, has no authority to bind or incur any obligation on behalf of the County. Contractor has no authority or responsibility to exercise any rights or power vested in County. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded County employees by virtue of the services provided under this agreement. The County shall not be responsible for withholding or otherwise deducting federal income tax or social Page 6 of 17 security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 2. Contractor, its agents, officers, sub -contractors and employees, at all times during the terms of this Agreement, shall present and conduct themselves as independent contractors and not as employees of the County. 3. Contractor shall determine the method, details and means of performing the work and services to be provided by Contractor under this Agreement. Contractor shall be responsible to the County only for the requirements and results specified in this Agreement, and, except as expressly provided in this Agreement, shall not be subjected to the control of the County with respect to the action or activities of Contractor in fulfillment of this Agreement. Contractor has control over the manner and means of performing services under this Agreement. The Sheriff, through his onsite Commissioned Deputy, will coordinate all security screening matters on behalf of the County. 4. As an independent contractor, Contractor hereby agrees to indemnify and hold the County harmless from any and all claims that may be made against the County, alleging their vicarious liability based on any contention by a third party that an employer -employee or principal -agent relationship exists by reason of this Agreement. 5. Covenant Against Contingent Fees. The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the County shall have the right to annul this Agreement without liability or, in its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Page 7 of 17 6. Discrimination Prohibited. The Contractor will not discriminate against any person in performance of Contractor's services under this Agreement or in the selection and retention of employees or procurement of materials or supplies, on the basis of age, sex, marital status, sexual orientation, religion, creed, race, color, national origin, honorably discharged veteran or military status, or the presence of any sensory, mental, or physical disability or the use of a trained dog guide or service animal by a person with a disability, unless based upon a bona fide occupational qualification. B. HOLD HARMLESS AND INDEMNIFICATION. l . The Contractor shall defend, indemnify and hold the County, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Contractor in performance of this Agreement, except for injuries and damages caused by the sole negligence of the County. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the County, its officers, officials, employees, agents and volunteers, the Contractor's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 2. The obligation of indemnity set forth herein extends to any damage which may occur or arise as the result of the operation of equipment provided by the County in the areas monitored by or at the direction of Contractor's employees. 3. Contractor specifically shall defend and indemnify the County for any claims made by employees of Contractor against the County. C. INSURANCE. 1. The Contractor shall obtain and keep in force during the terms of the Agreement, policies of insurance as follows: If and only if the Contractor employs any person(s) in the status of employee or employees separate from or in addition to any equity owners, sole proprietor, partners, owners or shareholders of the Contractor, Worker's Compensation Insurance in an amount or amounts that are not less than the required statutory minimum(s) as established by the State of Washington. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work for a combined single limit of not less than $1,000,000 each occurrence with the County named as an additional insured in connection with the Contractor's performance of the Agreement. 3. Professional Liability Insurance to protect against legal liability arising out of Agreement activity. Such insurance shall provide a minimum of $2,000,000 per occurrence with a maximum deductible of $25,000. It should be an "Occurrence Form" policy. If the policy is "Claims Made," then an Extended Reporting Periods Coverage (Tail coverage) shall be purchased for three (3) years after the end of the Agreement. Page 8 of 17 4. General Commercial Liability Insurance in an amount not less than a single limit of one million dollars ($1,000,000) per occurrence and an aggregate of not less than two (2) times the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and property damage, unless a greater amount is specified in the Agreement specifications. The insurance coverage shall contain no limitations on the scope of the protection provided and include the following minimum coverage: a. Broad Form Property Damage, with no employee exclusion; b. Personal Injury Liability, including extended bodily injury; C. Broad Form Contractual/Commercial Liability — including completed operations; d. Premises — Operations Liability (M&C); e. Independent Contractors and subcontractors; f. Blanket Contractual Liability. 5. The County shall be named as an additional insured party under this policy. 6. Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance; • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Certificates of coverage as required by this section shall be delivered to the County within fifteen (15) days of execution of this agreement. 7. Any deductibles or self -insured retention shall be declared to and approved by the County prior to the approval of the Agreement by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self -insured retention or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 8. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. 9. Failure of the Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. 10. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for all losses covered by the above -described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Contractor. Page 9 of 17 11. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to the Contractor until such time as the Contractor shall furnish additional security covering such judgment as may be determined by the County. 12. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. 13. Any coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Contractor must provide in order to comply with this Agreement. 14. If the proof of insurance or certificate indicating the County is an "additional insured" to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then it shall be the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the County. 15. The County may, upon the Contractor's failure to comply with all provisions of this Agreement relating to insurance, withhold payment or compensation that would otherwise be due to the Contractor. D. AGREEMENT DOCUMENTS. l . These Agreement documents contain all the covenants and agreements between the parties and any modification of the Agreement will be effective only if it is in writing and signed by both parties. 2. Agreement documents consist of this Agreement, the County RFP-Exhibit A, Contractor's RFP Proposal -Exhibit B, and the rate Rate/cost Schedule -Exhibit C. These documents are prioritized as follows; this Agreement; Exhibit C, Exhibit A; and Exhibit B. E. CHANGES. The County may, from time to time, require changes in the scope of the services to be performed hereunder. Such changes, including any increase or decrease in the amount of the Contractor's compensation, which are mutually agreed upon by and between the County and the Contractor, shall be in writing, signed by both parties and incorporated in the written amendments to the Agreement. F. WAIVER. The waiver by any party to this Agreement of a breach of any provision in this Agreement shall be in writing and shall not operate or be construed as a waiver of any other provision or subsequent breach of this Agreement unless specified in writing. G. ASSIGNMENT. Page 10 of 17 Neither this Agreement nor any portion thereof may be sub -contracted or assigned without the express prior written consent of both the County and Contractor. Recognizing Contractor as an independent contractor, the County does not intend to mandate the manner in which Contractor achieves the goals and outcomes set forth under this Agreement. H. SUCCESSORS The County, to the extent permitted by law, and the Contractor each bind themselves, their partners, successors, executors, administrators and assigns to the other party to the Agreement and to the partners, successors, administrators and assigns of such other party in respect to all covenants to the Agreement. I. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this agreement. J. NON -LIABILITY OF OFFICIALS AND EMPLOYEES OF THE COUNTY. No member, official or employee of the County shall be personally liable to the Contractor or any successor in interest, in the event of any default or breach by the County or for any amount that may become due to the Contractor, its successors, or on any obligations under the terms of this Agreement. K. GOVERNING LAW. This Agreement shall be governed by the laws of the State of Washington. Venue for any litigation shall be in Superior Court for the State of Washington in Jefferson County, Washington. L. CONFLICT OF INTEREST. l . The Contractor covenants that it has had no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services hereunder. The Contractor further covenants that no person having such interest shall be employed by it, or shall perform services as an independent contractor with it, in the performance of this Agreement. 2. The Contractor warrants that it has not paid or given, and will not pay or give, any third person any money or other considerations for obtaining this Agreement. 3. No member, official, or employee of the County shall have any personal interest, direct or indirect, in this Agreement, nor shall any member, official, or employee participate in any decision relating to the Agreement that affects his or her personal interests. M. CONSENT AND UNDERSTANDING. Page 1 1 of 17 This Agreement contains a complete and integrated understanding of the agreement between parties and supersedes any understanding, agreement, or negotiations, whether oral or written, not set forth herein or in written amendments hereto duly executed by both parties. N. SEVERABILITY. If any provision of this Agreement is held invalid, the remainder would then continue to conform to the terms and requirements of applicable law. O. INTEGRATED AGREEMENT. l . This Agreement, together with attachments or addenda, represents the entire and integrated agreement between the County and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both County and Contractor. 2. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Contractor in connection with the services rendered under this agreement shall be the property of the County whether the project for which they are made is executed or not. The Contractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Contractor's endeavors. Page 12 of 17 IN WITNESS THEREOF, County and the Contractor have executed this Agreement on the date first above written. PPC SOLUTIONS, INC. r By Sheila Leslie President SEAou ATTEST: ;...,t .1 n�OG 6kdau2 - Carolyn Ga6away Deputy Clerk of the Board JEFFERSON COUNTY, WASHINGTON By Kathleen Kier, Chair Board o ounty Commissioners By David Stanko, County Sheriff Jefferson County Sheriff's Office Approved as to form only: a c /44- Philip C. Hunsucker Chief Civil Deputy Prosecuting Attorney Jefferson County Prosecutor's Office Page 13 of 17 Vendor/Contractor: Have you or any of your employees who will be directly compensated retired from a Washington State Retirement System using the 2008 Early Retirement Factor? ❑ Yes ® No If yes, please provide the name and social security number for each retiree to Jefferson County Payroll Specialist Page 14 of 17 Exhibit A— Jefferson County RFP for Private Security Screening Services Jefferson County Washington Request for Proposal (RFP) for: Jefferson County Courthouse Private Security Screening Services PROPOSALS DUE 4:30pm, Wednesday, November 8, 2017 Submit one (1) oriainal and five (5) corn Qike copies of the Proposal to: .iefferson County t Director, Central Services P.O. 13ox 1220 1620 Jefferson Street Port Townsend, Washington 98368 Proposal(s) shall be sealed and clearly marked on the paw cover with RFP Title and Company name Refer Questions to: Mark McCauley Director, Central Services 360-385-9130 MMcCaulgy0cojefferson.wa. us Release date: Wednesday, October '16, 20 1 Page 15 of 17 Request for Proposals Table of Contents PART I PROPOSAL REQUIREMENTS Section IA: General Information 1. Introduction 2. Background 3. Scope of Project 4. Project Funding 5. Timeline fox Selection Section IB: Work Requirements 1. Required Services 2. County Performed Work 3. Deliverables and Schedule 4. Place of Performance 5. Period of Performance 6. Insurance/Bond PART II PROPOSAL PREPARATION AND SUBMITTAL Section IIA: Clarification 1. Proposal Clarification Section IIB: Proposal Submission 1. Proposals Due 2. Proposal Section IIC: Proposal Content 1. Cover Sheet 2. Project Plan 3. Management Approach 4. Respondent's Capabilities 5. Project Approach and Understanding 6. Ability to Mobilize 7. Proposed Cost 8. Proposed Contract Amendments Section IID: Proposal General Terms and Conditions 1. Administrative Requirements 2. Proposals Become Property of Jefferson County 3. Authorship 4. Cancellation of Award 5. Default by the Selected Proposer 6. Confidentiality 7. Conflict of Interest 8. Consortium of Agencies 9. Cost of Proposal and Award 10. Disputes 11. Discrimination Prohibited 12. Independent Price Determination 13. Interlocal Agreement 14. Limitation 15. No Late Proposals 16. Oral Presentations 17, Audit/Monitoring Requirements 18. Price Warrant 19. Protests 20. Public Safety 21. Rejection of Proposals 22. Subcontracting 23. No Oral Proposals Request for Proposal Jefferson County Courthouse Private Security Screening Services PART III PROPOSAL EVALUATION & CONTRACT AWARD Section IIIA: Proposal Review and Selection 1. Evaluation and Selection 2. Evaluation Criteria Scoring Section IIIB: Contract Award 1. Proposer Selection 2. Contract Development 3. Award Review 4. Orientation/Kck-off Meeting ATTACHMENTS A: Proposal Cover Sheet B. Proposed Agreement Request for Proposal Jefferson County Courthouse Private Security Screening Services Part I Proposal Requirements Section IA General Information 1. Introduction The purpose of this RFP is to seek and select a qualified security service provider of uniformed and trained security officers to conduct security screening within the Jefferson County Courthouse (Courthouse). 2. Background The Jefferson County Central Services Department (Central Services) manages the Courthouse and works in partnership with the Jefferson County Sheriffs Office (Sheriffs Office) to secure the Courthouse. The Sheriffs Office has stationed Commissioned Deputies in the Courthouse that roam the Courthouse campus and provide courtroom security. The County seeks to enhance Courthouse security by retaining the services of a qualified provider of uniformed and trained security officers to conduct security screening. The selected proposer, along with Central Services and the Sheriffs Office, will provide a multilayered approach to courthouse security. Central Services will manage the overall contract for security screening and be responsible for facility hours and design, while the Sheriffs Office will provide unified command for day-to-day operations by the selected proposer. 3. Scope of Project Jefferson County requests proposals from qualified security providers to provide uniformed and trained security officers to conduct security screening in the Courthouse. The objective of the project is to award a contract for security services to the selected proposer. 4. Project Funding Jefferson County will allocate funds for this RFP based on the funds requested in the selected proposal. 5. Timeline for The following dates are the intended timeline, but are subject to change: Selection Proposers are welcome to visit the Jefferson County Courthouse prior to submitting a proposal to better understand the facility and where security screening services will be performed. Tours can be arranged by contacting the County's representative listed on the front page. Tours are available from Monday, October 30, 2017 through Friday, November 3, 2017. Proposals due November 8, 2017 Proposal review/evaluation period November 9-15, 2017 Interviews/demonstration, if needed November 16, 2017 Selection committee recommendation November 17, 2017 Contract negotiation November 27-30, 2017 Contract approval by the County December 11, 2017 Request for Proposal Jefferson County Courthouse Private Security Screening Services Section IB Work Requirements 1. Required Services 1.1 Contractor Requirements The Contractor will provide unarmed security officers to staff the security screening stations in the Courthouse as discussed in this RFP. The Sheriffs Office has armed Commissioned Deputies stationed in the Courthouse that will back-up Contract Staff. The Contractor will provide all management, supervision, training, and staffing and will plan, schedule, coordinate, and ensure effective performance of courthouse security services in accordance with the terms and conditions in this RFP. Coordination with the Sheriffs Office will be essential to mission success. The Contractor will ensure that all Contract Staff are dressed in a professional appearing uniform which is dean and pressed. The uniform shall be dissimilar in color and design of uniforms worn by the Sheriffs Office and the Port Townsend Police Department. The uniform shall allow for Contract Staff to be dearly and readily identifiable as security officers. The uniform might consist of black, blue or gray slacks and a white button down shirt The County must approve the uniform design and ornamentation. Affixed to the uniform shall be the Contractor's firm name. The Contractor must take all necessary steps to ensure that all officers assigned to this contract are professionally and personally reliable, are of reputable background and sound character, and meet the training and experience requirements stipulated in sections 1.5 and 1.20 of this RFP. The contractor is responsible for ensuring that all officers continue to meet all standards of suitability, conduct, and work performance. The Contractor, its directors, officers and affiliate companies cannot be in violation on the date of submission of a proposal and cannot in the previous five years prior to the date of submission of a proposal been in violation of any provision of Jefferson County Code. An officer or managing member of the Contractor must state under oath that neither the Contractor, nor its directors, officers or affiliate companies is not now and has not been in the past five years in violation of any provision of the Jefferson County Code. 1.2 Staffing The County reserves the right to increase or decrease the level of screening by increasing or decreasing the number of Contract Staff depending on activities scheduled in the Courthouse on any given day. The County will coordinate schedules as far in advance as possible. 1.3 Ineligible Contract Staff The provision of ineligible officers or officers who do not meet the criteria, who violate the performance standards of the contract, or whose work performance is inadequate in any respect constitutes Contractor non-performance. The County will notify the Contractor, in writing, regarding Contractor non-performance due to non -suitability or any other deficiency of Contract Staff. The County reserves the right to require the removal of Contract staff the County considers to be unsatisfactory. 1.4 Background Investigations The Contractor must conduct background investigations of all Contract Staff that will perform duties under this contract. The Contractor must submit a list that includes the name, address, and date of birth of qualified officers to the County prior to the officers Request for Proposal Jefferson County Courthouse Private Security Screening Services being placed. Results of the background investigations must be attached to the list. These individuals will be subject to background screening by the County which will include an NCIC III criminal background search. All current and potential Contract Staff must be notified of this requirement. The Contractor will ensure that Contract Staff meet or exceed the minimum background investigation requirements as listed below. a. No felony convictions b. No misdemeanor or gross misdemeanor convictions involving violence, honesty, firearms, public disturbances or breaches of the peace (to include but not limited to disorderly conduct, resisting arrest, obstructing a law enforcement officer or controlled substance violations. C. No illegal conduct involving moral turpitude, acts that reflect conduct that would cause a reasonable person to have substantial doubt about the individual's honesty, fairness, respect for the rights of others, or for the laws of the state. d. No mental health disorders that would cause the person to be a danger to themselves or others. e. A prior work history to verify that the employee had not been terminated by an employer for just cause. The County will determine whether the candidate's background is acceptable based upon the severity, frequency, and when past crime(s) took place. 1.5 Minimum Qualification Requirements a. High School diploma or equivalent. b. Satisfactory completion of employer initial training. C. Be courteous and demonstrate good manners towards the general public, judges, attorneys, court personnel, and others utilizing the Courthouse. d. Have the ability to understand, explain, and apply rules, regulations, directives and procedures. e. Demonstrate the highest standards of personal and professional conduct. f. Maintain a neat, dean and businesslike appearance and comply with dress standards while on duty. g. Be able to correctly direct people to the office(s) they wish to visit.. h. Comply with applicable laws while performing official duties. i. Neither discriminate against nor sexually harass others. j. Ability to prepare a dear and concise written report. k. Be reliable and of reputable background. I. Meet basic aptitude and physical ability standards including visual and aural acuity, physical coordination and motor skills. M. Be physically fit and able to endure long periods of standing, stooping, bending, walking, and sitting. n. Contract Staff who perform hand-held metal detector searches of persons must have sufficient dexterity and capability to conduct those searches. o. Contract Staff must be able to monitor and respond on a walkie-talkie while performing other duties. P. Upon becoming aware that they are under investigation by any federal, state or local agency for any legal or ethical violation, Contract Staff will report this to the Contractor and County Representative no later than the next working day after discovery. q. Report to the Contractor Supervisor or County Representative conditions that may adversely affect their ability to perform effectively. r. Be legally able to work in the United States and provide proof of residency. S. Be twenty-one (21) years of age or older and employment eligible under the Immigration Reform Act of 1986. t. Be fluent in the ability to speak, read, and write the English language. Request for Proposal Jefferson County Courthouse Private Security Screening Services U. Successfully pass the background/security clearance investigation performed by the Contractor and/or Jefferson County. V. Must possess and maintain a valid security guard license pursuant to RCW 18.170.030. W. Be Red Cross First Aid and CPR certified. 1.6 Equipment The County will furnish x-ray machines, magnetometers, handheld metal detectors, video monitoring equipment and walkie-talkies. In the case of hand held metal detectors and walkie-talkies the County will provide for a system of accountability. Under no circumstances will Contract Staff take any items/equipment from their duty station unless specifically authorized to do so. Contract Staff must use County equipment and may not substitute personal property or Contractor property in place of that equipment without authorization by the County. Any Contract Staff who violate this provision will be reported to the Contractor and may be subject to immediate removal from duty, disciplinary action, and possible dismissal in the ability to perform work under this contract. This action is in addition to any other remedies available to the County including but not limited to the penalties for theft of property. The Contractor is responsible for promptly notifying the County when such equipment is malfunctioning. Any equipment that is misused and/or abused by Contract Staff will be repaired or replaced and the cost thereof will be billed to the Contractor for payment. 1.7 Security Screening Security screening is conducted to ensure that prohibited items are not allowed past the screening station. Prohibited items include weapons of all types, to include but not limited to guns, knives, hatchets, axes, bats, nunchucks, or any other device that may be used to harm a person. Other prohibited items are flammables, incendiary devices, and explosives. The County may amend the list of prohibited items from time to time. All persons desiring to pass beyond the screening points of the Courthouse must undergo screening, with the following exceptions: employees of the county displaying their county identification badge; and card carrying members of the Washington State Bar Association who can prove their membership with picture identification. An armed and commissioned law enforcement officer whether on or off duty, in or out of uniform, desiring passage through a screening point without inspection of their person and accessible property will, upon presentation of bona fide credentials, be permitted to pass through the screening point The off duty armed and commissioned law enforcement officers will also be required to sign a log sheet indicating the officer's name, the date and time of entrance, employing agency, purpose of the visit and the identity of the person checking them in. In the event that there is any dispute or need for clarification involving any on- or off -duty, armed and commissioned law enforcement officer desiring passage, the Lead Security Screening Officer (LSSO) should contact on -duty Sheriffs Office personnel at the courthouse or, if unavailable, Port Townsend Police Department personnel, to seek resolution. If a law enforcement officer is a party to an action under RCW's 10.14, 10.99 or 26.50 or an action under RCW, Tide 26 where domestic violence is involved, whether or not on official business, he/she will not be allowed to bring their weapon past the screening pant - A contractor or their agent who is responsible for delivery and pick-up of cash and negotiables, and who is required to cant' a weapon while on duty may pass through the screening point if they have bona fide credentials and are on official business. Request for Proposal Jefferson County Courthouse Private Security Screening Services First responders (medical, fire or law enforcement) responding to an emergency in the Courthouse will not be screened. Jail inmates in the custody of law enforcement will not be screened, unless requested by the deputy in charge of the inmate. Screening of persons and their possessions is normaNy accomplished through the use of metal detectors and x-ray machines. In no instance will persons be patted down by hand. Individuals are not permitted to retain any hand carried items in their possession during screening other than very small or thin objects such as passes. Belts, watches and jewelry need not be removed. In some cases people with surgically implanted metal will set off the detection alarm. In these cases the metal can be located and verified with the handheld metal detector. All indications of unaccounted for metal on an individual's person must be satisfactorily resolved. Only upon satisfactory completion of screening and of the inspection of all hand carried items may the individual be permitted to pass beyond the screening points. If an individual alarms, the metal detection devices, a determination must be made that the cause of this alarm is not a weapon or dangerous object. This can be accomplished by a hand-held metal screening or by asking the individual to remove extraneous metal from their person and then walking through the walk-through metal detector. Every person has the option to refuse screening. Persons who refuse to be screened will be denied passage beyond the screening points. The Contractor may use a person during the on-the-job portion of training to perform security functions if the person is closely supervised and does not make independent judgments as to whether persons or property may enter the Courthouse without further inspection. No Contractor may use a person to perform a screening function after that person has failed an operational test related to that function until that person has successfully completed remedial training specified in the Contractor's security program. To avoid fatigue, no Contract Staff shall perform x-ray screening activities for more than one (1) continuous hour without having at least ten (10) minutes of relief from said activity. These Contract Staff may perform other duties as needed during this period of relief. 1.8 Hand Carried Items AN hand carried items passing through the screening points must be screened. The inspection should be thorough but not unreasonable. If a person refuses to permit inspection of any hand carried item, the item must not be allowed to pass the screening station. When the physical inspection method is used, hand carried items will be adequately inspected to reasonably ascertain that such items are not being used to conceal an explosive, incendiary, flammable, or weapon. The x-ray inspection method requires the use of an adequately trained operator. Whenever the operator sees on the display an image that is or may conceal an explosive, incendiary, flammable or weapon, the hand -carried item must then undergo a physical search. Request for Proposal Jefferson County Courthouse Private Security Screening Services Persons who refuse to be screened or who have prohibited item(s) (listed in 1.7 above) will not be allowed past the screening station. However, a person found to have prohibited item(s) may be re -screened, if the person turns over the item(s) to Contract staff for safekeeping during their visit or stores the item(s) in their car or in the gun lockers outside the courthouse. SSOs will notify the on -duty Sheriffs Office Deputy located at the courthouse or, if unavailable, the Port Townsend Police Department when prohibited item(s) representing a grave danger are identified. Until a Commissioned Officer arrives, the SSO will attempt to control and/or monitor the person, without using physical restraint and without jeopardizing his or her own personal safety or the safety of others in the immediate vicinity. No papers or documents of any person attempting entry into the Courthouse shall be reviewed, scanned, copied, or read by the SSO. 1.9 General Hours of Operation. The Courthouse is open to the public from 8:30am to 4:30pm. Contract Staff will be on site from 8:OOam to 5:OOpm. If screening services are required earlier than normal opening hours of operation, the Contractor will be notified no later than the dose of business the previous day. If such services are required later than normal dosing hours of operation, the Contractor will usually be notified not less than two hours earlier as stipulated in Section 1.17 (Overtime). In the event court or other proceedings continue past 5:00 pm Contract Staff will remain on station until the proceedings are concluded. Notwithstanding the provisions of this Section, upon declaration of an emergency by the Sheriffs Office Representative as detailed in Section 1.15 (Emergencies) screening services will continue to be provided by Contractor until the emergency declaration has been cancelled. 1.10 Screening of People with Disabilities Persons on crutches, in wheelchairs, on stretchers, wearing prosthetic aids, or in any other condition that would preclude use of the regular screening process will be screened using the hand held metal detector to assure that no weapons or dangerous objects are on or about the person being screened. The person will then be escorted through the screening point Hand -carried items will be screened in the normal manner. 1.11 Religious Articles Certain religious articles may be considered sacred and opening may result in desecration. They will be visually examined and if there is no indication of tampering, no further screening is required. 1.12 Lost and Found Contract Staff must turn over any found articles to the Lost and Found in the County Administrator's Office. 1.13 Tour of Duty No Contract Staff may assume duties unless they have been in a non -working status for a minimum of eight (8) hours immediately before reporting for duty. Contract Staff will remain at their station during their shift except for restroom breaks or for those specific periods of time when Contract Staff is authorized to take breaks or for lunch. It is the responsibility of the Contractor to coordinate a schedule for Contract Staff so that security at all security stations is maintained. Request for Proposal Jefferson County Courthouse Private Security Screening Services 1.14 Use of Alcohol and Substances No Contract Staff may assume duties if they are under the influence of drugs or alcohol. Reporting for duty also includes returning from meal or other breaks. Contract Staff will not have in their possession any controlled substances, narcotics, or hallucinogens except when legally prescribed by a physician or dentist, or alcohol. When any Contract Staff is taking prescribed medication and when such medication could affect work performance, the employee will notify their supervisor. 1.15 Emergencies In case of an emergency the County has the right to direct the activities of the Contract Staff in order to respond to an emergency. When time and circumstances permit, such direction will be routed through the Contract Supervisor/Manager. Emergencies will include but are not limited to bomb threats, fires, civil disobedience and similar disturbances. Under no circumstances may a Contract Staff refuse to cooperate with such lawful directives when it is determined that an emergency exists. The Contract Supervisor/Manager must be notified of an emergency situation and will make a record of such emergency as soon as practical once the emergency is resolved. 1.16 Pursuit of subjects In the event a subject flees Contract Staff are not authorized to pursue. 1.17 Overtime On occasion proceedings are scheduled in the Courthouse outside normal operating hours. To the degree possible the County will provide as much advance notice as possible regarding these proceedings. There are times, however, when proceedings that begin during normal operating hours proceed past 5:OOpm and into the evening. Contract Staff, in these cases, will be expected to remain on station until the proceedings are concluded. Overtime rates will apply for any SSO working more than 8 hours in a day or more than 40 hours in a week. Overtime staffing requires the same level of supervision as non -overtime staffing. 1.18 Contractor Responsibilities The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and will be responsible for taking such disciplinary action with respect to its employees as may be deemed necessary. The Contractor must ensure adequate staffing levels to ensure all entrance screening activities are efficient and effective. 1.19 Contract Supervision/Management The Contractor shall provide a Contract Supervisor/Manager as a single contact through which all communication between the Sheriff's Office and Contractor will flow, except in a case of an emergency as outlined in Section 1.15 of this RFP. 1.20 Qualifications and Responsibilities The Contractor must submit a resume that documents the qualifications of the Contract Supervisor/Manager. Request for Proposal Jefferson County Courthouse Private Security Screening Services The Contract Supervisor/Manager shall be available on a twenty-four (24) hour on call basis. The Contract Supervisor/Manager shall be responsible for ensuring and enforcing compliance with all the terms and conditions set forth in the contract. The Contract Supervisor/Manager shall be required to accept and execute on behalf of the Contractor any technical direction issued by the County under the terms and conditions set forth in the contract. The County will not tolerate any Contract Supervisor/Manager that cannot act, make decisions, or have the authority to make decisions, or who is not available to the County through telephone, pager system, or other methods of communication at all times. The Contractor's failure to furnish a competent Contract Supervisor/Manager and such management as is required herein shall be considered a breach of contract that may render the Contract in default. When the Contract Supervisor/Manager is unavailable due to illness, vacation, or other reason, the Contractor will assign another individual to that function who fully meets the requirements as set forth in this RFP. The Contract SupervisorlManager will not be required to qualify as an SSO. If, however, the minimum requirements are met, the Contract Supervisor/Manager may act as an SSO. The Contract Supervisor/Manager will schedule their employees so that in normal circumstances overtime will not be worked. A minimum of three (3) Contract Staff will be required at the Courthouse during normal business hours. At least two Contract staff will attend the 2nd Floor station at all times. A third Contract staff member may leave the 2nd Floor station for rest room breaks, regular breaks and lunch, and to attend the basement screening station when required. The Contract Supervisor/Manager will assign substitute Contract Staff when an employee scheduled to work does not report for duty. Substitute employees must qualify under the terms of this RFP. The Contract Supervisor/Manager will conduct and document an annual evaluation of Contract Staff personnel assigned to the contract duties. Evaluations should determine and document whether the Contract Staff, a. Has suffered a significant diminution of any physical ability required to perform a function since the last evaluation of those abilities. b. Has a satisfactory record of performance and attention to duty. C. Demonstrates the knowledge and skills necessary to courteously, vigilantly, and effectively perform their assigned tasks. The Contract Supervisor/Manager will make available to the County such evaluations of Contract Staff upon request. The Contract Supervisor/Manager shall represent the Contractor in the handling of complaints. The Contract Supervisor/Manager or LSSO shall prepare and submit to the County daily reports on any accidents, fire, bomb threat, unusual occurrence or unlawful act that occurred. Request for Proposal Jefferson County Courthouse Private Security Screening Services The Contract Supervisor/Manager or LSSO shall be responsible to ensure that items confiscated by Contract Staff are turned over to a Commissioned Officer. 1.21 Lead Security Screening Officer (LSSO) A Lead SSO will be designated to represent the Contractor by the Contract Supervisor/Manager and will be on site at all times. The LSSO shall have the ability, authority and responsibility to perform the following functions; a. Supervise screeners, checking on their alertness and duty performance, rotate duty assignments as needed„ resolve conflicts and problems, and otherwise control all screening activities. b. Take action as needed to assure effective, vigilant, and courteous screening. C. Coordinate with Sheriffs Office Representative on a daily basis to maintain communication on security activities. d. Manage incidents as they arise until the arrival of a Commissioned Officer. e. Immediately notify, or cause to be notified, a Commissioned Officer when a criminal act is suspected. f. Isolate deadly or dangerous weapons and other prohibited objects and notify a Commissioned Officer. g. Control and/or monitor persons when appropriate, without using physical restraint and without jeopardizing their own personal safety or the safety of others in the immediate vicinity. h. Request that witness(es) remain on site pending the arrival of a Commissioned Officer and secure items of evidence. i. Ensure periodic inspection and operational testing of equipment. j. Function as a contact between the Contract Supervisor/Manager and the County. The LSSO may function as a full time working SSO. k. Maintain a daily activity logbook of all SSO related activity and incidents and make available for inspection by the Sheriffs Office Representative at all times. I. Assure all Contract Staff are in proper uniform and all equipment is accounted for at any given time. M. In the event of illness, vacation, or otherwise not available, the Contract Supervisor/Manager will promptly name a qualified substitute LSSO. This person must meet all the minimum requirements of an SSO and perform SSO duties. 1.22 Security Screening Officer (SSO) The primary purpose of SSO is to screen all persons desiring to enter the Courthouse. In performance of these duties, SSO's will be responsible for alerting a Commissioned Officer of any person attempting to gain unauthorized access without screening or with a prohibited item. Until a Commissioned Officer arrives, the SSO will attempt to control and/or monitor the person, without using physical restraint and without jeopardizing his or her own personal safety or the safety of others in the immediate vicinity. The SSO will report to the LSSO or Sheriffs Office Representative conditions that may adversely affect that SSO's ability to perform effectively on a particular post assignment. The Contractor shall not use any person to perform any screening function that is not able to; Request for Proposal Jefferson County Courthouse Private Security Screening Services a. Correctly operate any screening equipment and distinguish each color displayed. b. Hear and respond to the spoken voice and the audible alarms generated by screening equipment in an active checkpoint environment. C. Perform physical searches or other related operations. Must be able to efficiently and thoroughly manipulate and handle any items subject to the screening process. Each SSO must sign in when reporting for duty and sign out when leaving at the end of the workday. The Contractor must maintain a daily attendance log. This log should show the date, time in, time out, the written name of the SSO, and the SSO's signature. If the SSO is not present for any reason, an explanation should be noted on the log. The Contractor must immediately correct deficient performance by SSO's. This duty includes removing and replacing SSO's as necessary. In the event of SSO removal, it is the Contractor's responsibility to advise the SSO of the termination and the reasons for termination. The County reserves the right to reject the assignment of any SSO whose qualifications do not meet the standards established under the terms and conditions of this RFP. 2. County Performed Central Services has overall responsibility for the Courthouse and partners with the Sheriffs Work Office to provide security. The Sheriffs Office will coordinate day to day security activities with the Contract Supervisor/Manager and/or the LSSO. The County will furnish the equipment listed in section I13.1.6. of this RFP. The normal maintenance, repair and replacement of County owned equipment will be the responsibility of the County. If equipment is misused, abused, damaged or destroyed by Contract staff, the equipment will be repaired or replaced, at the option of the County, and the cost thereof billed to the Contractor for payment. 3. Deliverables & Sixty days or earlier following the execution of a contract the Contractor will provide Schedule sufficient fully qualified persons to perform the courthouse security screening services in accordance with all requirements set forth in this Request For Proposal 4. Place of Contract performance will take place in the Courthouse on the 2nd Floor and in the basement Performance adjacent to the Commissioners Chambers.. 5. Period of A contract awarded as a result of this RFP will be for two (2) years and is intended to begin on Performance a mutually agreed date after the Board of County Commissioners signs a contract. Jefferson County reserves the right to extend the contract resulting from this RFP for three (3) one (1) year periods, with the same terms and conditions and at the same price by service of a written notice of its intention to do so prior to the contract termination date. 6. Insurance/Bond A. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its latest equivalent with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate for each one year policy period. This policy will renew annually. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate. However, if other policies are added they must be a follow -form policy in language, renewal date, and have no more exclusions than the underlying coverage. Products and Completed Operations coverage shall be provided for a period of three years following Substantial Completion of the Work. The deductible will not be more than $50,000 unless prior arrangements are made with Jefferson County on a case by case basis; the criterion is the Request for Proposal Jefferson County Courthouse Private Security Screening Services Contractor's liquidity and ability to pay from its own resources regardless of coverage status due to cancellation, reservation of rights, or other no -coverage -enforce reason. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. B. Professional Liability (aka Errors and Omissions) The Proposer shall obtain, at Proposers expense, and keep in force during the term of this contract Professional Liability insurance policy to protect against legal liability arising out of contract activity. Such insurance shall provide a minimum of $2,000,000 per occurrence, with a maximum deductible of $25,000. It should be an "Occurrence Form' policy. If the policy is "Claims Made', then Extended Reporting Period Coverage (fail coverage) shall be purchased for three (3) years after the end of the contract. C. Workers Compensation. The contractor shall at all times comply with the requirements of Title 51 RCW — Industrial Insurance. D. Proof of Insurance Proof of Insurance shall be provided prior to the starting of the contract performance. Proof will be on an ACORD Certificate(s) of Liability Insurance, which the Proposer shall provide to Jefferson County. Each certificate will show the coverage, deductible and policy period. Policies shall be endorsed to state that coverage will not be suspended, voided, canceled or reduced without a 30 day written notice by mail. It is the Proposer's responsibility to provide evidence of continuing coverage during the overlap periods of the policy and the contract. All policies must have a Bests Rating of A VII or better. Request for Proposal Jefferson County Courthouse Private Security Screening Services Part II Proposal Preparation and Submittal Section IIA Clarification 1. Proposal Questions and Requests for Clarification regarding this Request for Proposal must be directed in Clarification writing, via email, to the person listed on the cover page. The deadline for submitting such questions/clarifications is November 3, 2017. The Question and Answer page will be updated with the final responses no later than November 6, 2017 An addendum will be issued no later than November 6, 2017 to all recorded holders of the RFP if a substantive clarification is in order. The Questions & Answers/Clarifications are available for review at the link below. Each proposer is strongly encouraged to review this document prior to submitting their proposal. This RFP will be available on Jefferson County website homepage in the Bid Postings at: http:/twww.co.jefferson.wa.u3/Bids.aspx Section 118 Proposal Submission 1. Proposals Due Sealed proposals (one original and five copies) must be received no later than the date, time and location specified on the cover of this document. The outside of the envelope/package shall dearly identify: a. RFP title; b. Name and address of the proposer. Responses received after submittal time will not be considered and will be returned to the Proposer - unopened. Proposals received with insufficient copies (as noted on the cover of this document and above) cannot be properly disseminated to the review committee and other reviewers for necessary action, therefore, may not be accepted. 2. Proposal Proposals must be clear, succinct and not exceed 25 pages, excluding resumes. Proposers who submit more than the pages indicated may not have the additional pages of the proposal read or considered. For purposes of review and in the interest of the County, the County encourages the use of submittal materials (i.e. paper, dividers, binders, brochures, etc.) that contain post -consumer recycled content and are readily recyclable. The County discourages the use of materials that cannot be readily recycled such as PVC (vinyl) binders, spiral bindings, and plastic or glossy covers or dividers. Alternative bindings such as reusable/recyclable binding posts, reusable binder dips or binder rings, and recyclable cardboard/paperboard binders are examples of preferable submittal materials. Proposers are encouraged to print/copy on both sides of a single sheet of paper wherever applicable; if sheets are printed on both sides, it is considered to be two pages. Color is acceptable, but content should not be lost by black -and -white printing or copying. All submittals will be evaluated on the completeness and quality of the content. Only those Proposers providing complete information as required will be considered for evaluation. The ability to follow these instructions demonstrates attention to detail. Additional support documents, such as sales brochures, may be included as part of the proposal. Request for Proposal Jefferson County Courthouse Private Security Screening Services Section IIC Proposal Content 1. Cover Sheet This form is to be used as your proposal Cover Sheet. See Cover Sheet - Attachment A 2. Project Plan Provide a plan for how the services in accordance with this RFP will be provided, including the minimum staffing requirements that are required. Include all the supervisors and lead workers in the description and attach resumes of the Contract Supervisor/Manager and other key staff. Provide an organizational chart for the project team and describe how the team fits into the parent organization. We understand that we are remotely located and proposers may need to recruit and train new staff or provide for the relocation of existing staff. Describe your ability to provide backup staff in the event, for any reason, member(s) of the project team become unavailable. 3. Management Demonstrate how the management structure will be flexible and responsive to meeting task Approach requirements. The provider should demonstrate how flexibility is to be maintained in making work assignments in order to make maximum use of available personnel and skill mix. Also, describe the problems associated with and a proposed approach to managing problems associated with security services. The provider shall demonstrate the relationship between the Contract/Supervisor Manager and upper management to ensure adequate attention from upper management in resolving problems associated with the security services. 4. Respondent's Demonstrate the provider's capabilities through documented previous work history and/or resumes, Capabilities and samples of work product such as activity reports, work schedules, training reports, and documentation of Security Guard licensing and training. Include at least five (5) local government references for which you have provided security screening services. Provide a signed and notarized statement certifying no Jefferson County Code violations in the past five years, pursuant to Section IB.1.1 of this RFP. 5. Project Approach Demonstrate your team's understanding of the project and of the tasks to be accomplished. The and provider should demonstrate successful and reliable experience in the field of Courthouse Security or Understanding other public environments in which the screening of persons is required. The provider should demonstrate their personnel have the necessary training and expertise to perform the duties as outlined in the RFP including familiarization with x-ray machines, magnetometers, hand held wand devices, and walkie-talkies. The provider should demonstrate their ability to provide sufficient qualified personnel to provide the services requested. The provider should demonstrate their Contract Supervisor/Manager has the ability and authority to act, make decisions on behalf of the service provider. 6. Ability to Mobilize We have asked that services begin no later 60 days after a contract is signed. Please explain how you would mobilize to provide the required services and when after a contract is signed those services could start. 7. Proposed Costs Provide a schedule for the each of the two years of the contract that includes all costs associated with the proposal to include hourly rates of pay for screening personnel and any profit, overhead and administrative charges. Include rates for extended hours and for any additional or backup staff that may be required. B. Proposed Provide any proposed changes to the Professional Services Agreement for Jefferson County Courthouse Private Security Screening Services that is included in Attachment B of this RFP, that Contract Amendments you wish the County to consider. Only changes submitted as part of your proposal to the RFP will be considered. Request for Proposal Jefferson County Courthouse Private Security Screening Services Section IID Proposal General Terms and Conditions 1. Administrative Contractors shall comply with all management and administrative requirements established by Requirements Washington Administrative Code (WAC), the Revised Code of the State of Washington (RCW), and any subsequent amendments or modifications, as applicable to providers licensed in the State of Washington. 2. Proposals ALL proposals submitted become the property of Jefferson County. It is understood and agreed Become that the prospective proposer claims no proprietary rights to the ideas and written materials Property of contained in or attached to the proposal submitted. Jefferson County has the right to reject or Jefferson accept proprietary information. County 3. Authorship Jefferson County expects proposers to have the expertise in house to craft their own proposal. As such, proposers must disclose whether they received any assistance from agencies or individuals outside the proposers own organization in preparing the proposal. 4. Cancellation of Jefferson County reserves the right to cancel an award at any time for any reason prior to Award awarding a contract. Jefferson County reserves the right to limit the period of negotiation to sixty (60) days after which time funds may be unencumbered. 5. Default by the If the selected proposer defaults, the County may then select the next ranked proposal and Selected award the contract accordingly. The proposer on the next ranked proposal then becomes the Proposer selected proposer. 6. Confidentiality Proposers shall comply with all applicable state and federal laws governing the confidentiality of information. 7. Conflict of All proposals submitted must contain a statement disclosing or denying any interest, financial or Interest otherwise, that any employee or official of Jefferson County may have in the proposing agency or proposed project. 8. Consortium of Any consortium of companies or agencies submitting a proposal must certify that each company Agencies or agency of the consortium can meet the requirements set forth in the RFP. 9. Cost of The contract award will not be final until Jefferson County and the prospective contractor have Proposal and executed a contractual agreement. The contractual agreement consists of the following parts: Award (a) the basic provisions and general terms and conditions, (b) the special terms and conditions, (c) the project description and goals (Statement of Work), and (d) the budget and payment terms. Jefferson County is not responsible for any costs incurred prior to the effective date of the contract. Jefferson County reserves the right to make an award without further negotiation of the proposal submitted. Therefore, the proposal should be submitted in final form from a budgetary, technical, and programmatic standpoint. 10. Disputes Jefferson County encourages the use of informal resolution to address complaints or disputes arising over any actions in implementing the provisions of this RFP. Written complaints should be addressed to Jefferson County — Director, Central Services, P.O. Box 1220, 1820 Jefferson St., Port Townsend, Washington 98368. 11. Discrimination The Contractor will not discriminate against any person in performance of Contractor's services Prohibited or in the selection and retention of employees or procurement of materials or supplies, on the basis of age, sex, marital status, sexual orientation, religion, creed, race, color, national origin, honorably discharged veteran or military status, or the presence of any sensory, mental, or physical disability or the use of a trained dog guide or service animal by a person with a disability, unless based on a bona fide occupational qualification. Request for Proposal Jefferson County Courthouse Private Security Screening Services 12. Independent The prospective contractor guarantees that, in connection with this proposal, the prices and/or Price cost data have been arrived at independently, without consultation, communication, or Determination agreement for the purpose of restricting competition. This does not preclude or impede the formation of a consortium of companies and/or agencies for purposes of engaging in jointly sponsored proposals. 13. Interlocal This RFP is subject to RCW 39.34. Therefore, the proposer may, at the proposer's option, Agreement extend identical prices and services to other public agencies wishing to participate in this RFP provided they have a cooperative purchasing agreement with Jefferson County. Each public agency wishing to utilize this RFP will issue a purchase order (or contract) binding only their agency. Each contract is between the proposer and the individual agency with no liability to Jefferson County. 14. Limitation This RFP does not commit Jefferson County to award a contract, to pay any costs incurred in the preparation of a response to this RFP, or to procure or contract for services or supplies. 15. No Late A proposal received after the date and time indicated above will not be accepted. No exceptions Proposals will be made. 16. Oral An oral presentation may be required of those prospective contractors whose proposals are Presentations under consideration. Prospective contractors may be informed that an oral presentation is desired and will be notified of the date, time and location the oral presentation is to be conducted. 17. Audit/Monitoring Auditing or monitoring for the following purposes will be conducted at the discretion of Jefferson Requirements County: fund accountability; contract compliance; and program performance. 18. Price Warrant The proposal shall warrant that the costs quoted for services in response to the RFP are not in excess of those which would be charged any other individual or entity for the same services performed by the prospective contractor. 19. Protests Protests must be submitted to: Jefferson County — Director, Central Services, P.O. Box 1220, 1820 Jefferson St., Port Townsend, Washington 98368. 20. Public Safety Public safety may require limiting access to public work sites, public facilities, and public offices, sometimes without advance notice. The successful Proposers employees and agents shall cant' sufficient identification to show by whom they are employed and display it upon request to security personnel. County project managers have discretion to require the successful Proposers employees and agents to be escorted to and from any public office, facility or work site if national or local security appears to require it 21. Rejection of Jefferson County reserves the right to accept or reject any or all proposals received as a result Proposals of this RFP, to negotiate with any or all prospective contractors on modifications to proposals, to waive formalities, to postpone award, or to cancel in part or in its entirety this RFP if it is in the best interest of Jefferson County to do so. 22. Subcontracting No activities or services included as a part of this proposal may be subcontracted to another organization, firm, or individual without the approval of Jefferson County. Such intent to subcontract shall be dearly identified in the proposal. It is understood that the contractor is held responsible for the satisfactory accomplishment of the service or activities included in a subcontract. 23. No Oral Oral proposals will not be considered. Proposals Request for Proposal Jefferson County Courthouse Private Security Screening Services Part III Proposal Evaluation & Contract Award Section IIIA Proposal Review and Selection 1. Evaluation and Proposals received in response to this RFP will be first evaluated by a review committee using Selection: the scoring criteria below. Based on this initial review, the county may make a selection or may invite the top two or three top scoring firms to participate in an oral presentation. 2. Evaluation Criteria Scoring Section 111E Each proposal received in response to the RFP will be objectively evaluated and rated according to a specified point system.: A one hundred (100) point system will be used, weighted against the following criteria: Program design and thoroughness in addressing service requirements. 20 Experience and expertise relative to courthouse or facility security. 30 Ability to mobilize quickly.. 20 Basis for costs — reasonableness of the proposal cost versus services provided, and total cost affordability 30 Total Points 1 100 The county reserves the right to reject any proposal if its cost or proposed contract amendments are not acceptable. Contract Award 1. Proposer Selection The County will enter into contract negotiations with the highest scoring Proposer. Should the County not reach a favorable agreement with the highest scoring Proposer, the County shall suspend or terminate negotiations and commence negotiations with the second highest scoring Proposer and so on until a favorable agreement is reached. 2. Contract Except for the mobilization schedule and scope of services the rest of the contract is not Development subject to negotiation excepting any revisions proposed that are submitted with the proposal. By submitting a proposal, the proposer warrants that the prices quoted in the submitted proposal shall be good and not revocable by the proposer for an evaluation period of 90 days from the date of the proposal opening. Proposals cannot be modified by the Respondent after the opening date and time. 3. Award Review The public may view proposal documents after contract execution. However, any proprietary information so designated by the Proposer as a 'trade secret will not be disclosed unless the Jefferson County Prosecuting Attorney determines that disclosure is required. At this time, Proposers not awarded the contract, may seek additional clarification or debriefing, request time to review the selection procedures or discuss the scoring methods utilized by the evaluation committee. 4. OrientationMck-off Once the contract is approved there will be an initial meeting between the selected vendor and Meeting county staff to determine implementation plans. Request for Proposal Jefferson County Courthouse Private Security Screening Services Attachment A PROPOSAL COVER SHEET General Information: Legal Name of ApplicantlCompany/Agency Street Address City State Zip Contact Person Title Phone Fax Program Location (if different than above) Email address Tax Identification Number a Does the proposal comply with the requirements contained within the RFP? A "No" response may disqualify the proposal from further consideration. ❑ Yes ❑ No —� Did outside individuals or agencies assist with preparation of this proposal? ❑ Yes(lf yes, describe.)" ❑ No Total Funds Requested Under this Proposal $ I certify that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this agency to a contractual agreement. I realize the final funding for any service is based upon funding levels, and the approval of the Jefferson County Board of Commissioners. Signature, Administrator of Applicant Agency* (*Enter the appropriate signature title) Date Request for Proposal Jefferson County Courthouse Private Security Screening Services Attachment B PROPOSED AGREEMENT Professional Services Agreement Jefferson County Courthouse Private Security Screening Services THIS AGREEMENT, entered this day of 2017, by and between the Jefferson County, Washington, after this called "County," located at 1820 Jefferson Street, Port Townsend, WA 98368, and ***CONTRACTOR, a *** Corporation, after this called "Contractor" for the provision of private security screening services at the Jefferson County Courthouse, after this called "the Courthouse." WITNESSETH WHEREAS, the Contractor has been chosen through a competitive bid process by the County through Request for Proposal: Jefferson County Courthouse Private Security Screening Services, hereinafter referred to as "RFP," attached as Exhibit A, and the Contractor has the expertise to provide Required Services described in Section IB of Exhibit A; and, WHEREAS, the County does not have available staff to provide such services for the benefit of the citizens of Jefferson County; NOW, THEREFORE, THE COUNTY AND THE CONTRACTOR MUTUALL Y AGREE AS FOLLOWS. - I. PARTIES TO THE AGREEMENT. The parties to the Agreement are: A. County: Jefferson County 1820 Jefferson Street Port Townsend, WA 98368 B. Contractor: ***CONTRACTOR ***ADDRESS ***CITY, STATE***ZIP U. REPRESENTATIVES OF THE PARTIES AND SERVICE OF NOTICES The representatives of the parties who are primarily responsible for the administration of this Agreement, and to whom formal notices, demands and communications shall be given are as follows: A. The principal representative of the County shall be: Mark McCauley Central Services Director 1820 Jefferson Street Port Townsend, WA 98368 (360)385-9130 B. The principal representative of the Contractor shall be: ***NAME * * *CONTRACTOR ***ADDRESS ***CITY, ***STATE ***ZIP (***) ***-***PHONE C. Formal notices, demands and communication to be given hereunder by either party shall be made in writing and may be affected by personal delivery or mail, registered or certified, postage prepaid. D. If the name of the principal representative designated to receive the notices, demands or communications, or the address of such person is changed, written notice shall be given within ten (10) working days of said change. III. SERVICES A. The Contractor shall perform the Required Services as set forth in Section IB of the Request for Proposal ("UP") attached as Exhibit A or as negotiated. IV. TIME. This Agreement shall become effective as of the date noted above, on which the last of the parties, whether County or Contractor, executes said Agreement. This Agreement shall expire two (2) years from the above effective date, at which time, subject to termination under section VI or future negotiation between the parties, it may be extended by the County for three (3) one (1) year periods, with the same terms and conditions by service of written notice of the County's intention to do so thirty (30) days prior to the Agreement termination date. V. COMPENSATION. A. PAYMENT SCHEDULE I . The County shall pay the Contractor for performing said services upon receipt of a written invoice according to the schedule set forth in Exhibit C, which is attached hereto and incorporated herein by this reference. The parties mutually agree that in no event shall the total amount billed in the first year of this Agreement exceed *** dollars ($***), and the total amount billed in the second year of this Agreement exceed *** dollars ($***)without prior written amendment to this Agreement approved by both parties. 2. The County shall be invoiced monthly by the Contractor at the rates in Exhibit C, attached hereto, for actual hours expended in the preceding month in performance of this Agreement. Payment terms will be 30 days from the invoice received date. 3. The Contractor shall maintain a record of time expended including the activities undertaken on behalf of County. 4. The County has the right upon reasonable advance notice of five (5) days to inspect Contractor's time logs, daily reports and other records pertaining to the performance of this Agreement. B. COSTS AND EXPENSES. i. Except for County -provided equipment, Contractor shall perform all services described herein at its expense. 2. Contractor shall be responsible for all other costs and expenses associated with activities undertaken pursuant to this Agreement. Such costs include, but are not limited to: the cost of uniforms, communications costs, all professional fees, all fines, licenses, bonds or taxes required of or imposed against Contractor, and any other costs of doing business. 3. Contractor shall retain the right to use all County provided screening equipment under this Agreement. This may include x-ray machine, magnetometers, hand-held metal detectors, walkie-talkies, and any other equipment subsequently provided by the County. VI. TERNIINATION. A. TERMINATION FOR CAUSE. l . Should Contractor default in providing services under this Agreement or materially breach any of its provisions, the County may terminate this Agreement upon ten (l 0) days written notice to Contractor. 2. Contractor shall have the right and opportunity to cure any such material breach to the County's satisfaction within the ten (10) day period. 3. The County may terminate this Agreement upon immediate notice to the Contractor in the event that the funding for the project ceases or is reduced in amount. 4. The Contractor will be reimbursed for services expended up to the date of termination. B. TERMINATION WITHOUT CAUSE. This Agreement may be terminated without cause at any time by the County subject to a sixty (60) day advance written notice of such termination to Contractor. VII. OBLIGATIONS OF CONTRACTOR. A. TOOLS AND EQUIPMENT. Except as provided in section VB.3. of the RFP, Contractor will supply all other necessary tools and equipment associated with the completion of services under this Agreement. Upon the expiration or termination of this Agreement, Contractor shall promptly return to the County all equipment previously provided by the County to Contractor during this Agreement. B. WAGE AND HOUR COMPLIANCE. Contractor shall comply with all applicable provisions of the Fair Labor Standards Act and any other legislation affecting its employees and the rules and regulations issued thereunder insofar as applicable to its employees and shall always save County free, clear and harmless from all actions, claims, demands and expenses arising out of said act and the rules and regulations that are or may be promulgated in connection therewith. C. SOCIAL SECURITY AND OTHER TAXES. I . The Contractor assumes full responsibility for the payment of all payroll taxes, use, sales, income or other form of taxes, fees, licenses, excises, or payments required by any city, federal or state legislation that is now or may during the term of this Agreement be enacted as to all persons employed by the Contractor in performance of the work pursuant to this Agreement and shall assume exclusive liability therefore, and meet all requirement's thereunder pursuant to any rules and regulations that are now and may be promulgated in connection therewith. 2. The County will not: a. withhold FICA; b. make state or federal unemployment insurance contributions on behalf of the Contractor; C. withhold state or federal income tax from Contractor's payments; d. make disability insurance contributions on behalf of Contractor; e. obtain Workman's Compensation Insurance on behalf of Contractor. D. GOVERNMENT DOCUMENTS. l . Contractor agrees to file all necessary governmental documents, including appropriate tax returns, reflecting income status as an independent contractor for services rendered to the County under this Agreement. 2. Should any governmental agency audit any of the files and request information on either the Contractor or the County, the Contractor and the County agree to furnish immediately the requesting party with any records, including tax returns, relating to the services rendered under this Agreement. E. EMPLOYEE BENEFITS. l . Contractor employees, as employees of an independent contractor, are not entitled to any County benefits typically associated with County employees such as County -provided medical, sick leave or vacation benefits. 2. Contractor shall at all times comply with the requirements of Title 51 RCW — Industrial Insurance. F. CONFIDENTIALITY. 1. With respect to all information relating to County that is confidential and clearly so designated, the Contractor agrees to keep such information confidential. - 2. Contractor, in the event of receipt of reports or intelligence information from the County, will receive, retrieve, maintain and/or disseminate the same in strict compliance with all present and future federal and state laws and regulations. Contractor acknowledges that such records are, or may be, subject to the requirements of the Revised Code of Washington (RCW) 10.97.050(5), the Washington Administrative Code (WAC) 446-20-180, RCW 70.48.100 and RCW 70.02.020. 3. Contractor will adhere to section 524(b) of the Crime Control Act 1973 (42 USC 3789g), 28 CFR Part 20, chapter 10.97 RCW and chapter 446-20 WAC, promulgated by the Washington State Patrol. 4. Contractor will disseminate Jefferson County Sheriffs Office records or data only as authorized by RCW 10.97 and as specified by Sheriff and/or his designee pursuant to this Agreement. G. PUBLIC RECORDS ACT. Notwithstanding the provisions of this Agreement to the contrary, to the extent any record, including any electronic, audio, paper or other media, is required to be kept or indexed as a public record in accordance with the Washington Public Records Act, Chapter 42.56 RCW, as may hereafter be amended, Contractor agrees to maintain all records constituting public records and to produce or assist the County in producing such records, within the time frames and parameters set forth in state law. Contractor further agrees that upon receipt of any written public record request, Contractor shall, within two business days, notify the County by providing a copy of the request to the principal representative specified in section II.A. VIII. OBLIGATIONS OF THE COUNTY. A. EQUIPMENT PROCUREMENT. 1. The County will provide Contractor with x-ray machines, magnetometers, hand- held metal detectors, video surveillance equipment and radios necessary for the performance of services under this Agreement. 2. The County will ensure that all equipment is accounted for and that Contractor personnel do not take any items or equipment from designated duty stations, substitute personal property, or Contractor's property for that furnished by the County without prior authorization of the County. 3. The County will maintain, repair or replace County provided equipment as necessary at its expense unless the equipment was misused, abused or lost by Contractor's personnel. Costs to repair or replace equipment misused, abused or lost by the Contractor's staff will be borne by the Contractor. B. COOPERATION. l . The County agrees to comply with all reasonable requests of Contractor and to provide direction and support to Contractor in its performance of services under this Agreement. 2. The County will abide by the notification provisions of RFP Section IB 1.9, General Hours of Operation. C. PLACE OF WORK. All work required to be performed under this Agreement will be in the Courthouse. D. EMPLOYMENT OF CONTRACTOR'S PERSONNEL. The County acknowledges that the security screening personnel Contractor furnishes are made possible only by substantial investment in advertising, recruiting, testing and training. County agrees not to employ, directly or indirectly, any present or former employee of Contractor for at least 180 days after such person has ceased to be an employee of Contractor. In the event of breach of this subparagraph, County agrees to pay Contractor, as liquidated damages, the sum of $2,000.00 for each employee so employed. The parties agree that the rate of $2,000.00 per employee is a reasonable estimation of the actual damages that would be incurred by Contractor because of such breach. IX. GENERAL PROVISIONS. A. INDEPENDENT CONTRACTOR. l . All acts of Contractor, it agents, officers, sub -contractors and employees and all others acting on behalf of Contractor relating to the performance of this Agreement shall be performed as independent contractors and not as agents, officers, subcontractors or employees of the County. Contractor, by virtue of this Agreement, has no authority to bind or incur any obligation on behalf of the County. Contractor has no authority or responsibility to exercise any rights or power vested in County. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded County employees by virtue of the services provided under this agreement. The County shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 2. Contractor, its agents, officers, sub -contractors and employees, at all times during the terms of this Agreement, shall present and conduct themselves as independent contractors and not as employees of the County. 3. Contractor shall determine the method, details and means of performing the work and services to be provided by Contractor under this Agreement. Contractor shall be responsible to the County only for the requirements and results specified in this Agreement, and, except as expressly provided in this Agreement, shall not be subjected to the control of the County with respect to the action or activities of Contractor in fulfillment of this Agreement. Contractor has control over the manner and means of performing services under this Agreement. The Sheriff, through his onsite Commissioned Deputy, will coordinate all security screening matters on behalf of the County. 4. As an independent contractor, Contractor hereby agrees to indemnify and hold the County harmless from any and all claims that may be made against the County, alleging their vicarious liability based on any contention by a third party that an employer -employee or principal -agent relationship exists by reason of this Agreement. 5. Covenant Against Contingent Fees. The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the County shall have the right to annul this Agreement without liability or, in its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 6. Discrimination Prohibited. The Contractor will not discriminate against any person in performance of Contractor's services under this Agreement or in the selection and retention of employees or procurement of materials or supplies, on the basis of age, sex, marital status, sexual orientation, religion, creed, race, color, national origin, honorably discharged veteran or military status, or the presence of any sensory, mental, or physical disability or the use of a trained dog guide or service animal by a person with a disability, unless based upon a bona fide occupational qualification. B. HOLD HARMLESS AND INDEMNIFICATION. 1. The Contractor shall defend, indemnify and hold the County, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Contractor in performance of this Agreement, except for injuries and damages caused by the sole negligence of the County. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the County, its officers, officials, employees, agents and volunteers, the Contractor's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 2. The obligation of indemnity set forth herein extends to any damage which may occur or arise as the result of the operation of equipment provided by the County in the areas monitored by or at the direction of Contractor's employees. 3. Contractor specifically shall defend and indemnify the County for any claims made by employees of Contractor against the County. C. INSURANCE. l . The Contractor shall obtain and keep in force during the terms of the Agreement, policies of insurance as follows: If and only if the Contractor employs any person(s) in the status of employee or employees separate from or in addition to any equity owners, sole proprietor, partners, owners or shareholders of the Contractor, Worker's Compensation Insurance in an amount or amounts that are not less than the required statutory minimum(s) as established by the State of Washington. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work for a combined single limit of not less than $1,000,000 each occurrence with the County named as an additional insured in connection with the Contractor's performance of the Agreement. 3. Professional Liability Insurance to protect against legal liability arising out of Agreement activity. Such insurance shall provide a minimum of $2,000,000 per occurrence with a maximum deductible of $25,000. It should be an "Occurrence Form" policy. If the policy is "Claims Made," then an Extended Reporting Periods Coverage (Tail coverage) shall be purchased for three (3) years after the end of the Agreement. 4. General Commercial Liability Insurance in an amount not less than a single limit of one million dollars ($1,000,000) per occurrence and an aggregate of not less than two (2) times the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and property damage, unless a greater amount is specified in the Agreement specifications. The insurance coverage shall contain no limitations on the scope of the protection provided and include the following minimum coverage: a. Broad Form Property Damage, with no employee exclusion; b. Personal Injury Liability, including extended bodily injury; C. Broad Form Contractual/Commercial Liability — including completed operations; d. Premises — Operations Liability (M&C); e. Independent Contractors and subcontractors; f. Blanket Contractual Liability. 5. The County shall be named as an additional insured party under this policy. 6. Such insurance coverage shall be evidenced by one of the following methods: Certificate of Insurance; • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Certificates of coverage as required by this section shall be delivered to the County within fifteen (l 5) days of execution of this agreement. 7. Any deductibles or self -insured retention shall be declared to and approved by the County prior to the approval of the Agreement by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self -insured retention or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 8. The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein. 9. Failure of the Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification. 10. It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for all losses covered by the above -described insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Contractor. 11. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to the Contractor until such time as the Contractor shall furnish additional security covering such judgment as may be determined by the County. 12. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. 13. Any coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Contractor must provide in order to comply with this Agreement. 14. If the proof of insurance or certificate indicating the County is an "additional insured" to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then it shall be the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the County. 15. The County may, upon the Contractor's failure to comply with all provisions of this Agreement relating to insurance, withhold payment or compensation that would otherwise be due to the Contractor. D. AGREEMENT DOCUMENTS. 1. These Agreement documents contain all the covenants and agreements between the parties and any modification of the Agreement will be effective only if it is in writing and signed by both parties. 2. Agreement documents consist of this Agreement, the County RFP-Exhibit A, Contractor's RFP Proposal -Exhibit B, and the rate Rate/cost Schedule -Exhibit C. These documents are prioritized as follows; this Agreement; Exhibit C, Exhibit A; and Exhibit B. E. CHANGES. The County may, from time to time, require changes in the scope of the services to be performed hereunder. Such changes, including any increase or decrease in the amount of the Contractor's compensation, which are mutually agreed upon by and between the County and the Contractor, shall be in writing, signed by both parties and incorporated in the written amendments to the Agreement. F. WAIVER. The waiver by any party to this Agreement of a breach of any provision in this Agreement shall be in writing and shall not operate or be construed as a waiver of any other provision or subsequent breach of this Agreement unless specified in writing. G. ASSIGNMENT. Neither this Agreement nor any portion thereof may be sub -contracted or assigned without the express prior written consent of both the County and Contractor. Recognizing Contractor as an independent contractor, the County does not intend to mandate the manner in which Contractor achieves the goals and outcomes set forth under this Agreement. H. SUCCESSORS The County, to the extent permitted by law, and the Contractor each bind themselves, their partners, successors, executors, administrators and assigns to the other party to the Agreement and to the partners, successors, administrators and assigns of such other party in respect to all covenants to the Agreement. I. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this agreement. NON -LIABILITY OF OFFICIALS AND EMPLOYEES OF THE COUNTY. No member, official or employee of the County shall be personally liable to the Contractor or any successor in interest, in the event of any default or breach by the County or for any amount that may become due to the Contractor, its successors, or on any obligations under the terms of this Agreement. K. GOVERNING LAW. This Agreement shall be governed by the laws of the State of Washington. Venue for any litigation shall be in Superior Court for the State of Washington in Jefferson County, Washington. L. CONFLICT OF INTEREST. l . The Contractor covenants that it has had no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services hereunder. The Contractor further covenants that no person having such interest shall be employed by it, or shall perform services as an independent contractor with it, in the performance of this Agreement. 2. The Contractor warrants that it has not paid or given, and will not pay or give, any third person any money or other considerations for obtaining this Agreement. 3. No member, official, or employee of the County shall have any personal interest, direct or indirect, in this Agreement, nor shall any member, official, or employee participate in any decision relating to the Agreement that affects his or her personal interests. M. CONSENT AND UNDERSTANDING. This Agreement contains a complete and integrated understanding of the agreement between parties and supersedes any understanding, agreement, or negotiations, whether oral or written, not set forth herein or in written amendments hereto duly executed by both parties. N. SEVERABILITY. If any provision of this Agreement is held invalid, the remainder would then continue to conform to the terms and requirements of applicable law. O. INTEGRATED AGREEMENT. l . This Agreement, together with attachments or addenda, represents the entire and integrated agreement between the County and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both County and Contractor. 2. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Contractor in connection with the services rendered under this agreement shall be the property of the County whether the project for which they are made is executed or not. The Contractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Contractor's endeavors. IN WITNESS THEREOF, County and the Contractor have executed this Agreement on the date first above written. * * *COMPANY NAME By Print name Print 271tle SEAL: ATTEST: Carolyn Gallaway Deputy Clerk of the Board JEFFERSON COUNTY, WASHINGTON By Kathleen Kier, Chair Board of County Commissioners By David Stanko, County Sheriff Jefferson County Sheriffs Office Approved as to form only: Philip C. Hunsucker Chief Civil Deputy Prosecuting Attorney Jefferson County Prosecutor's Office Vendor/Contractor: Have you or any of your employees who will be directly compensated retired from a Washington State Retirement System using the 2008 Early Retirement Factor? ❑ Yes ❑ No If yes, please provide the name and social security number for each retiree to Jefferson County Payroll Specialist Exhibit B — Contractor's RFP Proposal Request for Proposal Jefferson County Courthouse Private Security Screening Services Attachment A PROPOSAL COVER SHEET General Information: Legal Name of Applicant/Company/Agency PPC Solute°ns, Inc. Street Address 18303 E. Appleway Ave. City Spokane Valley State WA Zip 99016 Contact Person Sheila Leslie Title President Phone 509-448-4277 x202 Fax 509-536-6033 Program Location (if different than above) Auburn, WA Email address sheila0ghoenixorotectivecoro.com Tax Identification Number 20-0600724 ADDENDUM: Proposer shall insert number of each Addendum received. If no addendum received, please mark "NONE". questions only No. Dated: No. Dated: No. Dated: NOTE. Failure to aclimow/edpe receipt of Addendum may render the propossi non-responsiva Does the proposal comply with the requirements contained within the RFP? A "No" response may disqualify the proposal from further consideration. © Yes ❑ No Did outside individuals or agencies assist with preparation of this proposal? ❑ Yes0f yes, describe.)" [3 No Total Funds Requested Under this Proposal $ $131,700 I certify that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this agency to a contractual agreement. I realize the final funding for any service is based upon funding levels, and the approval of the Jefferson County Board of Commissioners. Signature, Administrator of Applicant Agency* Page 16 of 17 1II -Tlrl Date Sheila Leslie, President r,no-AAA-A777 IShailai&nhoenixorotectivecorp.com Uniformed Security Officers Proposal Prepared for: Jefferson County Table of Contents Courthouse Security RFP PPC 20.................................................. 1 Proposal...................................................................... 5 Experience ................................ it ..... ........... Team Member Screening and Benefits Team Member Screening and Qualifications .................................... 12. Benefits 17 ................................41 ................................. _. Supervision and Quality Assurance Supervision and Quality Assurance .............................................. 14 Quality Control Plan ................ . .................. Organization Chart .......................................................... 1h Training Team Member Training ......................................... Uniforms and Equipment Equipment............................................................ Uniforms.................................................... 19 Resumes Sheila Leslie Resume - President ............................................... 20 Jagrut Shah Resume - Corporate Risk Manager .................................... 22 Robert Read Resume Corporate Trainer ......................................... 24 Robert Minnick Resume Region Manager ........................................ 26 � Phoenix Protective Corporation Proiect Plan This location would fall within our Western Washington Region managed by our Auburn, Washington office and field supervision. PPC has other clients in Port Townsend / Port Angeles and would be able to provide local support to include cross trained officers. On site specifically we would establish a lead officer who would handle day to day client communication. Additionally, we have the following established chain of command: • Site Lead — Cell phone to be provided by PPC • 24 Hour Control Center: 866-343-4277 • Management team email: WMODQphoenixprotectivecorp.com • Day Field Supervisor/Patrol Manager: Chris Sinder • Operations Manager: Sergio Calderon Diaz • Region Manager: Robert Minnick Training All officers would receive 40 hours of training including 16 hours of x-ray screening and 24 hours of on the job training prior to working independently. All site specific training is done using a "show me, tell me, l show you" approach with follow up testing. The site lead conducts the majority of the training to ensure continuity. Aside from site specific training, our training section in our proposal outlines our overall training program. Hours of coverage Based on the hours listed, our coverage would be from 0800-1700 hours with three officers on site per day. Depending on client preferences they can be scheduled with a half an hour paid (and billed) lunch break where they are away from their duties yet remain on site but available for recall in an emergency or a full unpaid and unbilled one - hour lunch break and the officers leave site as shown in the schedule below. SUN MON TUE WED THUR FRI SAT HRS OFFICER A OFF POST 1 POST 1 1 POST 1 1 POST 1 POST 1 OFF 0800-1700 0800-1700 0800-1700 0800-1700 0800-1700 40 OFFICER B OFF POST 2 POST 2 POST 2 POST 2 POST 2 OFF 0800-1700 0800-1700 0800-1700 OSM1700 0800-1700 40 OFFICER C OFF OFF 40 "qC Management Approach The most accurate way to describe our company structure is to refer to it as a hybrid pyramidal hierarchy with centralized leadership at the top and responsibility for decision making pushed down to the lowest level. The quality of management personnel we hire: their qualifications, education, and proven experience allows us to push decision making down to a lower level with the complete confidence actions will put the interest of the client first while at the same time protecting company liability and interests. Our Company President and Corporate Risk Manager use a collaborative process with our management team to set overall goals and to disseminate guidelines consistent with good decision making. Communication flow is two-way to ensure we are actively seeking different ways of problem solving and viewing opportunities and situations. Our guiding principles for decision making are: is it legal, is it ethical, does it conform to the standards and expectations set forth in the contract, and is it in the best interest of our client? The lines of authority follow a rank structure which includes senior officers, field training officers, supervisory personnel (under contract), district manager, regional manager, contract manager, upper level management. Upper level and contract managers are primarily responsible for the oversight of personnel under their specific contract. Specific oversight such as inspections, low level disciplinary processes, and scheduling fall to supervisory personnel, field training officers, and senior officers. Upper level management interacts with regional and district managers to ensure the operational readiness and performance of teams in their geographical areas of responsibility. We have enclosed our company organization structure on both a corporate or regional level for reference as well as resumes of key personnel. • President — Sheila Leslie • Corporate Risk Manager — Jagrut Shah • Corporate Trainer — Robert Read • Region Manager — Robert Minnick Ensuring that all posts are covered is handled through having an adequate number of site specific officers and supervisors, regular communication between managers, on -site supervisor and guards, written policies and procedures pertaining to time off requests, and policy requirements for scheduling in respect to the preparation and dissemination of the schedule. We have systems in place which allow for time off (FMLA, Vacation, training, etc) to be requested in advance and in writing. We also have policies which cover procedures for calling off work due to illness and/or emergencies, and policies which set the general conduct for maintaining work shifts. c Completing the work schedule is a function of the on -site supervisor as he/she knows the particular requirements of day to day staffing, and is aware of all requests for time off from the personnel under his/her supervision. The supervisor / lead is responsible for completing the schedule in advance of the coming work period. This is done by using a schedule in an excel format which shows every post with a corresponding date and time. The supervisor uses the list of assigned personnel and any approved requests for time off to fill the schedule for that period. This schedule is inputted into our fully integrated online software system "Winteam" which prompts for shift conflicts, post training and certification requirements. Vacations and requests for time off must be made well in advance of the desired time off. Officers are responsible for reviewing the schedule to confirm their work cycle and report back to the supervisor that they have received and understand the schedule: this takes place through e-mail. Each location has a core group of officers both full and part time assigned to it. Where feasible, part time officers are cross trained at multiple locations such as would be the case at the Jefferson County Courthouse. Additional on -call personnel would be listed on the schedule showing their availability. Once it has been completed, the schedule goes to corporate and to the assigned officers. Corporate then inputs the schedule into the WlnTeam system, this review ensures that all posts are covered or that the supervisor preparing the schedule is notified of the deficiency. The Contract Manager also receives a copy of the schedule which he/she reviews for accuracy. For this project we anticipate 4-5 full time, part time and on call officers to account for vacations, sick leave, emergencies, and last minute client requests. RESPONDENTS CAPABILITIES Our Experience page in the following proposal outlines our overall experience in the past 15 years. Specific to courts we have provided services for: • Washington State DOT Court • Sunnyside Court • Union Gap Court • Kittitas Lower Court • Yakima County Courthouse • Yakima City Legal Center (Courthouse) PPC is licensed with the State of Washington (#613) and has been since 2004. We have over 200 officers on the 1-5 corridor from Bellingham to the Peninsula to Chehalis. i` Following are five government references: Yakima City and County Legal Centers: Susan Knott Susan Knotts(4yakimawa.yov (509) 575-6093 DSHS — Port Townsend 1 Port Angeles Tom Stokes Stoketw ,dshs.wa-gov (360) 620-1697 Tacoma Municipal Building Jeff Paradee jparadee6W.tacoma.wa.us (253) 591.5466 City of Seattle John Fowler John Fowler 6% seattle.gov 206-233-7812 Sunnyside Court Municipal Court Debbie Mendoza cimendoza Msunnyside-wa.sfov (509) 836-6278 PROJECT UNDERSTANDING AND APPROACH In additional to our proposal materials to follow PPC would specifically adhere to the following standards. • All officers would be 21 or over • Uniforms would be selected with client approval from the uniform section in our proposal or modified with mutual agreement. • All officers would have at least two years related experience • All officers would be licensed in accordance with state requirements A critical element in successful screening is ongoing training, evaluation and drills to assure officer alertness. PPC would establish standardized procedures for officer quality assurance as well as x-ray and magnetometer calibration. PPC has been part of transitions from union corrections personnel to PPC providing screening as well as implementing screen from scratch. In all cases, involvement of stakeholders and open communication to consider all needs were the most successful components of our transition. We would ensure this would be our foundation if awarded the contract. ABILITY TO MOBILIZE To transition the project to PPC we would take the following steps presuming per the Oct 201h questions that there are not any incumbents. Phoenix key management has been in place for nearly a decade and in the industry since 1993. Our belief is that the best transition plan is one that respects the institutional knowledge of the site staff while exploring best practices that can be potentially implemented. The transition process is structured to be flexible to meet various time frames. A weekly transition status report will be submitted. We structure our pay, benefits, and perks with the intention of attracting and retaining the very best possible candidates. The following addresses our ability to attract qualified candidates for transitioning the contract from the incumbent provider to PPC Solutions. Post for positions Human Resources 1 Applications Contract Start Up Meeting Operations 1 Share transition and operational expectations between PPC & Government Interview HR/Ops 1-2 Full complement of team member Obtain current records Human Resources 1-2 Complete census of incumbent employees (if 2 any) Map training needs HR/Trainers Census of training required for each member to meet contract Establish training schedule Ops/Trainers 2 Multiple classes at times to accommodate current work schedules and introduce new team members to the contract Complete all required HR/Trainers 24 Well trained contingent of officers to meet training government needs with adequate reserve force. Uniforms & Equipment Admin 3-4 All officers are fully equipped with uniforms and duty gear. Post Orientations Supervisors 4-5 Ensure all officers familiar with posts. Contemporaneous with the personnel recruitment aspect; PPC shall coordinate and communicate with the client to discuss operational requirements, and to discuss ways of fully facilitating the transition of any personnel into ours. We would also ask for the ability to allow our management team access to the site to evaluate the most effective way of providing services under this contract which would include access to the Client's representative. Having the necessary personnel, requisite knowledge, and site layout will enable us to conduct a comprehensive training covering all aspects of this contract. We would use the phase in time to have officers actually working the shifts along with management and supervision interaction to ensure the work process flow is either efficient, or to rework our procedures to achieve the desired result. As mentioned previously, PPC would have a reserve of licensed and qualified officers available to augment the client staffing requirements. Additionally, PPG has a core group of senior level salaried supervisors and managers who are licensed to work in multiple states and meet all of the requirements of various clients. In a significant emergency our management team would respond to fulfill client requests. To ensure the officers are trained, PPC creates post orders which align with the client RFP and expectations. These post orders form the foundation of ensuring the officers are well trained and meet client expectations. PROPOSED COSTS We would propose a billing rate of $21.95 per hour. Based on 40 hours per week for 3 officers excluding 10 holidays, the approximate annual cost would be $131.700. Phoenix Protective Corporation EXPERIENCE Phoenix Protective Corporation/PPC Solutions, Inc. have over 500 team members and a management team with extensive experience in the security field. Our current customers include the public and private and non -profits sectors in industries ranging from federal, state and local governments, critical infrastructure, manufacturing, light industrial, small businesses and retail. With branch offices in Spokane, Yakima, Vancouver, and Auburn, Washington and field offices in Wenatchee, WA, Missoula, MT and Anchorage, AK, PPC has the capacity to service the Northwest with involved management and decision makers. A key to our success is that we believe that the difference among security companies rests not so much in pricing or uniforms, but in the company's relationship with its team members and customers. We are not investors seeking profits from the security industry but rather security partners with our clients, team members and the law enforcement community. !• Hlgh Tech - -- • Merwifkwrbv • Office • Light kwkwbUl • Hospitals/�nksft •1► - High School •Higher Education •Akemetive Carnpuses • State • Federal • Local • Public Institutions • Courthouse *CAW conwnurities -Public Housing .Property Msndeement • Shopping Malls • Fairs • Grocery stores • Rodeos • Convenience • Concerts • Sic Box Retailers • Sporting Events f •Denis '-Perks *power Houses Khurchesf Worship *Public utility Districts Centers •Tranportetion: •Bus and Rail Infra- .i structure • Puget Sound Energy • Quality Food Centers • Seattle City Light • Safeway/Albertson's Stores • NOAA (National Oceanic & Atmospheric Assn.) • Sunnyside Courthouse • Yakima City Courthouse • Bouten Construction • US Army Corps of Engineers • Jewelry Design Center • West Valley School District • Everett City Hall • Oregon Military Department • Tacoma City Hall • Seattle Housing Authority * Phoenix Protective Corporation C Team Member Screening & Qualifications PPC Hiring Process L Woo • Word of Mouth Referrals • Advertising .lob Fairs • Muftary •Colleges • online Apppcations • Oral Board Interviews Candidates TEAM MEMBER PROFILE • Drug Test • Credit Check • Criminal Background Check • Reference Check • Employment Verification • Psychological Test • Skills Testing • Physical Testing . HNrft SIdr4 Pbyslal fitpem A typical introductory team member is: 0 Over 21 years of age 0 2+ years security or related experience 0 Previous Law Enforcement or Military 0 Pass a pre -employment physical 0 Pass a pre -employment drug screen 0 Pass a criminal background & credit check 0 Proficient in reading & writing English (Bilingual is encouraged) 0 HS Diploma or GED 0 Law Enforcement / Criminal justice Student • on -going Training •continuous Evaluation • Random Drug Testing • 90 Day Review • Annual Reviews • opportunity for Advancement Team Member Phoenix Protective Corporation BENEFITS PPC offers standard benefits to all team members regardless of region or contract. They may be additionally customized to meet client requirements. • Plan A-100/80/50 with a $30 copay for professional visits & a $500 deductible. • Plan 8-100/70/30 with a $30 copay for professional visits & a $1,000 deductible. • PPC pays 7S% of the premiums. • Eligibility after 90 days permanent employment, ACA Compliant ,Washington Dental Service. 100/80/SO, 1,000 max benefit, $So deductible • PPC pays SO% of the premium. •$20460 copay depending on category of medicine. • PPC health insurance includes vision coverage of $30.00 copay per office visit and $150.00 hardware/contact benefit per year. •PPC reimburses and sponsors team membees in continuing education programs which are job related • Phoenix team members earn one hour of leave for every hour worsted, up to 52 hours per year. This leave begins accruing upon hire and is availahle for use after 90 days of employment. After three years of employment, team members earn an additional 40 hours leave per year. ua v uac ,nau,u, tom.-mv- aau create u waro upgraaea gear/uniform items) • PPC rings, challenge coins, letterman jackets awarded based on performance, team work & longevity. *Company sponsored reward vacations, car oavment loan assistanep ne naa,1o4 • In keeping with our culture of open book management and team member recognition, Phoenix offers profit sharing quarterly to all team members after 12 months of employment We match 50% of 401 contributions. -Team members receive pay at 11/2 times their regular pay for New Years, President's Day, Memorial Day, Independence Day, Labor Day, veteran's Day. Thanksgiving and Christmas. •Team members with 12 months seniority participate in our company life insurance plan with a $10,000 at no cost. If they wish to increase the benefit amount, they may do so through minimal payroll deductions. ! Phoenix Protective Corporation MW SUPERVISION Project Assignment: PPC supervisors or team leaders are assigned to each project. They are assigned based on their experience, training and qualifications. PPC team leaders are not only qualified in each job and skill, they have demonstrated abilities to train, reinforce site policies and leadership traits. Training: In addition to meeting or exceeding the standards for the project, PPC supervisors receive additional project management and people management training. This training includes correction and rewards, post order design, site safety assessment, documentation, and injury response. Meetings: Supervisors/Project Managers attend all planning meetings. QUALITY ASSURANCE Quality Assurance is the foundation of ensuring our customer satisfaction as well as providing checks and balance on our internal systems. PPC Quality Assurance Managers report directly to our risk manager. They are tasked with conducting random unannounced inspections on our officers. The inspections include verifying the officers are carrying only authorized equipment, that their uniforms and appearance are appropriate, they have a current security license and that they are knowledgeable about their duties and site procedures. All officers are inspected randomly at least weekly and often more frequently. Any deficiencies found during an inspection are Testing Supervision immediately corrected. Quality Assurance reports am are submitted to the Risk . Management department who ensures we address inspection Training systematically any ongoing deficiencies. Phoenix Protective Corporation QUALITY CONTROL PLAN Our Mission Statement: "Phoenix Protective Corporation is an Innovative and profitable company providing "the best in the industry" customer service and a working environment that promotes employee ownership, honesty, Integrity, and loyalty. Phoenhr provides excellent customer service through well -trained, highly motivated security professionals." Quality Assurance and Supervision: At PPC we understand the importance of quality assurance. We believe that quality in people and the delivery of service differentiates a good company from a truly great company. For us, quality assurance is not contract specific; we maintain it throughout our processes. With the goal of providing excellence in service, we started at the most logical place, our people. Our core values include respect for all people, integrity, and ethical behavior throughout our professional and personal lives. Through our recruitment and hiring processes, we try to ensure that our prospective employees mirror our values; this is often one of the highest and best predictors of success within an organization. Part of our initial training is a Customer Service class that every employee completes. There is continued Customer Service training during their career with PPC. Daily supervision will be provided by Field Supervisors and Region manager. Duties will include checking the officer's attendance, appearance, job knowledge, equipment, attention to duty, and maintenance of logs, reports, and other records. Our Quality Control and Assurance Plan is multi -faceted and recognizes that no plan, procedure, or response is infallible. We use our plan to ensure compliance with Client and Company Policy, and also as a tool to gather information to provide a basis for moving forward with the client to make logical, thoughtful, long term improvements to our procedures and processes. We incorporate the following measures into our Q/A plan to provide a comprehensive review of our abilities and performance. Our Quality Assurance Team conducts no -notice inspections of all posts and all shifts. The inspections will include periods of observation, both covert and overt, of the post and officer. Following the period of covert observation, the officer's post will be inspected to ensure job knowledge and appearance. Areas which are identified as higher risk or those with previous deficiencies will be inspected more frequently. The results of all our inspections are used internally, and shared with the client as well. Records of the inspections will be maintained by the company and made available to the client immediately through the use of the internet if so desired. Officers with serious or frequent minor deficiencies will be retrained, disciplined or removed from the client site based upon progressive discipline. Overall, each incident of significance is evaluated by a multidisciplinary team who considers risk, safety, procedures, contract requirements, and training to assess if it was properly handled and what could be changed to mitigate further occurrences. VPhoenix Protective Corporation ORGANIZATION CHART Each region is staffed with a team of officers with a designated lead. Each client works directly with their site lead and manager based upon site needs. The officers are supported by field supervisors as well as administrative staff and trainers. CRegionanager uty Operations Local HR & Assurance Training Manager Administration Manager Manager FPK e at Field Trainers mer Site ` Supervisors Supervisor/ Alarm & Lead Safety Emergency Officer Response Team Members REGIONAL STAFFING Phoenix Protective Corporation TRAINING The PPC training program is designed to create an interactive experience where officers not only learn the rules and regulations but they learn them in a practical environment. The training is presented in four stages, pre - opportunity training, customer specific training, continuing education and advancement education. We utilize in-house trainers, outside experts, written and video materials in one on one, classroom, and field settings. Below are typical courses with many additional topics available. Level 1 Training 0 Reimports ii boors 0 CPR/First Aid 0 Basic Security Officer 0 Patrol Techniques 0 Communications 0 Fire Prevention A Control 0 Uniform Appearance 0 Property Protection 0 Customer Service 0 Access Control 0 Standards of Conduct Level 2 Training Customer Specific Training 0 Site ties I 16 to I Level 3 Training 0 OC Spray 0 Firearms Safety Z4+ 0 Batons 16 hours 0 Firearms Tactics hone 0 Handcuffs 0 State laws 0 Defensive Tactics 0 Range qualifications Education & Team Member Advancement 0 OSHA Rules 0 Diversity Z4 hours 0 Harassment 0 Workplace Violence 0 Team Building 0 Reinforced Training 0 Structured Challenges 0 Supervision 0 Management Phoenix Protective Corporation I EQUIPMENT PPC has a variety of different equipment options for our clients in order to meet their needs completely. Uniform Items Available 0 Level 11 ballistic vest 0 Once piece jump suits 0 Firearm 0 Black hat (baseball style) 0 Windbreakers 0 Rain/Cold weather gear 0 BDUs 0 BDU Shorts 0 Alternate shirt colors 0 Hard Hats 0 Black jacket with removable winter liner Toyota Tacoma Toyotl Rav4 Equipment Available ® Night Vision 0 Shotguns 0 Vehicles - AWD/4WD 0 Magnetometers 0 Radios 0 Mobile Command Center 0 Laptops 0 Site Phones (dedicated) 0 Surveillance Systems 0 Bicycles (patrols) 0 Golf Carts (patrols) Tayau Ceroaa Phoenix Protective Corporation UNIFORMS Standard "Military Style" or Class A Uniform Custom Uniforms Custom Uniforms — School Resource officer Custom Uniforms—Casual/Soft Education: """"' Sheila Leslie's professional background includes twenty-five (25) • University of Washington, years within the private security industry as a Security MBA Professional. • University of California, Los Angeles, BA Currently she is the President of PPC Solutions, Inc. which she founded in 2003 after establishing the sister company, Phoenix Protective Corporation in 2002. She specializes in Operations, Contract Management, and Citizenship: • United States Professional Development • Oregon Department of Public Sales. Safety Standards Training (DPSST)"Executive Manager, Armed/Unarmed Security In her prior experience as well as with the current companies, Professional Ms. Leslie has worked in all roles from the ground up. These • State of Washington include as a uniformed armed officer, dispatcher, and patrol (DOL)- Unarmed Security officer. She maintains her field credentials while continuing to Professional Instructor, develop new business and programs for Phoenix Protective. Armed Security Professional, State of Washington Certified Unarmed Instructor Ms. Leslie specializes in financial, legal and contractual matters. • Chemical Agent/Impact She spearheads development, assesses growth strategies, and Weapons/Defensive Tactics is instrumental in taking on new clients and projects with an Certified Wicldander and emphasis in city, county, state and federal contracting. Zuwalksi Interview & Additionally she oversees PPC's technology platforms for use Interrogation (Basic both administratively and in operations. Advanced) Finally, Ms. Leslie establishes policy to support PPC's objectives ensuring that the corporations successfully continue a course aligned with the companies' mission: Phoenix Protective Corporation is on innovative and profitable company providing "the best in the industry" customer service and a working environment that promotes employee ownership, honesty, integrity, and loyalty. Phoenix provides excellent customer service through well -trained, highly motivated security professionals. Relevant Work History: 2003 - present PPC Solutions, Inc. President 2002 - present Phoenix Protective Corporation - President 1993-2002 Argue Services Inc.- President, Contract Manager, Operations, Sales . Experience and Summary of Accomplishments - • Washington Dept. of Social and Health Services 2007 to present — Ms. Leslie bid and was awarded a master contract with DSHS that has resulted in 50 full time officers providing services throughout the state in both armed and unarmed capacities at approximately 35 individual and campus locations. • NOAA 2013- PPC was awarded and has continued to provide Armed officers at the Seattle NOAA site to include foot patrol, campus access control, building guards and shoreline patrol and emergency response. • Army Corps of Engineers Portland District: Multiple Columbia River Dams, 2016— Due to the default of a prior contractor PPC was called in under Ms. Leslie's direction to re-establish the security program program including retraining, recruiting and implementing full security procedures. • FEMA — Multiple emergency response contracts in Central Washington due to fires in 2013, 2014, and 2015. • Army Corps of Engineers: Chief Joseph Dam, 1994-2000, same structure as current except only one vehicle was required • Army Corps of Engineers Walla -Walla District: Multiple Snake River Dams, 2001 — After 911 there was an emergency need to staff all of these dams and develop a security program. Ms. Leslie was the Contract Manager putting together the program with the ACOE. • Army Corps of Engineers Portland District: Multiple Columbia River Dams, 2001— After 911 there was an emergency need to staff several regional dams and develop a security program for safeguarding persons and property. Ms. Leslie was the Contract Manager putting together the program in conjunction with the Army Corps of Engineers. • Department of Homeland Security/Federal Protective Service: Western Washington Federal Buildings, Tacoma, Washington Federal Buildings, Oregon Federal Buildings, Eastern Washington Federal Buildings, Montana Federal Buildings during the period of 1994-2002. Over the years, Ms. Leslie was the Contract Manager for all of these contracts from inception to completion; responsible for ensuring delivery of contracted services within established budget. • United States Navy: Bayview Navy Base, 1993-2001, 2006-2010. Responsible for providing Armed Officers, delivering varying levels of service dependent upon client needs. Ms. Leslie acted in the capacity of a contract manager and, when needed, as an officer during emergency staffing situations. • Department of Health and Human Services: Rocky Mountain Laboratories: Necessitated supplying two armed officers and one vehicle per shift, 24 hours per day, 7 days per week. It was necessary to qualify for and attain a Secret Clearance in order to provide services at this site. Education: oummar • Community College, Jagrut Shah, s professional background includes twenty (20) years Nairobi, Kenya within the private security industry as a Security Professional. He founded PPC Solutions, Inc. in 2003 following the establishment of our sister company, Phoenix Protective Corporation Inc. in 2002. Citizenship: Mr. Shah brings forth a wealth of experience, education, and • United States certifications. He served from 1995 through 2002 in the capacities of the Central Washington Manager, an investigator, and firearms instructor with Argus Services Incorporated. From 2002 through 2004, he served with Security Services of Idaho in the capacity of Professional Development • Oregon Department of a Public Safety Standards a Federal Contract Guard, and from 1993 through 1994 he served Training S — as a Loss Prevention Agent with Northwest Protective. rmed/Unarmed Mr. Shah's experience with projects is extensive and includes the Armed/Unarmed Security current oversight of all operations in Alaska, Washington, Idaho, Professional Oregon and Montana. He oversees ongoing operations to include • State of Washington four region managers and five hundred team members serving (DOL) Certified Armed hundreds of clients. On any given day he is has full hands-on Security Provider involvement in developing immediate security solutions for client Instructor needs while ensuring ongoing operations run efficiently. He is the Director of Security Operations for numerous events including the • State of Alaska Ellensburg Fair and Rodeo, Benton Franklin Fair and Rodeo, and Licensed Security Officer holiday coverage in the Lake Chelan area for several large clients. • State of Montana Licensed Investigator Mr. Shah has experience working with the Federal Protective Service/ Department of Homeland Security (GSA.) He brings a • AVADE Instructor unique perspective having worked as an officer, and later being • Mitigation of Aggressive promoted to supervisor working throughout various Federal offices Behavior Instructor buildings in Washington and Oregon. (MOAB) (MOAB) Mr. Shah most recently worked with the US Army Corps of • Aid instructor Engineers in 2016-17 in the Columbia River Districts. PPC was • Taser Instructor awarded a bridge contract due to the prior contractor's default. He brought all staff, training and quality assurance to exceed the Corps. Expectations. Previously he had worked with the Corps in 2001-2002 in both the Walla Walla and Columbia River Districts to develop their programs from scratch. Mr. Shah is multilingual, and enjoys the following certifications: State of Alaska Armed Licensed Security Officer, State of Washington Certified Armed Instructor, State of Montana Investigator, State of Oregon Armed Instructor and Officer, Mitigation of Aggressive Behavior Instructor, CPR/First Aid Instructor, Taser Instructor, Reserve Sergeant (prior), Yakima Relevant Work History: 2002 - present Phoenix Protective Corporation (Chief Operating Officer/Risk Manager) 2002- 2007 Security Services of Idaho (Federal Contract Officor/PT) 1995-2002 Argus Services Inc. (Central Washington District Manager, Investigator, Firearms Instructor) 1993-1995 US Northwest Protective (Loss Prevention Agent) • Project Start Up and Implementation: School Resource Program —10 schools, 15 officers, Yakima County and City Court Houses, Tacoma Public Utilities, Seattle City Light, NOAA (federal) DSHS and Hoopfest Includes developing post orders, recruiting and training qualified officers, eliciting client specification to ensure security program meets client objectives. Security Consultation and Executive Protection for Sunnyside Police Department, Microsoft, Nordstrom's, and UPS senior management among others. • Security Director for numerous events including Ellensburg Rodeo & Fair, Benton Franklin Fair and Rodeo, Holiday Coverage -Lake Chelan (various customers) • Department of Homeland Security/Federal Protective Service: Held various posts as an officer and supervisor working in the following locations utilizing specialized equipment such as X-Ray devices and Magnetometers —Tacoma Federal Buildings, Oregon Federal Buildings, Eastern Washington Federal Buildings • Argus Services/Security Services of Idaho: Armed Officer 2000-2003 at Tacoma Union Station, Yakima Federal Building, and Yakima Social Security Office • Army Corps of Engineers Walla Walla District: Multiple (7) Snake River Dams, 2001, coordinated all staffing, hiring, training and handled ongoing operations. Worked shifts at all locations. Established supervisory and reporting structures, schedules, and site procedures. • Army Corps of Engineers Portland District: Multiple (3) Columbia River Dams, 2001, coordinated all staffing, hiring, training and handled ongoing operations. Worked shifts at some locations. • United States Navy: Bayview Navy Base: Conducted firearms qualifications 2006-2009 Education: • Combat Engineer Mr. Read oversees training curriculum for 500 team members Fort Leonard, MO in multiple regions. He ensures that team members are • Primary Leadership trained to the National Standards and that all training Development Course materials are current. Mr. Read develops curriculum based on US Army — Germany client needs and current threat profiles. He ensures safety • US Army Recruiter standards during training sessions are above reproach and is Fort Jackson, SC the primary Firearms Instructor for the Company, conducting • Guidance Counselor & multiple firearms classes monthly with 100% safety rating. Operations Course Fort Jackson, SC Mr. Read has demonstrated knowledge and performance as a leader, including being meritoriously promoted to Sergeant Citizenship: First Class. He held a Government secret security clearance United States and was commended by the Project Officer for maintenance Professional Development of platoon weapons and sensitive items. He had 22 years of service with the US Army of which 14 plus years were in • Oregon and Washington leadership positions. He was honorably discharged. Armed License • CJTC Certified Firearm Mr. Reed was relied upon to assist the Senior Advisor in Instructor designing training events. He is able to make difficult • DPSST Certified decisions in stressful situations and has ten plus years of Armed and experience at working directly with the public. Unarmed Instructor • Baton Instructor Mr. Reed is a qualified expert on assigned weapons and experienced in the handling of confidential material. He is • PATH (Handcuffing) trained in the use of tear gas and protective gear as well as Instructor certified in the use and detection of demolitions and • OCAT (Pepper Spray) explosives. Instructor • Defensive Tactics In addition to the Professional Certifications listed he is also a Instructor SOCS Instructor (Security Officer Customer Service) and • Taser Instructor AVADE Instructor (Awareness Vigilance Avoidance Defend • Certified Glock Escape) Armor Instructor • Montana State Firearms Instructor • First Aid Instructor Relevant Work History: 2007 - present Phoenix Protective Corporation (Corporate Training Manager) Oversee the training and curriculum standards for all members of PPC to include maintaining instructor standards, auditing training records, maintaining training manager certifications and conducting courses in multiple regions. Project Manager — oversees short term special event projects to include four seasons of security for fire camps in Washington including armed and unarmed officers. Deployed multiple PPC teams to sites throughout the northwest, implemented site procedures, and iaised with FEMA, Forest Service, Dept. of Fish and Wildlife as well as local law enforcement to ensure the safety of the fire camp sites, supplies and staff. 2007 - 2010 US Army Spokane MEPS (Guidance Counselor) 2000 - 2007 US Army Yakima recruiting Company (Recruiter) 1997 - 2000 US Army 81' Engineer (Battalion (Combat Engineer) 1996 -1997 US Army "th Engineer Battalion (Combat Engineer) Lead a team that received several commendations during a National Training Center rotation. Successfully train 6700 soldiers from the 1'' and 2"" Brigade Combat Teams for peace keeping operations during deployment to Bosnia. Trained I of the 504th Parachute Infantry Regiment on the M21 Anti -Tank mine to the expert Infantry Badge Standards. Ran the Company in the absence of the Situation Supervisor and Company Operations Manager during battalion and company training. Served as the company Armor while stationed at Dexhim, Germany and was responsible for maintenance and security of all company sensitive items. Proficient in windows and Microsoft office software. Responsible for the maintenance and accountability of all squad equipment in the excess value of $500,000.00. Received, verified and maintained personal sensitive documents from personal processing for enlistment into the US Army. Successfully accomplished all tasks without jeopardizing the safety of subordinates or equipment during his rotation at the National Training Center. He also logged more than 57,000 accident -free miles on a government vehicle. Mr. Read has extensive First Aid training. Finally, Mr. Read is experienced at setting up, maintaining, and using complex radio communications. He has a proven ability to communicate effectively both written and verbally Robert Minnick Robert.Minnick@phoenixprotectivecorp.com (253) 569-0361 WORK EXPERIENCE Phoenix Protective Corporation, Auburn, WA Region Manager • Oversee the day to day operations of the Western Washington Region, including supervisory oversite and scheduling for nearly 300 static and patrol officers, operating 24 hours a day. • Responsible for ensuring that immediate client needs are accommodated, and provide sufficient coverage to meet or exceed client expectations. • Create all billable rates for new clients and added locations from current clients to best address their needs while ensuring the company's standards are maintained. • Responsible for addressing new clients' needs and expectations, matching them with the ideal officers to find specific needs, and continuing open communication that all needs are being met. • Resolve conflicts and situations as they arise, including client and team member concerns. • Oversee productivity of the region's project managers and disseminate all contract specific information to them as needed. • Responsible for fostering the development of all team members' growth, in addition to providing corrective actions when necessary. • Coordinate with all Project Managers in the region, to ensure that they are being provided, quality candidates for their specific contracts. • Mitigate risk by coaching all team members in the region, by providing feedback and performance evaluations. Quality Assurance Manager June 2014 — October 2015 • Supervise officers to ensure policies and procedures are being adhered to. • Conduct Quality Assurance checks on each officer in the field, including our contracts with City, State, and Federal clients, to ensure that all required licensing, certifications are current and valid, and that all required documentation is with them. • Remain in constant contact with all Project Managers, to ensure that all licensing and training deficiencies are resolved in a timely manner. Uniform Field Supervisor March 2014—June 2014 • Maintain positive communication with clients to ensure security needs are being met. • Conduct site orientations and scenario based training for new officers. Ensure that all posts are properly staffed. • Conduct armed patrols and respond to commercial and residential alarm calls when necessary. Uniform Officer December 2013 — March 2014 0 Ensure the safety and security of whichever site I was posted. • Review Site Specific Post Orders and prepare Daily Activity Reports. • Communicate with client to ensure their security based needs are being met. Target Corporation, Orange County, CA Assets Protection Specialist September 2011— December 2013 • Responsible for recovery of merchandise, through internal investigations and safe, high quality external apprehensions. • Responsible for the coaching and development for all assets protection team members. • Utilizing external resources to resolve theft and fraud issues Senior Target Protection Specialist February 2007 — September 2011 • Responsible for the training of all new assets protection team members. • Compose daily reports including theft and fraud, security, and informational incidents. • Responsible for upholding and maintaining the Target brand by creating a positive and productive environment. SKILLS Licensed in the State of Washington as an Unarmed and Armed Security Officer. Additional certifications in CPR/First Aid/AED, MOAB (Management of Aggressive Behavior), OC foam, ASP Baton, Handcuffs, Taser, and Firearms. PROPOSAL DOWNLOAD RECEIPT DOWNLOADED: 11-07-2017 PROPOSAL ID: 203560 Exhibit C — Rate/cost Schedule Labor rate - estimated hours Three officers working 40 hrs/week (less 10 holidays) Hours worked in excess of a standard 40 hour work week, at the request of the County, shall be billed at $32.93/hour Total annual rate shall not exceed $135,000 Page 17 of 17 Annual Hourly Hours Rate Total 6000 hrs x $21.95 = $131,700 JEFFERSON COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA REQUEST TO: Board of County Commissioners Philip Morley, County Administrator FROM: Mark McCauley, Central Service ector DATE: December 11, 2017 RE: Request for Board of County Commissioners approval to award a two-year contract to PPC Solutions, Inc. for Jefferson County Courthouse Private Security Screening Services STATEMENT OF ISSUE: Courthouse security has been an emerging issue across the country, including in Jefferson County. The issue has become more pressing since the promulgation of General Rule 36 by the Washington State Administrative Office of the Courts. General Rule 36 establishes minimum court security standards among which is the following related to this agenda request: "Weapons screening by uniformed security personnel at all public entrances, using as a minimum metal - detector wand screening and physical examination of bags, briefcases, packages, etc." ANALYSIS: Jefferson County solicited proposals for private security screening services for the Jefferson County Courthouse on Wednesday, October 18, 2017. Proposals were due no later than 4:30 pm on Wednesday, November 8, 2017. The county received four (4) proposals in response to the RFP. An evaluation committee scored the proposals and invited the two highest scoring firms to Port Townsend for in -person interviews with the evaluation committee. Those interviews wrapped up on Wednesday, November 22, 2017. Based on the written proposals and the in -person interviews, the evaluation committee recommends that our Board of County Commissioners award the contract for Jefferson County Courthouse Private Security Screening Services to PPC Solutions, Inc. of Spokane Valley, Washington. FISCAL IMPACT: The annual cost of the contract is $135,000, which includes the proposal price of $131,700 plus $3,300 for potential overtime hours. The 2018 recommended budget includes $175,000 in ongoing budget for courthouse security, so this contract fits within the 2018 recommended budget. RECOMMENDATION: That the Board of County Commissioners approve award of the Jefferson County Courthouse Private Security Screening Services contract to PPC Solutions, Inc. of Spokane Valley, Washington REVEMED BY: p Morl , C dministrat Date PPCSOLU-01 CERTIFICATE OF LIABILITY INSURANCE O&MM o3r25no1sa THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. N SUBROGATION IS WANED, subject to the terns and conditions of the policy, certain policies may require an endorsement A statement on this cartMcats does not confer rights to the certificate holler In lieu of such end s . PRODUCER ►illent Insurance Services, Inc. 118 W Riverside Ave Sta 800 Spokane. WA 99201 1'12 V- f2081770-3844 " 325-18CM —-----._._.-----------•.--- __-- ._ ..._...__ A;Staadfastlnsunu>aCompany 2=7_---- INau,rm mumR s • Zurich American Insurance Company_ 16535 PPC Solutions, Inc. i naUREN C :man Guarantee and Liability Insurance Company 26M7 18303 E Applaway i.ewuRNl o : Spokane Valley, WA 99018 --- — --- - egURER P : MC&ASNrw uI Luner:• 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._-- alst! OF INeURANCE - - POLJCr NWIeEIt POLICY OF MAMM POLICY OW Laara A I _X GENT. - COWM9ICIALGENERALLIASILM CUUINS-MADE ❑X OCCUR - ------ - -- —PORMIKKAL AGGREGATE LIMIT APPLIES PER POLICY I CT L - JEJ Loc X X EOL0084W704 04101/2019 04/0112020 --11000,000 — 100,000 TORENTED 51000 11000,000 & AOV INJURY RAL GENE8QQREGATE - -- £---....- 000,000 PRODUCTS- COMP,OP AGe S 2,000,000 B AUTOMOSU LIABILITYAZNNQ- X AAwAAum A�UpT�OpS ONLY _ ASSpTOSSyyULED X AUTOS ONLY X X X BAPS547888 0401R019 04/0112020 SINGLE LIMIT '' ------ Q ;—.— — BOOILrINiuRYIP.ro.r,,a_ BODILY INJURY - C X UJRELLA LUU! 0E n LAS X OCCUR claarSAADE X X UC01132"04 0410112019 04/01/2020 EACHOCCURRENCE ., _. —�� S 5,000,000 __. _._ 5,000,000 DED X RETENTION $ `J A woIsO:Ja CoBPE11aA m AND UPLOYOW LMILITY ANY PROPRIETORIPARTNERIEXECUTIVE - Q IFaM) EXCLUDED? L_ IPrysa ds.ae.under DE OF OPERATIONS N/A X OLOOSM704 04/01/2019 04/0112020 PER OTH - - 1,000,000 - - E-LEACH ACCIOENT_-- E.L DISEASE - EA EMPLOYEES ---_,_-- 1,000,000 DISEASE- LIMIT --- 1,000,000 Dascl rnoN OF OPEJIATIONa I LOCATIONS I VEMICL FA (ACORD 101, Addelwrl RI schedule, my be aunch.d Kamm spry In n.qulr� RE: Jefferson County Courthouse Private Security Screening Services Jeftreon County Is add kmW insured as respects general liability for the ongoing operations of the Named Hauled, as required by written contract Coverage Is primary non-contributory. Additional Insured status applies to automobile Nobility. Waiver of Subrogation applies. Umbrella follows form. See attached forms. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPMATM DATE THEREOF Jefferson County ACCORDANCE WrrH THE POLICY PROVOISIONS. W)TICE WILL BE OEWERED IN Director, Central Services P.O. Box 1220 I= Jefferson Street AUTHORIZEDREPRESFJ1rATrvE Port Townsend, WA 98368 ACORD 25 (2018103) ®1955-2015 ACORD COIFURA-DON. All ngnts reservea, The ACORD name and logo are registered marks of ACORD POLICY NUMBER: BAP 5547668-02 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies Insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement This endorsement identifies person(s) or organization(s) who are 'insureds' for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not after coverage provided In the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named insured: PPC SOLUTIONS, INC. Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organlzatlon(s): BLANKET PER WRITTEN CONTRACT Information required to complete this Schedule if not shown above will be shown in the Dedamfions. Each person or organization shown in the Schedule is an 'insured' for Covered Autos Uabiliity Coverage, but only to the extent that person or organization qualifies as an 'insured" under the Who Is An Insured provision Contained in Paragraph A.I. of Section 11 - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 4810 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: BAP 5 5 4 7 6 6 8- 0 2 COMMERCIAL AUTO CA 04 441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named insured: PPC SOLUTIONS, INC. Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organb stion(s): BLANKET PER WRITTEN CONTRACT Information required to complete this Schedule, if not shown above will be shown In the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss' under a contract with that person or organization. CA 04 4410 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 1 0 Waiver Of Subrogation (Blanket) ZURICH Endorsement Policy No. Eff. Date Of Pol. Exp. Date of Eff. Date of End. Producer Add'1. Prom Retum Prom. Pol. E01-0084607- 04/01/2018 04/01/2019 $ $ 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which Is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the Insured has no contractual interest. U-GL-925-B CW (12101) Page 1 of 1 Additional Insured - Automatic - Owners, Lessees Or Contractors 2URICH Policy No. I Eff. Date of Pd. I Exp. Date of Pd. I Eff. Date of End. I Producer No. I MO. Prom Return Prom. EOL0084607- 03 1 04/01/2018 04/01/2019 162294000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): PPC Solutions Inc, AS Rising LLC 18303 E Appleway Spokane Valley WA 99016 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW (04113) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. The following Is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured In a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1176-F GW (04/13) Page 2 of 2 Indudes copyrighted material of Insurance Services Office, Inc., with its permission. JEFFERSON COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA REQUEST TO: Board of County Commissioners Philip Morley, County Administrator FROM: Mark McCauley, Central Se irec or DATE: November 4, 2019 RE: Request for Board of County Commissioners approval of a one-year Professional Services Agreement extension for Jefferson County Courthouse Private Security Screening Services provided by PPC Solutions, Inc. STATEMENT OF ISSUE: The original Professional Services Agreement with PPC Solutions, Inc. approved by the Board of County Commissioners on December 11, 2017 was for two years with three potential one-year extensions. Section IV. of the agreement states that: "it may be extended for three (3) one (1) year periods, with the same terms and conditions by service of written notice of the County's intention to do so thirty (30) days prior to the Agreement termination date." ANALYSIS: PPC Solutions, Inc. has been providing Courthouse security for Jefferson County since January 22, 2018. They have done a very good job in this regard and extending the contract for one year is warranted. The Jefferson County Sheriff s Office concurs with this extension. FISCAL IMPACT: The annual cost of the contract is $135,000, which includes the proposal price of $131,700 plus $3,300 for potential overtime hours. This amount is included in the County's baseline budget. RECOMMENDATION: That the Board of County Commissioners approve and execute the attached one-year extension of the Professional Services Agreement with PPC Solutions, Inc for Jefferson County Courthouse Private Security Screening Services. MRA " �MW WN. . Adrn! is4fftoK Date