Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC16-014 Inteconnect Inc dba Inteconnex IncAGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND
INTECONNECT INC. D/B /A INTECONNEX, INC.
THIS AGREEMENT ( "Agreement") is effective as of the f,! day of ANVAP1 , 2016 by and between
Inteconnect, Inc, an Iowa corporation dba Inteconnex, Inc. (hereinafter "Contractor ") Eagle County, Colorado, a
body corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County desires to install card access control systems to fourteen (14) doors (the "Project ") in the Eagle
County Building located at 500 Broadway, Eagle Colorado, the Facilities Maintenance Building located at 590
Broadway, Eagle Colorado, and the Old Court House located at 551 Broadway, Eagle Colorado (collectively, the
"Property"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the equipment, materials and installation services as set forth below in paragraph 1
hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products ( "Equipment ")
necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to
perform and complete the procurement and installation services described in and in the locations identified in
Exhibit A ( "Services" or "Work ") which is attached hereto and incorporated herein by reference. The Services shall
be performed in accordance with the provisions and conditions of this Agreement.
a. If no completion date is specified in Exhibit A' then Contractor agrees to furnish the Services in a
timely and expeditious manner consistent with the applicable standard of care. By signing below Contractor
represents that it has the expertise and personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
C. County shall have the right to inspect all Equipment. Inspection and acceptance shall not be
unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in its sole
discretion, then Contractor shall upon County's request and at no charge to County:
i. take the Equipment back;
ii. exchange the Equipment; or
�r
B •'
Eagle CoUnty Attorney's CNfike
C16 -014 6y:
Eagle County COMMLSI ners' ofra
iii. repair the Equipment.
2. County's Representative. The Facilities Management Department's designee shall be Contractor's contact
with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 11 hereof, shall continue in full force and effect until the Work is completed and
accepted by the County's Representative.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that
County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written
authorization and acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived
and such failure shall result in non - payment for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the Equipment and performance of the Services in
a sum computed and payable as set forth in Exhibit B. The Equipment and performance of the Services under this
Agreement shall not exceed forty six thousand nine hundred forty nine and 89/100 dollars ($46,949.89),
including reimbursements for pre- approved travel costs at the rates set forth in Exhibit B. Contractor shall not be
entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless
specifically authorized in writing by County.
a. Payment will be made for Equipment and Services satisfactorily performed within thirty (30) days
of receipt of a proper and accurate invoice from Contractor, in accordance the billing schedule set forth in Exhibit A.
All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other
detail as County may request.
b. If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Equipment or
Services for which payment was made were not provided or performed as set forth in this Agreement, then upon
written notice of such determination and request for reimbursement from County, Contractor shall forthwith return
such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by
County, if any, shall forthwith be returned to County.
C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local
Government Budget Law (C.R.S. 29 -1 -101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
2
G: \MAINTENANCEMnirix- Xentry\2015\Inteconnex\Inteconnex Agreement FINAL.docx
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. County expressly authorizes Contractor's use of the
subcontractors identified in Exhibit B for portions of the Work. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no
personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor
shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the
subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the
obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by
Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers' Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products /completed operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit C.
ii. Contractor's certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
V. Contractor is not entitled to workers' compensation benefits except as
3
G.\MAINfENANCEI Matrix- Xcntry\2015\Inteconnex\Inteconnex Agreement FINAL.docx
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
Further, Contractor shall execute any bill of sale or other documents required by County to transfer title of the
Equipment to County. Contractor shall provide copies of any instruction or operations or care manuals and shall
further provide copies of any manufacturers warranties associated with the Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
COUNTY:
Eagle County, Colorado
Attention: Ron Siebert
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8881
Facsimile: 970 - 328 -8782
E -Mail: ron.siebert@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970 - 328 -8685
Facsimile: 970 - 328 -8699
E -Mail: atty@eaglecounty.us
4
G:U tMIMENANCE\Matrix- Xenuy\2015Untecomex\lnteeonnex Agreement FINAL.docx
CONTRACTOR:
Inteconnex, Inc
1635 Fox Trail Drive
Loveland, CO 80538
Telephone: 319- 294 -6670
Facsimile: 319- 294 -6672
E -Mail: bshour @inteconnex
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue. Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts: Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24- 71.3 -101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment, nature and
extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and
local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
C. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall correct, at
its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has
accepted or approved the Equipment and/or Services shall not relieve Contractor of any of its responsibilities.
Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the
standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and
warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the
highest standards of customer service to the public. Contractor shall provide appropriate supervision to its
5
G:\N AIMENANCE\ NUt rix- Xentry\20l5\Inteconnex\lnteconnex Agreement MAI.. =
employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive
termination of this Agreement.
f. Contractor hereby represents and warrants that the Equipment will be new and will perform the
Services in a good and workmanlike manner and guarantees all Work against defects in materials or workmanship
for a period of one (1) year from the date the Work is accepted by County, or such longer period as may be provided
by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor by any
manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes
a guarantee or warrantee for a period longer than one (1) year, then Contractor's guarantee or warrantee shall extend
for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs first) free
and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any
other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or
encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment
until the Equipment is installed and County has inspected and approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its own
expense, without cost to County, and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the period of
any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the repairing of
such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions County
may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
1. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer - employee, master - servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
M. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
6
G:\MAINTENANCE\ Matrix- Xenhy\2015Unteconnex\lnteconnex Agreement FINAL.docx
o. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
P. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
S. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
t. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24- 76.5 -103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries
not legally within the United States as set forth in C.R.S. 8- 17.5 -101, et. seq. If Contractor has any employees or
subcontractors, Contractor shall comply with C.R.S. 8 -17.5 -101, et. seq., and this Agreement. By execution of this
Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Contractor will participate in the E -verify Program or other
Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Contractor shall not:
Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Contractor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E -Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
http:lwww.dhs_,govlxprevprot /programs /Rc 1185221678150.shtm
G:\MAIMENANCEI Matra- Xcnb)A2015Untecomex\[nteconnex Agreement FINAL docx
C. Contractor shall not use either the E -verify program or other Department Program procedures to
undertake pre - employment screening of job applicants while the public contract for services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required
to:
i. Notify the subcontractor and County within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Contractor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
e. Contractor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S. 8- 17.5 - 102(5).
f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and County terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLYLEFT BLANK]
8
G: \MAOrrENANCENatrix- Xentry\2015Unteconnu\Inteconnex Agreement FINAL.docx
IN WITNESS WBEREOF, the parties have executed this Agreement the day and year first set forth above.
AM
By:
COUN'T'Y OF EAGLE, STATE OF COLORADO, By and
Through Its B ARD OF COUNTY COMMIS ONERS
at y C dler -Henry, Chair
i eax j. Simonton, LAWL to the noara
CONTRACTOR:
INTECONNEX, INC.
By:
Print Name: M 0 Pc t t S t r-
Title: Pre-s, ct e- vt
GA fAWPPNANCE6kuk- XcnbACI5Wtcc==Ummonnex Agmmau MAU=
Matrix Door Expansion 2015 (14 doors)
All Doors to include contacts to report propped open doors
All cabling is to be provided and run from the door to the existing RDP location as shown on
drawing a5
Eagle County Building:
1. FM Building Doors (4)
1 a. West Double Doors — Electric Strike, Request Exit, Reader, Contact, Exterior
hood/cover
lb. East Door — Electric Strike, Request Exit, Reader, Contact
lc. FM Door to Dock Area - Electric Strike, Request Exit, Reader, Contact
ld. South East Double Doors - Electric Strike, Request Exit, Reader, Contact
2. Courtyard Exterior Door — Electric Strike, Request Exit, Reader, Contact, Exterior
hood/cover
3. Tunnel Doors (2)
3a. South Doors — Electric Strike, Request Exit, Reader, Contact
3b. West Doors — Electric Strike, Request Exit, Reader, Contact
4. EOC (3)
4a. Main Entry Door — Electric Strike, Request Exit, Reader, Contact
4b. New door from inside the EOC Room to IT room — Electric Strike, Request Exit,
Reader, Contact
4c. Door from Chiller Room to IT Room — Electric Strike, Request Exit, Reader, Contact
5. Eagle Main Building Assessor's IT Closet Door — Electric Strike, Request Exit, Reader,
Contact
Old Court House:
6. 3 IDF Closets in HHS
3.1 — First Floor - Electric Strike, Request Exit, Reader, Contact
3.2 — Second Floor - Electric Strike, Request Exit, Reader, Contact
3.3 - Third Floor - Electric Strike, Request Exit, Reader, Contact
EXHIBIT
sE
P t hit
E
5
*A N Ill
a 8 PN M a 3
q�g 'it z
ga xa z
$� agY z
a ea
M5, Si
MR
a �R
la.
�.
ml
K(P
0
0
0
I
g �a T d c� im
0
G o
P on 0n�
u N i�
ME
sp:
II
ME
II
WN-mki
11M
Win-
11
ON
ME
O
la
O �J �J M/ ��� Ll (01 n_ Q ro
II
11M
11
ON
HH,
O
la
O �J �J M/ ��� Ll (01 n_ Q ro
II
-tin
1 IMS
O
la
O �J �J M/ ��� Ll (01 n_ Q ro
d
r
O
m
�ro
c
H
H
O
z
a
H
m
U)
N �
o�Z
-,�
0
0
o
Q
MXProx2 — Frontier Proximity Card Reader
The MXProx2 offers the same compact,
rugged construction, built -in security features,
attention to detail and application flexibility as
the MX2 Magnetic Stripe Card Reader but in a
proximity card reader. The MXProx2 reads all
HID card formats including 26 -bit and 37 -bit
proximity cards, dual technology cards and
key fobs. The reader displays the prompt —
PRESENT CARD — to indicate proximity
operation.
As with the MX2, the MXProx2 provides all
the features and functionality to handle the
most demanding access control and security
applications. Doors, gates, turnstiles and
elevators can be controlled and monitored.
Access privileges are composed of
combinations of door groups and associated schedules.
Access control can be enhanced with the use of PINs (Personal Identification Numbers), "two
badge" rules, anti - passback and other special controls. Its rugged ABS plastic construction and
weather - resistant finishes make it the ideal choice for the harshest outdoor environments.
Every MXProx2 features an easy -to -use, 16- position keypad and a 32- character LED - backlit
liquid crystal display. These standard features provide for PIN entry; operation prompts
(PRESENT CARD); door status indications (LOCKED or UNLOCKED); modification and display
of zone status (ARMED or DISARMED); and display of custom messages and prompts. The
keypad and display are used during installation to set the reader address and define which door
(and which side of the door) is being controlled. The RCM can control up to two doors, with one
or two readers per door (IN and OUT). The keypad may also be used to adjust display contrast
to suit any indoor or outdoor environment.
With a nominal range of 3 to 4 inches and Frontier high -speed communications, the MXProx2
gets authorized personnel in and out of secure areas quickly and easily.
Frontier Security, LLC • 1041 Byers Road, Miamisburg, Ohio 45342
Phone: 844.376.8437 • Email: salesa'frontier- security.com • Web: www.frontier- security.com
FROnT1ER
MXProx2 BENEFITS & FEATURES
Benefits
Features
Durable Weather and tamper resistant makes the MxProx2 suitable for indoor and outdoor
mounting with high- impact ABS plastic construction, sealed membrane keypad,
built -in tamper switch and high security mounting screws with 2 -gang switchbox
mounting.
Reliable Microprocessor -based (CMOS programmable micro - controller) provides power
and intelligence in a small package.
Flexibility Integrated 32- character back -lit LCD adjustable contrast display to suit any
environment, including a brightly lit office area;
Easy to use telephone style layout supports silent duress alarm, permits
arm /disarm of security zones and allows for PIN and keypad entry;
Reads all HID card formats including 26 -bit and 37 -bit proximity cards, dual
technology cards and key fobs.
Ease of Use Provides audible and visual feedback;
Easy to install — designed for 5- conductor plug and cable connecting easily to
Frontier RCM as part of the total access control system.
Assurance CE (European Compliance) and U.L. Listed
EU.L.. 294 Access Control
■ U.L.. 1076 Security
Frontier Security, LLC ■ 1041 Byers Road, Miamisburg, Ohio 45342
Phone: 844.376.8437 ■ Email: sales@frontier-security.com • Web: www.frontier - security.com
Q FRon-riER
MXProx2 SPECIFICATIONS
Physical
• Dimensions: 4.5" (114.3 mm) Width x 4.4" (111.8 mm) Height x 1.5" (38.1 mm) Depth
• Weight: 15 oz. (425.25 g)
• ABS plastic construction
• Steel backplate
Keypad
• 16- position alpha numeric telephone style keypad
• Silver /mylar membrane switch
Display
• Back -lit 32- character display
• Character size — 2.95 mm Width x 3.80 mm Height (5 x 7 dots)
• LCD contrast adjustable through keypad
Environmental
• Temperature: -35 °C to +66 °C (U.L. 294)
• Humidity: 0% to 100%
Input Voltage
• 12 VDC Nominal at 200 mA from RCM
Communications
• 9600 baud RS -485 communications to RCM
• Electronics
• Main electronic circuit board contains a single CMOS programmable micro-
controller Connects to reader through a 5- position pluggable connector for the
following: +data -data power ground +12VDC earth ground
Transmit Frequency
• 125 kHz
Read Time
• 140 mS
Read Range
• 3" to 4"
Installation and Mounting
• Mounts on 2 -gang switchbox surface mounting box
• Weather hood and turnstile or parking pedestal options available where required
Warranty
• One year from date of installation
• Return -to- factory standard
Other levels of warranty available as option
Frontier Security, LLC • 1041 Byers Road, Miamisburg, Ohio 45342
Phone: 844.376.8437 • Email: sales(aifrontier- security.com • Web: www.frontier - security.com
Intrusion Systems I DS160 Series High Performance Request -to -exit Detectors
F
B%OJ"&SCFI
Invented for life
DS160 series High Performance
Request-to-exit Detectors
The DS160 Series consists of the DS160 Detector (light
gray) and the DS161 Detector (black) specifically
designed for Request -to exit (REX) applications. With
features such as timers, door monitor with sounder alert,
and pointable coverage, the DS160 and DS161 have the
flexibility to meet the most stringent REX requirements.
The exclusive Sequential Logic Input (SLI) provides added
security that is not offered in any other REX device.
► Door monitor with sounder alert
► Sequential Logic Input (SLI)
► Internal vertical pointability
► Wrap- around coverage pattern with precise pattern
control
► Up to 64 second adjustable latch time
► Selectable relay trigger mode
► Selectable fail -safe or fail - secure modes
► Adjustable sounder volume
► Activation LED
Sounder Alert
An integrated sounder can be programmed to activate if
the door is left open too long. The sounder volume is fully
adjustable to 85 dB.
Keycard Input
The keycard input allows the sensor relay to be controlled
from an external source, such as an access control system
or card reader.
Functions Certifications and Approvals
Sequential Logic Input (SLI)
The SLI terminal allows connection of a second device to Region Certification
require sequential detection. This eliminates the Europe CE 2004/108/EC EMC Directive; 2006/95{
possibility that an object that is slid through the door or EC Low - Voltage Directive;
underneath the door will activate the detector. This input EN50130- 4:1995 +A1:1998 +A2:2003 /
can also be used to lock the sensor if motion is present JUY2011, EN55022:2006 +A1:2007
outside the premises. +A2 :2010 /JULY 2011, EN60950 -:2006
Door Monitor
+A11:2009 +A1:2010 /JULY 2011
The sensor can monitor a door contact to allow special USA
control of the internal relay. For example, if the door is
opened within the relay time period, the sensor can be Europe
programmed to halt the timer. If the door is not opened
within a specific time period, the relay can be
programmed to deactivate.
UL ALVY: Access Control Systems Units
(UL294)
Complies with EN50131 -1 Grade 2
www.boschsecurity.com
2 1 DS160 Series High Performance Request -to -exit Detectors
Installation /Configuration Notes
12 m
(10 ft)
Front View
Mounted on wall above door and mounted on ceiling .75 m
(2.5 ft) in front of the door.
_.
1.5 m
(5 ft)
3m
(10 ft)
Side View
The higher that you mount the unit, the larger the
coverage area. Do not mount the DS160IDS161 more than
4.6 m (15 ft) above the floor.
Side view of coverage pattern with the unit mounted at
4.6 m (15 ft) above the floor with the lens pointed straight
down.
.75 m
(2.5 ft)
Side View
1.5 m
(5 ft)
The higher that you mount the unit, the larger the
coverage area. Do not mount the DS160IDS161 more than
4.6 m (15 ft) above the floor.
Side view of coverage pattern with the unit mounted at
4.6 m (15 ft) above the floor with the lens pointed straight
down.
Coverage Information
The coverage (detection area) varies depending on the
mounting height above the floor, angle of the lens, and
whether the unit is mounted on a wall above the door or
on the ceiling. The coverage is 2.4 m x 3 m (8 ft x 10 ft)
The coverage patterns for the detector at a height of
2.3 m (7.5 ft) are shown. The coverage pattern increases
or decreases with height and detector alignment.
Note When you mount the unit on the wall and the
lens points straight down, some detection
zones point toward the wall and do not
detect movement.
The diagrams depict views of the coverage pattern with
the detector mounted at 2.3 m (7.5 ft) above the floor
with the lens pointed straight down. Zones that are
pointed toward the wall are not shown.
Technical Specifications
Environmental
Operating Temperature: - 29 "Cto +49 °C(- 20 °Fto +120 °F)
For UL Certificated installations, 0°C to +49 °C
( +32 °F to +120 °F)
Radio Frequency Inter- No alarm or setup on critical frequencies in the
ference (RFI) Immunity: range from 26 MHz to 1000 MHz at 50 V/m
Complies with Environmental Class II (EN50130 -5)
Mechanical
Dimensions: 4.5 cm x 17.1cm x 4.4 cm
(1.80 in. x 6.75 in. x 1.75 in.)
Material: High impact ABS plastic enclosure
Modes
Power Loss De- Programmable fail -safe or fail- secure modes.
fault:
Timer: Programmable reset accumulative or non -reset counting
mode.
Electrical
Current Draw: 8 mA nominal standby current, 39 mA at 12 VDC in
alarm
Voltage: 12 VAC or VDC to 30 VAC or VDC
Alarm Output: Two Form C relay contacts each rated 1 A at 30 VAC or
VDC for resistive loads
Indicators: 1 activation LED
Relay Latch Adjustable from 0.5 sec to 64 sec. A T
Time:
Ordering Information
DS160 Request - to-exit Detector DS160
Light gray enclosure. For use in request -to-
exit (REX) applications. Provides 2.4 m x 3 m
(8 ft x 10 ft) coverage, timers, door monitor
with sounder alert, and pointable coverage_ .
DS161 Request - to-exit Detector DS161
Black enclosure. For use in request - to-exit
(REX) applications. Provides 2.4 m x 3 m (8
ft x 10 ft) coverage, timers, door monitor
_ with sounder alert, and pointable coverage_.
Accessories
TP160 Trim Plate TP160
Alight gray trim plate used when mounting
the detector over a standard single -gang box.
TP161 Trim Plate TP161
A black trim plate used when mounting the
sensor over a standard single -gang box.
www.boschsecurity.com
RCM— Frontier Reader Control Module
The RCM is designed for use with Frontier
MX- Series card readers. It can also be
adapted to accept data from other readers,
including biometric devices. The high- speed,
three -tier Frontier architecture of Frontier
server, BC(s), and RCMs provides full access
control whether online or offline. Connection
and addressing are provided in each RCM for
up to two doors, with two readers per door
(ingress and egress), eight inputs and six
outputs for door control or auxiliary devices.
Local database capacity is configured for up
NOW to 20,000 badges (expandable to 32,000),
with storage capacity for up to 8,000
transactions in a FIFO (First In First Out)
rotary file. Transactions are continuously and automatically uploaded to the BC and Frontier
server for control, event handling and reporting.
The RCM offers all the built -in safety features and redundant backup associated with the Frontier
family of products. These include PTC Resistors (Positive Temperature Coefficient Resistor)
short circuit and over - current protection for inputs and outputs (no fuses to replace), tamper alarm,
high- impact ABS plastic construction and battery backup for both memory and the module's real -
time clock/calendar. Communications and wiring status of all devices connected to the RCM are
provided, using LEDs and DIP switches to aid in installation and diagnostics. Pluggable terminal
connections simplify connection, installation and service, while three rotary switches make
addressing the RCM simple.
Frontier Security, LLC • 1041 Byers Road, Miamisburg, Ohio 45342
Phone: 844.376.8437 • Email: sales @frontier- security.com • Web: www.frontier - security.com
Benefits
Features
Durable High- impact ABS plastic construction uses tamper- resistant screws to
secure top.
Ease of Use Easy to set addresses - three rotary address switches standard;
Full communication status displayed at all times — multiple LEDs and DIP
switches for status indication of reader and host communications — aids
troubleshooting at a glance;
Easy connection, installation and service — all connections made via
pluggable terminals and easily connects to Frontier card readers as part
of the total access control system;
Complies with industry standards for connectivity and permits easy
connection to off - the -shelf commercial communication equipment -
designed for RS -485, RS -422 or RS -232 with modem control
communication to host computer.
Reliable Rechargeable Ni -MH battery supports one 512K static RAM standard,
with expansion to 975K allows for long stable data memory retention in
powered down state;
Main power input current and output current protected with PTC
Resistors
• "Circuit breaker" action protects against overload with automatic reset
• Eliminates need to find and replace old fashioned fuses
Accuracy Battery- backed real -time clock / calendar (6 year estimated battery life at
room temperature) is accurate to +/- .86 seconds per day and is
automatically reset by BC (or Frontier host) during polling.
Assurance
CE
(E)
Eight supervised inputs;
Internal or external tamper select — enclosure tamper alarm standard (no
extra hardware to purchase);
CE (European Compliance) and U.L. Listed
• U.L.. 294 Access Control
• U.L.. 1076 Security —
Frontier Security, LLC • 1041 Byers Road, Miamisburg, Ohio 45342
Phone: 844.376.8437 • Email: salcs@frontier-security.com • Web: www.frontier- security.com
RCM SPECIFICATIONS
Supports up to four MX readers controlling two access control portals
Physical
• Dimensions: 11.3" (287mm) Width x 7.28" (185mm) Height x 2.75" (69.9mm) Depth
• High- impact ABS plastic construction
• Tamper -proof screws for attaching lid
• Outputs conveniently located for ease of installation
• Eight knockouts for %" or 1" conduit
Environmental
• Temperature: -35 °C to +66 °C (U.L. 294)
• Humidity: 0% to 100 % (Non- condensing)
Input Voltad6
• 12VDC Nominal at 200mA (Unloaded)
• Input and output sources protected by PTC Resistors
Communications
• Automatic baud rate and parity selection
• RS -485 to Frontier readers
• User selectable RS -422 or RS -232 to host computer (with DCD, RTS, & CTS modem control)
Inputs
• Eight supervised inputs provided; each input has an on -board DIP switch for selecting
normally open or normally closed contacts
• Default Input Configuration
#1 - Door Status
#2 - Strike Feedback (Aux 1)
#3 - Egress (Aux 2)
#4 - Aux 3 /Internal or external tamper select
Optional
#5 - Aux 4 /Door 2 status
#6 - Aux 5 /Mag Bond /Strike feedback
#7 - Aux 6 /Egress 2
#8 - Tamper (Aux 7)
Memory
• 128K x 8 FLASH - Jumper selectable socket for FLASH or standard EPROM
• One 512K battery backed static RAM expandable to 975K.
Outputs per Door
• Two general purpose +12 VDC outputs, rated 100 mA ea; over - current protected
• One form C relay output, dry contacts, rated 1 Amp @ 24 VDC or 24 VAC; over - current
protected
• Three protected, open collector outputs withstanding 24 volts in the "off" state and sinking
400 mA @ 25 °C or 200 mA @ 70 °C in the "on" state; provides thermal shutdown and over -
current shutdown.
Warranty
• One year warranty
• Return -to- factory standard
• Other levels of warranty are available as options.
Frontier Security, LLC • 1041 Byers Road, Miamisburg, Ohio 45342
Phone: 844.376.8437 • Email: sales @frontier - security.com • Web: www.frontier - security.com
Inteconnex,.,
Company: Eagle County
Address: 500 Broadway
City /State2lp: Eagle, CO 81631
Contact: Ron Seibert
Email: ron.selbert@eaglecounty.us
Contact Phone: 970 - 328 -8881
Project: Access Control Frontier Option
WE ARE PLEASED TO SUBMIT THIS PROPOSAL FOR YOUR CONSInFRAT10N
Office Location: Inteconnect Inc.
1635 FoxTrail Drive
Loveland, CO 80538
319 - 294 -6670
Inteconnect Sales Rep: Ben A.Shour
Sales Rep Phone: 515 - 865 -0637
Sales Rep Fax: 319 - 294 -6672
Email: bshour @inteconnex,com
Quotaton Date: 29 -0d -15
Quote Number. SC151029 -001
Terms: Net 30 (progressive billing)
F.O.B.: Destination
Qfy
MANP
PART MJMBER
DESCRIPTION
COST
Gov't Center fand B&G1
3
Frontier
01- 13041A
Reader Control Module to be located In closet with existing panel. (doors 2,5,4a,4b,4c. 3b)
2,718.69
1
Frontier
05 -13570
Mini Reader Distribution Board
104.25
1
Frontier
01 -14306
Reader Distribution Panel with 3 - RCM2 Boards (doors la,lb,3a, Alt 1. All 2)
3,691.62
Old Courthouse•
2
Frontier
01- 13041A
Reader Control Module (doors 3.1, 3.2,3.3)
1,812.46
Frontier
Both Buildinas:
4
Frontier
Portal Packs
Portal Packs
820.18
14
Frontier
MX -Prox2
Proximity Intelligent Badge Reader
7,131.38
14
Frontier
34 -11943
MX Surface Mount Box, Black
621.82
2
Frontier
37 -13615
MX Weather Hood with Mounting Plate and Tamper, Black
415.38
14
Frontier
PIR
REX Motion
1,184,62
14
Fronfer
DPS
Door Position Switch
107.69
Inteconnex
TruUnk
Structured Cabling
Inteconnex
Alpine Lock and Safe
Supply and Install door hardware
1
Shop Engineering and Suppfes
$1,581.69
Total Material Cost
$20,189.78
Total Labor Cost
$9,699.31
Total Mill Cost
$2,803.24
Total Service Contract Cost
$0.00
Total Subcontractor Cost
$14,257.56
Total System Price
$46,949.89
Scope of Work:
Thank you for allowing Inteconnect Inc. to provide this quote. Inteconnect Inc. Security Services Division Is a security solutions Integrator
providing equipment and services to customers, for all of their security needs. Progress billing applicable.
Customer PO#
EXHIBIT
Eagle County Quote (Frontier)Asx Page 1 of 1 ]1 t� Ps
Cabling is $6310.05 through Subcontractor line item
Installation of door hardware is $7947.51 through Subcontractor line item
Shop Engineering and supplies is for small supplies that maybe needed for installation. Such as
screws, cable ends, wire ties, cleaning supplies, etc.
Total Material cost includes everything on Quote that has a price in the line item section (frontier
parts and Shop Engineering and supplies)
Total Labor is all of our (Inteconnex) cost for design, wiring of the head end, programming
system, training, project management, testing.
Total Misc Cost is estimated Travel expenses.
Mileage = $0.57 /mile
Lodging = $172.50 /day
Meals = $55.28 /day
INTEC -1 OP ID: TAL
CERTIFICATE OF LIABILITY INSURANCE DATE 12 /2222//22015 0/61
12 _
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ,
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsementis).
PRODUCER
Mllihiser Smith Agency, Inc.
3100 Oakland Road NE
PO Box 3100
Cedar Rapids, IA 52406 -3100
Thomas D King
Thomas D Kint
319- 365 -8611
INSURER A: Hartford Casualty Ins. Co. 29424
INSURED Inteconnect -Inc INSURER B: Sentinel Insurance Co Ltd 11000
dba Inteconnex INSURER c: Donegal Insurance Group 13692
1065 Sierra Ct NE Unit A
Cedar Rapids, IA 52402 -1283 INSURER D: Travelers Property Casualty Co
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
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.
1� TPEOFINSURNCE S MUDY MDDTR POLICYNUMBER POLICY POLICY LIMITS
A
Eagle County
MMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
X
91SBARM6079 12/3112015
12131/2016
EACH OCCURRENCE
$ 1,000,00
PREMISES Ea occurrence
$ 300,00
MED EXP (Any one person)
$ 10,00
usiness Owners
(GEN'LAGGREGATE
PERSONAL &ADV INJURY
$ 1,000,000
LIMITAPPLIES PER:
LICY JECOT- ❑ LOC
GENERAL AGGREGATE
S 2,000,00
PRODUCTS - COMP/OP AGG
S 2,000,000
$
HER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,00
C
X
ANY AUTO
X
CLROS38667
1213112015
1213112016
BODILY INJURY (Per person)
$
ALLOWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
X
X NON -OWNED
HIRED AUTOS AUTOS
PROPERTY DAMAGE
Pereccident
$
a
X
UMBRELLA LIAR
X
OCCUR
EACH OCCURRENCE
$ 2,000,00
AGGREGATE
$ 2,000,00
A
EXCESS LIAB
CLPJMS -MADE
91SBARM6079
1213112015
12131/2016
DED I X I RETENTIONS 10,000
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNERIEXECUTIVE YIN
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
NIA
91WECJZ6927 12/31/2015112/31
/2016
P R OTH-
X STATUTE ER
E.L. EACH ACCIDENT
$ 500'000
E.L. DISEASE - EA EMPLOYEE
E 500,000
E.L. DISEASE - POLICY LIMIT
$ 500,00
C
Errors & Omissions
E000001874104
12/31/2015
12131/2016
Occur /Agg 1,000,00
D
Installation Float
660SCS11411
1213112015
12/31/2016
Occur 400,000
DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required)
Certificate Holder Continues: its associated or affiliated entities, its
successors and assigns, elected officials, employees, agents, volunteers;
True Link; Aspen Lock & Key
CERTIFICATE HOLDER CANCELLATION
EAGLE30
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle County
ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 850
AUTHORIZED REPRESENTATIVE
Eagle, CO 81631
©1988 -2014 ACORD CO EXHIBIT
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD 1
e
1/4/2016 Eagle County Government Mail - FW: Inteconnex Certificate of Insurance for Eagle County
,�Goc�gle Ron Siebert <ron.siebert@eaglecounty.us>
EAGLE -CIOU '
FW: Inteconnex Certificate of Insurance for Eagle County
Christina Hooper < christina .hooper @eaglecounty.us> Tue, Dec 29, 2015 at 11:38 AM
To: Ron Siebert <Ron. Siebert@eaglecounty. us>
Ron,
Further to my earlier email, we've worked this solution out with the insurance agent and are satisfied that the proof
of insurance /additional insured requirement has been met. We'll attach this email with the insurance certificate
for the contract.
Please keep me posted about the remaining comments on the draft I sent early December and we'll get it ready for
Interconnect Inc signature.
Thanks,
Christina
Christina Hooper
Assistant County Attorney
50o Broadway
Eagle, CO 81631
(970) 328 -8685
(970) 328 -8699 (fax)
THIS MESSAGE IS INTENDED ONLY FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS
ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL AND EXEMPT
FROM DISCLOSURE UNDER APPLICABLE LAW. If the reader of this message is not the intended recipient, you
are hereby notified that any dissemination, distribution, forwarding, copying of or taking action in reliance on the
contents of this communication is strictly prohibited. If you receive this communication in error, please notify the
sender immediately by e-mail or telephone, and delete the original message immediately. Thank You.
Forwarded message
From: Traci Lyons <tlyons @millhisersmith.com>
Date: Tue, Dec 29, 2015 at 11:29 AM
Subject: Inteconnex Certificate of Insurance for Eagle County
To: " christina .hooper @eaglecounty.us" < christina .hooper @eaglecounty.us>
Cc: "bshour @inteconnex.com" <bshour @inteconnex.com>
Per the Certificate of Insurance attached, the Certificate Holder (Eagle County, its associated or affiliated
entities, its successors and assigns, elected officials, employees, agents, and volunteers and subcontractors,
True Link and Aspen Lock & Key) is an additional insured on the General Liability and Auto per the Y in the
boxes in the ADDL INSD columns, however, coverage is applicable to SS0008 0405, CA2048 0299 forms
attached.
htW/ mail. google. com /mail /u10 / ?ui= 2&ik= 17ba421fe7& view =pt& search = inbox& msg= 151ef08c0a2P9d62 &sim1= 151ef08c0a2P9d62 112
1/4/2016 Eagle County Government Mail - FW: Inteconnex Certificate of Insurance for Eagle County
rra,(,-& Lyoyw
I Commercial Lines Account Specialist
Please send Certificate and Evidence of Property Requests to: cents @millhisersmith.com
Millhiser Smith Agency Inc
3100 Oakland Rd NE Cedar Rapids, IA 52402
Ph 319 - 365 -8611 Fax 319 - 365 -6919
www.millhisersmith.com
Sending an e-mail message does not constitute an agreement to bind, write or cancel coverage. Millhiser Smith cannot assure that
messages sent over the internet are secure. If you have received this message in error, please notify the sender and destroy your
copy. Thank you.
This document is advisory in nature. It is offered as a resource to be used together with your professional insurance advisors in
maintaining a loss control program. The maintenance of safe premises, operation and equipment, and the avoidance of unsafe
conditions and practices, and compliance with all statutes and laws are the sole legal responsibility of the insured. No liability is
assumed by the information contained in this document.
4 attachments
in SS0008 0405 Page 12.pdf
4238K
jS Eagle Cert 14- 15.pdf
175K
Eagle Cert 15- 16.pdf
158K
Auto AI_CA2048_0299 Eagle Co.pdf
50K
httpsJ /mail.google.com /mail /u/0 /?ui= 2&ik= 17ba421fe7 &view =pt& search= inbox&msg =151 ef08c0a2f9d62 &siml= 151e1l08c0a2f9d62 212