No preview available
HomeMy WebLinkAboutC16-166 VideotronixAGREEMENT FOR SERVICES BETWEEN EAGLE COUNTY. COLORADO AND VIDEOTRONIX,INC. DBA VTI SECURITY TI-llS AGREEMENT ('Agreenent") is effective as of the 94 O^, tf //4r4 f ,20t6 byand berween Videotronix, Inc.n a Minnesota corporation d/b/a VTI Security (hereinafter "Contractor.") and Eagle Cormty, Colorado, a body corporate and politic (hereinafter "County"). RECITALS WIIEREAS, County desiles Contractor to (i) license atrd install the 5.0 OnSSI VMS Upgrade for the camera systenu (ii) review existing systern settings; and (iii) provide software training (collectively the "Project") at the county building located at 500 Broadway, Eagle, Cololado and at the Airport Property located at and at.ound 217 Eldon Wilson Road, Gypsunr, Colorado (the "Property"); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the tirne, skill, expertise, and expelience necessary to provide the services as defirred below in paragraph I hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the Services. AGREEMENT NOW, TIEREFORE, in consideration ofthe foregoing and the following promises Contractor and County agr€e as follows: l. Selices or Work. Contractol agrees to (i) license and install the 5.0 OnSSI VMS Upgrade for the camera syst€ln; (ii) review existing systern settings; (iii) provide software tlaining and (iv) diligently provide all services, labor, persottnel and materials necessaly to perform and cornplete the services or work described 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 Agteernent. a. Softwate License. As part of the Services, Contractor is providing and installing the 5.0 OnSSI VMS upgrade for the canera systenr (the "soltware"). Contractor heleby replesents and warrants to County that it has entered into appropriate and binding agreements with OnSSI and that it has the right to license and provide the Software to Corrnty for its use as set forth in this Ag'eement. Contractor hereby grants to County a perpetual, enteryt'ise-wide, nonlransferable, nonexclusive license for use of the Software in accordance with the terms of this Agteement. The parties agree that County may purchase fiom Contractor additional Softwar.e licenses on an as- needed basis at the rates then in effect pursuant to the terms ofthis Agreement. Any additional purchase ofso{iware licenses shall be docurnented in an amendment to thi$ Agreement. b. Installation of Software. Contractor shall timely perform delivery and installation ofthe Software in accordance with the ternrs of this Agreement. Contractor shall provide County with a project manager to coordinate installation ofthe Soflware. IfCounty is not satisfied with the manager assigned to the Project, Contractor shall replace such project manager. Contraclor shall be responsible for all r.isk of loss befor.e the Software is installed and finally aocepted by County. C16-166 o. Contractoragrcestofi.rrnishthe Servicesno laterthanMay3l,2016. Bysigningbelow Contractor.replesents that it has the expertise and personnel necessary to properly and timely perform the Services. d. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit d and the terms and conditions set forth in this Agreement, the ternts and conditions set forth in this Agreement shall prevail. 2, C_ojrnly's Representative. The Airport Depaltment's designee shall be Contractor's contact with respect to this Agleement and performance of the Selices. 3. Term of the Agreernent. This Agreenrent shall commenc€ upon the date first written above; and a. The Software license (5.0 OnSSI VMS) shall be perpetual; and b. Services, subject to the provisions ofparagraph I I hereof,, shall continue in full force and effect through the 3 l" day of May, 20 | 6. 4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties. No additional selices or work perfornred by Contractol shall be the basis fot additional compensation unless and ultil Contlactor has obtained written autlrorization and acknowledgement by County fot such additional setvices in accordance with County's internal policies. The Eagle County Airport Direotor shall be authorized to sign change orders increasing the scope ofwolk and associated compensation within the budget constraints set for the Project, Change orders in excess ofthe budgeted amount must be signed and approved by the Board ofCounty Comnrissionels. Accordingly, no course ofconduct or dealings between lhe parties, nor verbal change orders, express or implied acceptance ofaltelations or additions to the Services, and no claim that County has been unjustly enr.iched by any additional selices, 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 servicos is not timely executed and issued in stricl accordance with this Agreement, Contl.actor's rights with respect to suoh additional services shall be deerned waived and such failure shall result in non-payment for such additional services or work performed' 5. Conrpensation. County shall conrpensate Contraciot' for the perfolnance ofthe Selvices in a surn computed and payable as set forth in Exhibit A. The perfonnance ofthe Services under this Agrcenrent shall not exceed $2,064,00. Coltractor shall not be entitled to bill at overtime and/or double time tates for work done outside of normal business hours unless specifically authorized in writing by Counly. a. Payment will be rnade for Services satisfactorily performed within thirty (30) days of rcceipt of a proper.and accurate invoice fi'om Contractor. All invoices shall include detail regading the hours spent, tasks performed, who performed each task and such other detail as County may lequest. b. lf, at any tirne during the term or after termination or expiration of this Agre€ment, County reasonably detelmines that any payment made by County to Contractor was imptrcper because the Services for which payrnent was made were not porfornred as set forth in this Agreement, then upon written nolice of such deteluination and request for reimbursement fronr County, Contractor shall forthwith retutn such payment(s) to County. UpontenninationorexpirationofthisAgreement,unexpendedfirndsadvancedbyCounty,ifany,shall forthwith be returned to Couuty. c. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrces to be solely responsible for the accnrate rcpolting and payment of any taxes related to payments made purcuant to the terms of this Agreement. 2 Eagle County General Serviccs Final 5/l 4 d' Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Aglcement after, nor shall any payrnents be nrade to Contr.actor in respect of any period after. December 3l of any year, without an appropriation therefor by County in aocordance with a budget adopted by the Board of County Commissioners in cornpliarrce with Article 25, title 30 ofthe Colorado Revised Statutes, the Local Government lludget Law (C.R.S. 29-1-10l et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6. Subcqntractors. Contlactor acknowledges that County has enteled into this Agreement in reliance upon the particulat reputation and expeftise of Contractor. Contmctor shall not enter into any subcontr.actor agreements for the pet'formance of any of the Setvices or edditional seryices without County's prior written consent, which may be withheld in County's sole discrction. County shall have the dght in its reasonable discretion to approve all personnel assigned to the subject Project during the performance ofthis Agreement and no personnel to whom County has an objection, in its rcasonable discretion, shall be assigned to the Pr.oject. Contractor shall require each subcontractor, as approved by County and to the extent ofthe Services to be per.formed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assulne toward Contractor all the obligations and rcsponsibilities which Contractor; by this Agreernent, assumes toward County. County shall have the right (but not the obligation) to enforce the prrcvisions of this Agleement against any subcontractor hir.ed by Contractor and Contractor shall cooperate in such process. The Contractor shall be lesponsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contmctor agrees to provide and maintain at Contmctor's sole cost and expense, the following insulance coverage with limits of liability not less than those stated below: Types oflnsurance, i. Workers' Compensation insurance as required by law. ii. Auto covetage with limits of liability not less than $1,000,000 each acci<lent combinetl bodily injury and propelty damage Iiability insurance, including coverago for owned, hired, and non-owned vehicles. iii- Commercial General Liability coverage to include prcmises and operations, personaUadvertising injury, productVcompleted operations, broad fonn property damage with limits of liability not less than $1,000,000 pel occun€nce and $ 1,000,000 aggr.egate lirnits. iv. Professional Liability (Errors and Omissions) including Cyber Liability with pr.ior acts coverage for all deliverables, Services and additional services required hereunder, in i form and with insurer or insurcm satisfactory to County, with limits of liability of not less than $3,000,000 per claim and $3,000,000 in the aggregate, 'l.he insurance shall provide covemge for (i) liability arising from theft, dissemination and/or use of confidentiiiinfo'nation stored ortransmitted in electronic form; (ii) Network Security Liability arising fion unauthorized access to, use of or tampering with computer systems including hacker attacks, inability of an autliorized thir.d party to gain access ro your Softrryare or Services including denial of access or Services unless caused by a mechanicat or electrical failureiliii)liability arising fi'om the introduction of a computer virus irrto, or otherwisi causing damage to, County or a third person's computer, computer system, network or similar computer related poperty andltre dati, soflware uod ptog*1n, therron. v' Crime Coverage shall include employee dishonesty, forgery or alteration and comput€r ftaud' If Consultant is physically located on County prernises, thild party fidelity coverage extension shall apply. The policy shall include coverage for all directors, officers and employees ofthe Consultant. The policy shall include 3 Eagle County Ceneral Services Firral 5i l4 covemge for extended theft and mysterious disappearance, The policy shall not corrtain a condition requiring an arrest or conversion. Linrits shall be a minimum of $1,000,000 per loss. b. Other Requilements. 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 B. ii. Contractor's certificates ofinsurance shall include subcontractors, ifany as additional insureds under its policies or Contractor shall furnish to County $eparate certificates and endorsements for each subcontractor. iii. The insurance provisions ofthis Agr'eement shall survive expitation or' termination hereof. iv. The parties hercto understand and agree that the County is relying on, and does not waive or intend to waive by any prcvision of this Agreement, the monetary lirnitations or rights, immunities and pl.otections provided by the Colorado Governmental Immunity Act, as from time to titne 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 provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or sonre other entify. 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 indeinnify and hold harrnless County, and any of its offic€rs, agents and enrployees against any losses, claims, darnages or liabilities for which County may become subject to insofar as any such losses, clainrs, damages or liabilities alise out of, directly or indirectly, this Agteemenl, ot Are based upon any performance or nonperfonllance by Contractol or any ofits subcontractot's hereundel; and Contractor shall reimburse County for rcasonable attorney fees and costs, l€gal and other expenses incurrcd by County in connection with investigating or defending any suclr 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. The Contl.actol shall fuilher indernnify and hold harrnless County, and any of iis officers, agents and employees against any losses, claims, damages or liabilities for which County may become subject to insofat as any such losses, claims, damages or liabilities arise out of, dilrctly or indirectly, this Ageement and the provision of the Software by Contractor to County and any clairns of infringement related thereto; and Contlactor slrall reimburse Coulty for reasonable attorney fees and costs, legal and other expenses incured by County in connection with investigating or defending any such loss, claim, damage, liability or action. This paragraph shall survive expiration or termination hereof, 4 Eagle County Generat Scrviccs Final 5i I 4 9' Ownelship of Documentq. All documents (including electronic files) and materials obtained during, purchased or prepared in the perlbrmance ofthe Services shall remain the propefiy ofthe County and are to be delivered to county beforc final payment is made to Contlaclor or upon earlier termination of this Agreement. I0. Notice. Any notice I'equired by this Agreenrent shall be deemed properly delivered when (i) penonally 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 al their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile rnachine or other.confirmation showing the date, time and receiving facsimile nurnber for the transmission, or (v) when transmitted via e-mail wiah confinnationofreceipt' Eitherpartymaychangeitsaddressforpurposesofthisparagmphbygivingfive(5)days prior written notice ofsuch change to the other party. COUNTY: Eagle County, Colorado Attention: Jeff Bncwnback 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone : 97 0-328 -264 5 Facsimilo; 97 A428-2687 E-Mai l: j effi'ey.brownback@eaglecounty.us With a copyto: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 Facsimile: 970-328-5699 E-Mail : atty@eaglecounty.us CONTRACTOR: Videotronix, Inc. d/b/a VTI Security Attention: Doug Adams 401 West Travelers Trail Burnsville, MN 55337 Telephone: 7 19 -95 5-067 2 E-Mail; doug.adanrs@vtisecurity.com 1 l. Tenrdnation' County may terminate lbis Agreernent, in whole or in part, at any tirne a1d for any reason, with ol without cause, and wilhout penalty therefor with seven (7) calendar days' prior written notice to rhe Conlractor. Upon tefmination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph t hereof, in such fonnat as County shall direct and shall return all County owned materials and documents. County shall pay Conlractor for Services satisfactorily perfolmed to the date of termination. 12' Venue. Jurisdiotion and Aoplicable Law. Any and all clairns, disputes or controversies related to this Agreelnent, or breach thereo{ shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exolusive forum for such litigation. This Agreement shall be construed and interpreted uncler and shall be governed by the laws of the State of Colorado. 5 Eagle Courrty Geneml Scrvices Final 5/14 13. Execution by Cg.unterparts: Electronic Signatures. This Agreement may be executed in two or more counterpafis, each ofwhich shall be deelned an originat, but all of which shall constitute one and the same instrument, The parties approve the use of elechnnic signatures for execution of this Agreement' Only the following two forms of electronic signatures shall be permitted to bind fhe parties to this Agreement: (i) Electronic or faosimile delivery ofa futly execured copy ofthe signature page; (ii) the image ofthe signature ofan authorized signer inserted onto PDF formal documents. All documents must be properly notarized, if applioable. All use of electronic signatures shall be governed by the Uniform Electlonic Transactions Aet, C.R.s. 24-71.3'101 to l2l- Othel Contract Requilements and Confl'actor Represerrtations' a. Contractor has fanriliarized itselfwith the nature and extent ofthe Services to be plovided hereunder and the Property, and wittr all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect oost, progress' or perfottnance ofthe Selvices. b. Contractor will nrake, or calse to be made, examinations, investigations, and tests as he deems necessary for the performance oftltc Services' c. To the extent possible, Contractor has corlelated the results ofsuch observations, examinations, investigations, tests, repo$s, and data with the tenns and conditions of this Agreement' d. To the exte nt possible, Contractor' has given County written notice of all conflicts, erlol's, or discrepanoies. e. Contractor slall be responsible for the conrpleteness and acculacy ofthe Services and shall correct, at its sole expense, all significant erncrs and omissions in performance ofthe Services. The fact that the County has accepted or. approved the Services shall not relieve Contractol ofany of its responsibilities. Contractor shall perforrn the Services in a skillful, professional and competent rnanner and in aocordance with the standard of care, skill and diligence applicable to contractofs perforrning similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perfoun the Services and shall comply with the highest standards of customer se1ice to the public. Contractor shall provide appropriate supervision to its ernployees to ensure the Services are perfomed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. Contractor agr.ees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the perfomance of this Agreement. Time is of the essence with respect to this Agleernent. g. This Agreernent constitutes an agreem€nt for performance of the Services by Coutl"ctor as an independent contractor. and not as an employee of County. Nothing contained in this Agreeurent shall be deenred to .r"ui. o relatiolship ofemployer-employee, master-servant, partnership, joint venture or any other relationship betw€en County and Contractor except that ofindependent contractor. Contractor shall have no authority to bind County. h. Contractor repres€nts and wallauts that at all times in the perforntance of the Services, Conttactor shall comply with any and all applicable laws, codes, rules and regulations. i, This Agreement contains the entire agreement between the parties with respect to the subject matter.hereofand supersedes all other agleoments or understanding between the parties with respect thereto' 6 Eagle County General Services Final 5/14 Contractor shall not assign any portion of this Agreement without the prior written consent of lhe County. Any atternpt to assign this Agreement without suoh consent shall be void, k' This Ageement shall be binding upon and shall inure to the benefit of the parties hercto and their respective permitted assigns and successors in interest. Enforcerrrent of this Agreement and all rights and obligations hereunder are reselved solely for the parties, and not to arry third party, t. No failule or delay by either party in the exercise ofany right hereunder shall constitute a waiver fhereof. No waiver ofany breach shall be deemed a waiver ofany preceding or sucoeeding breach. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability ofany other plovision hereof. n. The signatories to this Agreement aver to their knowledge no employee ofthe County has any personal or beneficial interest whatsoever in the Services or Properly described in this Agreement. The Contmctor. has no beneficial intelest, direct or indirect, that would conflict in any manner or degr.ee with the perfomance of lhe Services and Contractor shall not employ any person having such known interests. The Contractor', if a natural person eighteen (18) years of age or older', hereby swears and affirnrs ttndel penalty of perjury that he or she (i) is a citizen or otherwise lawfully plesent 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 Conlracts. As used in this Section 15, the ternr undocumented individual will refer to those individuals fronr foreigrr 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 subcontr'actors, Conttactor shall cornply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor ce$ifies that it does not knowingly employ or contract with an undocumented individual who will petform undet this Agrcement and that Contractor will participate in the E-velifi Program or other Departnrent of Labor and Employment progmm ("Department Program") in order to confirm the eligibility of all employees who are newly hirod fol enrployment to perform Services under this Agreement, Contmctor shall not: I(nowingly employ or contract with an undocumented individual to perfolm Selices Enter into a stlbcontract that fails to certiff to Contractor that the subcontractot 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 ernploynent to perform Selices under this Agreement through participation in the E-Verify Program or Department Ptogram, as administered by the United States Department of Horneland Security. lnfonnation on apptying for the E-verify plogram can be found at: http;//www.dhs.sov/xprevprot/proerams/sc 1 185221678150,.shtm 7 Eaglc County General Services Final 5/14 i. under this Agreement; or il. c. Contractor shall not use either the E-verify plogram or other Depadment Program procedures to gndertake pre-emptoyment screening ofjob applicants while the public contract for services is being pefformed. d. If Contractor obtains actual knowledge that a subcontractor performing wotk under the public contract for services knowingly enploys or contmcts with an undocumented individual, Contractor shall be rcquired to: i. Notify the subcontractor and County within three (3) days that Contractor has actual knowledge that the subcoutractor is employing or conttacting with an undocumented individual; and ii. Ternrinate the subcontract with the subconttactor if within thlee days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop enlploying or contracting with the undocumentcd individual; except that Contt'actor shall not tetminate the conlract with the subcontractor.ifduring such lhree (3) days the subcontractor provides infolmation to establish that the subcontractol' has not knowingly entployed ot conttacted witlr an undocumented individual. e. Contractor shall comply with any reasonable reqnest by the Depaftment of Labol and Employment made in the course of an investigation that the depafinrent is undertakirrg pursuant to its authority established irr c.R.s. 8- 17.5- I 02(5). f. If Contractor violates these prohibitions, County rnay tenninate the Agteement for brcach of contragt. If the Ageement is so ternrinated specifically for breach of this provision of this Agreernent, Contractor shall be liable for actual and consequential damages to County as required by law' g. County will notifu the Colorado Secretary of State if Contractor violates this provision of this Agreenrent and County terminates the Agreement for such breach. IREST OF PAGE ]NTnNt',lONALLl',LErr BLANKJ 8 Eaglc County Gcneral Services l'inal 5/14 IN WITNESS WIIEREOF, the parties have executed this Agreernent the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANACER By: Brent CON'I'RACTOR: VIDEOTRONIX INC. Title: 9 Eagle County General Services !'inal 5/14 cFall, County Manafer ny, {*., EXHIBIT A SCOPE OF SERVICES, SCHEDULE, FEES l0 Eaglc County Gcncral Sewices Final 5/14 EXHIBITA rilfr sm$w Proposal - Statement of Work This docurred ud all cormuiciliots rclatcd to I[ig prcpoml nre consid*d corfidendal arrd proprictroy April I1,2016 Eagle County Air Terminal Corporation 219 Eldon Wilson Road Gypsum, CO 81637 Re: Eagle County Air.port- VTI Engirreering OnSSI VMS Upgrade project Proposal No. 117161 Dear Jeff, VTI Security Integrators (VTI) is pleased to provide this proposal firr your review and consideration. Out'proposal is representative of the necessaty technology solutions to effectively serve you with the highest regards to quality in products and installation workmanship. Below please find a detailed project scope, equipment list, pricing summary, and a section covering terms and conditions. Project Scope: VTI to send one of the VTI trained trngineers to your site to perform the Software download for the new 5.0 OnSSI VMS upgrade. While on site VTI will review all existing camera settings, Stream rates, fmage quality, focus and viewing angles, as well a perform an on site training / overview of the new feature and benefits of the new upgraded software. This site work will take place over two days on site. Equipment List:ary Model # I OnSSI Description New System Software Upgrade Install Equipment Total Labor Total Travel, Hotel, Perdiem Costs Tax Exempt Price Each Total Cost$0.00 $0.00 $0.00 $1,864.00 $200.00 $0.00 $2,064.00Total (Tax Not Included - Tax Exempt) 401 West Travclcrs Trail, Burnsville, MN 55337, P: 952-894-5943 F: 952-894-0509, rrrvrv.vtisecuriry.conr 6n0 W. 52n Avc, Unir D, Arvada, CO 80002, p: 303-216-2700F: lOl-Ue-zsgS 207 Sutton Lzure, Colorado Springs, CO 80907, P: 719-955-0672 F: 7l 9-955-0688 f 1220 Wcst Lapham Street, West Allis, WI 53214, P:262-649-52t0E:262-649-5280 7527 Canyon Drive, Amarillo,'l X 79 t 10, p: 806-576-4633 F: 906-553-5t 80 EXHIBITB INSIJRANCE CERTIFICATE ll Eagle Cornty General Services Final 5/14 CERTIFICATE EXHIBIT B OF LIABILITY INSURANCE vtDEtNc-02 COVERAGES CERTIFICATE HOLDER CERTIFICATE NUMBER:REVISION NUMBER: CANCELLATION @ 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DATE (MM/DD/YYYY} 05t11t2016 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 POLICIESBELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE |SSU|NG TNSURER(SI, AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERTIF]CATE HOLDER. IMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. !f SUBROGATION lS WAVED, suOject to thetermsandconditionsofthepolicy,certainpoliciesmayrequireanendorsement. Astatementonthiscertificatedoesnotconferrightstothe certificate holder in lieu of such endorsement(s). PRoDUCER (952) 945-020( Associated Financial Group 't2600 Whitewater Drive Minnetonka, MN 55343 CONIACT NAME; PHONE ] FAX lArC- No- Extt: I rArc Nol: E.MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A . Allied World Surplus Lines Insunnce Company lNsuRED VideoTronix, Incorporated 401 West Travelers Trail, Burnsville, MN 55337 tNsuRER B , Travelers Indemnity comDanv tNsuRERc'Standard Fire Insurance Companv tNsuRER D : Federal Insurance co. INSIJRER E : INSIIRFR F . 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. ryPE OF INSUMNCE POLICY NUMBFR POLICY EFF POLICY EXP IMM'DD/YYYYI LIMITS A GE X ffi;::';i. N ERAL LIABI LITYfl "*,".-"oo. lxl o""r* x r200-0985.02 11t01t2016 EACH OCCURRENCE s 1,000,001 'tIt01t2015 UAMAGE IO RhNIET) PRFI\rlSFS /F, oerrrrenml 100,00( MED EXP (Any one person)s 10,00( PERSONAL & ADV INJURY s 1,000,00( GENERAL AGGREGATE s 3,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: I por-rcv I X I i,Fc'i I loc PRODUCTS - COMP/OP AGG s 3,000,00( B AU TOMOBILE LIABILITY I ANYAUTO ALLOWNED I SCHEDULEDAUTOS I AUTOS] f -l NON-oWNED I HIREDAUTOS I AUTOS| [t 110-7D265816 11t01t2015 11t01t2016 OOMBINED SINGLE LIMIT fEa accidenl)1,000,00( x BODILY INJURY (Per person) BODILY INJURY (Per accident PROPERTY DAMAGE rPFR ACCII]FNT\ A x UMBRELLA LIAB EXCESS LIAB OCCUR CLAIIVIS.MADE i201-0224-02 EACH OCCURRENCE 6,000,001 111O1t2015 11t01t2016 AGGREGATE 6,000,001 DED 1 I RETENTIONS c WORKERS COMPENSATION AND EMPLOYERS'LtABtLtrY Yt N ANY PROPRI ETOR/PARTNER/EXECUTIVE T------.I OFFICER/MEIUBER EXCLUDED? LNI(Mandatory in NH) lf yes, describe under DESCRIPTION OF OPERATIONS below N/A JB-3C440279 VLVVUJIAIU-]IUIn TnPVrtiilTel l E 111O1t2015 11t01t2016 E.L. EACH ACCIDENT 500.00( E.L. DISEASE - EA EMPLOYEI 500,00( E.L. DISEASE - POLICY LII'IT 500,00( D A Crime Professional Liability t151-8872 t200-0985-02 11t0',U2015 11rclt2015 11tO1t2016 11t01t2016 Employee Dishonesty $1,000,001 Errors & Omissions 1,000,00( DESCRIPTIONOFOPEMTIONS/LOCATIONS/VEHICLES (AttaqhACORDl0'l,AdditionalRemarksschedqle,if mqrespaceisrequircd) RE: Bid# 117162 Job Loc: 219 Eldon Wilson Rd, Gypsum, CO Eagle County, lG Associated orAffiliated Entities, lts Successors and assigns, Elected officaals, Employees, Agents, and Volunteerc are ncluded as additional insureds regarding the General Liability as required by written contract and per form CG2O10. Ea g le C ou nty @iend+,irpe* 219 Eldon Wilson Road Gypsum, CO 81637- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELTVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUI}IORIZED REPRESENTATIVE ACORD 25 (2010/05)