No preview available
HomeMy WebLinkAboutC15-333 Videotronix Inc dba VTI Security IntegratorsAGREEMENT FOR SOFTWARE LICENSE, PROCUREMENT AND INSTALLATION OF EQUIPMENT, AND MAINTENANCE AND SUPPORT SERVICES BETWEEN EAGLE COUNTY, COLORADO AND VIDEOTRONIX, INC. d/b/a VTI SECURITY INTEGRATORS THIS AGREEMENT ("Agreement") is effective as of the `I+K day of 7ky4, Iti` i` , 2015 by and between Videotronix, Inc. a Minnesota corporation d/b/a VTI Security Integrators (hereinafter "Contractor" or "Consultant' and Eagle County, Colorado, a body corporate and politic (hereinafter "County"). RECITALS WHEREAS, County desires to (i) locate one security camera; (ii) license and install related monitoring software in the Eagle County Clerk and Recorder's Office; and receive on-going support and maintenance services (collectively the "Project") located at 500 Broadway, Eagle, Colorado (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 (i) procure the materials, equipment and/or products ("Equipment") necessary for the Project; (ii) agrees to provide the Software (defined below); and (iii) installation, training, maintenance and support for the Equipment and Software; and (iv) agrees to dilier provide all services, labor, personnel and materials necessary to perform and complete the procurement, installation, and on-going support and maintenance services as described in Exhibit A ( collectively the "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. Equipment. Contractor shall supply the Equipment identified in Exhibit A and shall install and mount the Equipment in the location identified by County. Contractor shall be solely responsible for any damage caused by it during the installation of the Equipment. b. Acceptance of Equipment. Contractor shall be responsible for all risk of loss before the Equipment is installed and finally accepted by County. County shall have the right to inspect all Equipment. 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 iii. repair the Equipment. cis- 333 C. Software License. As part of the Services Contractor is providing OnSSI PS software including Oculari5 Professional Base License and Ocularis Professional Camera License (collectively the "Software") which will be installed on a County provided video server. Contractor hereby represents and warrants to County that is has entered into appropriate and binding agreements with OnSSI PS and that it has the right to license 4nd provide the Software to County for its use as set forth in this Agreement. Contractor hereby grants to County) a perpetual, enterprise -wide, nontransferable, nonexclusive license for use of the Software in accordance with th� terms of this Agreement. The parties agree that County may purchase from Contractor additional Software license) on an as -needed basis at the rates then in effect pursuant to the terms of this Agreement. Any additional purcha0e of software licenses shall be documented in an amendment to this Agreement. d. Installation of Software. Contractor shall timely perform delivery and installation of the Software in accoidance with the terms of this Agreement. Contractor shall provide County with a project manager to coordinate installation of the Equipment and Software. If County is not satisfied with the manager assigned to the Projects Contractor shall replace such project manager. Contractor shall be responsible for all risk of loss before the Software is installed and finally accepted by County. e. Maintenance and Support. Contractor will provide County with maintenance and support during the term of this Agreement which includes maintenance and support of the Equipment and Software as set forth in Exhibit A. The cost of maintenance and support is set forth in Exhibit A and includes the right to receive all training, maintenance, maintenance modifications and enhancements and upgrades for the Software. Contractor represents and warrants that it has entered into binding agreement with the Software provider OnSSI PS and is authorised to receive from Software provider and provide to County all upgrades,.modifications and enhancements as set firth in this Agreement. f Schedule. Contractor agrees to furnish the installation of any Equipment and Software no later than August 27, 2015and in accordance with the schedule established in Exhibit 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 necessaKy to properly and timely perform the Services. g. Inconsistency. In the event of any conflict or inconsistency between the terms and conditions set forth inj any exhibit and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Ag eement shall prevail. 2. Coun 's Representative. The IT Department's designee shall be Contractor's contact with respect to this Agreement and performance of the Services. 3. Term. This Agreement shall commence upon the date first written above; and a. The Software licenses (Ocularis Professional Base License and Ocularis Professional Camera License) shall be perpetual; and b. Services, subject to the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of five (5) years from the date the Equipment and Software is installed and operating. 4. Extension or Modification. The parties acknowledge that County may desire to add additional cameras, licenses and support services for other County locations and departments in the future. Such additional services shall be subject to the same terms and conditions as set forth herein unless otherwise agreed to by the parties in 2 Eagle County Procunnent and Installation IT Final 5/14 writing. 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 in a sum computed and payable as set forth in Exhibit A. The Services under this Agreement shall not exceed $3,994.23. 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 installed and performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. 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.RS. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the performance of any of the Services or additional services without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and 3 Eagle County Procunnent and Installation IT Final 5/14 Contra4tor 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 insurana coverage with limits of liability not less than those stated below: a. Types of Insurance. i. Workers' Compensation insurance as required by law. U. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily �njury and property damage liability insurance, including coverage for owned, hired, and non -owned vehicleo. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less tha$i $1,000,000 per occurrence and $1,000,000 aggregate limits. iv. Professional Liability (Errors and Omissions) including Cyber Liability with prior acts cove e for all deliverables, Services and additional services required hereunder, in a form and with insurer or insurers satisfacory to County, with limits of liability of not less than $3,000,000 per claim and $3,000,000 in the aggregate. The insura>s a shall provide coverage for (i) liability arising from theft, dissemination and/or use of confidential information stored or transmitted in electronic form; (ii) Network Security Liability arising from unauthorized access to, use of or tampe g with computer systems including hacker attacks, inability of an authorized third party to gain access to your Softwoee or Services including denial of access or Services unless caused by a mechanical or electrical failure; (iii) liabilit} arising from the introduction of a computer virus into, or otherwise causing damage to, County or a third person'$ computer, computer system, network or similar computer related property and the data, software and programs thereon; V. Crime Coverage shall include employee dishonesty, forgery or alteration and computer fraud. If Consultant is physically located on County premises, third party fidelity coverage extension shall apply. The policy zhall include coverage for all directors, officers and employees of the Consultant The policy shall include coverage for extended theft and mysterious disappearance. The policy shall not contain a condition requiring an arrest or conversion. Limits shall be aminimum of $1,000,000 per loss. 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 $s Exhibit B. ii. Contractor's certificates of insurance shall include subcontractors, if any, as additional insured$ 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 Eagle County Procurment and Installation rr Final 5/14 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 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. The Contractor shall further 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 and the provision of the Software by Contractor to County and any claims of infringement related thereto; 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 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: Scott Lingle 500 Broadway Post Office Box 850 Eagle, CO 81631 5 Eagle County Procurment and Installation IT Final 5/14 Telephone: 970-328-31581 Facsim0e: 970-328-3599 E -Mail Scott.Lingle a@eaglecounty.us With a opy to: Eagle C ounty Attorney 500 Broadway Post Of Fice Box 850 Eagle, qo 81631 Telephone: 970-328-8685 Facsimile: 970-328-8699 E-Mail:'I atty@eaglecounty.us CONTRACTOR: Videotrbnix, Inc. d/b/a VTI Security Integrators Katie McLean, Senior Account Manager 6770 West 52nd Avenue, Unit D Arvada, CO 80002 Telephone: 720-3 82-1421 E -Mail Katie.McLean@VTISecurity.com 11. 1 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 definO in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials and dowments. 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 Agreemhent, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole an4 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 facsimil 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 latf rs, 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 necessay for the performance of the Services. 6 Eagle County Procunnent and Installation IT Final 5/14 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 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 Services against defects in materials or workmanship for a period of one (1) year from the date the Services are accepted by County, or such longer period as may be provided by the law or as otherwise agreed to by the parties. The warranty is subject to the Limited Warranty Statement attached as Exhibit C. In the event County requires support that will cause it to incur fees as set forth in Exhibit C. the same shall be set forth in writing in an amendment hereto and shall be signed by the parties. g. Contractor hereby represents and warrants that the Software includes a warranty as set forth in Exhibit C and from OnSSI. h. All guarantees and warranties of Equipment or Software 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 or Software 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 and Software. i. Contractor warrants that title to all Work and Equipment shall pass to County upon installation and acceptance by County 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. j. 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 Equipment, Software or Services 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, Equipment or property caused by such defects or the repairing of such defects. 7 Eagle County Procurment and Installation IT Final 5/14 k. 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. 1. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professibnal standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. in. 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 al 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. n. 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. o. 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. p. 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. q. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respect&e 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. r. 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. S. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. t. 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 > eneficial 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. U. 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 raw, (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.RS. 8-17.5-101, et. seq. If Contractor has any employees or subconlractors, 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 wi 1 perform under this Agreement and that Contractor will participate in the E -verify Program or other 8 Eagle County Procunnent and Installation IT Final 5/14 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: i. 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: htti)://www.dhs.gov/xprevprot/programs/ac 1185221678150 shtm 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.RS. 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. 9 Eagle County Procunnent and Installation 1717 Final 5/14 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER By: 'ell Brent Mc all, C unty Nkanager CONTRACTOR: Videotronix, Inc. d/b/a VTI Se ity Inte tors By: �_... Print Name: 9 : ✓ A t ±.N Title: z -f4 L 10 Eagle County Procurment and Installation IT Final 5114 EXHIBIT A SCOPE OF SERVICES 11 Eagle County Procurment and Installation IT Final 5114 1T A Proposal — Statement of Work securtty This document and all communications related to this proposal ate considered conridcntial and proprietary July 1, 2015 Amanda Bay IT Project Manager Eagle County Government 500 Broadway Eagle, CO 81631 Re: Eagle County -Clerk & Recorder "Teak Cam" Proposal No. 86833 VTI Security Integrators (VTI) is pleased to provide this proposal for your review and consideration. Our proposal is representative of the necessary 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 -Furnish and install one indoor high performance Axis camera including Wide Dynamic Range. -Assist in loading server software on customer provided appliance. -Load client software on one customer designated work station. -2 hours of on-site training to include: Live Viewing Viewing archived video Offloading video clips Equipment List Qty Model # 1 0511-001 OC -PRO -B OC -PRO -IC SC -OC -PRO -B -5Y SC -OC -PRO -IC -5Y Description P3384 -V 9MM Network Camera, Vandal, Indoor Ocularis Professional Base License Ocularis Professional Camera License Ocularis Professional Base 5 Year StayCURRENT Ocularis Professional Camera 5 Year StayCURRENT Equipment Total Labor Total Subcontracting Total Other Expenses Freight Total Tax Exempt Total (Tax Not Included - Tax Exempt) 401 West Travelers Trail, Burnsville, MN 55337, P: 952-894-5343 F: 952-894-0509, www.vtisecurity.com 6770 W. 52nd Ave, Unit D, Arvada, CO 80002, P: 303-216-2700 R 303-216-2595 207 Sutton Lane, Colorado Springs, CO 80907, P: 719-955-0672 F: 719-955-0688 11220 West Lapham Street, West Allis, Wl 53214, R. 262-649-5280 F: 262-649-5280 7527 Canyon Drive, Amarillo, TX 79110, P: 806-5764633 F: 806-553-5180 Total Cost $1,058.49 $488.29 $151.16 $331.69 $103.31 $2,132.94 $1,815.75 $0.00 $0.00 $45.54 $0.00 $3,994.23 Warranty: 1 Equipment: This equipment includes substantial completion. warranty statement. VTI's standard one year warranty starting on the date of Specific terms and conditions are listed in our standard 2 Labor: VTI provides one year labor warranty on workmanship from the date of substantial completion. Specific terms and conditions are listed in our standard warranty statement. Notgs: ONSSI/Stay CURRENT: VTI Security is a certified ONSSI dealer with technical expertise to support our clients with their ONSISI platform. VTI Security is certified for any assistance with upgrades and/or system support. Per ONSSI, Stay CURRENT includes the below: si Download updates as soon as they are released. Hassle -free and cost-effective, StayCURRENT is the best way to ensure you have the most up-to-date VMS available. • As you grow your system, all you'll need to do is purchase additional camera licenses. Your StayCURRENT plan will be adjusted to the number of licenses you have at the plan's one-year anniversary date.. • If you have questions regarding software downloads and installations, or are experiencing a problem, call OnSSI's Technical Support Hotline at 845.732.7979 or email us at Support@OnSSI.com. 1 Installation includes: Mounting of devices Final termination and testing of devices System Training Documentation All necessary taxes 2� Installation does not include: - Pulling all cable (plenum) SD Card 120 VAC power at specified locations Bid bond Performance bond - Permits 3,: Installation and Scheduling Installation can be scheduled once the attached authorization to proceed is received. All material will be ordered in a timely fashion for the availability at the scheduled installation date. Page 2 of 3 erms: standard payment terms are Net 30 from invoice date and interest of 1.5% monthly on unp 'd and u�t, disputed balances. VTI's standard billing practice is to progress bill every fly (30) s. s includes billing for material ordered and received at VTI for your proj You may ch seke possession of this material and store it at your own site or it may b stored at VTI at no arge. Deposits may be required depending on the customer's credit hi ry, and any upfront cos incurred by VTI, if the project is $30,000 or greater and/or ' the project is estimated to a six (6) months or longer to complete. This proposal andX1 costs associated with it are valid for 60 days free date of the proposal. After 60 days, prices re not guaranteed and may be subject to chang . VTI will continue to any questions or other Respectfully Submitted By: nsive to your requirements please feel free to contact n a%e McLean, Si ire • 720 -382 - Email: atii Authorization: The following signatures reflect ceptani 86833 and are bound by Vth erms & Agreement between the P VideoTronix d.b.a. VTI Sc Title: this proposal. If you have Manager .com authorization of Proposal - Statement of Work itions of this Agreement or Master Services By: Title: Date: P.O.#: Page 3 of 3 County Air Terminal Corporation EXHIBIT B INSURANCE CERTIFICATES 12 Eagle County Procurment and Installation IT Final 5/14 VIDEINC-02 KIJU CERTIFICATE OF LIABILITY INSURANCE 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 DATE 08/06/2015Y) 08/06/2015 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 endorsement(s). PRODUCER (952) 945-0200 CONTACT NAME: Associated Financial Group 12600 Whitewater Drive Minnetonka, MN 55343 PHONE FAX a/c Ext : ac, No E-MAIL L ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Allied World Surplus Lines Insurance Company INSURED VideoTronix, Incorporated INSURER B: Travelers Indemnity Company INSURER C: Standard Fire Insurance Company dba VTI Security Integrators INSURER D: Federal Insurance Co. 401 West Travelers Trail, Burnsville, MN 55337 INSURER E: INSURER F: 11/01/2015 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. INSR LTR TYPE OF INSURANCEADDLSUIBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYV LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 ED PREMISES Ea occurrence $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE [K OCCUR X 5200-0985-01 11/01/2014 11/01/2015 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 3,000,000 POLICY PEO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X BODILY INJURY (Per person) $ B ANY AUTO X 810-7D265816 11/01/2014 11/01/2015 ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ NON -OWNED HIRED AUTOS AUTOS PROPERTY PER AGE X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 6,000,000 A EXCESS LIAB CLAIMS -MADE 5201-0224-01 11/01/2014 11/01/2015 DED RETENTION $ $ C WORKERS COMPENSATIONX AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEYIN OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) N / A UB-3C440279 11/01/2014 11/01/2015 WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 A Professional Liability 5200-0985-01 11/01/2014 11/01/2015 Occurrence/Aggregate 1,000,000 D Crime Coverage 8151-8872 11/01/2014 11/01/2015 Limit 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) RE: Job No. 86833 / Eagle County Government, 500 Broadway, Eagle, CO 81631 (Teak Cam Project). Additional insureds: Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. Umbrella policy provides excess coverage over the underlying professional liability coverage. CERTIFICATE HOLD Eagle County P O Box 850 500 Broadway Eagle, CO 81631 - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/051 The ACORD name and loao are reaistered marks of ACORD EXHIBIT C LIMITED WARRANTY STATEMENT 13 Eagle County Procurment and Installation IT Final 5/14 we - W131T C-- SeCUt7ty Minneapolis I Denver I Milwaukee I Colorado Springs I Cheyenne I Amarillo VTI Security Integrators LIMITED WARRANTY STATEMENT This limited warranty sets forth all VideoTronix, Inc., conducting business as VTI Security Integrators, (herein after referred to as VTI) responsibilities regarding VTI provided labor, material, and equipment. There are no other express or implied warranties from VTI. The actions described herein are the exclusive remedies for warranty claims. All other warranties, expressed or implied, including implied warranties of merchantability and fitness for a particular purpose are excluded from this warranty. No other ternts er conditions oFe Client pereh"e order or eonstraction coilitract .1, etjl�, MuTly these t1urlins M10 conditions, This shall be the exclusive, primary and surviving terms and conditions. I. Warranty Service Provided: Warranty Service Hours: 8:OOAM - 5:OOPM, Monday - Friday, (Holidays Excluded) Call: 866.863.0828 or E-mail: serviceCa�vtisecuritv.com. Non -Warranty Emergency Service Hours: 5:00PM-8:OOAM, Monday - Friday, Weekends & Holidays Call: 866.863.0828, Option 1 (Identify yourself as a VTI Security Customer and request Service Dispatch) VTI hereby warrants system operation, from the time of substantial completion, against defects in material and/or workmanship for a period of one (1) year in the amount, manner, and conditions indicated herein. VTI is a reseller of software manufactured by others. Software performance is limited solely to realized functionality of the version provided by the manufacturer at the time of installation and subject to any limitations, terms and conditions of the manufacturer's software license. If a software malfunction is detected VTI's duty is to promptly contact the software manufacturer and to acquire any available patch within the warranty period and install the patch or modification at no charge to Client. In the event that VTI determines the system failure iS due to defects in equipment, materials, and/or workmanship, VTI will: A. Respond to service calls as required by problems with system or equipment within two (2) hours by telephone and if necessary on site within eight (8) business hours during normal business hours except in the event of unusual or severe weather to include major snowstorms, flooding, tornadoes or any other acts of God that would prevent or become a major hindrance to VTI's response. B. Ensure replacement parts or equipment shall be of equal quality and become the sole property of CLIENT upon installation. The replacement of any parts or equipment installed by VTI during the term of this warranty shall be subject to the terms and conditions of this warranty and all available warranties shall be assigned to CLIENT. C. Maintain responsibility to repair the system and for replacement of equipment if damages are a direct result of negligence, acts or omissions of VTI and/or its agents. D. Provide all necessary replacement parts and labor for repairing defects in material or workmanship according to the following rates and conditions - 6770 West 52'a Ave, Unit D I Arvada, CO 80002 1 P: 303.216.2700 1 E: vti@vtisecurity.com I W: www.vtisecurity.com Mon -Fri 0800-1700 Mon -Fri 1700-0759 Sat., Sun., Holidays Level I - Basic * $0 $165.00 per hour, 2 hour minimum $220.00 per hour, 2 hour minimum Level 2 - Infrastructure ** $0 $ I87.50 per hour, 2 hour minimum $250.00 per hour, 2 hour minimum Rentat/Replacement Equipment Cost per item — available on limited basis and upon request Cost per item - available on limited basis and upon request Cost per item - available on limited basis and upon request Metro Trip Charge *** $0 $45.00 (point to point invoicing) $45.00 (point to point invoicing) Outside Metro Trip Charge $0 .59 per mile $150 per hour Drive Time (round trip) .59 per mile $200 per hour Drive Time (round trip) Boom Truck Lift Rates to be quoted at time of service Lift Rates to be quoted at time of service Lift Rates to be quoted at time of service Help Desk $0 $100.00 per hour, 1 hour minimum $100.00 per hour, I hour minimum 6770 West 52'a Ave, Unit D I Arvada, CO 80002 1 P: 303.216.2700 1 E: vti@vtisecurity.com I W: www.vtisecurity.com YY security j Minneapolis I Denver I Milwaukee I Colorado Springs I Cheyenne I Amarillo * Level 1 - Basic — any work performed on a computer or appliance with an operating system and/or database for the purpose of initial configuration, commissioning, servicing, or changing the configuration of the Operating System, Database, or software installed or embedded on the computer/appliance. Computers and appliances include workstations, servers and network based appliances including cameras, encoders, decoders, decoders, and devices with embedded operating systems. Any work performed on VMS, Access Control Intercom,Alarm System software including installation, configuration, updates, training and servicing. An additional fee of $ 10.00/ho may be added for non -contract customers who request priority emergency service. ** Level 2 � Infrastructure - any work performed on network and/or telecom connectivity for the purpose of design, initial configurati n, commissioning, servicing, or changing the configuration of the network appliances and transmission paths. Devices include Fir walls, Routers, Switches, Wireless Access Points, Fiber Devices and Media Converters. Enterprise level server, database, installations configuration and/or servicing. Video wall support. An additional fee of $ 10.00/hour may be added for non -contract customers who request priority emergency service. *** Metro'Trip Charge — point to point invoicing includes drive time. Note: Discounts from the retail rate may only be offered by an authorized representative of VTI Security and according to established discount levels. Il. Exclusions: This warranty does not cover and there will be additional charges (as outlined in Section III) for any of the following: A. Damage to the equipment resulting from: abuse, accident, act of nature (including lightening strikes), improper operation, lack of reasonable care, power surge/loss, misuse, neglect, unauthorized modification, or use in a manner for which the equipment was not intended. B. Loaner equipment. Subject to availability and upon the CLIENT'S authorization, VTI will provide rental equipment for device(s) that cannot be repaired on site. Standard rental rates will be applied. C. Consumable items including but not limited to Access Cards, VCR tapes and print heads for printers. D. Service on materials, devices, computers, peripherals, media or software not sold and f imished by VTI and any VTI diagnostic service time spent to deem a product by others to be incompatible. E. Service to repair, perform or assist in diagnostic services on problems associated with telephone service or CLIENT provided computer network (LAN/WAN) that the system may be connected to. F. The Client is responsible for all firewalls and maintaining adequate network security. G. Service to endeavor mitigation of data loss, updating or corrections to the System resulting directly from the failure of the Client to reasonably and competently perform back-ups of System data as directed or recommended by VTI. Unless specified otherwise, the mini joum System data back up period direct to Client is each week. H. Unlesi specified in the quotation, the installation price of a System is based on providing one user training session to assist the client in thel general operation of the system. If Client requires a more comprehensive or in depth training, phone support or multiple training sessions, these are not considered a warranty issue and are chargeable. III. Excli$ionary Service: In the evet(t that VTI determines system failure is not due to defects in equipment, materials and/or workmanship, VTI will: A. Provide all necessary service labor and replacement parts on a Per Call Time and Material basis according to the following rates and conditions: 6770 West 52"a Ave, Unit D I Arvada, CO 80002 1 P: 303.216.2700 1 E; vti@vtisecurity.com I W: www.vtisecurity.com Mon -Fri 0800-1700 Mon -Fri 1700-0759 Sat., Sun., Holidays Level 1 - Basic * $110.00 per hour, 2 hour minimum S165.00 per hour, 2 hour minimum $220.00 per hour, 2 hour minimum Level 2 - nfrastrueture $125.00 per hour, 2 hour minimum S 187.50 per hour, 2 hour minimum $250.00 per hour, 2 hour minimum ental/R lacement F Cost per item -available on limited basis and upon request Cost per item -available on limited basis and upon request Cost per item -available on limitedquipme basis and upon request Metro Trio Charge *** $45.00 (point to point invoicing) 545.00 (point to point invoicing) $45.00 (point to point invoicing) Outside Petro Trip Charge .59 per mile $100 per hour Drive Time (round trip) .59 per mile $150 per hour Drive Time (round trip) .59 per mile $200 per hour Drive Time (round trip) Boom Track Lift Rates to be quoted at time of service Lift Rates to be quoted at time of service Lift Rates to be quoted at time of service Help Desk $85.00 per hour, 1/2 hour minimum $100.00 per hour, 1 hour minimum S 100.00 per hour, I hour minimum 6770 West 52"a Ave, Unit D I Arvada, CO 80002 1 P: 303.216.2700 1 E; vti@vtisecurity.com I W: www.vtisecurity.com we SBCUl7ty Minneapolis I Denver I Milwaukee I Colorado Springs I Cheyenne I Amarillo * Level 1 - Basic — any work performed on a computer or appliance with an operating system and/or database for the purpose of initial configuration, commissioning, servicing, or changing the configuration of the Operating System, Database, or software installed or embedded on the computeriappliance. Computers and appliances include workstations, servers and network based appliances including cameras, encoders, decoders, decoders, and devices with embedded operating systems. Any work performed on VMS, Access Control Intercom, or Alarm System software including installation, configuration, updates, training and servicing. An additional fee of $10.00/hour may be added for non -contract customers who request priority emergency service. ** Level 2 - Infrastructure - any work performed on network and.ior telecom connectivity for the purpose of design, initial configuration, commissioning, servicing, or changing the configuration of the network appliances and transmission paths. Devices include Firewalls, Routers, Switches, Wireless Access Points, Fiber Devices and Media Converters. Enterprise level server, database, installation, configuration an&or servicing. Video wall support. An additional fee of $ 10.00'hour may be added for non -contract customers who request priority emergency service. *** Metro Trip Charge— point to point invoicing includes drive time. Note: Discounts from the retail rate may only be offered by an authorized representative of VTI Security and according to established discount levels. B. Upon the CLIENT'S authorization, provide replacement parts of equal quality, which shall become the sole property of CLIENT upon installation. The replacement of any parts or equipment installed by VTI during the term of this warranty shall be subject to the terms and conditions of this warranty and all available warranties shall be assigned to CLIENT. IV. Additional Terms and Conditions: A, Z; r ions a communications, both oral or written, between the parties r h ned b bath arties. B. Neither party shall assign all or any part of this Limited Warranty, or any interest therein, without the other party's prior written consent, except that CLIENT may assign to any corporate affiliate without the consent of VTI provided the CLIENT remains the guarantor of all of its obligations under this warranty and VTI may assign to any corporation affiliate or purchaser of all or any portion of VTI stocks or assets without Customer consent, provided such assignee agrees to be bound by, and perform all of its obligations in accordance with the terms and conditions of this warranty. C. This limited warranty is entered into solely for the mutual benefit of VTI and CLIENT, and no benefits, rights, duties or obligations are intended or created by this agreement as to any third parties. D. atats.�af-A4+nfi�seta. �haf _ at E. VTI assumes no responsibilities, obligations, liabilities or any damages whatsoever including but not limited to loss of use, data.. profits or productivity for any special, incidental, or consequential damages in connection with equipment malfunction whether in an action of contract or tort, including negligence. VTI shall not be held responsible for any loss to property or harm to persons as a result of equipment malfunction nor for circumstances that cause a loss or casualty that may arise from the implied security protection intended by the equipment used. F. VTI may subcontract any or all of the work to be performed by it under this Warranty but shall retain responsibility for the work subcontracted. G. ':z°lo er month of th H. CLIENT is solely responsible for all system database information including but not limited to Photo Images, Cardholder information, transaction history and/or activity logs. VTI assumes no responsibility or obligations relating to any system database information that is added, changed, damaged, lost, or removed during the period of this warranty. In the event of a system database loss is directly due to a defect in materials or a result of negligence, acts or omissions of VTI and/or its agents, VTI will restore system configuration information to original installation specifications. I. CLIENT must provide a suitable installation environment with all facilities as prescribed by VTI and'or equipment manufacturer, including but not limited to: regulated electrical power, air conditioning, humidity control, site conditions which do not represent a hazard to the safety or health of any VTI employee, or any other special requirements as noted by VTI. Failure to provide suitable environment may result in termination of this Warranty and'or refusal of service. In the event that a CLIENT delays, prevents, or causes responding Service Technicians from completing requested work within a reasonable period, CLIENT will be charged for Technicians time according to schedules listed in Section 1, Paragraph D or Section III, Paragraph A. 1. This warranty is voided in the event any unauthorized person alters or repairs the equipment or the equipment is transferred from its present service location to a different service location outside of the normal service area of VTI. 6770 West 52"1 Ave, Unit D I Arvada, CO 80002 1 P: 303.216.2700 1 E: vti@vtisecurity.com I W: www.vtisecurity.com ACC]I`RL> CERTIFICATE OF LIABILITY INSURANCE DATE(MM1D01YYYY) 44. 1111/2017 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(iss) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONIACT NA 49' Paula Larson Associated Benefits and Risk Consulting _ 7 PHONE FAX -945-9477 WC N4 Fit) '�45 Q2QQ___ 952 6000 Clearwater Drive Minnetonka MN 55343 E•MA€L aula.[arson associatedbrc.com INSURER(S) AFFORDING COVERAGE MAIC # INsuRERA:AIlie'd World Surplus Lines Insuranc y INSURED VIDEINC-01 INSURERB:Travelers Indemnity Com gny ':.25658 VideoTronix, Incorporated _ INSURER c: Federal Insurance Com an (Chubb 20281 401 West Travelers Trail, INSURER Property Casualty Company -- Burnsville MN 55337 3 INSURER E INSURER F: COVFRACFS CFRTIFICATF NIIMFtPP- 342295296 RFVIA10N NIHVI FR, 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, (NSR' »-..».».»»..-�......._..-.._..-r..�---.»--.....,.--..".`..`." ADDL:SUSH'`..,..`..»»...,.,.,......:»........-.,....:.».......�.... I POL€CY EFF I POLICY EXPu....:,.-.....................-.......».:.,..--. ....._.,..___ LTR = TYPE OF INSURANCE k €NSD VY17D POLICY NUMBER MMIDDIYYYY) 1 (MMIODIYYYYI i LIMITS A 3 X COMMERCIAL GENERAL LIABILITY i 5200-0985-04 i 11/112017 111112018 i EACH OCCURRENCEi $1,000.000 CLAIMS -MADE I X$100,000...� I I i PAED EXP (Arty one person) 5 (0.000 ., p....,._.. ? ( PERSONAL & ADV INJURY $1.000.000 GEML AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE 53,000,000 ,- i PRO H5H----»�z POLICY '� JECT ', LRG '�'�� PRODUCTS -£OMP,AP AEaG 53,000,000 OTHER: B ''. AUTOMOBILE LIABILITY 111112017 I 111112018�Ea aaciden3) 51,000,000 r 810-7D2fi5816 X E ANY AUTO UODiLY INJURY (Per parson) I S ...._-. ALL AUTOS SA�,HrDEDULEO I, OB OILY INJURY (Per ace[dan€)�...5-._..._......,�.,.._.., I NDN-OWNE0 i" R75 fiT1�6AlT> �.-----__........._ .... X HIRED AUTOS i XAUTOS 1 r,4Peracaidant} - !s A X ` UMBRELLA LIAR X OCCUR 5201 -0224-04 11(112417 111112018 EACH OCCURRENCE $6 000 000 d EXCESS uAa icLaltls MADE; AGGREGATE 56,000,000 _-._-__._-___ OED X RETENTION$a �` S [} ':.WORKERS COMPENSATION UB -7J440164 1111121J17 l 1 1 1112 0 1 8 '. PER ' OTH- AND EMPLOYERS' LIABtLITY Y f N ----'v-TAT. ANY PROPR3ET{)R,�PARTNERlEXEOUTiVE ', Y E.L EACH ACCIDENT 5500,000 OFtCEWMEMSER EXCLUDED? N 1 A (Mandatory In NH) E DISEASE - EA EPAPLOYEe 5500.€700 describe under — �..._.....___ 3:3ESCR€PTION OF OPERATIONS bplrn E,L. DISEASE- POLICY LIMIT $500,000 C CyberlPrivacy Liability 8242-8706 111712017 111112615 32,000,0130 C (Crime 8151-8872 111512017 111112018 ;51,000,000 A Professional!E&O 5200-0985-04 111112017 111112018 i$1,000,000Occ 33,000,000Agg DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES 1ACORD 101, Additional Remarks Uhedulo, maybe attached If more spate Is required) FOLLOWING ENDORSEMENTS APPLY TO THE NAMES/PROJECTS LISTED BELOW ONLY IF REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS: GENERAL LIABILITY: Blanket Additional Insured and Primary and Non -Contributory Endt# CG2010(07104), Blanket Completed Ops Endt# CG2037(07104), Blanket Waiver of Subrogation Endt# CG2404(05109); AUTO LIABILITY: Blanket Additional Insured and Waiver of Subrogation Endt# CAT353(3f10); WORKERS COMPENSATION: Blanket Waiver of Subrogation Endt# WC000313(00)-01; UMBRELLA: Following form. See Attached... CERTIFICATE HOLDER CANCELLATION Q 1988-2814 ACORIA CORPORATION. All rights reserved. ACORD 25 (2014/011 The ACORD name and lotto are realstered marks of ACORD SHOULD ANY OF THE ABOVE D95CRIBED POLICIES BE CANCELLED BEFORE Eagle County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P O BOX 850 ACCORDANCE WITH THE POLICY PROVISIONS, 500 Broadway Eagle CO $1$3€ USA AUTHORIZED REPRESENTATIVE Q 1988-2814 ACORIA CORPORATION. All rights reserved. ACORD 25 (2014/011 The ACORD name and lotto are realstered marks of ACORD AGENCY CUSTOMER ID: VIDEINC-01 LOC #: ACQ ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Associated Benefits and Risk Consulting NAMED tNSURED VideoTronix, Incorporated 441 West Travelers Trail, Burnsville MN 55337 POLICY NUMBER CARRIER NAIC GORE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE= OF LIABILITY INSURANCE RE: ,fob No. 868331 Eagle County Government, 500 Broadway, Eagle, CO 81831 (Teak Cam Project), Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are listed as additional insureds with regards to the general liability and auto liability as required by written contract and form CG 2010 & CA T3 53. Umbrella policy provides excess coverage over the underlying general liability coverage. ACORD 101 (2008101 ) (D 2008 ACORIA CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD