Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-211 Max SecureAGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND ENGINEERED PLASTICS, INC. D/B/A MAXSECURE SYSTEMS, INC
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between Engineered
Plastics, Inc., d/b/a Maxsecure Systems Inc (hereinafter “Contractor”) Eagle County, Colorado, a body
corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, the County desires to replace existing inmate beds with the installation of 22 Max-Secure
Endura Series Upper Beds (the “Project”) at the Eagle County Detention Facility (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and installation services as set
forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection
with the procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and
County agree as follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products
(“Equipment”) necessary for the Project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the procurement and installation services described in
Exhibit A (“Services” or “Work”) which is attached hereto and incorporated herein by reference. The
Services shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services no later than October 31, 2024 and 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 necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in
Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in
this Agreement shall prevail.
c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not
be unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in
its sole discretion, then Contractor shall upon County’s request and at no charge to County:
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
5/3/2024
2
Eagle County Procurement and Installation Final 7/5/2022
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. County’s Representative. The Eagle County Undersheriff or his designee shall be Contractor’s
contact with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and
subject to the provisions of paragraph 11 hereof, shall continue in full force and effect through the 31st
day of December, 2024.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both
parties. No additional services or work performed by Contractor shall be the basis for additional
compensation unless and until Contractor has obtained written authorization and acknowledgement by
County for such additional services in accordance with County’s internal policies. Accordingly, no
course of conduct or dealings between the parties, nor verbal change orders, express or implied
acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched
by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of
any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor’s rights with respect to such additional services shall be
deemed waived and such failure shall result in non-payment for such additional services or work
performed.
5. Compensation. County shall compensate Contractor for the Equipment and performance of the
Services in a sum computed and payable as set forth in Exhibit A. The Equipment and performance of
the Services under this Agreement shall not exceed $117,600 without a signed amendment to Agreement.
Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of
normal business hours unless specifically authorized in writing by County.
a. Payment will be made for Equipment and Services satisfactorily performed within thirty
(30) days of receipt of a proper and accurate invoice from Contractor. 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.
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
3
Eagle County Procurement and Installation Final 7/5/2022
c. County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have
no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of
any period after December 31 of any year, without an appropriation therefor by County in accordance
with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of
the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the
TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
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
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions
of its agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident
combined bodily injury and property damage liability insurance, including coverage for owned, hired, and
non-owned vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of
liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to
include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials,
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
4
Eagle County Procurement and Installation Final 7/5/2022
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 of insurance shall include subcontractors, if any as
additional insureds under its policies or Contractor shall furnish to County separate certificates and
endorsements for each subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights,
immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time
amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected
officials, employees, agents and volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation
coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal
and state income tax on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its
officers, agents and employees against any losses, claims, damages or liabilities for which County may
become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or
indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any
of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and
costs, legal and other expenses incurred by County in connection with investigating or defending any such
loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties
against the County to the extent that County is liable to such third party for such claims without regard to
the involvement of the Contractor. This paragraph shall survive expiration or termination hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained
during, purchased or prepared in the performance of the Services shall remain the property of the County
and are to be delivered to County before final payment is made to Contractor or upon earlier termination
of this Agreement. Further, Contractor shall execute any bill of sale or other documents required by
County to transfer title of the Equipment to County. Contractor shall provide copies of any instruction or
operations or care manuals and shall further provide copies of any manufacturers warranties associated
with the Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i)
personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii)
when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their
respective addresses listed below, or (iv) when transmitted via e-mail with confirmation of receipt. Either
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
5
Eagle County Procurement and Installation Final 7/5/2022
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: Sarah Kennedy
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8541
E-Mail: sarah.kennedy@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-Mail: atty@eaglecounty.us
CONTRACTOR:
John Heffner
Maxsecure Systems, Inc.
300 International Dr. Suite 100
Williamsville, NY 14221
John Heffner: johnh@engplastics.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any
reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written
notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide
County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and
shall return all County owned materials and documents. County shall pay Contractor for Services
satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to
this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado,
which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and
interpreted under and shall be governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or
more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the
same instrument. The parties approve the use of electronic signatures for execution of this Agreement.
Only the following two forms of electronic signatures shall be permitted to bind the parties to this
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
6
Eagle County Procurement and Installation Final 7/5/2022
Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the
image of the signature of an authorized signer inserted onto PDF format documents. All documents must
be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform
Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment,
nature and extent of the Services to be provided hereunder and the Property, and with all local conditions,
federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or
performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he
deems necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors,
or discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact
that the County has accepted or approved the Equipment and/or Services shall not relieve Contractor of
any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent
manner and in accordance with the standard of care, skill and diligence applicable to contractors
performing similar services. Contractor represents and warrants that it has the expertise and personnel
necessary to properly perform the Services and shall comply with the highest standards of customer
service to the public. Contractor shall provide appropriate supervision to its employees to ensure the
Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor hereby represents and warrants that the Equipment will be new and will
perform the Services in a good and workmanlike manner and guarantees all Work against defects in
materials or workmanship for a period of one (1) year from the date the Work is accepted by County, or
such longer period as may be provided by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor
by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any
Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s
guarantee or warrantee shall extend for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
7
Eagle County Procurement and Installation Final 7/5/2022
first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants
that Contractor (or any other person performing Work) purchased all Equipment free and clear of all
liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all
risk of loss with respect to the Equipment until the Equipment is installed and County has inspected and
approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its
own expense, without cost to County, and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the
period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the
repairing of such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions
County may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement. Time is of the essence with
respect to this Agreement.
l. This Agreement constitutes an agreement for performance of the Services by Contractor
as an independent contractor and not as an employee of County. Nothing contained in this Agreement
shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture
or any other relationship between County and Contractor except that of independent contractor.
Contractor shall have no authority to bind County.
m. Contractor represents and warrants that at all times in the performance of the Services,
Contractor shall comply with any and all applicable laws, codes, rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the
subject matter hereof and supersedes all other agreements or understanding between the parties with
respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior written
consent of the County. Any attempt to assign this Agreement without such consent shall be void.
p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto
and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all
rights and obligations hereunder are reserved solely for the parties, and not to any third party.
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
8
Eagle County Procurement and Installation Final 7/5/2022
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a
waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding
breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
s. The signatories to this Agreement aver to their knowledge no employee of the County has
any personal or beneficial interest whatsoever in the Services or Property described in this Agreement.
The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree
with the performance of the Services and Contractor shall not employ any person having such known
interests.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
9
Eagle County Procurement and Installation Final 7/5/2022
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: ______________________________
Jeff Shroll
CONSULTANT
Maxsecure Systems, Inc.
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
John Heffner
Vice President
10
Eagle County Procurement and Installation Final 7/5/2022
EXHIBIT A
SCOPE OF SERVICES AND EQUIPMENT, SCHEDULE, FEES
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
MAX-SECURE
Security Products
MAINTENANCE FREE INSTITUTIONAL FURNITURE AND SECURITY PRODUCTS
MAXSECURE SYSTEMS INC. -300 International Dr. Suite 100, Williamsville, NY 14221 Tel: 1-800-657-4336 Fax: 1-800-769-4463
www.max-secure.com
February 28th, 2024
Sarah Kennedy P: (970) 328-8564
Eagle County Sheriff’s Office
885 Chambers Ave.
Eagle, CO 81631
Dear Sarah,
RE: Supply and Installation of Max-Secure Furniture
As requested, we are pleased to provide the following quotation for supply and installation of Max-Secure
furniture.
Supply:
•Supply & install, (22) Max-Secure Endura Series Upper Beds cut to size 83¼”x40”x8” : C102 Polished
Stone Grey. ASH GREY
a.Price for supply of Max-Secure Furniture: $73,294.10
b.Delivery Price: $5,200.00
Installation:
c.Price for installation of Max-Secure Furniture: $27,881.64
Optional Removal:
d.Price for removal* of existing upper bunk : $11,220.54
*Removal only – disposal to be done by facility.
Total Cost for removal, supply and install: $117,596.28
Delivery: 20-22 weeks from receipt of PO
Notes:
1. Max-Secure products are covered by our 10-year warranty against manufacturer’s defects.
Warranty extends to installation when performed by certified Max-Secure installers.
2.Price includes anchors, structural adhesives, and tamper-proof caulking/sealant. Pricing based on
the supporting three sides wall to mount the bed and standard available size and colors.
3.The work is to be performed during the weekdays during an 8-hour work window between Monday
to Friday without any delays or access restrictions impeding the construction progress.
4.All pricing is based on one (1) mobilization.
5.Disposal of existing furniture is by others.
6.The areas to receive the furniture are to be clean and ready for installation of material.
7.We have not included any repair work to the existing concrete/masonry substrates.
8.Pricing does not include any applicable taxes.
9.Site labor cost is based on using non-union, non-prevailing wage labor force.
10.The final proposal will be submitted after the module review & evaluation.
11.Solid Concrete or CMU are required for all wall mounted Max-Secure products.
12.This quote is valid for 30 days after the date of issue.
We trust our proposal meets your requirements and we look forward to the opportunity to work with you on
this project.
Yours truly,
Max Secure Systems Inc.
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
MAX-SECURE
Security Products
MAINTENANCE FREE INSTITUTIONAL FURNITURE AND SECURITY PRODUCTS
MAXSECURE SYSTEMS INC. -300 International Dr. Suite 100, Williamsville, NY 14221 Tel: 1-800-657-4336 Fax: 1-800-769-4463
www.max-secure.com
John Heffner
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
11
Eagle County Procurement and Installation Final 7/5/2022
EXHIBIT B
INSURANCE CERTIFICATES
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?
INSR ADDL SUBRLTR INSD WVD
PRODUCER CONTACTNAME:
FAXPHONE(A/C, No):(A/C, No, Ext):
E-MAILADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT $(Ea accident)
ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS
HIRED NON-OWNED
PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY
(Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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 have ADDITIONAL INSURED provisions or 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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
4/24/2024
License # 1009544
(716) 849-1546 1546 (716) 849-8291
20281
Engineered Plastics Inc dba Armor Tile
300 International Dr-Ste 100
Williamsville, NY 14221
A
71725229 6/30/2023 6/30/2024 1,000,000
1,000,000
1,000,000
Eagle County Colorado
500 Broadway
PO Box 850
Eagle, CO 81631
ARMOTIL-01 TLANZA
Lawley, LLC361 Delaware AvenueBuffalo, NY 14202
Tania Lanza
tlanza@lawleyinsurance.com
Federal Insurance Co
X
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?
INSR ADDL SUBRLTR INSD WVD
PRODUCER CONTACTNAME:
FAXPHONE(A/C, No):(A/C, No, Ext):
E-MAILADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT $(Ea accident)
ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS
HIRED NON-OWNED
PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY
(Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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 have ADDITIONAL INSURED provisions or 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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
4/24/2024
License # 1009544
(716) 849-1546 1546 (716) 849-8291
20281
Maxsecure Systems Inc.
300 International Drive, Suite 100
Williamsville, NY 14221
A 1,000,000
X 36034335 8/31/2023 8/31/2024
1,000,000
10,000
1,000,000
2,000,000
2,000,000
Each Claim 2,000,000
1,000,000A
X 73599523 8/31/2023 8/31/2024
5,000,000A
78184917 8/31/2023 8/31/2024 5,000,000
10,000
Additional Insured and Waiver of Subrogation coverage shown above and marked with an X.
Terms set forth as evidenced by the attached endorsement(s) identified on the ACORD 101.
Eagle County Colorado
500 Broadway
PO Box 850
Eagle, CO 81631
MAXSSYS-01 TLANZA
Lawley, LLC361 Delaware AvenueBuffalo, NY 14202
Tania Lanza
tlanza@lawleyinsurance.com
Federal Insurance Co
X
X
XX
XX
X
X
X
DocuSign Envelope ID: 3A5EAD77-FE6F-4DF6-AA49-106C753B2923