No preview available
HomeMy WebLinkAboutC24-360 High Country Low Voltage, LLCAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES BETWEEN EAGLE COUNTY, COLORADO AND HIGH COUNTRY LOW VOLTAGE, LLC THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between High Country Low Voltage, LLC, a Colorado corporation (hereinafter “Contractor”), and Eagle County, Colorado, a body corporate and politic (hereinafter “County”). RECITALS WHEREAS, County desires to hire Contractor to procure, install, and maintain conference room audio and visual equipment in the Snow Removal Equipment Training Room (the “Project”) within the Eagle County Airport located at 219 Eldon Wilson Road Gypsum, CO 81637 (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 four months from the effective date of this agreement 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. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 8/19/2024 2 c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not be unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in its sole discretion, then Contractor shall upon County’s request and at no charge to County: i. take the Equipment back; ii. exchange the Equipment; or iii. repair the Equipment. 2. County’s Representative. The Innovation & Technology Department’s designee shall be Contractor’s contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of one year. Thereafter, this Agreement shall be automatically renewed for successive one-year periods (each a “Renewal Term”), unless either party notifies the other party of termination, in writing, at least sixty (60) days before the end of the initial Term or any Renewal Term. 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. Compensation for the Equipment and performance of the Services under this Agreement shall not exceed fifty thousand dollars ($50,000). In the event of any Renewal Term, compensation for that Renewal Term, if any, shall not exceed the sum that is equal to a three percent (3%) increase over the prior year’s yearly service package amount, which is currently two thousand, thirty-seven dollars ($2,037), as set forth in Exhibit A. 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. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 3 b. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the Equipment or Services for which payment was made were not provided or performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. c. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 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. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 4 iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents, and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit 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 monies paid pursuant to this Agreement. 8. Indemnification. The Contractor shall defend, 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 Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 5 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 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: IT department 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-3580 E-Mail: Amanda.bay@eaglecounty.us, helpdesk@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: High Country Low Voltage Jonathan Eubank 15794 W 5th Ave Golden, CO 80401 Telephone: 720-575-2494 E-Mail: info@highcountryllc.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. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 6 12. Venue, Jurisdiction, and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121. 14. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the intended purpose and use of the Equipment, nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules, and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as it 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 Equipment and Services against defects in materials or workmanship for a period of one (1) year from the date the Equipment and Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 7 Services are accepted by County, or such longer period as may be provided by the law or as otherwise agreed to by the parties. g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s guarantee or warrantee shall extend for a like period as to such Equipment. h. Contractor warrants that title to all Work and Equipment shall pass to County either by incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests, or encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment until the Equipment is installed and County has inspected and approved the same. i. Within a reasonable time after receipt of written notice, Contractor shall correct at its own expense, without cost to County, and without interruption to County: i. Any defects in materials or workmanship which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and ii. Any damage to any other Work or property caused by such defects or the repairing of such defects. j. Guarantees and warranties shall not be construed to modify or limit any rights or actions County may otherwise have against Contractor in law or in equity. k. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. 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. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 8 o. Contractor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. r. The invalidity, illegality, or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. s. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. [REST OF PAGE INTENTIONALLY LEFT BLANK] Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 9 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, County Manager CONTRACTOR High Country Low Voltage, LLC By: _____________________________________ Print Name: ______________________________ Title: ___________________________________ Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F Jonathan Eubank President 10 EXHIBIT A SCOPE OF SERVICES AND EQUIPMENT, SCHEDULE, FEES Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F Proposal To: Eagle County For: SRE Training room project August 1, 2024 Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F SRE SCOPE Scope of Work Included with this project Displays- (2) two side by side Owner Furnished 98" Monitors to provide dual screen Google Meet capabilities. Cameras- the current Google meet camera will be replaced with (2) two Qsys PTZ cameras with one viewing the audience and one viewing the presenter. Live camera switching and control will be available by utilizing the existing Google Meet Controller. Speakers- (6) six new QSC in-ceiling speakers will be installed to provide even clear audio across the entire room Microphones- (1) one new Sennheiser in-ceiling microphone will be installed to provide clear pickup of the entire room Control- Control of the entire system will be obtained through the existing Google Meet controller and existing Google Meet Compute. Qsys has a plugin for Google Meet which allows the controls of the the system to live in the native Google Meet interface underneath room controls. https://www.qsys.com/alliances-partnerships/google-meet-partner/ Wireless Sharing and BYOD - Wireless sharing and Wireless BYOD will be accessed via the new Barco Clickshare CX20 unit Monitoring- Remote monitoring will be included with 24/7 remote support from HCLV, remote access will also be given to Eagle County IT staff to have the ability to control the room, update firmware, and see room status remotely at anytime. Equipment Rack- Equipment rack will be located in the rear of the room in closet, wall mounted and house all AV equipment. BYOD-HCLV will install a Qsys NV21 to function as an Encoder and BYOD USB interface. Exceptions HCLV will not move any power outlets, any power outlet moves will have to be taken care of by the district HCLV will require one network port to owner's network with internet access for remote monitoring HCLV will require a clean and clear working area for 3 consecutive days in this room HCLV will not be able to control owner furnished TVs and will not include those TVs in Warranty Customer will have to use remotes to turn on TVs if they do not have a power saving mode with auto on/off Schedule -Day One- Pull All Cable for Speakers, Cameras, TVs, and Microphones. Mounts for Front TV installed and Equipment installed behind TV. -Day Two- (3 guys) Mount TVs, Install Speakers, Microphones, Cameras, Rack, Wire Rack -Day Three- As needed/Commissioning AV IMAGE QTY DESCRIPTION PRICE PRICE EXT 1 QSC CORE NANO Network Core, 64x64 network I/O channels with 8x8 Software-based Dante license included, USB AV bridging, dual LAN ports, VoIP telephony, 8 AEC processors, Half-size 1RU. $1,950.00 $1,950.00 1 QSC SLMST-8N-P Q-SYS Core 8 Flex, Core Nano, NV-32-H (Core Capable) license for software features, enables both Q-SYS Scripting and UCI Deployment, Perpetual $350.00 $350.00 High Country Low Voltage LLC Version Wide Angle Camera August 1, 20242 of 7Equipment prices include any required accessories. Labor prices include design, engineering, installation and programming. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 1 QSC SPA2-60 1/2 RU 2 Channel ENERGY STAR amplifier / Stereo operation 60 watts into 8Ω & 4Ω, Bridged operation 200 watts into 8Ω & 4Ω, and 250 watts into 70v and 100v / 100- 240 VAC Operation. $650.00 $650.00 1 QSC NC-12x80 12x Optical Zoom 80° Horizontal Field of View, PTZ Network Camera, PoE, with HDMI and SDI output. Includes PTZ-WMB1 wall mount bracket $4,000.00 $4,000.00 1 Sennheiser TEAMCONNECT CEILING SENN TeamConnect Ceiling 2 Beamforming Ceiling Microphone $4,590.00 $4,590.00 2 Chief XSM1U Micro-Adjust Fixed Wall Mount X-Large $275.00 $550.00 1 Netgear GSM4212P-100NAS M4250-10G2F-POE+8X1G POE $750.00 $750.00 2 FS SFP-GB-GE-T NETGEAR AGM734 Compatible 1000BASE-T SFP Copper RJ-45 100m Transceiver Module $45.00 $90.00 1 Juice Goose JG9 19" PDU 9 out $150.00 $150.00 2 COOLM AC 100-240V to DC 48V 2A Power Supply Adapter Pwer Supply for NV-32-H $25.95 $51.90 2 High Country Low Voltage LLC Hang OFE Display $0.00 $0.00 2 QSC NV-32-H (Core Capable)4K60 4:4:4 Network Video Endpoint for the Q-SYS Ecosystem, software configurable as Encoder or Decoder. 3 HDMI 2.0 Inputs, 2 HDMI 2.0 Outputs, on-board AV Bridging. Supports optional stand-alone “Q-SYS Core Mode" operation for audio DSP with local video switching (no encoding or decoding) and AV Bridging. $4,000.00 $8,000.00 1 QSC NV-21-HU 4K60 4:4:4 Network Video Endpoint for Q-SYSEcosystem, software configurable as Encoder or Decoder. 1 HDMI 2.0 Input, 1 USB-C Input, 1 HDMI 2.0 output. Optional Software License to enable AV Bridging (SLQBR-P). $2,250.00 $2,250.00 1 QSC NV-21-PSU 12v 10a Aux Power Supply for NV-21-HU to enable USB-C device charging $315.00 $315.00 1 Barco CX-20 Gen2 CX-20 Gen2 $2,050.00 $2,050.00 IMAGE QTY DESCRIPTION PRICE PRICE EXT High Country Low Voltage LLC Version Wide Angle Camera August 1, 20243 of 7Equipment prices include any required accessories. Labor prices include design, engineering, installation and programming. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F EQUIPMENT TOTAL $29,747.85 LABOR TOTAL $9,777.50 CABLING LOT, ADAPTORS, TERMINATIONS, AND CONSUMABLES $1,200.00 TRAVEL $1,500.00 SRE TOTAL $42,225.35 6 QSC AD-C6T-WH 6.5" Two-way ceiling speaker, 70/100V transformer with 16Ω bypass, 135° conical DMT coverage,includes C-ring and rails for blind mount installation, Ø245mm cut-out. Available in white. Priced individually but must be purchased in pairs. $200.00 $1,200.00 1 QSC PTZ-CMB1 Accessory Ceiling Mount Bracket for PTZ Camera.$155.00 $155.00 1 QSC NC-110 Camera Fixed 110° FOV, network camera, PoE, incl mounting hdwr $1,450.00 $1,450.00 1 Cool Components FK-120-2 Cool Components™ 120MM Fan Kit with Power Supply - 2 Fans $76.95 $76.95 1 Wyrestorm CAB-UAOC-15-P USB 3.2 M to F Active Optical Extension Cable | 10Gbps Superspeed+ | Plenum Rated (15m/49ft)$300.00 $300.00 1 Mount-It MI-6524 Low Profile Vesa Mount for Touchpanel or Small Monitor $20.00 $20.00 1 Strong Mounts SR-WMS-12U 12U Wall Mount Rack System with Swing Kit $799.00 $799.00 IMAGE QTY DESCRIPTION PRICE PRICE EXT High Country Low Voltage LLC Version Wide Angle Camera August 1, 20244 of 7Equipment prices include any required accessories. Labor prices include design, engineering, installation and programming. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F AV TOTAL $432.50 CREDITS $-1,231.50 SUMMARY EQUIPMENT TOTAL -$799.00 LABOR $0.00 OWNER FURNISHED WALL RACK TOTAL -$839.00 OWNER FURNISHED WALL RACK SCOPE Change to Owner Furnished Wall Rack AV IMAGE QTY DESCRIPTION PRICE PRICE EXT 1 OWNER FURNISHED Strong SR-WMS-10U Strong 10U Wall Mount Rack System with Swing Kit $0.00 $0.00 CREDITS FOR REPLACED ITEMS 1 Strong Mounts SR-WMS-12U 12U Wall Mount Rack System with Swing Kit $799.00 $799.00 High Country Low Voltage LLC Version Wide Angle Camera August 1, 20245 of 7Equipment prices include any required accessories. Labor prices include design, engineering, installation and programming. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F YEARLY SERVICE PACKAGE +$2,037.00 YEARLY SERVICE PACKAGE High Country Low Voltage Priority Service Plan Gold Level The High Country Priority Service Plan combines callout support and help desk services with preventative maintenance checks and services for a complete service program designed to “maintain” your system in operating condition at all times. This custom service plan includes: 2 Preventative Maintenance visits annually Cloud Based Monitoring of All Equipment and 24/7 Remote Support Unlimited Onsite Technical Dispatch Response within 4 hours during business hours. On site within 1 business day pending facility availability High Country Low Voltage LLC Version Wide Angle Camera August 1, 20246 of 7Equipment prices include any required accessories. Labor prices include design, engineering, installation and programming. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F PAYMENT SCHEDULE To be determined EQUIPMENT TOTAL $29,747.85 SHIPPING TOTAL $405.00 LABOR TOTAL $9,777.50 CABLING LOT, ADAPTORS, TERMINATIONS, AND CONSUMABLES $1,200.00 TRAVEL $1,500.00 YEARLY SERVICE PACKAGE (ANNUALLY)$2,037.00 TOTAL TAX $0.00 PROJECT TOTAL $44,667.35 OWNER FURNISHED WALL RACK -$839.00 ACCEPTANCE FINANCIAL OPTIONS Not included in the project total. Initial to the left to add the option to your project. High Country Low Voltage LLC Version Wide Angle Camera August 1, 20247 of 7Equipment prices include any required accessories. Labor prices include design, engineering, installation and programming. Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F 11 EXHIBIT B INSURANCE CERTIFICATES Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 03/04/2024 15794 W 6TH AVE High Country Low Voltage, LLC servicecenter@unitedfiregroup.com 800-974-0297888-793-1481 Aliza Egger 13021United Fire & Casualty Company 61932 1 1,000,000 Y N Y 10175414235 01/04/2024 01/04/2025 01/04/202501/04/202410175414235N 9780 S MERIDIAN BLVD #400 CRS INSURANCE BROKERAGE 100,000 5,000 *** 2,000,000 2,000,000 1,000,000 A A X X X A X X 2,000,000 2,000,000NN01/04/202501/04/202410175414235 ENGLEWOOD CO 80112 GOLDEN CO 80401-5048 EAGLE CO 81631-5178 PO Box 850 Eagle County, Colorado ***Personal And Advertising Injury limit is included in the limit shown in the General Liability section above. Eagle County, its associated or affiliated entities, elected officials, employees, and agents is an additional insured on the commercial auto and the general liability section of the BOP-Pro policy. 500 BROADWAY ST Docusign Envelope ID: CBABEC7F-95E7-46E1-A08E-6BBA721C7B4F