Loading...
HomeMy WebLinkAbout20201079.tiffCorrlvaci- ID4-el o 1 Coiui+ cis). -- 5/Z12.44 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Water and Earth Inc Maintenance agreement DEPARTMENT: Emergency Management DATE: April 18, 2024 PERSON REQUESTING: Roy Rudisill Brief description of the problem/issue: Commissioners, Water and Earth Technology Inc. is our contractor that installed and maintains the Early Warning Stream Gauge system for Weld County. Our maintenance agreement has expired, and we would like to extend the maintenance agreement for the gauges. The attached renewal agreement is a three-year agreement, with a total cost of $71,460.00. This will be billed monthly at an annual expense of $23,820.00. Water and Earth Technology Inc. provides real time information for each of our six location and utilizes a webpage for ease of information sharing. Water and Earth is one of two companies that provide these services, if we change from Water and Earth there would be additional costs to set up a new web page and reporting information for the stream gauges. One additional benefit of staying with Water and Earth is they also provide services in Larimer County, and we are able to view river and stream gauge flow on one web page. I've attached a copy of the contract renewal from 2021-2023, a copy of the quote for the next three years and a new renewal form for 2024-2026. What options exist for the Board? Consequences: Maintenance is required to keep the early warning system operating and to protect our investment in the equipment. The early warning flood system was put in place after the 2013 floods to help provide emergency responders with real time reporting. Impacts: This is a public safety concern, and we need to maintain the system in order to provide early warning to citizens that live in the impacted areas of the rivers. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): This is a three-year agreement and there is continual casts, these costs are budgeted in the OEM budget. There is a cost increase from the prior agreement, just as we have seen in other agreements, it is based on increased labor costs. The 2021- 2023 agreement was a total of 59321.00, the current agreement has an increase of 12,139.00 or 4,046.33 a year. Recommendation: OEM recommends the renewal of the maintenance agreement with Water and Earth Technology Inc. This will help us to maintain the early warning flood system. e &'. 0A,64.224&Z) 6/rA2 zoZo-►old EMCUIq Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine v::7 ATTEST: Weld BY: Deputy Clerl ' o the Board CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY OFFICE OF EMERGENCY MANAGEMENT AND WATER AND EARTH TECHNOLOGIES INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 8th day of Mat. 2024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Office of Emergency Management, hereinafter referred to as the "Department", and Water and Earth Technologies,. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1079approved on A rp it 13, 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on Feb 2023. e The parties agree to extend the Original Agreement for an additional three years period, which will begin Jan. 1, 2024 and will end on Dec. 31, 2026. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. the total cost for the three year contract is $71,460.00 2. Payments will be billed monthly over the three year time frame. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: WG�-e t 6:AAA, -5 ofOS,NS, .1-^C. ` \ a1 c L S 2,'S cf Printed Na a ,_._.. YYi arvz Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COL r✓ Kevin D. Ross, Chair MAY f00�8 2024 Cfa .-(O1 K erk to Exhibit A WATER & EARTH TECHNOLOGIES 4/17/2024 Quotation XPWC008 Prepared for: Weld County Office of Emergency Management Roy Rudisill 1150O St. Greeley, CO 80631 Federal Tax Identification No. 84-1440328 Quote Valid Thru 6/16/2024 Prepared by: Water & Earth Technologies, Inc. 40504 Weld Co Rd 17 Severance, CO 80524 Phone (970) 225-6080 erichess@omterearthtech.com Early Flood Warning System Annual Maintenance - FY24-26 QUOTE INFORMATION: This quote is for the annual maintenance of the Weld County Early Flood Warning System. Water & Earth Technologies, Inc. (WET) will visit each station two times a year for preventative maintenance. During these maintenance visits, WET will inspect the stations for vandalism or damage and test all equipment to ensure everything is working correctly. WET will also monitor the status of each station daily through WETMap and NovaStar5 to confirm that the sensors are working and reporting correctly. If there are any issues, WET will visit the problem station and fix the problem in a timely manner. Any faulty equipment will be charged to the County on an as -needed basis. !a::.�.L�:♦r LOCATION STATION ANNUAL SYSTEM MAINTENANCE TYPE 10401 - Big Thompson at WCR 13 WL Radar $ 8,970.00 10402 - Big Thompson near La Salle WL Sniffer $ 8,160.00 10403 - Poudre at Fern Ave WL Sniffer $ 8,160.00 10404 - Poudre at WCR13 WL Radar $ 8,970.00 10405 - South Platte near Kersey WL Sniffer $ 8,160.00 10406 - St Vrain at Platteville WL Sniffer $ 8,160.00 10407 - 35th Ave Repeater Repeater $ 6,480.00 COMPONENT SUBTOTAL:I $ 57,060.00 LICENSES & FEES ITEM PRICE QUANTITY TOTAL Monthly NovaStar5 & WETMap License Fees $ 350.00 36 35th Ave Repeater Monthly Cellular Plan $ 50.00 36 COMPONENT SUBTOTAL: 12,600.00 1,800.00 14,400.00 Total Cost $ 71,460.00' Thank you for your consideration) Contract For Entity Information Entity Name" Entity ID* WATER & EARTH TECHNOLOGIES @00040303 INC Contract Name WATER AND EARTH INC. MAINTENANCE AGREEMENT Contract Status CTB REVIEW O New Entity? Contract ID 8101 Contract Lead * GMARQUEZ Contract Lead Email gmarquez@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* WATER AND EARTH TECHNOLOGY INC. PROVIDES REAL TIME INFORMATION FOR EACH OF OUR SIX LOCATION AND UTILIZES A WEBPAGE FOR EASE OF INFORMATION SHARING Contract Description 2 Contract Type* CONTRACT Amount" $23,820.00 Renewable" YES Automatic Renewal Grant IGA Department OEM Department Email CM-OEM@weldgov.com Department Head Email CM-OEM- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 05/02/2024 05/06/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 03/03/2025 Renewal Date * 04/01 /2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head ROY RUDISILL DH Approved Date 04/30/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05/08/2024 Finance Approver CHRIS D'OVIDIO Legal Counsel MATTHEW CONROY Finance Approved Date Legal Counsel Approved Date 05/01/2024 05/06/2024 Tyler Ref # AG 050824 Originator GMARQUEZ an�aci-. =D *LHo I BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Contract with Water and Earth Technology DEPARTMENT: OEM PERSON REQUESTING: Roy Rudisill DATE: 1-15-21 Brief description of the problem/issue: Commissioners, our Stream Gage Warning System was a part of the 2013 flood recovery grants and we are required to maintain the system as a part of the agreement with the State. With our maintenance agreement with Water and Earth Technology (WET) we are allowed access to river gage waning information in Larimer County. OEM has a maintenance contract with Water and Earth Technologies (WET) to maintain the 7 stream gage warning location across the county. We need to renew the contract for 2021, this allows us to make sure the warning system stay operational and is maintained in good operating condition. The contract for 2121 is $19,771.50 which is $741.00 more than 2020, this is due to an increase in labor costs. We also have an option for a three-year contract which would be 59,321.00 or 19,773.66 a year. OEM has funding budgeted for the annual contract. I'm requesting to renew the agreement for Stream Gage Warning maintenance with WET and add this agreement to the BOCC agenda. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Agree to the one year or the three-year agreement, there is a 2.12 difference between the one and three year agreement. Recommendation: OEM is recommending the three-year agreement, Wet will bill us monthly for services and will be a total of 19,773.66 per year. Perry L. Buck Mike Freeman Scott K. James, Pro -Tern Steve Moreno, Chair Lori Saine n�er+ cola -7/a' Approve Recommendation Schedule Work Session Other/Comments: ex,; CbEA9 1/.27/..1-/ 6)000 -10-79 amoolci CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY Office of Emergency Management AND Water and Earth Technologies This Agreement Extension/Renewal ("Renewal"), made and entered into to „if day of [, a.0G24 by and between the Board of Weld County Commissioners, on behalf of the Weld County Office of Emergency Ma gement, hereinafter referred to as the "Department", and Water and Earth Technologies hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1079, approved on April 13, 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on Jan 31 2021. • The parties agree to extend the Original Agreement for an additional three years period, which will begin Feb lst 2021, and will end on Feb 1St 2023. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1.total costs for the three-year contract will be 59,321.00 2. payments will be billed monthly over the three-year time frame. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Markus Ritsch Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair ATTEST: Weld C BY: Deputy Clerk JA 0aato -/07? QUOTATION Water& Earth TECNNOLICIES 1225 Red Cedar Circle, Suite A Fort Collins, CO 80524 Phone: (970)225-6080 Fax: (970)225-6990 Email: ehess@waterearthtech.com Date: 1/4/2021 Quotation: #XPWC006 Quote is good for: 30 days Prepared by Eric Hess Quotation For: Proactive Maintenance and Calibration of Flood Warning Network for Weld County Roy Rudisill 1150 O Street Greeley, CO 80631 Water & Earth Technologies, Inc. (WET) will provide two comprehensive maintenance visits per year to perform calibration and proactive maintenance services at the real-time flood -monitoring network for Weld County. Weld County contains seven (7) stations: six (6) stream gages and one (1) repeater station. Stream gages: 10401 Big Thompson at WCR 13 10402 Big Thompson near La Salle 10403 Cache La Poudre at Fern Ave 10404 Cache La Poudre at WCR 13 10405 South Platte near Kersey 10406 St Vrain at Platteville Repeater Station: 10407 35th Ave Repeater/ Greeley Communication Tower Maintenance visits will occur in the spring and in mid to late summer. The repeater station is visited in summer and fall. Each maintenance visit will include the following work: 1. Maintenance of Existing Real -Time Monitoring System Power System Checks • Check the battery to ensure it is being charged by the solar panel. • Check the battery terminals for signs of corrosion or loose connections. • Check the voltage from the solar panel at inputs to the voltage regulator to verify that the solar panel is functioning properly. • Check the voltage regulator to verify it is functioning properly. • Clean the face of the solar panel. Rain Gage Checks • Perform a static calibration test, ensuring each bucket tips at 4.63 mL of water. • Adjust tipping buckets if the dynamic calibration shows a deviation of more than 2 percent. • Clean the funnels, screens, and tipping bucket mechanism. • Re -level the rain gage. • Verify the recording and transmission of each tip by the transmitter. Page 1 of 2 QU©TATI0 Transmitter Checks • Check the sensor connections to the transmitter to ensure there are no loose or broken connectors or wires. • Check the radio output power with a wattmeter. • Replace desiccant packs. • Verify that rain tips are being recorded correctly. Stage Sensor Work • Visually inspect radar and wire weight gage for damage and clean if necessary. • Determine the reference level of the stage reading by measuring the water surface elevation with the installed wire weight gage and correlating this value to the sensed water level. • Configure the base station software with the new parameters (slope, offset, reference level) so that discharge values can be computed from the measured stage information. • Verify sniffed data with the DWR website to ensure accurate reading of DWR sensors. General Site Maintenance • Visually inspect the standpipe for signs of vandalism. • Fill any holes found in the electronics box with a silicone sealant. II. Web Access of Data Data from each station is available to the County from the WETMap web page which is built upon a commercial data server located on the Google Cloud. The commercial data base is licensed and supported by a third party. The fee to manage and archive data using the Google cloud -hosted database server is $300 per month. This includes data quality checking, data archival and backup, changes to alarms, data monitoring, and alarm responses. III. Fee Schedule The estimated fee to provide routine annual maintenance of the existing system is summarized in the attached quote. Page 2 of 2 QUOTE DATE: VALID THRU: QUOTED RY;. EMAIL: XPWC006-3 Year 1/4/2021 3/5/2021 Eric Hess ,ghess a[awaterearthtech.com PREPARED FOR: AGENCY: PHONE: EMAIL:' QUOTE TITLE: Roy Rudisill Office of Emergency Management 970-304-6540 rrudisillt weldaov.com 1150 O St. Greeley, CO 80631 J Water�Earth TECNNOIGIES 1225 Red Cedar Cir, Unit A Fort Collins, CO 80524 Phone: (970) 225-6080 Fax: (970) 225-6990 FED. ID. # 84-1440328 Early Flood Warning System Annual Maintenance QUOTE INFORMATION: This quote is for the annual maintenance of the Weld County Early Flood Warning System. Water & Earth Technologies, Inc. (WET) will visit each station two times a year for preventative maintenance. During these maintenance visits, WET will inspect the stations for vandalism or damage and test all equipment to ensure everything is working correctly. WET will also monitor the status of each station daily through WETMap and NovaStar5 to confirm that the sensors are working and reporting correctly. If there are any issues, WET will visit the problem station and fix the problem in a timely manner. Any faulty equipment will be charged to the County on an as -needed basis. LOCATION STATION TYPE 10401 - Big Thompson at WCR 13 10402 - Big Thompson near La Salle 10403 - Poudre at Fern Ave 10404 - Poudre at WCR13 10405 - South Platte near Kersey 10406 - St Vrain at Platteville WL Radar WL Sniffer WL Sniffer WL Radar WL Sniffer WL Sniffer 10407 - 35th Ave Repeater Repeater ANNUAL SYSTEM MAINTENANCE 7,340.00 6,679.00 6,679.00 7,340.00 6,679.00 6,679.00 5,325.00 COMPONENT SUBTOTAL: J $ 46,721.00 Monthly NovaStar5 & WETMap License Fees 35th Ave Repeater Monthly Cellular Plan $ 300.00 $ 50.00 _..4 36 $ 10,800.00 36 $ 1,800.00 COMPONENT SUBTOTAL: $ 12,600.00 TOTAL PROJECT COST: $ 59,321.00 THANK YOU FOR YOUR BUSINESS! Contract Form New Contract Request Entity Information Entity Names WATER & EARTH TECHNOLOGIES INC Contract Name* STREAM GAGE WARNING SYSTEM Contract Status CTE REVIEW Entity ID* ;4'00040303 ❑ New Entity? Contract ID 4401 Contract Lead* GMARQUEZ EZ Contract Lead Email gmarquezr2co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description * STREAM GAGE WARNING SYSTEM WAS A PART OF THE 201 3 FLOOD RECOVERY GRANTS AND WE ARE REQUIRED TO MAINTAIN THE SYSTEM AS A PART OF THE AGREEMENT WITH THE STATE. WITH OUR MAINTENANCE AGREEMENT WITH WATER & EARTH TECHNOLOGY (WET) Contract Description 2 Contract Type CONTRACT Amount 559, 321.00 Renewable* YES Automatic Renewal Grant IGA Department OEM Department Email CM-OEM'Qvs'eldgov.com Department Head Email CM-OEM- DeptHeadg weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEYWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 01;25:2021 Due Date 01.21,•2021 Will a work session with BOCC be required?* YES Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should he left blank if those contracts are not in OnEase Contract Dates Effective Date Review Date* 11 30;2021 Renewal Date* 01 03 2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head ROY RUDISILL DH Approved Date 01,21x'2021 Final Approval BOCC Approved BOCC Signed Date BUCC Agenda Date 01,'27x2021 Originator GMARQUEZ Contact Type Contact Email Finance Approver CONSENT Contact Phone 1 Purchasing Approved Date 01,21;2021 Finance Approved Date 01,21;'2021 Tyler Ref I AG 012721 Legal Counsel CONSENT Contact Phone 2 Legal Counsel Approved Date 01.'21.2021 RESOLUTION RE: APPROVE AGREEMENT FOR SERVICES FOR PROACTIVE MAINTENANCE AND CALIBRATION OF FLOOD WARNING NETWORK AND AUTHORIZE CHAIR TO SIGN - WATER AND EARTH TECHNOLOGIES, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Services for the Proactive Maintenance and Calibration of the Flood Warning Network between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Office of Emergency Management, and Water and Earth Technologies, Inc., commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Services for the Proactive Maintenance and Calibration of the Flood Warning Network between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Office of Emergency Management, and Water and Earth Technologies, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 13th day of April, A.D., 2020. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: d ) < jeif.a .k. Weld County Clerk to the Board BY: APP Deputy Clerk to the Board ounty Attorney Date of signature: '-F /(5 /2 Mike F eeman, Chair Steve oreno, Pro -Tern S-•t� . James CC: OEM(k) 4/1'f/10 2020-1079 EM0019 351 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Stream Monitoring Maintenance Contract Water and Earth Tech. LLC DEPARTMENT: OEM DATE: March 31, 2020 PERSON REQUESTING: Roy Rudisill Brief description of the problem/issue: Commissioners, after the 2013 flood we completed a recovery project for our stream monitoring system across the County. We have six location across the County. The attached Contract for your review is with Water and Earth Technologies to complete annual maintenance and licenses fees to allow us to receive warning information during spring and summer for early flood warnings. The cost of the Contract is $19,030.00, the quote is higher that expected as we budgeted $12,000.00 for maintenance. I have worked with Don Warden on this funding and we are working through my budget to meet the funding. The quote is under the requirement for formal BID, however I did reach out to another company operating in the front range, One Rain, for a quote, they stated they would not bid on the project due to the equipment we are using. This could be considered a sole source request, so I wanted to bring that to your attention. Water and Earth Technologies is the company we used to install the system and was low BID for the project, with them continuing to provide the maintenance for the project we are also able to see the stream flows in Larimer County on the Poudre and Thompson rivers which helps us with situational awareness. I would like to request this contract be added to the BOCC Agenda for approval. What options exist for the Board? (include consequences, impacts, costs, etc. of options): We are required to maintain a maintenance contract on the equipment due to the federal grant funds used for this project. Agree to the contract as written and sign. If we seek a different company, we would need to replace equipment which would cost more. Recommendation: Agree to contract and schedule for BOCC meeting for approval. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern Kevin D. Ross Approve Recommendation Schedule Work Session Other/Comments: 2020-1079 Oti/i 3 AWELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & Water and Earth Technologies PROJECT NAME Proactive Maintenance and Calibration of Flood Warning Network THIS AGREEMENT is made and entered into this /say of /iii, ' , 2020, by and between the County of Weld, a body corporate and politic of the Stat of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80632 hereinafter referred to as "County," and Water and Earth Technologies Inc., a corporation, who whose address is 1225 Red Cedar Cir, Ste A, Ft. Collins, CO 80524, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibit; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in the attached Exhibit; 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 services as set forth herein; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibit, each of which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including the attached Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibit A within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibit A. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. o?aa0,n7i 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $19,030.00, which is reflected in Exhibit A. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 therefore 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) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. 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 completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Roy Rudisill Director of Emergency Management. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Water and Earth Technologies Attn.: Vice President, Markus Ritsch Address: 1225 Red Cedar Cir, Ste A, Fort Collins, CO 80524 Address: E-mail:MLRitsch@water-and-earth.com Facsimile:970-225-6990 County: Name: Roy Rudisill Position: Director of Emergency Management Address: 1150 O Street Greeley, CO 80632 Address: PO Box 758 Greeley, CO 80632 E-mail: rudisill@weldgov.com Facsimile: 970-336-7242 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibit attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN,ITNESS WHEREOF, the parties hereto have signed this Agreement this /ca day of , 2020. CONTRACTOR: By: ,4 ai Name: Markus Ritsch Title: Vice President Date March 27, 2020 WELD CO ATTEST: CeotiWieti co•'oc• BOARD OF COUNTY COMMISSIONERS Weld 'o nt Clerk to the =oard WELD COUNTY, COLORADO BY: Deputy CI k to the Boike Freeman, Chair APR 1 3 2020 QUOTATION Waterg Earth TECHNOLOCIES 1225 Red Cedar Circle, Suite A Fort Collins, CO 80524 Phone: (970)225-6080 Fax: (970)225-6990 Email:ehess@waterearthtech.com Date: 1/13/2020 Quotation: #XPWC005-1 Quote is good for: 60 days Prepared by: Eric Hess Quotation For: Proactive Maintenance and Calibration of Flood Warning Network for Weld County Roy Rudisill 1150 O Street Greeley, CO 80631 Water & Earth Technologies, Inc. (WET) will provide two comprehensive maintenance visits in 2020 to perform calibration and proactive maintenance services at the real-time flood -monitoring network for Weld County. Weld County contains seven (7) stations: six (6) stream gages and one (1) repeater station. Stream gages: 10401 Big Thompson at WCR 13 10402 Big Thompson near La Salle 10403 Cache La Poudre at Fern Ave 10404 Cache La Poudre at WCR 13 10405 South Platte near Kersey 10406 St Vrain at Platteville Repeater Station: 10407 35th Ave Repeater/ Greeley Communication Tower Maintenance visits will occur in the spring and in mid to late summer. Each maintenance visit will include the following work: I. Maintenance of Existing Real -Time Monitoring System Power System Checks • Check the battery to ensure it is being charged by the solar panel. • Check the battery terminals for signs of corrosion or loose connections. • Check the voltage from the solar panel at inputs to the voltage regulator to verify that the solar panel is functioning properly. • Check the voltage regulator to verify it is functioning properly. • Clean the face of the solar panel. Rain Gage Checks • Perform a static calibration test, ensuring each bucket tips at 4.63 mL of water. • Adjust tipping buckets if the dynamic calibration shows a deviation of more than 2 percent. • Clean the funnels, screens, and tipping bucket mechanism. • Re -level the rain gage. • Verify the recording and transmission of each tip by the transmitter. Page 1 of 2 QUOTATION Transmitter Checks • Check the sensor connections to the transmitter to ensure there are no loose or broken connectors or wires. • Check the radio output power with a wattmeter. • Replace desiccant packs. • Verify that rain tips are being recorded correctly. Stage Sensor Work • Visually inspect radar and wire weight gage for damage and clean if necessary. • Determine the reference level of the stage reading by measuring the water surface elevation with the installed wire weight gage and correlating this value to the sensed water level. • Configure the base station software with the new parameters (slope, offset, reference level) so that discharge values can be computed from the measured stage information. Verify sniffed data with the DWR website to ensure accurate reading of DWR sensors. General Site Maintenance • Visually inspect the standpipe for signs of vandalism. • Fill any holes found in the electronics box with a silicone sealant. II. Web Access of Data Data from each station is available to the County from the WETMap web page which is built upon a commercial data server located on the Google Cloud. The commercial data base is licensed and supported by a third party. The fee to manage and archive data using the Google cloud -hosted database server is $300 per month. This includes data quality checking, data archival and backup, changes to alarms, data monitoring, and alarm responses. HI. Fee Schedule The estimated fee to provide routine annual maintenance of the existing system is summarized in the attached quote. Total not to exceed amount of contract (actual time and materials for services provided shall be billed monthly). Page 2 of 2 DATE r-,, }VALIDkTHRU JOTED ;BY MAIL' XPWC005-1 3/24/2020 5/23/2020 Eric Hess ehess@waterearthtech.com :PREPARED FOR . GENCY NE• ; ADDRESS=' Roy Rudisill Office of Emergency Management 970-304-6540 rrudisiMweldgov.com 1150O St. Greeley, CO 80631 Water Earth TECHNOLOGIES 1225 Red Cedar Cir, Unit A Fort Collins, CO 80524 Phone: (970) 225-6080 Fax: (970) 225-6990 FED. ID. # 84-1440328 iTE�TITLE Early Flood Warning System Annual Maintenance QUOTEANFORMATION :, This quote is for the annual maintenance of the Weld County Early Flood Warning System. Water & Earth Technologies, Inc. (WET) will visit each station two times a year for preventative maintenance. During these maintenance visits, WET will inspect the stations for vandalism or damage and test all equipment to ensure everything is working correctly. WET will also monitor the status of each station daily through WETMap and NovaStar5 to confirm that the sensors are working and reporting correctly. If there are any issues, WET will visit the problem station and fix the problem in a timely manner. Any faulty equipment will be charged to the County on an as -needed basis. '''* ' '{: e; .Y �:SYSTEM'MAINTENANGEIABOR+ ` `y„ ` .1�;.`'' �', ,. V M1 - d r' 4 } ;iLOCATION < z r. t } < f ;',;%_4., .n , . �}—" 5`'STATION , •---,.,,;,;,... -,-.=, , = ` ) c `• 'ry. n ` ''';','''''.•.”- . R, '4 , ANNUAL SYSTEM MAINTENANCE t , s ^ ; '7 -,Cr: t7s.' [ t 10401 - Big Thompson at WCR 13 WL Radar $ 2,330.00 10402 - Big Thompson near La Salle WL Sniffer $ 2,120.00 10403 - Poudre at Fern Ave WL Sniffer $ 2,120.00 10404 - Poudre at WCR13 WL Radar $ 2,330.00 10405 - South Platte near Kersey WL Sniffer I $ 2,120.00 10406 - St Vrain at Platteville WL Sniffer I $ 2,120.00 10407 - 35th Ave Repeater Repeater $ 1,690.00 COMPONENT SUBTOTAL:I $ 14,830.00 y ? r '' T ..4.7;,,-„, -'../(:::-,',? ,^ J a. `,LICENSESt`FEES` :' �` ' N a.: , .,s , , :4. ,.r ,r: ra,. . `"I 4: `.` c `; -, . ITEM Y 4. j7 .' .` 'PRICES �, i,, QUANTITY -`-I r :TOTAL' _ f'= ?. fir Monthly NovaStar5 & WETMap License Fees $ 300.00 I 12 $ 3,600.00 35th Ave Repeater Monthly Cellular Plan $ 50.00 I 12 I $ 600.00 I COMPONENT SUBTOTAL:I $ 4,200.00 AE -PROJECT COST: $ 's }19,030 00 THANK YOU FOR YOUR BUSINESS! Contract Form New Contract Request Entity Information Entity Name* Entity ID' WATER & EARTH TECHNOLOGIES INC @00040303 Contract Name* STREAM MONITORING MAINTENANCE Contract Status CTB REVIEW Contract ID 3512 Contract Lead* GMARQUEZ ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project* grnarquez@coweld.co.us Contract Description* 2013 FLOOD - RECOVERY PROJECT FOR OUR STREAM MONITORING SYSTEM ACROSS THE COUNTY. SIX LOCATION ACROSS THE COUNTY FOR ANNUAL MAINTENANCE AND LICENSES FEES TO ALLOW US TO RECEIVE WARNING INFORMATION DURING SPRING AND SUMMER FOR EARLY FLOOD WARNINGS Contract Description 2 Contract Type* CONTRACT Amount* $19„030.00 Renewable' YES Automatic Renewal Grant IGA Department OEM Department Email CM-OEM@ueldgov.com Department Head Email CM-OEM- DeptHead@weldgovcom County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV. COM Requested BOCC Agenda Date* 04/08/2020 Due Date 04/0412020 Will a work session with 8OCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should he left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 03/30/2021 Termination Notice Period Committed Delivery Date Renewal Date* 041112/2021 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head ROY RUDISILL DH Approved Date 04/07/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/13/2020 Originator GNIARQUEZ Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 04/07/2020 Tyler Ref AG 041320 Legal Counsel GABE KALOUSEK Legal Counsel Approved Date 04/07120:20 Submit Hello