Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20203045.tiff
f cf-crok, c`� Cji 0 8-‘-D DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 21, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Jail Controls - DDN Support Agreement; (2017-0719) In 2017, the Security Electronic Controls (SEC) system for the Weld County Jail were upgraded through the bid process. As a result, CML Security won the bid (2017-0719). As a result of the bid award and subsequent modernization, CIV L Security became a single -source provider for the Jail's SEC systems. Single -source provider is permitted in Weld County Code, Section 5-4-95 and as such is exempt from the bid process. CIV L has quoted the attached DataDirect Network (DDN) support agreement for the existing SEC equipment. In addition, this support will extend to the additional equipment being installed in the new Jail wing that is currently under construction. The agreement for this support is through August 31, 2021. Buildings & Grounds is recommending approval. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director riczartn t k_ (O7/Q0 ci0 6GeTT ito 7o2"4° 2020-3045 BC9 Oa AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & CML SECURITY LLC C JAIL CONTROL I.T. STORAGE &SUPPORT THIS AGREEMENT is made and entered into this 14" day of Qo+o ber , 202O, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and CML Security, LLC whose address is 1785 W 160th Ave #700, Broomfield, CO 80023, , hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the 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 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 below; 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 Exhibit of which forms an integral part of this Agreement. The Exhibit specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request. The Response confirms Contractor's obligations under this Agreement. 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 the Exhibit 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 the Exhibit 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 the Exhibit. 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. 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 continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $6,439.39, which is the bid set forth in the Exhibit. 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. 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; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury 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. 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, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: CML Security, LLC Attn: Keith Thoene-President Address: 1785 W 160th Ave #700, Address: Broomfield, CO 80023 E-mail: kthoene cr cmisecuritv.us Telephone: (720) 466-3650 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylorweldgov.com Facsimile: 970.304.6532 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 §§24-10-10I 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 WITNESS WHEREOF, the parties hereto have signed this Agreement this 1 +h day of °C4-0 bee , 2020. CONTRACT CML Se unty LLC By: �Date �p}'�r`(1 b or 202,0Na e: 1 i�rY Title: p resider* WELD COUNTY ATTEST: Weld C BY: Deputy Cler,! to t e Bo BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Moreno, Chair Pro-Tem OCT 0 7 2020 it i 1ti Submitted Date: 8/24/2020 e e c u r i L y Submitted By: Kenny Gaytan Exhibit Project Information Quoted To Project Name: Weld County Jail Project Address: 2110 O Street Company: Weld County Department of Buildings and Grout Attn: Toby Taylor Address: 1105 H Street P.O. Box 758 Greeley, CO 80632 Greeley, CO 80631 Client Project #: N/A CML Project #: N/A Phone: 970-400-2023 Fax: 970-304-6532 Documents Referenced: Per email from DDN storage, Weld County's current support contract for their storage at the existing facility is set to expire. CML is providing this change estimate so that the existing and new buildings support contracts are up to date and running at the same time. Quotation Summary: • CML to extend support contract for all storage at the existing Weld County facility. Inclusions: QTY DESCRIPTION PRODUCT Storage Systems Order 121474 - - Period of Performance: January 1, 2020 - August 31, 2021 SFA7-Y01-8FC8P SFA-7K7-OS20 H07C1O00234NSS4 Support Level SUP-ENPO-1 SUP-REINST , Storage Systems Order 122310 1 2 32 18 1 SFA7700X Active/Active Redundant Block Appliance with 60 drive slots 8x 8Gh/s FC ports with SFP+ transceivers, 64 GB memory, dual power -fail protection modules, power cables and rail kit. SFA7700/SFA7700XJGS7K SFA OS license for each set of up to 20 drives. 10TB 7.2K RPM 12Gbis SAS 4Kn HDD drive module for SS7000 enclosure Entry Parts Only Support; Customer Self -Maintenance; storage systems, storage servers. disk dnves and accessories; 7x24 remote support; no onsite labor; customer replace CRU and FRU: parts shipped NBD: SW support separate: monthly Support agreement reinstatement inspection; required for expired support agreements; includes health review and inspection: does not include repairs required Period of Performance: August 19. 2019 - August 31. 2021 30 1 2 1 1 10TB 7.2K RPM 12Gbis SAS 4Kn HDD drive module for SS7000 enclosure SFA7700/SFA7700XIGS7K SFA OS license for each set of up to 20 drives. - - - Entry Parts Only Support; Customer Self -Maintenance; storage systems, storage servers, disk drives and accessories; 7x24 remote support; no ensile labor; customer replace CRU and FRU. parts shipped NBD; SW support separate: annual Support agreement reinstatement inspection, required for expired support agreements; includes health review and inspection: does not include repairs required Comment -only designation that support begins on the date of invoice H07C 1000234NSS4 SFA-7K7-OS20 Support Level SUP-ENPO-1 SUP-REINST Services SUP-POP-INV Exclusions: 1. Other Exclusions as applies per contract 2. Equipment Not Listed Above. Vital (Pricing: Valid` for. 30 bays. $ S439 39 Steve Moreno, Chair Pro-Tem, BOCC ':-' Approved By (Print Name) S gnature of Authorized Representative OCT 0 7 2020 Date aoao `a--14 CORPORATE HEADQUARTERS 11785 WEST 1601H AVE., SUITE 700 I BROOMFIELD, CO 80023 I P. 720 466 3650 I F. 720 438 7573 I www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 1 16103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 I P. 210 467 9255 1 Submitted Date: 8/24/2020 se cur i I✓ y Submitted By: Kenny Gaytan LABOR INFORMATION Classification: Number of Workers: Duration (Hours): Total Hours: Wage Rate: Total: Project Executive: 0 0 0.00 $ 99.96 $ - Project Manager: 0 0 0.00 $ 95.21 $ - Project Engineer: 0 0 0.00 $ 91.26 $ - Programmer: 0 0 0.00 $ 139.67 $ - Cad / Draftsman 0 0 0.00 $ 87.62 $ - Project Superintendent: 0 0 0.00 $ 74.75 $ - SEC Foreman: 0 0 0.00 $ 92.00 $ - SEC Technician: 0 0 0.00 $ 109.41 $ - SEC Apprentice: 0 0 0.00 $ 79.16 $ - DEC Forman: 0 0 0.00 $ 74.52 $ - DEC Journeyman: 0 0 0.00 $ 72.71 $ - DEC Apprentice: 0 0 0.00 $ 65.49 $ - Electronics Shop Technician: 0 0 0.00 $ 73.63 $ - Total # of Workers: 0 Total Hours: 0 Labor Subtotal: $ - 10% Overhead & Profit: $ - Labor Total: $ - MATERIAL INFORMATION Model / Part #: Description: Quantity: Unit Cost: Total: DDN Storage Quote 1 $ 5,773.00 $ 5,773.00 0 $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - o $ - I$ - 0 $ - $ - o $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - 0 $ - $ - Material Subtotal:; $ 5,773.00 0.00% Sales Tax: $ - 10% Overhead & Profit: $ 577.30 Material Total: $ 6,350.30 TOOLS & EQUIPMENT INFORMATION Model / Part #: Description: Quantity: Unit Cost: Total: N/A 0 $ $ 0 $ - $ - 0 $ - $ - Equipment Sub Total: $ - 0.00% Sales Tax: 10% Overhead & Profit: Equipment Total- $ - $ $ - CORPORATE HEADQUARTERS 11785 WEST 160' AVE., SUITE 700 I BROOMFIELD, CO 80023 1 P. 720 466 3650 I F. 720 438 7573 I www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 116103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 I P. 210 467 9255 2 • Submitted Date: 8/24/2020 s 9 c u r i � Submitted By: Kenny Gaytan SUBCONTRACTOR INFORMATION .. Quote #: Subcontractor: Qty: Unit Cost: Total: N/A 0 $ - $ - Subcontractor Sub Total: $ - 10% Overhead & Profit: $ - Subcontractor Total: $ - SUMMARY INFORMATION Labor Total: $ - Material Total: $ 6,350.30 Equipment Total: $ - Subcontractor Total: $ - 0.25% Insurance: $ 15.88 Sub Total: $ 6,366.18 1.15% Bond: $ 73.21 Grand Total: $ 6,439.39 CORPORATE HEADQUARTERS 11785 WEST 160TH AVE., SUITE 700 I BROOMFIELD, CO 80023 I P. 720 466 3650 I F. 720 438 7573 I www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 116103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 I P. 210 467 9255 3 A CERTIFICATE OF LIABILITY INSURANCE DATE (MIVI/DD/YYYY) 9/3/2020 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). PRODUCER Innovise Business Consultants 6600 E. Hampden Ave Denver CO 80224 INSURED CML Security, LLC 1785 W 160th Avenue, Suite 700 Broomfield CO 80023 CONTACT • NAME; Heather Lee .... ..v._Yl1!YPMFRMYL d"� Y. ♦ >.Y�.wn f II I t.303s918-7572 E-MAIL A[ CC ESS: hlee@trustinnovise.com IAx (AC, Not` INSURER(S) AFFORDING COVERAGE INSURER A: Liberty Mutual Insurance Company CMLSECU-o1 INSURER B : Berkley Assurance Co. INSURER C INSURER D INSURER E INSURER F : NAIC # 23043 39462 COVERAGES CERTIFICATE NUMBER: 1606975251 REVISION NUMBER: THIS IS INDICATED. CERTIFICATE TO CERTIFY THAT THE NOTWITHSTANDING MAY BE ISSUED AND CONDITIONS OF POLICIES OR ANY SUCH OF INSURANCE REQUIREMENT, MAY PERTAIN, POLICIES. THE TERM LIMITS LISTED BELOW HAVE BEEN ISSUED TO THE INSURED OR CONDITION OF ANY CONTRACT OR OTHER INSURANCE AFFORDED BY THE POLICIES DESCRIBED SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, _EXCLUSIONS INSR CFR fADDU TYPE OF INSURANCEINSDPOLICY JBF( ' NUMBER rfibtTCWWTw (MMC'DO/YYYY :M POLICY EXP D LIMITS A X COMMERCIAL GENERAL LIABILITY V Y TB2-Z91-470206-030 3/1/2020 3/1/2021 EACH OCCURRENCE 1 1 $ 1,000,000 CLAIMS -MADE L 11 OCCUR i -tiA AGETCRE TED I PREMLSE_atgp opeigrencAl _ $ 1 000 000 j -- MED EXP (Any one person) �. $ 5,000 L � tlT __- i 1 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I - GENERAL AGGREGATE $ 2,000,000 POLICY X P E O ECT LOG PRODUCTS - COMP/OP AGG $ 2,000+000 OTHER: $ A AUTOMOBILE X LIABILITY ANY AUTO Y Y AS2-Z91-470206-020 3/1/2020 3/1/2021 COMBINED i,. II SINGLE LIMIT -. M a U .....�...—. $ 1,000,000 - - -_ - . - _ LBODILY INJURY (Per person) - $ I BODILY INJURY (Per accident) I,._.. $ OWNED AUTOS ONLY SCHEDULED , AUTOS I PROPERTY DAMAGE (Per acciclan accident) $ HIRED I AUTOS ONLY X NON -OWNED AUUTOS ONLY $$&g , i $ t , $ a• X UMBRELLA LIAB X - OCCUR Y TH7-Z91-470206-010 3/1/2020 3/1/2021 EACH OCCURRENCE - $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAB I CLAIMS -MADE = I I $ DED X IRETENTION$m,flnn A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N Y r WC2-Z91-470206-040 3/1/2020 3/1/2021 X J PT - H w WwN VY E.L. EACH ACCIDENT $ 1,000,000 - --w ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ,l N / A El. DISEASE - EA EMPLOYEE. `$1,000,000 . (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below I I El, DISEASE - POLICY LIMIT $1 „000,000 B Professional (Claims Pollution (Occurrence) Made)/ PCAB-5012008-0320 ` 3/1/2020 3/1/2021 - Per Claim/Occurrence $5,000,000 Policy Aggregate $5,000,000 Retention $25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Jail Control I.T. Storage and support Weld County; the State of Colorado; and any others as required by contract, are listed as Additional Insureds as respects General Liability, Auto Liability, and Umbrella Liability. Insurance is primary and non-contributory. CERTIFICATE HOLDER CANCELLATION Weld County 1150 O Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHoRtzEu PRESENTATIVE ril;C#r © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ntract Form. New Contract Rec uest Entity information Entity Name* CML SECURITy' Contract Nam JAIL CONTROL IT STORAGE & SUPPORT Contract Status CTE REVIEW' Contract Description JAIL CONTROL IT STORAGE & SUPPORT Cotitiad Description ption 2. Contract Tye CONTRACT Amount $6,439.39 Renewable* NO Automatic Renewal Grant IG EntiyIDS 41;00037123 L - New Enti Contract ID 4 82 Contract Lead* S EESAMAN Contract Lead Email s eesaman@co we M.c ws Parent Contract ID Requires Board Approval YES Department Project Department Requested HOC Agenda Due Date BUILDINGS AND GROUNDS Date 09/10/2020 09/14/2020 Department Email CP-A- BuildingGrounds@weldgov.c OM De atm nt Head Emit CM- .i_. i ii: gGro nd:s- DeptF ea&@ eldgocncorn County Attorney GENERAL COUNTY ATTORNEY EMAIL Coun Attorney Email CM- COUNTYATTORNEW2WELDG OV. C O Q Will a work session with BOCC be require``* NO Does Contract require Purchasing De . to e ncl de If this 1.5 a renewal enter previous Contract ID TI this is park of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in on Base Contract Dates Effective Date Review Date „fir)' Renewal ate Termination Notice Period Contact information C.amtact Info Contact me Purchasing Purchasing Approver Approval Process Department Head TORY TAYLOR H Approved Date 093012 20 Final Approval `POCC Approved BOCC Signed Date BOCC Y n a Date 10/07/2020 Originator SGE-ESAMAN Legal Counsel B CHOATE ntactPhone 2 Legal Counsel Approved Date Contact Type. Comm i fed Delivery Date. Contact Email Finance Approver CHRIS D'OVIDIO Expiration Date, 0.9 1 0 Contact Phone Purchasing Approved Date finance Approved Date 10/02/2020 Tyler Ref AG 0072'u
Hello