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
20253228
Cw-ktc4- ( i 001 FACILITIES DEPARTMENT (970) 400-2020 1 105 H St., P.O. Box 758 Greeley, CO 80632 November 4, 2025 To: Board of County Commissioners From: Patrick O'Neill Subject: CML-Milestone Software Upgrade CML Security provides maintenance and support for the video recording systems at Jail, Courts Holding and the Southwest Service Center thus ensuring reliability and compatibility of current software and hardware. The Milestone software is used to manage critical video recording and storage management and needs to be upgraded at all three locations. The total cost of this upgrade is $32,590.00 CML is the approved sole source vendor for the Jail, Courts Holding and Southwest Service Center video and recording systems. The Facilities Department is recommending approving this agreement. Sincerely, Patrick O'Neill Facilities Director �C :OlnlrrS�}(ta) 2025-3228 H I/2.4/Zs giOOZ=I SERVICE AGREEMENT BETWEEN WELD COUNTY AND CML SECURITY THIS AGREEMENT is made and entered into this ZLI ay of lAv-embek, 2025, by and between the Board of Weld County Commissioners, on behalf of Facilities, hereinafter referred to as "County," and CML Security, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and 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 attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of the quote from CML for the Milestone Software Upgrade Exhibit B consists of the approved Weld County sole source authorization 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work 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 mutual execution of this Agreement and ends one year later. 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. This Agreement may be extended upon mutual written agreement of the Parties. Form Revision 5-2025 zUZ5-3ZZ�S 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 completed or partially completed Work 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 Amendment. 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. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $32,590.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 2 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work 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 Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. 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, 3 and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work 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. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." 4 Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. 5 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. 6 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such 7 contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. 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. 19. Examination of Records. To the extent required by law, the Contractor agrees that a 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. 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. 21. Notices. All notices or other communications 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 8 TO CONTRACTOR: Name: Cory Soldberg Position: Vice President- System Support Address: 1785 West 160th Ave, STE 200 Broomfield, CO 80023 E-mail: csoldberg©cmisecurity.us Phone: 303-908-3230 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street E-mail: poneill©weld.gov Phone: 970-400-2023 22. 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. 23. 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. 24. Entire Agreement/Modifications. This Agreement including the Exhibits 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. 25. 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. 26. 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. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, 9 confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. 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. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 30. 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. 31. 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. 32. 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. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 10 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 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 Exhibits, 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. CONTRACTOR: By: Nam!Cory Solbe�l Title: Vice President - System Support WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Date of Signature: 11/17/2025 BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Deputy Clerk to the Board v � Per'y L Buck, Chair 11 NOV 2 4 2025 Zu25-32,n �1 1- i IT1L__ Exhibit A sec Milestone Version Upgrade—Jail—After Hours Ft. Collins, Colorado Client: Weld County, Attn: Michael Baranovic—mbaranovic@weld.gov 10/23/2025 Rev 0 Scope Letter 1.0 INTRODUCTION&CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination, installation, and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings, submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included.Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% 8. This price does not include a bond premium, if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s) as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Provide Milestone technicians to perform Milestone version upgrade. 2. Provide onsite CML technicians to perform assist Milestone with version upgrade. 5.0 EXCLUSIONS CML Security Excludes the following: 1. Permits, Performance Bond,Taxes unless specifically included 2. Conduit/raceway system, including junction boxes, pull boxes, ladder tray,wire ways, etc. Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave..Suite 700 10521 Gulfdale Street 3333 Mayoral Court UNIT A Broomfield CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720.466.3650 210.467.9255 615-623-0158 cCIT1L. s e c u r i t y 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 120VAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel, distribution panel, or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power, lighting,site water,de-watering,trash removal, or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking, Invis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete, rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames, hardware,or glazing 16. Access panels of any kind, Millwork,casework or countertops, soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data, lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit, raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $ 14,420.00 1. BONDS/TAX/FREIGHT: This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided, the bidder is not responsible for tax. CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE: Because of conditions beyond our control, this proposal is effective for a period of (30) days from the date above.Terms of payment are net thirty(30) days from invoice. No cash discounts for prepayment. Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the "security and specialty" nature of our work. CLOSING Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave.,Suite 700 10521 Gulfdale Street 3333 Mayoral Court.UNIT A Broomfield CO 80023 San Antonio TX 7821E Murfreesboro,TN 37127 72iii f'S5i' 210.467.9255 615-623-0158 p:,...... ,•4/crilL s e c u r i L y We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns, please feel free to call or email any time. Sincerely, Cory Solberg CML Security Vice President-System Support C.303.908.3230 E.csolberg@cmisecurity.us • Corporate Headquarters Southern Regional Office Southeast Regional Office MMlkik 1785 West 160th Ave.,Suite 700 105210ulfdaIe Street 3333 Mayoral Court,UNIT A Broomfield,CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720.466.3650 210.467.9255 615-623-0158 ML d s e c u r Milestone Version Upgrade (Courts) Ft. Collins, Colorado Client: Weld County, Attn: Michael Baranovic—mbaranovic@weld.gov 10/23/2025 Rev 0 Scope Letter 1.0 INTRODUCTION &CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination, installation, and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings,submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included.Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% 8. This price does not include a bond premium, if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s) as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Provide Milestone technicians to perform Milestone version upgrade. 2. Provide onsite CML technicians to perform assist Milestone with version upgrade. 5.0 EXCLUSIONS CML Security Excludes the following: 1. Permits, Performance Bond,Taxes unless specifically included 2. Conduit/raceway system, including junction boxes, pull boxes, ladder tray,wire ways,etc. Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave..Suite 700 10521 Gulfdale Street 3333 Mayoral Court UNIT A Broomfield.CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720.466.3650 210.467.9255 615-623-0158 s e c u r i t y 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 120VAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel, distribution panel, or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power,lighting,site water,de-watering,trash removal,or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking, lnvis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete,rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames,hardware,or glazing 16. Access panels of any kind,Millwork,casework or countertops,soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data,lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit,raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $9,085.00 1. BONDS/TAX/FREIGHT: This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided, the bidder is not responsible for tax. CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE: Because of conditions beyond our control,this proposal is effective for a period of (30)days from the date above.Terms of payment are net thirty(30)days from invoice. No cash discounts for prepayment. Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the "security and specialty" nature of our work. CLOSING Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave.,Suite 700 10521 Gulfdale Street 3333 Mayoral Court,UNIT A Broomfield,CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720 466 3650 210 467 9255 615-623-0158 IT1L. s e c u r i t y We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns, please feel free to call or email any time. Sincerely, Cory Solberg CML Security Vice President-System Support C.303.908.3230 E.csolberg@cmisecurity.us Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave.,Suite 700 10521 Gultdale Street 3333 Mayoral Court,UNIT A Broomfield,CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720.466.3650 210.467.9255 615-623-0158 d,C111L s e c u r i t, y Milestone Version Upgrade (SWSC) Ft. Collins, Colorado Client: Weld County, Attn: Michael Baranovic—mbaranovic@weld.gov 10/23/2025 Rev 0 Scope Letter 1.0 INTRODUCTION&CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination, installation,and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings,submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included. Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% 8. This price does not include a bond premium, if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s) as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Provide Milestone technicians to perform Milestone version upgrade. 2. Provide onsite CML technicians to perform assist Milestone with version upgrade. 5.0 EXCLUSIONS CML Security Excludes the following: 1. Permits, Performance Bond,Taxes unless specifically included 2. Conduit/raceway system, including junction boxes, pull boxes, ladder tray,wire ways,etc. Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West I60th Ave,Suite 700 10521 Gulfdale Street 3333 Mayoral Court.UNIT A Broomfield,CO 80023 San Antonio,TX 78216 Murfreesboro.TN 37127 720.466.3650 210.467.9255 615 623 0156 6;crriL s e c u r i by 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 12OVAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel, distribution panel, or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power,lighting,site water,de-watering,trash removal,or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking,Invis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete,rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames,hardware,or glazing 16. Access panels of any kind, Millwork,casework or countertops,soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data,lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit,raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $9,085.00 1. BONDS/TAX/FREIGHT: This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided, the bidder is not responsible for tax. CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE: Because of conditions beyond our control,this proposal is effective for a period of (30)days from the date above.Terms of payment are net thirty(30)days from invoice. No cash discounts for prepayment. Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the "security and specialty" nature of our work. CLOSING 1111.11 Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave.,Suite 700 10521 Gulfdale Street 3333 Mayoral Court,UNIT A Broomfield,CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720.466.3650 210.467.9255 615-623-0158 diC1111._ s e c u r it. y We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns, please feel free to call or email any time. Sincerely, Cory Solberg CML Security Vice President-System Support C.303.908.3230 E.csolberg@cmisecurity.us Corporate Headquarters Southern Regional Office Southeast Regional Office 1785 West 160th Ave.,Suite 700 10521 Gulfdale Street 3333 Mayoral Court,UNIT A Broomfield,CO 80023 San Antonio,TX 78216 Murfreesboro,TN 37127 720.466.3650 210.467.9255 615-623-0158 Exhibit B Single-Source/Sole-Source Justification Form Complete this form to request a waiver from the Weld County procurement process. Completing this form does not guarantee that the proposed vendor will be approved. The Purchasing Division may require additional information. It is the requestor's responsibility to provide all the required information and documentation indicated on this form. Concurrence of the Chief Financial Officer or designee shall exempt item(s)from the quote and bid process and result in an approved Single-Source or Sole-Source procurement. However, purchases over fifty thousand dollars ($50,000.00) will also require concurrence from the Board of County Commissioners for such approval. Requesting Department Name: Facilities Vendor Name: CML Security Request for(Check One): ❑ Sole Source: The ONLY known source for unique products&services with no other options available. Sole Source is a procurement term employed when there is no competitive marketplace for the requirement, i.e., the product or service needed is available only from one (1)source. X Single Source:The term "Single Source" refers to procurement of products or services from one (1) selected supplier,even though there are other suppliers that provide similar products or services. It is at the sole direction of the county in the interest of compatibility and consistency of goods and services. A. Explanation for Single/Sole Source Need Select one or more of the following statements(check the box)to support why the contract request attached and noted above should be a single/sole source purchase. ANY selection requires explanation in the additional space provided. 1. Public Emergency ❑ Is there a bonifide public emergency such as a natural disaster or catastrophic event? ❑ Has there been a declared state of emergency in which these goods and services will be needed? ❑ Is there an immediate health or safety concern? 2. Item Only Available Through a Single or Sole Source as follows: ❑ Does independent research through internet searches or discussions with subject matter experts corroborate that the item is available only from a single source? ❑ Does the request demonstrate the uniqueness of items or services to be procured from the proposed contractor or vendor(e.g., system compatibility or patent issues,etc.)? X Does the request demonstrate and support how it determined that the item or service is only available from one source(e.g.,market survey results,independent agency research, patented or proprietary system)? ❑ Does the request demonstrate a significant need for contractor's expertise linked to the current project(e.g.,knowledge of project management, responsiveness, experience of contractor personnel,and/or prior work on earlier phases of project)? ❑ Items sold through single vendor only,no other comparable vendor available. ❑ Must match existing piece of equipment. Available only from the same source of original equipment. ❑ Upgrade to existing system. Available only from the producer of this system who sells on a direct basis only. ❑ Repair/Maintenance service requires expertise in operations on unit. Necessary parts unavailable from any source except original equipment manufacturer or their designated servicing dealer. X Service(s)provided by the vendor are unique and therefore competitive bids are not applicable as clearly detailed below. ❑ Other vendors available, but do not meet end user requirements as clearly detailed below. ❑ Competitive bidding is possible but will not yield value for reasons clearly defined below. ❑ Other reason 3. Inadequate Competition ❑ Does the request adequately describe the efforts to competitively contract for this item? For example,were requests for proposals or bids conducted and what was the nature of the responses? ❑ Does the request adequately describe the efforts to ensure the contract pricing is fair and reasonable? ❑ Does the request provide results of a market survey to determine competition availability or explained why no survey was conducted? 4. Conflict of Interest/Suitability/Procurement Standards(justification must address all items) ❑ Does the request ensure there is no conflict of interest with the proposed vendor? ❑ Does the request indicate that the Excluded Parties List(SAM.gov)was checked and that the proposed vendor has not been debarred from receiving federal funds? ❑ Does the request include evidence that the requested procurement waiver is in compliance with the applicable grant funds? Explanation for section(A) is required for ANY selected statement. information provided might include research performed or subject matter expertise detailed to justify the use of this particular vendor. This must clearly indicate why the proposed vendor is the ONLY vendor that will meet your requirements. Please attach supporting documents and additional pages,as required. End user explanation: CML has built the Jail's video system as well as the video system at courts holding and the holding area at the South West Service Center. CML has been maintaining these systems for many years and is the sole representative available for managing the Milestone recording system. This request is made to cover all maintenance, repairs and operations of this critical system. CML is not listed as being banned from receiving federal funds. There are no grant funds associated with the management of this system nor any grant funds associated with this contractor/services agreements. B. Establishment of the Reasonableness of the Price Select one or more of the following statements(check the box)to indicate why you feel the accepted non-competitive price was fair and reasonable. ANY selection requires explanation in the additional space provided. X The quoted prices compare favorably to market prices,or to previous prices obtained and found to be fair and reasonable,which were paid for the same or similar items on: (Date) 5 / 1 3 / 2 0 2 5 _ (Contract No.) 9 4 7 0 O The vendor has certified that the prices offered are equal to or lower than those offered to any government agency or private institution for both like items/services and quantities. (Includes published educational discounts) ❑ Independent sources indicate that this price is reasonable(i.e.,Public Contracts,etc.) O Other reason Explanation for section(B)is required for ANY selected statement. Information provided might include a catalog price page, pricing for similar products or other price comparison information gathered to justify price reasonableness. Please attach supporting documents and additional pages, as required. `End user explanation: The labor price for the software upgrade is consistent with the labor cost associated with the existing SMA contract that was established on 5/13/2025. Attached are quotes for the current 2025-2026 service needs. C. Requestors Attestation. I certify that to the best of my knowledge I have investigated and found that the above reasons and explanations justify this contract request as a single/sole source procurement, and that price reasonableness is adequately confirmed. I am the individual who has gathered and provided this detailed information and any further questions regarding these details can be directed to my attention. / Signature � 0e#4146/'v', Date 10- Z`4 Z S Print Name M I Lk 0,0 12,6\r-(,ro t) IC_ Title N.f- () hi I cL7O t F► a uh s D. Department Head Attestation. 1 certify that to the best of my knowledge I have investigated and found that the above reasons and explanations justify this contract request as a single/sole source procurement,and that price reasonableness is adequately confirmed. Signature P '-L..) Date Print Name Pprn2t C k °Wig,u_ Title Da✓-c.TO r2 O F Ma 1,71€$ E. CFO/Purchasing Attestation: Justification appears appropriate. 0 Justification appears inappropriate. Department representative has been advised the status of the order. Explanation is attached. Signature r' �Cjt�oZ- Date I I -37)S Print Name 1 � 1> /f/t- Title grtsevruehim ni►wphF!t G. BOCC Attestation: Contracts for Sole-Source and Single-Source Purchases over$50,000 must be placed on a Board of County Commissioners meeting agenda for consideration/approval of the Single-Source or Sole-Source procurement. CML s e c u r i t y Milestone Version Upgrade—Jail—After Hours Ft. Collins,Colorado Client:Weld County,Attn:Michael Baranovic—mbaranovic@weld.gov 10/23/2025 Rev 0 Scope Letter 1.0 INTRODUCTION&CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination,installation,and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings,submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included.Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% 8. This price does not include a bond premium,if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s)as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security Includes the following for our Scope of Work: 1. Provide Milestone technicians to perform Milestone version upgrade. 2. Provide onsite CML technicians to perform assist Milestone with version upgrade. 5.0 EXCLUSIONS CML Security Excludes the following: 1. Permits,Performance Bond,Taxes unless specifically included 2. Conduit/raceway system,including junction boxes,pull boxes,ladder tray,wire ways,etc. Corporate Headquarters 755 West I601h Ave,Suite 700 Southern Regional Office Southeast Regional Office 10521 Gulida a Sheet3333 Mayoral court.UNIT A Broomfield.CO 80023 San Antonio,TX 75216 Mu freesBoro,TN 37127 720.466.3850 210.4879255 6i5-52.3-0155 CrilL s e c u r i t, y 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 120VAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel,distribution panel,or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power,lighting,site water,de-watering,trash removal,or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking,Invis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete,rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames,hardware,or glazing 16. Access panels of any kind,Millwork,casework or countertops,soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data,lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit,raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $ 14,420.00 1. BONDS/TAX/FREIGHT: This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided,the bidder is not responsible for tax. CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE: Because of conditions beyond our control,this proposal is effective for a period of (30)days from the date above.Terms of payment are net thirty(30)days from invoice.No cash discounts for prepayment. Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the"security and specialty" nature of our work. CLOSING MI% Corporate Headquarters 1785 West 16016 Ave,Suite 700 Southern Regional Office Southeast Regional Office 10571 tonic lT Street 3333 Mayoral Court.UNIT A 8roomfieid.C080023 San Anton:o.TX 79216 Murfreesboro,TN 37127 720.466.3650 210 467.9255 615-623-0158 s e c u r i t y We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns,please feel free to call or email any time. Sincerely, Cory Solberg CMi:Security Vice President-System Support C.303.908.3230 E.csolberg@cmisecurity.us NM% Corporate Headguerters SBD;n 1765Southern 467.925 Office Southeast Regional Of ce tYrst Ace Swte 700 1p52!Gulfdale Sheer 3333!tapxnl.^.nett UNIT A 9roomfletd.CO 6Cfi23 Sen Anton°.TX 76216 Murbe?soar+n.iN 57127 12O h66 3E5O 2'U.467.925 615-523-0156 CrilL s e c u r i U y Milestone Version Upgrade(Courts) Ft.Collins,Colorado Client: Weld County,Attn:Michael Baranovic—mbaranovic@weld.gov 10/23/2025 Rev 0 Scope Letter 1.0 INTRODUCTION&CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination,installation,and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings,submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included.Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% 8. This price does not include a bond premium,if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s)as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Provide Milestone technicians to perform Milestone version upgrade. 2. Provide onsite CML technicians to perform assist Milestone with version upgrade, 5.0 EXCLUSIONS CML Security Excludes the following: 1. Permits,Performance Bond,Taxes unless specifically included 2. Conduit/raceway system,including junction boxes,pull boxes,ladder tray,wire ways,etc. Corporate Headquarters 1765 West 16C[0 Ave,Suite 700 Southern Regional Office Southeast Regional Office 105210ulfdale Street 3333"agora.Court.UNIT A Groumf old CO 30023 San Antonin.TX 7621Gttlurfreesttoro,TN 37127 720.465.3650 210.467.9255 515.523.0156 CrilL s e c u r i t, y 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 120VAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel,distribution panel,or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power,lighting,site water,de-watering,trash removal,or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking,Invis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete,rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames,hardware,or glazing 16. Access panels of any kind,Millwork,casework or countertops,soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data,lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit,raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $9,085.00 1. BONDS/TAX/FREIGHT:This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided, the bidder is not responsible for tax. CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE:Because of conditions beyond our control,this proposal is effective for a period of (30)days from the date above.Terms of payment are net thirty(30)days from invoice.No cash discounts for prepayment. Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the"security and specialty" nature of our work. CLOSING ■ Corporate Headquarters Southern Regional Office Southeast Regional Office 1785'Nest 160th Ave.,Suite 700 10521 Gu ltdale Street 3333 Mayoral Court.UNIT A Rrnnmfield,CD 90023 San Antcmo.TX 70216 Murfreesboro.TN 37127 720.4 5.3656 210.467.9255 515-623-015e CrilL e e cur i t y We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns, please feel free to call or email any time. Sincerely, Cory Solberg CML Security Vice President-System Support C.3o3.9O8.323O E.csolberg@cmisecurity.us ME% Corporate 14 .dquartars 1765 West I8315 Ave.,Suite 700 Southern Regional Office Southeast Regional Office '0521 Gufdale Stree• 3333 Mayoral court.SNIT A Broomfield.CD 60023 Sur Antonio,TX 78216 Murfreesboro.TN 37121 720.468.3650 210.4�.9255 815-623-0158 CrilL s e c u r i t y Milestone Version Upgrade(SWSC) Ft.Collins,Colorado Client:Weld County,Attn:Michael Baranovic—mbaranovic@weld.gov 10/23/2025 Rev 0 Scope Letter 1.0 INTRODUCTION&CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination,installation,and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings,submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. • 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included.Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% 8. This price does not include a bond premium,if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s)as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Provide Milestone technicians to perform Milestone version upgrade. 2. Provide onsite CML technicians to perform assist Milestone with version upgrade. 5.0 EXCLUSIONS CML Security Excludes the following: 1. Permits,Performance Bond,Taxes unless specifically included 2. Conduit/raceway system,including junction boxes,pull boxes,ladder tray,wire ways,etc. 1111111k Corporate Headquarters 17Southern Regional Office Southeast Regional Office 85 West Age.Suite I00. 10521 Gulfdale Street 3333 Mayoral Coat.UNIT a Broomfield.CO 00023 San An:orm.TX 782'16 Murireestaro.TN 37127 )20.466.3650 210 457.9255 615-623-015B CIT1L s e c u r L y 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 120VAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel,distribution panel,or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power,lighting,site water,de-watering,trash removal,or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking,Invis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete,rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames,hardware,or glazing 16. Access panels of any kind,Millwork,casework or countertops,soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data,lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit,raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $9,085.00 1. BONDS/TAX/FREIGHT: This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided,the bidder is not responsible for tax.CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE: Because of conditions beyond our control,this proposal is effective for a period of (30)days from the date above.Terms of payment are net thirty(30)days from invoice.No cash discounts for prepayment.Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the "security and specialty" nature of our work. CLOSING Corporate Headquarters 1755 west I6011 Ave Suite 700 Southern Regional Office Southeast Regional Office 10521 Gulidale Street 3333 Mayoral Court.UNIT A Broomfield.CO 80023 San Antonio.TX 78216 Nurf reesbo o,IN 37127 720.4f 6.3fi50 210 467.9255 515-623-0158 CrilL s e c u r i t, y We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns, please feel free to call or email any time. Sincerely, Cory Solberg CML Security Vice President-System Support C.303.908.3230 E.csolberg@cmisecurity.us 1111111k Corporate Headquarters 1185 Southern Regional Office Southeast Regional Office West i0Ot�Ave,Suite 100 10571 Gultdale Street 3133 Mayoral Court,UNIT A Broomfield.CO 8002J San Antonio.TX 76218 Murfreesboro.TN 37127 720.486.3650 210 487.9255 615-623-0158 CrilL s e c u r i t y 2026 Service Maintenance Agreement Ft.Collins,Colorado Client: Weld County,Attn:Michael Baranovic-mbaranovic@weld.gov 10/23/2025 Rev 01 Scope Letter 1.0 INTRODUCTION&CLARIFICATIONS CML Security LLC an Affirmative Action Equal Opportunity Employer is pleased to present this Quotation for your system needs on the above referenced project.This proposal and/or any subsequent revisions shall become part of any subcontract.CML Security reserves the right to retract this bid in the event of no mutually agreeable subcontract. 2.0 GENERAL INCLUSIONS 1. All materials,engineering,coordination,installation,and project management required to complete our scope of work as listed herein. 2. On-Site supervision and coordination as required and deemed necessary by CML. 3. All coordination drawings,shop drawings,engineering drawings,submittal drawings and other supplemental CAD drawings required to complete our scope of work as listed herein and coordinate with other trades. 4. Required warranties on all workmanship as dictated by the specifications. 5. Standard shipping and freight cost for materials/equipment have been included.Costs to expedite items have not been included. 6. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 7. Applicable sales or use tax at 0% S. This price does not include a bond premium,if required please add 1.5%to the base price. 3.0 SCOPE OF WORK CML Security will provide the system(s)as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: N/A Specifications: N/A Addendums: N/A 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Supply onsite technician January 1`t thru December 31",2026. a. 1 day a month for 12 months. b. Includes 150hrs emergency response time. c. Includes 40hrs of misc.programming time. 2. Technician will be tasked with the following: a. Check and validate existing equipment. b. Make small changes and updates as necessary. Corporate Headquarters Southern Regional Office Southeast Regional Office 1185West160thAve.Suite700 '0521GultealeStreet SS3311ayoralCourt All A BrcomtleW,CO B0023 San Antonio.TX 7871G 1urfreesbnro.TN 37127 120.466.3650 210.4679255 63-23-0156 CrilL s e c u r c. Work with maintenance staff as necessary to provide support as needed. 3. Engineering/Drafting/Coordination/Programming 4. Material and equipment as listed 5. Testing/Final Inspection/Certification 6. Training S.0 EXCLUSIONS CML Security Excludes the following: 1. Permits,Performance Bond,Taxes unless specifically included 2. Conduit/raceway system,including junction boxes,pull boxes,ladder tray,wire ways,etc. 3. Cash allowances or owner contingencies of any kind are not included in this proposal 4. All standard supply voltages above 30 volts AC/DC including 120VAC supply circuits 5. Power circuits to UPS, power circuits out of UPS to distribution panel,distribution panel, or circuits from distribution panel to racks or enclosures(we do not carry any line voltage circuits) 6. Temporary power,lighting,site water,de-watering,trash removal,or onsite storage fees 7. Dust control inside building during construction 8. Sealants,caulking,security caulking,Invis-A-Joint,glazing cap bead,gaskets at glazing,fire wall penetration patching,fire-proofing or fire-stopping. 9. Unloading,storage and distribution of materials not installed by CML 10. Security fasteners/anchors for material not installed by CML 11. Finish paint or high-performance coatings of any kind 12. Concrete work or grouting of any kind. 13. Bituminous coatings. 14. Shoring,concrete,rebar(please note rebar will need to be used for decking system)and control joints at mezzanine slab 15. Commercial doors/frames,hardware,or glazing 16. Access panels of any kind,Millwork,casework or countertops,soffits,shroud or shrouding of any kind 17. Demolition of any kind including any patching or repairs of existing structure 18. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials.GC to provide if needed 19. Moving of exit signs or other obstacles in path of our camera views 20. Fire alarm,video visitation,tele data,lighting,water management systems or interface thereof 21. Repairing damage to wire or devices that is caused by others. 22. Any color coding,painting or identification of conduit,raceway systems 23. All grounding requirements 24. Any and all work related to any other sections not specifically listed herein. 25. 3D Modeling of equipment 26. CML shall only be responsible for liquidated damages where CML is the cause of the delay resulting in the assessment of such damages. 27. Material or replacement/added equipment of any kind. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $57,950.00 Corporate Headquarters Southern.46Re792 5 Office Southeast Regional Office 1785 NJest'60[h AVE,.Suite 700 '0521 Gulfda'e Street 3333 Mayo�a.Court,UNIT A 8momfin-Id,to 50G23 San Antonio TX 7871fi Mu lroesnoro,TN 371?7 720.486 3650 210.4t 79255 615-623-0158 CIT1L s e c u r i !; y 1. BONDS/TAX/FREIGHT: This price does not include any applicable taxes, bonds or bond premium unless notated above. If a tax exemption certificate is not provided,the bidder is not responsible for tax.CML Security can provide a bond if required for an extra fee.Standard freight is included in the price above. 2. PRICING GUARANTEE:Because of conditions beyond our control,this proposal is effective for a period of (30)days from the date above.Terms of payment are net thirty(30)days from invoice.No cash discounts for prepayment.Any order based on this quotation shall be subject to approval and acceptance by CML Security. No MBE/WBE/SBE content has been included in this quote due to the "security and specialty" nature of our work. CLOSING We appreciate the opportunity to partner with you to provide a solution to meet your needs. If there are any questions or concerns,please feel free to call or email any time. Sincerely, Cory Solberg CML Security Vice President-System Support C.303.908.3230 E.csolberg@cmisecurity.us Corporate Headquarters Southern Regio.467.9 l Office Southeast Regional Office 1785 West 160th Ave.Suite 700 105210ultdele Street 3333 Mayoral Court.UNIT A Broomtleid,CO 80023 San Antonio,TX 79216 Murfreesboro,TN 3)127 120.466.3660 210.46T.9265 615 623-0168 AcoRL7 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 5/14/2025 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 CONTACT Innovise Business Consultants PHONE- Mary Cole FAX 9780 S Meridian Blvd (A/C.No.Extt: 720-401-8022 (A/c,No): Suite 400 ADDRESS: certificate@trustinnovise.com Englewood CO 80112 INSURER(S)AFFORDING COVERAGE NAICar INSURER A:Berkley Assurance Co. 39462 INSURED CMLSECU-01 INSURER B:Travelers Casualty Ins Co of 19046 CML Security, LLC 1785 W 160th Avenue,Suite 700 INSURER C:North Pointe Insurance Company 27740 Broomfield CO 80023 INSURERD:Praetorian Insurance Co. 37257 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:355158463 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL.SUBR POLICY EFF POLICY EXP LIMITS LTRINSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) C X COMMERCIAL GENERAL LIABILITY Y Y 175000072 5/1/2025 5/1/2026 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence) $1,000,000 MED EXP(My one person) $15,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: $ C AUTOMOBILE LIABILITY Y Y 165000092 5/1/2025 5/1/2026 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY AUTOS ONLY (Per accident) C X UMBRELLA LIAB X OCCUR Y Y 195000077 5/1/2025 5/1/2026 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1n Ann $ D WORKERS COMPENSATION Y 155000090 5/1/2025 5/1/2026 x STATUTE ERH AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE N N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) - E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Professional/Pollution PCAB5027780525 5/1/2025 5/1/2026 Prof/Poll Limit $3,000,000 B Crime 3rd Party Coverage 107228193 5/1/2025 5/1/2026 Limit: $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Weld County,Colorado,its elected officials,its subsidiary,associated and/or affiliated entities,successors,or assigns,employees,agents,and volunteers is included as Additional Insured(General Liability includes ongoing and completed operations)when required by written contract or agreement but only as respects to liability arising out of work performed by or on behalf of the named insured.This Insurance is Primary and Non-contributory on the General Liability. A Waiver of Subrogation is provided in favor of the Additional Insured when required by written contract or agreement and with respect to work performed by or on behalf of the named insured.Coverages and endorsements are subject to the terms and conditions of the policies.A 30-day written notice of cancellation applies.Umbrella coverage extends over the underlying General Liability,Auto Liability and Employers Liability coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Facilities Department ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street P.O. Box 758 AUTHORIZED REPRESENTATIVE Greeley CO 80632 / 7 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD QBE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY WRITTEN CONTRACT OR AGREEMENT Name of Insured: CML Security, LLC Policy Number: 165000092 Endorsement Number: CA-BA-2004 (12-20) Effective Date of Endorsement: 05/01/2025 Name of Insurer: NORTH POINTE INSURANCE COMPANY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM ADDITIONAL INSURED BY WRITTEN CONTRACT OR AGREEMENT SECTION II—COVERED AUTOS LIABILITY COV- ERAGE, A. Coverage, 1. Who Is An Insured is amended by the addition of the following: Any person or organization to whom you are required by a written contract or agreement to provide addi- tional insured status is an "insured" under Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an"insured"under Section II.A.1. Who Is An Insured of this Coverage Form. The written contract or agreement must be in effect during the policy period shown in the Declarations and must have been executed prior to the "bodily in- jury" or"property damage". All other terms and conditions of this policy remain un- changed. © QBE,2020 Includes copyrighted material of Insurance Services Office,Inc., CA-BA-2004 (12-20) with its permission. Page 1 of 1 QBE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY AND NON-CONTRIBUTORY Name of Insured: CML Security, LLC Policy Number: 165000092 Endorsement Number: CA-U-2014 (12-20) Effective Date of Endorsement: 05/01/2025 Name of Insurer: NORTH POINTE INSURANCE COMPANY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Insured(s): Any person or organization you are required under a written contract or agreement in effect prior to loss or damage to add as an additional insured to this policy, but only to the extent required by the written contract or agreement, including any limits of insurance specified therein. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. The following is added to the Other Insurance any other insurance available to such "in- Condition in the BUSINESS AUTO COVERAGE sured"; and FORM and the Other Insurance— Primary And 3. Such contract or agreement is in effect during Excess Insurance Provisions in the MOTOR the policy period and is signed and executed CARRIER COVERAGE FORM and supersedes before any damage or"loss"occurs. any provision to the contrary: B. The following is added to the Other Insurance This Coverage Form's Covered Autos Liability Condition in the AUTO DEALERS COVERAGE Coverage is primary to and will not seek contribu FORM and supersedes any provision to the con- tion from any other insurance available to an "in- trary. sured" under your policy provided that: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are 1. Such "insured" is named in the SCHEDULE primary to and will not seek contribution from any above; other insurance available to an "insured" under 2. You have agreed in writing in a contract or your policy provided that: agreement that this insurance would be pri- 1. Such "insured" is named in the SCHEDULE mary and would not seek contribution from above; © QBE,2020 Includes copyrighted material of Insurance Services Office,Inc., CA-U-2014 (12-20) with its permission. Page 1 of 2 2. You have agreed in writing in a contract or agreement that this insurance would be pri- mary and would not seek contribution from any other insurance available to such "in- sured"; and 3. Such contract or agreement is in effect during the policy period and is signed and executed before any damage or"loss"occurs. All other terms and conditions of the policy remain un- changed. © QBE,2020 Includes copyrighted material of Insurance Services Office, Inc., CA-U-2014(12-20) with its permission. Page 2 of 2 POLICY NUMBER: 165000092 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CML Security, LLC Endorsement Effective Date: 05/01/2025 SCHEDULE Name(s)Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 QBE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - NOTICE TO OTHERS OF CANCELLATION Name of Insured: CML Security, LLC Policy Number: 165000092 Endorsement Number: CA-U-2025 (12-20) Effective Date of Endorsement: 05/01/2025 Name of Insurer: NORTH POINTE INSURANCE COMPANY SCHEDULE Number Name and Address of Person or Organization of Days Notice Per Schedule on File with the First Named Insured. 30 ❑ * If this box is checked, notice will not be sent in the event of nonpayment of premium. Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations. The following is added to the policy: 1.To the address corresponding to each person or organization indicated in the SCHEDULE above; A. If we cancel the policy by notice to the first Named and Insured, we will mail or deliver a copy of such written notice of cancellation to the person(s) or 2. At least the number of days set forth in the organization(s) shown in the SCHEDULE above. SCHEDULE prior to the cancellation date appli- However, no notice will be mailed or delivered if cable to the policy, as advised in our notice to cancellation is for nonpayment of premium and the the first Named Insured. box in the SCHEDULE above is checked. C. If notice per paragraph A.is mailed, proof of mailing B. Any copy of notice per paragraph A. above will be will be sufficient proof of notice. mailed or delivered: ©QBE,2020 Includes copyrighted material of Insurance Services Office, Inc., CA-U-2025 (12-20) Page 1 of 2 with its permission. D. Written notices mailed or delivered by us pursuant to the terms of this endorsement are intended only to be an advance notification to the person(s) or organization(s) named in the SCHEDULE of this endorsement in the event of a pending cancellation and shall not operate or be deemed to benefit, directly or indirectly, any person or organization not named in the SCHEDULE above. All other terms and conditions of the policy remain unchanged. ©QBE,2020 CA-U-2025 (12-20) Includes copyrighted material of Insurance Services Office,Inc., Page 2 of 2 with its permission. g POLICY NUMBER: 175000072 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization you are Any location where you are performing required under a written contract or operations and you are required to add agreement in effect prior to loss or the person or organization described in damage to add as an additional insured to Name Of Additional Insured Person(s) Or this policy. Organization(s) of this SCHEDULE as an additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III- Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: 175000072 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III- Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations hazard". 1. Required by the contract or agreement; or However 2. Available under the applicable limits of insurance; 1. The insurance afforded to such additional insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 NORTH POINTE INSURANCE COMPANY POLICY NUMBER: 175000072 SD0001 0110 SUPPLEMENTAL FORM DECLARATION FOR CG2037 1219 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s) Operations Any person or organization you are required Any location where you are performing under a written contract or agreement in operations and you are required to effect prior to loss or damage to add as an add the person or organization additional insured to this policy. described in Name Of Additional Insured Person(s) Or Organization(s) of this SCHEDULE as an additional insured. SD0001 0110 NORTH POINTE INSURANCE COMPANY Page 1 oft POLICY NUMBER: 175000072 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 175000072 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV- Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 QBE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - NOTICE TO OTHERS OF CANCELLATION Name of Insured: CML Security, LLC Policy Number: 175000072 Endorsement Number: GL-U-2008 (08-20) Effective Date of Endorsement: 05/01/2025 Name of Insurer: NORTH POINTE INSURANCE COMPANY All Coverage Parts and Coverage Forms included in this policy are subject to the following: SCHEDULE Number of Days Name and Address of Person or Organization Notice Per Schedule on File with the First Named Insured. 30 The following is added to the policy: A. If we cancel the policy by notice to the first Named Insured, for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the person(s) or organization(s) shown in the SCHEDULE above. B. Any copy of notice per paragraph A. above will be mailed or delivered: 1. To the address corresponding to each person or organization indicated in the SCHEDULE above; and ©QBE.,2020 Includes copyrighted material of Insurance Services Office,Inc., GL-U-2008 (08-20) with its permission. Page 1 of 2 2. At least the number of days set forth in the SCHEDULE prior to the cancellation date applicable to the policy, as advised in our notice to the first Named Insured. C. If notice per paragraph A. is mailed, proof of mailing will be sufficient proof of notice. D. Written notices mailed or delivered by us pursuant to the terms of this endorsement are intended only to be an advance notification to the person(s) or organization(s) named in the SCHEDULE of this endorsement in the event of a pending cancellation and shall not operate or be deemed to benefit, directly or indirectly, any person or organization not named in the SCHEDULE above. All other terms and conditions of the policy remain unchanged. ©OBE,2020 Includes copyrighted material of Insurance Services Office, Inc., GL-U-2008 (08-20) with its permission. Page 2 of 2 Berkley Assurance Company Page 1 of 4 Site Pollution Liability for Insured Property Endorsement — Sudden & Accidental Form B In consideration of the premium paid,it is understood and agreed that Section I. Insuring Agreement is amended by adding the following: Site Pollution Liability for Insured Property We will defend you against any Site Pollution Claim (as provided in Section III.A. of this Policy) and pay on your behalf for all Pollution Loss and Claim Expense,which you become legally obligated to pay,for that Site Pollution Claim in excess of any applicable Self-Insured Retention, provided that: 1. the Site Pollution Claim arises out of an actual or alleged Site Pollution Condition on, at, under or migrating from an Insured Property and originates at an Insured Property,on or after the Retroactive Date and before the end of the Policy Period; and 2. the Site Pollution Condition is sudden and accidental and first begins and ends within a period of fifteen (15) consecutive days; and 3. the Site Pollution Claim is first made against you during the Policy Period or Optional Extended Reporting Period,if applicable,and reported in writing by you to us during one of those periods or the Automatic Extended Reporting Period;and 4. prior to the effective date of the first policy insuring this type of Site Pollution Claim issued to you, and continuously renewed by us,the Principal Personnel had no knowledge of circumstances that could give rise to a Site Pollution Claim. Section IV. Definitions shall be amended by adding the following: • Environmental Law means any Federal, State, Provincial, or other local laws, statutes, ordinances, regulations, including any legally executed state voluntary cleanup or risk-based corrective action programs,governing the cleanup of a Site Pollution Condition. • Illicit Abandonment means the unauthorized deposit of drums or containers of waste which results which are regulated as hazardous or toxic under Federal, State, Provincial,or local environmental law, regulation or statute, by an entity other than the Insured and without knowledge of the Insured. • Insured Property means real property owned, leased, rented or occupied by you as specified in the Schedule of Insured Property(ies)within this Endorsement. • Site Pollution Claim means the assertion of a legal right alleging liability or responsibility on your part, including but not limited to lawsuits,petitions,arbitrations or other alternative dispute resolutions,and public agency directives,made against you,for Pollution Loss arising out of a Site Pollution Condition. • Site Pollution Condition means the actual or alleged discharge, dispersal, release, seepage, migration, growth or escape of smoke, soot, fumes, acids, alkalis, toxic chemicals, mold, mildew, spores, fungi, microbes, bacteria, legionella pneumophila, asbestos, lead, silica, silt, sediment, liquids, gases, waste materials, contaminants, organic or inorganic pollutants, electromagnetic fields, hazardous substances, hazardous materials, waste materials including medical, infectious, and pathological wastes, or other irritants, including Illicit Abandonment, into or upon land, any structure on land, the indoor or outdoor atmosphere, any watercourse, or any body of water, including groundwater. Waste materials include materials to be recycled,reconditioned or reclaimed. Radioactive matter shall also be considered a pollutant, except as otherwise covered or protected by insurance or protections provided pursuant to 42 U.S.C. § 2014(w), as amended,or Section 170 of the Atomic Energy Act of 1954,as amended. Whenever printed in this Endorsement,the boldface type terms shall have the same meanings as indicated in the Policy Form.All other provisions of the Policy remain unchanged. Insured Policy Number CML Security,LLC PCAB-502778-0525 Effective Date of This Endorsement Authorized Representative 05/01/2025 Policy Form: PERFORM-10002(11-20) 37785-5024268-166202 14-PERFORM-10052(03-21) Berkley Assurance Company Page 2 of 4 • Underground Storage Tank means any tank that has at least ten(10)percent of its volume below ground, in existence at the effective date of the Policy Period, or installed thereafter, including associated underground piping connected to the tank. Solely as respects the coverage provided within this Endorsement,Section IV. Definitions shall be amended by deleting and replacing, in their respective entireties, the following: C. Cleanup Costs means costs for the investigation, monitoring,or disposal of soil,surface water,groundwater, indoor or outdoor atmosphere or other contamination; or for cleanup, abatement, containment, capping, remediation, or correction, to the extent required by Environmental Law,of a Site Pollution Condition on, at, under or migrating from an Insured Property otherwise insured herein. Cleanup Costs also includes Restoration Costs. II. Property Damage means: 1. physical injury to or destruction of tangible property,including resulting loss of use thereof; or 2. loss of use of tangible property that has not been physically injured or destroyed; or 3. diminution of third party property value; or 4. Natural Resource Damage. OO.Retroactive Date means the date(s) set forth as such in the Schedule of Insured Property(ies) within this Endorsement. Solely as respects the coverage provided within this Endorsement,Section V. Exclusions is amended by adding the following: • any Site Pollution Condition existing prior to the inception date of this Policy, and reported to any Principal Personnel prior to the effective date of this Policy. • Cleanup Costs associated with lead based paint, asbestos, or asbestos containing materials, in, on, or applied to any structure. • Site Pollution Conditions resulting from an Underground Storage Tank on an Insured Property whose existence was known by you prior to the inception date of this Policy.This exclusion does not apply to Underground Storage Tank(s): 1. either closed, abandoned-in-place or removed prior to the inception date of this policy, in accordance with all applicable Federal, State,or Provincial Regulations in effect at the time of closure, abandonment or removal; or 2. specified in the Schedule of Underground Storage Tank(s)within this Endorsement; or 3. the existence of which is unknown by you prior to the inception date of this Policy; or 4. that are flow-through process tanks such as oil/water separators,septic tanks and storm water and wastewater collection tanks, including tanks on or above the floor of underground areas. • Site Pollution Conditions that begin after your Insured Property(ies) has(have) been sold, given away, abandoned or is(are)no longer owned, leased, rented or occupied by you. • Site Pollution Conditions that commenced prior to the Retroactive Date,which includes any dispersal, migration, continuation or further movement of the Site Pollution Conditions on or after the Retroactive Date. Solely as respects the coverage provided within this Endorsement,it is hereby understood and agreed that the phrase"or Site Pollution Claim(s)"will be added after all instances of"Pollution Claim(s)"found in this Policy with the exception of those instances contained within: a. Section I.C.; b. Section I.F.; Whenever printed in this Endorsement,the boldface type terms shall have the same meanings as indicated in the Policy Form.All other provisions of the Policy remain unchanged. Insured Policy Number CML Security, LLC PCAB-502778-0525 Effective Date of This Endorsement Authorized Representative 05/01/2025 Policy Form: PERFORM-10002(11-20) 37785-5024268-166202 14-PERFORM-10052(03-21) Berkley Assurance Company Page 3 of 4 c. Section IV.O.5.; d. Section IV.CC.; e. Section IX.; f. Section X.; and g. Section XI.M. Solely as respects the coverage provided within this Endorsement, it is hereby understood and agreed that the phrase"or Site Pollution Conditions(s)"will be added after the instances of"Pollution Conditions(s)"contained within the following sections of this Policy: a. Section VIII.; and b. Section X.B.2.,even if such instance of"Pollution Condition(s)"has been otherwise deleted from this Policy. Solely as respects the coverage provided within this Endorsement,it is hereby understood and agreed that the phrase"or Site Pollution Liability for Insured Property"will be added after all instances of or allusions to Coverage C found in this Policy with the exception of those instances contained within: a. the Preamble of the Policy; b. Section I.C.; c. Section IV.O.5.; d. Section V.G.;and e. Section XI.M. Solely as respects the coverage provided within this Endorsement, Section X.B.2.will be deleted in its entirety and replaced with the following: 2. any act,error,omission or Site Pollution Condition asserted or believed to be at issue. Item 4. Limits of Liability of the Declarations shall be amended by adding the following: Item 4. Limits of Liability A. B. • Insuring Agreement Limit of Liability Each Claim or First Limit of Liability in the Aggregate for Party Claim Each Coverage for the Policy Site Pollution Liability for Insured Property $5,000,000 $5,000,000 Item 5. Self-Insured Retention of the Declarations shall be amended by adding the following: Item 5. Self-Insured Retention A B C Insuring Agreement Each Claim or First Party Claim Aggregate Maintenance Site Pollution Liability for Insured $25,000 N/A N/A Property SCHEDULE OF INSURED PROPERTY(IES) Schedule of Insured Property(ies) Retroactive Date 1785 W. 160th Avenue, Suite 700 Broomfield, CO 80023 03/01/2020 2061 Third Street, Suite E, Riverside, CA 92507 03/01/2023 1050 N Fairway Dr, SteH107,Avondale,AZ 85323 03/01/2020 400 Young Court Erie,CO 80516 02/18/2022 Whenever printed in this Endorsement,the boldface type terms shall have the same meanings as indicated in the Policy Form.All other provisions of the Policy remain unchanged. Insured Policy Number CML Security,LLC PCAB-502778-0525 Effective Date of This Endorsement Authorized Representative 05/01/2025 Policy Form:PERFORM-10002(11-20) 37785-5024268-166202 14-PERFORM-10052(03-21) Berkley Assurance Company Page 4 of 4 2323 Campbell Park Dr., Suite 5 Columbia,TN 38401 03/01/2023 157 D'Arcy Parkway, Lathrop, CA 95330 03/01/2020 10521 Gulfdale, San Antonio, Texas 78216 03/01/2021 1601 Country Rd.49 Hudson, CO 80642 03/01/2023 SCHEDULE OF UNDERGROUND STORAGE TANK(S) #of Tanks Insured Property(ies) Retroactive Date(s) Whenever printed in this Endorsement,the boldface type terms shall have the same meanings as indicated in the Policy Form.All other provisions of the Policy remain unchanged. Insured Policy Number CML Security,LLC PCAB-502778-0525 Effective Date of This Endorsement Authorized Representative 05/01/2025 Policy Form: PERFORM-10002(11-20) 37785-5024268-166202 14-PERFORM-10052(03-21) Berkley Assurance Company Page 1 of 1 Blanket Notice of Cancellation to Others Endorsement In consideration of the premium paid, it is understood and agreed that the following is added to Section XI.G. Cancellation and Termination: 5. If we cancel this Policy by written notice to you for any reason other than non-payment of premium, we will mail notification that such Policy has been cancelled to each person or organization shown in a Schedule provided to us by you or by any entity you have instructed to provide such Schedule. Such Schedule: a. Must be initially provided to us within fifteen(15)days after the later of: i. the effective date of the Policy Period shown in the Declarations;or ii. the date this Endorsement has been added to this Policy; b. Must contain the names and addresses of only the persons or organizations requiring notification that such Policy has been cancelled; c. Must be in an electronic format that is acceptable to us; and d. Must be accurate. Such Schedule may be updated and provided to us during the policy period. Such updated Schedule must comply with Paragraphs b., c., and d. above. 6. Our delivery of the notification as described in Paragraph 5. of this Endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to you. Delivery of the notification as described in Paragraph 5. of this endorsement will be completed at least 30 days prior to the effective date of cancellation. 7. Proof of mailing the notification will be sufficient proof that we have complied with Paragraphs 5. and 6. of this Endorsement. 8. Our delivery of notification described in Paragraphs 5. and 6. of this Endorsement is intended as a courtesy only. Our failure to provide such delivery of notification will not: a. Extend the Policy cancellation date; b. Negate the cancellation; or c. Provide any additional insurance that would not have been provided in the absence of this Endorsement. 9. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedule provided to us as described in Paragraphs 5. and 6. of this Endorsement. Whenever printed in this Endorsement,the boldface type terms shall have the same meanings as indicated in the Policy Form.All other provisions of the Policy remain unchanged. Insured Policy Number CML Security,LLC PCAB-502778-0525 Effective Date of This Endorsement Authorized Representative 05/01/2025 Policy Form:PERFORM-10002(11-20) 29510-5024268-166202 15-PERFORM-10064(05-16) Berkley Assurance Company Page 1 of 1 Responsible Entity Waiver of Subrogation Affirmation Endorsement In consideration of the premium paid, it is understood and agreed that Section XI.C. is deleted in its entirety and replaced with the following: C. Subrogation In the event of any payment under this Policy,we shall be subrogated to all of your rights of recovery thereof. You shall execute and deliver all requested instruments and papers in furtherance of such rights to us and do whatever else is reasonably necessary to secure such rights. You shall do nothing to waive or prejudice such rights. We shall have priority in any recovery, and any amounts recovered in excess of our total payment and the cost to us of recovery shall be paid to you. However,we waive our rights of subrogation under this Policy, to the extent such a waiver is required by a written contract with you executed prior to the Claim,against any of the following that is not a Responsible Entity:your clients,their parents or other affiliates, and your client's designees; and your co-participants in an entity for which your participation is insured under Definition 0.4.of this Policy. For Coverage A only,we will not subrogate against a Responsible Entity, provided it has maintained Recoverable Insurance, regardless of whether or not such Recoverable Insurance is exhausted or reduced. Whenever printed in this Endorsement,the boldface type terms shall have the same meanings as indicated in the Policy Form.All other provisions of the Policy remain unchanged. Insured Policy Number CML Security,LLC PCAB-502778-0525 Effective Date of This Endorsement Authorized Representative 05/01/2025 Policy Form:PERFORM-10002(11-20) 37489-5024268-166202 16-PERFORM-10118(01-21) POLICY NUMBER: 195000077 COMMERCIAL LIABILITY UMBRELLA CU 24 03 12 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 9. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CU 24 03 12 20 © Insurance Services Office, Inc., 2020 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Contract or Waiver Pre- Waiver State Entity Name Project Number Description of Work mium Type Any person or organization for Blanket which you have agreed to waive your rights of recovery in a written contract, provided such contract was executed prior to the date of loss. For a Blanket Waiver, you have agreed to execute a waiver of your right to recover from any person or organization. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 05/01/2025 Policy No. 155000090 Endorsement No. 000 Insured CML Security, LLC Premium Insurance Company PRAETORIAN Countersigned by INSURANCE COMPANY WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance. QBE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - OTHER INSURANCE - PRIMARY AND NONCONTRIBUTORY Name of Insured: CML Security, LLC Policy Number: 195000077 Endorsement Number: UM-CU-2001 (08-20) Effective Date of Endorsement: 05/01/2025 Name of Insurer: OBE INSURANCE CORPORATION This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM A. Solely as respects any person(s) or organization(s) that qualify as an additional insured under SECTION II — WHO IS AN INSURED, Paragraph 3., SECTION IV — CONDITIONS, Paragraph 5. Other Insurance is amended by the addition of the following: Notwithstanding Paragraphs a. and b. above, this insurance is primary and will not seek contribution from any other insurance available to such person(s)or organization(s) under your policy provided that: (1) Such person(s)or organization(s) is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement(entered into prior to any"occurrence", offense, claim or "suit") that this insurance would be primary and would not seek contribution from any other insurance available to such person(s) or organization(s) provided that the limit of insurance required in such written contract or agreement exceeds the applicable limits of the "underlying insurance". The limit of insurance afforded to such person(s)or organization(s) under this policy shall be the lessor of: (a) The Limits of Insurance shown in the Declarations of this policy; or (b) The limit of insurance required in the written contract or agreement. B. In no event shall the coverage afforded by this endorsement increase the Limits of Insurance shown in the Declarations of this policy or any"underlying insurance". All other terms and conditions of this policy remain unchanged. © QBE,2020 Includes copyrighted material of Insurance Services Office, Inc., UM-CU-2001 (08-20) with its permission. Page 1 of 1 Contract Form Entity Information Entity Name* Entity ID* C] New Entity? CML SECURITY @000371 23 Contract Name* Contract ID Parent Contract ID MILESTONE SOFTWARE UPGRADE 1 0078 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW MBARANOVIC Department Project # Contract Lead Email mbaranovic@weld.gov Contract Description* THE MILESTONE SOFTWARE IS USED TO MANAGE CRITICAL VIDEO RECORDING AND STORAGE MANAGEMENT AND NEEDS TO BE UPGRADED AT ALL THREE LOCATIONS. THE TOTAL COST OF THIS UPGRADE IS $32,590.00 Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date MAINTENANCE BUILDINGS AND Date* 1 1 /08/2025 GROUNDS 11 12 2025 Amount* $32,590.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* Building Grounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA SOLESOURC County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV 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 be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 10/01 /2026 Termination Notice Period Expiration Date* Committed Delivery Date 1 1 /02/2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11 /18/2025 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL RUSTY WILLIAMS BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 11 /17/2025 11 /18/2025 11 /18/2025 Final Approval BOCC Approved Tyler Ref# AG 112425 BOCC Signed Date BOCC Agenda Date Originator MBARANOVIC 11 /24/2025
Hello