R-2021-085 - 4/8/2021RESOLUTION NO. R-2021-085
WHEREAS, the City of Round Rock ("City") desires to purchase certain goods and services,
specifically communication and networking equipment for the new Round Rock Public Library, and
and
WHEREAS, the City is a member of the Texas Department of Information Resources ("DIR"),
WHEREAS, Austin Structured Cabling, LLC is an approved vendor of the DIR, and
WHEREAS, the City wishes to purchase certain goods and related services from Austin
Structured Cabling, LLC through DIR Contract #DIR-TS O-43 5 8, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Provision and Installation of Communication and Networking Equipment with Austin
Structured Cabling, LLC, a copy of said Agreement being attached hereto as Exhibit "A" and
incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 5 51, Texas Government Code, as amended.
RESOLVED this 8th day of April, 2021.
CRAIG MOAGANayor
City of Round Ro ,Texas
ATTEST:
U& b I RA(4
SARA L. WHITE, City Clerk
01 12.20212-1 00468099
EXHIBIT
CITY OF ROUND ROCK AGREEMENT FOR
PROVISION AND INSTALLATION OF
COMMUNICATION AND NETWORKING EQUIPMENT
WITH
AUSTIN STRUCTURED CABLING. LLC
MUM
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS0
:
THAT TAIS AGREEMENT for the provision and installation of
networking equipment, and for related goods and services (referred
"Agreement"), is made
communication and
to herein as the
and entered lento on this the day of the month of
2021 by and between the
municipality, whose offices are located at 221
CITY OF ROUND ROCK,, a Texas ho,me-rule
East Main Street, Round Rock, Texas 78664=5299
(referred to herein as the "City"), and AUSTIN STRUCTURED CABLING, LLC, whose
offices are located at 3709 Promontory Point Drive, Suite A127 , Austin, Texas 78744( referred
to herein as "Vendor").
RECITALS9
:
WHEREAS, City desires to purchase certain goods and services, specifically
communication and networking equipment, and City desires to procure same from Vendor; and
WHEREAS, City desires to. purchases said services from Vendor through DIR Contract
#DIR-TS04w4358; and
WHEREAS, the parties desire to enter into this Agreement to set forth i"n writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSET 0
That for and i*n consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, I*t is
mutually agreed between the parties as follow:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified goods and services and Vendor is obligated to provide said goods
and services.
00465 171 /ss2
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Maj*eure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and Services mean the specified services, supplies, materials,
16
commodities, or equipment.
F. Vendor means Austin Structured Cabling, LLC, its successors or assigns.
2.01 EFFECTIVE DATE.) TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended asrovidedpherein.
Be This Agreement shall terminate February 27, 2024.
C. City reserves the right to review the relationship with Vendor at any time, and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the Contract Documents. Any
inconsistencies or conflicts in the contract documents shall be resolved by giving preference to
the terms and conditions set forth in pages one (1) through nine (9) of this Agreement
4.01 ITEMS
A. The goods and services which are the subject matter of this Agreement are
described generally in the attached Exhibit "A."
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all items described in Exhibit "A" within the
contract term specified. A change in any term of this Agreement, must be negotiated and agreed
to in all relevant details, and must be embodied i"n a valid Supplemental Agreement as described
herein.
5.01 COSTS
A. City agrees to pay for supplies and services during the term of this Agreement at
the pricing set forth at in Exhibit "A." Vendor specifically acknowledged and agrees that Ci*ty is
not obligated to use or purchase any estimated annual quantity of goods or services. Only if, and
when needed by City, the costs listed on Exhibit "A" shall be the basis of any charges collected
by Vendor.
B. The City shall be authorized
Hundred Seventy -Three Thousand Six
($473 692.52) for the term of this Agreement.
6.01 INVOICES
to pay the Vendor an amount not -to -exceed Four
undred Ninety -Two and 52/100 Dollars
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
co Description and quantity of items received; and
D. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of Colty's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the goods and
services as determined by C*ty's budget for the fiscal year in question. City may effect such
Is
termination by giving Vendor a written notice of termination at the end of its then current fiscal
year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 225 1, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year i*n which the payment becomes overdue, i*n accordance with V.T,,C.A,,, Texas
E]
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor,, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability te
if it is determined by City that gratuities or bribes in the form of entertainment,
otherwise were offered or given by Vendor or its agents or representatives to any City
employee or elected representative with respect to the performance of this Agreem
addition, Vendor may be subject to penalties stated in T*tle 8 of the Texas Penal Code.
10.01 TAXES
Vendor
gifts, or
officer,
ent. In
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included 1"n Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods and/or as specified, City reserves the right and option
to obtain the products from another supplier or suppliers.
12.01 CITY'S REPRESENTATIVE
CI*ty hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Richard Will
Manager - Building Construction
212 Commerce Cove
Round Rock, Texas 78664
(512) 341-3311
11
13.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements as set forth at0
:
httr)://www.roundrocktexas10440v/�vp-content/uploads/2014i 12/corr insurance 07.20112.�df.
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods and/or services elsewhere, Vendor agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fal'Is to fully, timely and faithfully perform any of its material obligations
under this Agreement;
Be, Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or i*n part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
Be In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
Is
evidenced in writing by and between the parties.
D. In the event City termlb
inates under subsections (A) or (B) of this section, the
following shall apply: Upon Cl*ty's delivery of the referenced notice to Vendor, Vendor shall
5
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
Is
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is for not entitled to compensation services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorneys fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, i*n the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to 111-11it the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an i*ndemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors,, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
6
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Austin Structured Cabling
3709 Promontory Point Drive
Suite A] 27
Austin, Texas 78744
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section I -14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall i*n no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as I*f this Agreement did not contain the particular portion or
provision held to be void . The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision., The provisions of this section shall not prevent this entire Agreement from
being void should a provision which i*s of the essence of this Agreement be determined voi'd-
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed b*mefira es will constitute a material breach of this Agreement. Vendor shall be fully
responsqP
ible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage i*s caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of Ci*ty's additional
legal rights or remedies.
Force Maj*eure, Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impedimentordelay'i'nperfo ance must
4
be timely given and all reasonable efforts undertaken to mlti"gatei"ts effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
Attest:
Sara L. White, City Clerk
For City, Approved as to Form:
By:Is
Stephan L. Sheets, City Attorney
Austin Structured Cabling, LLC
By:
Printed Name. ;� �,�, 5 � „ �e _ � „
Title: C� q.� „ � r
Date Signed: ,} - p � 1
Exhibit "A"
AUSTIN 3709 Promontory Point Drive •Suite A127
�ii► Austin, TX 78744-1139
STRUCTURED
www.AustinStructuredCabling.com
CA13L1NCj 512.448.9555
DIR-TSO-4358
Date: 01/12/2021
Customer: City of Round Rock General Services Division
212 Commerce Blvd.
Round Rock, Texas 78664
Project: New Public Library
Contact: Richard Will; richardwill@round rocktexas.�ov
Submitted By: Payson LeBlanc; ileblanc@austinstructuredcabling.com
Austin Structured Cabling is pleased to propose the following scope of work for
the provision and installation of a complete and functioning plenum rated, CAT 6a
rated horizontal network cable plant for data outlets, wireless access points,
cameras, POE locks, room schedulers, video displays, video projectors, elevator
control panels, BAS control panels, fire alarm panels and parking guidance control
systems. This installation also includes the provision and installation of a single -
mode fiber optic and multi -pair telecommunications cable backbone, the build -
out of seven (7) telecommunications rooms and cable basket tray as indicated on
the architectural drawings dated 10/16/2020.
We appreciate the opportunity to submit this proposal and price quote to you.
Please feel free to contact me if you have any questions or should any aspect of
the following needs to be amended or changed.
VOICE +71 E R COAXIAL
Exhibit "A"
AUSTIN 3709 Promontory Point Drive •Suite A127
� STRUCTURED Austin, TX 78744-1139
www,AustinStruckuredCabiing.com
CABLING 512.448.9555
SCOPE OF WORK
-- Provide and install one thousand sixty-five (1065) CAT6a UTP plenum rated
cables to outlet locations specified on architectural drawing pages T4.01-03
and T4.11-14 dated 10/16/2020. Each cable will be terminated, tested, and
labelled according to City of Round Rock city-wide standards.
Provide and install modular patch panels, modular jacks, modular plugs,
termination blocks and face plate assemblies as needed for termination of
all new cables per drawings and project specifications.
- Provide and install one 12 strand single -mode, inner -locking armor, fiber
optic cable between the MDF and six (6) IDF closets for a total of six (6)
home runs. Terminate with LC style connectors and place in rack mounted
enclosure with LC style adapter panels.
- Provide and install one 25 pair telephone cable between the MDF and 7 IDF
closets for a total of 7 home runs. Terminate on telecom patch panels.
Provide and install 7' network racks with 10" and 8" vertical wire managers
as specified on architectural drawing T5.01 dated 10/16/2020.
Provide and install 12" cable runway and connecting hardware within the
telecommunications closets (MDF & IDF) as specified on architectural
drawing T5.01 dated 10/16/2020.
Provide and install 12" x 4" cable basket tray with connecting hardware and
fasteners as specified on architectural drawings T4.01-03. Basket tray will
be black in color with color -coded j-hooks for other low voltage systems.
Provide and install a complete j-hook cable support system with fasteners
above ceiling as needed to comply with EIA/TIA and BICSI standards and
recommendations for low voltage communication cables.
- Install customer provided wireless access points. Assist customer IT
Department as needed with network gear and equipment installation.
- Cables will be labeled per City of Round Rock labeling scheme and tested
with a Fluke Networks Versiv cable certifier. Test results will be provided in
electronic format to customer upon completion of cable installation.
Exhibit "A"
AUSTIN 3709 Promontory Point Drive •Suite A127
- STRUCTURED Austin, TX 78744-1139
www.AustinStructuredCabling.com
CABLING 512.448.9555
- Network racks, cable runway and cable basket tray will be grounded per
EIA / TIA and BICSI standards and recommendations.
As -built drawings will be provided after the completion of the project
indicating outlet location, label designation and pathways. Hard copies will
be posted within each OF closet.
Installation will comply with City of Round Rock cable specifications and be
in accordance with all BICSI and EIA/TIA recommendations and standards
and will comply with all Federal, State and Local laws and ordinances.
Provide 2130 CAT 6a patch cords of varying lengths for patching to devices
and network equipment.
Attend General Contractor coordination, collaboration and safety meetings
as requested. Provide BIM submittals and design input as requested.
WARRANTY
- Austin Structured Cabling extends a Five -Year Warranty on all materials
and workmanship for this project.
EXCLUSIONS OMISSIONS AND ASSUMPTIONS
Exclude coring, concrete cutting, floor penetrations, asphalt and road work.
All work to be performed during normal business hours of 7:00am —
5:00pm Monday-- Friday.
Pricing assumes timely access will be given to work site as needed to
perform work in a continuous uninterrupted manner with enough time
allocated to meet jobsite completion schedules.
Equipment and electronic components provided by others.
Cameras installed by others.
Excludes fiber optic connection to City of Round Rock network.
Exhibit "A"
AUSTIN
� STRUCTURED
CABLING
3709 Promontory Point Drive - Suite A127
Austin, TX 78744-1139
www.AustinStructuredCabling.com
512.448.9555
ProductDescription
Quantity IVISRP
DIR
Customer
Discount
Cost
Pan-
4-Pair Category 6A UTP
225 $1,257.96
38.00%
$176,800.50
PUP6AM04BU-UG
PLENUM
Pan-FSWN912
12 Strand SM OSP Fiber
2000
$0.62
38.000,,(o
$780.00
Pan-FSPP912Y
12 Strand SM Armored
2000
$3.13
38.00%
$3,920.00
Fiber
Pan-FSPP924Y
24 Strand SM Armored
2000
$4.51
38.00%
$5,640.00
Fiber
Pan-FOGPZ06Y
6 Strand MM Armored
200
$6.52
38.00%
$ 814.00
Fiber
Pan-
CAT 6A Modular Jack
2180
$20.04
38.00%
$ 27 293.60
CJ6X88TGBU
Blue
'
Pan-CFPL2WHY
2-Port Face Plate White
150
$3.10
34.00%
$309.00
Pan-CFPL4WHY
4-Port Face Plate White
60
$3.22
34.00%
$128.40
Pan-CFPL6WHY
6-Port Face Plate White
40
$3.22
34.00%
$85.60
Pan-CBX1IW-A
1-Port Surface Mount
72
$4,16
34.00%
$199.44
Box
2-Port Surface Mount
Pan-CBX21W-A
130
$4.16
34.00%
$360.10
Box
Pan-
24 Port Patch Panel
14
$356.30
53.00%
$2,362.08
DP24688TGY
Pan-
24 Port MiniCom Patch
7
$46.30
38.00°0
$202.44
CPP24FMWBLY
Panel
Pan-
48 Port MiniComPatch
30
$82.84
38.00%
$1,552.50
CPP48FMWBLY
Panel
Pan-CMBWH-X
MiniCom Blank Insert
8
$0.38
34.00%
$2.00
Pan-
Patch Cord CAT 6A Blue
1065
$17.48
45.00%
$10,319.85
UTP28X3BU
3'
Exhibit "A"
' J AUSTIN
STRUCTURED
CABLING
3709 Promontory Point Drive - Suite A127
Austin, TX 78744-1139
www.AustinStructuredCabling.com
512.448.9555
Pan-
Patch Cord CAT 6A Blue
1065
$21.06
45.00°%
$12,428.55
UTP28X7BU
7'
Pan-
Patch Cord CAT 6A Blue
SO
$23.74
45.00%
$657.50
UTP28X10BU
10'
Pan-F9E10M1Y
Fiber Optic Jumper
20
$48.18
34.00%
$640.80
Pan-FRME1
1U Rack Mount Fiber
7
$283.38
34.00%
$1,319.01
Enclosure
Pan-FRME4
2U Rack Mount Fiber
1
$443.98
34.00%
$295.22
Enclosure
Pan-
Fiber Adapter Panel SM
14
$266.90
34.00%
$21484.72
FAPI2WBUDLCZ
LC 24
Pan-FO12CB
12 Strand Fan Out Kit
28
$48.52
34.00%
$903.28
Pan-
LC Fiber Connector
168
$33.98
34.00%
$3,796.80
FLCDS900BUY
Pan- PRV8
Verticle Wire Manager
14
$757.56
34.00%
$7,052.36
Pan-PRV10
Verticle Wire Manager
6
$860.96
34.00%
$3,435.00
Pan-PRD8
Veriticle Wire Manager
28
$333.14
34.00%
$6,202.56
Door
Pan-PRD10
Veriticle Wire Manager
12
$363.10
34.00%
$2,897.28
Door
Pan-JP75W-L20
J-hook 3/4" Plenum
600
$1.54
34.00%
$612.00
Pan-JP2W-L20
J-hook 2" Plenum
400
$6.49
34.00%
$1,728.00
Pan-JP75DW-
J-hook 3/4" Plenum
600
$ 2.77
34.00%
1 104.00
$'
L20
WCli
/ P
Pan-JP2DW-L20
J-hook 2" Plenum
400
$9.05
34.00%
$2,408.00
W/Cli p
Pan-R2P
2-Post Data Rack
13
$208.34
34.00°%
$1,801.02
Pan-HLS-75R0
Hook and Loop Velcro
20
$91.52
34.00%
$1,217.20
75
Pan-RGRBI9U
Grounding Busbar
7
$128.16
34.00%
$596.54
Pan LCC614DL
2-Hole Grounding Lug
50
$6.37
34.00%
$212.00
Pan-WG12BL10
Cable Basket Tray
111
$126.00
34.00%
$9,299.58
Pan-
Splice Connector
220
$15.16
34.00%
$2,217.60
WGTBSI2BL
- PAN
Splice Connector
250
$14.80
34.00%
$2,460.00
W SPLPAN- 18BL
Pan-
Water Fall
4
$22.34
36.00°0
$57.60
WGSWF4BL
Pan-
Cable Labels
15
$57.46
36.00%
$555.75
5100X075YA
Subtotal
$297,151.88
Exhibit "A"
AUSTIN
STRUCTURED
CABLING
3709 Promontory Point Drive • Suite A127
Austin, TX 78744-1139
www.AustinStructuredCabling.com
512.448.9555
LaborDescription
Quantity
Discount cost
Copper Tech 1
Standard Labor Rate
1552
$43.30 15.00% $571548.16
Copper Tech 2
Standard Labor Rate
1303
$37.09
15,00%
$41,383.28
Fiber Tech 1
Standard Labor Rate
180
$66.66
15.00%
$10,276.20
Fiber Tech 2
Standard Labor Rate
160
$37.09
15.00%
$5,081.60
Equipment
Standard Labor Rate
180
$74.18
15.00%
$11,435.40
Tech 1
Project
Standard Labor Rate
400
$148.35
15.00%
$50,816.00
Mar er
total
i
$176,540.64
Z.Z46&04-f�
�9' 4r01::2'q:. Fall 1� I at M i
02/22/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE GOES 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(les) 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 NAMCONTAE: Co. El.--hase Pennington
Reata Insurance Group, Inc PHONE � : (512) 420.,9333 ac No : (512) 420-9301
P.O. Box 340400 im-Mcha reatatx.com
ADDRESS:
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 AW 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.
LTIR
TYPE OF INSURANCE
POLICY NUMBER
MIyllpplYYYY
IW�yIpp/YYYY
L1MlTS
COMMERCIAL GENERAL W18lliTlf
X R
EACH OCCURRENCE
S Z0009000
DAMAGE TO RENTED
REMISSEa ouer
E Z000,000AM
X
MEo ExP (Any one person)
s 10,000
Contractual
XC,U coverage
PERSONAL 8A0V INJURY
S 100008000
A
65SBAAB571 9
07/05/2020
07/05/2021
LfMITAPPUES PER
POLICY [9CT RD LOC
GENERAL AGGREGATE
$ 41000,000
GEN'LAGGREGATE
PRODUCTS - COMP/OP AGG
s 41000,000
$
OTHER
AUTOMOBILE UABIUlY
COMSINEaSINGLS UMI
(Ea acadent
$ 1 t0o0,000
BODILY INJURY (Per person)
S
ANY AUTO
C
OWNED SCHEDULED
AUTOS ONLY AUTOS
BA420000016761
01/20/2021
01120/2022
e00fI.Y INJURY (Per accident)
S
Pet awident)__
s
HIRED XNON-OWNEDPROPERTY-DAMAGE
XAUTOS ONLY AUTOS ONLY
$
X
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE
$ 2.000,000
AGGREGATE
$ 2,000,000
EXCESS uAe
CLAIMS -MADE
65SBAAB571 9
07/05/2020
07/05/2021
OED X RETENTIQN S 109000
$
WORKERS COMPENSATION
ANEMPLOYERS" LIABILITYg ANY PROPRlETOR/PARTNERIEXECUTNE �N
OFFICER/MEMBER EXCLUDED? Y
(Mandatory In NH)
N ! A
65WBCAD7DU4
07/18/2020
07/18/2021
PER OTH.
STATUTE ER
E L. EACH ACCIDENT
$ 11400,000
E L. DISEASE - EA EMPLOYEE
S 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E L. DISEASE -POLICY LIMIT
S 140000000
OESCRIP71OPl OF OPERATIONS ! LOCATIONS t VEHICLES (ACORD 101 , Addldonal Remarks Schedule, may be attached if more space Is required)
The G L & Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to any person or organization only
when !here is a written contract between the named insured and the person or organization that requires such status and the GL, Auto & WC policy includes
a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the
person or organization that requires it. The GL policy contains a special endorsement w+th "Primary and Noncontributory" wording.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS.
221 East Main Street
AUTHORIZED REPRESENTATIVE
Round Rock TX 78664 w
819884015 ACORD CORPORATION. All rights reserved.
ACORD 26 (2016/03) The ACORD name and logo are registered marks of ACORD