Loading...
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