R-2021-084 - 4/8/2021RESOLUTION NO. R-2021-084
WHEREAS, the City of Round Rock ("City") desires to purchase goods and services related to
a complete security system for the new Round Rock Public Library, and
and
WHEREAS, the City is a member of the Texas Department of Information Resources ("DIR"),
WHEREAS, Preferred Technologies, LLC is an approved vendor of the DIR, and
WHEREAS, the City wishes to purchase certain goods and related services from Preferred
Technologies, LLC through DIR Contract #DIR-CPO-4742, 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 a Security System for the New Public Library with Preferred Technologies, 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 551, Texas Government Code, as amended.
RESOLVED this 8th day of April, 2021.
CRAIG MJORGAN,/N,Yayor
City of Round RocWI'exas
ATTEST:
L4 VLa vvu�-
SARA L. WHITE, City Clerk
0112.20212, 00468088
EXHIBIT
„A„
CITY OF ROUND ROCK
AGREEMENT FOR
A SECURITY SYSTEM FOR THE NEW PUBLIC LIBRARY
WITH
PREFERRED TECHNOLOGIES. LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS0
:
THAT THIS AGREEMENT for purchase of a complete security system for the new
public library and related services (referred to herein as the "Agreement"), tS made and entered
into on this the day of the month of , 200~) 1 by and between the CITY
OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221 East
Main Street, Round Rock, Texas 78664-5299 (referred to herein as the " City "), and
PREFERRED TECHNOLOGIES, LLC whose address is 1414 Wedgewood Street, Houston,
Texas 77093 (referred to herein as the "Vendor"),
RECITALS:
WHEREAS, City desires to purchase goods and services related to a complete security
system for the new public library; and
WHEREAS, Chapter 271, Subchapter D of the Texas Local Government Code allows for
a local government to participate i*n a state cooperative purchasing program for the purposes of
procuring goods and services; and
WHEREAS, the Texas Departnient of Inforimatt'on Resources ("DIR") is a state approved
cooperative purchasing program wherein the state Perfornis purchasing services on behalf of
local governments; and
WHEREAS, Vendort"s an approved DIR vendor; and
WHEREAS, tile City i's peniii*tted to purchase from a DIR Contract and desires to
purchase certain foods and services from Vendor's DIR Contract No. D1RmCP0ao4741.,.; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
0
respective rights, duties, and obligations*
NOW, THEREFORE, WITNESSETHO
That for and in consideration of the mutual promises contained herein and other rood and
ValUable consi'derahoon, tile sufficiency and receipt of wlil*cli are hereby acknowledged, it is
004 6 7 5 8 1 /ssl.
mutually agreed between the parties as follows:
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 same. The
Agreement includes Vendor's Proposal, attached as Exhibit "A," and incorporated herein by
reference for all purposes.
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, SLIPP1ies, materials,
commodities, or equipment.
F. Vendor means Preferred Technologies, LLC, its successor or assigns.
2.01 EFFECTIVE DATE AND 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 ternit"ndicated herein, or is te iinated or extended as provided herein.
Be Tile terns of this Agreement shill be from tile effective date hereof until the
installation of the security system i*s complete.
C. City reserves tile right to review the relationship at any time, and may elect to
teniij*nate 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," together with this Agreement, comprise tile total Agreement and is fully a part of
this Agreement as if repeated herein in full.
N.,
4.01 SCOPE OF WORK
Vendor shall satisfactorily provide all goods and services described under the attached
Exhibit "A." Vendor's undertakings shall be limited to providing goods and performing services
for City and/or advising City concerning those matters on which Vendor has been specifically
engaged. Vendor shall perform its services in accordance with this Agreement, in accordance
with the appended exhibits, in accordance with due care, and 1*n accordance with prevailing
industry standards for comparable services.
5.01 CONTRACT AMOUNT
In consideration for the goods and services to be performed
pay the Vendor an amount not -to -exceed a total of Six Hundred
Hundred Fifty -Seven and 68/100 Dollars ($613,957.68).
6.01 INVOICES
by Vendor, City agrees to
Thirteen Thousand Nine
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or perforniance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of cl`ty'S current revenues only. It i's understood and
agreed that City shall blue 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 tile goods and
services as dete iined by City's budget for the fiscal year in question. City may affect such
41
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 4'0705 1, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on whichwhichCity-receives tile perfonilance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day oil
which the performance of services was complete, or within thirty (30) days of the day on which
City receives 1 correct invoice for the perfomiance and/or deliverables or services, whichever i's
later. Vendor may charge interest oil ail overdue payment at the "rate in effect " on September
of the fiscal year in which the payment becomes overdue, in accordance with V,T,C,A. Texas
Goveninicilt Code, Section 2251.025(b); however, this Policy does not apply to paynictits made
3
by City in the event:
A. There i's 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 fiords11
; or
C. There i*s 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 i*n 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 to Vendor
if it is determined by City that gratul*ties or bribes in the form of entertainment, gifts, or
go
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement, In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10,01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide tile goods as specified, City reserves tile right and option to
40
obtain the products from another supplier or suppliers.
12.01 INSURANCE
Vendor shall meet all insurance requirements set forth on the Cl*ty's websi"te at,
httvso://www.roundrocktexas.gov/wf-v�content/uploads/2014/12/con insurance 07.20112.vdf 11MIN
13.01 CITYS REPRESENTATIVES
Cityhereby designates tile following representatives authorized to act in its behalf with
regard to this Agreement:
4
Richard Will
Building Constniction Manager
212 Commerce Cove
Round Rock, Texas 78664
512m341m3311
nchardwil!La).round-rocktexas,,.gov
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 elsewhere, Vendor agrees that I"t 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
c-hanged,
Vendor shall be declared in default of this Agreement if it does any of the following0
:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
tinder this Agreement;
C. Fails to provide adequate assurance of perforniancetinder the "
Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief tinder the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. City has tile right to tenili'nate this Agreement, in whole or in part, for
convenience end without close, at any time upon thirty (30) days' written notice to Vendor.
Be In the event of any default by Vendor, City has tile right to te 11'nate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
5
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
evidenced in writing by and between the parties.
D. In the event City terminates tinder subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
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
shall submit a statement showing in detail the goods andlor services satisfactorily performed
tinder this Agreement to the date of teimination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for 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, in the perfo iance of Vendor's obligations
tinder this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit 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 indemnified 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.
Be In accordance withChapter.270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless tile contact contains
written vertficltion from the company that it: (I ) does not boycott Israel; and (2) will not boycott
Israel during tile terms 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
Tile parties each hereby bind tlieniselves, 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
's
t:1
writincy and shall be considered given as follows:
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
*d to the recipient'sthis
prepaladdress as stated 'in
Notice to Vendor:
Preferred Technologies, LLC
1414 Wedgewood Street
Houston, TX 77093
Notice to City:
Laurie Hadley, City Manager
221 East Main Street AND TO:
78664Round Rock, TX
Stephan L. Sheets, City Attorney
309 East Main Street
Round Rock, TX 78664
Nothing contained herein shall be constnied to restrict the transmission of routine
communications between representatives ofCity 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 teniis or condi'ti"ons
iWilliamsonherein, exclusive venue for same shall lie n 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. Tlii*s Agreenient niay only be aniended or suppleniented by 111LItLial agreenient
of the partieshereto '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
a
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
0 including 6procecd1lig, without limitation, any proceeding under the Federal Arbitration Act ()
USC Section I-14) or any applicable state arbitration statute.,
6
24.01 SEVERABILITY
The invalidity, illegality, or unenforceabill'ty of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in 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 if 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 void.
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.
Tiimes 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 ti*ineframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible 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 i*n these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. 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 impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its 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 Agree ent on the dates
indicated,
Ci*ty of Round Rock, Texas
By:
Printed Name:
Ti'l t I e:
Date Signed.
0
Sara L. WhiteCity Clerk
For CI"ty, Approved as to For e.
Stephan L. Sheets, City Atto ey
Preferred Technologies, ~LC
By:
Olt.,
P44
Pn*nted a eG
Title: 'btr*Avow-
Date Signed: ps f i tao a t
txnIDIT ..H.
To:
City of Round Rock
General Services Department
I2 E Coll merce
Round Rock, TX 78664
Submitted by:
Preferred Technologies, LLC
3709 Promontory Point Drive, Ste. 106
Austin, TX 78744
Telephone: (28 1) 2=0550
Facsimile: (281) 449w5597
Title*0
Contract Number:
Date Submitted:
Point of Contact:
Proposal Amount:
Signed:
�•a
lee
j'
r
04.
•, ~ f'
•✓ / fJ. r
dI • r�
Oe
! rrr •- P
��• 'P/
Aaron Jamieson
CRR Library Construction Project — Security, Revision II
DIR-CPO-4742
February 14, 202 1
Aaron Jamieson
Sales and Design Professional - Austin
$613,957,168
Sales aittl Design Prqfession(il — Auslin
Preferred Teclinologl'cs, LLC
737.24241M. 1
aaronj amieso Dref4echxom
P: Avg 1.442.OSSQ
f; ?R I.449.5597
www. ref-tech.com
;
txnIDIT "H"
Overview
Preferred Technologies, LLC. (PrefmTech) will provide a complete security system for the City of Round
Rock Public Library Construction Project. Pref4wTech's work will be compliant with manufacturer
requirements, applicable codes, and the highest industry standards.
Scone o
.L Work
Preferred Technologies, LLC. will perform the tasks necessary to ensure a cohesive security system equipped
with specific integrations to serve the organizational needs of the City of Round Rock. The tasks include, but
are not limited to, the following:
• Access Control
o PrefwTech will provide access control products and services per the specifications and drawings
on "Issue for Bid, 10/ 16/2020.
• Video Surveillance
o PrefwTech will provide video surveillance products and services per the specifications and
drawings on " Issue for Bid, 10/16/2020.
• Intrusion Detection
o PrefwTech will provide intrusion detection products and services per. the specifications and
drawings on "Issue for Bid, 10/ 16/2020.
Integrations and Prorrammi'n
• Access Control and Video Management
o EventatcomActions, — PrefwTcch will provide event to action programming for CRR. This
scope will be outlined post award in the project kick-off meeting.
• Intrus(on Detection
o False Alarrn Reduction — Pref-Tech wiU provide pro gramming to ensure that alarms are
accurate while also implementing false alarm reduction techniques to prevent unnecessary
response costs.
%%IM44
P99 2081.444290550
1: 120xi.aa9.ss97
www.pref-tech.com
txn1D11 ••H•.
Assumotions
The below assumptions were applied when pn'cing this proIt ject. The pricing in this proposal is contingent
upon the validity of these assumptions. Additional charges may result if these assumptions be found false.
• Pre'll-Tech's work is limited t1111111 the installation of the bill of materials listed in the Pricing Sheet.
• Others will provide construction drawings in AutoCAD format for permitting.
• Others will provide all required 120VAC power.
4
• Others will coordinate the fire alarm tie-in with the fire contractor. PrefwTech is not responsible for any
fees from the fire alarm contractor for the tie-in.
• Others will provide server hardware for the Genetec software that meets or exceeds minimum hardware
and software requirements.
• Others will provide all necessary network access, server and workstation Permissions, and IP information.
• Others will provide physical access to all work locations.
• Others will provide client workstations and network switches.
• Others will provide monitoring, if applicable.
• Others will provide necessary wall space.
• All material shipments will be standard ground. If expedited shipping is required, then extra charges may
apply,.
• Taxes are excluded. If taxes apply, then PrcfmTcch will apply the required taxes to each invoice.
WN
too W
P: 281.442.0550 F:281-449.5597 www.pref-tech.com
cxnlDit ..H.-
Bill of Material
C�udiwtr 1+r
us Me
Will our PW,TZ M
C0.SRUcnON
FIT tAa AND CONSTRUCTtCN :0OF INAnON 1 00
NA
+ 00
EA
1 9S 134 30 1 11.T36a0
1581%
1 12•013 9n S 12 61,3 90 0 75 .
1 S+6 55 S $46 SS
S 13.420 4S
3 73 -120 45
c0cm1w► han>•
1t212020
CIR1.' BiiARr-
OIR KIT
pMF-vKH
+nCEO
"AMC,EVEN'
1 t 232-20
VIDEO %W AGEMEt71
1 00
WA
100
EA
1 263.1W 14
S 31L3.311 1/
1iw%
i nijs 22
1 221 "1 22 0 MI.
11 673 96
3 t $78 96
32.9.540 +6
1225.540 16
CJR�DpJ►Ir'.
am par
PAWIT91CH
OEI�TRLSIC
tITRU,&CN CErECnCm
t X
WA
00
EA
3 38 870 52
1 MAN
N*%
1 11A�6 74
S 13 040 14 0 ?5 �
1 247 65
3 24195
S 33 294 59
3 33 294 59
CM l'811ARr
01010T
Mv,
AMSS CCUTPOL.
1123:020
ACCESS CCAHIPQ
+ 70
WA
1 00
EA
1 111.316 94
S iti.11i M
f140'i
1 311.419 N
S :0 469 40 0 7S`.
11 Na 61
1 + 9116 67
3266 A66 07
SM. tab 4t
1N .Tf 1
CMA13HAW-FUEL
t 2.1.10M
FUEL
MA
WA
100
EA
1 1.761 6a
1 f,Trtf�1
f1A0'ii
i I Mr w
1 1 497 60 0 ISM.
3 11 23
3 11 23
1 1 WA 93
1 1 SU 63
061l111iE2lAi
PfEl�1lY,fl
+Uwwr•U�AA
Q0CFW!P0TICP4
+2t;r?o
Dim C0010imnaN
wA
WA
100
EA
3 11 MA 11
1 13A S 71
low%
6 11,81A 42
S 1161442 0 IS`.
S 67 14 s 67 14
S 11 10S 56
1 It 10556
..:M..L. AMMUM6
1 T11,a�s1 11M.31T'.� 1ls«1.r1 a1�,aT.M
Pricing
DIR Project MSRP:
DIR Project Subtotal:
DIR Fee:
Bond:
DIR Project Total:
$716,926.21
$609,387.28
$4,570.40
$N/A
$613,957.68
P: 291.442.0550 F: 281.449.5597 w►wwpref-tgch.com
4 M* h
xn I DIT '"H'"
Acceptance ofP 0 osal
The Pref=Tech team thanks you for allowing usthe opportunity to work with you on this project,. To accept
this proposal and allow PrefwTech to proceed with the scope of work outlined above, please sign below and
fax or email to your account executive.
My signature below constitutes acceptance of this proposed scope of work and the Terms and Conditions
provided.
Si" Pature
Name and Title
Company
Date
Terms and Conditions
This proposal Is valid for 30 days.
Invoicing0
:
• PrefwTech will submit a mobilization Involve upon contract Award for 25% of the total contract
amount. Mobilization includes (but i's not limited to) all preparatory work necessary for the coordi"natt"on And
organization of personnol, procurement of materials, equipment, supplies, and 1*ncidentals required to begin the
project: for the establishm nt of all necessary stor and facilit' to facilitate the work; for premiums on bond and
insurance (as applicawwr all p�urol,i,,,,�p perf r coshed beforo the beginning of work,
%%Wd 0/0
P*,- 28i .443.QS i0
LOO
F: 29 I.449.5597
,%vww.12re&tech.com
5 of (I
txnlDlt ••H"
• Customer expressly allows Pref-Te¢b to Invoice for stored materlala. Pref-Tech will store materials at the
customer location or in the PrefwTech bonded andt"nsured warehouse and provide backup documentation with
inventories by part number, pictures, etc., as requested by the Customer.
• Customer expressly allows PrefwTech to submit progressive Invoices based upon completed work percentage
or other production milestone.
Payment terms are NET 30 days from the date of invoice. Past due amounts shall incur interest at 8%per annum,
accrued daily from the date due (NET 30) until pai'di"n full.
PrefdpTech may elect to preserve our right to perfect a tond or lien by sending notices in accordance with statutory
requirements.
Any change to the scope of work or materials descn"bedi"n this proposal involving extra cost will only be effective upon
the execution of a written change order byi'nvolved parties.
Priciings conditional upon unrestricted access to all applicable are where work is to be performed or access to and
from are where work i's to be performed. Unless otherwise noted, the scope of work shown 1"n this proposal is to be
0
performed without delays. Additional trip charges may apply if delays caused by reasons outside of PrefaTech's control
are incurred.
Pref4wTech wi'll guarantee all material and workmanship for a period of one year from the completion of the work
included in this proposal. Thewaffantywi'llcomm ce upon final project acceptance andwl*lltc inate
beyond the date of final acceptance, regardless of warranty work conducted during the wa----anty period. TheOwnerls
responsible for troubleshooting and Wentifying faults covered under this warranty. Additional fees may apply lf P fr
Tech must troubleshoot issues for the Owner and/ort`f, during the course acting on a warranty request, PrefwTech
dote i'nes that the issue was not generated by failures t'n material or workmanship. Except for the foregoing warranty,
Prefcrred Technologies specifically disclaims all other warranties, express or implied, including but not limited to the
warranti"es of merchantability and of fitness for a particular purpose.
PrefwTech shall not be liable for any special, consequential, incidental or exemplary damages or loss. PrcfwTcch will not
be responsible for equipment or parts which are in disrepair due to misuse, accident or mishandled by others not
authorized to service this equipment during our agreement time. PrcfwTcch will not be responsible for damages caused
It
by fire, the elements, Civilicommotion, and malicious mischief, negligence of the customer, its agents or acts of God,,
This proposal is the property of PrefaTech. It is not for publication and is issued expressly on the condition that 'it is not
to be copt"ed, reprinted or reproduced in any mannemanner;nor is it to be disclosed to Any third party, either wholly or in pact
without the express written consent of Prcf=Tcch.
W]
P: 28 I.442.QSSQ P: 2R IA 49.5597 www.nref-tech.com
ACC?RJ:Y�
DATE (MUV0DoYYYY)
3/19/2021
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(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 CONTACT
NAME: AshleyMRs Ell):Enrique
WCs
Higginbotham Insurance Agency, Inc. PHONE $17_349_2279 FAX
WC,No): 817-347-,6981
11700 Katy Freeway, Suite 1100 EMAIL
6
Houston TX 77079 I-AooRess: aenrique@higginbotham.net
INSURED
Preferred Technologies, LLC
1414 Wedgewood Street
Houston TX 77093
COVERAGES
INSURER(S) AFFORDING COVERAGE
INSURER A :The Hanover Insurance Comoan
PREFE7I INSURER 8 : Allmerica Financial Benefit Insurance Com
CERTIFICATE NUMBER: 840366402
INSURER C :The Hanover American Insurance Compan
INSURER D
INSURER E
INSURER F
REVISION NUMRFR-
NAIL #
22292
41840
36064
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 AN-D-CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I�7q TYPE OF INSURANCE POLICY NUMBER ADDL'SUOR M�DOnVFF MM/DD�YY LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
LHD H320670 00
7/26/2020
7/26/2021
EACH OCCURRENCE
$110000000
-raREKEO
PREMISES -Ma occurrence
$5001000
CLAIMS MADE '': I OCCUR
MED EXP (Any one arson)
$100000
PERSONAL 8 ADV INJURY
$1,0009000
GENERAL AGGREGATE
$ 2s000,,000
GEN'L
AGGREGATE LIMIT APPLIES PER.
%� ] jE� x ^
POLICY , LOC
PRODUCTS •COMP/OP AGG
S 2s000.000
OTHER.
$
e
AUTOMOBILE uAeluTv
AWD H320718 00
7/2612020
7/2612021
COMBINED SINGLE LIMIT
(Es accident)
$1,0001000
X ANY AUTO
BODILY INJURY (Pe( person)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
x HIRED X NON•OWNEO
$
PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY
(Per accident)
S
A
X
UMBRELLA LIAR X OCCUR
UHD H320668 -00
7/26/2020
7/2612021
EACHOCCURRENCE
f 100000,1000
EXCESS LIAR CLAIMS MADE
AGGREGATE
i 10,000,000
DED RETENTIONS
S
C
WORKERS COMPENSATION
WZD H305755 00
7/26/2020
7/26/2021
X PER OTHO
STATUTE ER
AND EMPLOYERS" LIABILITY Y I N
ANVPROPRIETOMPARTNEiVEXECUTIVE
E.L. EACH ACCIDENT
$1,0008000
OFFICERiMEMBER EXCLUDED? �
N I A
(Mandslary M NH)
E.L. DISEASE • EA EMPLOYEE
$19000v000
It yes, describe under
DESCi;IPT10N OF OPERATIONS below
E.L. DISEASE • POLICY LIMIT
SljO00400
A
Errors and Omissions
LHD H320669 OU
7/26/2020
7/26/2021
Per Occuronco
540008000
(Professional Liability)
Aggrogato
510004000
DESCRIPTION OF OPERATIONS / LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space Is roqulro0)
See Attached...
CERTIFICATE HOLDER CANCELLATION
City of Round Rock
221 East Main Street
Round Rock TX 78664
SHOULD ANY Of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
C 19884015 ACORD CORPORATION. All rights reserved,,
ACORD 25 (2016/03) The ACORD Hams and logo are registered marks of ACORD
Hanoer
Insuranceroup.
AVVCH320718 1609013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAVER 0F'T111::t&MF R OF RIGHTS OF RECOVERY
AGAINST OTHERS TO U (WAVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
BUSINESS AUTO PHYSICAL DAMAGE COVERAGE: FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS 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:
Endorsement Ella%-Mve Data:
SCHEDULE
Names) Of Pemon(s) Or Organ tion(s).0
BLANKET AS REQUIRED BY WRITTEN CONTRACT
Information required to complete this Schedule, if not shown above, will be shown in the Declarations
The Transfer Of Rights Of Recovery- Against Mors To Us Condition does not apply to the persons) or
organizations) shown in the Scheule, but only to the extent that subrogation is waived prior to the
" accident" or the "loss" under a contract with that oerson or organization.
4614N0 11 13 Includes copyrighted material of Insurance Services Office, Inc., with its permissi on Page 1 of 1