Loading...
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