Loading...
HomeMy WebLinkAboutC2018-670 - 10/30/2018 - Approved sc i SERVICE AGREEMENT NO. 1955 h R , Cabling Services and Related Products 1858 THIS Cabling Services and Related Products Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Network Cabling Services, Inc. ("Contractor), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Cabling Services and Related Products in response to Request for Bid/Proposal No. DIR-TSO-3708 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Cabling Services and Related Products ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for one year, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. The parties may mutually extend the term of this Agreement for up to two additional one-year periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then- current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Agreement is for an amount not to exceed $150,000.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. C2018-670 10/30/18 M2018-210 i Form Page 1 of 7 Network Cabling Services Inc. )ctober 1, 2018 SCANNED 'iil Invoices will be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Travis Cochrane Department: Information Technology Phone: 361.826.3726 Email: travisc@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form October 1, 2018 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City for failure to comply with applicable requirements must be corrected or re-worked immediately at no charge to the City. City shall provide ten days written notice and a reasonable opportunity to cure. If timely correction or re-working at no charge is not made by the Contractor within the cure period, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their specified purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form October 1,2018 a)lll/ manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that was not approved in accordance with this paragraph. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Travis Cochrane Deputy Director of Information Technolgy Address: 1201 Leopard St., Corpus Christi, Texas 78401 Phone: 361.826.3726 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form October 1, 2018 IF TO CONTRACTOR: Network Cabling Services, Inc. Attn: Mark Veltri Title: Chief Operating Officer Address: 12626 Fuqua Street, Houston, Texas 77034 Phone: 281 .484.1777 Fax: 281.484.1776 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS BUT ONLY TO THE EXTENT CAUSED BY CONTRACTOR. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Contractor ten days written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form October 1, 2018 (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 22. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of the Contractor verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law.This Agreement is subject to all federal,State, and local laws, rules, and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 1, 2018 disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 25. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties ::: TOR Printed Name• ark v ri Title: Chief Operating Officer Date: l o/Z3/ c CITY OF CORPUS CHRISTI Kim Baker Assistant Director of Finance- Purchasing Division Date: t t, t L ti;' �.ECCA HUERTA ,,, Attached and Incorporated by Reference: ATTEST: ECITY SECRETARY Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: kZo\E-- / 10 Exhibit 1 : RFB/RFP No. DIR-TSO-3708 A 1nuuu.6. Exhibit 2: Contractor's Bid/Proposal Response ff COWLID / SECRETARY Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 1, 2018 1711 Attachment A - Scope of Work The Contractor will provide a wide range of Cabling Services and Related Products-from a single basic cable pull to the rewiring of an entire facility.These cabling services may be related to the planning,design, installation, construction and demolition, maintenance, training or support of IT data/video/voice cabling using balance copper cabling and fiber optic cabling. Cabling installation is needed for multiple cable categories including, but not limited to: Cat 5e • Cat 6 • Cat 7 • Fiber Optic • Coax for video distribution (CATV, CCTV(surveillance), satellite(DSS, VSAT)) Contractor shall use Commscope products where available unless provided written approval to use alternative products. The cabling contractor performing the work must be CommScope Certified to perform the work in order to maintain existing systems warranties. Contractor shall provide certified cable test results for each run as appropriate for the type of cable installed upon completion of each task order. Contactor shall provide copies of Commscope certifications for all personnel performing work under this agreement. Work will be performed on as needed basis and compensated in accordance with the attached DIR Pricing Schedule and associated zone map. -A)1 / Attachment B-Schedule of Pricing a.. netwo,0 CabIln3 harken,km_ 8pp<ndieC Poing Index Cable no Se N<ef(P0I<o Pet Pull) 1 Zone l I Zona1 I 7one3 I Zone I Zone Cal S6 oble-insulted,terminated,tested and labeled Including wall plate.wok and cent(kaUon report 0.10 Pulls 0150 het 59800( 5125.00 5115.00 506.00 $9800 15130 het SI080f, 51350 513500 51080 510800 1150 Pugs 0-150 Feel 5850 $10 • 518000 5850 58500 151-3110 Feet --- 595. - 5110 5100.00 195.00 59500 31.100 Pulls 0150 het 570. _ 58500 585.00 5'000 S10.001 131300 het $80.0 09500 59500 580.00 580001 101.200 Pude 0-150 rpt 560.00 570570 0 560 CO 560.00 151300 Peet ... 570.00 $80 Oc $80 00 510 00 57000 O<er 20 Pods 0150 Put S60001 570 570 00 560.00 56000 151 300 feet I 57004 580 001 580.00 57000 510.00 Fadi eebto.Mtaded,tandnated,tested and I.bded Incindin`wall 064,Iadl and 66.006106n repot. 010 Pin's 0 150 het 598.00 5115 ace 51/500 598.00 59800 151300 reef 5108.00 513500 513500 0103.00 510800 11 5069111 0-130 hat 585 5100 5100.00 53500 58500 181.300 het 5950 0 511000 011000 59500 59500 51300 Nib 0150 Feet 570.00 585 0 585 00 570.00 570 00 151400 6661 180.00 19500 595 00 580 CO 580 00 101-500P,. 0-150 het 5600 57000 570.0 560.0 160.00 151.300 ha 57000 5300 580.0 5700 570.00. Os.,2006011t 0-150 feet 560' 570 00 070.00 560 00 560 151300 rot -- 5 70 580 00 580.0 510.0 510.00 Ai( t..lain.0A Cabling Ser vices(per pull) lab.Onle Pette Sleet [abaft Services(pace Per 1857) I Zone 1 I Ione 2 I Zone 3 I Zone 4 I Lone 5 Cat 1 cable-Installed,termbtebed,tested and labeled Including well plate_,41dr and certification report 0.10 Pulls 0-150 feet 59800 512500 5125.00 59800 $9,790.00 151 300 Feet 510700 513500 $135.00 510700 $10700 11.50 Pule 0-150 0 F 59500 5110 00 5100.00 533.00' $a5 300 Feet $9$07 $17000 --_- $110.00 595.00 $95.001 51150 Pule 0-150 feet 570 585 0401 585.00 270.00 570.00 151-300 feet 5810 $05`4 595.00 580.00 58000 101-200 Poll, 0150 Feel --_ 560 00! 570 CO 570.00 360.00 56000 151-300 Feet 570 04 56010 59C.00 57000 570.00 Over 200 Polls 0-150 Feet 5600 57000 COCO51056056CO 0 151300 Foes 67000 09010 530.00' 570.10 57000 8bee Optic.Cable•installed,tenanated,tested and labeled Inekalled wall plate.pd.old tere0ratIon report 0-10 V1,11, 0-150 Feet 5225.00 5275 5275.00 5225.00 521100 151.300 Feet -_ _. ._. ,-_ 525000 5300 5300.00 5250.00 525000 11 50 Pulk 6150 Feet 5210001 5750 1250.00 5210.00 $210.00 151-300 Feet $235p� 52,5 001 5275 00 5235.00 $235.00 51-100 Pule 0-150 Feet 519500 523000 523000 $195.00 519500 151300 Feet 5720.00 525500 525500 5220.00 522600 101-200 Push 0150 Feet $18000 $21000 $21000 5180.00 518QOD 151.300 Feet 520500 5240001 524.00 520500 520500 Over 200 Poll, 0.150 feet _ $190.04) 5210 5210.00 5100.00 518000 151 300 poet .- 520500 5240 5240.00 120000 220500 Coag Cable for Video Distribution!0011,CCr6(suniainlel,satellite(DSS,V5A7))•entailed,terminated,tested and tabooedlndudm9 wad ate,lack and cardflcadpn report 0.10 Puck 6150 Feet 596004 512500 $12500 596.00 39600 151.300 Feet 5107044 513500 513500 $10700 5107061 11 SO Pull 0-150 Feet 50500 510000 5100.00 5a50r) 505.00 151300 Feet $950 511000' 5110.00 595.00 59100 51.100 Pull 0-150 Feet 570 l,0., 58500 50500 57000 5'006 151300 Feet 560011 595 00 595.00 580 00 580.00 101.200 Punt 0-150 Feet 560001 570.001 570 CO 5600U 5601 0. ' awew a ore..,,>1.4..1..,. Ea\4ry•Vb.,P.M 151300 Feet s10001 SOC Oal s8000 57000 570 001 Over 200 Fulls 0150 Feet S60 00 070.00 570.00 560.00 560.00 151-300 feet $70.00 $8000 580.00 $70.00 57000 ml)! fa [I ea will Mal,,s4 NetwcuS CaNuts Service,,:nc. Appendie C Pricing Inde. Cabling Services(price per pull) Zone 1 [ Zone 2 1 Zone 3 I Zone 4 Zone 5 Cat Se able•installed,terminated,tested and labeled indudng well plate,jedt and certlfnotlon report. 0-10Pulls 0-150 Feet $215.00 $235.00 5235.0; 0215.00 5215.00 151-300 Feet $300.00 $320.00 5320.00 5300.00 5300.00 11-50 Puck _ 0.150 Feet 5200 00 5220 00 5220.00 5200.00 5200 OC� 151-300 Fee - $280 00t 5300 00 5300.00 5280.00 5250`..',M7 51-100 Pulls 0-150 Feet $19000 5210.00 5210.00 5190.00 5130.00 151-300 Feet $270.00 $290 00 5290.00 5270.00 5270.00 101 200 Pulls 0.150 Feet $19000 $21000 5210 Ott 5190.00 $1901 151-300 Feet $270.00 $29000 52'3000 $27000 $270 Over 200 Pulls 0-150 Feet 0190 021000 5210 01 5190.00 5190 151-300 Feet $2�0 --�--' 529000 5290.00 5270.00 $270. Cat 6 cable•installed,terminated,tested and labeled lnduding wall plate,jack and certification report 0-10 Pulls 0.50 Feet 5260.0) 5255.00 5285.00 5260.00 52260 70 151.300 Feet 5335 00 5360 00 5360 00 5335.00 5115 00 11-50 Pulls 0-150 Feet 524500 5270 00 $270 OO $245 DO 5245 151-300 Feet 5320.00 5345 00 534.5 OC` 5320.00 0320 0 51-100 Pull 0.150 Feet 5235.00 $260.00 $260.01 $235.00 $23500 151.300 Feet 5310.00' 5335 00 5335.01 5310 00 $310`,',-`J 101-200 Pulls 0 150 Feet $135.00 $260 00 $260.00 5235.00 5235 00 151.300 Feet $310.00 $335.00 5335.00 $310.00 $310.00 Ow 200 Pulls 0-150 Fee 523500 526000 5260.00 $235.00 $235 30 151-300 Feat 5,31000l 533500 5335.00 5310.00 5310 DO am,g to>smr oval* Cabling Services)price per pup) Zone 1 1 Zone 2 Zane 3 1 Zone 4 Zone 5 Cat?able•installed,terminated,tested and labeled inducing wall plata,iadi and certification report- 0-10 Pulls 0-150 Feet 5325 00 $355 00 $355 00 5325 00 5326 al 151-300 Feet 5450 00 5180 00 548000 5450 00 5450`_011 11 50 Pulls 0-150 Feet 5305.1 5335 00 533500 $30500 $3050( 151-300 Feet 5435 3 5465 00 $46500 $435 00 $435 00 51-100 Puck 0-150 Fect $295 0.1 9325001 532500 $295 00 $295 00 151-300 Feet $425._47) 545500 5453.00 5425.00 5425 00 101-200 Pulls 0-150 Feet $295.00 532500 $325.00 $295.00 $295.SC 151-300 Feet $42500 545500 5455.00/ 5425.00 $425.0) Over 200 Pulls 0-150 Feet $2950 $325$32500 5325.00 5295.00 $295 ^ 151-300 Feet 5425 3 585500 5455.00 5425.00 5425 Cal...Lasa rod Muer., Cabling Services(price per pull) Zone 1 I Zone 2 lane 3 I Zone a Tone S Coats Cable for Video Distribution(CAN,CCTV(surveillance),satellite(DOS,VSAT))•installed,terminated,tested end labeled inducting well plate,lads and certification report. 0-10 Pulls 0-150 Fent 510500 5125 00 5125.00 5105 00 5105 00 151 300 Feet 5115.00 $135.00 $135.00 $11500 5115.00 11-50 Pulls 0-150 feet 565.00 1100.00 5100.00 585.00 $85.00 151-300 Feet $9500 5110.00 5110.00 595.00 595.00 51-100 Pulls 0-150 Feet 57000 585.00 58500 $70.00 57000 151-300 Feet $80 00 595.00 595.00 580.00 $86 00 101-200 Pulls 0-150 Feet $60 $70.00 $70.00 $60.00 $60 151-300 Fset $700 $80.00 $80.00 $70.00 $70, Over 200 Pulls 0-150 Feet $600c4 $70001 570.00 $60.00 $6000 151-300 Feet $700 $80001 $80.00 $70.00 $70.00 :wins,..,..rw.,,, Network Calaibng Services,Inc. Appendix C Pricing Index Cabling 5esvkss Service Rate type Zone 1 Zone Z Zorn 3 Zone A Zone 5 Example:Cabling Technical Support(Standard hourly rate) Standard $40.00 $4800 $48.00 $4000 $4000 Example:Cabling Technical Support (Nights,weekend,holiday rate) Non-standard 560.00 572.00 572.00 $60.00 $6000 Example:Cabling PrOIes Manager(Standard hourly rate) Standard $4500 548.00 546.00 $4800 $48.00 Example:Cabling Project Manager(Non-Standard hourly rote) Non-standard $68.00 $68.00 $68.00 $6800 56800 Example:Cabling Systems Despn(Standard hourly rote) Standard $48.00 $48.00 $48.00 54800 $48 00 Example:Cabling Systems Despn(Non-Standard hourly rote) Nonstandard $68.00 563.00 568.00 568.00 568 00 Example:Cable Removal(Standard hourly rote) Standard $3500 $40.00 $40.00 535.00 53500 Example:Coble Removal(Non-Standard hourly rote) Nan-standard $52 50 $52 50 $52.50 $52 50 $52 SO Fiber TechnIcion Standard $5000 560.00 560.00 550.00 $50.00 Fiber Technician Nonstandard 57500 590.00 590.00 57500 $7500 OSP Services Standard 54500 550.00 550.00 545.00 $4500 OSPSerxce, Non-standard 56750 $75.00 $7500 56750 $67.50 Conduit Services Standard $4500 550.00 550.00 545.00 55000 Conduct Services Non-Standard $67 50 57500 57500 $67 50 $67 50 DA5 and WAP Service Standard $40.00 548.00 $48.00 540.00 540.00 DA5 and WAP Service Non-Standard $6000 $72 00 $72 00 $6000 560 00 Frrestopping Services Standard $40 00 $48.00 548 00 540 00 $4000 Frrestopping Services Nan-Standard $60.00 $72.00 572.00 560.00 $60.00 Security Technician Standard $65.00 565.00 565.00 $65.00 $6500 Security Technician Nonstandard 597.50 597.50 $97.50 $97.50 597 50 Security Programer Standard $90.00 590.00 590.00 590.00 590.00 Security Programer Non-Standard 513500 5135.00 $135.00 513500 513500 n/I'1 Caul,{leMcas Nbne Security Designer Standard $90.00 $90.00 $90.00 $90.00 $90.00 Security Designer Non-Standard $135.00 $135.00 $135.00 $135.00 $335.00 AV Technician Standard $55.00 $55.00 $55.00 $55.00 $55.00 AV Technician Non-Standard $82.50 $82.50 $82.50 $82.50 $82.50 AV Programming Standard $95.00 $95.00 $95.00 $95.00 $95.00 AV Programming Non-Standard $142.50 $142.50 $142.50 $142.50 $142.50 AV Engineering Standard $95.00 $95.00 $95.00 $95.00 $95.00 AV Engineenng Non-Standard $142.50 $142.50 $142.50 $142.50 $142.50 122.2 eakx--2 PR,iC iMv 2. 9 111 .l0•14100,.6, Mrink CA911 SvOesk 6, ypvsr C hWa%Otile a w;.0•. I DM CAT(a0R9/009C/%p110% M sK Cllelwav OM[enema Moulslva/Owed heduet Dewblbn Mre.lenvet Y Pm Nuebm hMmaiN 1,ne0m MW 0144aln9% Pow e 10400) elf PIM, 0mW18 adua O.a4Meml 14 Data RIh kW leek utivw Wire amymneet Mp and N9adaeen W 19!1559! t 516535 IU Mi517194 Amy /0 tiltFffl 4004 Pole0 .0on In/51. S0,a1 t0 1➢OOer/WYe Dae OWeapry I, kl%Natlon4l 10/51 50-01 ' keep %m%rpal Rah Move 3 5' 0)15163 1 0 $42.53 20 15% 233.336 Dap Ike armful Rah Mount IS' 0)15141 R 500!1 10.15•.1 S11.15 New VIIIKa'Owl Sited A01.Meenl 19315301 0 $14431 10.1Slf 562614 5040 MA panels 0 kW 24 0011 Cp V 4003301 0 5141.30 10151 $118 0; Imp 4apr1(n L 406111 A 5/90.94 /.n1 521010 Peep 2pe1,(al 0 13/70141 R 520725 20133 3151411 Aeep 30pe111.114 13750001 A 544039 20/Pi 531604 Him lout 0 Amp 249424 1435561 A 572973 20.194 510341 Imp 40 peel M/SY 50.00 AM 72 pool 04355531 0 5241.15 10/570 5008.99 044611 Cards Peep 3171,45 1192412 A 5154 2015%' 54.70 lap SII 4145 119215 9 56 21 20 1570 54.% 1,9 11.1045 11921 7 0 57.16 /151 5571 1,9 10 ft 14(7 1,4, 11924114 R 5077 20254 57.80 keep S i to Sl duple.Mee1Mnve.l 20 T51 5000 keep 5(I01C dupla fiber tempers 48221511 A 534./0 /0..5.0 530.54 keep 51 m S(J.pMa libel 4.I..e 10.)5'1 5000 Amp 1(1011 48141111 A 5099/ /0./55 5091 We11/0Ke Nmee M Sodom M4e1% 0 Aran. 5a[< 11:10064 R 5/11 /.135 5I 76 Amp Deal /1/10091 4 5711 /.15% 5170 Amp 6011 /1110113 A 51.11 /.h'Y SI/0 kap 10 Poo 11110173 t 5113 10/15 SI70 100.1.10,, 0 IMO fa(5 1x15% 50.00 App fa.5.e 1333191 i S S.S.87 24/5% 54.49 Mew (l b 13730876 50 94 2475% 57 15 POW (247 0675% 30.00 Amp 51116•. 55035713 52.36 2675% 51.06 Amp SCllee 5501940 I 51.96 /405% 5316 Sop I[44e. 1918715 0 52 94 2415% $2 15 1,p IC rm., 5000 1291))V '.\.. ,11. n a o m v 2 2 8 88 € 8 8888 888 8888 e 8 R 8 8880 38888 Si a, M .1.', , v. ., Ria» g gg.°.a s R g1 .% . la3 gNSSig 3 %!!!! r r xxr r rswx xrx xsrr r r m x tsr rrrt: a ' f ta e, ijik 201 XI I z 1 6 L %L i L e e1 C C r a E 5Y i 3= d ^' S d it e l F 3 ° b it ; ' d C a as 8 0 9 P k 1- e,:mfg a 33rs d c k Q61gy d,1 Y I 5 o > NA,A �Ra�Bciz 5 Try AV ;--tr_ y i ,';..Li A.534 �uuui 1 a S Y S SS S S SSSS SSS t : SSSS t S r 6 S C m t ct t " ! nt 1 1 1 t t t r s s { ! t t t t! 1;111 t!t il S g 5 v 8 E 5 f s 1i � e $ 41 s 5S E a 3 I et c a' i u r Berk Tek SG Fbe6 El/56 5000 Berk Tek LC tbat /1 75% 5000 Bert Tek FCFe! 21/SY $070 Cabling Product Description 5070 611111.TH LANMARK 20(X)GAT 6 Pignut,' A SI. 6,18. Ceble uedey, ne,,A6As nnato no-nun M.nrak a►pq Sew**.ir4' 6yp..b c meq Ines MwuMnY at ala GTCG000/D[SWPTION M.w4eva/Brand Prod.Da4Mlon Masiatu.r40et Rambo. 0610*M.dt.alla 045/00Curtailer OMt1l.oama 0.04) amaee peat• .HM50p COMM NW O BI D..aigbR . 19'Daft de•WI nuti win manaawnt (Ommitop./USple wows �InstatlyMon MI /68024/9 R $0445 46 009 50%20• Ladder Conmkap•/0Wpla Jn> 1onH�� 616111104/ R 51a6UJ 26005 57468 (aam4q./Uipis• l.dtl[4N3Y.snT.00 49 1600s soon, aebMlen MI R C9mmSap./hMp9e Manama*Rat Mour435' 7600.'2959 R 550.61 26 Oft 537 A Canmko0e/Unpin .bona:awl R.58 Moun91 75' 75.0072942 A 5475: 26006 605 42 Canmlco!./WipITVphce WN&dM 0.6*Noum .50169.141 R $4.1.144 46 001 $44116 50.00 Patch panels d C4amkq./Uepla 24 Pelt CMB. ((0o5070/1 0 51544s 26 MN SI IS 05 Caamko./1Mple 48 peal C.18. rails/54//1 R Sloe 92 26 WS 575011 Caoak.p/Uiple 24006 CMB (02/57590/ A 51)169 26003 516%70 Casa5C6p./1Mple 40 port Cd 4 ((0u47604/1 R 5641.16 A0 5 6310 S5 Haw0.e5O 0 C.t.ssae/USAir 16005 5000 CantoScope/tMpla 2600t 5000 COmmko06/0lipi• 26005 5000 Poach Cods (om<n4up./U.pna 1600% 5000 000.0040p./Wyle 26 001 50 00 Canm5604/1Y.pI16 16006 50.00 (6.nm4op./tISp0. 26006 5000 Comm55op./te.pee l6.o16. 5000 Canm4op./Ulipla 2605% 5004 CommStoM/U.pde 26.110'. 5000 rotareStopritkupote M 053 50 00 SMMI/F.et Plans 0M guitar*Monts a Caam0ape/180565! *op* 20325642/ R 5155 26 CV, 5115 C60,100404/16606e Dual :00168469 R 51.1S 26.0051 S1.16 Caamkape/tk.ple Owd 100166541 A 5155 76005 5116 36006610 a/56.pla Sea 65.11 101116034 A 50 55 26 005 31 10 Ca3rMm 0 tommkop./0%05;05 Cal5 6606. 5000 fa646n40554/16050l. tot S. I'fa6U1640/1 SS61 16005 541$ Camm55ope/00405465 CMB 56002091//: Si.So 2600. 56.11 Cwmkage/Unpla %CMT 26006 5000 CorantStopeitinipda ST FOor 761000220 55.91 2635051 S4.41 I.mp tm0roo./Ume SC FOM /5055610 00A 46004 5461 ' J�'IIIroar//{///A// / �,/ 4P V CP ttPS MUM VS 155S • BeLSIOD9L ..PO/v/ .1.1140..n...) ...MO 4...N UVAA-5 t 76 KIS MOW *IRSV (11/000650 NW) .6 INS MUM a 4.1.5 . OtiNtatitt AR, atiottravV•tietsmato, 99P3 9.9•Id U 1Y)UPUUI•oin Pt(An MOM SO INS9 01/*0011111 NW) 00 VS 9811491.10)98948.1881108 acptIturvadonto..) VO VS 50017 71 SS 1111140.191 SI IS Mali 98 LS 1 SM.' I *4 31 .01...nboon.....J ti _ --(„,.......s � 11.! I.: 0 ! ;- R a .. la`»s;, !;a sgl= : : ! z°,,8! rla;:;;« ; a sa a a aa;; 5,„ ;,a; a a a a;;9, a�;ae9,aa § OP . 4 !! 4 \§;] §n §“4, § § § §!4! §! , : J � �: : w�� w:� „” , . � : ,,,, ,:4''"" | 611 CPi !# . ) ! 2 1 \ \ ; .= I ' ( } III = 7 }!{ •\ 4| ; ! ! | i . -5f:,-,;; sJ-- - ' t ° / fl.t,, 4 3�!! , » » (��f§ i \ 4f\} ƒff 7 / \ \ ]\ \}§ f\ff ` - - E ?! !!7! !!! Ef!| � z f . �.�g ll.er!!! | . ..., .:,1 , ; .1° \:1,,!3! } ! ! § I § / -• } \ | R 2 ! , r ! ! 2 f �; C ■ 7 ) ! IC /((1/(/ .i. •• 1 v . e iv Ifllf lle1900 11001W p+'EI MR .Fe>' i°niqJ Wield p.Cuue Gu egsy �s 1 ,X(/' . , . , 4 mJhm! _. .illi.illiw.,ts >m; W'05 ' >m't ',044,7F0 al ON wo smr _ .1,1 f 00 u5 •+.a T ••Ila •...+..+> 00 JS x00fw10 w Of YOO f --� -- 00 of .00IV a IAO g 1.....10 6.4•19.11.CM.eal,au s wm' :mI I '. aJ,tO 06Jf &00T ,F .U.1 ii 0f xxn W1)0; u f ,, r .x . ,,,I S mm_ ta u$ 0°04 'p)0 ttlY+i' 0.`g wut 4MI ,u'1,' :::: wV5 ' 00-35 MOT ,wng two r a �,'A hat r+w+ta whit weavvi 00'45" Da CCal Sm! rr YC 911Po09O9RK n-a..-... aq�g �h)? .ioO g+ISaIO[TK c�,c�vW •_000 ' .a.., MM1 000:0 r (000 V004 ,.1ul.w. a F ab SNS )i 4-1x1 (0900 0)1*1 ._ 69 YLtf Y0G, !v 1n)f • 8190111.60100590111.601005 � - ,. MY01120p 6 Vo 5,1F3 a"SW 10 z „4y !Ural.11.0.1 • ..^o.0 cIIMF l0C(v,x •.,.m.ma.,.,..l^wre aa0.4.0U,p4.a vr•./am.minwn ,>,..wrona ,a.wl, mn.w>onww K0,/4,11.70a/.010111,7 WO .aw 6.P.1)n.'aM -a 1.04,0(5 6nN0a..•...f1 Network Ct0na S0.fut Inc 400004a C 80dt911.1ea 1`I,t)D UCI CM MautMtra a GCLOdIr/otsaarfiON MoMnra/hat8 halloo oaal's. MaaSemral Pan MOnJ. l.01051r3.a3 115111c....... OOt[wa•ta OWN) .0onanl< mat• 01104]111 Cibilng 190k1c10NC10n aaaaataa9 CN rosa�x....r',..t.,,,,.'0 5!053!03 V 5)4118 IS 1f 319911 Cn t1tw WW�r.+a5,�.r.-. 4 ulx lu ■ 0!IN51 Isnt $')t Jl CN sr4a0bt*:ry.:tCgM.0511 I 15.75. 5000 CN 30130 119 • 546 8l 15.346 541.48 IN 11./5. WOO CP1 0* 25,0 5.51>..waa 3010 701 0 544340 1$m 537443 50.00 CN ,1: 1:.10% 1000 `N 6' .S.L5% 9100 n $50o.511 If, 15.M. CN 15.19% I 5000 ....g.,.• a CN 7t:n 15.05% I 50.00 (1$ 00-u�r 1403* 5000 1 '' 1 nss $u..a /.1011cw (N :75.1* I IS Mb 5621 (11 10'.'5 55 A. 5.00 CN - 15.3I 50.00 CM e .. •.~.1, ). 1570 Vn 09M a16,1.1.an-o .r 151.0% 50 CO CN 0011 s�o.Po.cco_.- OS/5% 59.00 CM O(a-te.arye.. 1a.A. $O.W (In " 1115. { 00 01•011••110••tw00an•.Mwa 1 (11 5090 r 1 15./046 00 CN 55154 00 cn 'tet a 1595 .50 CM 15 H'. 00 10001•0•0! CII 55 7, SO 00 0 {{N OA, 1ff 77yy 5000 CR 13.751 $ono !f ?+' :5.7SY S$aR.ao s:.w any at CPI S.1,0 151.1 50.00 CM Sn,. 153N 5000 CM SO an Catilng Product[9uellptlon - 104 tiaAik.11 I/004 Si .r e.,...-.... ... n a1nw iimiiol • iim 31 I u,sv ( s 1 (.(06/ dW1 15?1 fQ rt ,2S1$ 115 166A, wgvl iF rl5 ',Sr Sr(t 55 515 - AS U.K. WI K H ' a:1; +u r[ 16,15 q 155 2666* - ,b.•,i o. $ 1r J _ !CSCf 1112':2 St 10 9Th01119 .4.1 aot O b800 %Si kZ 4117 ___ 0100 ' 'f 1$ *Sr[r Sr t5 0109160 _ a l i$$$$$$ St?r Si 5 N.-1605151 wrel (2'1 %Srit 0115 SW N06012 [F t %St"<[ s[IS Y NMt 1601• # _ 616.46. IMI. NPAMIrR •:v, . 16 TIC 1112'2! 25.915 50W)1046 wnol 000$ %'.r rl etc wl 06 1 YSt?? 61,10 y 20W 16005 ,Ydxt•...+w ur'-,,a 0411+11 (x tts Mr2r i7 rt5 2014 1SOM _ .ate 0dU.1 19h %Stir 0,1 Y 10 la 0946, ' hf rS %;i tr 09 SS Y 1600410.1; 5 u.II+11 61'FS %ST'tt (CVS 15003/05001w1 m'25 fl,to or VS et n0-wluc or,: udlwl 0/0 6a6,1 W11 ,,,,,, 5[[02$ 90514,12•1 R 15Z %Sr t2 TT Obi$ Y Fbf NntYS ..tWi a ....6.,IN 6066 fire 562602 d . - "own matt 110122 4002$ a Kn 98169 a ._ uotro.1 925600 Mr(1 I<"60 Y Sll 96657, 0.01.01 09950 'kw re 210/0) 4 r[n 96}0% - *114. I9Iw) ,00,0•,r 60 2s bs0 5$ % a 51 or 2T<01S •{p N?!d• a9twl -<r625 112(2 25!10 % 111H nat6r c Neal -- 10 115 1s1(1 W 0.5 a 1111.6 01146r .. ..... -406}.,1 000$ %12Trw 4141 b0 0$ %1222 .1411 0005 %41 r[ Ta I vrza•+C4, 000., µ...+.0.4.•.•.7, 1001164005,0 1011P014 601,403 IIVGA.00 1+10 I.ulna.. ,NS IN 1x100114604.9 1655nN Ned,,,...sirt.m W 000ai6011000n0016 pLip l0/,aatast n1WY n.u011n0 NW 0.0...T) n.1�yn.W JLLelYJ1301 SN093110 Y10 1)(100112 .r.i a*016 0.R.^dd2 orb**malty rombo, N.n.erS C&W R S.nIs. I.c. IV Mnd6,C P11561 Inde PRODUCT Mrul4nurw or Q. UIFOORrl Of SOW47106/ Mwwlmrcture,/5rd Product Dnalpn MrSi iptt?3 PmCiM Part Number M, tedPsull- MSP. Cvnartlm WRC�itomw NM Deux.,IL hien4 1 pal MSR. C011110 Prockxt O.scnglon M...mmwd om on6, ". . 1,N 1150 ISA AI 24.n% Ira 45 lkt.ak, - 11111t)1.2 ,b,Y PON %x 76 1:MIn.,KI - 14'5% UO Que.*. ORMI ISMITmu 514 so 1415% 556 S{ I Wks ORMM611MIIIIU MI is9•i 24. 1 S 46 _._ . �r_� 00 r-nrtM - 14 P%tCPNOSIMtt4_ 15900 Si In SA _ •Iluc. • T _.._..__ ...Mrs —'_. ..._.__ 06-141O4460p t10. MIMI 0.vac< ��o�EE��Eu sem`: ``%r 64446 ''._.. OnI6Nc_ Yvi SipR �Qyll�eMQ��{.' i e5�.c> hr lt7lTi5'R wilt,ST =ia; Q4mdc5 L4 a�4w Pe.,woo z.y'. _ •1% pV ---.7.---...--a.,,,,,,,,- ---- __ �� �1113 or. —• . .> OR 40b0Y1S St tl/ 14-I5N ft,4) po��. }t i1}5 SD •IlmieS1CT31® NM 24.15% is ctt•a%i , �ILr:-��_Tii�EL4S7 dllww. —_� 111,', UVadcm .. ,„tom •-, e4 n% 58.80 we%.. C4e10001,}S ..r 41.1wt.2 CadL,s 0.1.1 Appendt.C Pddas Index 1$S.O 5851.1 and Re*ad Plodual 9'D 020(461 2.9320220 5211E1 ORODU CI P• 3084%06120.8 U2EG00r70(5Pia1WN ,..2a222, pRCusrnmr M2nubctwa n /S. d P.oaat Daeb0M en Maas leeslae Numpel 4 61304 210 21 8.%%2c 30091 130/411 91202u^t 16 Rice• en MS%0 Cabling Product D650llpIIon _._.anflnwx Pada P D.oC:•1 __306.19)42 A 52122s 1125% 51'019 9a44.31 a 22251 Soon radwl i.00.10+*1tj.2.400 oaaoar,w 4 2225% )a 00 1alo*, a 28002 a 56661 22)54 51.15 y *axial: He•a102725% 5000 45%1.,.t 6871424;a1_ .. 9870(4 • 525530 2120% 0$2/19 $0 00 ..d4 Eadu.: :3-a�_ax 0924075512, 516741 122%% 3171 II. e 3.4)2,1 2,0.1(-.5. OPIIMNAI14 $32445 17)0% 516199 6>nk.n "7420404 e 6.246201.2 0210 15 12 25' 5110 24 P✓N:..1 43011.11 .✓.,T-. $491.0) 2125% 011112 Al e 9244, 912011 8900)24 523225 2145% 51)54 Padua 1.'xi: I WAIL 31628. 2115% $10511 9... .se.. 135)12 5290.14 1>)55 f 5294 01 raa ee.. *ado), a+4244 I)1P(02III21 $23 11)(5% 019! 040141 91 0:1 2875!6/ $4.24 $111 9047::4 - U11,H142Y 315% 2L21% ;317, P I 0 100 12 5% 54 t• Pr22,2102, ., 25122 11.)301•, 12 5`66• 222) 24 9d 7 m1 . _ 7001 33011 2 $$24 43 22-25%0% 1224}6 9.1470 f.1.4}MIT 2222.34 !120% 2659 111 122r%E2010 101.11/ 2 1Y a 549.26 1220% 3859 ae[F..neat..141.11.11.1m1.1. d Padw .4973 1 1014212 • $151 22 25% 5112 OaduH rya. 1,2242H • $$ SII 4715% 3123 tun J."_ (1942511 • $I5/ 4._10% 312.1 111/1,1...1 _ 11022521 2 5151 ///%% 5117 cwan.n 9217X1 1 a .15% .74 1 1 150451,. $6 2 2:12 25% 11.91 901d:p, 1.22 (4)43406 4 29.15 71.15% 52,12 Paplu% cot r 1114% 0131 8..144 .5124,5.1 • 21 l5% 11.11 92.176 r5C4C542 Mill '2>5< SII 11 ~- 22.0722) J 21S5MC501) 51506 22.45% );1 01 22.2,41 I. 7/0 Catling 0161.002 Description II Dist CddO onal Product>I I SO no +2,.0 Scm Prdul 140' )91,Aolu Vr it I9 $313.20 17.25% 5191-}4 Padu:; C.1Hie P'JP03n1,1900.10 4!/ 9 1(1101 0} 12,0522.25% $15423 Pa M..:y..:,..n 12430.9 A 53611/ 2`201 5141* ..p2 18.1»'.51023 9 ,4)1' %moor,Caens Seel[M 1/0.- 0.4.4110 K*oprnt C Pacing 1M es PRODUCT 040 65.vbccne a U1FC,0%y/DESQUOrION Maw Maurer/erad PIOEun0aolat0n Mmulaawe'.P.tHureber Nrt .1210alrod Really 1P Cyaw". WR Customer 134..1S{MjRI134..1S .1.• 01110581 Calling Product Description Nee..0w0 51114 0101041 al �5yK� )b.CON }SOom lyrdma l.mni.v t a ma».., 16001 $090 Srlima 2610% Som Sy%ima - 2600% $000 y9nfi [644,6 5Ct 99 Sryima 1+ - )00/010113 P 5142 I* )4 m1 I S144 _p ran eye. 5r...a 0 104)011945 0 5114 it 5604) VMS.. 51.11lm0 - )6001618) 514159 26.40% 52143$ 0ese0P) jl C-lI a j015.5* Ib.00% 5)49/1 to ger. .1 %%,..r 2600% $001 e 4..441.0 I 16� 50 504; Psb<w Seamy /6(e% 'A m 606% 50 CO yWm _..r T 1414% SO OO 55Y1658.1 r 0 n 4 O01% MOD - +*%+�++ OM44, 50,00 )ysnma upr.-oma eava lb OVA 5009 S001,40a a -+uw-a 16911% 58.m max c 16.09% 50.09 000x II w—iur.re6Mne a Syalma 0.101101051002 5115 1600% 2111 Oo Oms, /08164469 41.5; 26.00% 51 06 5yspma 100/60541 51.5) lb are 5116 Sy.e. 4' 10916654* a 51.56 /e.Oe% $1lb ea... 0 we. � 45 .x 10821)771110821)7711554) 100% .81 Sylama 101 200)06)58 , 59.51 I6A0% 54.22 (50511 bun 59)0 —_. 553000 .. � )0009151* 5591 16.00% 54.41 ‘Y.... 160001)0)0 5618 1600% 5461 >�m /01.1411/1max $/01.1411/1 5344 26 SYR $4.04 u Calling Product Description (81st eddeional products) s9 u9 hIt ",,,,,.. a 1. .0041013 100)OI.Y)t ` 588498 2440% $190 s. {s 18 80 5641 $$59841. 5000 44Ca 00 $0 0 m9 ibe...p. ..nexw syalom 5000 00.00 5000 5000 10).ort oo N0 00 tg.0: $0000000 $000 $0 00 50 00 50 00 $0 00 $000 $0 00 50 00 50 00 50 00 50 00 50 00 $000 $O $0 00 $0 00 50 00 50 00 $0 00 5000 50 00 $000 Add, t.Aggregate 5 Addlitanal Com.401007040kold P0000.0 Omar,Delorlotion Pot*amber O000oII. S.W.'Women Told Otsccum Dissent 691) ---..., -1 t-.:,.,.-...,. .,......_...,..y.,—7 07.nP.MPU.PIPP.olo 0°Pdv&s•aPrasm....3 ... All PM-1rib ..,-, 1.,.... ...A A otti v4 , 111 00tiln-4,111 .4..., 04_ 1 :71 LS‘r , • ,_..,,,,, ootuns . ,.. __ _ , ,'„zt ----; ..........i. 014 1....pr lit IS 7090%Atm .......1.. . III1S Mt 00 4474 40.10. 11141 ..........................e, 00 05 .1,vt _ 0.11.5 %½0 01 rs,1,7 ,...__ .........ks,....n....,,, = •R-sr ...,......- --Z."----Z.' -'-.;1— ... _..._ .....r..,'Loam;5,I, ...-4 ,... pt:g wmv„,c. qa aq mr PI WIWIjy,-.0_11.1 01.1.1.c ON tbil F 00 1905 %SW WI 11 AI) 71,1.0. a.,144 ar 11 tt IA g 1 1 Ili!'il i I g MI 07 WI) 9 L,1.1.v. .1.11.,11. ,..,.,„,,,,, .....1,..4 ....a, 11 ........,.. 4 004 00 ri,,, .1.4......,1,‘,...., ..4., — Al;'vv.•,,....... ....unotai, 00:4 *GI"I ,,,,,,,,,..,,,,,,,,„ uelaust, --.— ---. :gg nl'i who., I...4S — 00415 44,01 m.o.( ...••....... .09,7—,7--""one.-1/44 runwz dlISINIP (WW1 .0,41 9441.ricri,C, fin. Al........./1.14., +.4..,......,./.....,....... .. ..,...=.0."0:1,1 P.M,/......1,,v.P. ...ow,010 .“....” .so,..sev..... NOS.41405 PO/A4100 MO 103 110001M •{•,-,1.,1,.,./a......4, .....ORM.,••••• Attachment C - Insurance Requirements I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained_and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1. Commercial Broad Form 2. Premises-Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 (4 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that,with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance"clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. AA E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2018 Insurance Requirements MIS Dept. Installation of Cat6 Cables and Faceplates 09/26/2018 sw Risk Management Valid Through 12/31/2018 ) Attachment D - Warranty A one year warranty is required on all work. ',Ad