8386 - Contract Executed
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Piggy Back Option
Contract Expiration
Ordinance
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
NEMA Parking Lot Condition Assessment and Design
RFQ 8386
Erica Garcia
Not Applicable
APRIL 16, 2024
N/A
24-747
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 1 of 14
PROFESSIONAL SERVICES AGREEMENT
FOR CONSULTING SERVICES
FILE 8386
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT (the “Agreement”) is made and entered into on
________________________, by and between the City of Denton, Texas, a Texas municipal
corporation, with its principal office at 215 East McKinney Street, Denton, Denton County,
Texas 76201, hereinafter called “OWNER” and Teague Nall and Perkins, Inc., with its corporate
office at 3200 S. I35, Suite 1129, Denton, TX 76210, hereinafter called “CONSULTANT,”
acting herein, by and through their duly authorized representatives.
WITNESSETH, that in consideration of the covenants and agreements herein contained,
the parties hereto do mutually agree as follows:
ARTICLE I
CONSULTANT AS INDEPENDENT CONTRACTOR
The OWNER has selected CONSULTANT on the basis of demonstrated competence and
qualifications to perform the services herein described for a fair and reasonable price pursuant to
Chapter 2254 of the Texas Government Code. The OWNER hereby contracts with the
CONSULTANT as an independent contractor and not as an employee, and as such, the OWNER
will not assert control over the day-to-day operations of the CONSULTANT. The
CONSULTANT is customarily engaged to provide services as described herein independently
and on a nonexclusive basis in the course of its business. This Agreement does not in any way
constitute a joint venture between OWNER and CONSULTANT. The CONSULTANT hereby
agrees to perform the services described herein based on the skills required for the scope of work
in connection with the Project as stated in the sections to follow, with diligence and in
accordance with the highest professional standards customarily obtained for such services in the
State of Texas. The professional services set out herein are in connection with the following
described project:
The Project shall include, without limitation, NEMA Parking Lot Condition Assessment
and Design, as described in Exhibit A, which is on file at the purchasing office and
incorporated herein (the “Project”).
ARTICLE II
SCOPE OF BASIC SERVICES
The CONSULTANT shall perform the following services in a professional manner:
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
04/16/2024
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 2 of 14
A. The CONSULTANT shall perform all those services as necessary and as described in the
OWNER’s RFQ 8386 – NEMA Parking Lot Condition Assessment and Design which is
on file at the purchasing office and made a part hereof as Exhibit A as if written word for
word herein.
B. To perform all those services set forth in CONSULTANT’s proposal, which proposal is
attached hereto and made a part hereof as Exhibit B as if written word for word herein.
C. CONSULTANT shall perform all those services set forth in individual task orders, as
described in Exhibit B, which shall be attached to this Agreement and made a part
hereof.
D. If there is any conflict between the terms of this Agreement and the exhibits attached to
this Agreement, the terms and conditions of this Agreement will control over the terms
and conditions of the attached exhibits or task orders.
ARTICLE III
ADDITIONAL SERVICES
Additional services to be performed by the CONSULTANT, if authorized by the
OWNER, which are not included in the above-described Basic Services, may be negotiated as
needed, per rates included in Exhibit B.
A. Preparing applications and supporting documents for government grants, loans, or
planning advances and providing data for detailed applications.
B. Preparing data and reports for assistance to OWNER in preparation for hearings before
regulatory agencies, courts, arbitration panels or mediator, giving testimony, personally or
by deposition, and preparations therefore before any regulatory agency, court, arbitration
panel or mediator.
C. Assisting OWNER in preparing for, or appearing at litigation, mediation, arbitration,
dispute review boards, or other legal and/or administrative proceedings in the defense or
prosecution of claims disputes with Contractor(s).
D. Assisting OWNER in the defense or prosecution of litigation in connection with or in
addition to those services contemplated by this AGREEMENT. Such services, if any, shall
be furnished by CONSULTANT on a fee basis negotiated by the respective parties outside
of and in addition to this AGREEMENT.
E. Visits to the site in excess of the number of trips included in Exhibit B.
F. Preparing statements for invoicing or other documentation for billing other than for the
standard invoice for services attached to this professional services agreement.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 3 of 14
ARTICLE IV
TIME OF COMPLETION
CONSULTANT is authorized to commence work under this contract upon execution of this
AGREEMENT. CONSULTANT shall perform and complete its obligations herein in a prompt
and continuous manner, so as to not delay the completion of the Project in accordance with the
schedules as described in Exhibit B. The contract shall remain effective for a period which may
reasonably be required for the completion of the Project, acceptance by an authorized
representative of the OWNER, exhaustion of authorized funds, or termination as provided in this
Agreement, whichever occurs first.
ARTICLE V
COMPENSATION
A. COMPENSATION TERMS:
1. “Subcontract Expense” is defined as expenses incurred by the CONSULTANT in
employment of others in outside firms for services related to this agreement.
2. “Direct Non-Labor Expense” is defined as that expense for any assignment
incurred by the CONSULTANT for supplies, transportation and equipment,
travel, communications, subsistence, and lodging away from home, and similar
incidental expenses in connection with that assignment.
B. BILLING AND PAYMENT: For and in consideration of the professional services to be
performed by the CONSULTANT herein, the OWNER agrees to pay, based on the cost
estimate detail at an hourly rate shown in Exhibit B which is attached hereto and made a
part of this Agreement as if written word for word herein, a total fee, including
reimbursement for direct non-labor expenses not to exceed $570,800.00.
Partial payments to the CONSULTANT will be made on the basis of detailed monthly
statements rendered to and approved by the OWNER through its City Manager or his
designee; however, under no circumstances shall any monthly statement for services
exceed the value of the work performed at the time a statement is rendered.
Nothing contained in this Article shall require the OWNER to pay for any work which is
unsatisfactory, as reasonably determined by the City Manager or his designee, or which is
not submitted in compliance with the terms of this Agreement. The OWNER shall not be
required to make any payments to the CONSULTANT when the CONSULTANT is in
default under this Agreement.
It is specifically understood and agreed that the CONSULTANT shall not be authorized
to undertake any work pursuant to this Agreement which would require additional
payments by the OWNER for any charge, expense, or reimbursement above the
maximum not to exceed fee as stated, without first having obtained written authorization
from the OWNER. The CONSULTANT shall not proceed to perform the services listed
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 4 of 14
in Article III “Additional Services,” without obtaining prior written authorization from
the OWNER.
C. ADDITIONAL SERVICES: For additional services authorized in writing by the
OWNER in Article III, the CONSULTANT shall be paid based on the Schedule of
Charges at an hourly rate shown in Exhibit B. Payments for additional services shall be
due and payable upon submission by the CONSULTANT and approval by the City staff,
and shall be in accordance with subsection B hereof. Statements shall not be submitted
more frequently than monthly.
D. PAYMENT: If the OWNER fails to make payments due the CONSULTANT for
services and expenses within thirty (30) days after receipt of the CONSULTANT’s
undisputed statement thereof, the amounts due the CONSULTANT will be paid interest
in accordance with the Texas Government Code 2251.025. Additionally, the
CONSULTANT may, after giving seven (7) days’ written notice to the OWNER,
suspend services under this Agreement until the CONSULTANT has been paid in full all
amounts due for services, expenses, and charges. Nothing herein shall require the
OWNER to pay the late charge if the OWNER reasonably determines that the work is
unsatisfactory, in accordance with this Article V, “Compensation,” there is a bona fide
dispute concerning the amount due, or the invoice was not mailed to the address or in the
form as described in this Agreement. The OWNER will notify CONSULTANT of any
disputes within twenty-one (21) days of receipt of the invoice.
E. Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215
E McKinney St, Denton, TX, 76201-4299. A pro-forma invoice shall be sent to the
contract administrator. It is the intention of the City of Denton to make payment on
completed orders within thirty days after receipt of invoice or items; whichever is later,
unless unusual circumstances arise. Invoices must be fully documented as to labor,
materials, and equipment provided, if applicable, and must reference the City of
Denton Purchase Order Number in order to be processed. No payments shall be
made on invoices not listing a Purchase Order Number.
ARTICLE VI
OBSERVATION AND REVIEW OF THE WORK
The CONSULTANT will exercise reasonable care and due diligence in discovering and
promptly reporting to the OWNER any defects or deficiencies in the work of the
CONSULTANT or any subcontractors or subconsultants.
ARTICLE VII
OWNERSHIP OF DOCUMENTS
All documents prepared or furnished by the CONSULTANT (and CONSULTANT’s
subcontractors or subconsultants) pursuant to this Agreement are instruments of service, and
shall become the property of the OWNER upon the termination of this Agreement. The
CONSULTANT is entitled to retain copies of all such documents. The documents prepared and
furnished by the CONSULTANT are intended only to be applicable to this Project, and
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 5 of 14
OWNER’s use of these documents in other projects shall be at OWNER’s sole risk and expense.
In the event the OWNER uses any of the information or materials developed pursuant to this
Agreement in another project or for other purposes than specified herein, CONSULTANT is
released from any and all liability relating to their use in that project.
ARTICLE VIII
INDEMNITY AGREEMENT
THE CONSULTANT SHALL INDEMNIFY AND SAVE AND HOLD HARMLESS
THE OWNER AND ITS OFFICERS, OFFICIALS, AGENTS, AND EMPLOYEES FROM
AND AGAINST ANY AND ALL LIABILITY, CLAIMS, DEMANDS, DAMAGES,
LOSSES, AND EXPENSES, INCLUDING, BUT NOT LIMITED TO COURT COSTS
AND REASONABLE ATTORNEY FEES ASSERTED AGAINST OR INCURRED BY
THE OWNER, AND INCLUDING, WITHOUT LIMITATION, DAMAGES FOR
BODILY AND PERSONAL INJURY, DEATH AND PROPERTY DAMAGE,
RESULTING FROM THE NEGLIGENT ACTS OR OMISSIONS OF THE
CONSULTANT OR ITS OFFICERS, SHAREHOLDERS, AGENTS, OR EMPLOYEES
INCIDENTAL TO, RELATED TO, AND IN THE EXECUTION, OPERATION, OR
PERFORMANCE OF THIS AGREEMENT.
Nothing in this Agreement shall be construed to create a liability to any person who is not
a party to this Agreement, and nothing herein shall waive any of the parties’ defenses, both at
law or equity, to any claim, cause of action, or litigation filed by anyone not a party to this
Agreement, including the defense of governmental immunity, which defenses are hereby
expressly reserved.
ARTICLE IX
INSURANCE
During the performance of the services under this Agreement, CONSULTANT shall
maintain insurance in compliance with the requirements of Exhibit C which is attached hereto
and made a part of this Agreement as if written word for word herein.
ARTICLE X
ALTERNATIVE DISPUTE RESOLUTION
The parties may agree to settle any disputes under this Agreement by submitting the
dispute to mediation with each party bearing its own costs of mediation. No mediation arising
out of or relating to this Agreement, involving one party’s disagreement may include the other
party to the disagreement without the other’s approval. Mediation will not be a condition
precedent to suit.
ARTICLE XI
TERMINATION OF AGREEMENT
A. Notwithstanding any other provision of this Agreement, either party may terminate by
giving thirty (30) days’ advance written notice to the other party.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 6 of 14
B. This Agreement may be terminated in whole or in part in the event of either party
substantially failing to fulfill its obligations under this Agreement. No such termination
will be affected unless the other party is given (1) written notice (delivered by certified
mail, return receipt requested) of intent to terminate and setting forth the reasons
specifying the non-performance, and not less than fifteen (15) calendar days to cure the
failure; and (2) an opportunity for consultation with the terminating party prior to
termination.
C. If the Agreement is terminated prior to completion of the services to be provided
hereunder, CONSULTANT shall immediately cease all services and shall render a final
bill for services to the OWNER within thirty (30) days after the date of termination. The
OWNER shall pay CONSULTANT for all services properly rendered and satisfactorily
performed and for reimbursable expenses to termination incurred prior to the date of
termination, in accordance with Article V “Compensation.” Should the OWNER
subsequently contract with a new consultant for the continuation of services on the
Project, CONSULTANT shall cooperate in providing information. The CONSULTANT
shall turn over all documents prepared or furnished by CONSULTANT pursuant to this
Agreement to the OWNER on or before the date of termination, but may maintain copies
of such documents for its use.
ARTICLE XII
RESPONSIBILITY FOR CLAIMS AND LIABILITIES
Approval by the OWNER shall not constitute, nor be deemed a release of the
responsibility and liability of the CONSULTANT, its employees, associates, agents,
subcontractors, and subconsultants for the accuracy and competency of their designs or other
work; nor shall such approval be deemed to be an assumption of such responsibility by the
OWNER for any defect in the design or other work prepared by the CONSULTANT, its
employees, subcontractors, agents, and consultants.
ARTICLE XIII
NOTICES
All notices, communications, and reports required or permitted under this Agreement
shall be personally delivered or mailed to the respective parties by depositing same in the United
States mail to the address shown below, certified mail, return receipt requested unless otherwise
specified herein. Mailed notices shall be deemed communicated as of three (3) days’ mailing:
To CONSULTANT: To OWNER:
Teague Nall and Perkins, Inc City of Denton
Jeff Sears Purchasing Manager –File 8386
3200 S. I35, Suite 1129 901B Texas Street
Denton, TX 76210 Denton, Texas 76201
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 7 of 14
All notices shall be deemed effective upon receipt by the party to whom such notice is
given, or within three (3) days’ mailing.
ARTICLE XIV
ENTIRE AGREEMENT
This Agreement and related exhibits constitute the complete and final expression of this
Agreement of the parties, and is intended as a complete and exclusive statement of the terms of
their agreements, and supersedes all prior contemporaneous offers, promises, representations,
negotiations, discussions, communications, and agreements which may have been made in
connection with the subject matter hereof.
ARTICLE XV
SEVERABILITY
If any provision of this Agreement is found or deemed by a court of competent
jurisdiction to be invalid or unenforceable, it shall be considered severable from the remainder of
this Agreement and shall not cause the remainder to be invalid or unenforceable. In such event,
the parties shall reform this Agreement to replace such stricken provision with a valid and
enforceable provision which comes as close as possible to expressing the intention of the stricken
provision.
ARTICLE XVI
COMPLIANCE WITH LAWS
The CONSULTANT shall comply with all federal, state, and local laws, rules,
regulations, and ordinances applicable to the work covered hereunder as those laws may now
read or hereinafter be amended.
ARTICLE XVII
DISCRIMINATION PROHIBITED
In performing the services required hereunder, the CONSULTANT shall not discriminate
against any person on the basis of race, color, religion, sex, sexual orientation, national origin or
ancestry, age, or physical handicap.
ARTICLE XVIII
PERSONNEL
A. The CONSULTANT represents that it has or will secure, at its own expense, all
personnel required to perform all the services required under this Agreement. Such
personnel shall not be employees or officers of, or have any contractual relations with the
OWNER. CONSULTANT shall inform the OWNER of any conflict of interest or
potential conflict of interest that may arise during the term of this Agreement.
B. All services required hereunder will be performed by the CONSULTANT or under its
supervision. All personnel engaged in work shall be qualified, and shall be authorized
and permitted under state and local laws to perform such services.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 8 of 14
ARTICLE XIX
ASSIGNABILITY
The CONSULTANT acknowledges that this Agreement is based on the demonstrated
competence and specific qualifications of the CONSULTANT and is therefore personal as to the
CONSULTANT. Therefore, the CONSULTANT shall not assign any interest in this Agreement,
and shall not transfer any interest in this Agreement (whether by assignment, novation, or
otherwise) without the prior written consent of the OWNER.
ARTICLE XX
MODIFICATION
No waiver or modification of this Agreement or of any covenant, condition, or limitation
herein contained shall be valid unless in writing and duly executed by the party to be charged
therewith, and no evidence of any waiver or modification shall be offered or received in evidence
in any proceeding arising between the parties hereto out of or affecting this Agreement, or the
rights or obligations of the parties hereunder, and unless such waiver or modification is in
writing and duly executed; and the parties further agree that the provisions of this section will not
be waived unless as set forth herein.
ARTICLE XXI
MISCELLANEOUS
A. The following exhibits are attached to and made a part of this Agreement:
Exhibit A – RFQ 8386 – NEMA Parking Lot Condition Assessment and Design (on file
at the purchasing office)
Exhibit B – Consultant’s Scope of Services Offer, Project Schedule, and Consultant’s
Compensation Rate Sheet
Exhibit C – Consultant’s Insurance Requirements
What is called for by one exhibit shall be as binding as if called for by all. In the event of
an inconsistency or conflict in this Agreement and any of the provisions of the exhibits,
the inconsistency or conflict shall be resolved by giving precedence first to this
Agreement then to the exhibits in the order in which they are listed above.
B. This Agreement shall be governed by, construed, and enforced in accordance with, and
subject to, the laws of the State of Texas or federal law, where applicable, without regard
to the conflict of law principles of any jurisdiction. In the event there shall be any dispute
arising out of the terms and conditions of, or in connection with, this Agreement, the
party seeking relief shall submit such dispute to the District Courts of Denton County or
if federal diversity or subject matter jurisdiction exists, to the United States District Court
for the Eastern District of Texas-Sherman Division.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 9 of 14
C. For the purpose of this Agreement, the key persons who will perform most of the work
hereunder shall be Jeff Sears. However, nothing herein shall limit CONSULTANT from
using other equally qualified and competent members of its firm to perform the services
required herein.
D. CONSULTANT shall commence, carry on, and complete any and all projects with all
applicable dispatch, in a sound, economical, and efficient manner and in accordance with
the provisions hereof. In accomplishing the projects, CONSULTANT shall take such
steps as are appropriate to ensure that the work involved is properly coordinated with
related work being carried on by the OWNER.
E. The OWNER shall assist the CONSULTANT by placing at the CONSULTANT’s
disposal all available information pertinent to the Project, including previous reports, any
other data relative to the Project, and arranging for the access thereto, and make all
provisions for the CONSULTANT to enter in or upon public and private property as
required for the CONSULTANT to perform services under this Agreement.
F. The captions of this Agreement are for informational purposes only, and shall not in any
way affect the substantive terms or conditions of this Agreement.
G. The parties agree to transact business electronically. Any statutory requirements that
certain terms be in writing will be satisfied using electronic documents and signing.
Electronic signing of this document will be deemed an original for all legal purposes.
ARTICLE XXII
INDEPENDENT CONTRACTOR
CONSULTANT shall provide services to OWNER as an independent contractor, not as
an employee of the OWNER. CONSULTANT shall not have or claim any right arising from
employee status.
ARTICLE XXIII
RIGHT TO AUDIT
The OWNER shall have the right to audit and make copies of the books, records and
computations pertaining to this agreement. The CONTRACTOR shall retain such books,
records, documents and other evidence pertaining to this agreement during the contract period
and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in
which case records shall be kept until all audit tasks are completed and resolved. These books,
records, documents and other evidence shall be available, within 10 business days of written
request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers,
and other payees to retain all books, records, documents and other evidence pertaining to this
agreement, and to allow the OWNER similar access to those documents. All books and records
will be made available within a 50 mile radius of the City of Denton. The cost of the audit will
be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an
overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs,
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 10 of 14
must be borne by the CONTRACTOR which must be payable within five business days of
receipt of an invoice.
Failure to comply with the provisions of this section shall be a material breach of this contract
and shall constitute, in the OWNER’S sole discretion, grounds for termination thereof. Each of
the terms "books", "records", "documents" and "other evidence", as used above, shall be
construed to include drafts and electronic files, even if such drafts or electronic files are
subsequently used to generate or prepare a final printed document.
ARTICLE XXIV
PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code,
City is prohibited from entering 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 terms “boycott Israel” and
“company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas
Government Code. By signing this agreement, Contractor certifies that Contractor’s signature
provides written verification to the City that Contractor: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the agreement. Failure to meet or maintain the
requirements under this provision will be considered a material breach.
ARTICLE XXV
PROHIBITION ON CONTRACTS WITH COMPANIES DOING BUSINESS WITH
IRAN, SUDAN, OR A FOREIGN TERRORIST ORGANIZATION
Sections 2252 and 2270 of the Texas Government Code restricts CITY from contracting with
companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this
agreement, Contractor certifies that Contractor’s signature provides written verification to the
City that Contractor, pursuant to Chapters 2252 and 2270, is not ineligible to enter into this
agreement and will not become ineligible to receive payments under this agreement by doing
business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the
requirements under this provision will be considered a material breach.
ARTICLE XXVI
PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING CERTAIN
ENERGY COMPANIES
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code,
City is prohibited from entering into a contract with a company for goods or services unless the
contract contains written verification from the company that it (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of the contract. The terms
“boycott energy company” and “company” shall have the meanings ascribed to those terms in
Section 809.001 of the Texas Government Code. By signing this agreement, Contractor
certifies that Contractor’s signature provides written verification to the City that Contractor:
(1) does not boycott energy companies; and (2) will not boycott energy companies during the
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 11 of 14
term of the agreement. Failure to meet or maintain the requirements under this provision will be
considered a material breach.
ARTICLE XXVII
PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING CERTAIN
FIREARM ENTITIES AND FIREARM TRADE ASSOCIATIONS
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code,
City is prohibited from entering into a contract with a company for goods or services unless the
contract contains written verification from the company that it (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract against a firearm entity
or firearm trade association. The terms “discriminate against a firearm entity or firearm trade
association,” “firearm entity” and “firearm trade association” shall have the meanings ascribed to
those terms in Chapter 2274 of the Texas Government Code. By signing this agreement,
Contractor certifies that Contractor’s signature provides written verification to the City that
Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate during the
term of the contract against a firearm entity or firearm trade association. Failure to meet or
maintain the requirements under this provision will be considered a material breach.
ARTICLE XXVIII
TERMINATION RIGHT FOR CONTRACTS WITH COMPANIES DOING BUSINESS
WITH CERTAIN FOREIGN-OWNED COMPANIES
The City of Denton may terminate this Contract immediately without any further liability if the
City of Denton determines, in its sole judgment, that this Contract meets the requirements under
Chapter 2274, and Contractor is, or will be in the future, (i) owned by or the majority of stock or
other ownership interest of the company is held or controlled by individuals who are citizens of
China, Iran, North Korea, Russia, or other designated country (ii) directly controlled by the
Government of China, Iran, North Korea, Russia, or other designated country, or (iii) is
headquartered in China, Iran, North Korea, Russia, or other designated country.
ARTICLE XXIX
CERTIFICATE OF INTERESTED PARTIES ELECTRONIC FILING
In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the
Government Code. The law states that the City may not enter into this contract unless the
Consultant submits a disclosure of interested parties (Form 1295) to the City at the time the
Consultant submits the signed contract. The Texas Ethics Commission has adopted rules
requiring the business entity to file Form 1295 electronically with the Commission.
Consultant will be required to furnish a Certificate of Interest Parties before the contract is
awarded, in accordance with Government Code 2252.908.
The consultant shall:
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 12 of 14
1. Log onto the State Ethics Commission Website at :
https://www.ethics.state.tx.us/filinginfo/1295/
2. Register utilizing the tutorial provided by the State
3. Print a copy of the completed Form 1295
4. Enter the Certificate Number on page 2 of this contract.
5. Complete and sign the Form 1295
6. Email the form to purchasing@cityofdenton.com with the contract number in the subject
line. (EX: Contract 1234 – Form 1295)
The OWNER must acknowledge the receipt of the filed Form 1295 not later than the 30th day
after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics
Commission’s website within seven business days.
ARTICLE XXX
PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS
No officer, employee, independent consultant, or elected official of the City who is involved in
the development, evaluation, or decision-making process of the performance of any solicitation
shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation as
defined in the City’s Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics).
Any willful violation of this section shall constitute impropriety in office, and any officer or
employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any
violation of this provision, with the knowledge, expressed or implied, of the Contractor shall
render the Contract voidable by the City. The Consultant shall complete and submit the City’s
Conflict of Interest Questionnaire.
The parties agree to transact business electronically. Any statutory requirements that
certain terms be in writing will be satisfied using electronic documents and signing. Electronic
signing of this document will be deemed an original for all legal purposes.
IN WITNESS HEREOF, the City of Denton, Texas has caused this Agreement to be
executed by its duly authorized City Manager, and CONSULTANT has executed this Agreement
through its duly authorized undersigned officer on this date______________________.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
04/16/2024
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 13 of 14
CONSULTANT
BY:______________________________
AUTHORIZED SIGNATURE
Printed Name:_____________________
Title:____________________________
__________________________________
PHONE NUMBER
_________________________________
EMAIL ADDRESS
___________________________________
TEXAS ETHICS COMMISSION
1295 CERTIFICATE NUMBER
CITY OF DENTON, TEXAS
BY: _____________________________
SARA HENSLEY
CITY MANAGER
ATTEST:
JESUS SALAZAR, CITY SECRETARY
BY: _______________________________
APPROVED AS TO LEGAL FORM:
MACK REINWAND, CITY ATTORNEY
BY: _______________________________
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
2024-1129766
Christopher Hartke
chartke@tnpinc.com
Director of Engineering Services
940.383.4177
LAUREN THODEN, CITY SECRETARY
City of Denton, Texas Contract 8386
Standard Agreement for Engineering Related Design Services Revised Date: 9/11/18 Page 14 of 14
THIS AGREEMENT HAS BEEN
BOTH REVIEWED AND APPROVED
as to financial and operational obligations
and business terms.
_______________ ________________
SIGNATURE PRINTED NAME
__________________________________
TITLE
__________________________________
DEPARTMENT
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Trevor Crain, PMP
Director of Capital Projects
Engineering Services
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 1
AUTHORIZATION FOR PROFESSIONAL SERVICES
PROJECT NAME:Denton NEMA Parking Lots Reconstruction
TNP PROJECT NUMBER: DEN 23623
CLIENT:City of Denton, TX
ADDRESS:401 N Elm St
Denton, TX 76201
The City of Denton (the CLIENT) hereby requests and authorizes Teague Nall and Perkins, Inc., (the
CONSULTANT) to perform the following services:
Article I
SCOPE: Provide engineering, surveying, and landscape architecture services for preparation of
construction plans and bid documents to reconstruct and improve 5 parking lots at various
locations in the City. The five lots are:
A. North Lakes Soccer Complex Main Lot
B. North Lakes Soccer Complex North Lot
C. Emily Fowler Library
D. Martin Luther King Jr. Recreation Center
E. Avondale Park
Maps of the project locations are included in Section 4 of Attachment ‘A’
Each project includes the following tasks, which are more specifically described in Section 1 and
Section 2 of Attachment ‘A’:
Task Description:.......................................................................Page#
Task 1: Topographic Design Survey....................................................7
Task 2: Level B Subsurface Utility Engineering ...................................8
Task 3: Level A Subsurface Utility Engineering ...................................9
Task 4: Geotechnical Investigation ....................................................11
Task 5: Construction Plans & Bid Documents....................................12
Task 6: Bidding and Construction Support........................................13
Task 7: Lighting Assessment and Design..........................................14
Task 8: Landscaping and Irrigation Design........................................15
A detailed scope of services is included as Attachment ‘A’ and is made a part hereto.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 2
Article II
COMPENSATION to be on the basis of the following:
A. The CONSULTANT’s compensation for Basic Services included in Attachment ‘A’ shall be based
on a Total Fee of $570,800.00 which includes expenses such as prints, plots, photocopies, plans
or documents on CD, DVD or memory devices, mileage, air fare, and lodging. Payment to the
CONSULTANT shall be due in monthly installments based on the CONSULTANT’s estimate of
the percentage of the contract completed during the billing period.
Basic Services Tasks:Fee Type:Fees:
A. North Lakes Soccer Complex - Main Parking Lot
Task 1A: Topographic Survey Fixed Fee $ 7,500.00
Task 2A: SUE Level B Investigation Fixed Fee $ 7,500.00
Task 3A: SUE Level A Test Holes (2 @ $2,400/EA) $/EA $ 4,800.00
Task 4A: Geotechnical Investigation Fixed Fee $ 10,000.00
Task 5A: Design and Construction Plans Fixed Fee $ 85,000.00
Task 6A: Bidding and Construction Support Hourly $ 7,000.00
Task 7A: Lighting Assessment and Design Fixed Fee $ 14,200.00
Task 8A: Landscaping and Irrigation Design Fixed Fee $ 14,000.00
Total North Lakes Soccer Complex - Main Parking Lot $ 150,000.00
B. North Lakes Soccer Complex - North Parking Lot
Task 1B: Topographic Survey Fixed Fee $ 4,000.00
Task 2B: SUE Level B Investigation Fixed Fee $ 3,500.00
Task 3B: SUE Level A Test Holes (2 @ $2,400/EA) $/EA $ 4,800.00
Task 4B: Geotechnical Investigation Fixed Fee $ 6,800.00
Task 5B: Design and Construction Plans Fixed Fee $ 40,000.00
Task 6B: Bidding and Construction Support Hourly $ 5,000.00
Task 7B: Lighting Assessment and Design Fixed Fee $ 10,700.00
Task 8B: Landscaping and Irrigation Design Fixed Fee $ 9,500.00
Total North Lakes Soccer Complex - North Parking Lot $ 84,300.00
C. Emily Fowler Library Parking
Task 1C: Topographic Survey Fixed Fee $ 12,000.00
Task 2C: SUE Level B Investigation Fixed Fee $ 13,700.00
Task 3C: SUE Level A Test Holes (2 @ $2,400/EA) $/EA $ 4,800.00
Task 4C: Geotechnical Investigation Fixed Fee $ 9,500.00
Task 5C: Design and Construction Plans Fixed Fee $ 60,000.00
Task 6C: Bidding and Construction Support Hourly $ 7,000.00
Task 7C: Lighting Assessment and Design Fixed Fee $ 12,800.00
Task 8C: Landscaping and Irrigation Design Fixed Fee $ 25,500.00
Total Emily Fowler Library Parking $ 145,300.00
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 3
D. Martin Luther King Jr. Recreation Center Parking
Task 1D: Topographic Survey Fixed Fee $ 12,000.00
Task 2D: SUE Level B Investigation Fixed Fee $ 9,000.00
Task 3D: SUE Level A Test Holes (2 @ $2,300/EA) $/EA $ 4,800.00
Task 4D: Geotechnical Investigation Fixed Fee $ 9,400.00
Task 5D: Design and Construction Plans Fixed Fee $ 55,000.00
Task 6D: Bidding and Construction Support Hourly $ 7,000.00
Task 7D: Lighting Assessment and Design Fixed Fee $ 12,000.00
Task 8D: Landscaping and Irrigation Design Fixed Fee $ 15,000.00
Total Martin Luther King Jr. Recreation Center Parking $ 124,200.00
E. Avondale Park Parking Lot
Task 1E: Topographic Survey Fixed Fee $ 4,000.00
Task 2E: SUE Level B Investigation Fixed Fee $ 4,200.00
Task 3E: SUE Level A Test Holes (2 @ $2,300/EA) $/EA $ 4,800.00
Task 4E: Geotechnical Investigation Fixed Fee $ 6,300.00
Task 5E: Design and Construction Plans Fixed Fee $ 25,000.00
Task 6E: Bidding and Construction Support Hourly $ 5,000.00
Task 7E: Lighting Assessment and Design Fixed Fee $ 9,200.00
Task 8E: Landscaping and Irrigation Design Fixed Fee $ 8,500.00
Total Avondale Park Parking Lot $ 67,000.00
B. Fees: Any permit fees, filing fees, TDLR fees, or other fees related to the project and paid on
behalf of the client by the CONSULTANT to other entities shall be invoiced at 1.10 times actual
cost.
C. Additional Services: Any service provided by the CONSULTANT which is not specifically
described in the scope of work for this contract as defined above or delineated in an attachment
shall be considered additional services. A list of additional services is included as Attachment
‘A-1’.
Upon written authorization from the CLIENT, the CONSULTANT will perform Additional Services.
Payment to the CONSULTANT for Additional Services shall be on a Fixed Fee or Hourly
Reimbursable basis, as described above.
Fixed Fee Compensation for Additional Services: Payment shall be as described above for Basic
Services.
Hourly Reimbursable Compensation for Additional Services: Payment shall be due in monthly
installments based on the amount of hours worked by each employee and the CONSULTANT’S
current standard rates presented in Attachment ‘B’ Standard Rate Schedule. A fee equal to 3%
of Additional Service labor billings shall be included on each monthly invoice for prints, plots,
photocopies, plans or documents on CD, DVD or memory devices, and mileage. No individual or
separate accounting of these items will be performed by the CONSULTANT.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 4
D. Payment Terms: CLIENT shall be billed monthly for services rendered and pay promptly upon
receipt of invoice. Delays of transmitting payments to CONSULTANT more than 30 days from
invoice date may result in cessation of services until payment is received.
E. Sample Invoice: The CONSULTANT’S invoice format will match the sample invoice included in
Attachment ‘B-1’.
Article III
SCHEDULE: The proposed services shall begin within 10 working days of authorization to proceed. A project
schedule is included as Attachment 'C’ and made a part hereto.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 5
Please execute and return a signed copy for our files. Receipt of an executed copy of this contract will serve as
notice to proceed. No work shall commence on the project until CONSULTANT receives an executed copy of
this contract. By signing below, the signer warrants that he or she is authorized to execute binding contracts for
the CLIENT.
Approved by CLIENT:Accepted by CONSULTANT:
City of Denton Teague Nall and Perkins, Inc.
By:By:
Title:Title:Director of Engineering Services
Date:Date:January 30, 2024
Firm Contact Information:
3200 South Interstate 35E, Suite 1129
Denton, Texas 76210
940.383.4177
Contact: Christopher Hartke, PE
TNP Firm Registrations
Texas Board of Professional Engineers and Land Surveyors | Engineering Firm No. F-230 | Surveying Firm No. 10011600 | 10194381 | 10011601Texas Board of Architectural Examiners Firm No. BR 2673
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 6
ATTACHMENT 'A'
ITEMIZED SCOPE OF SERVICES
Teague Nall and Perkins, Inc., (TNP) shall render the following professional services necessary for the development of the project:
Section 1: Project Overview
Design objectives:The overall design objectives for this project include:1. Rehabilitation of the parking lot pavements2. Updating parking lots to current City parking lot criteria3. Evaluating existing lighting and designing additional lighting if needed to bring the lighting up to City standards4. Evaluating existing pedestrian accommodations and adding sidewalks and ramps to address deficiencies5. Limited drainage improvements by adjusting parking lot grades to allow positive flow, eliminate ponding, and address erosion issues.
It is understood that some of the parking lots may not be able to be brought fully to current standards due to geometric and regulatory constraints, and the City will be willing to allow certain deviations from the standards on a case-by-case basis. It is also understood that the permitting for construction of the parking lots will be handled by City staff and the Contractor, and thus permitting applications, addressing permitting comments, and obtaining permit approvals are not included in this scope.
General Scope of Services:
The project scope will be split into separate tasks for each parking lot as follows:
Task 1: Topographic Survey
Task 2: Level B SUE Investigation
Task 3: Level A SUE Investigation
Task 4: Geotechnical Investigation
Task 5: Design and Construction Plans
Task 6: Bidding and Construction Support
Task 7: Lighting Assessment and Design
Task 8: Landscaping and Irrigation Design
Task numbers will be suffixed with the letter corresponding to the parking lots listed below for billing purposes, but the task will be essentially the same for each lot (i.e. Topographic survey for the main lot at North Lakes Park will be designated “Task 1A”, and the same task for Avondale Park will be “Task 1E”). The descriptions below give specific understandings and limitations to the project scopes. Each parking lot will be considered a separate project with separate plan sets, specifications and contract books, and cost opinions.
This scope assumes that the City will provide relevant as-built information and information regarding other planned improvements adjacent to the project areas.
Specific Project Descriptions:
A. North Lakes Soccer Complex Main Lot:
The main lot at the North Lakes Soccer Complex is located between the Baseball fields that are
adjacent to Windsor Drive and the soccer fields. The design project will include removing and replacing
all pavement and base for the entire parking area along with updating the lot to bring it more current
with City parking lot standards. This will include the addition of landscaped parking islands, lighting,
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 7
and ADA improvements. The parking lot will be extended to the east to offset the loss in parking spaces
due to the landscaping islands. Additionally, a sidewalk will be constructed around the perimeter of the
lot. Drainage improvements will be limited to slope and elevation changes within the parking lot to
eliminate ponding. Underground drainage improvements are not anticipated.
B. North Lakes Soccer Complex North Lot:
The north lot at North Lakes Park is an existing gravel parking lot north and west of the soccer fields.
The scope of this project includes designing a new parking lot to current City standards to replace the
existing gravel lot. This scope includes adding landscaping islands and lighting, but the existing ADA
improvements appear to adequately serve this lot, so sidewalk and other ADA improvements are not
anticipated. Adding landscaping islands will reduce the current number of spaces, so the parking lot
may be expanded to the north or west if deemed necessary by the CLIENT. Drainage improvements
will be limited to setting grades for positive drainage from the parking lot to the existing drains on the
east side of the lot. Underground drainage improvements are not anticipated.
C. Emily Fowler Library:
The parking at the Fowler Library consists of two areas, one west of the library building, and one to the
north. The west lot will be reconstructed essentially as-is except for the addition of a ribbon curb around
the asphalt perimeter to preserve the edges of the asphalt paving. The north lot will be reconfigured to
bring it more into compliance with current City standards. Geotechnical investigations will be conducted
to determine the subgrade, especially where there is evidence of subgrade problems, and to provide
pavement section recommendations. The existing sidewalks around the library will be evaluated for
ADA compliance and replaced as needed. The scope of the project does not include extending
sidewalks or expanding sidewalks beyond their current limits. This project will include evaluation of
existing lighting and design of additional lighting if necessary. Due to being in the floodplain, dumpster
enclosures will not be added, and existing grades generally must stay the same for these lots, but the
design will attempt to eliminate areas where water tends to pond. Underground drainage is not included
in this project.
D. Martin Luther King Jr. Recreation Center
This project includes rehabilitation of the pavement and curbs at the Martin Luther King Jr. Recreation
Center. The west side of this lot will be re-graded to eliminate a ponding issue near the south end of
the lot. The existing parking has several landscaped elements, but some additional islands may need
to be added to bring the site into compliance with City codes. Existing sidewalks will be assessed for
ADA compliance, but the scope does not include expansion of sidewalks. Underground drainage is not
included in this project. Relocation of the existing dumpster enclosure is not included.
E. Avondale Park
The Avondale Park project includes reconstruction of the existing parking lot and curbs along with the
reconstruction of Devonshire Court paving and curbs. The design will consider improvements to the
drainage outlets from the parking lot to improve existing eroded areas. Some minor elevation
adjustments will be required, but will be evaluated carefully due to the entire parking lot being within
the floodway of Cooper Creek. Drainage will be limited to surface improvements, so no underground
drainage is included.
Section 2: Detailed Scope of Services
Task 1: Topographic Design Survey
CONSULTANT shall include all office and field work necessary to provide a Topographic Design Survey of
Parking lots as depicted on exhibits included in Section 4.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 8
The Survey will identify the topography (one-foot contours), visible features and above ground improvements,
buildings, pavement, curbs, walls, fences, sidewalks, visible utilities, landscaped areas, trees, and other
pertinent features within the project area as necessary for design purposes.
Boundary surveying is not included in this estimate. Horizontal and vertical control points shall be established
at strategic locations within or near the project area for use during the design and construction phases of the
project.
All survey information provided by the CONSULTANT will be referenced to Grid North of the Texas Coordinate
System of 1983 {North Central Zone No. 4202; NAD83(2011) Epoch 2010} as derived locally from Allterra
Central’s continuously operating reference stations (CORS) via real time kinematic (RTK) survey methods.
Elevations will be referenced to NAVD88 datum as derived from RTK observations. Orthometric heights will
be calculated by applying the Geoid 12B model to ellipsoid heights.
CONSULTANT shall perform all surveying services in accordance with the General Rules and Procedures of
Practice, and the Professional and Technical Standards established by the Texas Board of Professional
Engineers and Land Surveyors.
DELIVERABLES:
Base file prepared in AutoCAD Civil 3D format for in-house design purposes only.
Task 2: Level B Subsurface Utility Engineering
The scope of subsurface utility designating and/or locating services for this project is described below. Survey
services to tie utility crossing marks and/or identifiers placed during the subsurface utility designating and/or
locating effort will be provided in this contract.
Quality Level B (QL-B) through D (QL-D) Utility Information & Designation - TNP will provide utility information,
up to QL-B, for each parking lot as described in Article 1 and in Attachment ‘A’-Section 1
This work will include:
a. Quality Level D
i. Conduct appropriate investigations (e.g., owner records, County/City records, personal interviews,
visual inspections, etc.), to help identify utility owners that may have facilities within the project limits
or that may be affected by the project.
ii. Collect applicable records (e.g., utility owner base maps, “as built” or record drawings, permit records,
field notes, geographic information system data, oral histories, etc.) on the existence and approximate
location of existing involved utilities.
iii. Review records for: evidence or indication of additional available records; duplicate or conflicting
information; need for clarification.
iv. Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan
sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve
conflicting information. For information depicted, indicate: utility type and ownership; date of depiction;
quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line
size and condition; number of jointly buried cables; and encasement.
b. Quality Level C (includes tasks as described for Quality Level D)
i. Identify surface features, from project topographic data and from field observations, that are surface
appurtenances of subsurface utilities.
ii. Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 9
iii. Survey surface features of subsurface utility facilities or systems if such features have not already been
surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and
completeness.
iv. The survey shall also include (in addition to subsurface utility features visible at the ground surface):
determination of invert elevations of any manholes and vaults; sketches showing interior dimensions
and line connections of such manholes and vaults; any surface markings denoting subsurface utilities,
furnished by utility owners for design purposes.
v. Exercise professional judgment to correlate data from different sources, and to resolve conflicting
information.
vi. Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of
Quality Level D and Quality Level C information.
vii. Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as
may be needed to further resolve discrepancies.
viii.Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility
information on the SUE plan sheets.
c. Level B (includes tasks as described for Quality Level C)
i. Select and apply appropriate surface geophysical method(s) to search for and detect subsurface
utilities within the project limits, and/or to trace a particular utility line or system.
ii. Based on an interpretation of data, mark the indications of utilities on the ground surface for
subsequent survey. Utilize paint or other method acceptable for marking of lines.
iii. Unless otherwise directed, mark centerline of single-conduit lines, and outside edges of multi-conduit
systems.
iv. Resolve differences between designated utilities and utility records and surveyed appurtenances.
v. Recommend additional measures to resolve differences if they still exist. Recommendations may
include additional or different surface geophysical methods, exploratory excavation, or upgrade to
Quality Level A data.
vi. As an alternative to the physical marking of lines, the CONSULTANT may, with CITY’s approval, utilize
other means of data collection, storage, retrieval, and reduction, that enables the correlation of surface
geophysical data to the project’s survey control.
d. Deliverables
i. Electronic Base Map prepared in AutoCAD – Civil 3D format.
ii. Drawing of the project layout with dimensions and coordinate list.
Task 3: Level A Subsurface Utility Engineering
a. Level A
i. Expose and locate utilities at specific locations.
ii. Tie horizontal and vertical location of utility to survey control.
iii. Provide utility size and configuration.
iv. Provide paving thickness and type, where applicable.
v. Provide general soil type and site conditions and such other pertinent information as is reasonably
ascertainable from each test hole site.
b. Assumptions
i. Up to two (2) Level A test holes are included per each parking lot.
ii. Surveying of overhead utilities is not included in this scope of services.
c. Deliverables
i. Electronic Base Map prepared in AutoCAD – Civil 3D format.
ii. Drawing of the project layout with dimensions and coordinate list.
Subsurface Utility Engineering General Understanding:
The following represents the general understanding between the Client and Engineer regarding the basis and
limitations under which these subsurface utility designating and locating services are provided. This general
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 10
understanding applies to both Task 2 and Task 3 in this contract:
a. These services will be conducted and provided in general compliance with CI/ASCE 38-22 (Standard
Guidelines for the Collection and Depiction of Existing Subsurface Utility Data). This standard establishes
and defines four quality levels for data collection that are briefly described as:
i. Quality Level D (QL-D) - Generally QL-D indicates information collected or derived from research of
existing records and/or oral discussions.
ii. Quality Level C (QL-C) - Generally QL-C indicates information obtained by surveying and plotting
visible above-ground utility features and by using professional judgment in correlating this information
to QL-D information. Incorporates QL-D information. (Limited in this scope, this scope is to cover
underground utility crossings)
iii. Quality Level B (QL-B) - Generally QL-B, also known as “designating” indicates information obtained
through the application of appropriate surface geophysical methods to determine the existence and
approximate horizontal position of subsurface utilities. Quality level B data should be reproducible by
surface geophysics at any point of their depiction. This information is surveyed to applicable tolerances
defined by the project and reduced onto plan documents. Incorporates QL-D & QL-C information.
iv. Quality Level A (QL-A) - Generally QL-A, also known as “locating,” indicates the precise horizontal and
vertical location of utilities obtained by the actual exposure (or verification of previously exposed and
surveyed utilities) and subsequent measurement of subsurface utilities, at a specific point. Incorporates
QL-D QL-C & QL-B information.
b. These services are for the purpose of aiding the design of the subject project by providing information
related to subsurface utilities to allow potential utility conflicts to be minimized or eliminated.
c. The Engineer will provide services that meet the standard of care for existing subsurface utility location
and mapping as established in CI/ASCE 38-22 by exercising due diligence regarding records research
and acquisition of utility information, including visually inspecting the work area for evidence of utilities and
reviewing the available utility record information from the various utility owners. However, the Engineer
makes no guarantee that all utilities can or will be identified and shown as there still may be utilities within
the project area that are undetectable or unknown.
d. Facilities that are discovered through field investigative efforts by the Engineer, but no plan records or
ownership data can be identified will be hereafter referred to as unknown. As part of these services, the
Engineer will provide QL-C information in the project deliverables for all unknown utilities that may be
identified in the field investigation of the project. Designating and/or locating unknown utilities will typically
not be part of the initial scope of work but depending on the client’s needs can be added as additional
work to address concerns of the project impacts of “unknown” facilities.
e. Ground penetrating radar will not be used as a part of the field investigation of the project site unless that
use has been specifically addressed with the scope of services described herein.
f. The documented results produced by these services represent a professional opinion and interpretation
based upon record information and/or field evidence. These results may be affected by a variety of existing
site conditions, including soil content, depth of the utility, density of utility clusters, and electro-magnetic
characteristics of the targeted utilities. Also, the lack of and/or poor condition of a trace wire for non-
conductive materials such as PVC, HDPE, etc. in most cases will make the successful detection and
location of the utility unlikely.
g. The Engineer will apply professional judgment to determine which utilities require additional field effort
and/or methods to properly designate and/or locate, most commonly when record drawings are not
available. In such cases, the Engineer will provide a recommendation or request for additional services to
the Client. Among other methods, a detectable duct rodder or other conductor may be introduced into the
line to enable the designation of the utility. This method is dependent upon approval by the utility owner,
as well as access to, size and condition of the utility.
h. None of these services are intended to and should not be understood to relieve the Client or others from
the responsibility to comply with the statutory requirements related to notifying the proper one-call
system(s) in advance of any excavation, grading and/or construction within the project site.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 11
Task 4: Geotechnical Investigation
Geotechnical engineering services will be provided by Geotex Engineering, LLC. as a subconsultant to this
contract.
The objective of this geotechnical investigation will be to obtain subsurface data and to develop
recommendations for the design and construction of new pavement sections, and subgrade pavement
stabilization. All services provided will be performed in accordance with and limited to those generally accepted
engineering standards prevailing at the time and in the area that the work is performed.
Field Services
An initial summary of parking lots, each parking lot’s approximate coverage area, and estimated number of
borings are shown on Table 1. The borings are spaced variably throughout the proposed site area based on
the geological formation and other site considerations. A total of twenty-one (21) borings will be advanced
each to a depth of about 10 feet for this study. Additional borings may be performed on request in case high
concentrations of soluble sulfates are detected to delineate the lateral extent of these high concentrations for
which supplemental will be required. The existing pavement at each boring location will be cored utilizing a
wet-rotary, hand-operated core-drill. The borings will be drilled and sampled using a truck-mounted drilling rig.
Conventional tube or split-barrel (standard penetration test) samples will be collected as appropriate for the
soils encountered. Bedrock strata, if encountered will be tested in-place using the Texas Cone Penetration
Test. The recovered pavement and subsurface samples will be preserved and labeled as to the appropriate
boring number and depth in the field. These materials will be described in further detail in the laboratory by a
staff geologist or engineer. Groundwater, if observed, will be recorded during and at the completion of drilling.
After final groundwater observations, the borings will be backfilled with the excavated cuttings and the
pavements patched with commercially available cold mix asphalt patch.
Parking Lots Summary with Estimated Borings
Parking Lot Name Approximate Site
Area (square feet)
Estimated Number
of Borings
North Lakes Soccer Complex Main 145,300 6
North Lakes Soccer Complex North 82,600 3
Emily Fowler Library 51,700 5
MLK Rec Center 41,400 5
Avondale Park 11,500 2
Laboratory Services
Selected laboratory testing of the recovered samples will be performed to evaluate soil index, volume change,
and strength properties of the subsurface materials, and to provide data for analysis. These tests may include
but may not be limited to the following:
a. Moisture content
b. Atterberg limits
c. Percent passing No. 200 mesh sieve
d. Soluble sulfate
e. Overburden swell tests (if cohesive soils are encountered)
Recovered samples will be retained for 30 days after submission of the geotechnical report unless other
arrangements are made by the client.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 12
Engineering Analysis and Report
Data obtained from the field investigation, laboratory tests and past experience will be used in the engineering
analysis and development of recommendations. Information to be provided is as follows:
a. A plan sheet indicating the approximate location of each boring.
b. A log of each boring with the boring number, depth of each stratum, material description, soil classification
with laboratory test results, and groundwater information.
c. A discussion of subsurface soil and groundwater conditions.
d. A brief discussion of the site geology.
e. Estimates of soil movement related to settlement and expansive soils.
f. Roadway subgrade stabilization and pavement section recommendations.
g. Earthwork recommendations, including material type(s), compaction, and backfill requirements.
h. Electronic copy of a geotechnical investigation report for each roadway.
Assumptions and exclusions:
a. The scope of geotechnical investigation assumes that the field crews will be allowed adequate access to
the project sites to perform drilling
b. Traffic control for the borings field work is not anticipated due to the project sites being off public roadways,
therefore costs for traffic control is not included.
Task 5: Construction Plans & Bid Documents
The CONSULTANT will develop construction plans for the parking lot improvements based on the survey,
SUE data, and applicable City requirements. The overall objective of the project and general scope of services
are described in Section 1 of this attachment.
Project Management:
The CONSULTANT will manage the work outlined in this scope to ensure efficient and effective use of
CONSULTANT's and City's time and resources. CONSULTANT will manage change, communicate
effectively, coordinate internally and externally as needed, and proactively address issues with the City's
Project Manager and others as necessary to make progress on the work. This task will more specifically
include the following:
a. Managing the Team:
i. Lead, manage, and direct design team activities.
ii. Ensure Quality Control / Quality Assurance (QC/QA) is practiced in performance of the work.
iii. Communicate internally among team members.
iv. Task and allocate team resources.
b.Communications and Reporting:
i.Attend a pre-design project kickoff meeting with City staff to confirm and clarify scope, understand
City objectives, and ensure economical and functional designs that meet City requirements.
ii.Attend one constructability review meeting with City representatives, including Traffic
Management, at the 60% submittal milestone.
iii.Conduct and document monthly project update meetings with City Project Manager
iv.Conduct review meetings with the City at the end of each design phase.
v.Conduct QC/QA reviews and document those activities.
vi.Prepare invoices, in accordance with Attachment B to this Standard Agreement and submit
monthly in the format requested by the City.
vii.Prepare and submit baseline Project Schedule initially, and Project Schedule updates according
to the master project schedule in Attachment C
viii.Coordinate with other agencies and entities as necessary for the design of the proposed
infrastructure and provide and obtain information needed to prepare the design.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 13
c.ASSUMPTIONS
i.1 pre-design project kickoff/chartering meeting
ii.1 constructability review meeting during design
iii.8 monthly project update and plan review meetings during design phase
iv.All submittals to the City will be quality checked prior to submission.
v.Project design phase is anticipated to take 12 months.
Construction Plans: Construction Plans will more specifically include the following elements:
a. Site Plans:
i. Cover sheet.
ii. General notes and proposed typical sections for parking and drive aisles.
iii. Existing conditions and control plan
iv. Demolition plans showing items to be removed.
v. Dimension plans showing horizontal layout of the parking lot.
vi. Grading plans to show elevations, drainage flows, and ADA grading areas.
vii. Sidewalk improvements and and ADA ramps as needed to improve accessibility to the parking lots.
viii.TDLR review is expected and included in the scope. The City will be responsible for the TDLR review
fees according to Article II above.
ix. Special details.
x. Paving details.
xi. Sidewalk details.
b. Drainage plans:
i. Drainage area maps.
ii. Drainage calculations, limited to runoff calculations to quantify flows and flow directions into and away
from the parking lots
c. Project Manual
i. The project will be advertised for bids and the contract awarded by the City.
ii. The project manual will be based on front-end contract documents provided by the City.
iii. Technical specifications will refer to City of Denton standard specifications.
iv. Bid proposal quantities will be provided in City of Denton standard format.
d. Opinion of Probable Construction Cost
i. The CONSULTANT will provide opinions of probable construction cost at each deliverable phase of
the project in order to help the City determine the best options to accomplish the project.
The preparation of the construction plans will include submittals according to the deliverables listed in Section
3 and the timeline for the project will be according to the schedule provided in Attachment C.
Task 6: Bidding and Construction Support
The CONSULTANT will provide electronic versions of the bid documents for use in bidding, award of contracts
and construction. The City will be responsible for advertisement for bids and for dispersing all plans and
specifications to prospective bidders. The CONSULTANT will provide technical support to the City during the
bidding and contract award phase by responding to questions and preparing or assisting with the preparation
of addenda for distribution to prospective bidders.
This task will be billed at HOURLY rates and will be as directed by the City.
This task will include limited construction support services during construction including the following items:
a. Preconstruction meeting - the CONSULTANT will print plan sets for the meeting, attend the meeting, and
provide meeting notes after the meeting is completed.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 14
b. Submittal reviews - The CONSULTANT will review material submittals from the contractor to ensure
general compliance with the contract documents and material specifications.
c. Requests for information (RFI) - the CONSULTANT will review and respond to RFIs from the contractor in
a timely fashion to allow construction to continue. RFIs that require plan changes will be returned with
revised plan sheets annotated to indicate revisions and the date of the revised sheets.
d. Change orders - The CONSULTANT will review and verify that any change order quantities and unit prices
correlate correctly with the contract documents and any project scope changes approved by the City.
e. Final walk-through - The CONSULTANT will participate in a final walk though of the project site to confirm
the constructed improvements are complete and reasonably match the construction plans. Based on
observations during the walk-through, the CONSULTANT will prepare a punch list to document any
deficient items and distribute the punch list to the owners, and the contractor to have the deficiencies
corrected.
f. Record Drawings - The CONSULTANT will prepare record drawings based on project construction records
maintained and provided by the Contractor. These drawings will be based on information provided by the
Contractor and any documented plan changes during construction. Field verification of actual construction
is not included in this item. In the event the Contractor claims no changes were made to the plans during
construction, Contractor will provide a letter on their letterhead positively stating that all construction was
done per the construction documents.
Task 7: Lighting Assessment and Design
The CONSULTANT will perform an analysis of the existing lighting at each parking lot and assess the lighting
to determine deficiencies.
a. Coordination and Analysis
i. CONSULTANT will coordinate with the City to determine what existing lighting standards, if any, are
in place. The standards would include luminaire spacing criteria, desired average luminance or
illuminance, desired fixture model number, pole height and foundation details, etc. If necessary,
CONSULTANT will recommend luminaires, pole heights, and spacing.
ii. CONSULTANT will coordinate with the City to obtain as-built plans for the existing lighting. City will
provide the specifications for the existing fixtures including wattage, manufacturer, model number,
distribution type, voltage, and lamp type. CONSULTANT will use the existing electrical service
wherever possible.
iii. CONSULTANT will use Visual Lighting 2020 R2 software to model and analyze the adequacy of the
existing lighting system in the parking lot. This model will be built using the existing fixture specifications
provided by the City. No field verification of fixtures is included. The analysis is for reference purposes
only. The results of the analysis will be reported to the City, but not be included in any deliverable.
There shall be no reduction in fee should the City decide to keep the existing lighting. Criteria for
luminance or illuminance shall be based on average values for the entire parking lot, rather than at
specific points.
b. Lighting Plans - Lighting plans will include the following:
i. Lighting layout sheets
ii. Photometric calculation sheets
iii. Summary of estimated quantities
iv. Lighting summary tables and charts for conduit and wiring, including voltage drop calculations
v. City and/or TxDOT standard detail sheets
vi. Prepare an estimate of construction quantities and develop the opinion of probable construction costs
for lighting elements.
vii. Assemble special technical specifications for illumination, if needed.
c. Construction Phase Services
i. CONSULTANT shall review shop drawings, samples and other submittals submitted by the contractor
for general conformance with the design concepts and general compliance with the requirements of
the contract for construction. Such review shall not relieve the Contractor from its responsibility for
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 15
performance in accordance with the contract for construction, nor is such review a guarantee that the
work covered by the shop drawings, samples and submittals is free of errors, inconsistencies, or
omissions.
ii. As requested by the City, CONSULTANT shall provide necessary interpretations and clarifications of
contract documents, respond to Request for Information (RFI) from the contractor, review change
orders, and make recommendations as to the acceptability of the work. CONSULTANT will meet with
the Contractor on-site to review any field changes.
Task 8: Landscaping and Irrigation Design
CONSULTANT will provide Landscape Architecture Design services that consist of improvements that meet
or exceed the requirements applicable to the landscape ordinance of the City of Denton for landscape and
irrigation parking lot improvements.
Included in this item:
a. Coordination of City review and approval of plans prepared as part of this item.
b. Up to three (3) team design meetings at the office of the CLIENT to coordinate ground plane design
elements, and verify owner expectations for the level of finish.
c. City Landscape Plan Submittal: If required, CONSULTANT will submit a Landscape Compliance Plan
demonstrating code compliance for City review and approval.
d. Construction Documents: Plans to include planting and irrigation with applicable details to a level sufficient
to demonstrate design intent and allow the construction thereof, including materials and quantity
schedules. Technical specifications to be included.
e. Coordination with the Civil Engineer to provide dedicated irrigation meter.
f. If required by the governing jurisdiction CONSULTANT will make up to one (1) site visit at the completion
of the project to ensure the landscape was installed per the plans.
Not included in this item:
a. Hardscape design, signage, site furnishings, lighting, fences, or water features.
b. Enhanced landscape design beyond primary parking lot locations.
c. Irrigation systems utilizing reclaimed water that require pumps, filters and associated controls.
d. 2D or 3D renderings, graphics or applications required to pursue a variance or special exception to the
ordinance.
e. LEED pursuit.
f. Construction supervision or administration.
g. All these services can be provided upon request for an additional fee.
LANDSCAPE CONSTRUCTION ADMINISTRATION: CONSULTANT will provide limited Construction
Administration services by processing shop drawings and product submittals, responding to RFIs, and issuing
supplemental instructions if required related to the work shown on the Landscape Architecture Plans.
Submittals not required by the contract documents or not related to plans developed by the Landscape
Architect will not be reviewed.
At the CLIENT’s request, a representative will attend up to three (3) Owner/Architect/Contractor (OAC) project
coordination meetings during construction. At the request of the Owner, and in conjunction with the OAC
meetings, CONSULTANT will visit the site at critical junctures during the course of site construction up to three
(3) times. Recommended times for site visits could include:
a. Paving mockups and site formwork/reinforcing.
b. Testing of the irrigation mainline and landscape drainage structures.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 16
c. Upon completion of soil preparation and finish grade, after plant material has been laid out, but prior to
actual planting.
d. Substantial Completion Walk-Through.
e. Final Completion Walk-Through.
This shall not be construed as performing continuous construction inspection.
Please note the following:
a. CONSULTANT shall not at any time supervise or have authority over any Contractor work or jobsite
management procedures, nor shall CONSULTANT have authority over or be responsible for the means
and methods, or procedures of construction selected or used by the Contractor.
b. CONSULTANT neither guarantees the performance of the Contractor nor assumes responsibility for the
Contractor’s failure to furnish and perform the Work in accordance with the Contract Documents.
c. CONSULTANT shall not provide or have any responsibility for surety bonding or insurance-related advice,
recommendations, counseling, or research, or enforcement of construction insurance or surety bonding
requirements.
d. CONSULTANT shall not be responsible for the acts or omissions of the Contractor or for any decision or
interpretation of the Contract Documents made by the Contractor.
e. While at the Site, CONSULTANT's employees and representatives shall comply with the specific
applicable requirements of the Contractor's and Owner's safety programs of which CONSULTANT has
been informed in writing.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 17
SECTION 3: Deliverables
Deliverables:
TNP will provide the following deliverables for each project:
a. Schematic Plans (30%):
i. Schematic parking layout and typical sections
ii. Schematic opinion of probable construction cost
b. Preliminary Plans (60%):
i. Preliminary construction plans for all project elements
ii. Preliminary landscaping plans
iii. Preliminary lighting plans
iv. Standard details
v. Preliminary technical specifications
vi. Opinion of probable construction cost
c. Prefinal Plans (90%):
i. Prefinal construction plans for all project elements
ii. Prefinal landscaping plans
iii. Prefinal lighting plans
iv. Standard details
v. Project specific details
vi. Prefinal project manual and technical specifications
vii. Opinion of probable construction cost
d. Bid Documents (100%):
i. Sealed construction plans
ii. Opinion of probable construction cost
iii. Project manual (contract documents and technical specification)
The bid documents will include technical specifications, estimated quantities, instructions to bidders regarding
insurance and bonds, maps identifying the streets to be rehabilitated, and plans and details as necessary to
convey the intent of the work. The CONSULTANT will prepare an Opinion of Probable Construction Cost
based on the proposed improvements.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 18
SECTION 4: Project Location Maps
A. North Lakes Soccer Complex Main Parking Lot:
Project
Site
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 19
B. North Lakes Soccer Complex North Lot:
Project
Site
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 20
C. Emily Fowler Library:
Project
Site
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 21
D. Martin Luther King Jr. Recreation Center
Project
Site
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 22
E. Avondale Park
Project
Site
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 23
ATTACHMENT 'A-1'
ADDITIONAL SERVICES
Additional Services:
Following is a list of services which are not included in the scope of services. These services can be added
to the project if needed. Additional services shall be billed at hourly rates according to the terms defined in
Attachment C.
a. Traffic signal design and construction plans
b. Traffic impact analysis
c. Traffic signal timing
d. Traffic operations analysis
e. Traffic signal interconnection, ITS, or other connectivity
f. Traffic control plans
g. Construction phasing plans
h. Pavement marking or signage plans
i. FEMA coordination, LOMR or CLOMR applications
j. Utility relocation design
k. Roadway capacity calculations
l. Roundabout design
m. Monument signs
n. Construction support services other than what is included in Basic Services
o. ROW and boundary surveys
p. ROW and easement acquisitions support services
q. Right of entry letters
r. Construction staking
s. Construction inspections services
t. Materials testing
u. Coordination with municipal or governmental agencies other than the City
v. Detention pond design
w. Downstream assessments and timing studies
x. Retaining wall design
y. Structural engineering design
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 24
ATTACHMENT 'B'
STANDARD RATE SCHEDULE
Effective January 1, 2024 to December 31, 2024
Hourly
Engineering/Landscape Architecture/ROW Billing Rate
Principal or Director $310.00Team Leader $285.00
Senior Project Manager $280.00
Project Manager $240.00Senior Engineer $290.00Project Engineer $190.00
Senior Structural Engineer $295.00Structural Engineer $210.00Engineer III/IV $170.00
Engineer I/II $145.00Senior Landscape Architect/Planner $290.00Landscape Architect / Planner $210.00
Landscape Designer $150.00
Senior Designer $195.00Designer$170.00Senior CAD Technician $165.00
CAD Technician $130.00IT Technician $190.00Clerical$90.00
ROW Manager $265.00Senior ROW Agent $195.00ROW Agent $155.00
Relocation Agent $195.00
ROW Admin $110.00Intern$90.00
Hourly
Surveying Billing Rate
Survey Manager $310.00
Registered Professional Land Surveyor (RPLS)$265.00Field Coordinator $160.00S.I.T. or Senior Survey Technician $155.00
Survey Technician $140.00
1-Person Field Crew w/Equipment**$170.002-Person Field Crew w/Equipment**$200.003-Person Field Crew w/Equipment**$225.00
4-Person Field Crew w/Equipment**$245.00Flagger$65.00Abstractor (Property Deed Research)$105.00
Small Unmanned Aerial Systems (sUAS) Equipment & Crew $475.00Terrestrial Scanning Equipment & Crew $290.00
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 25
Hourly
Utility Management, Utility Coordination, and SUE Billing Rate
Senior Utility Coordinator $190.00
Utility Coordinator $170.00
SUE Field Manager $190.00Sr. Utility Location Specialist $180.00Utility Location Specialist $135.00
1-Person Designator Crew w/Equipment***$165.002-Person Designator Crew w/Equipment***$220.002-Person Vac Excavator Crew w/Equip (Exposing Utility Only)$335.00 (4 hr. min.)
Core Drill (equipment only)$830.00 per day
SUE QL-A Test Hole (0 < 8 ft)***$2,400.00 each
SUE QL-A Test Hole (> 8 < 15 ft)***$2,900.00 each
Hourly
Construction Management, Construction Engineering and Inspection (CEI)Billing Rate
Construction Inspector I/II $120.00
Construction Inspector III $140.00
Senior Construction Inspector $160.00Construction Manager $235.00Senior Construction Manager $280.00
Direct Cost Reimbursables
A fee equal to 3% of labor billings shall be included on each monthly invoice for prints, plots,
photocopies, plans or documents on CD, DVD or memory devices, and mileage. No individual or
separate accounting of these items will be performed by TNP.
Any permit fees, filing fees, or other fees related to the project and paid on behalf of the client by TNP to other entities shall be invoiced at 1.10 times actual cost.
Notes:
All subcontracted and outsourced services shall be billed at rates comparable to TNP’s billing rates above or cost times a
multiplier of 1.10.
* Rates shown are for 2024 and are subject to change in subsequent years.
** Survey equipment may include truck, ATV, Robotic Total Station, GPS Units and Digital Level.
*** Includes crew labor, vehicle costs, and field supplies.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 26
ATTACHMENT 'B-1'
SAMPLE INVOICE
Teague, Nall & Perkins, Inc.
3200 S. I 35 E
Suite 1129
Denton, TX 76210
940-383-4177
Dustin Draper
Project Manager
City of Denton, Texas
401 N Elm St
Denton, TX 76201
Invoice number 01
Date: January 26, 2024
Denton NEMA Parking Lots Reconstruction
TNP Project Number DEN 23623
Professional services rendered for the month ending December 30,2023
Description
Contract
Amount
Percent
Complete
Total
Billed
Prior
Billed
Current
Billed
Design and Bid Phase Services 130,000.00 57.92 75,300.00 62,000.00 13,300.00
Survey Services 18,600.00 100.00 18,600.00 18,600.00 0.00
Subsurface Utility Engineering 14,500.00 100.00 14,500.00 14,500.00 0.00
Total 163,100.00 66.46 108,400.00 101,593.00 14,280.00
Invoice total 13,300.00
Please show project number on all payments of this statement
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
EXHIBIT B
Project Name: Denton NEMA Parking Lots Reconstruction
Client: City of Denton
TNP Project #: DEN 23623
Date: 1.26.2023 Page 27
ATTACHMENT 'C'
PROJECT SCHEDULE
The CONSULTANT shall endeavor to accomplish the work in accordance with the attached schedule:
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
IDTask ModeTask NameDuration StartFinishPredecessors1Denton NEMA Parking Lots230 daysMon 4/1/24Fri 2/14/252A. North Lakes Soccer Complex - Main Parking Lot170 daysMon 4/1/24Fri 11/22/243Task 1A: Topographic Survey30 daysMon 4/1/24Fri 5/10/244Task 2A: SUE Level B Investigation20 daysMon 4/29/24Fri 5/24/243FS-10 days5Task 4A: Geotechnical Investigation25 daysMon 4/29/24Fri 5/31/246Field Exploration5 daysMon 4/29/24Fri 5/3/243SS+20 days7Engineering Report20 daysMon 5/6/24Fri 5/31/2468Task 5A: Design and Construction Plans140 daysMon 5/13/24Fri 11/22/2416B. North Lakes Soccer Complex - North Parking Lot160 daysMon 4/29/24Fri 12/6/2417Task 1B: Topographic Survey30 daysMon 4/29/24Fri 6/7/243FS-10 days18Task 2B: SUE Level B Investigation20 daysMon 5/27/24Fri 6/21/2417FS-10 days19Task 4B: Geotechnical Investigation25 daysMon 5/27/24Fri 6/28/2420Field Exploration5 daysMon 5/27/24Fri 5/31/2417SS+20 days21Engineering Report20 daysMon 6/3/24Fri 6/28/242022Task 5B: Design and Construction Plans130 daysMon 6/10/24Fri 12/6/2430C. Emily Fowler Library Parking180 daysMon 5/27/24Fri 1/31/2531Task 1C: Topographic Survey30 daysMon 5/27/24Fri 7/5/2417FS-10 days32Task 2C: SUE Level B Investigation20 daysMon 6/24/24Fri 7/19/2431FS-10 days33Task 4C: Geotechnical Investigation25 daysMon 6/24/24Fri 7/26/2434Field Exploration5 daysMon 6/24/24Fri 6/28/2431SS+20 days35Engineering Report20 daysMon 7/1/24Fri 7/26/243436Task 5C: Design and Construction Plans150 daysMon 7/8/24Fri 1/31/2544D. Martin Luther King Jr. Recreation Center Parking170 daysMon 6/24/24Fri 2/14/2545Task 1D: Topographic Survey30 daysMon 6/24/24Fri 8/2/2431FS-10 days46Task 2D: SUE Level B Investigation20 daysMon 7/22/24Fri 8/16/2445FS-10 days47Task 4D: Geotechnical Investigation25 daysMon 7/22/24Fri 8/23/2448Field Exploration5 daysMon 7/22/24Fri 7/26/2445SS+20 days49Engineering Report20 daysMon 7/29/24Fri 8/23/244850Task 5D: Design and Construction Plans140 daysMon 8/5/24Fri 2/14/2558E. Avondale Park Parking Lot150 daysMon 7/22/24Fri 2/14/2559Task 1E: Topographic Survey30 daysMon 7/22/24Fri 8/30/2445FS-10 days60Task 2E: SUE Level B Investigation20 daysMon 8/19/24Fri 9/13/2459FS-10 days61Task 4E: Geotechnical Investigation25 daysMon 8/19/24Fri 9/20/2462Field Exploration5 daysMon 8/19/24Fri 8/23/2459SS+20 days63Engineering Report20 daysMon 8/26/24Fri 9/20/246264Task 5E: Design and Construction Plans120 daysMon 9/2/24Fri 2/14/25JanFebMarAprMayJunJulAugSepOctNovDecJanFebMarQtr 1, 2024Qtr 2, 2024Qtr 3, 2024Qtr 4, 2024Qtr 1, 2025Qtr 2, 2025Page 1EXHIBIT BDocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Assessment and Design of Four Parking Lots - 8386
EXHIBIT C
INSURANCE REQUIREMENTS
Respondent’s attention is directed to the insurance requirements below. It is highly
recommended that respondents confer with their respective insurance carriers or
brokers to determine in advance of Proposal/Bid submission the availability of insurance
certificates and endorsements as prescribed and provided herein. If an apparent low
respondent fails to comply strictly with the insurance requirements, that respondent may
be disqualified from award of the contract. Upon contract award, all insurance
requirements shall become contractual obligations, which the successful contractor
shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the contracted work
has been completed and accepted by the City of Denton, Owner, the minimum
insurance coverage as indicated hereinafter.
As soon as practicable after notification of contract award, Contractor shall file
with the Purchasing Department satisfactory certificates of insurance including
any applicable addendum or endorsements, containing the contract number and
title of the project. Contractor may, upon written request to the Purchasing
Department, ask for clarification of any insurance requirements at any time;
however, Contractors are strongly advised to make such requests prior to
proposal/bid opening, since the insurance requirements may not be modified
or waived after proposal/bid opening unless a written exception has been
submitted with the proposal/bid. Contractor shall not commence any work
or deliver any material until he or she receives notification that the contract has
been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements
shall comply with the following general specifications, and shall be maintained in
compliance with these general specifications throughout the duration of the
Contract, or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the
State of Texas with an A.M. Best Company rating of at least A- or better.
• Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees
and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Assessment and Design of Four Parking Lots - 8386
o Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers.
o That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is
made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability.
o Provide a Waiver of Subrogation in favor of the City of Denton, its
officials, agents, employees, and volunteers.
• Cancellation: City requires 30 day written notice should any of the
policies described on the certificate be cancelled or materially changed
before the expiration date.
• Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise
to claims made after expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.
• Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date. If insurance is not reinstated, City may,
at its sole option, terminate this agreement effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following specifications, and shall be maintained in
compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
A. COMMERCIAL GENERAL LIABILITY INSURANCE
Commercial General Liability Insurance including, but not limited to,
Premises/Operations, Personal & Advertising Injury, Products/Completed
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Assessment and Design of Four Parking Lots - 8386
Operations, Independent Contractors, and Contractual Liability with minimum
combined bodily injury (including death) and property damage limits of
$1,000,000.00 per occurrence and $2,000,000.00 general aggregate.
B. WORKERS’ COMPENSATION and EMPLOYERS LIABILITY INSURANCE Workers’ Compensation within the regulations of the Texas Workers’
Compensation Act. The minimum policy limits for Employers Liability are:
Bodily Injury by Accident: $100,000.00 Each Accident
Bodily Injury by Disease: $100,000.00 Each Employee
Bodily Injury by Disease: $500,000,000.00 Policy Limit
NOTES:
a. If CONTRACTOR will not be providing services under the contract at a City
facility, has no employees and/or is operating as a sole owner and single
operator, CONTRACTOR shall provide a signed letter, with the current date,
on official letterhead stating such to meet the requirement.
b. If CONTRACTOR is a non-subscriber or is self-insured CONTRACTOR
shall provide a copy of its Certificate of Authority to Self-Insure from the
Texas Department of Insurance, Division of Workers’ Compensation Self
Insurance Regulation Program, evidence of alternative coverage and
internal safety and injury coverage policies and procedures.
C. BUSINESS AUTOMOBILE LIABILITY INSURANCE Business Automobile Liability Insurance covering owned, hired, and non-
owned vehicles, with a minimum combined single limit for bodily injury (including
death) and property damage limit of $500,000.00 per occurrence.
NOTE:
a. If CONTRACTOR does not have owned, hired and non-owned autos
or vehicles and/or no autos or vehicles will not be used in the
performance of services under the contract, CONTRACTOR shall
provide a signed letter, with the current date, on official letterhead
stating such to meet the requirement for owned autos.
D. PROFESSIONAL LIABILITY INSURANCE
If CONTRACTOR is a licensed or certified person who renders professional
services, then Professional Liability Insurance to provide coverage against
any claim which the CONTRACTOR becomes legally obligated to pay as
damages arising out of the performance of professional services caused by
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Assessment and Design of Four Parking Lots - 8386
any negligent error, omission or act with minimum limits of $1,000,000.00
per claim, $2,000,000.00 annual aggregate.
SUBCONTRACTING LIABILITY
(1) Without limiting any of the other obligations or liabilities of the CONTRACTOR,
the CONTRACTOR shall require each Subcontractor performing work under the
contract, at the Subcontractor's own expense, to maintain during the engagement
with the CITY, types and limits of insurance that are appropriate for the
services/work being performed, comply with all applicable laws and are consistent
with industry standards. The Subcontractor’s liability insurance shall name
CONTRACTOR as an additional insured.
(2) CONTRACTOR shall obtain and monitor the certificates of insurance from each
Subcontractor. CONTRACTOR must retain the certificates of insurance for the
duration of the contract and shall have the responsibility of enforcing insurance
requirements among its subcontractors. The CITY shall be entitled, upon request
and without expense, to receive copies of these certificates.
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined
by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a) and by City of Denton
Ethics Code, Ordinance 18-757.
By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the
date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a
misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day
after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section
176.003(a)(2)(A). Also describe any family relations hip with the local government officer. This section, (item 3 including subparts A, B, C & D), must be
completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.00 1(1-a), Local Government Code.
Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in
this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer
or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Teague Nall and Perkins, Inc.
X
3/15/2024
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy
reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the
parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local
governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,
and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(A) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a family member of the officer that
results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during
the 12-month period preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more
than $100 in the 12-month period preceding the date the officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member
of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the
aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day
after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental entity; or
(B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another
writing related to a potential contract with the local governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a family member of the officer,
described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
City of Denton Ethics Code Ordinance Number 18-757
Definitions:
Relative: a family member related to a City Official within the third 3rd degree of affinity (marriage) or consanguinity (blood or adoption)
City Official: for purpose of this article, the term consists of the Council Members, Department Heads, or member of the Board of Ethics, Planning
and zoning Commission Members, Board of Adjustment, Historic Landmark Commission, or Public Utilities Board
Vendor: a person who provides or seeks to provide goods, services, and/or real property to the City in exchange for compensation. This definition
does not include those property owners from whom the City acquires public right-of-way or other real property interests for public use.
Per the City of Denton Ethics Code, Section 2-273. – Prohibitions
(3) It shall be a violation of this Article for a Vendor to offer or give a Gift to City Official exceeding fifty dollars ($50.00) per gift, or multiple gifts
cumulatively valued at more than two hundred dollars ($200.00) per a single fiscal year.
Per the City of Denton Ethics Code, Section 2-282. – Disposition (b), (5) Ineligibility
If the Board of Ethics finds that a Vendor has violated this Article, the Board may recommend to the City Manager that the Vendor be deemed
ineligible to enter into a City contract or other arrangement for goods, services, or real property, for a period of one (1) year.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
DocuSign Envelope ID: 1EDDE272-6A68-4160-BC3F-F71E0FAD6585
Certificate Of Completion
Envelope Id: 1EDDE2726A684160BC3FF71E0FAD6585 Status: Completed
Subject: Please DocuSign: City Council Contract 8386 NEMA Parking Lot Condition Assessment
Source Envelope:
Document Pages: 49 Signatures: 6 Envelope Originator:
Certificate Pages: 6 Initials: 1 Erica Garcia
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
901B Texas Street
Denton, TX 76209
erica.garcia@cityofdenton.com
IP Address: 198.49.140.10
Record Tracking
Status: Original
3/12/2024 11:39:13 AM
Holder: Erica Garcia
erica.garcia@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Erica Garcia
erica.garcia@cityofdenton.com
Senior Buyer
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 3/12/2024 11:41:50 AM
Viewed: 3/12/2024 11:41:57 AM
Signed: 3/12/2024 11:42:42 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Lori Hewell
lori.hewell@cityofdenton.com
Purchasing Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 3/12/2024 11:42:45 AM
Viewed: 3/12/2024 1:09:42 PM
Signed: 3/12/2024 1:15:16 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Marcella Lunn
marcella.lunn@cityofdenton.com
Senior Deputy City Attorney
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 35.135.179.188
Sent: 3/12/2024 1:15:20 PM
Viewed: 3/12/2024 2:00:57 PM
Signed: 3/12/2024 2:01:47 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Christopher Hartke
chartke@tnpinc.com
Director of Engineering Services
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 137.27.172.228
Sent: 3/12/2024 2:01:50 PM
Viewed: 3/15/2024 10:56:19 AM
Signed: 3/15/2024 11:07:29 AM
Electronic Record and Signature Disclosure:
Accepted: 3/15/2024 10:56:19 AM
ID: cb7945d0-e724-445c-876b-cb079d2e9b1c
Signer Events Signature Timestamp
Trevor Crain, PMP
Trevor.Crain@cityofdenton.com
Director of Capital Projects
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 3/15/2024 11:07:33 AM
Viewed: 3/15/2024 11:09:42 AM
Signed: 3/15/2024 11:10:36 AM
Electronic Record and Signature Disclosure:
Accepted: 3/15/2024 11:09:42 AM
ID: ded50493-c1ef-411c-91d3-d18aef4827b2
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 3/15/2024 11:10:40 AM
Viewed: 4/17/2024 9:18:41 AM
Signed: 4/17/2024 9:19:19 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 4/17/2024 9:19:22 AM
Viewed: 4/17/2024 9:19:37 AM
Signed: 4/17/2024 9:19:49 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Sara Hensley
sara.hensley@cityofdenton.com
City Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 47.190.47.120
Signed using mobile
Sent: 4/17/2024 9:19:52 AM
Viewed: 4/17/2024 9:27:53 AM
Signed: 4/17/2024 9:27:58 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Lauren Thoden
lauren.thoden@cityofdenton.com
City Secretary
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.104
Sent: 4/17/2024 9:28:02 AM
Resent: 4/17/2024 12:51:47 PM
Viewed: 4/18/2024 8:19:10 AM
Signed: 4/18/2024 8:20:11 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Carbon Copy Events Status Timestamp
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 3/12/2024 11:42:45 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Gretna Jones
gretna.jones@cityofdenton.com
Legal Secretary
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 3/15/2024 11:10:40 AM
Viewed: 3/18/2024 3:05:13 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
City Secretary Office
citysecretary@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 4/18/2024 8:20:15 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 3/12/2024 11:41:50 AM
Envelope Updated Security Checked 4/2/2024 9:24:30 AM
Envelope Updated Security Checked 4/2/2024 9:24:30 AM
Envelope Updated Security Checked 4/17/2024 12:51:46 PM
Envelope Updated Security Checked 4/17/2024 12:51:46 PM
Envelope Updated Security Checked 4/17/2024 12:51:46 PM
Certified Delivered Security Checked 4/18/2024 8:19:10 AM
Signing Complete Security Checked 4/18/2024 8:20:11 AM
Completed Security Checked 4/18/2024 8:20:15 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Denton (we, us or Company) may be required by law to provide to
you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through your DocuSign, Inc.
(DocuSign) Express user account. Please read the information below carefully and thoroughly,
and if you can access this information electronically to your satisfaction and agree to these terms
and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of
this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your DocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your DocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM
Parties agreed to: Christopher Hartke, Trevor Crain, PMP
How to contact City of Denton:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: purchasing@cityofdenton.com
To advise City of Denton of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com
and in the body of such request you must state: your previous e-mail address, your new e-mail
address. We do not require any other information from you to change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your DocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from City of Denton
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in
the body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Denton
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your DocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you
must state your e-mail, full name, IS Postal Address, telephone number, and account
number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions
may take a longer time to process..
Required hardware and software
Operating Systems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Explorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetScape 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
proxy connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
• Until or unless I notify City of Denton as described above, I consent to receive from
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Denton during the course of my relationship with you.