8434 - Contract Executed
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Piggy Back Option
Contract Expiration
Ordinance
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
RFP
Christina Dormady
Yes
Utility and Misc Bill Print and Mail Services
8434
SEPTEMBER 17, 2024
SEPTEMBER 17, 2029
24-1752
Contract # 8434
CONTRACT BY AND BETWEEN
CITY OF DENTON, TEXAS AND FORMMAKER SOFTWARE, INC. (DBA KUBRA)
(CONTRACT 8434)
THIS CONTRACT is made and entered into this date ______________________, by
and between FORMMAKER SOFTWARE, INC. dba KUBRA a TEXAS corporation, whose
address is 955 Freeport PKWY, STE 200, Coppell, TX 75019-4459 hereinafter referred to as
"Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or their duly authorized designee.
For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows:
SCOPE OF SERVICES
Contractor shall provide products and/or services in accordance with the City’s document RFP 8434-Utility & Miscelanous Bill Print & Mailing Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by
reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 8434 (Exhibit “B” on File at the Office of the Purchasing
Agent);
(c) City of Denton Standard Terms and Conditions (Exhibit “C”);
(d) Certificate of Interested Parties Electronic Filing (Exhibit "D"); (e) Insurance Requirements (Exhibit “E”); (f) Contractor’s Proposal (Exhibit "F"); (g) Form CIQ – Conflict of Interest Questionnaire (Exhibit "G");
(h) Contractor’s Service Level Agreement (Exhibit “H”). These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed
above. These documents shall be referred to collectively as “Contract Documents.”
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.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
9/18/2024
Contract # 8434
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 term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach.
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.
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.
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. 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.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in
the year and day first above written.
CONTRACTOR
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:
LAUREN THODEN, CITY SECRETARY BY: _______________________________
APPROVED AS TO LEGAL FORM:
MACK REINWAND, CITY ATTORNEY
BY: _______________________________
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: C0345F5B-3A96-4ACE-A503-C5E6F346B679
2024-1192121
905-624-2220
President & CEO
Rick Watkin
Rick.Watkin@kubra.com
Christa Foster
Customer Service
Customer Service Manager
2024-1192176
Contract # 8434
Exhibit A
Special Terms and Conditions
1. Total Contract Amount
The contract total for services shall not exceed $3,834,166. Pricing shall be per Exhibit F attached.
2. The Quantities The quantities indicated on Exhibit F are estimates based upon the best available information. The
City reserves the right to increase or decrease the quantities to meet its actual needs without any
adjustments in the bid price. Individual purchase orders will be issued on an as needed basis.
3. Contract Terms
The contract term will be one (1) year, effective from date of award. The City and the Supplier
shall have the option to renew this contract for an additional Four (4) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Supplier’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior
to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months subject to mutual agreement on the pricing for the extension Term, however the pricing shall not increase more than 10% (with the exception of consumables (paper and envelopes) and postage which are pass through expenses not
subject to the cap).
4. Price Escalation and De-escalation
On Supplier’s request in the form stated herein, the City will implement an escalation/de-escalation price adjustment annually based on these special terms. Any request for price
adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer
Price Index (PPI) or the manufacturer published pricing list. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. The price will be increased or decreased based upon the annual percentage change in the PPI or the percentage change in the manufacturer’s price list. Should the PPI or
manufacturer price list change exceed a minimum threshold value of +/-1%, then the stated
eligible bid prices shall be adjusted in accordance with the percent change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration.
Request must be submitted in writing with supporting evidence for need of such increase to the
Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must
also provide supporting documentation as justification for the request. If no request is made, then
it will be assumed that the current contract price will be in effect.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal
date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued.
Pre-price increase prices must be honored on orders dated up to the official date of the City of
Denton approval and/or cancellation.
The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation
number.
The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes.
Notwithstanding the foregoing, Supplier reserves the right to increase consumable pricing (paper
and envelopes) based on an industry wide increase which is established through public articles from at least two pulp and paper mills both during the initial term or any renewal term and such increase is not subject to the cap, however such increase is subject to Supplier providing sufficient evidence of the need for such increase.
5. Performance Liquidated Damages
Supplier agrees to print and release mail to USPS within the SLA turnaround commitment time 99.9% of the time, contingent on timely receipt of a complete and accurate data file from the City. If there is a violation of the SLA in any month, Supplier will credit the City 1% of the iMail fees for that month (not including consumables and postage) for the first violation in a month and 2%
of the iMail fees for that month (not including consumables and postage) for subsequent violations
in the same month.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
Exhibit C
Standard Purchase Terms and Conditions
These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to
contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the
provisions on the face of the contract/purchase order these written provisions will take precedence.
The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and
sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed
principally at the City’s premises or on public rights-of-way.
1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local
laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all
obligations are performed in accordance with the Contract.
3. CONTRACTOR TO PACKAGE DELIVERABLES: Reserved. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of
deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables.
6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, the Contractor’s price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of
transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at
delivery before accepting them, and to reject defective or non-conforming deliverables. If the City
has the right to inspect the Contractor’s, or the Contractor’s Subcontractor’s, facilities, or the
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
deliverables at the Contractor’s, or the Contractor’s Subcontractor’s, premises, the Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance
to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity.
Any non-complying tender shall constitute a breach and the Contractor shall not have the right to
substitute a conforming tender; provided, where the time for performance has not yet expired, the
Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the
sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location and
essential characteristics of the work sites, the quality and quantity of materials, equipment, labor
and facilities necessary to perform the services, and any other condition or state of fact which could
in any way affect performance of the Contractor’s obligations under the contract. The Contractor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions.
The contractor shall, at all times, exercise reasonable precautions for the safety of their employees, City Staff, participants and others on or near the City’s facilities. 10. WORKFORCE A. The Contractor shall employ only orderly and competent workers, skilled in the performance
of the services which they will perform under the Contract.
B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law,
except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. C. If the City or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed
any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City's prior written consent.
Immigration: The Contractor represents and warrants that it shall comply with the requirements
of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification
and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (“IIRIRA) enacted on September 30, 1996.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL
REGULATIONS: The Contractor, it’s Subcontractors, and their respective employees, shall
comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City in the case of any Services performed on-site at City locations and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most
stringent safety requirement shall govern. The Contractor shall indemnify and hold the City
harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and
liability of every kind arising from the breach of the Contractor’s obligations under this paragraph.
Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et
seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12. INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase
release after each delivery. If partial shipments or deliveries are authorized by the City, a separate
invoice must be sent for each shipment or delivery made.
B. Proper Invoices must include a unique invoice number, the purchase order or delivery
order number and the master agreement number if applicable, the Department’s Name, and
the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight
waybill, when applicable, shall be attached to the invoice. The Contractor’s name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Contractor’s invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables
order number clearly identified. Invoices shall also include a tabulation of work-hours at the
appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup.
E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within
thirty (30) calendar days of the City’s receipt of the invoice in Accounts Payable. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid
balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the
maximum lawful rate; except, if payment is not timely made for a reason for which the City
may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after
the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor;
ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. reserved;
iv. reserved;
v. reserved.
vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents.
E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges,
surcharges, or penalties to the City for payments made by credit card or electronic funds transfer.
G. The awarding or continuation of this contract is dependent upon the availability of funding. The
City’s payment obligations are payable only and solely from funds Appropriated and available for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the Contractor
written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City.
14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the
Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the term of this contract, the contractor shall bill and the City shall reimburse contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by
the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance
Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute:
i. a waiver of all claims by the City against the Contractor, except claims (1) which have
been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
other than those previously asserted in writing and not yet settled.
16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such.
17. RIGHT TO AUDIT:
A. The City shall have the right upon reasonable advance written notice to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to 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 ten (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 the Contract, and to allow
the City 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 City unless the
audit reveals an overpayment of 5% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract
and shall constitute, in the City’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.
18. SUBCONTRACTORS:
A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in
writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract
between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict
accordance with the provisions, specifications and terms of the Contract;
ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment
to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and
v. require that the Subcontractor indemnify and hold the City harmless to the same extent
as the Contractor is required to indemnify the City.
C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the
part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City.
19. WARRANTY-PRICE:
The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor.
20. WARRANTY – TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables.
21. WARRANTY – DELIVERABLES: The Contractor warrants and represents that all
deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations,
and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from
the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City’s option
and at no additional cost to the City. All costs incidental to such repair or replacement, including
but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City’s rights under this section. D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the
Contractor, and purchase conforming deliverables from other sources. In such event the City may request reasonable compensation for the cost of procuring the deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate
manufacturer’s warranty, the Contractor shall transfer and assign such manufacturer’s warranty to
the City. If for any reason the manufacturer’s warranty cannot be fully transferred to the City, the
Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer’s warranty for the benefit of the City. 22. WARRANTY – SERVICES: The Contractor warrants and represents that all services to be
provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations.
A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty
implied by law, and any attempt to do so shall be without force or effect.
B. Unless otherwise specified in the Contract, the warranty period shall be at least thirty days from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such
additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may
reduce the amount of services it may be required to purchase under the Contract from the
Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source.
23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non-
conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay
all claims, costs, losses and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor.
24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party’s intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract.
25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or
unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice.
26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in
Contractor’s Offer, or in any report or deliverable required to be submitted by the Contractor to
the City.
27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective thirty (30) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such thirty (30) day period, cures such default, or provides evidence sufficient to prove to the City’s
reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy
available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Contractor’s default, including, without limitation, cost of cover, reasonable attorneys’ fees, court costs, and prejudgment and post-judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the City’s vendor list for three (3) years and
any Offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and
remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by
law. In the event of a material breach of the Contract by the City, Contractor shall have the right to terminate the Contract for cause, by written notice effective forty-five (45) calendar days, unless
otherwise specified, after the date of such notice, unless City within such one forty-five (45) day period, cures such default, or provides evidence sufficient to prove to the Contractor’s reasonable satisfaction that such default does not, in fact, exist. 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause any time upon one hundred eighty (180) calendar days’ prior written notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of
termination. The City shall pay the Contractor, to the extent of funds Appropriated or otherwise
legally available for such purposes, for all goods delivered and services performed and obligations
incurred prior to the date of termination in accordance with the terms hereof . 29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the
Contract for cause by the City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if
the City deems it is in its best interest. If such delay causes an increase in the cost of the work
under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs
incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified.
B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to
any of the foregoing causes, then the time for completion of the services will be extended;
provided, however, in such an event, a conference will be held within three (3) business days to
establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31. INDEMNITY:
A. Definitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism,
including attorney and other professional fees for: (1) damage to or loss of the property of
any person (including, but not limited to the City, the Contractor, their respective agents,
officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Contractor, the Contractor’s
subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non-conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY),
INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS,
EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL
INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO,
CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR
THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE
PERFORMANCE OF THE CONTRACTOR’S OBLIGATIONS UNDER THE
CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF
THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE
RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE
LIABLE FOR AN INDEMNIFIED CLAIM.
C. LIMITATION OF LIABILITY: Contractor shall not be liable for any indirect, consequential, special, incidental, punitive or other damages of any kind or nature whatsoever, whether claimed by City or any other person, which arise out of the provision of the Services or City’s use of or reliance on them, unless such damages are a result of the Contractor’s gross
negligence or willful misconduct. City acknowledges and agrees that Contractor’s total liability
to City, including any obligations to indemnify City in accordance with this Contract, and the sum of all of City’s remedies against Contractor will in all events not exceed, in the aggregate, the amount City actually paid to Contractor on account of fees under this Contract for the twenty four (24) month period preceding the occurrence in respect of which the claim arose or the statutory limitation for municipalities, whichever is greater.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Exhibit E for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and
satisfactory to the City of Denton.
A. General Requirements:
i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period.
ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from
consideration for award. The Contractor must also forward a Certificate of Insurance to the
City whenever a previously identified policy period has expired, or an extension option or
hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed
to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued
and shall be written by companies with A.M. Best ratings of A- VII or better. The City
will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the
solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional
insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified.
If Excess Liability Insurance is provided, it shall follow the form of the primary coverage.
ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
policies. x. The City reserves the right to review the insurance requirements set forth during the
effective period of the Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as the Contractor.
xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance
to lapse during the term of the Contract or as required in the Contract.
xii. The Contractor shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days’ written notice of erosion of the aggregate limits below occurrence limits for all applicable
coverage’s indicated within the Contract. xiv. The insurance coverage’s specified in within the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Contractor.
B. Specific Coverage Requirements: Specific insurance requirements are contained in the
solicitation instrument.
33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the
City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City
Hall, 215 East McKinney Street, Denton, Texas 76201.
34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered
Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager.
35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any
portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents
and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that
no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and
other professionals) arising out of or resulting from: (i) any claim that the City’s exercise anywhere
in the world of the rights associated with the City’s’ ownership, and if applicable, license rights,
and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Contractor’s breach of any of Contractor’s representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City’s behalf. Further, Contractor
agrees that the City’s specifications regarding the deliverables shall in no way diminish Contractor’s warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor.
37. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City’s and/or its licensors’ confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential)
(collectively, “Confidential Information”). Contractor acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees,
subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information
in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use
the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to
permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. In order to receive services under this Contract, City may receive access to certain of the
Contractor’s confidential information (including inventions, employee information, trade secrets,
confidential know-how, confidential business information, and other information which the Contractor considers confidential) (collectively, “Contractor Confidential Information”). The City agrees that all documents clearly marked as Confidential will be held in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Contractor Confidential
Information without the prior written consent of the Contractor or in a manner not expressly permitted under this Agreement, unless the Contractor Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the City promptly notifies the Contractor before disclosing such information so as to permit the Contractor reasonable time to seek an appropriate protective order. Contractor
acknowledges that the City of Denton must strictly comply with the Public Information Act,
Chapter 552, Texas Government Code in responding to any request for public information related
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
to this Agreement. This obligation supersedes any conflicting provisions of this Agreement. All material submitted by Contractor to the City of Denton shall become property of the City upon
receipt. Any portions of such material claimed by Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, chapter 552, and Texas Government Code.
38. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and
interests throughout the world in and to any custom deliverables.
A. Reserved. B. Copyrights. City and Contractor shall retain all right, title and interest in and to all intellectual property and other proprietary information, including but not limited to, trademarks, copyrights, writings, computer programs, icons, layouts, original artwork and original practice including any
modifications, enhancements and/or other derivative works of said Party’s intellectual property that may arise as a result of the performance of the Services by Contractor under this Contract. As to any custom deliverables containing copyrightable subject matter which are identified as custom deliverables on a Statement of Work, the Contractor agrees that upon their creation, such
deliverables shall be considered as work made-for-hire by the Contractor for the City and the City
shall own all copyrights in and to such deliverables, provided however, that nothing in this
Paragraph 38 shall negate the City’s sole or joint ownership of any such deliverables arising by virtue of the City’s sole or joint authorship of such deliverables. Should by operation of law, such custom deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute,
acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made-for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work-made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at
such other time as the City may request.
C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or
protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the custom deliverables. The Contractor’s obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright
protection, mask work registration or patent protection for any of the custom deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 37 above.
39. PUBLICATIONS: All published material and written reports submitted under the Contract
must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
40. ADVERTISING: The Contractor shall not advertise or publish, without the City’s prior consent, the fact that the City has entered into the Contract, except to the extent required by law.
41. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona
fide established commercial or selling agencies maintained by the Contractor for the purpose of
securing business. For breach or violation of this warranty, the City shall have the right, in addition
to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee.
42. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding
or amending or the making of any determinations with respect to the performing of such contract.
In the event the Contract is canceled by the City pursuant to this provision, the City shall be
entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43. 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 Contractor shall complete and submit the City’s Conflict of Interest Questionnaire.
44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and
control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or their designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing
services for the City.
45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity
not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The
president of the company or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal
documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments.
46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either
the Contractor or the City of any one or more events of default by the other party shall operate as,
or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an
express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by
both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and
exclusive statement of the terms of their agreement. No course of prior dealing between the parties
or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the
Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing
of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority
regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith
to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the
Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of
initiation of the mediation process, the mediator shall be selected by the Denton County Alternative
Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith
for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator’s fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation.
50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would
refer to and apply the substantive law of another state or jurisdiction. All issues arising from this
Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit
to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the
Contract. Any void provision shall be deemed severed from the Contract and the balance of the
Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void.
52. HOLIDAYS: The following holidays are observed by the City:
New Year’s Day (observed) Martin Luther King, Jr. Day Memorial Day Juneteenth
Independence Day Labor Day Veterans Day Thanksgiving
Friday After Thanksgiving
Christmas Eve (observed)
Christmas Day (observed)
If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday
falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be
between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any
scheduled deliveries or work performance not within the normal hours of operation must be
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
approved by the City Manager of Denton, Texas or their authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and
confidentiality obligations of the parties, shall survive the expiration or termination of the Contract.
54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the
Federal Government, as indicated by the General Services Administration List of Parties Excluded
from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton.
55. EQUAL OPPORTUNITY
A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual orientation, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror’s agent, shall
engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA.
56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded
requirements) The following federally funded requirements are applicable. A. Definitions. As used in this
paragraph –
i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a
domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means-
(1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency
determines are not mined, produced, or manufactured in sufficient and reasonably available
commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products
for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation
with their Offer demonstrating that the article is on an approved Governmental list.
D. The Contractor shall deliver only domestic end products except to the extent that it specified
delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate".
57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this contract, whether amended or not, except as
prohibited by law. Selection of rejection of the submittal does not affect this right.
58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent.
59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509).
60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code,
which prohibits the offering or conferring of benefits to public servants. The Respondent shall give
all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract.
61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on-site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530
of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable
to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or
federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section.
62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701
ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued.
63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers,
including any delivery or cartage company, in connection with any performance pursuant to the
Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any
such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act
of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use
commercially reasonable efforts to recommence performance or observance whenever and to
whatever extent possible without delay. The Respondent shall immediately notify the City of
Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance.
65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as
a waiver of any continuing or succeeding breach.
66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law.
67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access
to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract.
68. EXCLUSIVITY: During the entire Term of this Agreement, City shall solely and exclusively
utilize the Contractor as its sole provider of the printing and mailing of utility bills. 69. POSTAGE DEPOSIT: City is required to maintain a postage deposit with Contractor sufficient to cover 2 months’ worth of postage fees. Any excess postage funds will be returned to City upon termination of the Agreement.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
Should a conflict arise between any of the contract documents, it shall be resolved with the
following order of precedence (if applicable). In any event, the final negotiated contract shall
take precedence over any and all contract documents to the extent of such conflict.
1. Final negotiated contract
2. RFP/Bid documents
3. City’s standard terms and conditions
4. Purchase order
5. Supplier terms and conditions
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Contract # 8434
Exhibit D
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 Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the
Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring
the business entity to file Form 1295 electronically with the Commission.
Contractor will be required to furnish a Certificate of Interest Parties before the contract is
awarded, in accordance with Government Code 2252.908.
The contractor shall: 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 City 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.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Utility and Misc Bill Print and Mailing Services - 8434
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 l i mit i n g 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.
• Reserved.
• Liability policies shall be endorsed to provide the following:
o Name as Additional Insured the City of Denton, its Officials, Agents,
Exhibit E
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Utility and Misc Bill Print and Mailing Services - 8434
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:
1. 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: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Utility and Misc Bill Print and Mailing Services - 8434
any negligent error, omission or act with minimum limits of $1,000,000.00 per
claim, $2,000,000.00 annual aggregate.
2. CYBER/TECHNOLOGY NETWORK LIABILITY AND RISK INSURANCE
Cyber/Technology Network Liability and Risk Insurance, inclusive of
Information Security and Privacy (first and third party coverage) to provide
coverage for any damage caused by a network risk, cyber act or breaches of
data and privacy right, the rendering of, or the failure to properly perform
professional services for, but not limited to, computer programming,
management information systems, negligent system design, disclosure of
confidential information, and copyright infringement with minimum limits
with minimum limits of $2,000,000.00 per claim.
NOTE: Professional Liability Insurance and Cyber/Technology Network
Liability and Network Risk Insurance may be combined on one policy with
a $3,000,000.00 limit.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
ITEM Type of Service Requested Estimated
Monthly Piece UOM BAFO
1 NCOA Update Change Fee (waived)250 Per Piece $0.00
2 Print Statements/Letters (Simplex) (Includes preprocessing and print; paper included in Materials section.)56,000 Per Piece $0.04200
2a Print Statements/Letters (Simplex) additional pages (Includes preprocessing and print; paper included in Materials section.)800 Per Piece $0.04200
2b Print Alternate Deduct per Statements/Letters if City provides paper and envelopes
(Simplex)56,000 Per Piece N/A - KUBRA
provides paper and
envelopes
2c Print Statements/Letters Additional price (Duplex) (Includes preprocessing and print; paper
included in Materials section.)56,000 Per Piece $0.04200
2d Print Statements/Letters Additional price (Duplex) additional pages (Includes
preprocessing and print; paper included in Materials section.)200 Per Piece $0.04200
2e Print Alternate Deduct per Statements/Letters if City provides paper and envelopes
(Duplex)56,000 Per Piece N/A - KUBRA provides paper and envelopes
3 Print Suppression Fee (waived)20,000 Per Piece $0.00
4 Cost to fold flyers for inserting (56,000 to 112,000)112,000 Per Piece $0.00
4a
Insert flyers, brochures, etc. (56,000 to 112,000)
** Please Note, Insertion cost has been moved to Materials Proposal Pricing (F.O.B.
Destination) section under line items 20 & 21 and is charged per package
112,000 Per Piece
$0.000
5 Migration Cost of 3 years' worth of PDF's 4,106,874 Per Piece $0.004
ITEM UOM BAFO
6 Per month
charge $0.01
7 Per month
charge $0.00
8 Per month
charge $0.00
9 Per month charge $0.00
10 Per Hour $175.00
11 Total Cost $0.00
12 Total Cost $0.00
13 $0.00
Materials Proposal Pricing (F.O.B. Destination):
ITEM Description Qty UOM BAFO
19
Roll Fed Color Printing - Fee applied per color impress and includes the actual
application of the ink on a document. This fee includes the actual service of
printing and the ink consumables Per Piece 0.016
20
Outer Mailing Envelope - Custom Custom #10 OME , 24 WW, WINDOW - 1 3/4
X 4 1/4 , 1 Color , Artline (Includes $0.026 per package for automated insertion
of 1 BRE and up to 2 inserts. The $0.026 insertion cost will apply even if the City
elects to procure it's own envelopes.)Per Piece 0.07357
21
Outer Mailing envelope - Generic Generic #10 MNE 24WW, Window, 1 3/4 x 4
1/4, 1 color, Artline (Includes $0.026 per package for automated insertion of 1
BRE and up to 2 inserts. The $0.026 insertion cost will apply even if the City
elects to procure it's own envelopes.Per Piece 0.05742
RFP 8434 Pricing Sheet for Utility & Miscellaneous Billing Statement Printing & Mailing Service
Services Proposal Pricing:
Exhibit F
Total Cost
Total Cost
Type of Service Requested
Custom Programming as needed
Implementation and Startup Cost (Include Worksheet) (Waived)
Storage of replica Statements/Letters for City of Denton and Customer view
Reporting Cost (waived)
Cost to Integrate Billing History page with Paymentus (included)
Internal Bill Search Tool (wavied)
Diverted Bill Technology Fee (waived)
Additional Cost / Ongoing Cost Worksheet not covered above
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
RFP 8434 Pricing Sheet for Utility & Miscellaneous Billing Statement Printing & Mailing Service
22
Business Reply Envelope - Cutom Custom 3 5/8 x 8 5/8 - BRE - 24 # WW - WDW,
1 color Per Piece 0.03812
23
Business Reply Envelope - Generic Generic 3 5/8 x 8 5/8 - BRE - 24 # WW -
WDW, 1 Color Per Piece 0.02686
24
9x12 Flat Outer mailing Envelope - Generic 9 1/2 x 12 - 24 #, Open Side, 1 Color,
Bottom Window - 3 5/8" x 2 1/2", Artline Per Piece 0.3759
25 8.5 x 11 Roll Paper 24# 2-up, 24#, Roll Fed White Paper Per Piece 0.01264
26
Inserts (Legal Size, Full Color, Front/Back) (Inserts quoted based on
specifications)Per Piece
Priced Per
Request
27 Special Handling - Manual Insertion - Oversized Envelopes 9x12 Per Piece 0.75
28
Optional 4 Color Front/Back Custom Envelopes (Includes $0.026 per package for
automated insertion of 1 BRE and up to 2 inserts. The $0.026 insertion cost will
apply even if the City elects to procure it's own envelopes.)Per Piece 0.07357
29 Electronic Archive Per Piece 0.01
30
Pricing Notes:
1.Post-implication Professional Services hours are billed out at $175 per
hour for adjustments to the in -
production system, subject to reasonable increases as determined on an annual basis. An estimate will be created with respect to the number of
billable hours required and a statement of work signed prior to work
commencing.
2. Adjustments to the in-production system requiring less than 4 hours of
total professional services can be managed online within our online
support case application.
3. Contractor reserves the right to increase consumable pricing (paper and
envelopes) based on an industry wide increase established through public articles from at least 2 pulp and paper mills.
4. Customized consumable orders support a minimum of a 3 month order.
5. Requirements to order or change consumables prior to depletion of
current stock will result in additional fees (cost to destroy existing stock
and/or premium fee for low volume consumable orders)
6. Upon termination of the agreement City is required to pay for any consumable inventory at the noted fees referenced within this schedule.
7. Requirements to destroy inserts or stock will result in a destruction fee
– $0.002 per item
8. The fee for roll fed color printing is applied per impression and
includes the actual application of the ink on a document at our TX
production facility.
9. In the event that changes are required that would alter the scope defined
by this proposal and the subsequent contracted SOW, a Project Change
Request (“PCR”) will be initiated.
10. City is required to maintain a postage deposit with Contractor sufficient to cover 2 months’ worth of postage fees. Any excess postage
funds will be returned to City upon termination of the Agreement.
11.Contractor is not responsible for the delivery timelines within the
postal system and can only control and adhere to SLA with regards to the
receipt,production,print,insertion and mail finishing services supported
within Contractor’s solution.
Total Cost of Materials
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
CONFLICT OF INTEREST QUESTIONNAIRE
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).
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. Formmaker Software Inc. (dba KUBRA)
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.
N/A
Name of 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 176.001(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 officernamed 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.
Formmaker Software Inc. (dba KUBRA) does not have an employment or business relationship
4 I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
X
X
X
3/3/24
X
Exhibit G
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Page 1
EXHIBIT H
SERVICES AND SERVICE LEVEL AGREEMENT
KUBRA iMail Service Description:
The KUBRA iMail solution provides an integrated suite of tools for composing, personalizing, printing, mailing, and
archiving documents such as bills, delinquency notices, and general letters. By leveraging DocWeb and the latest
technologies for data parsing, document composition, and printing and insertion systems, the KUBRA iMail solution
can generate personalized documents with unequalled cosmetic appeal, content integrity, and accuracy.
Document Composition
• Data receipt & routing - Receipt of your CIS extract billing data in a structured file format from your CIS
system via Internet SFTP communication vehicle using PGP encryption software, for data parsing extraction
and composition applications
• Data extraction & parsing - Data extraction and parsing tools split, parse and route the identified data fields
into a relational database for further processing and eventual document composition.
• Document composition - The initial design and configuration of the electronic document templates for the
monthly utility bills and reminder notice applications. The monthly utility bills and reminder notices would
require approximately 10 templates to support the applications in question. These templates are then linked
to data elements processed in the extraction and parsing routines.
• Business rules application - Sophisticated rules-based logic captures and automates all pre-defined
business rules and manual operations associated with traditional document printing and insertion processes.
• Postal processing - The postal processing software facilitates address correction/verification (ACE/CASS
Certified) editing/reports and the mail stream database is coded (appended with zip + 4 data) and package
codes are appended to indicate weight class. These codes are then passed to the pre-sort process to be
sorted and qualified for the proper rate categories. The presort software produces all of the necessary
documentation (CASS Certificate) needed for mail presentation to the USPS BMEU (Business Mailing Entry
Unit).
• Personalization/Data management – The DoxsDirect™ composition software applies personalized
messaging applications through the use of barcodes for selective insertion (offline). Advanced data mapping
and data management applications enable targeted messaging within the document (online/floating text
boxes). Bar-codes are also assigned to each document at this stage to support our intelligent insertion
equipment, selective insertion applications, amalgamation/commingling of documents and our quality control
processes.
• Print file construction - City and Contractor shall collaborate on design of City facing documents, including
bills and invoices. Data elements and the associated document templates are composed and assembled into
electronic documents and rendered into a print file for routing and on-demand production printing at our
document production facility.
Document Printing
• High-volume printing – Dynamic laser printing of the composed print file via our distributed print network
environment. Quality control checks and balances along with our bar-coding technology ensure the highest
levels of data integrity, accuracy and document print quality.
Document Insertion
• Intelligent folding and insertion – Bills are grouped, based on barcode identifiers, folded, Business Reply
Envelope (BRE) and selective/global inserts sourced and the items inserted into Outer Mailing envelopes
(OME).
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Page 2
• Selective and global insertion - Through the use of barcodes and our database management software,
inserts are selectively or globally sourced from a series of insert stations (6 insert stations) and added to the
document package for insertion into the mailing envelope
• Postal sorting and mail finishing - Processed mail packages are applied with the appropriate postage based
on the job account profile information. The sequence of the mail packages is predetermined from the Postal
Processing step. Mail packages are grouped, containerized and labelled according to postal processing
regulations.
• Postal facility delivery - The finished mail pieces are audited and delivered for postal processing and
recipient delivery supporting the defined Service Level Agreement (see SLA Terms and Conditions).
SERVICE LEVEL AGREEMENT
General:
Contractor shall provide reports of its performance against the Service Levels on a monthly basis. Service Levels shall
be applicable 90 days after the Production-Ready Date.
Contractor will use reasonable efforts to provide the Services in accordance with the performance standards (“Service
Levels”) set forth in the Service Level Schedule. Performance at or above a Service Level shall constitute satisfactory
performance by Contractor. In the event that, at any time, a monthly Service Level report shows any material failure
by Contractor to meet any of the Service Levels, Contractor shall: (i) within thirty (30) days after the date of delivery of
such report, deliver to City a remedial plan showing in reasonable specificity and detail (A) Contractor’s findings
regarding the causes for such failure to meet Service Levels and (B) a remedial plan of actions reasonably designed
to eliminate, prevent or reduce the future likelihood of recurrence of such causes; and (ii) diligently proceed to carry out
such plan. Except for City’s right to terminate for material breach in the event that repeated, frequent, or specific
material failures by Contractor to meet Service Levels constitute a material breach of this Agreement, the foregoing
shall constitute the sole and complete remedy for City with respect to the corresponding failures by Contractor to meet
Service Levels. Supplier agrees to print and release mail to USPS within the SLA turnaround commitment time 99.9%
of the time, contingent on timely receipt of a complete and accurate data file from the City. If there is a violation of the
SLA in any month, Supplier will credit the City 1% of the iMail fees for that month (not including consumables and
postage) for the first violation in a month and 2% of the iMail fees for that month (not including consumables and
postage) for subsequent violations in the same month.
Timeliness of Implementation
The implementation time line starts from the date of contract signing (Effective Date) and is primarily based on the
number of print streams to be parsed, the number of templates to be created, as well as the number of non-standard
features required. Once the City implementation documentation is completed, the number of print streams is known,
and the number of bill templates is known, then Contractor can calculate how long the implementation will take.
Contractor will present a draft project plan during the kick-off meeting and City will then have the opportunity to
determine if it will meet the time estimates Contractor has identified for the City’s tasks. Once both the City and
Contractor have agreed on the project plan, every reasonable effort on both parties part must be made to meet this
time line. Potential delays must be identified at least as soon as known, so that both parties can make suitable
adjustments to the time line.
If Contractor is the cause of the project’s delay, Contractor will make every reasonable effort to resolve the issue (s),
including applicable internal escalation procedures, in order to ensure that the issue(s) will be resolved and new
completion times will be estimated.
If the City is the cause of the project’s delay, the City will make every reasonable effort to resolve the issue (s). Failure
to resolve the issue(s) in a timely manner, which causes Contractor assets to be idle, will result in the reassignment of
said assets to other projects and the City’s project will be moved to the Contractor project queue to be rescheduled as
soon as the above mentioned resources become available.
Management Reporting Frequency and Content
Contractor will supply daily, weekly and monthly reporting, as needed, to the City accessible via the Admin Console. A
complete list of all reports accessible via this application is available in the i-Direct product user guide.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Page 3
Replacement Systems
In the event that any applicable system or function used by Contractor to provide a Service is replaced during the Term
by a comparable system or function, the Service Level shall, to the extent reasonably practicable, be defined during
the first sixty (60) days of operation of such replacement system or function, provided that such Service Level shall be
established at a level intended to achieve performance at least the same as or better than performance under the
Service Level associated with the replaced system or function.
Storage
Standard retention period for bill images is thirty (36) months. Historical bill images may be loaded into the Service at
the election of City; such election will be noted in the Services Fee Schedule, if applicable. Purging of City data,
beyond the selected retention period described in the Services Fee Schedule, will be at the election of Contractor.
Contractor is not the system of record and the City has the obligation to retain City data on a permanent basis, or for
any other City need, and agrees that the loss or destruction of any such data will not result in any liability to
Contractor.
Additional Storage
Contractor may provide storage services for City Data beyond the standard period included in the Services, at the
election of City, which will be invoiced at the then-current Additional Storage Fee rate and described in the Services
Fee Schedule.
Account Volume Growth
Batch windows and service levels are based on current account volumes as of the Commencement Date. Batch
windows and service levels may be adjusted by Contractor in consultation with City should account volumes exceed
20% growth in a given month.
Commitment to Data Security
Contractor will keep its security practices current by performing independent third party audits. Requests for audit
results will be made through the Team Leader during the implementation process and to the assigned Project leader
once the system is in full production.
Commitment to Continuous Application and Technology Upgrades
Contractor will upgrade systems and application technology regularly in order to provide the most efficient servicing for
our Citys. Planned system upgrades will be reported to the City via an e-mail notice. Upon giving reasonable advance
notice to City, Contractor at its expense may make any modifications, changes, adjustments or enhancements to the
Services, which it considers being suitable or which are required by law or governmental regulation.
Documentation of Changes
Any additions or modifications to Service Levels shall be documented in a written amendment to the Agreement
Customer Support:
Support Hours
Post Production, Contractor will provide client support weekdays 8:00 am ET to 8:00 pm ET, excluding holidays. Client
support required at another time will be based upon the severity of the problem. Contact will be made in accordance
with the support defined below.
Telephone support services, available Monday to Friday 8:00 am ET to 8:00 pm ET excluding holidays, will include
assistance related to routine questions regarding use of the KUBRA iMail system, assistance in identifying and verifying the
causes of suspected errors or malfunctions in the KUBRA iMail system, advice on detours for identified errors or
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Page 4
malfunctions, where reasonably available and correction of reproducible errors of the KUBRA iMail system that cause the
applicable KUBRA iMail system to deviate materially from the applicable documentation.
After Hours Support
Contractor will provide support outside of regular business hours as needed. Although your dedicated support team
will be unavailable, general support will still be available for any Production related issue. With that in mind please
attempt to make solution specific requests for changes during business hours and use after hours support for service
interruptions and issues.
On-site Support
On-site services will be provided at the City's reasonable request. Contractor shall charge City for such on-site services at
Contractor's then-current rates, plus reasonable travel costs and other out-of-pocket expenses directly incurred in
performing such services, provided City has agreed to pay for on-site services in advance. However, City shall have no
obligation to pay for services rendered as a result of a failure of the Contractor solution to satisfy the Service Level
Agreement set forth herein, where Contractor determines in its sole discretion, that such services must be performed on-
site at City’s premises.
Escalation Procedures
In order to properly track and monitor, all issues must be reported to Contractor Support via the dedicated 800 telephone
number and / or to clientsupport@KUBRA.com City may also elect to escalate an issue directly to your dedicated
Customer Relationship Manager.
KUBRA iMail Service Levels:
Platinum:
The Platinum Service Level Agreement for document production and distribution provides 12-hour turnaround from
receipt of original data extract files to the delivery of finished mail pieces to the postal facility (USPS). Receipt of data
extract files will be in accordance with the File Receipt schedule parameters defined by the specific SLA (Service
Level Agreement)
Gold Plus: This is the Service Level which is applicable to the City Services.
The Gold Service Level Agreement for document production and distribution provides for up-to a 24 hour turnaround
time from receipt of original data extract files to the delivery of finished mail pieces to the postal facility (USPS)
pending the file receipt schedule criteria. Receipt of data extract files will be in accordance with the File Receipt
schedule parameters defined by the specific SLA (Service Level Agreement). The Gold Plus Service level means
that the Services will continue to receive the Gold SLA throughout the month and will not be migrated to a lower SLA
classification the first week of the month.
Silver:
The Silver Service Level Agreement for document production and distribution provides for up-to a 48-hour turnaround
from receipt of original data extract files to the delivery of finished mail pieces to the postal facility (USPS) pending
the file receipt schedule criteria. Receipt of data extract files will be in accordance with the File Receipt schedule
parameters defined by the specific SLA (Service Level Agreement)
File Receipt Schedule:
Service Level File Receipt (Mon-Fri) Postal Delivery
Platinum Prior to 6:00 AM Same Day (6:00 PM)
Gold Prior to 6:00 PM Next Business Day (6:00 PM)
Silver Prior to 6:00 PM Two Business Days (6:00 PM)
Notes:
▪ Platinum SLA requires that the files arrive and are approved / released (if applicable) prior to 6:00 AM for same
day delivery (6:00 PM). Files received from 6:01 AM to 6:00 PM will be produced next day (by 6:00 PM).
▪ Gold SLA requires that the files arrive and are approved/released (if applicable) by 6:00 PM for next day
business delivery by 6:00 PM (24 hours). Files received 6:01 PM to 11:59 PM will be produced with 48 hours (2
business days).
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Page 5
▪ Silver SLA requires that the files arrive and are approved/released (if applicable) by 6:00 PM for 48 hour
turnaround (2 business days)
▪ USPS mail centers do not accept pre-sorted mail on Saturdays or National holidays so files received beyond
6:00 AM on Friday or the day before a national holiday will not be delivered to the USPS until Monday or the first
business day after the holiday.
▪ Errors in data files that require delayed processes and additional delivery of billing files will further impact
Contractor’s ability to adhere to the noted SLA.
▪ If there is a Data error the regular SLA process will not be honored. The SLA will be recalculated from the time
the account is released for normal processing.
▪ Last minute work requests from Billers that are required to be implemented for full production with respect to the
production run in question may delay Contractor’s ability to executed on the noted SLA
▪ All transmissions must be scheduled (at minimum) by 11:59 pm the previous calendar day. Jobs cannot be
scheduled same day. Unscheduled jobs will be accepted however the SLA will be migrated to the lower
classification (i.e. A City that is supported by a Gold SLA would receive Silver SLA during the first week of each
month).
▪ Late transmissions will be received up until 11:59 the same calendar day after which the entry will be
automatically cancelled. Therefore, the transmission must be rescheduled for the next calendar day unless it can
be amalgamated with a previously scheduled transmission.
Services Level Failures:
Excused Performance Problems
Contractor shall not be liable to City for any failure to meet a Service Level to the extent that such failure is attributable
to: (i) a Force Majeure event; or (ii) acts or omissions of City that directly impact the Contractor’s ability to provide
services; or (iii) breaches of the Agreement by City. The foregoing is referred to herein collectively as an “Excused Performance Problem.”
A Force Majeure event means an act beyond the reasonable control of Supplier causing delays or failures in
performance. Such acts shall include but not be limited to acts of God, strikes, lock-outs, riots, acts of war, acts of
terrorism, epidemics, governmental regulations imposed after the fact, fire, earthquakes, floods or other disasters.
Single Point of Contact
Regardless of whether any failure by Contractor to meet a Service Level is attributable to Contractor or an Excused
Performance Problem, and without limitation on Contractor’s obligations to address such failure as otherwise specified
in this Agreement, Contractor shall provide a single point of contact in the form of a toll-free number to address
resolution of such failure and shall act promptly to address the problem causing the failure.
Incident Management
All incidents that occur and affect City directly and/or indirectly will be managed to resolution by your Support Team
with ongoing communication to City. Resolution of incidents at Contractor is facilitated through:
▪ Contractor incident management 7 X 24 based on the severity of the issue defined hereto.
▪ Contractor analysts will track incidents to ensure that they are resolved in a timely manner. Resolution may be in
the form of a transfer to the City’s own support service where appropriate.
▪ Escalation of any incident to Contractor management at any time.
▪ Communication to all necessary parties as detailed in the contact lists agreed with the City.
▪ Classification of the severity level of each incident in accordance with Contractor’s Incident Classification
Standard
▪ Integrity and completeness of Incident records.
Incident Classification Standard
Contractor shall use all commercially reasonable efforts to respond to incident reports according to the following
schedule:
Incident Classification Action 1 Action 2 Action 3
Severity Level 1 1 hour 1 business day 15 business days
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Page 6
Severity Level 2 1 hour 1 business day 30 business days
Severity Level 3 1 hour 15 business days 45 business days
Severity Level 4 1 hour 45 business days as appropriate
Incident Classification Definition
Severity Level 1 Fatal: Errors preventing all useful work from being done as reasonably determined by City
and Contractor.
Severity Level 2 Severe Impact: Errors, which disable major functions from being performed as reasonably
determined by City and Contractor.
Severity Level 3 Degraded Operations: Errors disabling only certain nonessential functions as reasonably
determined by City and Contractor.
Severity Level 4 Minimal Impact: Minor and cosmetic issues as reasonably determined by City and
CONTRACTOR.
Action Classification
Action 1 Acknowledgement of receipt of reported issue or error
Action 2 Provide patch, workaround, temporary fix and document corrective action
Action 3 Official object code fix, update or major release and/or updated documentation
Incidents are tracked via a work request “ticket” that documents all correspondence through its entire “life cycle”. The
ticket is also used to collect vital information for the change management logs which detail all issues and the subsequent
adjustments and revisions to the solution in question.
Note: Business days are Monday to Friday, excluding national holidays.
Docusign Envelope ID: C0345F5B-3A96-4ACE-A503-C5E6F346B679
Certificate Of Completion
Envelope Id: C0345F5B3A964ACEA503C5E6F346B679 Status: Completed
Subject: Please DocuSign: City Council Contract 8434 Utility and Misc Bill Printing and Mailing Services
Source Envelope:
Document Pages: 39 Signatures: 5 Envelope Originator:
Certificate Pages: 6 Initials: 1 Christina Dormady
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
901B Texas Street
Denton, TX 76209
christina.dormady@cityofdenton.com
IP Address: 198.49.140.10
Record Tracking
Status: Original
7/22/2024 4:25:08 PM
Holder: Christina Dormady
christina.dormady@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Christina Dormady
christina.dormady@cityofdenton.com
Buyer
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 7/22/2024 4:32:36 PM
Viewed: 7/22/2024 4:32:47 PM
Signed: 7/22/2024 4:33:13 PM
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: 7/22/2024 4:33:16 PM
Viewed: 7/23/2024 9:29:03 AM
Signed: 7/23/2024 9:30:17 AM
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: 198.49.140.10
Sent: 7/23/2024 9:30:19 AM
Viewed: 7/24/2024 5:08:06 PM
Signed: 7/24/2024 5:12:03 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Rick Watkin
Rick.Watkin@kubra.com
President & CEO
Security Level: Email, Account Authentication
(None)Signature Adoption: Drawn on Device
Using IP Address: 99.225.112.29
Sent: 7/24/2024 5:12:08 PM
Viewed: 7/25/2024 8:14:02 AM
Signed: 7/25/2024 9:07:47 AM
Electronic Record and Signature Disclosure:
Accepted: 7/25/2024 8:14:02 AM
ID: 47acb79e-16ed-46a7-8853-93967ee8fb3b
Signer Events Signature Timestamp
Christa Foster
Christa.foster@cityofdenton.com
Customer Service Manager
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.104
Sent: 7/25/2024 9:07:50 AM
Resent: 7/31/2024 10:53:16 AM
Viewed: 7/31/2024 10:56:05 AM
Signed: 7/31/2024 10:56:26 AM
Electronic Record and Signature Disclosure:
Accepted: 7/31/2024 10:56:05 AM
ID: 76eebaef-aec1-480a-aeb6-fc46fd60f6b2
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: 7/31/2024 10:56:31 AM
Viewed: 9/18/2024 8:50:08 AM
Signed: 9/18/2024 8:51:07 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: 9/18/2024 8:51:11 AM
Viewed: 9/18/2024 9:06:29 AM
Signed: 9/18/2024 9:06:37 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: 198.49.140.10
Sent: 9/18/2024 9:06:41 AM
Viewed: 9/18/2024 10:11:42 AM
Signed: 9/18/2024 10:11:59 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
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 7/22/2024 4:33:15 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Carbon Copy Events Status Timestamp
Vicky Edwards
vicky.edwards@kubra.com
Security Level: Email, Account Authentication
(None)
Sent: 7/24/2024 5:12:06 PM
Viewed: 7/25/2024 7:47:06 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: 7/31/2024 10:56:30 AM
Viewed: 8/1/2024 8:05:42 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
City Secretary Office
citysecretary@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 9/18/2024 10:12:04 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Christa Foster
Christa.foster@cityofdenton.com
Customer Service Manager
Security Level: Email, Account Authentication
(None)
Sent: 9/18/2024 10:12:05 AM
Electronic Record and Signature Disclosure:
Accepted: 7/31/2024 10:56:05 AM
ID: 76eebaef-aec1-480a-aeb6-fc46fd60f6b2
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 7/22/2024 4:32:36 PM
Envelope Updated Security Checked 7/29/2024 9:07:48 AM
Envelope Updated Security Checked 7/29/2024 3:05:07 PM
Certified Delivered Security Checked 9/18/2024 10:11:42 AM
Signing Complete Security Checked 9/18/2024 10:11:59 AM
Completed Security Checked 9/18/2024 10:12:05 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: Rick Watkin, Christa Foster, Christa Foster
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.