6253 - Medical Control Services for Fire Department, Awarded Contract
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Granicus #
Ordinance #
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
RFQ
Medical Control Services for Denton Fire Department
6253
December 13, 2016
Cindy Alonzo
PROFESSIONAL SERVICES AGREEMENT
FOR MEDICAL CONTROL SERVICES FOR FIRE DEPARTMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT is made and entered into on ________________________, by and
between the City of Denton, Texas, a Texas municipal corporation, with its principal office at
215 East McKinney Street, Denton, Denton County, Texas 76201, hereinafter called “OWNER”
and Questcare Medical Services, PLLC, with its corporate office at 12221 Merit Drive, Dallas,
Texas 75251, hereinafter called “CONSULTANT,” acting herein, by and through their duly
authorized representatives.
WITNESSETH, that in consideration of the covenants and agreements herein contained,
the parties hereto do mutually agree as follows:
ARTICLE I
EMPLOYMENT OF CONSULTANT
The OWNER hereby contracts with the CONSULTANT, as an independent contractor,
and the CONSULTANT hereby agrees to perform the services herein in connection with the
Project as stated in the sections to follow, with diligence and in accordance with the highest
professional standards customarily obtained for such services in the State of Texas. The
professional services set out herein are in connection with the following described project:
The Project shall include, without limitation, (herein describe project)
ARTICLE II
SCOPE OF SERVICES
The CONSULTANT shall perform the following services in a professional manner:
A. The CONSULTANT shall perform all those services as necessary and as described in the
OWNER’s Request for Qualifications (RFQ) No. 6253, which is attached hereto and
made a part hereof as Exhibit “A” as if written word for word herein.
B. To perform all those services set forth in CONSULTANT’s response, Statement of
Qualifications and Price Proposal, to the aforementioned RFQ No. 6253, which proposal
is attached hereto and made a part hereof as Exhibit “B” as if written word for word
herein.
C. If there is any conflict between the terms of this Agreement and the exhibits attached to
this Agreement, the terms and conditions of this Agreement will control over the terms
and conditions of the attached exhibits.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
December 13, 2016
Page 2
ARTICLE IV
PERIOD OF SERVICE
This Agreement shall become effective upon execution of this Agreement by the
OWNER and the CONSULTANT and upon issue of a notice to proceed by the OWNER, and
shall remain in force for the period which may reasonably be required for the completion of the
Project, including Additional Services, if any, and any required extensions approved by the
OWNER. This Agreement may be sooner terminated in accordance with the provisions hereof.
Time is of the essence in this Agreement. The CONSULTANT shall make all reasonable efforts
to complete the services set forth herein as expeditiously as possible and to meet the schedule
established by the OWNER, acting through its City Manager or his designee.
ARTICLE V
COMPENSATION
A. COMPENSATION TERMS:
1. “On-Line Medical Direction” is defined as expenses incurred by the
CONSULTANT for services in the nature of on-line services as described in
Section 1 of the RFQ No. 6253 Scope of Work/Technical Specifications (Exhibit
A).
2. “Off-Line Medical Direction” is defined as that expenses for any assignment
incurred by the CONSULTANT for services in the nature of off-line services as
described in Section 2 of the RFQ No. 6253 Scope of Work/Technical
Specifications (Exhibit A).
B. BILLING AND PAYMENT: For and in consideration of the professional services to be
performed by the CONSULTANT herein, the OWNER agrees to pay, based on the cost
estimate detail at an hourly rate shown in Exhibit “C” which is attached hereto and made
a part of this Agreement as if written word for word herein, a total fee, including
reimbursement for on-line and off-line medical direction expenses not to exceed
$218,925.
Partial payments to the CONSULTANT will be made on the basis of detailed bi-annual
statements rendered to and approved by the OWNER through its City Manager or his
designee; however, under no circumstances shall any bi-annual statement for services
exceed the value of the work performed at the time a statement is rendered.
Nothing contained in this Article shall require the OWNER to pay for any work which is
unsatisfactory, as reasonably determined by the City Manager or his designee, or which is
not submitted in compliance with the terms of this Agreement. The OWNER shall not be
required to make any payments to the CONSULTANT when the CONSULTANT is in
default under this Agreement.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 3
It is specifically understood and agreed that the CONSULTANT shall not be authorized
to undertake any work pursuant to this Agreement which would require additional
payments by the OWNER for any charge, expense, or reimbursement above the
maximum not to exceed fee as stated, without first having obtained written authorization
from the OWNER. The CONSULTANT shall not proceed to perform the services listed
in Article III “Additional Services,” without obtaining prior written authorization from
the OWNER.
C. ADDITIONAL SERVICES: For additional services authorized in writing by the
OWNER in Article III, the CONSULTANT shall be paid based on the Schedule of
Charges at an hourly rate shown in Exhibit “C.” Payments for additional services shall
be due and payable upon submission by the CONSULTANT, and shall be in accordance
with subsection B hereof. Statements shall not be submitted more frequently than
monthly.
D. PAYMENT: If the OWNER fails to make payments due the CONSULTANT for
services and expenses within thirty (30) days after receipt of the CONSULTANT’s
undisputed statement thereof, the amounts due the CONSULTANT will be increased by
the rate of one percent (1%) per month from the said thirtieth (30th) day, and, in addition,
the CONSULTANT may, after giving seven (7) days’ written notice to the OWNER,
suspend services under this Agreement until the CONSULTANT has been paid in full all
amounts due for services, expenses, and charges, provided, however, nothing herein shall
require the OWNER to pay the late charge of one percent (1%) set forth herein if the
OWNER reasonably determines that the work is unsatisfactory, in accordance with this
Article V, “Compensation.”
E. Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215
E McKinney St, Denton, TX, 76201-4299. A pro-forma invoice shall be sent to the
contract administrator as identified in the Notice to Proceed. It is the intention of the City
of Denton to make payment on completed orders within thirty days after receipt of
invoice or items; whichever is later, unless unusual circumstances arise. Invoices must
be fully documented as to labor, materials, and equipment provided, if applicable,
and must reference the City of Denton Purchase Order Number in order to be
processed. No payments shall be made on invoices not listing a Purchase Order
Number.
ARTICLE VI
OBSERVATION AND REVIEW OF THE WORK
The CONSULTANT will exercise reasonable care and due diligence in discovering and
promptly reporting to the OWNER any defects or deficiencies in the work of the
CONSULTANT or any subcontractors or subconsultants.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 4
ARTICLE VII
OWNERSHIP OF DOCUMENTS
All documents prepared or furnished by the CONSULTANT (and CONSULTANT’s
subcontractors or subconsultants) pursuant to this Agreement are instruments of service, and
shall become the property of the OWNER upon the termination of this Agreement. The
CONSULTANT is entitled to retain copies of all such documents. The documents prepared and
furnished by the CONSULTANT are intended only to be applicable to this Project, and
OWNER’s use of these documents in other projects shall be at OWNER’s sole risk and expense.
In the event the OWNER uses any of the information or materials developed pursuant to this
Agreement in another project or for other purposes than specified herein, CONSULTANT is
released from any and all liability relating to their use in that project.
ARTICLE VIII
INDEPENDENT CONTRACTOR
CONSULTANT shall provide services to OWNER as an independent contractor, not as
an employee of the OWNER. CONSULTANT shall not have or claim any right arising from
employee status.
ARTICLE IX
INDEMNITY AGREEMENT
The CONSULTANT shall indemnify and save and hold harmless the OWNER and its
officers, agents, and employees from and against any and all liability, claims, demands, damages,
losses, and expenses, including, but not limited to court costs and reasonable attorney fees
incurred by the OWNER, and including, without limitation, damages for bodily and personal
injury, death and property damage, resulting from the negligent acts or omissions of the
CONSULTANT or its officers, shareholders, agents, or employees in the execution, operation, or
performance of this Agreement.
Nothing in this Agreement shall be construed to create a liability to any person who is not
a party to this Agreement, and nothing herein shall waive any of the parties’ defenses, both at
law or equity, to any claim, cause of action, or litigation filed by anyone not a party to this
Agreement, including the defense of governmental immunity, which defenses are hereby
expressly reserved.
ARTICLE X
INSURANCE
During the performance of the services under this Agreement, CONSULTANT shall
maintain the following insurance with an insurance company licensed to do business in the State
of Texas by the State Insurance Commission or any successor agency that has a rating with Best
Rate Carriers of at least an A- or above:
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 5
A. Comprehensive General Liability Insurance with bodily injury limits of not less than
$1,000,000 for each occurrence and not less than $1,000,000 in the aggregate, and with
property damage limits of not less than $100,000 for each occurrence and not less than
$100,000 in the aggregate.
B. Automobile Liability Insurance with bodily injury limits of not less than $500,000 for
each person and not less than $500,000 for each accident, and with property damage
limits of not less than $100,000 for each accident.
C. Worker’s Compensation Insurance in accordance with statutory requirements, and
Employers’ Liability Insurance with limits of not less than $100,000 for each accident.
D. Medical Malpractice Liability Insurance with limits of not less than $1,500,000
aggregate per person.
E. The CONSULTANT shall furnish insurance certificates or insurance policies at the
OWNER’s request to evidence such coverages. The General Liability and Auto Liability
insurance policies shall name the OWNER as an additional insured. CONSULTANT
shall endeavor to provide OWNER with any cancellation or modification to its insurance
policies.
ARTICLE XI
ARBITRATION AND ALTERNATE DISPUTE RESOLUTION
The parties may agree to settle any disputes under this Agreement by submitting the
dispute to arbitration or other means of alternate dispute resolution, such as mediation. No
arbitration or alternate dispute resolution arising out of or relating to this Agreement, involving
one party’s disagreement, may include the other party to the disagreement without the other’s
approval.
ARTICLE XII
TERMINATION OF AGREEMENT
A. Notwithstanding any other provision of this Agreement, either party may terminate by
giving thirty (30) days’ advance written notice to the other party.
B. This Agreement may be terminated in whole or in part in the event of either party
substantially failing to fulfill its obligations under this Agreement. No such termination
will be affected unless the other party is given (1) written notice (delivered by certified
mail, return receipt requested) of intent to terminate and setting forth the reasons
specifying the non-performance, and not less than thirty (30) calendar days to cure the
failure; and (2) an opportunity for consultation with the terminating party prior to
termination.
C. If the Agreement is terminated prior to completion of the services to be provided
hereunder, CONSULTANT shall immediately cease all services and shall render a final
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 6
bill for services to the OWNER within thirty (30) days after the date of termination. The
OWNER shall pay CONSULTANT for all services properly rendered and satisfactorily
performed and for reimbursable expenses to termination incurred prior to the date of
termination, in accordance with Article V “Compensation.” Should the OWNER
subsequently contract with a new consultant for the continuation of services on the
Project, CONSULTANT shall cooperate in providing information. The CONSULTANT
shall turn over all documents prepared or furnished by CONSULTANT pursuant to this
Agreement to the OWNER on or before the date of termination, but may maintain copies
of such documents for its use.
ARTICLE XIII
RESPONSIBILITY FOR CLAIMS AND LIABILITIES
Approval by the OWNER shall not constitute, nor be deemed a release of the
responsibility and liability of the CONSULTANT, its employees, associates, agents,
subcontractors, and subconsultants for the accuracy and competency of their designs or other
work; nor shall such approval be deemed to be an assumption of such responsibility by the
OWNER for any defect in the design or other work prepared by the CONSULTANT, its
employees, subcontractors, agents, and consultants.
ARTICLE XIV
NOTICES
All notices, communications, and reports required or permitted under this Agreement
shall be personally delivered or mailed to the respective parties by depositing same in the United
States mail to the address shown below, certified mail, return receipt requested, unless otherwise
specified herein. Mailed notices shall be deemed communicated as of three (3) days’ mailing:
To CONSULTANT: To OWNER:
Questcare Medical, PLLC City of Denton
12221 Merit Drive Attn: Purchasing Department
Dallas, Texas 75251 215 East McKinney
Denton, Texas 76201
All notices shall be deemed effective upon receipt by the party to whom such notice is
given, or within three (3) days’ mailing.
ARTICLE XV
ENTIRE AGREEMENT
This Agreement, consisting of twenty (20) pages and two (2) exhibits, constitutes the
complete and final expression of the agreement of the parties, and is intended as a complete and
exclusive statement of the terms of their agreements, and supersedes all prior contemporaneous
offers, promises, representations, negotiations, discussions, communications, and agreements
which may have been made in connection with the subject matter hereof.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 7
ARTICLE XVI
SEVERABILITY
If any provision of this Agreement is found or deemed by a court of competent
jurisdiction to be invalid or unenforceable, it shall be considered severable from the remainder of
this Agreement and shall not cause the remainder to be invalid or unenforceable. In such event,
the parties shall reform this Agreement to replace such stricken provision with a valid and
enforceable provision which comes as close as possible to expressing the intention of the stricken
provision.
ARTICLE XVII
COMPLIANCE WITH LAWS
The CONSULTANT shall comply with all federal, state, and local laws, rules,
regulations, and ordinances applicable to the work covered hereunder as they may now read or
hereinafter be amended.
ARTICLE XVIII
DISCRIMINATION PROHIBITED
In performing the services required hereunder, the CONSULTANT shall not discriminate
against any person on the basis of race, color, religion, sex, national origin or ancestry, age, or
physical handicap.
ARTICLE XIX
PERSONNEL
A. The CONSULTANT represents that it has or will secure, at its own expense, all
personnel required to perform all the services required under this Agreement. Such
personnel shall not be employees or officers of, or have any contractual relations with the
OWNER. CONSULTANT shall inform the OWNER of any conflict of interest or
potential conflict of interest that may arise during the term of this Agreement.
B. All services required hereunder will be performed by the CONSULTANT or under its
supervision. All personnel engaged in work shall be qualified, and shall be authorized
and permitted under state and local laws to perform such services.
ARTICLE XX
ASSIGNABILITY
The CONSULTANT shall not assign any interest in this Agreement, and shall not
transfer any interest in this Agreement (whether by assignment, novation, or otherwise) without
the prior written consent of the OWNER.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 8
ARTICLE XXI
MODIFICATION
No waiver or modification of this Agreement or of any covenant, condition, or limitation
herein contained shall be valid unless in writing and duly executed by the party to be charged
therewith, and no evidence of any waiver or modification shall be offered or received in evidence
in any proceeding arising between the parties hereto out of or affecting this Agreement, or the
rights or obligations of the parties hereunder, and unless such waiver or modification is in
writing and duly executed; and the parties further agree that the provisions of this section will not
be waived unless as set forth herein.
ARTICLE XXII
MISCELLANEOUS
A. The following exhibits are attached to and made a part of this Agreement: (list exhibits)
B. The OWNER shall have the right to audit and make copies of the books, records and
computations pertaining to this agreement. The CONTRACTOR shall retain such books,
records, documents and other evidence pertaining to this agreement during the contract
period and five years thereafter, except if an audit is in progress or audit findings are yet
unresolved, in which case records shall be kept until all audit tasks are completed and
resolved. These books, records, documents and other evidence shall be available, within
10 business days of written request. Further, the CONTRACTOR shall also require all
Subcontractors, material suppliers, and other payees to retain all books, records,
documents and other evidence pertaining to this agreement, and to allow the OWNER
similar access to those documents. All books and records will be made available within a
50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER
unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or
greater occurs, the reasonable cost of the audit, including any travel costs, must be borne
by the CONTRACTOR which must be payable within five business days of receipt of an
invoice. Failure to comply with the provisions of this section shall be a material breach of
this contract and shall constitute, in the OWNER’S sole discretion, grounds for
termination thereof. Each of the terms "books", "records", "documents" and "other
evidence", as used above, shall be construed to include drafts and electronic files, even if
such drafts or electronic files are subsequently used to generate or prepare a final printed
document.
C. Venue of any suit or cause of action under this Agreement shall lie exclusively in Denton
County, Texas. This Agreement shall be construed in accordance with the laws of the
State of Texas.
D. For the purpose of this Agreement, the key persons who will perform most of the work
hereunder shall be Thomas Olmsted, DO. However, nothing herein shall limit
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 9
CONSULTANT from using other qualified and competent members of its firm to
perform the services required herein.
E. CONSULTANT shall commence, carry on, and complete any and all projects with all
applicable dispatch, in a sound, economical, and efficient manner and in accordance with
the provisions hereof. In accomplishing the projects, CONSULTANT shall take such
steps as are appropriate to ensure that the work involved is properly coordinated with
related work being carried on by the OWNER.
F. The OWNER shall assist the CONSULTANT by placing at the CONSULTANT’s
disposal all available information pertinent to the Project, including previous reports, any
other data relative to the Project, and arranging for the access thereto, and make all
provisions for the CONSULTANT to enter in or upon public and private property as
required for the CONSULTANT to perform services under this Agreement.
G. The captions of this Agreement are for informational purposes only, and shall not in any
way affect the substantive terms or conditions of this Agreement.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 10
IN WITNESS HEREOF, the City of Denton, Texas has caused this Agreement to be
executed by its duly authorized City Manager, and CONSULTANT has executed this Agreement
through its duly authorized undersigned officer on this the _______ day of ________________,
2016.
CITY OF DENTON, TEXAS
___________________________________________
HOWARD MARTIN, INTERIM CITY MANAGER
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: __________________________________
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: __________________________________
CONSULTANT
__________________________________
AUTHORIZED SIGNATURE, TITLE
WITNESS:
__________________________________
TEXAS ETHICS COMMISSION
BY: __________________________________ CERTIFICATE NUMBER
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
2016144525
VP
December13th
Page 11
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in advance
of Bid submission the availability of insurance certificates and endorsements as prescribed
and provided herein. If an apparent low bidder fails to comply strictly with the insurance
requirements, that bidder may be disqualified from award of the contract. Upon bid award, all
insurance requirements shall become contractual obligations, which the successful bidder
shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid 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 bid opening, since the insurance requirements may not be
modified or waived after bid opening unless a written exception has been submitted with the 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- VII or better.
Any deductibles or self-insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self-insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
Liability policies shall be endorsed to provide the following:
Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers.
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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 12
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.
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 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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted:
[X ] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
$1,000,000.00 shall be provided and maintained by the Contractor. The policy shall
be written on an occurrence basis either in a single policy or in a combination of
underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used:
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
Coverage B shall include personal injury.
Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least:
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $500,000.00 either in a single policy or in a
combination of basic and umbrella or excess policies. The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use of
all automobiles and mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
any auto, or
all owned, hired and non-owned autos.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 14
[X] Workers’ Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such insurance,
has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with
§406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's
Compensation Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability insurance
policy naming the City as insured for property damage and bodily injury which may arise
in the prosecution of the work or Contractor's operations under this contract. Coverage
shall be on an "occurrence" basis, and the policy shall be issued by the same insurance
company that carries the Contractor's liability insurance. Policy limits will be at least
combined bodily injury and property damage per occurrence with a aggregate.
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than $1,000,000 per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a “blanket” basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access
to City funds. Limits of not less than each occurrence are required.
[X] Additional Insurance – Medical Malpractice
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements. If such additional insurance is required for a specific
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 15
contract, that requirement will be described in the "Specific Conditions" of the contract
specifications.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 16
ATTACHMENT 1
[X] Workers’ Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate")-A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes all
persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees.
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the Contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 17
2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
4) obtain from each other person with whom it contracts, and provide to the
contractor:
a) certificate of coverage, prior to the other person beginning work on the
project; and
b) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Page 18
7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. Providing
false or misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
K. The contractor’s failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the governmental entity to declare the contract void if
the contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
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 an original notarized 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/whatsnew/elf_info_form1295.htm
2. Register utilizing the tutorial provided by the State
3. Print a copy of the completed Form 1295
4. Enter the Certificate Number on signature page.
5. Sign and notarize the Form 1295
6. Email the notarized 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: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Exhibit A
City of Denton’s Request for Qualifications
No. 6253
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Materials Management Department
901-B Texas Street
Denton, Texas 76209
REQUEST FOR QUALIFICATIONS
RFQ 6253
PROFESSIONAL SERVICES FOR MEDICAL CONTROL SERVICES
FOR THE CITY OF DENTON FIRE DEPARTMENT
NIGP CLASS and ITEM
918 78
990 37
Issue Date: October 3, 2016
Response due Date and Time (Central Time):
Tuesday, October 25, 2016, 11:00 A.M.
The City highly recommends that respondents do not wait until minutes before the
due date and time to email a submission.
It can take significant time for the submissions to reach the City.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 2 of 18
Table of Contents
1. INTRODUCTION ....................................................................................................................................................... 3
2. SERVICE DESCRIPTION ......................................................................................................................................... 3
3. MINIMUM QUALIFICATIONS ................................................................................................................................ 3
4. SCHEDULE OF EVENTS .......................................................................................................................................... 4
5. PRE-SUBMITTAL CONFERENCE .......................................................................................................................... 4
6. CONTRACT TERM ................................................................................................................................................... 4
7. PRICING ..................................................................................................................................................................... 4
8. ADDENDA ................................................................................................................................................................. 5
9. BUSINESS OVERVIEW ............................................................................................................................................ 5
10. STATEMENT OF QUALIFICATIONS ..................................................................................................................... 5
11. EXCEPTIONS ............................................................................................................................................................ 6
12. SCHEDULE AND BUDGET COMPLIANCE SCHEDULE ..................................................................................... 6
13. REFERENCES ............................................................................................................................................................ 6
14. DISCLOSURES .......................................................................................................................................................... 6
15. ACKNOWLEDGEMENT ........................................................................................................................................... 7
16. SUBMITTAL INSTRUCTIONS ................................................................................................................................ 7
a. Submission Format ...................................................................................................................................................... 7
b. Electronic Submission Requirements .......................................................................................................................... 8
17. EVALUATION PROCEDURES ................................................................................................................................ 8
18. CONTACT BETWEEN RESPONDENT AND THE CITY ......................................................................................10
SOLICITATION CHECKLIST ....................................................................................................................................11
ATTACHMENT A-BUSINESS OVERVIEW QUESTIONNAIRE AND FORMS ....................................................12
ATTACHMENT B-SUBMISSION EXCEPTIONS .....................................................................................................14
ATTACHMENT C- SCHEDULE & BUDGET COMPLIANCE FORM .....................................................................15
ATTACHMENT D-REFERENCES .............................................................................................................................16
ATTACHMENT E-CONFLICT OF INTEREST QUESTIONNAIRE .........................................................................17
ATTACHMENT F-ACKNOWLEDGEMENT .............................................................................................................18
Exhibit 1 NOT APPLICABLE
Exhibit 2 General Provisions, Standard Terms and Conditions and Appendices
Exhibit 3 Scope of Work
Exhibit 4 NOT APPLICABLE
Exhibit 5 NOT APPLICABLE
Exhibit 6 NOT APPLICABLE
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 3 of 18
1. INTRODUCTION
In accordance with the provisions of Texas Government Code, Chapter 2254, the City of Denton (the
City) is requesting submissions to contract with an individual or business with considerable experience
in providing the services of this solicitation. The responses shall be submitted to the City of Denton in
a sealed submission.
The awarded individual or business shall possess a proven track record of using innovative
approaches to providing services that represent the best value to their clients. The awarded individual
or business shall have the ability to accomplish all aspects of the requested services. The selected
individual or firm should be able to provide innovative methods to deal with municipal challenges,
and cost effective solutions.
2. SERVICE DESCRIPTION
The City is seeking a professional services contract for medical control services for the Fire
Department.
The products and services shall be accomplished per all exhibits identified in the table of contents.
3. MINIMUM QUALIFICATIONS
The following minimum requirements must be demonstrated in order for the submission to be
considered responsive to the City of Denton. Any submission received, which is determined to not
meet these mandatory requirements shall be immediately disqualified and rejected as non-responsive.
Ability to provide 24-hours/7-days/365-days a year on-line medical direction to the City’s
Fire Department personnel.
Three years of experience in providing medical advisory services to similar size Fire
Departments within the state of Texas. This includes a comprehensive knowledge of the
Texas State Board of Medical Examiners’ EMS regulations for Medical Directors.
The medical advisor(s) assigned to the City under this contract shall be a State of Texas
Board Certified Emergency Medicine Physician who has been board certified for at least
three years. The physician shall have a good standing status with the Texas State Board of
Medical Examiners.
Three (3) references from governmental entities for the services requested. The City
prefers references from municipalities of similar size.
The responding individual or business must be registered in the State of Texas, or the
County of Denton, to provide the products or services required in the solicitation, and the
individual or business must have all licensure required by the State to provide any services
required under this contact.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 4 of 18
To learn how to obtain information about filing with the State of Texas, or obtaining copies
or certificates from the Secretary of State visit Webpage:
http://www.sos.state.tx.us/corp/copies.shtml; Phone 512-463-5578; or email corpcert@sos.state.tx.us.
Submittal documents including a cover sheet, Solicitation Checklist, Attachments A -F and
any additional requirements, per the method described in SUBMITTAL INSTRUCTIONS.
4. SCHEDULE OF EVENTS
The City of Denton reserves the right to change the dates indicated below:
Solicitation Schedule:
Issue Solicitation: 10/3/2016
Deadline for Submission of Questions: 10/12/2016 at 11:00 AM Central
Deadline for Submission of Responses: 10/25/2016 at 11:00 AM Central
Evaluate and rank initial results: 11/4/2016
Interview with top ranked firm, if necessary: 11/7/2016 to 11/9/2016
Completion of Negotiations: 11/15/2016
Official Award: 12/6/2016
The City of Denton is using the solicitation ‘Issue Date’ as noted in the Schedule of Events above as
the official 30 day notification requirement for an interview with a firm.
5. PRE-SUBMITTAL CONFERENCE
There will be no pre-submittal conference for this solicitation.
6. CONTRACT TERM
It is the intention of the City of Denton to award a contract for a one (1) year period. The City and the
Awarded Contractor shall have the option to renew this contract for an additional two (2) one-year
periods. Materials and services undertaken pursuant to this solicitation will be required to commence
within fourteen (14) days of delivery of a Notice to Proceed.
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, unless either party notifies
the other prior to the scheduled renewal date in accordance with the provision of the section titled
“price adjustments”, or the section(s) titled “termination” in Exhibit 2. 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.
7. PRICING
This contract is for professional services as defined in the Texas Government Code 2254 and price
shall not be solicited. The City will select a firm on the basis of demonstrated competence and
qualifications to perform the services described in this RFQ. Once the most qualified firm is selected,
a fair and reasonable price will be set. The professional fees under this contract may not exceed any
maximum provided by law.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 5 of 18
8. ADDENDA
Respondents are required to acknowledge addenda with their submission. Respondents will be
responsible for monitoring the City of Denton Purchasing website at www.dentonpurchasing.com to
ensure they have downloaded and signed all addenda required for submission with their submission.
Respondents should acknowledge each individual addendum on Attachment F.
9. BUSINESS OVERVIEW
Respondent shall complete the Business Overview Questionnaire as applicable per Attachment A.
10. STATEMENT OF QUALIFICATIONS
Statement of Qualification should be no longer than 25 pages. All pages with the exception of the
front cover, the back cover and qualified divider sheets will be counted in the 25 pages. In order to
be considered a qualified divider sheet, the page may have a description (i.e. Potential Team
Members, Experience, etc.) or a numeral on the divider tab only. Cover letters (if bound into the
SOQ) will be included in the page count. Please include at a minimum the following:
Executive Summary: this section of the proposal response that should provide an overview of the
proposed services by your firm including a description of the following:
Office locations and resources available including the location of your office where the
majority of the work on the contract will be performed and the approximate number of
employees in that office.
A detailed accounting of your firms’ background and experience in Medical Control
Services. Include current and past contracted services performed for other Fire
Departments.
A plan for conferring on a regular basis with the City of Denton City Council and City
of Denton staff.
Medical Control Services: this section of the proposal response that should clearly articulate the
services offered and provide a description of the following:
A list and general description of experience that would indicate your firm’s ability to
perform the work being considered on a 24-hours/7-days/365-days basis.
Proposed Quality Assurance/Quality Improvement process, which includes the
following:
o Potential EMS Tiered Response.
o Identify Training Requirements/Remedial Training.
o Ways that you ensure that Patient Charting is being completed properly.
o Number of random ride-outs you are proposing monthly.
Experience with Emergency Medical Dispatching.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 6 of 18
Professional Experience Summary: this section of the proposal response should demonstrate your
business’s expertise in Medical Control Services and provide the following:
Qualification and experience of the firm – include the following: description of
experience in providing medical advisory services to similar size Fire Departments
located in Texas and a copy of certificates from the Texas State Board of Medical
Examiners. Describe how long the physicians have been board certified and his or her
status with the Board.
Describe the physicians’ comprehensive knowledge of the Texas State Board of
Medical Examiners’ EMS regulations for Medical Directors.
Resumes of key personnel to be assigned to this contract with an organizational chart.
Identify any additional personnel that will service the City of Denton contract.
References Summary:
Identify at least three (3) references where Medical Control Services have been
provided to entities similar to the City of Denton. For each reference, please ensure that
you include the name of the contact person, address, phone number, and email address,
and the period of time for which your business has represented the entity.
11. EXCEPTIONS
The Request for Qualifications (RFQ) process allows for negotiation of the terms and conditions of
this proposal. The respondent shall note any exceptions to the solicitation document, on Attachment
B. The exceptions will be reviewed to ensure they meet the minimum specifications and requirements
and will be ranked in accordance with the evaluation criteria. The City reserves the right to accept,
reject or negotiate the exceptions provided.
Respondents shall itemize all exceptions on Attachment B. Additional pages may be added as
necessary. Do not mark or change the text of the solicitation document, exceptions shall be noted
only on Attachment B.
If no exceptions are taken, the respondent shall sign and return Attachment B in the appropriate
signature block.
12. SCHEDULE AND BUDGET COMPLIANCE SCHEDULE
Not applicable
13. REFERENCES
Respondents shall provide a list of three references as noted in Attachment D as well as in the
Statement of Qualifications (Section 10) to be submitted.
14. DISCLOSURES
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 7 of 18
The individual or business must disclose any business relationship that would have an effect, of a
conflict of interest. A conflict of interest statement must be signed as part of the contract negotiated
with the awardee(s) (Attachment E).
15. ACKNOWLEDGEMENT
Submit a signed acknowledgement by authorized agent of the responding firm (Attachment F).
16. SUBMITTAL INSTRUCTIONS
The City of Denton will accept electronic or hard copy submittals until the date and time on the
cover sheet of this solicitation. Any submission received after the date and/or hour set for
solicitation opening will be returned unopened.
Electronic submittals may be emailed to ebids@cityofdenton.com with the solicitation number and
name in the subject line. Please consolidate attachments as much as possible, and do not exceed 35MB
total for attachments. Emails received by the City will remain unopened until after the due date and
time. Only authorized Materials Management Staff will have access to the e-bid email inbox. Please
do not email the buyer directly to ensure security of the proposal. Electronic proposals must be
received by the City before the due date and time. The date and time used by the City shall be
the official time. It is highly recommended that respondents do not wait until minutes before
the due date and time to email their submission. It can take significant time for the email to
reach the City.
Hard copy submissions may be hand delivered (by firm or express courier) to the address listed below:
City of Denton
Materials Management
RFQ #6253 – Medical Control Services for Fire Department
901B Texas Street
Denton, TX 76209
The City of Denton reserves the right to accept or reject in part or in whole any submission, and to waive
technicalities of the submission, in the best interest of obtaining best value for the City.
Each respondent is responsible for taking the necessary steps to ensure their submission is received by
the date and time noted herein. The City is not responsible for missing, lost or late mail or any mail or
email delays, internal or external, that may result in the submission arriving after the set time.
a. Submission Format
Respondents shall provide detailed information to allow the City to properly evaluate the submission.
The City requests the following format be used:
a. Hard copy submissions shall be bound only utilizing a staple or binder clip. Do not submit
responses in a binder or file folder.
b. Entire submission shall be no more than 200 pages in length
c. Utilize tabs to identify exhibits and attachments
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 8 of 18
d. The submission shall be in the following order:
1. Coversheet – including Solicitation number and name, firm name, address,
contact name, phone, fax, website and email address.
2. Completed Solicitation Checklist
3. Attachment A- Business Questionnaire
4. Attachment B - Exception Form
5. Attachment C - Safety Record (if applicable, form will be attached)
6. Attachment D - References
7. Attachment E - Conflict of Interest Questionnaire Form
8. Attachment F - Signed Acknowledgement form
9. Appendices may be used for additional documentation or clarification at the
respondent’s option.
e. Hard Copy submittals shall include one (1) original signed by an officer authorized to bind
the firm, and three (3) copies of the completed response.
f. Submit response, before the published due date. Hard copy submittals must be in a sealed
envelope with the solicitation number and name.
b. Electronic Submission Requirements
If a respondent is only submitting a hard copy, they shall provide a flash drive, containing a
complete copy of the response to this solicitation, or submit electronically to
ebids@cityofdenton.com. Emails to the City should include the RFP number and name in the
subject line, consolidate attachments as much as possible, and not exceed 35MB total. Please do
not email the buyer directly to ensure security of the proposal
17. EVALUATION PROCEDURES
Selection of a firm(s) to provide the aforementioned materials and services shall be in accordance with
the City of Denton Purchasing Policies and procedures and the State of Texas Government Code 2254.
The City of Denton shall open all submissions and evaluate each respondent in accordance to the below
criteria:
Step 1: The City of Denton will evaluate the submission in accordance with the selection criteria and
will rank the firms on the basis of the submittals. The City of Denton, reserves the right to
consider information obtained in addition to the data submitted in the response. The selection
criterion is listed below:
a) Demonstrated experience, qualifications, and credentials of the Responding Firm
and key personnel available for this contract (FACTOR: 20%).
The qualifications of the respondent in terms of experience, service capability and
resources will be reviewed in order to assess the ability of the respondent to successfully
complete the project assignment. The firm’s ability to provide the necessary professional
and technical expertise and supervision will be a major consideration.
The qualifications and experience of the individuals who will be directly assigned to the
primary areas is a major evaluation factor to be considered. The personnel cited shall be
designated as to whether they are an employee, consultant or contract employee of the
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 9 of 18
RFQ respondent. Their educational and professional credentials as well as direct
experience on similar projects will be considered in evaluating the respondent. Experience
with other municipally funded contracts and familiarity with municipal requirements and
procedures will also be considered in the evaluation process.
b) Identification and understanding of the City's requirements for this contract
(FACTOR: 20%)
The respondent's understanding of the objectives and scope of the requested services of
the primary areas, in a clear and concise, written expression. The respondent will provide
all the appropriately requested criteria consideration to be a critical component of the
evaluation. The objectives and scope of required services include the following: proposed
medical control procedures for the Fire Department’s quality assurance, quality
improvement, demonstrated ability to incorporate tiered response protocols, educational
plan for Fire personnel, oral presentation and staff training skills, and overall response to
the solicitation.
c) Past Performance and demonstrated capability on contracts with Fire
Departments of this size and complexity (FACTOR: 60%).
The respondent's successful experience in contracts within the primary areas similar to
the scope of work requested in this RFQ will be a major consideration. Based on the
past performance of both the individual contracted personnel and the responding firm,
the City of Denton will determine if the respondent has the track record to provide the
required services in successfully administering similar professional services.
The total possible score of the submissions shall be scored and weighted as indicated above,
Step 1 items a-c. Based on the outcome of the computations performed, each submission
will be assigned a raw score. The assigned weight will then be applied to these scores to
calculate an overall score for each submission for completion of the final scoring process.
Step 2: City of Denton will proceed to negotiate a contract with the highest ranked firm. The City may
elect to conduct oral discussions, request clarifications, and presentations concerning the
project approach and ability to furnish the requirements, as part of the negotiation process.
Provided the City of Denton cannot successfully contract with the highest ranked firm, the
City of Denton shall formally, and in writing, end all negotiations with that firm and the City
of Denton may elect to proceed to negotiate with the next firm in the order of the selection
ranking until a contract is reached or negotiations with all ranked firms end, in accordance
with Texas Government Code 2254.
Step 3: A written recommendation will be presented to the appropriate approving authority for the
City of Denton (the City Manager, Public Utility Board, City Council) requesting
authorization to proceed with contract execution for the proposed services.
In accordance with Local Government Code 252.049, trade secrets and confidential information in
competitive sealed proposals are not open for public inspection. All submissions shall be opened in a
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 10 of 18
manner that avoids disclosure of the contents to competing respondents and keeps the responses secret
during negotiations. A public opening will not be conducted with this process.
After the contract has been awarded all submissions will be open for public inspection, and the
unsuccessful respondent(s) may request a debriefing regarding their submittal. Please contact the City
of Denton Materials Management staff to document the request for a debriefing. A meeting with the
City of Denton Materials Management Staff and the using Division will be scheduled within a
reasonable time.
18. CONTACT BETWEEN RESPONDENT AND THE CITY
Respondents shall direct all inquiries and communications concerning this solicitation to the Point
of Contact(s) listed below:
Cindy Alonzo, CPPB, CTL, A.P.P.
Buyer
901-B Texas Street
Denton, TX 76209
(940) 349-7100
Fax: (940) 349-7302
Cynthia.Alonzo@cityofdenton.com
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 11 of 18
SOLICITATION CHECKLIST
Submit response, with tabs marking each section, in the following order:
Check
when
Completed
Task to be Completed by Respondent
Review Exhibit 2 – General Provisions and Terms and Conditions
Review Exhibit 3 – Scope of Work/Technical Specifications
Review Exhibit 4 – Technical Drawings and Plans (if applicable)
Submission of Exhibit 5 – FTP Site Form (if applicable)
Review Exhibit 6 – Federal Grant Requirements (if applicable)
Cover sheet
Solicitation number
Solicitation name
Firm name
Firm address
Contact name
Contact phone
Contact fax
Website address
Contact email address
Solicitation Checklist
Attachment A- Business Overview Questionnaire
Document how firm meets minimum qualifications (Section 3)
Detail to support evaluation criteria
Statement of Qualifications
Attachment B – Exception Form
Attachment C – Schedule and Budget Compliance Form
Attachment D – Reference Form
Attachment E – Conflict of Interest Questionnaire Form – with signature
Attachment F - Acknowledgment
Acknowledgment of Addenda
Submission signed by authorized officer, in the order specified below
Hard Copy Submission: If submitting a hard copy, the City requires one (1) original and
three (3) copies.
Electronic Submission: If submitting an electronic proposal only, email to
Ebids@cityofdenton.com with the Solicitation # and name in the subject line.
Order for
Submission Document
1 Cover Sheet
2 Solicitation Checklist
3 Attachment A- Business Overview Questionnaire
4 Statement of Qualifications
5 Attachment B – Exception Form
6 Attachment C- Schedule and Budget Compliance Form
7 Attachment D – Reference Form
8 Attachment E – Conflict of Questionnaire Form
9 Attachment F - Acknowledgment
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 12 of 18
ATTACHMENT A-BUSINESS OVERVIEW QUESTIONNAIRE AND FORMS
1. Contract Information (for formal contracting purposes):
The following information will be used to write a contract, should your firm be selected for
award.
Firm’s Legal Name:
Address:
Agent Authorized to sign contract (Name):
Agent’s email address:
2. Subsidiary of:
3. Organization Class (circle):
Partnership Corporation Individual Association
4. Tax Payer ID#:
5. Date Established:
6. Historically Underutilized Business: Yes or No
7. Does your company have an established physical presence in the State of Texas, or the City of
Denton? Yes or No, in which?
8. Please provide a detailed listing of all products and/or services that your company provides.
9. Has your company filed or been named in any litigation involving your company and the
Owner on a contract within the last five years under your current company name or any other
company name? If so provide details of the issues and resolution if available. Include lawsuits
where Owner was involved. (Notice: Failure to disclose this information during proposal
submission, and later discovered, may result in contract termination at the Owner’s option.)
10. Have you ever defaulted on or failed to complete a contract under your current company
name or any other company name? If so, where and why? Give name and telephone number
of Owner.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 13 of 18
11. Have you ever had a contract terminated by the Owner? If so, where and why? Give name
and telephone number (s) of Owner (s).
12. Has your company implemented an Employee Health and Safety Program compliant with 29
CFR 1910 “General Industry Standards” and/or 29 CFR 1926 “General Construction
Standards” as they apply to your Company’s customary activities?
http://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=STANDARDS&p_toc
_level=1&p_keyvalue=1926
13. Provide details to support the evaluation criteria, including experience and capabilites.
14. Provide details on how firm meets the minimum qualifications stated in this Main
document Section 3.
a. The details must be completed on this form, and shall not point to another document
in the respondent’s proposal.
b. Sign below and return form with final submission.
I certify that our firm meets the minimum qualifications as stated in this Main document, section 3.
_______________________ _____________________ _____________________
Signature Company Date
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 14 of 18
ATTACHMENT B-SUBMISSION EXCEPTIONS
Any exceptions taken to this solicitation (including terms and conditions in Exhibit 2, the General Provisions and
Terms and Conditions) must be itemized on the lines below. Additional pages may be added as needed. If there are
no exceptions, please sign where indicated at the bottom of the page
Item # Description
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
_________ __________________________________________________________________________________
The above exceptions (and any additional pages identified) are the ONLY exceptions to the specifications, General
Provisions and Terms and Conditions in Exhibit 2, and sample contract to this solicitation. I understand that the City may
not accept additional exceptions produced after final submission of this proposal.
_______________________ _____________________ _____________________
Signature Company Date
No Exceptions are taken to this solicitation or the General Provisions and Terms
and Conditions in Exhibit 2.
_______________________ _____________________ _____________________
Signature Company Date
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 15 of 18
ATTACHMENT C- SCHEDULE & BUDGET COMPLIANCE FORM
NOT APPLICABLE
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 16 of 18
ATTACHMENT D-REFERENCES
Please list three (3) Government references, other than the City of Denton, who can verify the quality of service
your company provides. The City prefers customers of similar size and scope of work to this solicitation.
REFERENCE ONE
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
REFERENCE TWO
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
REFERENCE THREE
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 17 of 18
ATTACHMENT E-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.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the
date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
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 officer
named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an
officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
RFQ 6253 for Medical Control Services
RFQ 6253 - Main Document Page 18 of 18
ATTACHMENT F-ACKNOWLEDGEMENT
The undersigned agrees this submission becomes the property of the City of Denton after the official opening.
The undersigned affirms he has familiarized himself with the specification, drawings, exhibits and other documents; the
local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and
storage of materials and equipment; and all other matters that will be required for the work before submitting a response.
The undersigned agrees, if this submission is accepted, to furnish any and all items/services upon which prices are offered,
at the price(s) and upon the terms and conditions contained in the specification. The period for acceptance of this
submission will be 120 calendar days unless a different period is noted.
The undersigned affirms that they are duly authorized to execute this contract, that this submission has not been prepared
in collusion with any other respondent, nor any employee of the City of Denton, and that the contents of this submission
have not been communicated to any other respondent or to any employee of the City of Denton prior to the acceptance of
this submission.
Respondent hereby assigns to the City any and all claims for overcharges associated with this contract which arise under
the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of
Texas, Tex. Bus. & Com. Code, Section 15.01, et seq.
The undersigned affirms that they have read and do understand the specifications, all exhibits and attachments contained
in this solicitation package.
The undersigned agrees that the solicitation package posted on the website are the official specifications and shall not alter
the electronic copy of the specifications and/or pricing sheet (Exhibit 1), without clearly identifying changes.
The undersigned understands they will be responsible for monitoring the City of Denton Purchasing Website at:
http://www.cityofdenton.com/index.aspx?page=397 to ensure they have downloaded and signed all addendum(s) required
for submission with their response.
I certify that I have made no willful misrepresentations in this submission, nor have I withheld information in my statements
and answers to questions. I am aware that the information given by me in this submission will be investigated, with my
full permission, and that any misrepresentations or omissions may cause my submission to be rejected.
Acknowledge receipt of following addenda to the solicitation:
Addendum No 1 Dated _______________________ Received _________________
Addendum No 2 Dated _______________________ Received _________________
Addendum No 3 Dated _______________________ Received _________________
NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE:
___________________________________ Signature
___________________________________ Date
___________________________________ Name
___________________________________ Title ___________________________
Tel. No. ____________________________ Fax No. ________________________
Email. _____________________________
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Materials Management Department
901-B Texas Street
Denton, Texas 76209
940-349-7100
purchasing@cityofdenton.com
RFQ 6253
Exhibit 2
General Provisions –Terms and Conditions for Professional
Services
The following document provides details of the City’s General Provisions, Terms and
Conditions, insurance requirements and sample contract for professional services. This exhibit
governs the solicitation and supporting exhibits as identified in the Main Document Table of
Contents.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 2 of 42
Table of Contents
A. GENERAL PROVISIONS ............................................................................................................................... 3
1. SILENCE OF SPECIFICATIONS ................................................................................................................... 3
2. RESPONDENTS COST TO DEVELOP SUBMITTAL .................................................................................. 3
3. MINIMUM RESPONSE .................................................................................................................................. 3
4. VALIDITY PERIOD ........................................................................................................................................ 3
5. REJECTION OF SUBMITTAL ....................................................................................................................... 3
6. PROPRIETARY INFORMATION .................................................................................................................. 3
7. NON-ENDORSEMENT .................................................................................................................................. 4
8. ASSIGNMENT ................................................................................................................................................ 4
9. UNAUTHORIZED COMMUNICATIONS ..................................................................................................... 4
10. DISQUALIFICATIONS .............................................................................................................................. 5
11. INTELLECTUALLY PROPERTY INDEMNIFICATION ......................................................................... 5
12. RIGHTS TO DATA, DOCUMENTS, AND COMPUTER SOFTWARE (GOVERNMENTAL ENTITY
OWNERSHIP)........................................................................................................................................................... 5
13. PATENT RIGHTS ....................................................................................................................................... 5
14. AWARD ...................................................................................................................................................... 6
15. CONTRACTS .............................................................................................................................................. 6
16. INSURANCE ............................................................................................................................................... 6
17. CHANGES DURING CONTRACT TERM ................................................................................................ 6
18. ADDING NEW PRODUCTS OR SERVICES TO THE CONTRACT AFTER AWARD ......................... 6
19. SAFETY AND ENVIRONMENTAL HAZARDS ...................................................................................... 6
20. CONTRACTOR STANDARDS OF PERFORMANCE ............................................................................. 7
21. ANTICIPATED PROBLEMS AND PROPOSED SOLUTIONS ............................................................... 7
22. ADDITIONAL GENERAL REQUIREMENTS .......................................................................................... 7
23. PAYMENT AND PERFORMANCE REQUIREMENTS ........................................................................... 8
a. PAYMENT AND INVOICES: .................................................................................................................... 8
b. PAYMENT TO PERFORMANCE MILESTONES .................................................................................... 8
c. TAX EXEMPTION ..................................................................................................................................... 8
B. STANDARD PURCHASE TERMS AND CONDITIONS ........................................................................... 10
APPENDIX A- INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS ...... 25
APPENDIX B – SAMPLE CONTRACT .................................................................................................................... 32
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 3 of 42
A. GENERAL PROVISIONS
1. SILENCE OF SPECIFICATIONS
The apparent silence of these specifications as to any detail or the apparent omission from
it of a detailed description concerning any point, shall be regarded as a meaning that the
only best commercial practices are to prevail. All interpretations of these specifications
shall be made on the basis of this statement.
2. RESPONDENTS COST TO DEVELOP SUBMITTAL
Respondents to this solicitation are responsible for all costs of submittal preparation,
delivery and any oral presentations required as part of the selection process. All materials
submitted in response to the solicitation become property of the City of Denton and will be
returned only at the option of the City.
3. MINIMUM RESPONSE
Submittals that do not, at a minimum, contain the Attachments and Exhibit 1 Pricing Sheet
will be subject to disqualification at the sole discretion of the City of Denton. If any firm
submitting a proposal is a corporation, it must be registered to conduct business in the State
of Texas. Proof of this registration must be included as part of the submittal.
4. VALIDITY PERIOD
The information included in the solicitation response(s), and any cost information obtained
from a negotiation process, remain valid for 120 days from the response due date or until the
contract is approved by the governing body.
5. REJECTION OF SUBMITTAL
ANY PROPOSAL SUBMITTED AFTER THE DUE DATE AND TIME SPECIFIED
WITHIN SECTION III, SHALL BE REJECTED. THE CITY SHALL REJECT
RESPONSES SUBMITTED BY FIRMS THAT DO NOT MEET MINIMUM
QUALIFICATIONS.
The City of Denton reserves the right to reject any and all submittals received in response to
the solicitation and to waive any minor technicalities or irregularities as determined to be in
the best interest of the City.
6. PROPRIETARY INFORMATION
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 4 of 42
If a respondent does not desire proprietary information in the submission to be disclosed,
the respondent shall identify all proprietary information in the submission. This
identification will be accomplished by individually marking each page or line item detail
with the words “Proprietary Information”. If the respondent fails to identify proprietary
information, the respondent agrees that by submission of its response, that those sections
shall be deemed non-proprietary and made available upon public request. Respondents
are advised that the City, to the extent permitted by law, will protect the confidentiality of
all submissions. Respondent shall consider the implications of the Texas Public
Information Act, particularly after the solicitation process has ceased and the contract has
been awarded. While there are provisions in the Texas Public Information Act to protect
proprietary information, where the respondent can meet certain evidentiary standards,
please be advised that a determination on whether those standards have been met will not
be decided by the City of Denton, but by the Office of the Attorney General of the State
of Texas. In the event a request for public information is made, the City will notify the
respondent, who may then request an opinion from the Attorney General pursuant to
552.305, Texas Government Code. The City will not make a request of the Attorney
General.
7. NON-ENDORSEMENT
If a submission is accepted, the successful respondent shall not issue any news releases or
other statements pertaining to the award or servicing of the agreement that state or imply
the City of Denton’s endorsement of the successful respondent’s services.
8. ASSIGNMENT
The successful contractor shall not sell, assign, transfer or convey this contract in whole,
or part, without the prior written consent of the Purchasing Manager.
9. UNAUTHORIZED COMMUNICATIONS
After release of this solicitation, respondent contact regarding this solicitation with
members of the evaluation, interview or selection panels, employees of the City or
officials of the City other than the Purchasing Manager, or authorized City of Denton
purchasing staff, or as otherwise indicated is prohibited and may result in disqualification
from this procurement process. No officer, employee, agent or representative of the
respondent shall have any contact or discussion, verbal or written, with any members of
the City Council, members of the evaluation, interview, or selection panels, City staff or
City’s consultants, or directly or indirectly through others, seeking to influence any City
Council member, City staff, or City’s consultants regarding any matters pertaining to this
solicitation, except as herein provided. If a representative of any respondent violates the
foregoing prohibition by contacting any of the above listed parties with who contact is
not authorized, such contact may result in the respondent being disqualified from the
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 5 of 42
procurement process. Any oral communications are considered unofficial and non-
binding with regard to this solicitation.
10. DISQUALIFICATIONS
Any terms and conditions attached to a solicitation will not be considered unless
specifically referred to on a solicitation and may result in disqualification. Any
submissions that do not clearly outline all qualifications may be disqualified.
11. INTELLECTUALLY PROPERTY INDEMNIFICATION
The contractor will indemnify, defend and hold harmless the City of Denton, and its
authorized users, against any action or claim brought against the City of Denton, or its
authorized users that is based on a claim that software infringes any patent rights,
copyright rights or incorporated misappropriated trade secrets. Contractor will pay any
damages attributable to such claim that are awarded against the City of Denton or its
authorized users, in a judgment or settlement. If the City of Denton or its authorized
users’ utilization of the software becomes subject to a claim, or is likely to become
subject to a claim, in the sole opinion of the City of Denton, or its authorized users, the
Contractor shall, at its sole expense (1) procure for City of Denton or its authorized users,
the right to continue using such software under the terms of this Contract; or (2) replace
or modify the software so that it is non-infringing.
12. RIGHTS TO DATA, DOCUMENTS, AND COMPUTER
SOFTWARE (GOVERNMENTAL ENTITY OWNERSHIP)
Any software, research, reports studies, data, photographs, negatives or other documents,
drawings or materials prepared by contractor in the performance of its obligations under
this contract shall be the exclusive property of the City of Denton and all such materials
shall be delivered to the City by the contractor upon completion, termination, or
cancellation of this contract. Contractor may, at its own expense, keep copies of all its
writings for its personal files. Contractor shall not use, willingly allow, or cause to have
such materials used for any purpose other than the performance of contractor’s
obligations under this contract without the prior written consent of the City; provided,
however, that contractor shall be allowed to use non-confidential materials for writing
samples in pursuit of the work.
The ownership rights described herein shall include, but not be limited to, the right to
copy, publish, display, transfer, prepare derivative works, or otherwise use the works.
13. PATENT RIGHTS
The contractor agrees to indemnify and hold harmless the City from any claim involving
patent right infringement or copyrights on goods supplied.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 6 of 42
14. AWARD
The City will award the contract to the firm on the basis of demonstrated competence for
a fair and reasonable fee.
15. CONTRACTS
The successful awarded vendor will be required to sign an original contract. A sample
contract is provided in Appendix B – Sample Contract. Respondents shall review the
document and note exceptions in the proposal.
16. INSURANCE
The City requires standard insurance for services performed on site. The successful
awarded vendor will be required to provide a certificate of insurance as outlined in
Appendix A – Insurance requirements. Respondents shall review the document and note
exceptions on Attachment B.
17. CHANGES DURING CONTRACT TERM
The awarded contractor shall not change specifications during the contract term without
prior approval. Any deviation in the specifications or change must be approved in
advance by the City of Denton. Notice of a change shall be submitted in writing to
purchasing@cityofdenton.com, with the solicitation number in the subject line, for
review. Services found to have changed specifications without notification, and
acceptance, will be returned at the supplier’s expense.
18. ADDING NEW PRODUCTS OR SERVICES TO THE CONTRACT
AFTER AWARD
Following the Contract award, ADDITIONAL services or products of the same general
category that could have been encompassed in the award of this contract, and that are not
already on the contract, may be added. A formal written request may be sent to successful
Contractor (s) to provide a proposal on the additional services and shall submit proposals
to the City of Denton as instructed. All prices are subject to negotiation. The City of
Denton may accept or reject any or all pricing proposals, and may issue a separate
solicitation for the services/products after rejecting some or all of the proposals. The
commodities and services covered under this provision shall conform to the statement of
work, specifications, and requirements as outlined in the request.
19. SAFETY AND ENVIRONMENTAL HAZARDS
The City does not warrant or guarantee against the possibility that safety or
environmental hazards or potential hazards (including premises and special defects) may
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 7 of 42
exist at the City’s facilities. The Contractor shall be responsible for identifying any
hazardous conditions and notifying the City of these conditions in writing no later than 30
days after contract award and prior to initiation of service delivery on the property. This
will be accomplished by the Contractor conducting an environmental assessment and an
occupational health, and safety inspection of the service bay or field service areas by
competent, qualified and appropriately licensed practitioners. The costs of these
inspections and any subsequent corrective action will be negotiated between the City and
the Contractor.
All contractors to the City of Denton are required to ensure absolute safety standards are
applied and enforced. The City of Denton will not be responsible for individual
contractor safety, and the awarded contractor shall not hold the City of Denton
responsible. Known hazards shall immediately be reported and all safety precautions
shall be taken to prevent potential safety issues from occurring.
20. CONTRACTOR STANDARDS OF PERFORMANCE
Monthly Time Standards - Contractors shall fully understand that the City relies on the
product or service of the solicitation to provide vital municipal services, and the
availability and reliability of the equipment is of the essence. With this in mind, the
Contractor shall meet the following performance standards at all times. Labor disputes,
strikes, and other events, except those beyond the Contractor's control such as acts of
God, shall not relieve the Contractor from meeting these standards. For service category,
the Contractor must ensure the given level of service is achieved, within the designated
number of working hours.
Contractor shall deliver goods or services within specified delivery times for 95% of all
orders.
21. ANTICIPATED PROBLEMS AND PROPOSED SOLUTIONS
Respondent shall offer written observations, based upon previous experiences in public
projects of this magnitude, addressing any anticipated problems and offer proposed
solutions to those problems.
22. ADDITIONAL GENERAL REQUIREMENTS
a. Prior to commencement of the services, the City and selected individual or business
will conduct an initial meeting to review the overall scope, schedule, deliverables and
planning process to implement a successful program.
b. The awarded Contractor shall provide to the City of Denton, detailed reports of time
and services provided to the City on a monthly basis.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 8 of 42
c. Staff available to assist the selected provider is limited; the proposals submitted
should not anticipate extensive staff assistance during equipment repairs or
maintenance.
23. PAYMENT AND PERFORMANCE REQUIREMENTS
A. PAYMENT AND INVOICES:
Payment processing: The City review, inspection, and processing procedures for
invoices ordinarily require thirty (30) days after receipt of invoices, materials, or
services. Submissions which call for payment before thirty (30) days from receipt
of invoice, or cash discounts given on such payment, will be considered only if, in
the opinion of the Purchasing Manager, the review, inspection, and processing
procedures can be completed as specified. It is the intention of the City of Denton
to make payment within thirty days after receipt of valid invoices for which items
or services have been received unless unusual circumstances arise. The 30 day
processing period for invoices will begin on the date the invoice is received or the
date the items or services are received, whichever is later.
Direct deposit for payments: Contractors are encouraged to arrange for
receiving payments through direct deposit. Information regarding direct deposit
payments is available from the City of Denton Purchasing website:
www.dentonpurchasing.com.
Invoices shall be sent directly to the City of Denton Accounts Payable
Department, 215 E McKinney St, Denton, TX, 76201-4299. A pro-forma invoice
shall be sent to the contract administrator as identified in the Notice to Proceed. It
is the intention of the City of Denton to make payment on completed orders
within thirty days after receipt of invoice or items; whichever is later, unless
unusual circumstances arise. Invoices must be fully documented as to labor,
materials, and equipment provided, if applicable, and must reference the
City of Denton Purchase Order Number in order to be processed. No
payments shall be made on invoices not listing a Purchase Order Number.
B. PAYMENT TO PERFORMANCE MILESTONES
Awarded contractor shall prepare and submit invoices after completion of specific
project milestones. The invoice shall detail the major milestones accomplished and
detailed cost information for project. These milestones shall be submitted to the City
of Denton and the City’s Project Staff shall review such for completion and
accuracy, prior to payment authorization.
C. TAX EXEMPTION
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 9 of 42
The City of Denton qualifies for sales tax exemption pursuant to the provisions of
Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Any
Contractor performing work under this contract for the City of Denton may
purchase materials and supplies and rent or lease equipment sales tax free. This is
accomplished by issuing exemption certificates to suppliers. Certificates must
comply with State Comptroller’s ruling #95-0.07 and #95-0.09.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 10 of 42
B. 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: The Contractor will package deliverables in accordance
with good commercial practice and shall include a packing list showing the description of each item, the quantity
and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping
container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s
name, address and purchase order or purchase release number and the price agreement number if applicable, (c)
Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing
the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest
transportation costs and to conform to all the requirements of common carriers and any applicable specification. The
City's count or weight shall be final and conclusive on shipments not accompanied by packing lists.
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 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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 11 of 42
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.
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 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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 12 of 42
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 deliverables or of the invoice being received in Accounts Payable,
whichever is later.
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
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. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment;
iv. damage to the property of the City or the City’s agents, employees or contractors,
which is not covered by insurance required to be provided by the Contractor;
v. reasonable evidence that the Contractor’s obligations will not be completed within the
time specified in the Contract, and that the unpaid balance would not be adequate to
cover actual or liquidated damages for the anticipated delay;
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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 13 of 42
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 whall 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 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 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 1% 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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 14 of 42
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
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:
A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders
by others for like deliverables under similar terms of purchase.
B. 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.
C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or
otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for
like deliverables under similar terms of purchase.
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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 15 of 42
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 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 Contractor shall pay to the City upon demand the increased cost, if any, incurred by the
City to procure such 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 one year 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, but failure to give timely notice shall not impair the City’s rights under this section.
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 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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 16 of 42
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 ten (10) calendar days, unless otherwise specified, after
the date of such notice, unless the Contractor, within such ten (10) 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.
28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in
part, without cause any time upon thirty (30) 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 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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 17 of 42
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.
32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance
requirements detailed in Appendix A 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
certified 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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 18 of 42
policy provisions are established by law or regulations binding upon either of the parties hereto or the
underwriter on any such 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. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance.
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 affect 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 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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 19 of 42
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.
38. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout
the world in and to the deliverables.
A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such
patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if
necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such
patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its
employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved
by the City, to the City upon request by the City.
B. Copyrights. As to any deliverables containing copyrightable subject matter, 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 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 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
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: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 20 of 42
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. 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 his 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 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.
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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 21 of 42
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 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:
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 22 of 42
New Year’s Day (observed)
MLK Day
Memorial Day
4th of July
Labor Day
Thanksgiving Day
Day After Thanksgiving
Christmas Eve (observed)
Christmas Day (observed)
New Year’s 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 approved by the City Manager of Denton, Texas or his 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, 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
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 23 of 42
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.
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 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 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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 24 of 42
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.
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: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 25 of 42
APPENDIX A- INSURANCE REQUIREMENTS AND
WORKERS’ COMPENSATION REQUIREMENTS
Respondent’s attention is directed to the insurance requirements below. It is highly recommended that
respondents confer with their respective insurance carriers or brokers to determine in advance of
Proposal/Bid submission the availability of insurance certificates and endorsements as prescribed and
provided herein. If an apparent low respondent fails to comply strictly with the insurance requirements,
that respondent may be disqualified from award of the contract. Upon contract award, all insurance
requirements shall become contractual obligations, which the successful contractor shall have a duty to
maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of contract award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance including any applicable addendum or endorsements,
containing the contract number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any time; however,
Contractors are strongly advised to make such requests prior to proposal/bid opening, since the
insurance requirements may not be modified or waived after proposal/bid opening unless a written
exception has been submitted with the proposal/bid. Contractor shall not commence any work or
deliver any material until he or she receives notification that the contract has been accepted, approved,
and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the
following general specifications, and shall be maintained in compliance with these general
specifications throughout the duration of the Contract, or longer, if so noted:
Each policy shall be issued by a company authorized to do business in the State of Texas with an
A.M. Best Company rating of at least A or better.
Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the
City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect
to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Liability policies shall be endorsed to provide the following:
Name as Additional Insured the City of Denton, its Officials, Agents, Employees and
volunteers.
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.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 26 of 42
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 marked specifications, and shall be maintained in compliance with these additional
specifications throughout the duration of the Contract, or longer, if so noted:
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $1,000,000.00 shall
be provided and maintained by the Contractor. The policy shall be written on an occurrence
basis either in a single policy or in a combination of underlying and umbrella or excess
policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:
Coverage A shall include premises, operations, products, and completed operations,
independent contractors, contractual liability covering this contract and broad form
property damage coverage.
Coverage B shall include personal injury.
Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least:
Bodily injury and Property Damage Liability for premises, operations, products and
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 27 of 42
completed operations, independent contractors and property damage resulting from
explosion, collapse or underground (XCU) exposures.
Broad form contractual liability (preferably by endorsement) covering this contract,
personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and
umbrella or excess policies. The policy will include bodily injury and property damage liability
arising out of the operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement
for:
any auto, or
all owned hired and non-owned autos.
[X] Workers’ Compensation Insurance
Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to
meeting the minimum statutory requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a
$500,000 policy limit for occupational disease. The City need not be named as an "Additional
Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials,
agents, employees and volunteers for any work performed for the City by the Named Insured.
For building or construction projects, the Contractor shall comply with the provisions of
Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of
the Texas Workers’ Compensation Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work
under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the
City as insured for property damage and bodily injury which may arise in the prosecution of the
work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis
and the policy shall be issued by the same insurance company that carries the Contractor's
liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and
property damage per occurrence with a $1,000,000.00 aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building. Limits of not less than
each occurrence are required.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 28 of 42
[X] Professional Liability Insurance – Medical Malpractice
Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under this
Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided.
Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their
interests may appear.
[ ] Environmental Liability Insurance
Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this
contract.
[ ] Riggers Insurance
The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by
a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater
covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage
form. Said coverage shall mirror the limits provided by the CGL coverage
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the
premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this
coverage should be written on a “blanket” basis to cover all employees, including new hires. This
type insurance should be required if the contractor has access to City funds. Limits of not less
than $ each occurrence are required.
[X] Additional Insurance – Medical Malpractice
Other insurance may be required on an individual basis for extra hazardous contracts and specific
service agreements. If such additional insurance is required for a specific contract, that
requirement will be described in the "Specific Conditions" of the contract specifications.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 29 of 42
ATTACHMENT A
[X] Workers’ Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate")-A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes all
persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees.
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the Contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
1. a certificate of coverage, prior to that person beginning work on the project, so
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 30 of 42
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
2. no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating
how a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
1. provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
2. provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
3. provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
4. obtain from each other person with whom it contracts, and provide to the
contractor:
a. a certificate of coverage, prior to the other person beginning work on the
project; and
b. a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
RFQ # 6253 – EXHIBIT 2 Page 31 of 42
5. retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
6. notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
7. Contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by
workers' compensation coverage for the duration of the project, that the coverage
will be based on proper reporting of classification codes and payroll amounts, and
that all coverage agreements will be filed with the appropriate insurance carrier or, in
the case of a self-insured, with the commission's Division of Self-Insurance
Regulation. Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
K. The contractor’s failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 32
APPENDIX B – SAMPLE CONTRACT
PROFESSIONAL SERVICES AGREEMENT
FOR ____________________________
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT is made and entered into as of the __________ day of
________________, 20______, by and between the City of Denton, Texas, a Texas municipal
corporation, with its principal office at 215 East McKinney Street, Denton, Denton County,
Texas 76201, hereinafter called “OWNER” and ________________________________, with its
corporate office at _______________________________, hereinafter called “CONSULTANT,”
acting herein, by and through their duly authorized representatives.
WITNESSETH, that in consideration of the covenants and agreements herein contained,
the parties hereto do mutually agree as follows:
ARTICLE I
EMPLOYMENT OF CONSULTANT
The OWNER hereby contracts with the CONSULTANT, as an independent contractor,
and the CONSULTANT hereby agrees to perform the services herein in connection with the
Project as stated in the sections to follow, with diligence and in accordance with the highest
professional standards customarily obtained for such services in the State of Texas. The
professional services set out herein are in connection with the following described project:
The Project shall include, without limitation, (herein describe project)
ARTICLE II
SCOPE OF SERVICES
The CONSULTANT shall perform the following services in a professional manner:
A. The CONSULTANT shall perform all those services as necessary and as described in the
OWNER’s _________________________ (describe any request for proposal which the
OWNER has utilized to solicit the CONSULTANT’s services), which is attached hereto
and made a part hereof as Exhibit “A” as if written word for word herein.
B. To perform all those services set forth in CONSULTANT’s ______________________
(describe any proposal of CONSULTANT which has been provided including the date of
said proposal), which proposal is attached hereto and made a part hereof as Exhibit “B”
as if written word for word herein.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 33
C. CONSULTANT shall perform all those services set forth in individual task orders which
shall be attached to this Agreement and made a part hereof for all purposes as separate
agreements. (If CONSULTANT is a professional engineer and you wish to list specific
services of the CONSULTANT, please list all specific engineering services to be
provided, including the preparation of detailed plans and specifications.)
D. If there is any conflict between the terms of this Agreement and the exhibits attached to
this Agreement, the terms and conditions of this Agreement will control over the terms
and conditions of the attached exhibits or task orders.
ARTICLE III
ADDITIONAL SERVICES
(To be used if CONSULTANT is an engineer.) Additional services to be performed by
the CONSULTANT, if authorized by the OWNER, which are not included in the above-
described Basic Services, are described as follows:
A. During the course of the Project, as requested by OWNER, the CONSULTANT will be
available to accompany OWNER’s personnel when meeting with the Texas Natural
Resource Conservation Commission, U.S. Environmental Protection Agency, or other
regulatory agencies. The CONSULTANT will assist OWNER’s personnel on an as-
needed basis in preparing compliance schedules, progress reports, and providing general
technical support for the OWNER’s compliance efforts.
B. Assisting OWNER or contractor in the defense or prosecution of litigation in connection
with or in addition to those services contemplated by this Agreement. Such services, if
any, shall be furnished by CONSULTANT on a fee basis negotiated by the respective
parties outside of and in addition to this Agreement.
C. Sampling, testing, or analysis beyond that specifically included in Basic Services.
D. Preparing copies of computer aided drafting (CAD) electronic data bases, drawings, or
files for the OWNER’s use in a future CAD system.
E. Preparing applications and supporting documents for government grants, loans, or
planning advances and providing data for detailed applications.
F. Appearing before regulatory agencies or courts as an expert witness in any litigation with
third parties or condemnation proceedings arising from the development or construction
of the Project, including the preparation of engineering data and reports for assistance to
the OWNER.
G. Providing geotechnical investigations for the site, including soil borings, related analyses,
and recommendations.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 34
H. (List any additional services not included in Basic Services.)
ARTICLE IV
PERIOD OF SERVICE
This Agreement shall become effective upon execution of this Agreement by the
OWNER and the CONSULTANT and upon issue of a notice to proceed by the OWNER, and
shall remain in force for the period which may reasonably be required for the completion of the
Project, including Additional Services, if any, and any required extensions approved by the
OWNER. This Agreement may be sooner terminated in accordance with the provisions hereof.
Time is of the essence in this Agreement. The CONSULTANT shall make all reasonable efforts
to complete the services set forth herein as expeditiously as possible and to meet the schedule
established by the OWNER, acting through its City Manager or his designee.
ARTICLE V
COMPENSATION
A. COMPENSATION TERMS:
1. “Subcontract Expense” is defined as expenses incurred by the CONSULTANT in
employment of others in outside firms for services in the nature of ____________
__________________________.
2. “Direct Non-Labor Expense” is defined as that expense for any assignment
incurred by the CONSULTANT for supplies, transportation and equipment,
travel, communications, subsistence, and lodging away from home, and similar
incidental expenses in connection with that assignment.
B. BILLING AND PAYMENT: For and in consideration of the professional services to be
performed by the CONSULTANT herein, the OWNER agrees to pay, based on the cost
estimate detail at an hourly rate shown in Exhibit “C” which is attached hereto and made
a part of this Agreement as if written word for word herein, a total fee, including
reimbursement for direct non-labor expenses not to exceed _______________________.
Partial payments to the CONSULTANT will be made on the basis of detailed monthly
statements rendered to and approved by the OWNER through its City Manager or his
designee; however, under no circumstances shall any monthly statement for services
exceed the value of the work performed at the time a statement is rendered. The
OWNER may withhold the final five percent (5%) of the contract amount until
completion of the Project.
Nothing contained in this Article shall require the OWNER to pay for any work which is
unsatisfactory, as reasonably determined by the City Manager or his designee, or which is
not submitted in compliance with the terms of this Agreement. The OWNER shall not be
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 35
required to make any payments to the CONSULTANT when the CONSULTANT is in
default under this Agreement.
It is specifically understood and agreed that the CONSULTANT shall not be authorized
to undertake any work pursuant to this Agreement which would require additional
payments by the OWNER for any charge, expense, or reimbursement above the
maximum not to exceed fee as stated, without first having obtained written authorization
from the OWNER. The CONSULTANT shall not proceed to perform the services listed
in Article III “Additional Services,” without obtaining prior written authorization from
the OWNER.
C. ADDITIONAL SERVICES: For additional services authorized in writing by the
OWNER in Article III, the CONSULTANT shall be paid based on the Schedule of
Charges at an hourly rate shown in Exhibit “C.” Payments for additional services shall
be due and payable upon submission by the CONSULTANT, and shall be in accordance
with subsection B hereof. Statements shall not be submitted more frequently than
monthly.
D. PAYMENT: If the OWNER fails to make payments due the CONSULTANT for
services and expenses within thirty (30) days after receipt of the CONSULTANT’s
undisputed statement thereof, the amounts due the CONSULTANT will be increased by
the rate of one percent (1%) per month from the said thirtieth (30th) day, and, in addition,
the CONSULTANT may, after giving seven (7) days’ written notice to the OWNER,
suspend services under this Agreement until the CONSULTANT has been paid in full all
amounts due for services, expenses, and charges, provided, however, nothing herein shall
require the OWNER to pay the late charge of one percent (1%) set forth herein if the
OWNER reasonably determines that the work is unsatisfactory, in accordance with this
Article V, “Compensation.”
ARTICLE VI
OBSERVATION AND REVIEW OF THE WORK
The CONSULTANT will exercise reasonable care and due diligence in discovering and
promptly reporting to the OWNER any defects or deficiencies in the work of the
CONSULTANT or any subcontractors or subconsultants.
ARTICLE VII
OWNERSHIP OF DOCUMENTS
All documents prepared or furnished by the CONSULTANT (and CONSULTANT’s
subcontractors or subconsultants) pursuant to this Agreement are instruments of service, and
shall become the property of the OWNER upon the termination of this Agreement. The
CONSULTANT is entitled to retain copies of all such documents. The documents prepared and
furnished by the CONSULTANT are intended only to be applicable to this Project, and
OWNER’s use of these documents in other projects shall be at OWNER’s sole risk and expense.
In the event the OWNER uses any of the information or materials developed pursuant to this
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 36
Agreement in another project or for other purposes than specified herein, CONSULTANT is
released from any and all liability relating to their use in that project.
ARTICLE VIII
INDEPENDENT CONTRACTOR
CONSULTANT shall provide services to OWNER as an independent contractor, not as
an employee of the OWNER. CONSULTANT shall not have or claim any right arising from
employee status.
ARTICLE IX
INDEMNITY AGREEMENT
The CONSULTANT shall indemnify and save and hold harmless the OWNER and its
officers, agents, and employees from and against any and all liability, claims, demands, damages,
losses, and expenses, including, but not limited to court costs and reasonable attorney fees
incurred by the OWNER, and including, without limitation, damages for bodily and personal
injury, death and property damage, resulting from the negligent acts or omissions of the
CONSULTANT or its officers, shareholders, agents, or employees in the execution, operation, or
performance of this Agreement.
Nothing in this Agreement shall be construed to create a liability to any person who is not
a party to this Agreement, and nothing herein shall waive any of the parties’ defenses, both at
law or equity, to any claim, cause of action, or litigation filed by anyone not a party to this
Agreement, including the defense of governmental immunity, which defenses are hereby
expressly reserved.
ARTICLE X
INSURANCE
During the performance of the services under this Agreement, CONSULTANT shall
maintain the following insurance with an insurance company licensed to do business in the State
of Texas by the State Insurance Commission or any successor agency that has a rating with Best
Rate Carriers of at least an A- or above:
A. Comprehensive General Liability Insurance with bodily injury limits of not less than
$1,000,000 for each occurrence and not less than $1,000,000 in the aggregate, and with
property damage limits of not less than $100,000 for each occurrence and not less than
$100,000 in the aggregate.
B. Automobile Liability Insurance with bodily injury limits of not less than $500,000 for
each person and not less than $500,000 for each accident, and with property damage
limits of not less than $100,000 for each accident.
C. Worker’s Compensation Insurance in accordance with statutory requirements, and
Employers’ Liability Insurance with limits of not less than $100,000 for each accident.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 37
D. Professional Liability Insurance with limits of not less than $1,000,000 annual aggregate.
E. The CONSULTANT shall furnish insurance certificates or insurance policies at the
OWNER’s request to evidence such coverages. The General Liability and Auto Liability
insurance policies shall name the OWNER as an additional insured. CONSULTANT
shall endeavor to provide OWNER with any cancellation or modification to its insurance
policies.
ARTICLE XI
ARBITRATION AND ALTERNATE DISPUTE RESOLUTION
The parties may agree to settle any disputes under this Agreement by submitting the
dispute to arbitration or other means of alternate dispute resolution, such as mediation. No
arbitration or alternate dispute resolution arising out of or relating to this Agreement, involving
one party’s disagreement, may include the other party to the disagreement without the other’s
approval.
ARTICLE XII
TERMINATION OF AGREEMENT
A. Notwithstanding any other provision of this Agreement, either party may terminate by
giving thirty (30) days’ advance written notice to the other party.
B. This Agreement may be terminated in whole or in part in the event of either party
substantially failing to fulfill its obligations under this Agreement. No such termination
will be affected unless the other party is given (1) written notice (delivered by certified
mail, return receipt requested) of intent to terminate and setting forth the reasons
specifying the non-performance, and not less than thirty (30) calendar days to cure the
failure; and (2) an opportunity for consultation with the terminating party prior to
termination.
C. If the Agreement is terminated prior to completion of the services to be provided
hereunder, CONSULTANT shall immediately cease all services and shall render a final
bill for services to the OWNER within thirty (30) days after the date of termination. The
OWNER shall pay CONSULTANT for all services properly rendered and satisfactorily
performed and for reimbursable expenses to termination incurred prior to the date of
termination, in accordance with Article V “Compensation.” Should the OWNER
subsequently contract with a new consultant for the continuation of services on the
Project, CONSULTANT shall cooperate in providing information. The CONSULTANT
shall turn over all documents prepared or furnished by CONSULTANT pursuant to this
Agreement to the OWNER on or before the date of termination, but may maintain copies
of such documents for its use.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 38
ARTICLE XIII
RESPONSIBILITY FOR CLAIMS AND LIABILITIES
Approval by the OWNER shall not constitute, nor be deemed a release of the
responsibility and liability of the CONSULTANT, its employees, associates, agents,
subcontractors, and subconsultants for the accuracy and competency of their designs or other
work; nor shall such approval be deemed to be an assumption of such responsibility by the
OWNER for any defect in the design or other work prepared by the CONSULTANT, its
employees, subcontractors, agents, and consultants.
ARTICLE XIV
NOTICES
All notices, communications, and reports required or permitted under this Agreement
shall be personally delivered or mailed to the respective parties by depositing same in the United
States mail to the address shown below, certified mail, return receipt requested, unless otherwise
specified herein. Mailed notices shall be deemed communicated as of three (3) days’ mailing:
To CONSULTANT: To OWNER:
__________________________ City of Denton
__________________________ (Name and Title)
__________________________ 215 East McKinney
__________________________ Denton, Texas 76201
All notices shall be deemed effective upon receipt by the party to whom such notice is
given, or within three (3) days’ mailing.
ARTICLE XV
ENTIRE AGREEMENT
This Agreement, consisting of ________ pages and _________ exhibits, constitutes the
complete and final expression of the agreement of the parties, and is intended as a complete and
exclusive statement of the terms of their agreements, and supersedes all prior contemporaneous
offers, promises, representations, negotiations, discussions, communications, and agreements
which may have been made in connection with the subject matter hereof.
ARTICLE XVI
SEVERABILITY
If any provision of this Agreement is found or deemed by a court of competent
jurisdiction to be invalid or unenforceable, it shall be considered severable from the remainder of
this Agreement and shall not cause the remainder to be invalid or unenforceable. In such event,
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 39
the parties shall reform this Agreement to replace such stricken provision with a valid and
enforceable provision which comes as close as possible to expressing the intention of the stricken
provision.
ARTICLE XVII
COMPLIANCE WITH LAWS
The CONSULTANT shall comply with all federal, state, and local laws, rules,
regulations, and ordinances applicable to the work covered hereunder as they may now read or
hereinafter be amended.
ARTICLE XVIII
DISCRIMINATION PROHIBITED
In performing the services required hereunder, the CONSULTANT shall not discriminate
against any person on the basis of race, color, religion, sex, national origin or ancestry, age, or
physical handicap.
ARTICLE XIX
PERSONNEL
A. The CONSULTANT represents that it has or will secure, at its own expense, all
personnel required to perform all the services required under this Agreement. Such
personnel shall not be employees or officers of, or have any contractual relations with the
OWNER. CONSULTANT shall inform the OWNER of any conflict of interest or
potential conflict of interest that may arise during the term of this Agreement.
B. All services required hereunder will be performed by the CONSULTANT or under its
supervision. All personnel engaged in work shall be qualified, and shall be authorized
and permitted under state and local laws to perform such services.
ARTICLE XX
ASSIGNABILITY
The CONSULTANT shall not assign any interest in this Agreement, and shall not
transfer any interest in this Agreement (whether by assignment, novation, or otherwise) without
the prior written consent of the OWNER.
ARTICLE XXI
MODIFICATION
No waiver or modification of this Agreement or of any covenant, condition, or limitation
herein contained shall be valid unless in writing and duly executed by the party to be charged
therewith, and no evidence of any waiver or modification shall be offered or received in evidence
in any proceeding arising between the parties hereto out of or affecting this Agreement, or the
rights or obligations of the parties hereunder, and unless such waiver or modification is in
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 40
writing and duly executed; and the parties further agree that the provisions of this section will not
be waived unless as set forth herein.
ARTICLE XXII
MISCELLANEOUS
A. The following exhibits are attached to and made a part of this Agreement: (list exhibits)
B. The OWNER shall have the right to audit and make copies of the books, records and
computations pertaining to this agreement. The CONTRACTOR shall retain such books,
records, documents and other evidence pertaining to this agreement during the contract
period and five years thereafter, except if an audit is in progress or audit findings are yet
unresolved, in which case records shall be kept until all audit tasks are completed and
resolved. These books, records, documents and other evidence shall be available, within
10 business days of written request. Further, the CONTRACTOR shall also require all
Subcontractors, material suppliers, and other payees to retain all books, records,
documents and other evidence pertaining to this agreement, and to allow the OWNER
similar access to those documents. All books and records will be made available within a
50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER
unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or
greater occurs, the reasonable cost of the audit, including any travel costs, must be borne
by the CONTRACTOR which must be payable within five business days of receipt of an
invoice. Failure to comply with the provisions of this section shall be a material breach of
this contract and shall constitute, in the OWNER’S sole discretion, grounds for
termination thereof. Each of the terms "books", "records", "documents" and "other
evidence", as used above, shall be construed to include drafts and electronic files, even if
such drafts or electronic files are subsequently used to generate or prepare a final printed
document.
C. Venue of any suit or cause of action under this Agreement shall lie exclusively in Denton
County, Texas. This Agreement shall be construed in accordance with the laws of the
State of Texas.
D. For the purpose of this Agreement, the key persons who will perform most of the work
hereunder shall be ______________________________. However, nothing herein shall
limit CONSULTANT from using other qualified and competent members of its firm to
perform the services required herein.
E. CONSULTANT shall commence, carry on, and complete any and all projects with all
applicable dispatch, in a sound, economical, and efficient manner and in accordance with
the provisions hereof. In accomplishing the projects, CONSULTANT shall take such
steps as are appropriate to ensure that the work involved is properly coordinated with
related work being carried on by the OWNER.
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 41
F. The OWNER shall assist the CONSULTANT by placing at the CONSULTANT’s
disposal all available information pertinent to the Project, including previous reports, any
other data relative to the Project, and arranging for the access thereto, and make all
provisions for the CONSULTANT to enter in or upon public and private property as
required for the CONSULTANT to perform services under this Agreement.
G. The captions of this Agreement are for informational purposes only, and shall not in any
way affect the substantive terms or conditions of this Agreement.
IN WITNESS HEREOF, the City of Denton, Texas has caused this Agreement to be
executed by its duly authorized City Manager, and CONSULTANT has executed this
Agreement through its duly authorized undersigned officer on this the _______ day of
________________, 20____.
CITY OF DENTON, TEXAS
__________________________________
GEORGE C. CAMPBELL, CITY
MANAGER
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: __________________________________
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: __________________________________
CONSULTANT
__________________________________
AUTHORIZED SIGNATURE, TITLE
WITNESS:
BY: __________________________________
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
City of Denton
Solicitation General Provisions –Terms and Conditions
Professional Services
Page 42
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
RFQ # 6253
Scope of Work and Services/Technical Specifications
Supply of Service
EXHIBIT 3
The scope of work and services shall be finalized upon the selection of the Firm. The respondent’s
submission shall have accurately described your understanding of the objectives and scope of the
requested products and services and provided an outline of your process to implement the
requirements of the scope of work and services. Medical direction will be given primarily in two
methods: on-line medical direction, which will primarily be actual communications between the
Medical Director or his or her designee and Fire personnel; and off-line medical direction, which
will include additional administrative duties of the Medical Director as outlined in the off-line
medical direction section below. It is anticipated that the scope of work and services will include,
at a minimum, the following:
1) On-Line Medical Direction in the following areas:
a) On-line services shall be provided as required by the Texas State Board of Medical
Examiners’ Emergency Medical Services (EMS) regulations for Medical Directors.
b) On-line service capable of receiving 12-lead electrocardiogram (EKGs) data from the
City of Denton Fire Department (DFD) shall be provided 24 hours a day, 7 days per
week (currently DFD transmits data via Physio Control from Lifefpak 15s).
c) On-line medical control shall be demonstrated with a hospital located within the city
limits of Denton.
d) Additional on-line services shall be provided during disasters and Mass Casualty
Incidents (MCIs).
e) Audio recordings shall be maintained of all on-line medical direction and copies will
be provided to the designated DFD personnel upon request.
f) The Medical Director or a similarly-qualified designee shall be available 24 hours per
day, 7 days per week, and 365 days per year.
2) Off-Line Medical Direction in the following areas:
a) Off-line services shall be provided as required by the Texas State Board of Medical
Examiners’ EMS regulations for Medical Directors.
b) The Medical Director shall be a board certified Emergency Medicine Physician.
c) The Medical Director shall provide protocols that will address basic and advanced life
support procedures. Two (2) copies, one (1) written and one (1) electronic, of the
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
RFQ # 6253 – Exhibit 3 Page 2 of 2
protocols shall be provided to the DFD EMS Program Manager no later than 30 days
from the start of the contract.
d) Continuous protocol development and review will be provided with input from the
DFD EMS Program Manager and DFD Field Training Officers (FTO). At a minimum,
all protocols will be reviewed and/or updated annually.
e) A Quality Assurance/Quality Improvement Program shall provide a systematic plan
and shall include a system that uses audits to drive training needs, protocol
development, quality assurance, and quality improvement.
f) A skills review and protocol test shall be formulated by the Medical Director.
g) A written remediation plan shall define procedures for DFD employees who fail to
meet minimum requirements of the evaluation tools used by the Provider and Texas
Department of State Health Services (DSHS).
h) The Medical Director shall provide EMS Continuing Education (CE) once a quarter (4
times a year). Each CE shall be offered twice to each of the three (3) shifts for a total
of six (6) classes per quarter. The current format is EMS CE being offered for three
(3) consecutive days with one (1) morning and one (1) afternoon session each day.
Each class session shall be approximately three (3) hours in length.
i) Medical Director shall support DFD efforts to develop specialty courses such as ACLS,
BTLS, ITLS, PEPP/PALS and others.
j) Medical Director shall provide a mechanism that encourages the local medical
community to collaborate on issues of concern on a continuous basis.
k) Medical Director shall enable DFD to use the Medical Director certification(s), DEA
#, etc. that is necessary to procure equipment, medications, controlled substances, etc.
deemed necessary as outlined in the EMS Protocols.
l) Medical Director shall conduct an average of two (2) ride outs per month for a total of
at least 24 ride outs per year. The length and location of each ride out shall be mutually
determined by the Medical Director and the DFD EMS Battalion Chief. The ride out
scheduling shall maximize the Medical Director’s time for evaluating DFD staff and to
provide onsite training for the DFD staff. (This omitted specification was inserted during
contract development phase of the RFQ.)
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Exhibit B
Questcare’s Statement of Qualifications
and Price Proposal
No. 6253
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Respondent's Business Name:Questcare Medical Services, PLLCPrincipal Place of Business (City and State):Dallas, TXServices Proposal Pricing:ITEM UOMType of Service RequestedCost of ServiceFY 2016‐2017Cost of ServiceFY 2017‐2018Cost of ServiceFY 2018‐20191Bi‐Annual Online medical direction60,000.00$ 70,000.00$ 70,000.00$ 2 Annual Required Additional Insurance ‐ Medical Malpractice 500.00$ 500.00$ 500.00$ 3EAEMS Protocols, updated annually, 1 hard copy and 1 electronic copy shall be supplied prior to invoicing1,000.00$ 1,000.00$ 1,000.00$ 4EAQuality Assurance/Quality Improvement Program, to be completed mid‐year annually prior to invoicing. Medical Director and EMS Program Manager shall jointly determine yearly goals.2,000.00$ 2,000.00$ 2,000.00$ 63,500.00$ 73,500.00$ 73,500.00$ Total Annual Cost RFQ 6253 Pricing Sheet for Professional Services for Medical Control Services for Denton Fire DepartmentThe respondent shall complete the following section, which directly corresponds to the specifications. The respondent shall not make changes to this format. DocuSign Envelope ID: 2EC2F616-6006-4954-8B87-D58BAA52FD19
Certificate Of Completion
Envelope Id: 2EC2F616600649548B87D58BAA52FD19 Status: Completed
Subject: City Council Docusign Item - 6253-Medical Control Services
Source Envelope:
Document Pages: 112 Signatures: 4 Envelope Originator:
Certificate Pages: 6 Initials: 0 Cindy Alonzo
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
Cynthia.Alonzo@cityofdenton.com
IP Address: 129.120.6.150
Record Tracking
Status: Original
12/6/2016 8:03:46 AM
Holder: Cindy Alonzo
Cynthia.Alonzo@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Cindy Alonzo
cynthia.alonzo@cityofdenton.com
Buyer
City of Denton
Security Level: Email, Account Authentication
(Optional)
Completed
Using IP Address: 129.120.6.150
Sent: 12/6/2016 8:28:01 AM
Viewed: 12/6/2016 8:28:13 AM
Signed: 12/6/2016 8:28:58 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
John H. Myers, M.D.
john.myers@qrxmed.com
VP
Security Level: Email, Account Authentication
(Optional)Using IP Address: 47.188.210.124
Signed using mobile
Sent: 12/6/2016 8:29:00 AM
Resent: 12/7/2016 1:13:46 PM
Resent: 12/8/2016 12:26:04 PM
Viewed: 12/8/2016 12:51:36 PM
Signed: 12/8/2016 4:48:05 PM
Electronic Record and Signature Disclosure:
Accepted: 12/8/2016 12:51:36 PM
ID: fad61082-cf47-42e3-8cc7-2e5da7c65405
John Knight
john.knight@cityofdenton.com
Deputy City Attorney
City of Denton
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 129.120.6.150
Sent: 12/8/2016 4:48:09 PM
Viewed: 12/9/2016 9:13:58 AM
Signed: 12/9/2016 9:14:10 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Julia Winkley
julia.winkley@cityofdenton.com
Contracts Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(Optional)
Completed
Using IP Address: 129.120.6.150
Sent: 12/9/2016 9:14:12 AM
Viewed: 12/14/2016 8:40:31 AM
Signed: 12/14/2016 8:41:09 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Signer Events Signature Timestamp
Howard Martin
howard.martin@cityofdenton.com
Interim City Manager
City of Denton
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 129.120.6.150
Sent: 12/14/2016 8:41:13 AM
Viewed: 12/20/2016 7:51:19 AM
Signed: 12/20/2016 7:51:41 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Jennifer Walters
jennifer.walters@cityofdenton.com
City Secretary
City of Denton
Security Level: Email, Account Authentication
(Optional)
Using IP Address: 129.120.6.150
Sent: 12/20/2016 7:51:43 AM
Viewed: 12/21/2016 7:39:50 AM
Signed: 12/21/2016 7:40:05 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
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
Julia Winkley
julia.winkley@cityofdenton.com
Contracts Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(Optional)
Sent: 12/8/2016 4:48:08 PM
Viewed: 12/9/2016 6:14:39 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Sherri Thurman
sherri.thurman@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 12/8/2016 4:48:08 PM
Viewed: 12/9/2016 6:04:16 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Jane Richardson
jane.richardson@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 12/14/2016 8:41:11 AM
Viewed: 12/14/2016 9:32:30 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Robin Fox
Robin.fox@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 12/14/2016 8:41:12 AM
Carbon Copy Events Status Timestamp
Electronic Record and Signature Disclosure:
Accepted: 10/9/2015 11:39:51 AM
ID: 04463961-03db-4c4d-9228-d660d6146ed6
Jennifer Bridges
jennifer.bridges@cityofdenton.com
Procurement Assistant
City of Denton
Security Level: Email, Account Authentication
(Optional)
Sent: 12/21/2016 7:40:07 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Jane Richardson
jane.richardson@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 12/21/2016 7:40:08 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Allison Carlwicz
Allison.Carlwicz@cityofdenton.com
Security Level: Email, Account Authentication
(Optional)
Sent: 12/21/2016 7:40:09 AM
Viewed: 12/21/2016 7:41:34 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
ID:
Notary Events Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 12/21/2016 7:40:09 AM
Certified Delivered Security Checked 12/21/2016 7:40:09 AM
Signing Complete Security Checked 12/21/2016 7:40:09 AM
Completed Security Checked 12/21/2016 7:40:09 AM
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: 4/20/2015 7:25:38 AM
Parties agreed to: John H. Myers, M.D., Robin Fox
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: kevin.gunn@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 kevin.gunn@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 kevin.gunn@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 kevin.gunn@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.