Loading...
HomeMy WebLinkAboutFebruary 12, 2013 AgendaAGENDA CITY OF DENTON CITY COUNCIL Febniary 12, 2013 After deternuning in Open Session that a quonim is present, the City Council of the City of Denton, Texas will convene in a Closed Session on Tuesday, Febniary 12, 2013 at 1:30 p.m. in the Council Worlc Session Room at City Hall, 215 E. McKinney Street, Denton, Texas at which the following item will be considered: 1. Closed Meeting: A. Deliberation regarding Personnel Matters — Under Texas Government Code Section 551.074. 1. Deliberate and discuss the evaluation, duties, discipline, procedures, and contracts of the Municipal Court Judge, City Attorney, City Manager, and Internal Auditor. Following the completion of the Closed Meeting, the City Council will convene in a Worlc Session to consider the following: WORK SESSION 1. Citizen Comments on Consent Agenda Items This section of the agenda allows citizens to spealc on Consent Agenda Items only. Each spealcer will be given a total of three (3) minutes to address any items he/she wishes that are listed on the Consent Agenda. A Request to Speak Card should be completed and returned to the City Secretary before Council considers this item. 2. Requests for clarification of agenda items listed on the agenda for Febniary 12, 2013. 3. Receive a report, hold a discussion, and give staff direction regarding the appointments from City Council, Denton County and Rayzor Investments, LLP to the Tax Increment Reinvestment Zone Two Board of Directors. 4. Receive a report and hold a discussion on the assessment of the Denton Development Code by Clarion and Associates including the development of Infill and Redevelopment regulations. Following the completion of the Work Session, the City Council will convene in a Closed Meeting to consider specific items when these items are listed below under the Closed Meeting section of this agenda. The City Council reserves the right to adjourn into a Closed Meeting on any item on its Open Meeting agenda consistent with Chapter 551 of the Texas Government Code, as amended, or as otherwise allowed by law. CLOSED MEETING 1. Closed Meeting: City of Denton City Council Agenda Febniary 12, 2013 Page 2 A. Deliberations regarding Real Property — Under Texas Government Code Section 551.072; Consultation with Attorneys — Under Texas Government Code Section 551.071. 1. Discuss, deliberate, and receive information from staff and provide staff with direction pertaining to the potential purchase of certain real property interests located in (1) the M. Yoachum Survey, Abstract No. 1442, City of Denton, Denton County, Texas (located generally along the 200 blocic of Mocicingbird Lane); and (2) the E. Puchalslci Survey, Abstract 996, City of Denton, Denton County, Texas (located generally in the 1300 blocic of Underwood Street). Consultation with the City's attorneys regarding legal issues associated with the potential acquisition and condemnation of the real property described above where a public discussion of these legal matters would conflict with the duty of the City's attorneys to the City of Denton and the Denton City Council under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas, or would jeopardize the City's legal position in any administrative proceeding or potential litigation. B. Consultation with Attorneys — Under Texas Government Code Section 551.071. 1. Consult with City's attorneys regarding the status, strategy, mediation and possible resolution of litigation styled ,Sutton, et al. v. Walte�s, Cause Number 2011-60760-393. 2. Consult with City's attorneys regarding encroachments by other cities into Denton's extraterritorial jurisdiction, and provide feedback and direction regarding the strategic abatement of these encroachments. 3. Receive a briefing from, consult with and provide direction to the City's attorneys regarding the processes associated with real property acquisitions and delegations of authority related theretq utilizing the power of eminent domain, where a public discussion of such legal matters would conflict with the duty of the City's attorneys to the City of Denton, Texas and the City Council of the City of Denton under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas. 4. Consult with City`s attorneys regarding the city's becoming a gas utility in a linuted area of the city and the calling of an election regarding same. C. Consultation with Attorney — Under Texas Government Code Section 551.071; Deliberations regarding Econonuc Development Negotiations — Under Texas Government Code Section 551.087. 1. Receive a report and hold a discussion regarding legal issues on matters regarding the leasing of land and financing of a City facility on University of North Texas property located at I-35 and North Texas Boulevard where such discussion presents a conflict between the duty of the City's attorneys to the governmental body under the Texas Disciplinary Rules of City of Denton City Council Agenda Febniary 12, 2013 Page 3 Professional Conduct of the State Bar of Texas and the provisions of the Texas Open Meetings Act, Chapter 551 of the Texas Government Code. Also hold a discussion regarding the leasing of land and financing of a City facility on University of North Texas property located at I-35 and North Texas Boulevard, including financial information related to such activities from a business prospect. ANY F1NAL ACTION, DECISION, OR VOTE ON A MATTER DELIBERATED 1N A CLOSED MEETING WILL ONLY BE TAKEN 1N AN OPEN MEETING THAT IS HELD 1N COMPLIANCE WITH TEXAS GOVERNIVIENT CODE, CHAPTER 551, EXCEPT TO THE EXTENT SUCH F1NAL ACTION, DECISION, OR VOTE IS TAKEN 1N THE CLOSED MEETING 1N ACCORDANCE WITH THE PROVISIONS OF §551.086 OF THE TEXAS GOVERNIVIENT CODE (THE `PUBLIC POWER EXCEPTION'). THE CITY COUNCIL RESERVES THE RIGHT TO ADJOLJRN 1NT0 A CLOSED MEETING OR EXECUTIVE SESSION AS AUTHORIZED BY TEX. GOV'T. CODE, §551.001, ET SE .(THE TEXAS OPEN MEETINGS ACT) ON ANY ITEM ON ITS OPEN MEETING AGENDA OR TO RECONVENE 1N A CONTINUATION OF THE CLOSED MEETING ON THE CLOSED MEETING ITEMS NOTED ABOVE, 1N ACCORDANCE WITH THE TEXAS OPEN MEETINGS ACT, INCLUDING, WITHOUT LIMITATION §551.071-551.086 OF THE TEXAS OPEN MEETINGS ACT. Regular Meeting of the City of Denton City Council at 6:30 p.m. in the Council Chambers at City Hall, 215 E. McKinney Street, Denton, Texas at which the following items will be considered: REGULAR MEETING 1. PLEDGE OF ALLEGIANCE A. U. S. Flag B. Texas Flag "Honor the Texas Flag — I pledge allegiance to thee, Texas, one state under God, one and indivisible." 2. PROCLAMATIONS/PRESENTATIONS A. Proclamations/Awards 3. CITIZEN REPORTS 4. CONSENT AGENDA Each of these items is recommended by the Staff and approval thereof will be strictly on the basis of the Staff recommendations. Approval of the Consent Agenda authorizes the City Manager or his designee to implement each item in accordance with the Staff recommendations. The City Council has received bacicground information and has had an opportunity to raise questions regarding these items prior to consideration. Listed below are bids, purchase orders, contracts, and other items to be approved under the Consent Agenda (Agenda Items A— L). This listing is provided on the Consent Agenda to City of Denton City Council Agenda Febniary 12, 2013 Page 4 allow Council Members to discuss or withdraw an item prior to approval of the Consent Agenda. If no items are pulled, Consent Agenda Items A— L below will be approved with one motion. If items are pulled for separate discussion, they may be considered as the first items following approval of the Consent Agenda. A. Consider adoption of an ordinance of the City of Denton, Texas to declare the intent to reimburse expenditures from the Unreserved Fund Balance of the Electric Fund with Certificates of Obligation with an aggregate maximum principal amount equal to $32,000,000 to allow Denton Municipal Electric to continue funding ongoing capital expenditures for expansion of the distribution and transnussion electric facilities; and providing an effective date. The Public Utilities Board recommends approval (5-0). B. Consider approval of a resolution regarding a Denton Airport Branding/Marlceting Proposal presented by the Economic Development Partnership Board for a new Denton Airport Logq Tag Line, Anthem and Name. The Economic Development Partnership Board recommends approval (9-0). C. Consider adoption of an ordinance of the City of Denton, Texas authorizing the City Manager to make an application with the Texas Department of Housing and Community Affairs Emergency Solutions Grant Program and talce all other actions necessary to obtain and implement the program; and providing for an effective date. D. Consider approval of a resolution creating a special seven (7) member Oversight Committee to monitor, evaluate and report on progress of the Five Year Capital Improvement Program, which was approved by the voters at the Bond Election on November 6, 2012; and providing for an effective date. E. Consider adoption of an ordinance authorizing the City Manager or his designee to execute a Professional and Personal Services Agreement with Power Engineers, Inc., a Corporation, for engineering and other related services for studies, consultation, and support during the site and route selection processes for transmission line and electric substation projects for Denton Municipal Electric; authorizing the expenditure of funds therefor; and providing an effective date (File 5174—in an amount not to exceed $1,576,050.). The Public Utilities Board recommends approval (5-0). F. Consider adoption of an ordinance accepting competitive proposals and awarding a Public Works Contract for the constniction of electric substations for Denton Municipal Electric; providing for the expenditure of funds therefor; and providing an effective date (RFP 5142—awarded to Can-Fer Utility Services, LLC in an amount not to exceed $16,560,000). The Public Utilities Board recommends approval (5-0). G. Consider adoption of an ordinance of the City of Denton, Texas providing for, authorizing, and approving the expenditure of funds for the purchase of sanitary sewer root control services from Dulce's Root Control Inc., which is available from only one source and in accordance with Chapter 252.022 of the Texas Local City of Denton City Council Agenda Febniary 12, 2013 Page 5 Government Code such purchases are exempt from the requirements of competitive bidding; and providing an effective date (File 4553—Purchase of Sanitary Sewer Root Control Services for the Wastewater Collections Department in the annual estimated amount of $90,000 for a three year total not to exceed $270,000). The Public Utilities Board recommends approval (5-0). H. Consider adoption of an ordinance of the City of Denton, Texas authorizing the City Manager to execute a Second Amendment to an agreement with Trilliant Networlcs, Inc. for Phases IV and V of the Advanced Metering Infrastnicture System (AM�; providing for the expendinire of funds therefor; and providing an effective date (RFSP 4485—Second Amendment to Agreement for Advanced Metering System Infrastnicture awarded to Trilliant Networlcs, Inc. in the estimated amount of $2,867,738.87). The Public Utilities Board recommends approval (7-0). L Consider adoption of an ordinance ordering an election to be held in the City of Denton, Texas, on May 11, 2013, and if a ninoff election is required, on June 15, 2013, for the purpose of electing Council Members to District 1, 2, 3, and 4 of the City Council of the City of Denton, Texas; prescribing the time and manner of the conduct of the election to be in accordance with an agreement with the Election Administrator of Denton County; providing a severability clause; providing an open meetings clause; and providing an effective date. J. Consider adoption of an ordinance ordering an election to be held on May 11, 2013 for the purpose of subnutting to the registered voters of Denton, Texas a proposition allowing the City of Denton to own, acquire, constnict, maintain, and operate a gas utility in that area of the City near the Airport Industrial Parlc and more specifically described in Exhibits "A" and "B" attached thereto and incorporated therein, for the purpose of providing gas utility services to non- residential customers; prescribing the time and manner of the conduct of the election to be in accordance with an agreement with Denton County; prescribing the form of the ballot; providing for notice; providing for publication of notice of this election; providing a severability clause; providing an open meetings clause; and providing an effective date. K. Consider adoption of an ordinance of the City Council of Denton, Texas authorizing the City Manager to execute an engagement arrangement ("Engagement") with Kelsey, Kelsey & Hickey for legal services regarding property acquisitions and claims matters related to electric transmission line and electric substation purposes of Denton Municipal Electric; authorizing the expenditure of funds therefor; and providing an effective date. L. Consider adoption of an ordinance authorizing the City Manager or his designee to execute a Contract of Sale (herein so called), as attached to the ordinance and made a part thereof as Exhibit "A", by and between the City of Denton (the "City"), and CODELLA LLC (the "Seller") contemplating the sale by Seller and purchase by City of a 2.486 acre tract of land, more or less, situated in the T.M. Downing Survey, Abstract Number 346, in the City of Denton, Denton County, Texas, as more particularly described in Exhibit "A" to the Contract of Sale (the City of Denton City Council Agenda Febniary 12, 2013 Page 6 "Property Interests"); for the purchase price of Three Hundred Fifty Thousand and No/100 Dollars ($350,000.00); authorizing the City Manager, or his designee, to execute and deliver any and all other documents necessary to accomplish closing of the transaction contemplated by the contract of sale; authorizing the expenditure of funds therefore; and providing an effective date. 5. ITEMS FOR INDIVIDUAL CONSIDERATION A. Consider nominations/appointments to the City's Boards and Commissions: 1. Capital Improvement Program Oversight Comnuttee. 2. Tax Increment Reinvestment Zone Two Board of Directors 6. CITIZEN REPORTS 7. CONCLUDING ITEMS A. Under Section 551.042 of the Texas Open Meetings Act, respond to inquiries from the City Council or the public with specific factual information or recitation of policy, or accept a proposal to place the matter on the agenda for an upconung meeting AND Under Section 551.0415 of the Texas Open Meetings Act, provide reports about items of community interest regarding which no action will be talcen, to include: expressions of thanks, congratulations, or condolence; information regarding holiday schedules; an honorary or salutary recognition of a public official, public employee, or other citizen; a renunder about an upconung event organized or sponsored by the governing body; information regarding a social, ceremonial, or community event organized or sponsored by an entity other than the governing body that was attended or is scheduled to be attended by a member of the governing body or an official or employee of the municipality; or an announcement involving an imminent threat to the public health and safety of people in the municipality that has arisen after the posting of the agenda. B. Possible Continuation of Closed Meeting under Sections 551.071-551.086 of the Texas Open Meetings Act. CERTIFICATE I certif�T that the above notice of ineeting ���as posted on the bulletin board at the CittT Hall of the CittT of Denton, Teias, on the da�T of , 2013 at o'clocic (a.m.) (p.m.) CITY SECRETARY NOTE: THE CITY OF DENTON CITY COUNCIL CHAMBERS IS ACCESSIBLE 1N ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT. THE CITY WILL PROVIDE SIGN LANGUAGE 1NTERPRETERS FOR THE HEARING IMPAIRED IF REQUESTED AT LEAST 48 HOURS 1N ADVANCE OF THE SCHEDULED MEETING. PLEASE CALL THE CITY SECRETARY'S OFFICE AT 349-8309 OR USE TELECOMMUNICATIONS DEVICES FOR THE DEAF (TDD) BY CALLING 1-800-RELAY-TX SO THAT A SIGN LANGUAGE 1NTERPRETER CAN BE SCHEDULED THROUGH THE CITY SECRETARY' S OFFICE. AGENDA DATE: DEPARTMENT: ACM: SUBJECT AGENDA INFORMATION SHEET Febniary 12, 2013 Econonuc Development John Cabrales � �� Receive a report, hold a discussion, and give staff direction regarding the appointments from City Council, Denton County and Rayzor Investments, LLP to the Tax Increment Reinvestment Zone Number Two Board of Directors. BACKGROUND On December 18, 2012, the City Council adopted Ordinance 2012-366, designating and describing the boundaries of Tax Increment Reinvestment Zone (TIRZ) Number Two for an industrial district of Denton, Texas; establishing the duration of the Zone; establishing a Tax Increment Fund; and establishing a Board of Directors for the Tax Increment Reinvestment Zone. The TIRZ was created to provide the public infrastnicture necessary to encourage development in the largest industrially zoned area (Westparlc) in the City. TIRZ Board Structure: The TIRZ Board will be comprised of 11 members. The City Council will appoint 9 members and designate the board Chair. The governing bod�T of Denton Count�T, ���hich levies taies on real propert�T in TIRZ Number T���o, ���ill appoint one board member. Ra�Tzor Investments, LLP the "Developer" ���ill appoint a single board member. RECOMMENDATION Staff recommends that the Council consider appointing the 9 member Econonuc Development Partnership (EDP) Board plus one representative from Denton County and one member from the Developer. This proposed board stnicture is recommended to streamline the process, as the same group of individuals would also be worlcing on other incentive agreements for these proj ects. Board members will serve staggering terms not to exceed three consecutive terms. The following are Board Member Recommendations: Vir il Stran e Axiom Commercial Com an Gre Johnson Versus Real Estate Advisors Denn Aldrid e James Wood Auto Parlc Cleve Breedlove Access Banlc of Texas Marlc Burrou hs Cit of Denton Ma or Dalton Gre o� Cit of Denton Councilman Caleb O'Rear Denton Re ional Medical Center Dr. V. Lane Rawlins President, Universi of North Texas Carrell Ann Simmons Meridian Banlc of Texas Everette Newland (a ointed) Denton Count Sel n Ra zor (a ointed) Ra zor Investments, LLC Agenda Information Sheet Febniary 12, 2013 Page 2 ESTIMATED SCHEDULE OF PROJECT The following represents the steps of the project: The City Council will appoint 9 of the 11 TIRZ Board members and Febniary 2013 designate the Board Chair The City will notify the State Comptroller of the TIRZ establishment Febniary 2013 and artici atin taxin entities The Board will meet to review and approve the final Project and March/Apri12013 Financing Plans to present to the City Council for approval. The Board will also review and malce a recommendation on the Develo er's A reement. The TIRZ Board will provide an Annual Report to City Council and Febniary 2014 Comptroller on the TIRZ Fund and project activity, which is due 150 da s followin the end of the fiscal ear. PRIOR ACTION/REVIEW City Council adopted an Ordinance accepting an Agreement with Denton County to participate in Tax Increment Reinvestment Zone, Number Two; authorizing the City Manager to execute the Agreement on Febniary 5, 2013. The City Council adopted Ordinance 2012-366 designating and describing the boundaries of a TIRZ Number Two; established the duration of the Zone; established a Tax Increment Fund and established a Board of Directors for the Tax Increment Reinvestment Zone on December 18, 2012. The Council also received reports on the TIRZ proposal at the July 17, 2012, September 11, 2012 and December 7, 2012 (Closed Session) meetings. The Econonuc Development Partnership Board discussed the TIRZ Number Two at eight meetings in 2012 and recommend approval of the TIRZ 9-0. FISCAL INFORMATION It is estimated that the TIRZ would generate approximately $14,275,430 over a 25 year period for infrastnicture improvements. The City and County would contribute $10,033,470 and $4,241,960 into the TIRZ Fund, respectively. The City would retain $43,926,530 and the County would retain $18,862,910 over the life of the TIRZ. EXHIBITS 1. Denton County Board Appointment 2. Rayzor Investments, LLP Board Appointment 3. Febniary 7, 2013 Memo to Council -2- Agenda Information Sheet Febniary 12, 2013 Page 3 Prepared by: � �� � Erica Sullivan, Economic Development Analyst Econonuc Development Department Respectfully subnutted: t.i� J , � .. � � Aimee Bissett, Econonuc Development Director Econonuc Development Department -, -�- Hugh Coleman Precinct 1 Ron Marchant Precinct 2 February 5, 2013 Mr. Everette Newland 8485 Jim Christal Rd. Denton, TX 76207 Dear Mr. Newland: EXHIBIT 1 ^� ��U����. 4`�' ��Vry� w `, �S � � �a� ����: � � �;, � � ��� � �,�, r�J",xe � ,�,� 1�,� ���� �> � � �` 1�;4C, �` �• 1 1 1 1. 1 r+• � Bobbie J. Mitchell Precinct 3 Andy Eads Precinct 4 On Tuesday, February 5, 2013, Denton County Commissioners Court approved your appointment to the City of Denton Westpark Tax Increment Reinvestment Zone as the Commissioners Court's representative. Commissioners Court would like to take this time to thank you for your service to Denton County on this board. It is people like you who make Denton County a great place to live. If you have any questions, please contact Barbara Looper, Aide-to-the-Court, at 940-349-2830. Yours truly, W ��lC� 1-�C)I`Cl Denton County Judge Courthouse-�n-The-Square • 110 West Hickory • Denton, Texas 76201 (940) 349-2830 • Fax (940) 349-2831 • www.dentoncounty.com � � EXHIBIT 1 � � � � � � ! ! � � � �� �� _ � � , _ i ; � -�� � � i �� � � � � �, � �� . ,� � ir� , _ �� - � ��-� ; � ���s�� J� �� � � o � \ , � , � � � � � � � , � � � \ � � � � ���� � � � ` � � � � � � , �o � ��5� ����, �� _�, �..,����� .. .�. .:��.. v... __,d.,����� ���.� � , _.".�,... . ... ��y_ v �, >, �,. � W. , _,�.. . � ,,.w�s� ��� �.� , � ��v_ ,.�����. � � � EXHIBIT 1 , .;: �� �,�: � Date: __.,,� � ��,,.���mm��� �a�1��i�i�sio��r� l�r��i��t # �t�t�e � " �.�„� ��,,, „ �„__„�.,,,,� eai•s in I���taarx �,����i;y: � ,� d �i�r�i� �ic���1�N�s�; � ..� � ,�,. ,,,,,,,,,,, „� :, ,,, ' � � � l-Ira�� �'h�'t�: � , „„ �.�`,.�.�.�... . __.__ '�JW`��rlc �'Ere�n�s �` � � � � � � ' � � _,,,,.�.,_., e .,.��„ :�` m � '" I'� �. � � �(" � , � �; �-IVI�i�° a��ieii �• ��rnr�Yitt�� �pi��yi]�� f i•: �.� � � ' �. �� � � .. � � �, m � �� ,,, 5�����eT ����ri.�ra�ae, lc,��r���l�c��+� o�° slcills y will �rr•i�� to tlris �a�sitia�Y�� � , , � , � � � � ; � � � �, � � �� , � � , . �� „� � _ �� �� ' , , , ,.,��„ �,,.�' u� ��u ���� ���i�; � % � , ,�; ,; � � . ' i i,i ', �� � r � �_ ;� W ��� i�ii' t- � � � �""�"�.�' ��""�' �� �'�,�7' �'"""` "�, � � � �.�(�11Y11�11�CItY��" �.��I"�'Y�": � ����°ds ��rd C�r�zr�����tt�� ���1��������;� ��°� k��t �r� fit� f�r t��� (2� y��rs in the �ie%�-gs�mt��mC�a�c°l'� o�c�a ���'°d �ttid Q::c�����i��� �a�fcar�����i�r� is �rr�ilr�bl� �tr th� �6���at��-fiS��-��a��°k°� C7f�'ic� e�rn t�o �u��-ta-��i�-�°��rt ti��a���•t�c�������r'�-ti�c���� �,a��� 1 � A �st � ��c��r� C)�.��tc����'��ar�s 7b2Q1 �.tit�ch ilt���a�t���i�� � �,a � � �;�, gy EXHIBIT 2 From: Bissett, Aimee To: Davis. Christina A. Subject: FW: Westpark TIRZ Board Appointment for Rayzor Investments Date: Wednesday, February 06, 2013 11:26:05 AM -----Original Message----- From: selwynrayzor@aol.com [mailto:selwynrayzor(a�aol.com] Sent: Monday, February 04, 2013 2:27 PM To: Bissett, Aimee Cc: Cabrales, John J.; Sullivan, Erica A.; pabaker@rayzorcompany.com Subject: Re: Westpark TIRZ Board Appointment for Rayzor Investments Dear Aimee, I will be representing Rayzor Investments on the board. I look forward to meeting you! Kindest regards, Selwyn Rayzor -----Original Message----- From: Bissett, Aimee <Aimee.Bissett@cityofdenton.com> To: 'douglaselliot219@gmail.com' <douglaselliot219@gmail.com>; 'pabaker@rayzorcompany.com' <pabaker@rayzorcompany.com>; 'selwynrayzor@aol.com' <selwynrayzor@aol.com> Cc: Cabrales, John J. <John.Cabrales@cityofdenton.com>; Sullivan, Erica A. <Erica.Sullivan@cityofdenton.com> Sent: Mon, Jan 28, 2013 11:12 am Subject: Westpark TIRZ Board Appointment for Rayzor Investments Mr. Elliott, Ms. Rayzor, and Mr. Baker; As the new Economic Development Director with the City of Denton, I wanted to reach out to you and give you an update on the establishment of the Westpark Tax Increment Reinvestment Zone. In December of 2012, City Council approved the establishment of this TIRZ and created a Board consisting of eleven members. Nine members will be appointed by City Council (most likely the Economic Development Partnership Board). Denton County will appoint one member as well, since they have agreed to participate in the TIRZ. As the Developer, Rayzor Investments also has one appointment. Currently, City Council is scheduled to approve the appointments at the February 12th Council Meeting. The only eligibility requirements outlined in the Tax Increment Financing Act are as follows: • Must be 18 years of age or older• Must live in Denton County or own property inside the Tax Increment Reinvestment Zone Would one of you let me know what your process will be for making an appointment to represent your interests on this Board? If you have not named your appointment by February 12th, that should be fine. However, I would like to brief City Council on your timeline and process for appointment. Please let me know if you have any questions or need additional information. I look forward to working with you in the future. Sincerely, Aimee BissettEconomic Development DirectorCity of Denton(940) 349-7776 main(940) 349-7774 direct .��� �� ������ �������������� n � `�`�°" ' ���� u���� �'ra�r� DATE: TO: .� ���Jc�llx�� EXHIBIT 3 215 E. McKinney Denton, Texas 76201 (940) 349-7776 phone (940) 349-8596 fax Economic Development Department February 7, 2013 Mayor and City Council Members Aimee Bissett, Director of Economic Development Westpark TIRZ Board Appointments On February 12, you will be asked to consider board appointments. The Westpark TIRZ was created on December 18, 2012, and per the ordinance, the City Council shall appoint nine of the eleven board members "within 60 days after the passage of the ordinance or within a reasonable time thereafter." Denton County and the Developer, Rayzor Investments, each have one appointment as well. As you remember, the Westpark TIRZ Board membership is structured as follows: Nine Members shall be appointed by City Council (staff has recommended utilizing the Economic Development Partnership Board for these nine appointments) One Member shall be appointed by Denton County, since they have agreed to participate in the TIRZ One Member shall be appointed by Rayzor Investments, LLC, as the Developer The only eligibility requirements outlined in the Texas Tax Code are: a) Members must be at least 18 years of age, and b) Members must live in Denton County or own property in the Westpark TIRZ. Staff recommends that the Council consider appointing the 9 member Economic Development Partnership (EDP) Board plus one representative from Denton County and one member from the Developer. Denton County has appointed Everette Newland, and Rayzor Investments has appointed Selwyn Rayzor. This proposed board structure is recommended to streamline the process, as the same group of individuals would also be working on other incentive agreements for projects in the TIRZ. Board members will serve staggering terms not to exceed three consecutive terms. Please feel free to call if you have any questions. AGENDA DATE: DEPARTMENT: ACM: SUBJECT AGENDA INFORMATION SHEET Febniary 12, 2013 Planning & Development John Cabrales � � � Receive a report and hold a discussion on the assessment of the Denton Development Code by Clarion and Associates including the development of Infill and Redevelopment regtilations. BACKGROUND The Planning and Development Department has commenced the review of the Denton Development Code (DDC) with the consultant, Clarion and Associates (Clarion). The consultant is present this weelc as part of Phase I to tour the City, conduct interviews, and discuss with staff any questions concerning the information they have received. The tour will consist of visits to several sites around town, including residential, commercial, and industrial developments, to review the existing development pattern that has resulted from the application of the DDC, the Denton Plan, and the City development policies and procedures. This will include site layout, building orientation and elevations, exactions, and infill development. This will provide the consultant with a frameworlc to discuss with interviewees strengths, wealcness, opportunities, and challenges in developing in Denton. Clarion will also host almost two full days of interviews with City staff, several Boards and Commission members, the development community, Chamber of Commerce representatives, and the Downtown Task Force to get their feedback on the DDC and any other development issues including the development of Infill and Redevelopment regtilations. Staff will continue to provide updates on the progress of this project. Prepared by: ,;�� �� ��� , � �,��� � ��� � � �� � � � �m �� � � �� � Brian Locldey, AICP Director, Planning and Development Respectfully Submitted by: ��� �� John Cabrales Assistant City Manager AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 DEPARTMENT: Finance ACM: Bryan Langley SUBJECT Consider adoption of an ordinance of the City of Denton, Texas to declare the intent to reimburse expenditures from the Unreserved Fund Balance of the Electric Fund with Certificates of Obligation with an aggregate maximum principal amount equal to $32,000,000 to allow Denton Municipal Electric to continue funding ongoing capital expenditures for expansion of the distribution and transmission electric facilities; and providing an effective date. The Public Utilities Board recommends approval (5-0). BACKGROUND Denton Municipal Electric is utilizing $32,000,000 in Certificates of Obligation (COs) for ongoing capital expansion of the distribution and transmission facilities. The COs will only be issued to cover the cost of planned electric capital facilities. Initially, these funds will be provided by the Unreserved Fund Balance of the Electric Fund and will be reimbursed with COs sold in Fiscal Year 2012-13. These funds will be used for the Denton Municipal Electric facilities that were approved as part of the FY 2012-13 Capital Improvement Budget. It is anticipated that the COs will be sold in the Spring or early Summer of 2013. PRIOR ACTION/VIEW (COUNCIL, BOARDS, COMMISIONS) The Public Utilities Board (PUB) considered this item at the January 28, 2013, meeting and recommended approval of this item. FISCAL INFORMATION This ordinance will allow $32,000,000 from the Electric Fund Unreserved Fund Balance to be expended and subsequently reimbursed with COs. EXHIBITS 1. Public Utilities Board Draft Minutes 2. Ordinance Respectfully submitted: �%� t -� ;' � �� ��� Bryan Langley Assistant City Manager 2 -, � 4 5 6 7 8 9 10 11 12 13 14 DRAFT MINUTES PUBLIC UTILITIES BOARD January 28, 2013 After deternuning that a quonim of the Public Utilities Board of the City of Denton, Texas is present, the Chair of the Public Utilities Board will thereafter convene into an open meeting on Monday, January 28, 2013 at 9:00 a.m. in the Service Center Training Room, City of Denton Service Center, 901A Texas Street, Denton, Texas. Present: Absent: Chairman Dic1c Smith, Randy Robinson, Barbara Russell, Leonard Herring and Phil Gallivan Vice Chair Billy Cheelc and Lilia Bynum 15 Ex Officio Members: Howard Martin, ACM Utilities; George Campbell, CM 16 17 ITEMS FOR INDIVIDUAL CONSIDERATION: 18 19 6. Consider recommending approval of an ordinance of the City of Denton, Texas to declare the 20 intent to reimburse expenditures from the Unreserved Fund Balance of the Electric Fund with 21 Certificates of Obligation with an aggregate maximum principal amount equal to 22 $32,000,000 to allow Denton Municipal Electric to continue funding ongoing capital 23 expenditures for expansion of the distribution and transmission electric facilities; and 24 providing an effective date. 25 26 Item #6 was pulled by Board Member Herring. 27 28 Herring asked about the financing of the CIl' projects. Money is being spent and Herring 29 would like to know where it is coming from. Bryan Langley, ACM, stated that this is a 30 reimbursement ordinance. What it allows is by Council passing this ordinance staff can go ahead 31 and start the projects and issue the PO's and began spending those dollars. Staff will not spend it 32 all but over the next couple of months we will be able to start projects. We will have our bond 33 sale which is typically in April or May. Those bonds will be sold and will reimburse those 34 projects. We will take our existing cash and start the projects and start spending so we can move 35 the projects along. If the bonds for fire station improvements are in April or May this could get 36 pushed to June. This is just a timing issue. Martin added this reimbursement resolution is good 37 for 18 months. This will allow us to move forward on the CIP earlier than we sell bonds. The 38 bonds will be sold and reimburse for the expense. Electric has a rate stabilization fund in the 39 area of $80 million. We are using part of that with the idea it will be paid back when the bonds 40 are sold. Herring asked how long the bonds are for. Langley stated most are 20 years. 41 42 Gallivan asked if there was a purpose when you decide on certificate of obligation versus 43 bond. Langley responded that certificates of obligation are a financing tool that we have under 44 state law that allows the City to issue the debt without voter approval much like a revenue bond 45 but carries the full credit of the City. There is a notice period where a notice of intent is filed, 46 that has to be published in the news paper and let the public lcnow that within 30 days this debt is 47 expected to be sold. Herring asked if the public votes on the long term financing of our Draft Minutes of the Public Utilities Board Meeting January 28, 2013 Page 2 of 2 1 Capital Improvements. Langley responded no. George Campbell, City Manager, added that 2 when a revenue bond is issued they are not voter approved. 4 A motion to approve item 6 was made by Board Member Herring with a second by Board 5 Member Russell. The vote was 5-0. 6 7 Adjournment 10:20a.m. ORDINANCE NO. 2013- AN ORDINANCE OF THE CITY OF DENTON, TEXAS TO DECLARE THE 1NTENT TO REIMBURSE EXPENDITLJRES FROM THE LJNRESERVED FLJND BALANCE OF THE ELECTRIC FUND WITH CERTIFICATES OF OBLIGATION WITH AN AGGREGATE MAXIMUM PRINCIPAL AMOUNT NOT TO EXCEED $32,000,000 TO ALLOW DENTON MCTNICIPAL ELECTRIC TO CONTIN[_JE FLJNDING ONGOING CAPITAL EXPENDITLJRES FOR EXPANSION OF THE DISTRIBUTION AND TRANSMISSION ELECTRIC FACILITIES; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Denton (the "Issuer") is a municipal corporation/political subdivision of the State of Texas; and WHEREAS, the Issuer expects to pay, or have paid on its behalf, expenditures in connection with the design, planning, acquisition and constniction of the projects described on Exhibit "A" hereto (collectively, the "Projects") prior to the issuance of Certificates of Obligation which are tax-exempt obligations, tax-credit obligations and/or obligations for which a prior expression of intent to finance or refinance is required by Federal or state law (collectively and individually, the "Tax-Preferred Obligations") to finance the Proj ects; and WHEREAS, the Issuer finds, considers, and declares that the reimbursement of the Issuer for the payment of such expenditures will be appropriate and consistent with the lawful objectives of the Issuer and, as such, chooses to declare its intention to reimburse itself for such payments at such time as it issues the obligations to finance the Projects; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The Issuer reasonably expects to incur debt, as one or more series of Tax- Preferred Obligations, with an aggregate maximum principal amount equal to $32,000,000 for purpose of paying the costs of the Proj ects. SECTION 2. All costs to be reimbursed pursuant hereto will be capital expenditures. No Tax-Preferred Obligations will be issued by the Issuer in furtherance of this ordinance after a date which is later than 18 months after the later of (1) the date the expenditures are paid or (2) the date on which the property, with respect to which such expenditures were made, is placed in service. SECTION 3. The foregoing notwithstanding, no Tax-Preferred Obligation will be issued pursuant to this ordinance more than three years after the date any expenditure which is to be reimbursed is paid. SECTION 4. The foregoing Sections 2 and 3 notwithstanding, all costs to be reimbursed with qualified tax credit obligations shall not be paid prior to the date hereof and no tax credit obligations shall be issued after 18 months of the date the original expenditure is made. SECTION 5. This Ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. ATTEST: JENNIFER WALTERS, CITY SECRETARY I� APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY � �.a,.,� �,,,�,..,,hII�I �' �. � _... � d� � ."..�. w.__„��,rr" � �i � MARK A. BLJRROUGHS, MAYOR i�cu:�rra Denton Municipal Electric 2013 Reimbursement Ordinance Projected Capital Expenditures Projected Expenditures through July 2013 Actual Expenditures Encumbrances Additional Total Projected 2013 Approved Thru thru Project thru Exp thru ProjectsCategories Plan 12/31/2012 12/31/2012 07/31/2013 07/31/2013 Automated Meter Reading Project 2,955,487 90,594 - 2,228,250 2,318,844 Major Substation Expenses Bonnie Brae - magnetic gates - - 165,000 Audra/Crossroads (New East Substation) 3,897,300 Engineering for all substations - - 10,296,000 Land Acquisition 1,650,000 Major Substation Expenses 30,487,000 3,337,312 1,646,318 16,008,300 20,991,930 Major Transmission Line Expenses Spencer to Kings Row TL (land) - 4,400,000 Total Transmission Line Planned Expenses 35,050,000 467,052 - 4,400,000 4,867,052 Distribution Transformers 1,778,214 213,242 614,337 739,383 1,566,962 Distribution Feeders & Extensions 8,883,548 1,027,058 575,863 5,662,710 7,265,631 New Residential & Commercial 3,131,025 490,015 104,425 1,972,899 2,567,339 Other 2,303,130 531,535 544,138 954,689 2,030,362 TOTAL 84,588,404 6,156,808 3,485,081 31,966,231 41,608,120 AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 DEPARTMENT: Airport � ACM: Jon Fortune SUBJECT Receive a report, hold a discussion and consider a resolution regarding a Denton Airport Branding/Marlceting Proposal presented by the Economic Development Partnership Board for a new Denton Airport Logq Tag Line, Anthem and Nan1e. Economic Development Partnership Board recommends approval (9-0). BACKGROUND This item is brought back to the City Council from the meeting on December 18, 2012 when it was tabled until Febniary 12, 2013 for further consideration. Staff was directed to discuss the proposal from the Economic Development Partnership Board (EDPB) at their meeting on Febniary 5, 2013 in order to confirm their recommendation. The EDPB received input from staff and interested stakeholders and affirmed their previous action to recommend approval of the Branding/Marlceting Taslc Force proposal. In March 2011, the Denton City Council passed Ordinance No. 2011-042 which expanded the duties of the EDPB to include branding and marlceting for the Denton Airport in support of the Denton Airport 2010 Business Plan, as well as duties related to Airport economic development. EDPB membership was expanded to include a member lcnowledgeable of aviation. Cleve Breedlove was subsequently appointed as the aviation representative of the EDPB. In December of 2011, an Airport Branding Taslc Force (ABTF) was formed by staff under the direction of the EDPB and Cleve Breedlove was appointed as Chairman (Exhibit 1). The ABTF assumed two primary responsibilities: 1: Name, Branding/Identitv Project This assignment was to consider (1) name, (2) theme line, (3) "anthem" statement in various lengths to capture the Airport story in a way it could be used for developing marlceting materials, and, (4) logo. Additionally, the ABTF considered (5) graphical representation of the logo and theme line as one or separate graphic elements. The marlceting consultant Sullivan Perlcins was engaged to create multiple options for each of these five branding elements for consideration by the ABTF. Agenda Information Sheet Febniary 12, 2013 Page 2 2: Basic Stationerv Items Once approved, the new identity would be applied to business cards, letterhead, envelopes, mailing labels and other basic stationery items as needed. The services of Sullivan Perlcins included creating multiple options and prepping final files for use by a printer of choice to produce marketing materials using the new Denton Airport brand. PRIOR ACTION July 10, 2012 - The ABTF presented their preliminary considerations to the EDPB regarding a new Denton Airport name, logo and tag line to be used in marlceting Airport development to prospective aviation business and industry. September 12, 2012 - The Airport Advisory Board (AAB) discussed the ABTF recommendation at their meeting regarding each of the four proposed changes. There was unanimous support for each of the changes except the Airport name, which was supported with one dissenting opinion. October 2, 2012 - The Economic Development Partnership Board discussed the Taslc Force recommendation at their meeting and voted 9-0 to recommend the new logq tag line, anthem and name to the City Council for consideration. December 18, 2012 - Following a citizen report regarding this matter, the City Council directed staff to discuss the proposal with the EDPB for affirmation of their recommendation. The City Council tabled further action on the recommendation until their meeting on Febniary 12, 2013. February 5, 2013 — The EDPB discussed the Airport Logq Tag Line, Anthem and Name and confirmed their proposal to recommend this Airport Branding to the City Council. RECOMMENDATION Exhibit 2 is a draft City Council Resolution with attached branding documents that are recommended by the EDPB and Airport Staff for approval. EXHIBITS 1. Airport Branding Taslc Force Membership 2. Resolution Respectfully submitted: �,.%.� �_ . �-��-�*-.�' Quentin Hiz Director of Aviation Exhibit 1 Airport Brandin� Task Force Chair: Cleve Breedlove AAB Chair: Bob Eames UNT Aviation Program: Steve Schwartz Airport Business (2): • leff Soules, US Aviation Group • Mike Sutphin, Owner, Avionics International Supply (AIS) Airport Non-Business (2): • �andon Sproell, Peterbilt Engineer, leases a hangar • Rick Woolfolk, Raymond lames Financial Services, (former Airport Board Member) Staff Representatives (2): • Karen Dickson, CEcD, Vice President, Denton Economic Development Partnership • Quentin Hix, Director of Aviation, City of Denton \\codad\departments\legal\our documents\resolutions\13\airport name change, logo, anthem.doc RESOLUTION NO. R2013- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DENTON, TEXAS, TO ADOPT A BRANDING/MARKETING PROPOSAL PRESENTED BY THE ECONOMIC DEVELOPMENT PARTNERSHIP BOARD FOR A NEW DENTON AIRPORT LOGO, TAG LINE, ANTHEM AND NAME; AND DECLARING AN EFFECTIVE DATE. WHEREAS, The Airport Branding/Marlceting Taslc Force (Task Force) of the Economic Development Partnership conducted a study of the Denton Airport guided by the professional consulting firm of Sullivan-Perlcins for the purpose of determining best practices for conducting business development at Denton Airport; and WHEREAS, the Taslc Force presented a proposal to the Economic Development Partnership Board (EDPB) on October 2, 2012 that was unanimously adopted by the EDPB for recommendation to the City Council; and WHEREAS, the EDPB recommends a new Airport Logo, Tag Line, Anthem and Name for the Denton Municipal Airport; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF DENTON, TEXAS HEREBY RESOLVES: SECTION 1. The name for the Denton Municipal Airport is hereby changed to become Denton Enterprise Airport. SECTION 2. The Denton Enterprise Airport Logo, Tag Line and Anthem are hereby adopted in substantially the same form as attached to this Resolution and made a part hereof. SECTION 3. This Resolution shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. MARK A. BURROUGHS, MAYOR c � �3 ATTEST: JENNIFER WALTERS, CITY SECRETARY : APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: � � -W-�" ATTAC H M E N T � _ � - - � - - _ - � _ - � _ - - � -� - �� � 1 _ - -� = - - � � - - __ - - _ - - __ � � � � � 1 - _ - � � � �� } i�►.��:�:�*�:���1►r:�:��a=i���1►1��� 4 color Attachment 2 Denton Enterprise Airport DFW access, extraordinary business. Welcome to Denton Enterprise Airport, where serving business is the first order of business. We are in the right place to serve enterprise on the rise. We are advantageously positioned at the top of the enterprise triangle formed by Denton, Dallas and Fort Worth. So we are the natural choice for companies doing business in DFW north, offering executives an easier, quicker, more convenient way to get ahead. Denton Enterprise Airport is also a convenient stopover for transcontinental flights. Since I-35 East and West meet at our front door, we are a vital link in the corporate supply chain. Our airport includes a 7,000 x 150-foot runway, 500,000-square-feet of hangar space, on-site avionics, superior Fixed Base Operators, full-service aeronautical maintenance and repairs, and a flight school. And like our area's enterprises, we are primed for continued growth. We have more than 250 acres of land available for lease development. Of course, it takes more than just first-rate facilities to land prime business aviation clients. It takes a commitment to service that is above and beyond. Speed matters, and so does convenience. Style counts, too. So Denton Enterprise Airport is an easy experience, getting travelers in and out as quickly and conveniently as possible. We provide not just business aviation, but a business class atmosphere that high-flying executives — and their spouses — appreciate. At Denton Enterprise Airport, business travelers will find less congestion, more convenience and easier access to businesses in our region. The citizens of Denton will find an economic engine, which will increase our prosperity and prestige and attract new aviation services and surrounding development in years to come. With top-flight amenities to serve business and a prime location to provide DFW access, Denton Enterprise Airport is just plane easier. AGENDA DATE: DEPARTMENT: ACM: SUBJECT AGENDA INFORMATION SHEET Febniary 12, 2013 Planning and Development John Cabrales, Jr. �� �� Consider adoption of an ordinance of the City of Denton, Texas authorizing the City Manager to malce an application with the Texas Department of Housing and Community Affairs Emergency Solutions Grant Program and talce all other actions necessary to obtain and implement the program; and providing for an effective date. BACKGROUND The Texas Department of Housing and Community Affairs (TDHCA) has released the Notice of Funding Availability (NOFA) for Emergency Solutions Grant (ESG) Program that provides assistance to the homeless and those at-rislc of beconung homeless. In 2012, the City of Denton was awarded four hundred seventy-two thousand one hundred forty dollars and fifteen cents ($472,140.15). This is a$309,430.15 increase, approximately 290% more than was awarded to the City in 2009-10. The 2012-2013 ESGP Award was utilized to support the services of four Denton County agencies that provide assistance to the homeless and those at-rislc of becoming homeless. The four (4) subrecipient agencies are Giving HOPE Inc. (previously HOPE, Inc.), Christian Community Action (CCA), The Salvation Army-Denton, and Denton County Friends of the Family. RECOMMENDATION Staff recommends moving forward with subnussion of the grant application to the Texas Department of Housing and Community Affairs Emergency Solutions Grant Program. ESTIMATED PROJECT SCHEDULE The ESGP Award term is from October 1, 2013 to September 30, 2014. PRIOR ACTION/REVIEW (Councils, Boards, Commissions) The Denton County Homeless Coalition, the designated lead organization for the local Homeless Continuum of Care, reviewed and supported the Emergency Solutions Grant Program application. Agenda Information Sheet Febniary 12, 2013 Page 2 FISCAL INFORMATION The Emergency Solutions Grant Program requires a 100% match. The match will consist of employee salaries, donated facilities, donated supplies, cash donations, and volunteer hours. The match will be provided primarily by the subrecipients but, could also include Community Development staff salaries. Respectfully subnutted: �� � . ��� � � �. *�`��� �� �,��� � .,�•µ�, ��� .������.,���� � ;��-. � �� Brian Locldey, AICP, CPM Director Planning & Development Prepared by: �._ .�� .a� ���� ��;r��"���'"^'�"'�,°--�-� Barbara Ross Community Development Administrator s:\legal\our documents\ordinances\13�2013-14 esg ordinance.doc ORDINANCE NO. AN ORDINANCE OF THE CITY OF DENTON, TEXAS AUTHORIZING THE CITY MANAGER TO MAKE AN APPLICATION WITH THE TEXAS DEPARTMENT OF HOUSING AND COMMUNTY AFFAIRS EMERGENCY SOLUTIONS GRANT PROGRAM AND TAKE ALL OTHER ACTIONS NECESSARY TO OBTAIN AND IMPLEMENT THE PROGRAM; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Denton, Texas, is concerned with the provision of services to residents who are homeless and with providing decent housing, a suitable living environment, and assisting homeless households to achieve self sufficiency; and WHEREAS, the City of Denton, Texas, pai�ticipates in the Denton County Homeless Coalition providing a continuum of care for homeless and potentially homeless households; and WHEREAS, the City of Denton, Texas, wishes to apply through the Emergency Solutions Grant Program, as authorized by the Stewart B. McKinney Homeless Assistance Act of 1987, Title IV, as amended (U.S. Code; 42 USC 11371 et seq.), and as administered through the United States Department of Housing and Urban Development; and WHEREAS, the Texas Legislature has designated the Texas Department of Housing and Community Affairs as the administering agency for the Emergency Solutions Grant Program pursuant to Sec. 2306.094, Texas Government Code; and WHEREAS, the City of Denton, Texas, intends to sub-contract with local social service agencies to provide services through the Emergency Solutions Grant program; and WHEREAS, the Texas Department of Housing and Community Affairs requires the appropriate certifications and the City Council deems it in the public interest to authorize the City Manager to execute a grant agreement; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The City Council of the City of Denton, Texas, authorizes the City Manager to sign and submit grant application to the Texas Department of Housing and Community Affairs Emergency Solutions Grant Program and all appropriate officials thereof, together with all necessary certiiications, grant agreements and other documents as well as appropriate resources for entitlement of funds under the Stewart B. McKinney Homeless Assistance Act of 1987, as amended and Emergency Solutions Grant Program pursuant to Sec. 2306.094 of the Texas Government Code., and all other applicable laws, as necessary to obtain a grant under the Emergency Solutions Grant Program to provide services to homeless residents of Denton. The City Manager is authorized to take all other actions necessary to execute an agreement and administer this grant including execution of agreements with each of the designated subrecipient organizations. SECTION 2, The City Council of the City of Denton, Texas, authorizes the Community Development Administrator to sign and submit to the Texas Department of Housing and Community Affairs and all appropriate officials thereof, amendments, change orders, together with all necessary certifications, and other documents, under the supervision of the City Manager, to handle all fiscal and administrative matters relating to the administration of the Emergency Solutions Grant Program, if it is funded and all other matters connected therewith. SECTION 3. The City Secretary is hereby authorized to furnish true, complete, and correct copies of this ordinance to all interested parties. SECTION 4. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2012. ATTEST; JENNIFER WALTERS, CITY SECRETARY I: APPROVED AS TO LEGAL FORM; ANITA BURGESS, CITY ATTORNEY �.� �<-._ � ,:-�-�°�� � .. - � BY: ,;�%`� -• � � �;;. � r MARK A. BURROUGHS, MAYOR Page 2 of 2 AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 DEPARTMENT: City Manager's Office L-�� ACM: Bryan Langley SUBJECT Consider approval of a resolution creating a special seven (7) member Oversight Committee to monitor, evaluate and report on progress of the five year Capital Improvement Program which was approved by the voters at the Bond Election on November 6, 2012, and providing an effective date. BACKGROUND The voters overwhelmingly approved (78% for and 22% against) the City of Denton's $20.4 million Bond Program on November 6, 2012. The Council-appointed Citizens Bond Advisory Committee assisted in developing a specific set of recommendations to talce to the voters for their approval. In the past, the City Council has created citizen bond program oversight committees to provide guidance when potential changes or adjustments to the bond program projects occur. These committees were comprised of inembers from the original bond committee, and typically, the oversight committee members were selected due to their role as subcommittee chairs. In conjunction with the Council's consideration of nominations/appointments for the City Boards and Commissions later this evening, the Council will consider the appointment of inembers to this committee. RECOMMENDATION Staff recommends approval of the resolution. PRIOR ACTION/REVIEW (Council, Boards, Commission) Voters approved the $20.4 million Bond Program on November 6, 2012. FISCAL INFORMATION Approximately $4.0 million in bonds of the voter approved $20.4 million Bond Progranl will be issued each year over the next five years. EXHIBITS Draft Resolution Respectfully submitted: ,� ,,..--�, � �� �-.-r �' �� Bryan Langely Assistant City Manager s:\legal\our documentsUesolutions\l3\oversight committee.doc RESOLUTION NO. A RESOLUTION CREATING A SPECIAL SEVEN (7) MEMBER OVERSIGHT COMMITTEE TO MONITOR, EVALUATE AND REPORT ON PROGRESS OF THE FIVE YEAR CAPITAL IMPROVEMENT PROGRAM, WHICH WAS APPROVED BY THE VOTERS AT THE BOND ELECTION ON NOVEMBER 6, 2012; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Council called and ordered a bond election for November 6, 2012, for the purpose of submitting to the voters of the City of Denton certain capital improvements, which bonds were approved by the voters as a result of the election; and WHEREAS, the Citizens Bond Advisory Committee fulfilled its charge of making recommendations relative to the projects which should be submitted to the electorate; and WHEREAS, as has been the practice and is recommended that a special committee be appointed by the City Council to monitor, evaluate, and report on the progress of the Five Year Capital Improvement Program; and WHEREAS, the City Council is desirous of accepting such recommendation; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY RESOLVES: SECTION 1. The City Council hereby creates a special seven (7) member oversight committee to monitor, evaluate, and report on the progress of the Five Year Capital Improvement Program, which was approved by the voters at the bond election on November 6, 2012. The committee shall make recommendations to the City Council when potential changes or adjustments to the bond projects occur. SECTION 2. The Oversight Committee shall serve for five years or until substantial expenditure of the funds from the approved bond program. SECTION 3. This resolution shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013 MARK A. BURROUGHS, MAYOR s:\legal\our documenulresolutionsU3\bond committee reso 021213.doc ATTEST: JENNIFER WALTERS, CITY SECRETARY :i APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: � � � (. - F � Page 2 AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 Questions concerning this acquisition may be directed DEPARTMENT: Materials Management to Phil Williams at 349-8487 ACM: Bryan Langley ���`� SUBJECT Consider adoption of an ordinance authorizing the City Manager or his designee to execute a Professional and Personal Services Agreement with Power Engineers, Inc., a Corporation, for engineering and other related services for studies, consultation, and support during the site and route selection processes for transmission line and electric substation projects for Denton Municipal Electric; authorizing the expenditure of funds therefor; and providing an effective date (File 5174—in an amount not to exceed $1,576,050). The Public Utilities Board recommends approval (5-0). FILE INFORMATION The current Capital Improvement Plan (CIP) contains 12 substation projects and seven transmission line projects requiring acquisition of land or land rights. The 2014-2018 CIl' is expected to include three or more additional station locations. Completing these land actions will require siting, routing, and environmental studies and consultations on the public involvement and approval processes. Some will require preparation of photo simulations. This contract is for consultation and support services that will be needed for the acquisition of land or land rights for these CIP projects. A detailed description of the background and services to be performed is included in the Public Utilities Board Agenda Information Sheet (Exhibit 1). The City Council approved a contract with Power Engineers, Inc. on Augtist 7, 2012, for the Locust to Hicicory transmission line reconstniction and for three substation site acquisitions. Siting for two of the three substations in the contract is complete. The worlc and consultation that Power Engineers, Inc. has provided to date under that contract has been excellent. Additionally, Power Engineers, Inc. has maintained an extensive and successful work history in transmission related projects for the Public Utilities Comnussion, City of San Antoniq City of Austin, and other governmental entities. Therefore, staff is recommending continuing using them for the upcoming CIP proj ects. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On January 28, 2013, the Public Utilities Board recommended approval to forward this item to the City Council for consideration. Agenda Information Sheet Febniary 12, 2013 Page 2 RECOMMENDATION Approve a Professional and Personal Services Agreement between the City of Denton and Power Engineers, Inc. in an amount not to exceed $1,576,050. PRINCIPAL PLACE OF BUSINESS Power Engineers, Inc. Austin, TX ESTIMATED SCHEDULE OF PROJECT The services to be performed will begin immediately upon Council approval. The agreement will remain in effect for the period which may be reasonably required for completion of the proj ect. FISCAL INFORMATION The charges for worlc under this contract will not exceed $1,576,050 and will be funded out of amounts budgeted for specific projects. Much of the work proposed will be in the transmission category. These costs for transmission projects will ultimately be recovered through the Public Utility Commission Transmission Cost of Service Program (TCOS). EXHIBITS Exhibit 1: Public Utilities Board Agenda Information Sheet Exhibit 2: Draft Public Utilities Board Minutes Respectfully submitted: �' � �-�;�- _ ��`� ��___ �. Antonio Puente, Jr., 349-7283 Assistant Director of Finance 1 =AIS-RFY 5115 Exhibit 1 PUBLIC UTILITIES BOARD AGENDA ITEM #2 AGENDA INFORMATION SHEET AGENDA DATE: January 28, 2013 DEPARTMENT: Utilities UTILITIES ACM: Howard Martin, Utilities, 349-8232 � SUBJECT Consider recommending approval of a Professional and Personal Services Agreement with Power Engineers, Inc., for studies, consultation, and support during the site and route selection processes for transmission line and substation projects in an amount not to exceed $1,576,050. (File #5174) BACKGROUND The current CIl' contains 12 substation projects and seven transmission line projects requiring acquisition of land or land rights. The 2014 — 2018 CIl' is expected to add three or more station locations to that number. The PUB and Council have approved an approach for substation siting and transmission line routing that invites public involvement. Completing these land actions will require siting, routing, and environmental studies and consultations on the public involvement and approval processes. Some will require preparation of photo simulations. A contract with Power Engineers was previously approved in August 2012 for completing the siting, routing, and environmental studies; preparing documentation and displays; and assisting with the public involvement processes for the Locust to Hicicory transmission line reconstniction and for three substation site acquisitions. The worlc and consultation that Power Engineers has provided to date under that contract have been excellent. Siting for two of the three substations in the contract is complete. Worlc on the transmission line routing so far has been comprehensive. Rob Reid and his staff at Power Engineers specialize in providing these types of services. DME originally selected Power Engineers based on their demonstrated extensive and successful worlc with other entities, including San Antoniq Austin, and worlc with the Public Utilities Commission ("PUC") on CREZ projects. Rob Reid, with Power Engineers has testified successfully before various city councils and before the PUC many times on the subject of transmission line routes and substation sites. The proposal from Power Engineers, included as Attachment 1 to the proposed contract (Exhibit 1), contains detailed information on approach and deliverables. Exhibit 2 is a summary of the process that will be followed, as appropriate, in the proposed acquisitions. In areas where easements are being expanded, full routing studies will not be undertalcen because the line is not being moved. Exhibit 3 is a drawing showing the locations of transmission line projects The transmission project map has a legend that identifies the various types of projects (new line, full routing study, easement expansion, etc.). Exhibit 4 is a AIS — PUB Agenda Item #2 January 28, 2013 Page 2 of 3 drawing showing the sites were land acquisition is anticipated for substations. Both Exhibit 3 and Exhibit 4 include the proj ects covered in the original Power Engineers contract. The proposal estimate was constnicted using all projects that are expected. The details of the estimate are contained in the proposal on pages 15 and 42 (Attachment 1 to the proposed contract in Exhibit 1). As with any set of projects for an extended period, new requirements could intervene or marlcet or system dynamics could require that other projects be introduced or that timings for projects be changed. The estimated cost stated in the proposal is $1,501,000, but it is problematic to predict with certainty how any specific proj ect will progress or what the actual factors might be during the approval process. Consequently, an amount of 5% has been added as a contingency to arrive at the proposed contract limit of $1,576,050. It should be noted that all professional and personal services contracts that DME enters pay only on the basis of actual worlc performed and gtiarantee no minimum expenditure. Only worlc that is needed will be authorized. The contract may be terminated with 30 days notice at any time with no penalty. Because the procurement of land and land rights is generally the first step in starting a project, it will be DME's intent to complete all the work authorized under this contract as early in the contract period as practical. A three year timeframe is expected. The existing contract with Power Engineers is for the same types of worlc as described above for the Locust to Hicicory transmission line, a proposed substation near LTNT, the McKinney Substation, and a substation near Audra and Loop 288. That contract was originally approved in August 2012 and amended in October. The total amount of the contract was $290,515. The amount invoiced against that contract, as of January 15, 2013, was $67,568.88. The proposed new contract is in addition to the work in progress on the existing contract. A new contract is being proposed rather than an amendment because the original contract was specific to particular proj ects. OPTIONS 1. Recommend awarding a Professional and Personal Services Agreement to Power Engineers, Inc. 2. Not recommend awarding a Professional and Personal Services Agreement to Power Engineers, Inc., and direct that other actions be talcen to complete the required actions. RECOMMENDATION DME recommends awarding the contract for professional and personal services to Power Engineers, Inc., in an amount not to exceed $1,576,050. ESTIMATED SCHEDULE OF PROJECT The work under this contract will begin as soon as practical after approval by the City Council and is expected to talce approximately three years. AIS — PUB Agenda Item #2 January 28, 2013 Page 3 of 3 PRIOR ACTION/REVIEW (Council, Boards, Commissions) There has been no prior action related to this proposed contract. The proposed contract is consistent with project information detailed in the current CIl' and the additions planned for the 2014 CIP. DATE SCHEDULED FOR COUNCIL APPROVAL Febniary 5, 2013 FISCAL INFORMATION The charges for worlc under this contract will not exceed $1,576,050 and will be funded out of amounts budgeted for specific proj ects. Much of the work proposed will be in the transmission category. These costs for transmission projects will ultimately be recovered by the City through the Public Utility Commission transmission cost of service program (TCOS). BID INFORMATION Texas statutory law provides that procurements for professional services as well as for personal services are made in accordance with the "Professional Services Procurement Act" (professional and personal services may not be bid). The provisions of Texas Local Government Code, Section 252.022(a)(4) provide that procurements for professional and for personal services are exempt from the requirements of competitive bidding. EXHIBITS 1. Proposed Professional and Personal Services Agreement 2. Summary of the Approved Public Involvement Process 3. Map Showing Locations for Transmission Line Projects that will Requiring Land Actions 4. Map Showing Locations for Substation Projects that will Require Land Actions Respectfully submitted: ✓��� C r�i!��..aa..-.._..ra Phil Williams General Manager Denton Municipal Electric Prepared by: y � .,,�'� ,�..�- '.��.���~�"°'� � Chucic Sears Transmission Engineering Manager Denton Municipal Electric 1 2 -, � 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Exhibit 2 DRAFT MINUTES PUBLIC UTILITIES BOARD January 28, 2013 After deternuning that a quonim of the Public Utilities Board of the City of Denton, Texas is present, the Chair of the Public Utilities Board will thereafter convene into an open meeting on Monday, January 28, 2013 at 9:00 a.m. in the Service Center Training Room, City of Denton Service Center, 901A Texas Street, Denton, Texas. Present: Absent: Chairman Dic1c Smith, Randy Robinson, Barbara Russell, Leonard Herring and Phil Gallivan Vice Chair Billy Cheelc and Lilia Bynum Ex Officio Members: Howard Martin, ACM Utilities; George Campbell, CM OPEN MEETING: CONSENT AGENDA: 2. Consider recommending approval of a Professional and Personal Services Agreement with Power Engineers, Inc., for studies, consultation, and support during the site and route selection processes for transmission line and substation projects in an amount not to exceed $1,576,050. (File #5174) A motion to approve item 2 was made by Board Member Robinson with a second by Board Member Russell. The vote was 5-0 approved. Adjournment 10:20a.m. ORDINANCE NO. 2013- AN ORDINANCE AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO EXECUTE A PROFESSIONAL AND PERSONAL SERVICES AGREEMENT WITH POWER ENGINEERS, 1NC., A CORPORATION, FOR ENGINEERING AND OTHER RELATED SERVICES FOR STUDIES, CONSULTATION, AND SUPPORT DURING THE SITE AND ROUTE SELECTION PROCESSES FOR TRANSMISSION LINE AND ELECTRIC SUBSTATION PROJECTS FOR DENTON MUNICIPAL ELECTRIC; AUTHORIZING THE EXPENDITLJRE OF FLJNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (FILE 5174—IN AN AMOLTNT NOT TO EXCEED $1,576,050). WHEREAS, the City Council deems that it is in the public interest to continue to engage Power Engineers, Inc., a Corporation ("Power"), to provide professional and personal services pertaining to the site selection, route selection, environmental assessment, and other necessary preliminary processes that are necessary for the location of Denton Municipal Electric future electric transmission line projects and future electric substation projects to be situated within the City's duly-certificated service territory; and WHEREAS, the approved City Capital Improvement Plan for 2013-2017 provides for the constniction of twelve (12) substations and seven (7) transmission line projects that call for the acquisition of land or land rights in order to complete them; and said projects provide for the future electric reliability of the City; and WHEREAS, Power is a full-service, interdisciplinary environmental consulting firm of professional engineers, planners and resource specialists offering biological and cultural resources; public involvement; visualization, hazardous materials/wastes; water quality and resources; hydrology; Geographic Information Systems ("GIS"); environmental compliance; geoengineering and geosciences; and landscape architecture, and is as firm of appropriate stature to staff a project the size of this project; Power has been utilized by the leading public power entities in Texas, including Austin Energy and City Public Services, as well as the Public Utilities Commission of Texas; and WHEREAS, these services are necessary, and that due to their magnitude, should be performed by an outside specialty firm; and City Staff has selected this outside specialty firm because of its high reputation in the electric industry, as several other Texas cities have. City Staff has further determined that the firm is competent and the fees under the Agreement are fair and reasonable, and are consistent with and not higher than the recommended practices and fees published by the applicable associations applicable to Power's profession, and that such fees do not exceed any maximum provided by law; and WHEREAS, the City staff has reported to the City Council that there is a substantial need for the above-referenced professional and personal services in order to support the activity of Denton Municipal Electric, the City's electric department, and that limited City staff cannot adequately perform the highly specialized services and taslcs with respect to the above stated services with its own personnel; and 1 WHEREAS, Chapter 2254 of the Texas Government Code, known as the "Professional Services Procurement Act." generally provides that a City may not select a provider of professional and personal services on the basis of competitive bids, but must select the provider on the basis of demonstrated competence, lcnowledge, and qualifications, and for a fair and reasonable price; and WHEREAS, the Public Utilities Board has deternuned, during its open meeting on January 28, 2013, that the Agreement should be approved by the City Council, and has made its recommendation accordingly; NOW THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1: The preamble to this ordinance is incorporated herewith for all purposes. SECTION 2: The City Manager is hereby authorized to execute a"Professional and Personal Services Agreement" by and between the City and Power Engineers, Inc., a Corporation (the "Agreement"); in an amount not to exceed $1,576,050 for professional and personal services, as stated in said Agreement; such Agreement is in substantially the form of the Agreement attached hereto as Exhibit "A" which is incorporated herewith by reference. SECTION 3: The award of this Agreement by the City is on the basis of the demonstrated competence, lcnowledge, and qualifications of Power and the demonstrated ability of Power to perform the services needed by the City for a fair and reasonable price. SECTION 4: The expenditure of funds as provided in the attached Agreement is hereby authorized. SECTION 5: This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. MARK A. BLJRROUGHS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY I� 2 APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY ,r', '� ` �+'" 4 � ' � � ,��� �� '��..,,. ��� �� `�� � �� By: Exhibit A STATE OF TEXAS COUNTY OF DENTON PROFESSIONAL AND PERSONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into as of the day of , 2013, by and between the City of Denton, Texas, a Texas Municipal Corporation, with its principal offices at 215 East McKinney Street, Denton, Texas 76201 (hereinafter "OWNER") and POWER Engineers, Inc., a Corporation, with its offices at 7600-B North Capital of Texas Highway, Suite 320, Austin, Texas 78731 (hereinafter "CONSULTANT"); the parties acting herein, by and through their duly-authorized officers and representatives. WITNESSETH, that in consideration of the covenants and agreements herein contained, the parties hereto do mutually AGREE as follows: ARTICLE I ENGAGEMENT OF ENGINEERING FIRM This Agreement is for the purpose of retaining the staff and support personnel of POWER Engineers, Inc. to perform environmental services regarding the siting of electric substations and the routing of electric transmission lines, in support of the 2013-2017 Capital Improvements Plan for the City of Denton, Texas (the "Project"). CONSULTANT hereby agrees to perform the services herein in connection with the Project as stated in the Articles to follow, with diligence and in accordance with the professional standards customarily obtained for such services in the State of Texas. The professional services set forth herein are in connection with the following: ARTICLE II SCOPE OF SERVICES The CONSULTANT shall perform the following services in a professional manner: A. To perform all those services and tasks as set forth in CONSULTANT'S written proposal issued on January 18, 2013 provided to Denton Municipal Electric ("DME"), a department of OWNER, which proposal is attached hereto and incorporated herewith by reference as EXhibit "A." B. If there is any conflict between the terms of this Agreement and the Exhibits attached to this Agreement, the specific terms and conditions of the proposal shall control over the general terms and conditions of this Agreement. ARTICLE III PERIOD OF SERVICE This Agreement shall become effective upon execution by the OWNER and the CONSULTANT and upon the issuance of a notice to proceed by the OWNER, and shall remain in force for the period that may reasonably be required for the completion of the Project, and any required extensions approved by the OWNER; or until the monetary consideration expressed herein is wholly exhausted, whichever event shall first occur. 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 expediently as possible and to meet the schedules established by the OWNER, acting through its General Manager of DME. ARTICLE IV COMPENSATION A. COMPENSATION TERMS: "Direct Non-Labor Expense" is defined as that expense, based upon actual cost, plus an additional ten (10%) percent for any expense reasonably incurred by the CONSULTANT in the performance of this Agreement and other incidental reasonable expenses incurred in connection with the Project. Provided however, any reasonable sub-consultant billings reasonably incurred by CONSULTANT in connection with the Project shall be invoiced to OWNER at those billings cost plus up to an additional ten (10%) percent. B. BILLING AND PAYMENT: For and in consideration of the professional services and related expenses to be performed by the CONSULTANT herein, the OWNER agrees to pay CONSULTANT based upon the rates set forth in Exhibit "A" which is attached hereto and incorporated by reference herewith; a total fee, not-to-exceed $1,576,050. Partial payments to the CONSULTANT will be made on the basis of detailed monthly statements rendered to and approved by the OWNER through its General Manager of DME or his designees; however, under no circumstances shall any monthly statement for services exceed the value of the work performed at the time a statement is rendered. Nothing contained in this Article shall require the OWNER to pay for any work which is unsatisfactory as reasonably determined by the General Manager of DME, or which is not submitted to the OWNER in compliance with the terms of this Agreement. The OWNER shall not be required to make any payments to the CONSULTANT when the CONSULTANT is in default under this Agreement. It is specifically understood and agreed that the CONSULTANT shall not be authorized to undertake any work pursuant to this Agreement which would require additional payments by the OWNER for any charge, expense or reimbursement above the maximum not to exceed fee as stated hereinabove. C. 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 interest then provided and applicable under the Texas Prompt Payment Act from and after the said thirtieth (30th) E day after the City's receipt of invoice; and in addition, the CONSULTANT may, after giving ten (10) days' written notice to the OWNER, suspend services under this Agreement until the CONSULTANT has been paid in full for all amounts then due and owing, and not disputed by OWNER for services, expenses and charges. Provided, however, nothing herein shall require the OWNER to pay the amount of the billing invoice of CONSULTANT, with such notice provided to CONSULTANT within fifteen (15) days after receipt of the invoice, that the work is unsatisfactory, in accordance with Article IV of this Agreement. ARTICLE V 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 of its subcontractors or subconsultants. ARTICLE VI OWNERSHIP OF DOCUMENTS All documents prepared or furriished by the CONSULTANT (and CONSULTANT's subcontractors or subconsultants, if any) 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 the Agreement in another project or for other purposes than specified herein any of the information or materials developed pursuant to this agreement, CONSULTANT is released from any and all liability relating to their use in that project. ARTICLE VII 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 VIII 1NDEMNITY AGREEMENT The CONSULTANT shall indemnify and save and hold harmless the OWNER and its officials, officers, �s� attorneys and employees from and against 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, attorneys and 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 3 party to this Agreement and nothing herein shall waive any of the party's defenses, both at law or equity, to any claim, cause of action or litigation filed by anyone not a party to this Agreement, including the defense of governmental immunity, which defenses are hereby expressly reserved. ARTICLE IX INSURANCE During the performance of the Services under this Agreement, CONSULTANT shall maintain 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; please reference Attachment "A" hereto, for the said insurance requirements. ARTICLE X 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 XI TERMINATION OF AGREEMENT A. Notwithstanding any other provision of this Agreement, either party may terminate this Agreement by providing thirty-(30) day's 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 effected 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 nonperformance or other reason(s), and not less than (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 a$er the date of termination. The OWNER shall pay CONSULTANT for all services properly rendered and satisfactorily performed, and for reimbursable expenses prior to notice of termination being received by CONSULTANT, in accordance with Article IV of this Agreement. Should the OWNER subsequently contract with a new consultant for the continuation of services on the Project, CONSULTANT shall cooperate in providing information to the OWNER and the new consultant. 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 files. CONSULTANT agrees that it shall also fully comply with any and all written requests received from the OWNER, through its Director of Solid Waste, to maintain confidentiality respecting certain designated records, documents, and other written materials related to the Project, which the OWNER reasonably determines is competitively sensitive, and would likely cause damage to the OWNER if disclosed to the 0 public or to any other person, party, or entity. ARTICLE XII RESPONSIBILITY FOR CLAIMS AND LIABILITIES A. Approval of the work by the OWNER shall not constitute nor be deemed a release of the responsibility and liability of the CONSULTANT, its officers, employees, agents, subcontractors, and sub-consultants for the accuracy and competency of their work performed pursuant to this Agreement; nor shall such approval by the OWNER be deemed as an assumption of such responsibility by the OWNER for any defect in the design or other work prepared by the CONSULTANT, its officers, employees, agents, subcontractors, and sub- consultants. B. The OWNER agrees to limit the CONSULTANT's liability for insurable events arising from the CONSULTANTs performance to the insurance limits herein. C. Neither the OWNER nor the CONSULTANT either part '�p�liers, a�ents, officers, and directors shall have anv liabilitv regardless of the theory of recovery, including breach of contract or ne�gence, to the other part�y other person or entity for any indirect, incidental, special, or consequential dama�es, cost or expense whatsoever, including but not limited to loss of revenue or profit, whether actual or anticipated, loss of use, failure to realize anticipated savin�s, loss of or damage to data or other commercial or economic loss. This waiver of consequential damages is made regardless that (i) either party has been advised of the possibilitv of such dama es and ii) that such dama eg s mav be foreseeable. ARTICLE XIII NOTICES All notices, communications, and reports required or permitted under this Agreement shall be personally delivered or mailed to the respective parties by depositing same in the United States mail at the addresses shown below, by means of U. S. Mail, postage prepaid, certified mail, return receipt requested, unless otherwise specified herein. To CONSULTANT: POWER Engineers, Inc. 7600-B North Capital of Texas Hwy., Suite 320 Austin, Texas 78731 Telephone: (512) 795-3700 x6908 �7 To OWNER: City of Denton, Texas Attn: City Manager Denton City Hall 215 East McKinney Street Denton, Texas 76201 Telephone: (940) 349-8407 and City of Denton, Texas General Manager Denton Municipal Electric 1659 Spencer Road Denton, Texas 76209 Telephone: (940) 349-8487 All notices under this Agreement shall be effective upon their actual receipt by the party to whom such notice is given. ARTICLE XIV ENTIRE AGREEMENT This Agreement, consisting of nine (9) 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 understandings, and agreements which may have been made in connection with the subject matter of this Agreement. ARTICLE XV SEVERABILITY If any provision of this Agreement is found or deemed by a court of competent jurisdiction to be invalid or unenforceable, it shall be considered severable from the remainder of this Agreement, and shall not cause the remainder to be invalid or unenforceable. In such event, the parties shall reform this Agreement, to the extent reasonably possible, to replace such stricken provision with a valid and enforceable provision which comes as close as possible to expressing the original intentions of the parties respecting any such stricken provision. ARTICLE XVI COMPLIANCE WITH LAWS The CONSULTANT shall comply with all federal, state, local laws, rules, regulations, and ordinances applicable to the work performed by CONSULTANT hereunder, as they may now read or as they may hereafter be amended. ARTICLE XVII DISCRIMINATION PROHIBITED In performing the services required hereunder, the CONSULTANT shall not discriminate against any person on the basis of race, color, religion, sex, national origin or ancestry, age, or physical handicap. ARTICLE XVIII PERSONNEL A. The CONSULTANT represents that it has or will secure at its own expense all personnel required to perform all the services required under this Agreement. Such personnel shall not be employees or officers of, nor 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 direct supervision. All personnel engaged in performing the work provided for in this Agreement, shall be qualified, and shall be authorized and permitted under state and local laws to perform such services. ARTICLE XIX 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. CONSULTANT shall promptly notify OWNER, in writing, of any change of its name as well as of any material change in its corporate structure, its location, and/or its operations. ARTICLE XX MODIFICATION No waiver or modification of this Agreement or of any covenant, condition, limitation herein contained shall be valid unless in writing and duly executed by the party to be charged therewith. 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, unless such waiver or modification is in writing, duly executed. The parties further agree that the provisions of this Article will not be waived unless as herein set forth. ARTICLE XXI MISCELLANEOUS A. The following Exhibits is attached to and made a part of this Agreement: Attachment "A" --- Insurance Requirements of the City of Denton, Texas 2. Exhibit "A" --- CONSULTANT'S proposal dated January 18, 2013 to the City of Denton, Texas — Upgrade/New Construction Projects- Scope of Services B. OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this Agreement. The CONSULTANT 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 ten (10) business days of written request. Further, the CONSULTANT 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 City similar access to those documents. All books and records will be made available within a fifty (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 2% or greater. If an overpayment of 2% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the 7 CONSULTANT which must be payable within iifteen (15) business days of CONSULTANT'S receipt of the OWNER'S 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 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 governed by and construed in accordance with the laws of the State of Texas. D. For the purpose of this Agreement, the key person who will serve as Project Manager respecting this engagement shall be Rob Reid, Principal of CONSULTANT. Lisa Barko Meaux, Emily Belts and Denise Williams shall also be points-of-contact for CONSULTANT. However, nothing herein shall limit CONSULTANT from using other qualified and competent engineers, consultants and administrative support personnel of their firm to perform the services required herein. E. CONSULTANT shall commence, carry on, and complete its work on the Project with all applicable dispatch, and in a sound, economical, efficient manner, and in accordance with the provisions hereof. In accomplishing the Project, 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 to, and make all provisions for the CONSULTANT to enter in or upon, public and private property as required for the CONSULTANT to perform professional 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. H. CONSULTANT shall not be responsible for delays caused by factors beyond CONSULTANT's reasonable control, including but not limited to delays because of strikes, lockouts, work slowdowns or stoppages, accidents, acts of God, failure of any governmental or other regulatory authority to act in a timely manner, failure of the OWNER to furnish timely information or approve or disapprove of CONSULTANT's Services or work product promptly, or delays caused by faulty performance by the OWNER or by contractors of any level. When such delays beyond CONSULTANT's reasonable control occur, the OWNER agrees that CONSULTANT shall not be responsible for any damages, nor shall CONSULTANT be deemed to be in default of this Agreement. In the event of such delay, the Schedule shall be extended for a period of time equal to such delay and CONSULTANT shall be compensated for any costs, expenses or damages incurred as a result of such delay. I. OWNER, without invalidating this Agreement, may order changes in the scope of work consisting of additions, deletions, or other revisions, CONSULTANT's compensation and the design completion date being adjusted accordingly. All such changes in the Project shall be authorized by Change Order, signed by OWNER and CONSULTANT. CONSULTANT shall not be required to perform out-of-scope or extra work without its written approval. A Change Order is a written order to CONSULTANT, signed by the OWNER (or its authorized agent) and CONSULTANT, issued after the execution of this Agreement, authorizing an addition, deletion, or revision in the Services or an adjustment in the Contract Price or the Schedule. The increase or decrease in the Contract Price and change in Schedule resulting from a change in the Project shall be determined by mutual agreement. If the parties are unable to agree to a Change Order, CONSULTANT, upon receipt of a written order signed by OWNER, shall promptly proceed with the Services involved. The cost of such additional Services shall then be determined on the basis of the actual time and expense incurred for performing the Services attributed to the change, charged at the rates set forth in the Schedule of Charges. In such case, CONSULTANT shall maintain a separate time and expense accounting for the additional Services. The amount of decrease in the Contract Price resulting from any deletion or change will be the amount of the actual net decrease computed by CONSULTANT. When both an increase and decrease occur in any one change order, the change in compensation shall be calculated by adding the increase or subtracting the decrease to arrive at a net change. If the parties are unable to come to agreement on the terms of a Change Order within thirty (30) days, they shall submit the dispute to resolution pursuant to Article X of this Agreement. IN WITNESS WHEREOF, the City of Denton, Texas has executed this Agreement in four (4) original counterparts, by and through its duly-authorized officials; and CONSULTANT has executed this Agreement by and through its duly-authorized undersigned officer, on this the day of 2013. • �/►, _ . CITY OF DENTON, TEXAS A Texas Municipal Corporation By: GEORGE C. CAMPBELL, CITY MANAGER 0 ATTEST: JENNIFER WALTERS, CITY SECRETARY : APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY ,� , ,� � By. � � ' � ; :� �%- '`� 't "CONSULTANT" ATTEST: BY� �,�� �,�.-�%�-r.��'t.�-� Adare Brown 10 POWER Engineers, Inc. A Corporation 6 4 �- . . -._. _.. (�-�_.. By �� Its: EXecutive Vice President ATTACHMENT A CITY OF DENTON INSURANCE REQUIREMENTS FOR CONSULTANTS/CONTRACTORS The Offeror's/Bidder's attention is directe�l to the insurance requirenients below. It is highly recomme�zded that offerors/bidders confer with their respective insurance carriers or brokers to determine in advance of its proposal or bid submission the availability of i�zsurance certificates and endorse»zents as prescribe�t and provided herein. If an offeror/appaYent low bidder fails to co�nply strictly with the insurance require�zents, that offeror/bidder r�aay be �lisqualified frona award of the contract. Upo�z awa�d, all insurance requireniefits shall become contractual obligatiorts, which the successful offeror/bidder shall have a duty to »zai�atai�a throughout the course of this contYact. STANDARD PROVISIONS: Withozit limiting afay of the other obligations or liczbilities of the Consultan�t/Co�atractor, the Consultc�nt/Contractor shall provicle and mai�ztairz terttil the contracted work has been completed and accepted by the City of Dentofz, Owner, the mininzum insarrance coverage czs indicated hereinafter. As soo�z as practicable after notificatioTZ of award, Constcltant/ContNactor shall file with the Patrchasing Depczrtment satisfactory certificates of insicrance, containing theproposal/bid number c�fzd title of the project. Consaclta�at/Contractor may, tcpon written request to the Pa�NChasing Department, ask for clarifzcatio�� of c�ny insa�rance reqzrirements at any time; however, Consacltants/Contractors are strongly advised to malce sttch requests prior to proposal/bid opening, since the inszirance requirements m�ay �zot be modified or waivec� after p�°oposal/bid opening i�nless a written exception has been� stibmitted with the proposal/bid. Consttltant/CofatractoN shall fzot commeiace any work or deliver aiiy fnaterial until he or she receives fzotification that the contract has been accepted, approved, and signed by the City of De�zton. All insatrancepoliciesp�roposed or obtained in satisfaction of these requirements shall comply with the following general specificatiorrs, c�nd shc�ll be maintai�zed in complia�zce with these general specifications throughottt 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 proposal or bid. 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 Consultant/Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies, except Professional Liability, shall be endorsed to provide the following: • Name as additional insured the City of Denton, its Officials, �s, 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. • Cancellatio�z: City requires 30 day written `totice should any of the policies described ost the certifzcate be cancelled or materially changed before the expiration date. • Should any of the required insurance be provided under a claims-made form, Consultant/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 Consultant/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 instrrance policies proposed or obtainecl i�z satisfactiof� of this Contract shall aclditionally comply with the following marlced specifzcations, and shall be maintained in compliance with these additio�aal specifications throughout the duration� of the Contract, or lorzger, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of $500,000.00 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 $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. [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 $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 ofiicials, agents, employees and volunteers for any wark 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 Labar Code and rule 28TAC ll 0.110 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. [X] Professional Liability Insurance Professional liability insurance with limits of $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 subcontractars 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 iidelity. 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. [_] AdditionalInsurance 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 "Speci�c Conditions" of the contract specifications. ATTACHMENT 1 [X] Worker's 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 FILE 5174 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 FILE 5174 materially affects the provision of coverage of any person the project; and 7) contractually require each person with whom it contracts, by paragraphs (1) -(7), with the certificates of coverage person for whom they are providing services. providing services on to perform as required to be provided to the 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. FILE 5174 I CONFLICT OF INTEREST QUESTIONNAIRE FORM CI For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person 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 person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. q Name of person who has a business re9ationship with local governmental entity. � 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 7�h business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has an empioyment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer 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 filer of the questionnaire? 0 Yes 0 No B. Is the filer of the questionnaire 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? 0 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 10 percent or more? 0 Yes 0 No D. Describe each affiliation or business relationship. Signature of person doing business with the governmental entity Date Adopted 06/29/2007 File 5174 �. ���{����:� Exhibit A January 18, 2013 Mr. Chuck Sears Engineering Manager Denton Municipal Electric 1685 Spencer Road Denton, Texas 76205 Subject: Scope of Services Upgrade / New Construction Projects Dear Mr. Sears: a�c51M� �i l=N�lNr:i�ras, l�+e�. 7600B N CAPITA� OF TEXAS HWY SUITE 320 AUSTIN, TX 7II731 USA ���r�� 512-795-3700 rp� 512-795-3704 POWER Engineers, Inc. (POWER) is pleased to submit our proposed scope of services for siting/routing studies and public involvement support for several substation and transmission line upgrade / new construction projects. I will serve as the Project Director for the projects and Ms. Lisa Meaux and Ms. Emily Belts will serve as the project managers. Ms. Denise Williams will assist as an environmental planner, with other discipline/support staff as required. The resumes for all of these key team members are attached to the scope of services. The entire project team, with staff in Austin and Houston, has extensive experience in routing and siting transmission lines/substations and associated public involvement in Texas for inunicipalities, investor- owned utilities, and electric cooperatives. We are confident we can complete all of the necessary tasks in a timely and cost-efficient manner to allow Denton Municipal Electric to proceed with these projects. We have included photo simulation services far the proposed new and upgraded substations, and have included options for additional visualization services. Thank you for the opporlunity to propose on this important set of projects. We have provided an electronic copy (via email) of our scope of services for the projects for your review. We look forward to working with you and your team. Please contact me at (512) 795-3700 x6908 / rob.reid@powe�•eng.com or Lisa Barko Meaux at (281) 765-5507 / lisa.barko@powereng.com with any questions. Sincerely, i � /' �t� � ��z�r C-' ,'� , � % i,tf�'' Rob Reid Project Director Vice President ���'�t��������.�Tr� AUS 146-008 (PROPOSALS) DME (1/18/2013) LD � �d'�i�IPtl���'.� 7600 N Capital of Texas I-Iwy, Suite 320 Austin, TX 78731 USA For more information, please contact Rob Reid, 5'12-795-3700 x6908 www. powereng . com TABLE OF CONTENTS �. POWER ENG/NEERS, /NC, COMPANY OVERV/EW ................................................................... 2 Z, OVERALL PROJECT UNDERSTAND/NG ................................................................................... 6 3. SUBSTATION PROJECT APPROACH ....................................................................................... 6 4, SUBSTAT/ON SCOPE OF SERV/CES,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 7 5. SUBSTAT/ON BUDGET EST/MATES ...................................................................................... �4 6. TRANSM/SS/ON L/NE PRO✓ECT APPROACH �6 7, TRANSM/SS/ON L/NE SCOPE OF SERV/CES ......................................................................... �7 8. TRANSM/SS/ON L/NE BUDGET EST/MATES ......................................................................... 4� ATTACHMENT � RESUME OF ROB R. RE/D ATTACHMENT 2 RESUME OF L/SA BARKO MEAUX ATTACHMENT 3 RESUME OP EM/L Y BEL TS ATTACHMENT 4 RESUME OF DEN/SE W/LL/AMS ATTACHMENT 5 SCHEDULE OF CHARGES 1 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD �, POWER ENG/NEERS, /NC. COMPANY OVERV/EW POWER ENGINEERS AT A GLANCE • Employee owned • 28 offices nationwide • Over 1,500 employees • Began in 1976 CORPORATE OVERVIEW POWER Engineers is a full-service, interdisciplinary environmental consulting �rm of professional engineers, planners and resource specialists offering services in environmental planning; biological and cultural resources; public involvement; visualization, hazardous materials/wastes; water quality and resources; hydrology; Geographic Infortnation Systems; environmental compliance; geoengineering and geosciences and landscape architecture. We have managed a diverse array of projects, from feasibility or permitting to complex multidisciplinary projects spanning multiple states and dozens of jurisdictions. We plan and manage projects for electric delivery systems, renewable power generation, transportation, oil and gas pipelines, and communication and industrial facilities. ENVIRONMENTAL EXPERTISE POWER has focused on providing comprehensive environmental consulting services to clients for over three decades. Our staff consists of industry experts, specializing in the following aspects of environmental services: • Environmental siting and feasibility studies • State regulatory compliance • NEPA compliance • Environmental planning • Biology (wildlife, aquatic and botanical) • Hydrological and wetland studies • Archaeology • Complete resource analysis • Visualization technology • Landscape architecture • GIS and asset management POWER's Environmental Business Unit is housed within the Resource & Asset Management Division and staffed with over 150 environmental professionals, 2 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD ENVIRONMENTAL STAFF BACKGROUND POWER's environmental planners and scientists are leaders in environmental services and have successfully completed inany projects in the Southern and Southwestern United States including numerous recent routing studies and state-level EAs in Texas. The firm has worked closely with numerous federal agencies including the U.S. Forest Service, U.S. Fish and Wildlife Seivice, Corps of Engineers, Bureau of Land Management and state and local agencies in developing more than 150 National Environmental Policy Act (NEPA) compliance documents, management plans and associated permits. We have conducted interagency coordination at varying levels of detail, generally dictated by the involvement and interest of the various agencies (cooperating agencies under NEPA versus other involvement for state-level projects). Interagency coordination has been achieved informally through meetings, open houses or workshops and formally through processes such as joint review procedures. In addition to routing transmission line projects, our environmental staff has also prepared numerous archaeology surveys, Phase I environmental site assessments, due diligence reports, stonn water pollution prevention plans, Section 404 wetland and waters of the U.S. permits, and have been involved in FAA notification, road crossing permits, and permit and agency coordination meetings. POWER's proposed team is very experienced with the requirements of transmission line routing methodology. POWER fully understands the requirements to route, permit, construct and energize new transmission lines in Texas. Our proposed team has extensive experience in preparation of Routing StudyBA's and also with providing written, oral and rebuttal testimony from an expert witness. Mr, Rob Reid joined POWER on August 1, 201 l. Mr. Reid brings his expertise and long history in Texas with successful transmission line projects. Mr. Reid will be the Project Director for Denton Municipal Electric's (DME's) proposed substation and transmission line upgrade projects, his resume is included as Attachment 1 to this proposal. We propose Lisa Meaux as the Project Manager, she and other key POWER resource staff possess direct transmission line experience. These individuals further complement POWER's team and will help expedite DME's substation and transmission line upgrade projects. Lisa Meaux's resume is included as Attachment 2 to this proposal. PUBLIC INVOLVEMENT As a significant component of our work for all environmental planning, permitting, and impact assessment projects, POWER frequently coordinates and facilitates public meetings and workshops. The scope and setup of these meetings are tailored to the needs of each specific project. If planned correctly, public meetings can enhance the understanding of decisions and build trust among stakeholders. We have set up and facilitated public and agency meetings, technical workshops, planning sessions, and draft review meetings. We have organized meeting arrangements, prepared press releases and public announcements, prepared visual presentations and displays for meetings, prepared questionnaires, prepared and sent out scoping statements and newsletters, and have documented the results of comments and input received in detailed scoping reports and surrunaries. AUS 146-008 (PROPOSALS) DME (1/18/2013) LD TESTIMONY Frequently, a utility's application for construction of a new transmission facility requires written and/or verbal expert witness support. This can occur during the course of normal proceedings or in contested cases. Under either circumstance, well-thought-out, well-documented, credible testimony — written or oral — that is presented simply, clearly and accurately is essential for a successful result. POWER's environmental and engineering staff have developed effective strategies and provided successful expert testimony in support of electrical transmission line projects. This has included written support and oral testimony before regulatory agencies and routing committees, at public hearings and meetings, and in civil court proceedings. This testimony has covered both routing and technical issues. Additionally, our staff has worked with clients and their attorneys to prepare briefs, to prepare their staff for public testimony, and to provide the required backup documentation. We have provided these services for multiple clients in several states. If any of DME's proposed transinission line projects require any information to be provided under oath following presentations to the City Council, POWER proposes Rob Reid or Lisa Meaux as the expert witness. Testimony and court-case support are not included in the scope of services for budgetary purposes. ADDITIONAL EXPERTISE POWER also has extensive experience in the following areas and can provide inore information to DME about these additional capabilities if requested. • Visualization/Photo simulation Services for Substation Upgrades (included) • Visualization/Photo simulation Services for Transmission Line Upgrades (not included) • Geoengineering and Geoscience Services (not included) QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) PROCESS POWER was founded on the strong belief that the long-tenn growth and prosperity of a business is directly dependent on conscientious work. Our commitment to quality starts before the design process begins. Our proposal and work plans are the foundation of the quality process. Before projects are initiated, detailed task descriptions and checklists are developed to define project requirements and to provide the environmental team and support personnel with an accurate basis for planning. We use systematic quality assurance and quality control (QA/QC) procedures for documents on all projects. Our QA/QC program objectives include meeting DME's and agencies' requirements, compliance with applicable laws, regulations, policies, and sound technical practices of the disciplines involved. Additionally, client review and approval milestones are built into project schedules to ensure that clients have input and, therefore, receive the products they expect. 4 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD POINTS OF CONTACT Four points of contact are provided below. Mr. Reid will serve as the Project Director and is available to DME to discuss and/or address project needs. Ms. Meaux and Ms. Belts will work closely with Mr. Reid and are available to answer project questions and attend meetings with or in place of Mr. Reid. Ms. Williams is also available if necessary to address project questions or needs. Resumes for Ms. Belts and Ms. Williams are included as Attachments 3 and 4. Rob Reid Project Director (512) 795-3700 x6908 rob.reid @powereng.com Lisa Meaux Project Manager (281)765-5507 lisa.barko @powereng.com Emily Belts Project Mana�er (623) 582-1006 emily.belts C�powereng.com Denise Williams Environmental Planner (281)765-5511 denise.williams @powereng.com AUS I46-008 (PROPOSALS) DME ((/18/2013) LD Z, OVERALL PROJECT UNDERSTAND/NG Denton Municipal Electric (DME) is embarking on a major effort to upgrade its electrical system. Ultimately, DME proposes upgrades/new construction of twelve substations and seven transmission lines (one transmission line, Denton to North Lakes TM, is divided into two different projects). These proposed upgrades/new construction will enhance reliability and address current and future growth in the area. The substation projects include proposed expansions and relocations of existing substations and also completely new substations. The transmission line projects include reconductoring and rebuild/upgrade projects that require easement expansions to meet current standards, reroutes to avoid easement conflicts, and new or partially new lines that require routing studies. We understand that DME is taking a proactive approach to develop and implement a well organized and effective public involvement program to inform and receive input from stakeholders and hopefully to gain public acceptance of these proposed projects. POWER will work closely with DME to tailor the scope and setup of the meetings to enhance the understanding of decisions and build trust among stakeholders. We also understand that DME plans to simultaneously complete the public involvement and permitting process for five substations and three transmission line projects per year, with everything being completed within three years. Our proposal to support DME on these proposed upgrade/new construction projects is divided into two sections: substations and transmission lines. When more detail about DME's upgrade/new construction projects is provided to POWER, DME and POWER will work together to further refine the work scopes and budgets as necessary and appropriate. 3, S[/BSTAT/ON PROJECT APPROACH Our goal is to conduct an objective alternative substation siting study far each of the substation projects proposed by DME, Depending on the project, whether it is an expansion of an existing station, relocation of an existing station, or a brand new station, the scope of work will vary accordingly but overall will be very similar in nature. For new substations and substations requiring expansion, the evaluation methodology will be documented and consider factors such as community values/input, recreational and park areas, historical and aesthetic values, and environmental integrity, as well as engineering, reliability, cost and maintenance factors. POWER will assist DME with the selection and evaluation of up to three alternative sites for each of the new substation projects. 6 AUS 146-008 (PROPOSALS) DME (Ul8/2013) LD 4. SUBSTAT/ON SCOPE OF SERV/CES This scope of services presents POWER's approach to the list of tasks and services that we propose to provide to DME for the substation projects. Services include meetings/coordination with DME, an initial site visit, alternative substation site/expansion option selection, photo-simulations of the alternative substation sites/expansion options, data collection for existing conditions, public input, alternative site/expansion options evaluation, and preparation of a brief report presenting the study results for each of the substation projects. For DME's substation expansion projects, POWER will evaluate different expansion option footprints that would accommodate the existing station facilities and the proposed upgrades driving the expansion. DME's proposed substation projects are listed below in order of current priority to DME; however, this order is subject to change. POWER has already submitted proposals on three of the new DME substation projects, the new Substation proposed near Audra and Loop 288 (No. 1 below), the new Substation south of McKinney Street (No. 2 below), and the new Substation proposed near UNT (No. 4 below) as part of the Hickory to Locust Transmission Line project. DME Proposed Substation Sites/Expansion Projects 1. New Substation near Audra and Loop 288 - New substation to serve east Denton and to provide a location for intertie to transmission lines, (6-12 acres plus road) - 2013. IN PROGRESS 2. New Substation South of McKinney Street - New substation to serve the east-central areas of Denton, (7 acres) - 2013. lN PROGRESS 3. Kings Row Substation - Relocation and upgrade of existing substation to accommodate the new transmission line, (4 acres) - 2014. NOT INCLUDED/COMPLETE 4. New Substation near UNT - New substation to serve UNT and south-central Denton. (2.5 acres) - 2014. IN PROGRESS WITH THE H/CKORY TO LOCUST TRANSMISS/ON LINE 5. New Switch Station Northwest - New switch station to interconnect a new ONCOR line with TMPA lines for increased reliability and to provide a location for a future distribution station, (5 acres) - 2015. 6. New Substation North of Loop 288 - New substation to serve north Denton, (4.5 acres) - 2014. 7. Locust Substation Expansion - Additional adjacent property to reconstruct the existing station to meet 138kV requirements, (4-5 acres) - 2015. 8. North Lakes Substation Expansion - Additional adjacent property to reconstruct the existing station to meet 138kV requirements, (4 acres) - 2014. 9. New Southwest Substation - New substation to serve growth in southwest Denton, (5 acres) - 2016. 10. Fort Worth Substation Expansion - Additional adjacent property to expand the existing station to serve growth in south Denton, (1 acre) - 2015. 11. New Substation Northwest of Spencer & Loop 288 -New substation to serve growth along Loop 288 and east Denton, (4 acres) - 2017. 12. New Substation Southeast of Spencer & Loop 288 - New substation to serve southeast Denton and provide a location for interconnection of transmission lines, (4.5 acres) - 2016. 13. Hickory Substation (Relocation), (4-6 acres) - 2015. 14. New Substation North of Spencer Interchange, (6-8 acres) - 2015. 15. Arco Substation Replacement (TMPA), (10 acres) - 2014. 7 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD SUBSTAT/ON TASK OIJTL/NE Task 0 Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Project Management Initial Meeting/Coordination/Site Visits Alternative Substation Site/Expansion Option Selection Existing Conditions and Information/Data Collection Substation Visualization Public Input Meetings and Presentations Alternative Substation Site / Expansion Option Evaluation Study Report Optional Task 8 Substation Visualization Optional Subtask 8.1 Work Product Descriptions 8.2 Deliverables 8.3 Scope 8.4 Assumptions Task O Project Management Our objective is to provide services to DME that will best facilitate acceptance of the proposed substation projects by the public, the Public Utilities Board, and the review and approval process befare the Denton City Council. To do this we will strive to meet DME's schedule, budget and technical quality requirements for the project, while coordinating closely with DME on the public involvement program and process. Project Supervision. Our project team is presented in this proposal. We have also established methods for supervising and coordinating project participants. Project Control. To provide project accounting and manage the project budget, POWER uses the following control tools to track the project's progress at all times: • Project scope of services • Change order/work scope variance documentation • Internal weekly financial reporting • Project control functional matrix/weekly checklist Schedule. POWER will create and maintain a milestone schedule for each substation project. This project schedule will be updated monthly. We will create a detailed schedule rolled up by months that will become the actual schedule after further development at the project kick-off ineeting. Status Reporting. POWER recommends monthly or more frequent project status meetings with DME. We have successfully used WebEx to host project meetings and propose this as an option on this project. POWER's Project Director and/or another team member can also attend the meetings in person as AUS 146-008 (PROPOSALS) DME (1/18/2013) LD required by DME. The type of ineeting will depend on the project needs or DME's Project Director's preference. Quality Program. We will follow a stringent quality program throughout the duration of each project to provide high-quality deliverables. The quality program will be based on our established program, which uses checklists to verify that deliverables ineet established standards. Task � /nitia/ Meeting/Coordination/Site Visits For budgeting purposes we have assumed that two POWER staff will attend a project kick- off/coordination meeting in DME's offices and perfonn an initial site visit. We understand and encourage, if appropriate, that some kick-off ineetings and site visits be combined to save DME time and money. At the project kick-off ineetings, we will meet with DME to review project goals, establish lines of communication, document procedures and protocols, finalize the scope of services, budget, and schedule, and verify roles and responsibilities. The meeting will also allow DME and POWER to establish the finalized work plan for each substation project. Existing conditions and preliininary alternative substation sites will be investigated during the site visits. Based on the initial site visit, POWER will prepare a list of preliminary substation site evaluation criteria. The evaluation criteria will be finalized with input from DME. Task 2 A/ternative Substation Site/Expansion Option Se%ction Following the initial site visit, POWER will coordinate with DME to select up to three alternative sites to be evaluated in detail for each of the new planned substations. Selection factors will include but not be lirnited to existing development/conditions, proximity to applicable transmission and distribution facilities, substation site access, potential substation screening, cost factors, and future maintenance considerations. For expansion projects, if appropriate and if flexibility exists at the current station location, different expansion directions and facility (equipment, control house, etc.) layouts will be evaluated and applicable selection factors, previously listed, will be considered. A base map will be developed to overlay the station footprint(s) for visual comparison. Task 3 Existing Conditions and /nformation/Data Co/%ction We will obtain linear facility data such as existing transmission lines, major water/wastewater lines, and gas pipelines in GIS or CAD format from DME and other readily available sources. POWER will acquire and review existing and readily available data from sources such as the Texas Historical Commission (THC), State Historic Preservation Office (SHPO), Denton County, City of Denton, U.S. Fish and Wildlife Service (USFWS), U.S. Army Corps of Engineers (USACE), Texas Parks and Wildlife Department (TPWD), Texas Natural Diversity Database (TXNDD), Texas Commission on Environmental Quality (TCEQ), City of Denton comprehensive plans, and other library sources such as 9 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD published and unpublished reports. No formal or written agency contact is anticipated to be necessary for the substation projects. We will conduct a high-level literature review and recards search for identified cultural resources in the vicinity of alternative substation sites. We will prepare resource information and a database specific to each alternative substation site and prepare graphical and written analysis of existing resources. Task 4 Substation Visua/ization POWER will develop photo simulations for each of the proposed substation projects (new and expansion). The estimated cost for one photo simulation is included in this proposal. Photo simulations for additional alternative substation sites or expansion alternatives are included in the budget as an optional task, these assume the same substation design. The simulations will demonstrate the proposed project and DMEs commitment to protecting the aesthetic environment by using screening techniques around the proposed substations. As part of the process, POWER will coordinate with DME for screening wall treatment and landscaping to be incorporated into the final photo simulations. The photo simulations will be developed as print-ready graphics, delivered eia electronic media or full color plot/print Each photo simulation will be formatted with the project name, location, DME Logo, supplemental notes, and photo information. Photo simulation tasks include on-site photo collection, selection of wall treatment and landscape plans, 3D development, rendering, Photoshop editing, and board development. POWER assumes one (1) photo per simulation will be used. If a panoramic simulation is required, eight (8) hours for each additional photo used will be needed. TasK 5 Pub/ic /nput Meetings and Presentations POWER will assist DME in hosting one public input meeting for each of the new proposed substations as well one for each of the substation expansion projects. The meetings are intended to solicit information from the public that will be evaluated, su�nmarized and incorporated into the study report as appropriate. POWER assumes that POWER and DME will analyze the input received from the public meetings. A total of one public input meeting has been assumed for budgetary purposes. For the new substations and the substations requiring expansion, POWER will develop and provide one (1) public involvement exhibit of the alternative substation sites or the expansion options overlain on large-scale aerial photographs (1 inch = 1,000 feet or less) for the public open house meetings. The map will depict the environmental and land use constraints that were identified and utilized during the study and will clearly identify each alternative station site or expansion option if more than one option is feasible. It is assumed DME will provide recent aerial imagery and arrange for meeting facilities and coordinate the public meetings. POWER will also assist DME with attending a total of two presentations/meetings with the Public Utilities Board and/or the Denton City Council. The presentations/meetings will be held at various times throughout the course of the project and are intended to explain the need and approach to the project, POWER's role in the project, and answer any questions about the project. Depending on the timing of each of these presentations, some of the graphics and exhibits used at the public open house meetings can be used at the presentations, while some new graphics and exhibits could be needed. A total of two presentation meetings have been assumed for budgetary purposes. 10 AUS 146-008 (PROPOSALS) DME (1 /18/2013) LD Task 6 A/ternative Substation Site/Expansion Option Eva/uation For this task, we will develop the impact assessment methodology and assess potential impacts of the alternative sites or proposed expansion for each substation project, including both the positive and negative, on the environmental and land use resources. We will organize the findings into impact tables and matrices. Summaries of potential impacts will be tabulated in a table by individual alternative site or expansion direction/layout. POWER will summarize the interdisciplinary impacts for each of the alternative substation sites or expansion options, and compare their potential impacts. To accomplish this, the POWER team, comprised of different discipline leads, will independently review the data summarized for each alternative site or expansion options. After the review, the team will meet as a group and determine the relative importance of each group of criteria in the natural, human and cultural resource categories. We will document the alternative substation site/expansion option comparison for the appropriate section of the Study Report, and we will analyze and compare the alternative substation sites/expansion options, summarizing baseline environmental/land use data and potential impacts. Task 7 Study Report We will prepare a brief Study Report for each of the substation projects that documents the alternative substation site selection process for the new and expanding substations, describes existing resources in the vicinity of the alternative substation sites, and discuss potential impacts and potential mitigation ineasures. The draft documents will be provided to DME for review and comment prior to finalization. For costing purposes, POWER will provide three copies of the draft Study Reports and ten copies of the final reports. The Study Report, prepared by POWER, and its evaluation of the alternative sites, will allow DME to present the substation sites and expansion options to the Public Utilities Board and the Denton City Council that provide a reasonable balance with regards to potential impacts on the community and general public, the environment, historic sites, service reliability, and prudent engineering and construction. Optiona/ Task 8 Substation Visua/ization OPTIONAL SUBTASK 8.1 WORK PRODUCT DESCR/PTIONS POWER has developed an optional scope of services for visualization products associated with the substation projects. Photo simulations are already included in the substation scope of services (Task 4). Optional Product 1— Substation Animations (Optional and Additional): POWER will develop an animation at one of the proposed site locations demonstrating the proposed substation and screening techniques. Optional Product 2— Project Video (Optional and Additional): POWER will develop a project video, describing the proposed substation project. (See optional Subtask 8.3 for details.) 11 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD OPTIONAL SUBTASK 8.2 DEL/VERABLES Optional Product 1— Substation Animation (Optional and Additional): POWER will work closely with DME to develop an animation of the proposed substation layout at one of the proposed site locations. The video will consist of up to three (3) virtual camera paths that will help demonstrate the proposed substation layout as well as the screening techniques that are going to be used. 3D modeling will include the substation, screening wall, vegetation, and contextual information of up to 100' surrounding the proposed substation, All the aniinations will be compiled into one video for playback. Optional Product 2— Project Video (Optional and Additional): POWER will develop a narrated project video to use during the public outreach and education process. It will be important to maintain a consistent project message throughout the life of the project. A video is an excellent tool to establish consistency, while reaching a large audience. The video will describe the following: Purpose and Need — Why the project is needed Project Locations — Focusing on the Denton area, showing the three possible substation locations and demonstrating the following at each location: o Existing Conditions — Opportunities and constraints, issues, adjacent land uses and other significantfeatures. o Proposed Project — Graphically identify proposed project location and transition to previously completed photo simulation. Closing — Ending statements (i.e., " Denton Municipal Electric is committed to serving its customers, and values your opinion. Please contact....." "Thank you") OPTIONAL SUBTASK 8.3 SCOPE The following are the hours associated with the visualization products: Optional Product 1- Substation Animation (Optional and Additional): POWER will work closely with DME to develop an animation of the proposed substation layout at one of the proposed site locations. The video will consist of up to three (3) virtual camera paths that will help demonstrate the proposed substation layout. 3D information will include the substation, screening wall, vegetation, and contextual information of up to 100' surrounding the proposed substation. • Taslc: 3D Development - 35 hours o POWER will develop 3D contextual infonnation of the chosen site up to 100' surrounding the proposed substation location. This will include pavement, sidewalks, curb, gutter, and landscaping. o Time allotted for this task is assuming the proposed substation model has been completed from Product 1. • Task: Materials and Lighting — 20 hours o POWER will develop realistic materials far a113D information, and a daylight system will be calculated for use in the animation. • Taslc: Camera Path Development — 20 hours o POWER will develop up to 3 camera paths, including a 360 degree path around the substation to better demonstrate the layout of the proposed substation. Task: Video Editing —15 hours o POWER will edit all three animations to play seamlessly in one video. 12 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD Product 1 Total - 90 hours Optional Product 2— Project Video (Optional and Additional): POWER will develop an overall project video that identifies the project location, the purpose and need and proposed actions of the project (3-5 ininutes in length). POWER will work closely with DME to develop a video outline of the project before technical work begins. The video outline ensures a smooth workflow and meaningful project. • Task: Script Development - 30 hours o Script development and coordination with DME. o Voice Over Talent - $300.00 • Task: 3D Modeling — 80 hours o POWER will model all information within one (1) block of each of the proposed site locations. This will include pavement, sidewalks, curb, gutter, and landscaping. • Task: Animation — 50 hours o Using 3D Software, POWER will develop animation paths and final sequences for inclusion into the video. DME will review and approve the video in draft format before final delivery. • Task: Video Editing — 50 hours o Combining the animations, narration and titling into one full length video. Final format to be determined. Product 2 Total - 210 hours OPTIONAL SUBTASK 8.4 ASSUMPTIONS • A112D data will be available from DME and will not require additional aerial survey, LiDAR, or photogrammetric collection. • Substation layout will be provided by DME. • Wall treatment and landscape plan will be provided by DME. • Changes to design, layout, animation sequences, or other visualization information after client's approval will be billed on a time and material basis. • Lodging, Airfare and travel to and from the site will be reimbursed by DME. 13 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD 5, SUBSTA T/ON BUDGET EST/MA TE POWER has developed the following budget range estimates for DME's substation projects. These estimates are based on our current understanding of DME's planned substation projects. Our budget estimate is based on the information presented in the scope of services and is subject to change once mare detail is understood about each substation project. If projects occur concurrently and some tasks are combined, costs may be reduced (i.e. the initial kickoff ineeting, site visits, data collection, and base map development. Two tables are provided; the first table summarizes our proposed time-and-materials budget range for each substation project task. The second table provides a proposed budget for each specific substation project. These estimates are subject to further refinement by DME and POWER. 14 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD The schedule of charges will be in accordance with the current rate sheet included in the Professional Services Agreement, Attachment 5. Mileage and travel expenses, materials or office supplies, copy charges, and document production are included in our budget and in the scope of services. 15 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD 6, TR.4NSM/SS/ON L/NE PROJECT APPROACH The purpose of a routing study is to develop a network of "practical" transmission line alternative routes in the project study area and to prepare a credible routing study document. Our approach and documentation in the Routing StudyBA is intended to fulfill all project requirements for a route location study. Our goal is to provide focused data gathering and the mapping of sensitive land use and environmental resources to capture the relevant issues for routing the transmission line. POWER will utilize a systematic approach to collect and document resource information and to apply criteria to assess the level of sensitivity for each resource. This systematic approach will be detailed in our final Routing Study/EA and will establish the process required to make the alternative routes and their evaluation defensible. POWER will conduct the environmental assessment and alternative route analysis in accordance with POWER and DME's methodology and general criteria used on similar projects in Texas in the past. The �rst stage of our routing process is to identify and refine the study area. The study area map will define the area that will contain all reasonable routing alternatives. The logic of boundaries will be discussed with DME during the project kick-off ineeting and documented in the Routing Study/EA. Once the study area is established, our team will collect data pertaining to land use, biological, cultural, and other resources. We will compile information through a variety of different sources including agency letters and contacts, initial field reconnaissance, and existing resource data, reports, and mapping. Our team will then assess sensitivity levels of each resource by considering potential direct and indirect iinpacts associated with the construction, operation, and maintenance of the proposed line. Subsequent to generating the resource maps, our GIS team will create a composite constraints map that includes infonnation from all resource maps (e.g., habitable structures, historic buildings, etc.) and represents the constraints and opportunities for identifying opportunity areas for the new transmission line. We will then identify the preliminary alternative route segments based on an analysis of the potential opportunities and constraints for line siting. The project preliminary segments/routes will be presented at one public meeting and public input will be collected. After the public input is considered and the public input analysis is complete, modifications may be necessary to the preliminary segments/routes. A set of primary alternative routes will be detennined and the detailed data collected will provide the baseline by which potential impacts will be identified, and appropriate mitigation measures will be recommended. We will develop the impact assessment methodology and an impact assessment methodology for each resource based on sensitivity, quality, quantity, and impact duration. Comparative data will be assembled for each primary alternative route and evaluated with evaluation criteria. POWER will then prepare a Routing Study/EA that documents the following: • The transmission line routing process, including constraints and opportunities identification, and development of the preliminary alternative route segments; • Types of land use and environmental issues that will likely be the focus of the impact assessinent and any mitigation planning; • Results of the Public Meeting; • Rationale for selection of the primary alternative routes; and • Detailed land use and environmental data analysis for the primary alternative routes. 16 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD 7, TRANSM/SS/ON L/NE SCOPE OF SERV/CES This scope of services presents POWER's approach to the list of tasks, services and deliverables that we propose to provide to DME on the transmission line projects. The services included are the typical tasks required to prepare a Routing Study and Environmental Assessment (Routing Study/EA). These tasks include data acquisition and analysis, support staff for public meetings, and coordination and preparation of the Routing Study/EA. DME's proposed transmission line projects are listed below. At this time, according to DME, only six of the lines need to be considered (Nos. 3, 4a, 4b, 5, 6, and 7 in bold below). POWER has submitted a proposal for and is currently working with DME on the Hickory to Locust Transmission (T'M) Line (No. 6 below). DME Transmission Line Locations Requiring Land Action 1. Woodrow to Kings Row TM Line — Rebuild transmission line to replace aging structures and increase capacity. TM Line rerouted to avoid easement conflicts. COMPLETE 2. Kings Row to Denton North TM Line — Rebuild transmission line to replace aging structures. TM Line rerouted to avoid easement conflicts. NEARLY COMPLETE 3. Pockrus to Spencer Interchange - Build new transmission line to increase capacity and reliability. 4a. Denton North to North Lakes TM Line — Reconductor 1.25 mi. of transmission line to increase capacity. Expand easements to current standards. 4b. Denton Narth to North Lakes TM Line - Rebuild 1 mile of transmission line to replace aging structures and increase capacity. Expand easements to current standards. 5. North Lakes to Bonnie Brae TM Line — Rebuild transmission line to replace aging structures and increase capacity. Expand easements to current standards. 6. Hickary to Locust TM Line - Rebuild transmission line to replace aging structures and increase capacity. Expanding easements to current standards may require TM line to be rerouted. (Contract for routing study approved August 7, 2012.) IN PROGRESS 7. Locust to Spencer TM Line — Reconductor transmission line to increase capacity. Expand easements to current standards. DME has indicated that only two of the listed projects are known to require routing studies at this time, the Hickory to Locust and Pockrus to Spencer Interchange projects. As mentioned previously, POWER is currently working with DME on the Hickory to Locust TM Line. The other four upgrade projects that POWER has been requested to consider (Nos. 4a, 4b, 5 and 7) are reconductoring or rebuild projects that also require expansion of existing easements to meet current standards. The scope for these four projects would be similar in scope to projects requiring routing studies because of the need to develop and present alternative routes to the public, the PUB, and/or City of Denton City Council. With that explanation, it is the intent of our proposed scope of services to: • Define the scope of work so you know exactly what we intend to do. • List areas of responsibility. • List the deliverables that you will receive. • Lists the assumptions that we have made. • Identify key project concerns and our proposed solutions. • Serve as a ready-made project control system and the fundamental requirement for quality control when the project begins. • Become the foundation for project scheduling and budgeting throughout the project life. 17 AUS 146-008 (PROPOSALS) DME ( l/18/2013) LD TRANSM/SS/ON L/NE TASK OUTL/NE Task 0 Task 1 Subtask 1.1 1.2 1.3 1.4 1.5 Project Management Project Startup Project Kick-Off Meeting Aerial Photography Initial Field Reconnaissance Finalize Study Area & Base Map Finalize Evaluation Criteria Task 2 Alternatives Development Subtask 2.1 Collect Existing Data 2.2 Initial Agency Contact 2.3 Composite Opportunities & Constraints Map 2.4 Identify Preliminary Alternative Route Segments 2.5 Preliminary Alternative Route Segment Review Task 3 Subtask 3.1 3.2 3.3 3.4 3.5 3.6 3.7 Task 4 Subtask 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 Public Open House Meetings and Presentations Public Open House Meeting Graphics and Exhibits Public Open House Meeting Attendance Public Open House Meeting Analysis Presentation Graphics and Exhibits Presentation/Meeting Attendance Presentation/Meeting Analysis Primary Alternative Routes Routing Study/EA Preparation Data Refinement Impact Assessment and Mitigation Planning Primary Alternative Route Comparison Habitable Structure Inventory Project Description Draft Routing Study/EA DME Review & Comments Review Meeting Final Routing Study/EA 18 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD Task O Project Management Our objective is to provide services to DME that will best facilitate the Routing Study/EA review and approval process before the Public Utilities Board and the Denton City Council. To do this we will strive to meet DME's schedule, budget and technical quality requirements for the project, while coordinating closely with DME on the Routing Study/EA, agency coordination, and the public involvement process. Project Supervision. Our project team is presented in this proposal. We have also established methods for supervising and coordinating project participants. Project Control. To provide project accounting and manage the project budget, POWER uses the following control tools to track the project's progress at all times: • Project scope of services • Change order/work scope variance documentation • Internal weekly financial reporting • Project control functional matrix/weekly checklist Schedule. POWER will create and maintain a milestone schedule for each transmission line project. This project schedule will be updated monthly. We will create a detailed schedule rolled up by months that will become the actual schedule after further develop�nent at the project kick-off ineeting. Status Reporting. POWER recommends monthly or more frequent project status meetings with DME. We have successfully used WebEx to host project meetings and propose this as an option on this project. POWER's Project Director and/or another team member can also attend the meetings in person as required by DME. The type of ineeting will depend on the project needs or DME's Project Director's ' preference. Quality Program. We will follow a stringent quality program throughout the duration of each project to provide high-quality deliverables. The quality program will be based on our established program, which uses checklists to verify that deliverables meet established standards. 19 AUS 146-008 (P20POSALS) DME (I/18/2013) LD Tas/r � Project Startup Our goal for the project startup task is to build and assemble the baseline data that will establish the physical parameters for the environmental assessment and Routing Study/EA. We will utilize aerial photography to identify and iinalize the study area boundary, which will establish the area within which we will collect data. POWER will document the logic of the boundaries for inclusion into the EA. SUBTASK 1.1 PROJECT KICK-OFF MEETING Responsibility: POWER/DME Deliverable(s): • Preliminary Study Area Boundary • Documented Logic of Study Area Boundary • Preliminary Evaluation Criteria At the project kick-off ineeting, we will meet with DME to review project goals, establish lines of communication, document procedures and protocols, finalize the scope of services, budget, and schedule, and verify roles and responsibilities. The meeting will also a11ow DME and POWER to establish the finalized work plan. At the kick-off ineeting we will present a preliminary study area boundary. With input from DME, we will jointly determine the boundaries of the study area within which the Routing Study/EA will be perfonned. Development of the study area boundary is further discussed in Subtask 1.4. A preliminary list of evaluation criteria will be presented to DME at the kick-off ineeting. The evaluation criteria will reflect accepted practices for the routing of transmission lines. Development and refinement of the evaluation criteria is further discussed in Subtask 1.5. Assumption(s): • Project Director and one other team member will attend the kick-off ineeting in DME's office. SUBTASK 1.2 AERIAL PHOTOGRAPHY Responsibility: DME/POWER Deliverable(s): • Rectified Color Digital Aerial Imagery of the Entire Study Area DME will provide POWER with recti�ed color digital aerial imagery of the entire study area. This source of photography will provide the accuracy and resolution needed to reasonably identify habitable structures and other relevant routing information for the Routing Study/EA. This imagery will also provide the resolution required for high-quality inapping products required in other parts of the Routing Study/EA. POWER will obtain readily available aerial imagery if DME does not have recent aerial imagery for this project. POWER and DME will review the quality of the readily available imagery (i.e. level of accuracy, date flown, resolution, etc.) and agree on what iinagery will be used. 20 AUS 146-008 (PROPOSALS) DME (U18/2013) LD Assumption(s): • DME will provide the rectified color digital aerial imagery of the entire study area that will be useful for producing clear prints. • The rectified aerial photography will facilitate identification of various land use categories, linear facilities, vegetation coverage, and habitable structures. • The rectified aerial photography will facilitate identification of habitable structures within 300 feet of the centerline of proposed transmission line alternatives. • Costs for aerial iinagery are not included in this proposal. SUBTASK 1.3 INITIAL FIELD RECONNAISSANCE Responsibility: POWER Deliverable(s): • Field Notes and Summary of Initial Field Reconnaissance POWER will make field observations of the study area to become familiar with the local project area, identify opportunity areas, examine existing lines and adjacent land uses, and identify other natural features. This initial trip will identify technical or environmental challenges and note other sensitive features or conditions that may affect the preliminary study area boundary and evaluation criteria, environmental permitting, design, construction or right of way acquisition. Assumption(s): • One day field trip for two team members from POWER including travel time. SUBTASK 1.4 FINALIZE STUDY AREA & BASE MAP Responsibility: POWER/DME Deliverable(s): • Finalized Study Area Boundary and Base Map • Documented Logic of Study Area Boundary We will prepare a study area base map for review by DME at the kick off ineeting. The final base map will include utilities, transportation (roads, railroads, etc.), and existing linear features, in addition to neighbarhood development boundaries, topography, and hydrography. We will base the study area boundary on the endpoints for the transmission line provided by DME, and a map analysis of the physical, major land use and topographic constraints that would define "reasonable" transmission line alternatives. Assumption(s): • The study area will be finalized via digital files and telephone conference. • Existing digital map data and scale will be acceptable. • Existing utility location infor�nation will be provided by DME. 21 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD SUBTASK 1.5 FINALIZE EVALUATION CRITERIA Responsibility: POWER/DME Deliverable(s): • Finalized evaluation criteria Based on the initial field reconnaissance, POWER will review and �nodify, if necessary, the preliminary evaluation criteria identified in Subtask 1.1. The evaluation criteria will be finalized with input from DME. Assumption(s): • DME will provide input on the final evaluation criteria. 22 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD Task 2 A/ternatives Deve%pment Our objective is to conduct an objective alternative routing study. The routing methodology will be documented and consider factors such as community values, recreational and park areas, historical and aesthetic values, and environmental integrity. The EA will include study area identification and refineinent, collection of existing environmental data, field reconnaissance from public viewpoints, and constraint identification and mapping. It will also explore land use and environmental issues that will likely be the focus of the impact assessment and any mitigation planning. SUBTASK 2.1 COLLECT EXISTING DATA Responsibility: POWER Deliverable(s): • Resource Inventory o Land Use o Cultural Resources o Biological Resources o Wetlands and Water Resources o Visual Resources o Physiography/Geohazards • Supporting Database for Resource Inventory • Preliminary Documentation for EA POWER will acquire and review existing and readily available data from secondary sources such as the Texas Historical Commission (THC), State Historic Preservation Office (SHPO), Denton County, City of Denton, U.S. Fish and Wildlife Service (USFWS), U.S. Army Corps of Engineers (USACE), Texas Parks and Wildlife Department (TPWD), Texas Natural Diversity Database (TXNDD), Texas Commission on Environmental Quality (TCEQ), and other library sources such as published and unpublished reports. We will obtain linear facility data such as existing transmission lines, major water/wastewater lines, and gas pipelines in GIS or CAD format from DME and other readily available sources. We will prepare resource information and a database specific to the study area and prepare graphical and written analysis of existing resources. We will conduct a high-level literature review and records search for identified cultural resources within the study area. We will begin preparing the EA sections documenting the current status of the existing land use and environmental resources to be evaluated in the study. The EA will include information on the following resources: Land Use • Residential and Commercial Concentrations — POWER will obtain and map developed and developing areas using recent aerial photography. Refer to Subtask 4.4 for a description of the detailed Habitable Structures Map and inventory. • Electronic installations. All Federal Aviation Administration listed airports/airstrips within 20,000 feet and heliports within 5,000 feet of any potential alternative route, including those outside of the study area boundary. All agricultural lands including pasture ar croplands irrigated by traveling irrigation systeins. 23 AUS 146-008 (PROPOSALS) DME (Il18/2013) LD • Obtain and review Denton County and City of Denton comprehensive plans, as needed. • Parks, recreation, and preservation areas: o Collect data from TPWD and other agencies for parks and designated wildlife management areas or other special management areas. o Map state or local parks, monuments and trails, developed recreation areas, etc. • Linear facilities, public facilities, and utilities. • Review existing data files and update as readily available through existing sources, and map and document into EA. This would include pipelines, roads, existing transmission lines, and other linear features. • Conduct a field review of current land uses along the proposed alternatives to supplement aerial photography interpretation. Cultural Resources • Power will provide qualiiied and experienced professional cultural resource staff to identify cultural resource constraints within the study area and evaluate 138kV transmission line routing alternatives within the framework of POWER's overall project planning process. POWER's cultural resource identiiication and evaluation efforts will begin with collection and review of officially recorded cultural resource sites data on file with the Texas Historical Commission as well as Denton County and the City of Denton. The records check will identify all recorded historic sites within the project Study Area, including historic-age buildings, districts, structures and objects, as well as historically designated cemeteries using a variety of hard-copy and internet sources. Given that the City of Denton and Denton County have active historic preservation programs, POWER's cultural resources staff will also contact official representatives from those programs to idenrify any additionally recognized, but not yet listed, cultural resource sensitivity areas within the Study Area. The identified cultural resource locations will be assembled into POWER's environmental and cultural resource database for later use in analysis of alternative project routes. • POWER will supplement the cultural resource records review by conducting a brief windshield reconnaissance of the study area to confirm recorded historic site locations and district boundaries. The windshield reconnaissance also will include reconnaissance-level mapping and sample photographs of additional properties and neighborhoods that appear to be of sufficient historic-age and historical integrity to warrant inclusion in POWER's alternative route analysis. POWER's cultural resources staff will also take photographs and prepare field notes to document incompatible and non-historic alterations that detract from the integrity of setting and feeling of historic cultural resources in the Study Area. • POWER's cultural resource staff will use the results of the records review and windshield reconnaissance to develop a brief written summary of relevant historical and cultural constraints within the Study Area for inclusion in POWER's planning and route analysis document for the project. A complete list of recorded historic and cultural properties as well as other historic-age resources identified during the windshield reconnaissance will be presented in a tabular format along with maps of their locations. The written summary may also include sample photos to illustrate existing conditions in and around identified historic sites. Biological Resources • Collect any known threatened and endangered species and habitat infonnation from sources such as TPWD and USFWS, or other sources that may have available data. • Docuinent existing native vegetation and any high-quality riparian and wetland habitats present, etc. 24 AUS 146-008 (PROPOSALS) DME (Ul8/2013) LD Wetlands and Water Resources • Evaluate maps and existing agency data, including surface waters, wetlands (using U.S. Department of Interior National Wetland Inventory (NWI) maps or other existing data sources), riparian systems, and streams. Visual Resources • Identify residential concentrations, parks, cemeteries, and designated scenic streets/highways. Physio -rg,_aphv/Geohazards • Identify soils within the study area. • Identify geohazards, such as faults, liquefaction, slumping or other unstable areas. • Agricultural lands (refer to land use). Assumption(s): • One day field trip for two team members from POWER including travel time. • No field surveys or biological surveys to acquire data will be conducted in this task. • County soil surveys and internet resources will be used for soils identification within the study area. • Cultural resource records search would include THC records. • Data collected will be used for constraints and opportunities mapping (Subtask 2.3). SUBTASK 2.2 INITIAL AGENCY CONTACT Responsibility: POWER Deliverable(s): • Proposed Agency/Contact List • Agency/Contact Letters In this subtask we will develop a proposed list for the initial agency/contact letters for input about the study area. The list will include federal, state and local agencies which have jurisdiction, special interest or may have speciiic input related to the proposed project. Our proposed agency/contact list is anticipated to include: • Judge and Commissioners of Denton County • City of Denton officials • Planning Departments of Denton County and the City of Denton • Railroad Commission of Texas • Economic Bureau of Geology • Texas Department of Transportation o Headquarters and District Ofiice • Texas Department of Transportation — Aviation • Texas Parks and Wildlife Department • Texas General Land Of�ce • Texas Commission of Environmental Quality • Texas Historical Commission • Texas Water Development Board • U.S. Fish and Wildlife Service 25 AUS 146-008 (PROPOSALS) DME (U18/2013) LD • U.S. Army Corps of Engineers • Federal Aviation Administration • Federal Emergency Management Agency • Natural Resource Conservation Service DME and POWER will review the proposed agency/contact lists for completeness and accuracy. POWER will draft an initial agency/contact letters for DME to review. The letter will inform the agencies/contacts of the proposed project to solicit their input in the beginning stage of data collection. The contact letters may generate requests for or determine that a meeting is necessary with various agencies or other groups to gather information needed to identify constraint areas to aid in identification of the preliminary transmission line segments. Meetings may also be required to identify permitting/licensing requirements for construction of the transmission line. If required, these meetings will be coordinated with input from DME. Authorized contact and correspondence between POWER and the public and/or local officials, or state or federal agency personnel will be properly documented for future reference as required. Assumption(s): • Agency/contact lists and letters will be finalized via telephone and e-mail. • DME will provide and deliver letters to local ofiicials. • Agency/contact letters will be mailed via regular U.S. mail. • Agency meetings are not included in this scope or budget. SUBTASK 2.3 COMPOSITE OPPORTUNITIES & CONSTRAINTS MAP Responsibility: POWER Deliverable(s): • Composite Opportunities and Constraints Map This task coinbines the individual resource information (land. use, biological resources, water and wetland resources, and physiography/geohazards) collected in Subtask 2.1 to produce a composite GIS map. The composite map will illustrate constraints to and opportunities for routing the transmission line within the study area. Linear features such as compatible rights of way, any vacant positions on existing multiple circuit lines, property lines, streets, or other natural or cultural features will represent some of the routing opporiunities far further analysis. Areas or features highly sensitive to disturbance from the construction, operation and maintenance of the transmission line will represent the greatest potential constraints, or potentially significant changes to the natural, cultural or human environment. Assumption(s): • A single composite map will be produced combining the constraints and opportunities. 26 AUS 146-008 (PROPOSALS) DME (1/l8/2013) LD SUBTASK 2.� IDENTIFY PRELIMINARY ALTERNATIVE ROUTE SEGMENTS Responsibility: POWER Deliverable(s): • Preliminary Alternative Route Segments Map We will use the data gathered in Subtasks 2.1 and 2.2 and analyzed in Subtask 2.3 to identify opportunity areas for the proposed line. Within the opportunity areas we will identify preliininary alternative route seginents for the proposed transmission line. Areas or features that are highly sensitive to disturbance from construction, operation and maintenance of the transinission line will represent the greatest constraints. Disturbance of these features could potentially result in significant changes to the natural, human or cultural environment. Areas exhibiting minimal sensitivity generally indicate opportunities for siting. These opportunities occur where impacts can be reduced or minimized. We will locate the preliminary alternative route segments to: • Where possible: utilize existing compatible rights of way (including vacant positions); and parallel existing compatible rights of way; parallel property lines or other natural or cultural features. • Minimize impacts to existing land use. • Maximize the use of existing access. • Minimize clearing requirements. • Facilitate efficient and cost-effective transmission line design. • Provide adequate space for angles and dead-end structures, as appropriate. POWER's environmental staff will identify possible alternative route segments that provide for geographically diverse and feasible transmission line routes. POWER will prepare a preliminary alternative route segments map. On the map, we will identify preliminary alternative route segments by comparing areas of constraints with the location of opportunity areas. GIS will be the primary tool to perform this analysis, taking into account the sensitivity criteria previously developed, and review by the multidisciplinary team. We will identify the preliminary alternative route segments for review by DME and for iield reconnaissance. We will prepare a section for the Routing StudyBA documenting constraints, opportunities and development of the preliminary routes. Specific criteria and distance specifications will be incorporated into the opportunities and constraints mapping, written analysis and evaluation of the preliininary routes. These evaluation criteria are primarily taken from Public Utility Commission of Texas requirernents and will include: • Habitable structures within 300 feet of the centerline of the project. • Recreational areas owned by a governmental body or an organized group, club or church located within 1,000 feet of the centerline. • Historical and archeological sites known to be within 1,000 feet of the centerline. • FAA-registered airports within 10,000/20,000 feet of the centerline, depending on runway length. • Private airstrips within 10,000 feet of the centerline. • Registered heliports within 5,000 feet of the centerline. • AM radio transmitters within 10,000 feet of the centerline. • FM radio transmitters, microwave relay stations or other siinilar electronic installations within 2,000 feet of the centerline. 27 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD • Pasture ar cropland irrigated by traveling irrigation systems (rolling or pivot type) traversed by the proposed project. Assumption(s): • The GIS database will be the primary tool used to analyze the sensitivity criteria. • All identified preliminary alternative route segments will be within the study area boundaries identified during Subtask 1.4. • Meetings and field trips are not included in the scope and budget for this task. SUBTASK 2.5 PRELIMINARY ALTERNATIVE ROUTE SEGMENTS REVIEW Responsibility: POWER/DME Deliverable(s): • Hard Copy of Preliminary Alternative Route Segments • Electronic File of Preliminary Alternative Route Segments • Hard Copy and Electronic File of Revised Preliininary Alternative Route Segments POWER will provide DME the preliminary alternative route segments in both hard copy and electronic file fonnat. This will allow DME to make necessary revisions, additions or adjustrnents to verify that the preliminary alternative route segments are both technically and economically feasible to construct. Upon completion of the review, POWER and DME will meet to discuss the preliminary alternative route segments mapped during Subtask 2.4. Following this in-office or WebEx meeting, POWER will incorporate changes and will then conduct site reconnaissance of the preliminary alternative route segments from public viewpoints. If any adjustments are required following the field reconnaissance POWER and DME will review and agree upon the preliminary alternative route segments that will be presented at the public open house meetings. POWER will provide DME with the revised preliminary alternative route segments both in hard copy and in electronic file format. POWER will provide the alignment of each preliminary alternative route segment to assist DME in developing the notification list for the public open house meetings. Assumption(s): • Project Director or Project Manager and one other POWER team member will attend a one day meeting in DME's ofiices. • A one-day field reconnaissance by two team members to review any revisions made to the preliminary alternative route segments (if needed). • If any adjustments are warranted after the field reconnaissance, DME and POWER will meet to review the changes, • DME will obtain property ownership infonnation. • DME will provide notice of the public meetings. 28 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD Task 3 Pub/ic Open House Meetings And Presentations POWER will assist DME in hosting one effective and procedurally sound public open house meeting for each transmission project. The meeting is intended to solicit information from the public that will be evaluated, summarized and incorporated into the Routing Study/EA as appropriate. POWER assumes that POWER and DME will analyze the input received from the public meeting. • If requested, POWER will, with DME's input, identify the facilities for the meetings, prepare and place ad(s) in local newspapers, and prepare handout materials/questionnaires. POWER is responsible for the map handout showing the preliininary alternative route segments: see Subtask 3.1. • If requested, POWER can also assist DME with producing a Frequently Asked Questions (FAQ) sheet describing the proposed project and the processes required for approval and construction, as well as notify the appropriate landowners, groups, and public officials of the meeting date and location. • POWER understands that DME will provide the inajority of exhibits relating to the study area location and the proposed line to be displayed at the public open house meetings. • Authorized contact and correspondence between POWER and the public and/or local ofiicials, or state or federal agency personnel will be properly documented for future reference. POWER proposes to assist DME with attending presentationslmeetings with the Public Utilities Board and/or the Denton City Council. For budgetary purposes, participation in a total of two (2) presentations/meetings for each project has been assumed. The presentations/meetings will be held at various times throughout the course of the project and are intended to explain the need and approach to the project, POWER's role in the project, and answer any questions about the project. Depending on the timing of each of the presentations, some of the graphics and exhibits used at the public open house meetings can be used at the presentations, while some new graphics and exhibits will be needed. • If requested, POWER will, with DME's input, prepare handout materials for the presentations. POWER assumes that the meeting locations will be detertnined by their respective audiences. • POWER understands that DME will provide the majority of exhibits relating to the study area location and the proposed line to be displayed at the presentations. SUBTASK 3.1 PUBLIC OPEN HOUSE MEETING GRAPHICS AND EXHIBITS Responsibility: POWER Deliverable(s): • Preliminary Alternative Route Segments Map with Enviromnental and Land Use Constraints • Preliminary Alternative Route Segments Map Handout • Agencies Contacted Exhibit • Evaluation Criteria Exhibit • Questionnaire 29 AUS 146-008 (PROPOSALS) DME (U18/2013) LD POWER will develop and provide one (1) public involvement exhibit of the preliminary alternative route segments map overlain on large-scale aerial photographs (1 inch = 2,000 feet or less) for the public open house meeting. The map will depict the environmental and land use constraints that were identified and utilized during the routing study and will clearly identify the station site and the preliminary alternative route segments. POWER will refine the Preliminary Alternative Route Segments Map to produce a handout map to convey the location of the proposed project to the public. The map will be a reduced version of the preliminary alternative route segrnents map and will clearly identify the study area boundary, the preliminary alternative route segments, major roadways (labeled) and landmarks (e.g., airports and railways). The map will be 8.5" x 11" or 11" x 17" in size. POWER will develop and prepare a public involvement exhibit (1) that identifies the evaluation criteria utilized during the routing study. POWER will provide one (1) exhibit that identifies the agencies contacted during the routing study. Assumption(s): • DME will host the public open house meeting, • One (1) public open house meeting is assumed for each project. • DME will provide guidance regarding format and size of exhibits. • One hundred (100) 11" x 17" black and white map handouts are assumed for the public open house meeting for budgetary purposes. • POWER will mount two (2) preliminary alternative route segments maps for the public open house meeting, one (1) criteria exhibit, and one (1) agencies contacted exhibit for a total of four (4) exhibits. • With DME's input, POWER will prepare a questionnaire to be provided to public meeting attendees. SUBTASK 3.2 PUBLIC OPEN HOUSE MEETING ATTENDANCE Responsibility: POWER Deliverable(s): • Participation in the Public Open House Meeting • Support the Open House Meeting as Necessary with Experts in the Fields of Siting and Environmental Assessment POWER will prepare for and attend the public open house meeting to collect input on the preliminary alternative route segments. POWER will provide a total of two (2) personnel to man the routing and environmental stations. Below are our proposed personnel for the public open house meeting. Key project issues will dictate if other specialists will be required to attend the meeting (e.g. historic buildings specialist, etc.): • Rob Reid — Project Director • Lisa Meaux — Project Manager • Emily Belts — Land use and public involvement • Denise Williams — Land use and public involvement Assumption(s): • One (1) public open house meeting is assumed for each project. 30 AUS 146-008 (PROPOSALS) DME ( I/18/2013) LD • POWER's Project Director and/or Project Manager and one other team meinber will participate in the public open house meeting, a total of two (2) people, unless more are requested or deemed necessary, including travel time. • DME will provide refreshments for the meetings. SUBTASK 3.3 PUBLIC OPEN HOUSE MEETING ANALYSIS Responsibility: POWER Deliverable(s): • Scanned Copies Of Co�npleted Questionnaires and Filled in, Sign-in Sheet • Memorandum of Follow Up and Consideration • Public Input Analysis • Set of Primary Alternative Routes POWER will provide a scanned copy of the completed open house questionnaires and filled in sign-in sheet to DME for review and verification after the public open house meeting. POWER will follow up and consider the input received during the open house meeting. Follow up and consideration of input may involve additional data collection, field reconnaissance, and aerial photography interpretation. POWER will prepare a memorandum documenting the follow up and consideration fndings. Results of the public input follow up and consideration will be included in the Routing Study/EA. POWER will conduct an analysis of the filled in questionnaires and comments received during the open house meetings. The public input analysis will provide a ranking of the issues considered important by the public. The analysis will also identify areas and preliininary alternative route segments which received the most input. Input received from the public (federal, state, local, and individual) may result in modifications to the preliminary alternative route segments. Proposed modifications will be discussed with DME. Modifications to the preliminary alternative route segments will be documented for inclusion in the Routing Study/EA. A set of primary alternative routes will result and will be the focus of further study and data refinement in the Routing StudyBA (Subtask 4.6). Assumption(s): • One (1) public open house meeting is assumed. • Scanned copies of one hundred (100) 3-sheet completed questionnaires (including map if marked on) are assumed for budgetary purposes. • A field trip for verification is not included in this scope and budget. 31 AUS 146-008 (PROPOSALS) llME (1/18/2013) LD SUBTASK 3.4 PRESENTATION/MEETING GRAPHICS AND EXHIBITS Responsibility: POWER Deliverable(s): • A PowerPoint presentation (if necessary) with a maximum of 20 slides Depending on the timing of the individual presentations, POWER and DME may be able to use exhibits created for the public open house meetings. Some additional exhibits may be needed. POWER will develop and provide information in PowerPoint format in coordination with DME. Assumption(s): • DME will lead the presentation/meeting and POWER will provide support. • Two (2) presentations/meetings are assumed: one (1) presentation/meeting with the Public Utilities Board and one (1) presentation/meeting with the Denton City Council. • DME will provide guidance regarding format and size of exhibits. • Graphics and e�ibits that are required in addition to those created for the public open house meeting are not included for budgetary purposes. SUBTASK 3.5 PRESENTATION/MEETING ATTENDANCE Responsibility: POWER Deliverable(s): • Participation in presentations/meetings with the Public Utilities Board or Denton City Council • Support the Presentations as Necessary with Experts in the Fields of Siting and Environmental Assessment POWER will prepare for and attend the presentations/meetings to explain the need and approach to the project, POWER's role in the project, and answer any questions about the project. POWER will provide personnel to explain the various aspects of the project. Below are our proposed personnel for the presentations. Key project issues will dictate if other specialist will be required to attend the meeting (e.g. biologist, land use specialist, etc.): • Rob Reid — Project Director • Lisa Meaux — Project Manager • Emily Belts — Land use and public involvement • Denise Williams — Land use and public involvement Assumption(s): • Two (2) presentations/meetings are assumed: one (1) presentation/meeting with the Public Utilities Board and one (1) presentation/meeting with the Denton City Council. • POWER's Project Director or Project Manager will participate in the presentations/meetings, including travel time. 32 AUS 146-008 (PROPOSALS) DME (1/l8/2013) LD SUBTASK 3.6 PRESENTATIONS/MEETINGS ANALYSIS Responsibility: POWER Deliverable(s): • Officials' Input Analysis • Set of Primary Alternative Routes POWER will follow up and consider the input received during the presentations/meetings. Follow up and consideration of input may involve additional data collection, field reconnaissance, and aerial photography interpretation. Results of the input follow up and consideration will be included in the Routing Study/EA. Input received from the Public Utilities Board and the Denton City Council may result in modifications to the preliminary and/or primary alternative route segments, depending on when the presentations are given over the course of the project. Proposed modifications will be discussed with DME. Modifications to the preliminary/primary alternative route segments will be documented for inclusion in the Routing Study/EA. A set of primary alternative routes will result and will be the focus of further study and data refinement in the Routing Study/EA (Subtask 4.6). Assumption(s): • Two (2) presentations/meetings are assumed: one (1) presentation/meeting with the Public Utilities Board and one (1) presentation/meeting with the Denton City Council. • A field trip for veri�cation is not included in this scope and budget. SUBTASK 3.7 PRIMARY ALTERNATIVE ROUTES Responsibility: POWER/DME Deliverable(s): • Set of Primary Alternative Routes • Primary Alternative Routes Plotted on Aerial Photos • Primary Alternative Routes Plotted on Topographic Maps • Electronic File of Primary Alternative Routes POWER and DME will arrive at a set of approximately four to eight primary alternatives. The primary alternatives will be the subject of the environmental/land use analysis and will be plotted on aerial maps with property boundaries (provided by DME). Assumption(s): • Project Director or Project Manager will attend a one day meeting in DME's offices or conduct a WebEx meeting. • DME will provide input into the selection of the primary alternative routes. • Cost to obtain and/or digitize property boundaries is not included in this scope or budget. 33 AUS 146-008 (PROPOSALS) DME (I/18/2013) LD Task 4 Routing Study/EA Preparation The POWER Team will prepare a Routing Study/EA for each of the proposed transmission line projects that will document the methodology used to objectively identify and evaluate the primary alternative routes for the proposed transmission line in an acceptable manner considering such factors as community values, recreational and park areas, historical and aesthetic values, and environmental integrity. The Routing StudyBA will describe the local-level land use and environmental information for the primary alternative routes, and discuss the types of land use and environmental issues that will likely be the focus of the impact assessment and mitigation planning of the detailed studies to: • Determine the probable environmental impacts of constructing, operating and maintaining the transmission line. • Identify appropriate potential mitigation measures that would reduce or eliminate impacts. POWER will coordinate closely with DME to assist in providing the necessary information to fulfill the project requirements. SUBTASK 4.1 DATA REFINEMENT Responsibility: POWER Deliverable(s): • Data Refinement Memo Data collected in previous tasks, specifically Subtasks 2.1, 2.2, 3.3 and 3.6, will be verified and further refined to the level of detail required to assess the impacts and develop possible mitigation for the primary alternative routes arrived at in Subtask 3.7. The primary alternative routes will be a feasible and reasonable set of routes that reduce potential impacts to as many of the land use/environmental resources as practicable. The primary alternative routes will be adjusted to reflect locations of constraining land use, environmental features and engineering criteria. The primary alternative routes selected will minimize potential conflicts with areas of highest constraint (most sensitive areas) and maximize opportunities to utilize or parallel linear features appropriate (e.g., existing roads, utility rights of way). Data that may require further refinement once the primary alternative routes are identified, include obtaining additional information about electronic installations, conducting a visual impact analysis, field verification from public viewpoints of natural resource locations, further aerial photography interpretation for land use, and identification of potential historic structures. Assumption(s): • A field trip for verification is not included in this scope and budget. SUBTASK 4.2 IMPACT ASSESSMENT AND MITIGATION PLANNING Responsibility: POWER Deliverable(s): • Impact Tables and Matrices • Primary Alternative Route Impact Summaries • Mitigation Recommendations (if any) 34 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD For this task, we will develop the impact assessment methodology and assess potential impacts of the primary alternative routes, including both the positive and negative, on the environmental and land use resources. We will organize the findings into impact tables and inatrices. Summaries of potential impacts will be tabulated in a table by individual primary alternative route segments. The information will then be combined and presented to correspond to the segments comprised in each alternative route. We will assess potential impacts for each resource. We will assume estimated amounts of disturbed area and vegetation clearing from construction, footing installation or digging operations, structure assembly and erection, conductor stringing and tensioning, and material staging areas. Following the impact assessment, we will develop and recommend potential mitigation measures, if any, to minimize project related impacts. Assumption(s): • Mitigation measures will be reviewed and approved by DME before inclusion in the Routing Study/ EA. SUBTASK 4.3 PRIMARY ALTERNATIVE ROUTE COMPARISON Responsibility: POWER Deliverable(s): • Route Comparison Table and Descriptions for Inclusion in the Routing Study/EA • Independent Discipline Review of Primary Alternative Routes • Team Review of Primary Alternative Routes This subtask involves sutmnarizing the interdisciplinary impacts for each of the primary alternative routes, and then comparing their potential impacts. To accomplish this, the POWER team, comprised of different discipline leads, will independently review the data summarized for each primary alternative route. After the review, the team will meet as a group and determine the relative importance of each group of criteria in the natural, human and cultural resource categories. We will document the primary alternative route comparison for the appropriate section of the Routing Study/EA, and we will analyze and compare the primary alternative routes, summarizing baseline environmental/land use data and potential impacts. Cultural Resources Alternatives Anal.� • POWER will quantify the results of its records review for each alternative route segment within the framework of POWER's matrix of environmental and cultural resource factors, as needed to aid in evaluation of full-length routing alternatives. Quantification of results will be limited to a zone extending 1,000 feet beyond the centerline of proposed route segments. Using the quantified results POWER's cultural resource staff will participate in planning team meetings as needed to help evaluate alternative routes that meet the purpose and need of the project, while minimizing detrimental effects to historically significant cultural resources. The results of POWER's analysis of cultural resource constraints along each alternative segment and route will be summarized in an appropriate section of POWER's Routing StudyBA for the project. • POWER does not anticipate that its cultural resources staff will need to attend city council presentations or other public meetings, though attendance at such meetings can be performed if 35 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD needed. POWER's proposed services also do not include services to consult with the Texas Historical Commission or prepare cultural resource documents or assessments that may be required under the Antiquities Code of Texas, which applies to all project areas owned or controlled by subdivisions of the State of Texas. If such services are required, POWER can provide those as needed. Assumption(s): • The primary alternative route comparison table and descriptions will be presented in the Routing Study/EA and will assist DME in identifying a route that best addresses the various routing, engineering, and cost factors. SUBTASK 4.4 HABITABLE STRUCTURE INVENTORY Responsibility: POWER Deliverable(s): • Habitable Structure Inventory • Habitable Structure Cross Reference Tables POWER will prepare a digital data layer of DME's alternative routes that accurately depicts habitable structures located within 300 feet of the alternative route centerlines. The recorded distances will be based on data collected in the field with a range finder or from measurements made from the rectified aerial photography, or a combination of both. The method of ineasurement will be documented. One two-day field trip for two POWER personnel inay be necessary depending on the level of development within the study area. POWER will also include in the digital file a 300-foot delineation boundary for DME to assist in the development a notice list for the notification letters. If requested, POWER will mail and prepare the notiiication letters using land ownership information received from DME. Once the inventory of habitable structures is compiled, POWER will develop cross-reference tables which will include an identification number for each habitable structure, a general description of each habitable structure, and its distance from the centerline of the respective primary alternative route. In densely populated areas, habitable structures may be identified in groups. The number of habitable structures in each group and the distance froin the centerline of the alternative route to the closest structure in the group will be provided. Assumption(s): • One two-day field trip assumed for two POWER personnel depending on the development within the study area. • DME will provide notice to individual property owners. • Notifcation letter preparation and mailing by POWER is not included in this scope or budget. SUBTASK 4.5 PROJECT DESCRIPTION Responsibility: POWER/DME Deliverable(s): • Project Description 36 AUS 146-008 (PROPOSALS) DME (U18/20(3) LU • Infonnation Necessary to Develop the Project Description POWER will prepare a detailed project description with information provided by DME. This description will include the following infonnation: • Proper verbiage to describe the project • Transmission line structure type/design • Right of way requirements • Foundation types • Conductor configuration and design parameters • Description of clearing • Construction techniques and processes Assumption(s): • DME will provide necessary information to prepare the project description. SUBTASK 4.6 DRAFT ROUTING STUDY/EA Responsibility: POWER Deliverables: • Draft Routing Study/EA • Alternative Routes Map • Internal QA/QC We will prepare a draft Routing Study/EA that documents the primary alternative route selection process, describes existing resources of the project area and discusses potential impacts and potential mitigation measures. The Routing Study/EA, prepared by POWER, and its evaluation of the primary alternative routes, will allow DME to present a set of alternative routes to the Denton City Council that provides a reasonable balance with regards to potential impacts on the community and general public, preservation of community values, the environment, historic sites, service reliability, and prudent engineering and construction. From these alternative routes DME can select an alternative route that best addresses the various routing, engineering, and cost factors. 37 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD The Routing Study/EA will approximate the following general outline: Chapter 1— Description of the Proposed Project Scope of the Project Purpose and Need Agency Actions Construction Considerations Maintenance Chapter 2 — Environmental Setting Introduction Physiography Geology Soils Mineral and Energy Resources Water Resources Ecological Resources Socioeconomics Human Development Aesthetics Cultural Resources Chapter 3— Environmental and Land Use Constraints Natural Resources Human Resources Constraint Areas Chapter 4— Selection and Evaluation of Alternatives No Action Alternative Alternative Route Selection Modifications to the Preliminary Route Segments Alternative Route Evaluation Chapter 5— Impacts of the Alternative Routes Natural Resources Impacts Human Resources Impacts Cultural Resources Impacts Evaluation of Alternative Routes Chapter 6— List of Preparers Chapter 7 - References Appendices: A Agency Correspondence B Public Involvement C Habitable Structures and Other Land Features in the Vicinity of Alternative Routes Assumption(s): • Two (2) copies of the Draft Routing Study/EA will be provided to DME for review. More copies can be provided upon request. • The Draft Routing StudyBA will consist of approximately 100 pages (50 two-sided pages) plus appendices and maps, up to 10 graphics and figures, 10 tables, 10 maps. 38 AUS 146-008 (PROPOSALS) DME (1118/2013) LD SUBTASK 4.7 DME REVIEW & COMMENTS Responsibility: DME Deliverable(s): • DME Comments on the Draft Routing Study/EA Following the delivery of the Draft Routing StudyBA we assume a one week review by DME, after which we would meet to discuss cominents (Subtask 4.8). POWER is available to answer questions that may arise during this review period. Assumption(s): • Review will be complete within one week. SUBTASK 4.8 REVIEW MEETING Responsibility: DME/POWER Deliverable(s): • Review Meeting POWER and DME will meet in DME's offices to review the Draft Routing StudyBA and receive comments. Assumption(s): • POWER's Project Director and/or one other POWER team member will attend one, one day meeting to review the Draft Routing Study/EA comments with DME. SUBTASK 4.9 FINAL ROUTING STUDY/EA Responsibility: POWER Deliverable(s): • Second Draft Routing Study/EA • Camera-Ready Final Routing Study/EA • Final Routing Study/EA Following DME's review of the Draft Routing StudyBA, we will begin to compile and evaluate the cominents and questions generated by DME in Subtasks 4.7 and 4.8. We will assign responsibility for incorporating revisions to the document, incorparate the responses into the Second Draft Routing StudyBA and submit the report to DME for secondary internal review. Two (2) unbound copies of the Second Draft Routing Study/EA with consecutive page numbering will be submitted to DME for the secondary internal review. Upon receiving the secondary set of comments, the Final Routing Study/EA will be prepared for final production. A camera-ready Final Routing Study/EA will be submitted to the DME Project Director. The camera- ready review of the Final Routing StudyBA allows for verification that the secondary set of comments were correctly addressed and incorporated into the Final Routing StudyBA. Review of the camera-ready 39 AUS L46-008 (PROPOSALS) DME (l/18/2013) LD Final Routing Study/EA will also allow the DME Project Director to review the final layout of the document. Upon notice from the DME Project Director, POWER will prepare ten (10) bound and unbound copies of the Final Routing Study/EA. Assumption(s): • Two (2) copies of the Second Draft Routing Study/EA for budgetary purposes. • One (1) Camera-Ready Final Routing StudyBA will be submitted to the DME Project Director for final review for budgetary purposes. • Ten (10) Final Routing Studies/EAs assumed for budgetary purposes (approximately $150 per document). • The Final Routing StudyBA will consist of approximately 100 pages (50 two-sided pages) plus appendices and maps, up to 10 graphics and iigures, 10 tables, 10 color maps. 40 AUS 146-008 (PROPOSALS) DME (Ul8/2013) LD 8. TR.4NSM/SS/ON L/NE BUDGET EST/MATES POWER has developed the following proposed budget range estimates for DME's transmission line projects. These estimates are based on our current understanding of DME's planned line projects. Our budget is based on the information presented in the scope of services and is subject to change once more detail is understood about each transmission line project. If projects occur concurrently and some tasks are combined, costs may be reduced (i.e. the initial kickoff ineeting, site visits, data collection, and base map development). Two tables are provided; the first table summarizes our proposed time-and-materials budget range for each transmission line project task. The second table provides a proposed budget for each specific transmission line project. These estimates are subject to further refinement by DME and POWER. DME INDIVIDUAL TRANSMISSION LINE BUDGET RANGE SUMMARY TASK DESCRIPTION BUDGET 0 Project Management $11,000 - $14,000 1 Project Startup $12,000 - $15,000 2 Alternatives Development $25,000 - $29,000 3 Public Open House Meetings and Presentations $29,000 —$33,000 4 Routing Study EA Preparation $70,000 -$73,000 TOTAL $147,000 - $164,000 The schedule of charges will be in accordance with the current rate sheet included in the Professional Services Agreement. Mileage and travel expenses, materials or office supplies, copy charges, and document production are included in our budget and in the scope of services. 41 AUS 146-008 (PROPOSALS) DME (1/18/2013) LD TOTAL BUDGET SUMMARY The grand total for the substation and transmission line projects is $1,501,000. BUDGET DETAIL The schedule of charges will be in accordance with the current rate sheet included as Attachment 5 to this scope of services. This information is the basis far the labor cost in the budget. ASSUMPTIONS AND EXPENSES We identified our assumptions for each task/subtask in our proposed work plan. Mileage and travel expenses, materials or office supplies, copy charges, and document production are included in our budget and in the scope of services. 42 AUS 146-008 (PROPOSALS) DNiE (I/18/2013) LD ATTACHMENT � RESUME OF ROB R, RE/D AUS 146-008 (PROPOSALS) DME (1/18/2013) LD ROB R. REID � �������F�� VICE PRESIDENT ENVIRONMENTAL PROJECT DEVELOPMENT YEARS OF EXPER/ENCE 36 EDUCAT/ON > M.S., Wildlife and Fisheries Sciences, Texas A&M University, 1977 > B.S., Wildlife and Fisheries Sciences, Texas A&M University, 1975 AREAS OF EXPERT/SE > Project management > Schedule and budget management > State utility siting applications > Expert testimony > Environmental planning > Routing and siting studies > Environmental studies and documents > Environmental compliance, approvals, permits, and stcategy > Public involvement and agency coordination SPEC/AL TRA/N/NG > Fourth Annual Short Course on Vegetation, Wildlife Measurements for Pre- & Post- Mining, Colorado State University CERT/F/CAT/ON > TX DOT Precertified, ESN 1059 AFF/L/AT/ONS > Phi Sigma Honor Society, Beta Rho Chapter PUBL/CAT/ONS > "A Windshield and Multivariate Approach to the Classification, Inventoiy, and Evaluation of Wildlife Habitat: An Exploratoiy Study," Presented at: A Workshop - The Use of Multivariate Statistics in Studies of Wildlife Habitat, 23-24 April 1980, Burlington, Vermont. Sponsored by: School ofNatural Resources, University of Vermont; U.S. Fish and Wildlife Se�vice; USDA Forest Service. USDA Farest Service Gen. Tech. Report RM- EXPERIENCE SUMMARY Mr. Reid has a broad range of experience managing and participating in environmental studies and assessments for the power delivery, generation, transportation, industrial and commercial sectors. With a background in environmental and biological sciences, his emphasis is on the assessment of environmental impacts associated with industrial and urban development. He has a long, successful record of permitting projects under the National Environmental Policy Act (NEPA), including the pcepacation of environmental impact statements (EIS) and environmental assessments (EA). He is familiar with federal and state agency permitting requirements and many individual agency personnel, and repeatedly coordinates with the regulatory agencies on a wide variety of issues including wetlands, endangered species, cultural resources, and others. He has served as the environmental manager for many corridor-type planning and permitting projects, and has served on nearly two hundred tcansmission line routing projects. His recent alternative route analysis/EAs have resulted in the successful completion of lines up to 500 kV and over 200 miles in length. He is also knowledgeable with the permitting and licensing processes for utility facilities and regularly provides expert witness testimony foi• such projects. Mr. Reid has successfully defended environmental analyses before state regulato►y commissions for dozens of contested transmission line projects for numerous utility companies, which ►•esulted in the successful issuance of required environmental permits and clearances. PREVIOUS WORK HISTORY Texas Competitive Renewable Energy Zone (CREZ) 345 kV Transmission Lines, Texas Principal Project Director/ Project Manager responsible fo►• overseeing, directing, and managing the p►•eparation of EAs/alternative route analyses for 24 of the 46 total CREZ transmission lines authorized for construction by the PUC of Texas. Projects totaled approximately 1,500 miles in length and were conducted for Electcic Transmission Texas LLC, LCRA Transmission Services Corp., Oncor, Shaiyland Utilities, and South Texas Electric Cooperative. Mr. Reid assisted with the PUC-regulatory process and provided expert witness testimony. Lower Colorado River Authority (LCRA), Clear Springs/Zorn to Hutton 345 kV Transmission Line EA and Alternative Route Analysis, Texas Project Managec responsible for the preparation of an EA and routing study for this 90-mile transmission line on new location in Central Texas. Project included detailed alternatives analysis, public participation program, preferred route selection and expert witness testimony. ROB R. REID � 2 87, with C.E. Grue and N.J. Silvy. > "Competition Between Bobwhite and Scaled Quail for Breeding Habitat in Texas," Proc. Ann. Conf. S.E. Fish and Wildlife Agencies. 33: (146-] 53), with N.J. Silvy and C.E. Grue. > "Correlation of Habitat Pacameters with Whistle-Count Densities of Bobwhite (Colinus viiginianus) and Scaled Quail (Callipepla squamata) in Texas," M.S. thesis. >`Breeding Habitat of the Bobwhite in TeYas," Proc. Ann. Conf. S.E. Fish and Wildlife Agencies, 3L• (62-71), with C.E. Gcue and N.J. Silvy. > "A Technique for Evaluating the Bceeding Habitat of Moucning Doves Using Callcount Transects," Proc. Ann. Conf. S.E, Game and Fish Comm. 30: (667-673), «�ith C.E. Gcue and N.J. Silvy. POWER ENGINEERS, (NC. AEP Texas Central Company, San Miguel to Lobo 345 kV Transmission Line EA and Alternative Route Analysis, Texas Project Manager responsible f'or the prepaeation of this EA and routing study for this 100-mile transmission line on new location in South Texas. Project included detailed alternatives analysis, public participation program, pref'erred route selection and expert witness testimony. CenterPoint Energy, Hillje 345 kV Transmission Line EA and Alternative Route Analysis, Texas Project Manager for this new CenterPoint Energy 345kV transmission line in southeast Texas. Oveisaw the project which included prepacation of an EA and Alternate Route Analysis, public participation progcam, and agency consultation. TXU, Graham — Jacksboro 345 kV Transmission Line Project, Texas Project Manager responsible foi• the preparation of an EA and Alternative Route Analysis for this TXU (now Oncor) 345 kV line in Northwest Texas. Project activities included a detailed alternatives analysis, public participation, and espert witness testimony. Electric Transmission Texas, LLC., Tesla-Edith Clarke-Clear Crossing-West Shackelford 345kV Transmission Line, Texas Project Manager responsible for prepacation of this EA and routing study for this 130-mile transmission line on ne�v location in Northwest Texas. Project included detailed alternatives analysis, public pacticipation program, preferred route selection and expect witness testimony. Sharyland Utilities, Hereford to White Deer 345 kV Transmission Line EA and Alternative Route Analysis, Texas Principal Project Director for preparation of an EA and routing study for this 90-mile tcansmission line on new location in the Panhandle of Texas. Project included detailed alternatives analysis, public pacticipation program, preferred route selection and expert witness testimony. Southwestern Electric Power Company, Chambers Spring to Tontitown 345 kV Environmental Impact Statemement, Arkansas Principa( Project Director cesponsible for the prepacation of an Arkansas state-level EIS for this South�vestern Electeic Powe�• Company 345 kV transmission line in Northwest Arkansas. Project included agency coordination, detailed alteinatives analysis, preparation of an EIS and e�:pect witness testimony. Lower Colorado River Authority (LCRA) McCamey D to Kendall to Gillespie 345 kV Transmission Line, Texas Principal Project Dicectoc for the LCRA TSC's 150 mile-long 345-kV ROB R. REID � 3 POWER ENGINEERS, INC. tcansmission line project extending fi•om West to Central Texas. Project activities included extensive public participation progcam, detailed alternative route delineation and evaluation, preparation of an EA and Altecnative Route Analysis Report, and expect witness testimony. American Electric Company and Oncor, Morgan Creek/Comanche Switch Transmission EA and Alternative Route Analysis (ARA), Texas Project Managec providing EA and ARA for the Moigan Creek-Comanche 345 kV transmission line. Project was over 200 miles in length, crossing portions of nine counties, and is one of the longest 345 kV p�•ojects in the last 25 yeacs in Texas. Cagnon Road Transmission Line EA and Route Analysis, Texas Project Managec responsible for preparing this EA and route analysis for new transmission facilities to be constructed in Bexar County. Project consisted of appi•oximately 25 miles of i•ebuilt, upgraded, and/or new 345/138 kV transmission lines from the existing Cagnon Road substation to a tie with the LCRA at thejunction of the City Public Service (now CPS Energy)/LCRA service area/Bexar County line. East Texas Electric Cooperative, Inc., Alternative Route Analysis and EAs, Texas Project Managec responsible for the alternative route analysis foc this 180- mile long electric tcansmission line pcoject in east/northeast Texas. Project included detailed alternatives analysis, pceferred route selection, and expert witness testimony. American Electric Power, Turk Generating Station Transmission Lines, Arkansas Principal Project Director responsible for managing the EA/couting studies foc the SE Texarkana 138 kV, Sugar Hill 138 kV, and NW Texarkana 345 kV transmission line routing studies and EAs, originating at the Turk Generating Station Site in Southeast Arkansas. Provided expert witness testimony before the Arkansas Public Seivice Commission. Lower Colorado River Authority (LCRA) and San Antonio Water Systems (SAWS), Facility Siting, Design, and Affected Environment Services (LCRA/SAWS), Colorado, and Texas Project Managee responsible foc services covering consteaints mapping; tl�e collection of affected environmental data; and siting and designing off- channel rese�voirs, pump stations, and pipelines in Colorado, Wharton, and Matagorda Counties. Winston-Salem Northern Beltway (West) EIS/Location Planning Report Environmental Manager �•esponsible for the preparation of this EIS, including seleeting and evaluating alternative coutes for this suburban �nulti-lane, divided facility to tucal fi•eeway standards. The project included an extensive ROB R. REID � 4 POWER ENGINEERS, INC. public participation program as well as a detailed assessment of potential environmental impacts. Federal Aviation Administration, Dane County Regional Airport EIS, Wisconsin Environmental Project Manager responsible for the preparation of an EIS for the FAA for a new cunway. Texas Turnpike Authority, EIS for SH 130 (Segment C), Texas P�roject Managec responsible for the prepacation of an EIS for a fi•eeway-type facility on a new location fi•om Lockhart to Seguin, Texas. US 71 Relocation EIS, Arkansas Environmental Project Manager foc the preparation of an EIS for over 50 miles of fi•eeway-standard highway from Tesarkana to north of DeQueen, Arkansas. This project for the Texas Department of Transportation (TxDOT) and Arkansas Highway and Transportation Department included alteenative coute analyses, impact assessments, endangered species surveys, wetland determinations, and a public participation program. US 220 EIS/Location Planning Report, North Carolina Environmental Manager for this EIS, which was prepared in accordance with Federal Highway Administc�ation (FHWA) and North Carolina Department of Tcansportation (NCDoT) guidelines. The project included assessing tl�e potential environmental impacts associated with realignment of approximately 15 miles of US 220 in Montgomeiy and Richmond Cotmties. The evaluation included developing and assessing alternative routes for the multi-lane, divided facility with full control of access, as well as conducting a public participation program. Relief Route for US 59, Texas Environmental Managec responsible for the schematic devefopment and related services for an EA for seven miles of fi•eeway-type facility on a new location, including agency scoping/coordination and public involvement meetings in Polk County. TxDOT Studies, Multiple Locations, Texas Mr. Reid performed EAs for two T�DOT projects in conjunction with design efforts managed out of the Dallas and Houston division offices. The widening and impcovement of US 377 in Denton, Texas, just north of Dallas and US 83 in Hidalgo County in the Lowe�• Rio Grande Val(ey both cequiced EAs pecformed according to FHWA guidelines. These studies included an evaluation of potential impacts to local cesidential and commercial aceas, as well as an analysis of effects on aic quality, noise levels, cultucal/histocic cesources, wetlands, threatened and endangered species, and stormwater dcainage. Osuna Road Improvements EA, New Mexico ROB R. REID � 5 POWER ENGINEERS, INC. Environmental Manager responsible for the preparation of this EA for this road widening project. This project was prepared for the County of Bernalillo, New Mexico. SELECT PUBLICATIONS AND REPORTS The list below represents a sample of Mr. Reid's important publications and repocts he has authored throughout his caceer. >"Environmental Assessment and Alternative Route Analysis foc the Proposed Uvalde — Castcoville 138-kV Transmission Line Project, Uvalde, Medina, and Be�:ar Counties, Texas," Prepared for Electric Transmission Texas, Austin, TeYas, and CPS Energy, San Antonio, Texas. Document No. 070099, May 2009, Project Manager >"Environmental Assessment and Alternative Route Analysis for the Pcoposed Chireno to Etoile 138-kV Transmission Line Project, Nacogdoches and San Augustine Counties, Texas," Prepared for Deep East Texas Electric Coopecative, Inc., San Augustine, Te�as. Document No. 060195, December 2008, Project Manager >"Environmental Assessment and Alternative Route Analysis for the Lake Livingston — Rich 138-kV Transmission Line Pcoject, Polk and San Jacinto Counties, Texas," Prepared for East Texas Electric Cooperative, Inc., Nacogdoches, Texas. Document No. 080109, October 2008, Project Manager >"Environmental Assessment and Alternative Route Analysis for the Proposed Enstor 138-kV Transmission Line Project, Liberty County, Texas," Prepared for Sam Houston Electric Cooperative, Inc., Livingston, Texas. Document No. 070091, November 2007, Project Manager >"Em�ironmental Assessment and Alternative Route Analysis for the Proposed Ajo-Zorillo-Sarita 345-kV Transmission Line Project, Kenedy County, Te�:as," Pcepaced for AEP Texas Centcal Company, Tulsa, Oklahoma, Document No. 070097, June 2007, Project Dieector >"Environmental Assessment and Alternative Route Analysis for the Proposed Clear Springs/Zoin to Hutto 345-kV Transmission Line Pcoject, Williamson, Travis, Caldwell, Hays, and Guadalupe Counties, Texas", Prepared for LCRA Transmission Services Corporation, Austin, Texas. Document 050074-Volumes I and II, March 2007 , Project Manager >"Environmental Impact Statement for the Pcoposed Chambers Spring to Tontitown 345-kV Transmission Line Project, Benton and Washington Counties, Arkansas," prepared for Southwestern Electcic Power Company, Shreveport, Louisiana. Document No. 060250, September 2006, Project Director > Reid, Rob R., "Environmental Assessment and Alternative Route Analysis foi• the San Miguel to Lobo 345-kV Transmission Line Pi•oject in Atascosa, McMullen, LaSalle and Webb Counties, Texas," prepared for AEP Texas Centcal Company, Corpus Christi, Texas. Document No. 040374, June 2006, Proj ect Manager >"Routing Analysis Siloam Springs to Chambers Spring 161-kV Transmission Line, Benton County, Arkansas," prepaced f'or Southwestern Electric Po�a�ec Company, Shreveport, Louisiana. Document No. 060039, May 2006, Project Dicector >"Analysis for the Proposed Amite South Phase 2 230-kV Transmission Line Project, Ascension, St. James, and St. John the Baptist Parishes, Louisiana," pi�epared fo�• Entergy Seivices, Inc., as agent for Entergy Louisiana, Inc., New Orleans, Louisiana. Document No. 050093, ROB R. REID I 6 POWER ENGINEERS, INC. December 2005, Pcoject Director >"Environmental Assessment and Alternative Route Analysis for the 345- kV Hillje Project, Fort Bend, Whacton, Matagorda and Bcazocia Counties, Texas," prepared foc CenterPoint Eneigy Houston Electric, LLC, Houston, Texas. Document No. 040366, September 2005, Project Manager >"Environmental Assessment and Altecnative Route Analysis for TXU Electric Delive�y Company's Proposed Jacksboro-West Denton 345-kV Transmission Line Pcoject in Jack, Wise, and Denton Counties, TeYas," pt�epared for TXU Electric Delivery Company, Fort Worth, Texas, DocumentNo. 030302, June 2004. >"Environmental Assessment and Alternative Route Analysis for the Proposed Shaiyland Utilities Mexico Tie 138-kV T�•ansmission Line Project, Hidalgo County, Texas," prepaced for Sutherland, Asbill & Brennan, LLP, Austin, Texas, Document No. 030127, October 2003, Project Manager >"Environmental Assessment and Alternative Route Analysis for the Proposed Gi•aham-Jacksboro 345-kV Transmission Line Project Young and Jack Counties, Texas," prepared for TXU Electric Company, Fort Worth, Texas, Document No. 990513, May 2001, Pcoject Manager >"Environmental Assessment for the Proposed Hays Energy 345-kV Transmission Line, Hays and Guadalupe Counties, Teaas," pcepaced for the Lo«�er Colorado River Authority, Austin, Texas, Document No. 990086, Ap��il 1999, Project Manager COMPLETE LIST OF PUBLICATIONS AND REPORTS "Environmental Assessment and Alternative Route Analysis for the White Deec (Panhandle BA) to Silvecton (Panhandle AC), 345-kV Transmission Line Pcoject, A�•mstrong, Briscoe, Cacson, Donley, Gray, and S�n�isher Counties, Texas." Prepaced for Sharyland Utilities, LP. Document No. 090034. November 2010. "Environmental Assessment and Alternative Route Analysis for the Tesla- Edith Clarke-Clear Crossing-West Shackelfocd 3�45-kV Ti•ansmission Line Project, Childress, Cottle, Hardeman, Foard, Knox, Haskell, Jones and Shackelford Counties, Texas." Prepared for Electric Tcansmission Texas, LLC (ETT). Document No. 090185 (2 Vols.). October 2010. "Environmental Assessment and Alternative Route Analysis for the Nazareth (Panhandle AA) to Hecford (Panhandle AB) 345-kV Transmission Line Project, Castro, Deaf Smith, Randall and Swisher Counties, Texas." Prepared for Sharyland Utilities, LP. Document No. 090032. October 2010. "Environmental Assessment and Alternative Route Analysis for the Proposed Elect��ic Transmission Texas, LLC (ETT) Riley to Edith C►arke to Cottomvood 345-kV CREZ Transmission Line Project, Wilbarger, Hardeman, Foard, Knox, Cottle, King, Motely and Dickens Counties, TeYas." Document No. 100135. September 2010. "Enviconmental Assessment and Alternative Route Analysis for the Silvecton (Panhandle AC) to Cotton�vood (Panhandle AD) 345- kV Tcansmission Line Piroject, Briscoe, Ccosby, Dikens, Floyd and Motely Counties, Texas." Pcepaeed foc Shac�yland Utilities, LP. Document No. 090029. August 2010. "Environmental Assessment and Altecnative Route Analysis foc the Proposed Electcic Transmission Texas, LLC (ETT) Tesla to Riley 345-I<V CREZ ROB R. REID ( 7 POWER ENGINEERS, INC. Transmission Line Project, Childress, Cottle, Haedeman and Wilbarger Counties, Texas." Document No. 100036. August 2010. "Environmental Assessment and Alternative Route Analysis for the Proposed McCamey D to Kendall to Gillespie 345-kV CREZ Transmission Line Project in Schleicher, Sutton, Menard, Kimble, Mason, Gillespie, Kerr and Kendall Counties, Teaas." Prepaeed for LCRA Ti•ansmission Se�vices Corporation. Document No. 090196 (3 Vols.). July 2010. "Environmental Assessment and Alternative Route Analysis for the Hereford (Panhandle AB) to White Deer (Panhandle BA) 345-kV Transmission Line Project, Armstong, Carson, Deaf Smith, Oldham, Pottee and Randall Counties, Texas." Prepared for Sharyland Utilities, LP. Document No. 090033. June 2010. "Enviconmental Assessment and Alternative Route Analysis for the Proposed Electric Transmission Texas, LLC (ETT) Cleac Crossing to Dermott 345-kV CREZ Transmission Line Piroject, Garza, Kent, Stonewall, Haskell, Scurry, Fisher, Jones and Shackelford Counties, Texas." Document No. 090095. lanuary 2010. "Environmental Assessment and Alteinative Route Analysis for the Proposed Twin Buttes-MeCamey D 345-kV CREZ Transmission Line Project, Tom Green, Irion and Schleicher Counties, TeYas." Prepared for LCRA Transmission Services Corporation. Document No. 090195. Januaty 2010. "Environmental Assessment and Alternative Route Analysis for the Proposed Gillespie to Newton 345-kV Transmission Line Project, Gillespie, Llano, San Saba, Burnet and Lampasas Counties, Te�as." Prepared foc LCRA Transmission Sect�ices Corporation. Document No. 090178 (2 Vols.). October 2009. "Environmental Assessment and Alternative Route Analysis for Trinity Valley Electric Cooperative's Proposed Interstate 20 138-kV Transmission Line and Substation Project." Document No. 070242. September 2009. "Environmental Assessment and Alternative Route Analysis for the Pi•oposed Uvalde— Castroville 138-kV Transmission Line Project, Uvalde, Medina, and Bexar Counties, Texas," Prepared for Electric Tcansmission Texas, Austin, Teaas, and CPS Energy, San Antonio, Texas. Document No. 070099, May 2009. Environmental Assessment and Alternative Route Analysis for the Pcoposed Chireno to Etoile 138-kV Transmission Line Project, Nacogdoches and San Augustine Counties, Texas," Prepared for Deep East Texas Electeic Cooperative, Inc., San Augustine, Texas. Document No. 060195, Decembec 2008. "Environmental Assessment and Alternative Route Analysis foc the Lake Livingston — Rich 138-kV Transmission Line Project, Polk and San Jacinto Counties, Texas," Pcepared for East Te�as Electric Coopecative, Inc., Nacogdoches, Texas. Document No. 080109, October 2008. "Alternative Route Analysis and Environmental Impact Statement — NW TeYarkana 345-kV Transmission Line, Bowie County, TeYas, and Hempstead, Miller, and Little River Counties, Arkansas," Prepared for ROB R. REID � 8 POWER ENGINEERS, INC. American Electric Po���er Service Corporation as an Agent foe Southweste�•n Electric Power Company, Shceveport, Louisiana. Document N. 070031, June 2008. "Environmental Impact Statement and Alternative Routing Analysis — Sugar Hill 138-kV Transmission Line, Hempstead, Miller, and Little River Counties, Arkansas," Prepaced for American Electric Power Service Corporation as an agent for Southwestern Electcic Power Company, Shrevepoct, Louisiana. Document No. 070146, Januaiy 2008. "Environmental Impact Statement and Alternative Routing Analysis — Turk to SE Texackana 138-kV Transmission Line, Hempstead, Mille�•, and Little River Counties, Arkansas," Prepared for American Electric Powei� Secvice Corpocation as an Agent for Southwestern Electric Power Company, Shreveport, Louisiana. Document No. 070147, January, 2008. `Bnvironmental Assessment and Alteinative Route Analysis for the Proposed Ensfor 138-kV Transmission Line Project, Liberty County, Texas," Prepared for Sam Houston Electcic Cooperative, Inc., Livingston, Texas. Document No. 070091, November 2007. "Environmental Assessment and Alternative Route Analysis for the Proposed Ajo-Zorillo-Sarita 345-kV Transmission Line Project, Kenedy County, Texas," Prepared for AEP Tesas Centcal Company, Tulsa, Oklahoma, Document No. 070097, June 2007. "Environmental Assessment and Alternative Route Analysis for the Proposed Clear Spr•ings/Zocn to Hutto 345-kV Transmission Line Pcoject, Williamson, Ti•avis, Caldwell, Hays, and Guadalupe Counties, Texas", Prepared for LCRA Transmission Secvices Corporation, Austin, Texas. Document 050074-Volumes I and II, March 2007. "Environmental Assessment and Alternative Route Analysis for the Proposed Wilson to Sutheeland Springs 138-kV Teansmission Line Project, Wilson County, Texas," Prepared for Guadalupe Valley Electric Cooperative, Inc, Gonzales, Texas. Document No. 060350, March 2007. "Environmental Assessment and Alternative Route Analysis foc the Proposed Rim Rock to Goat Creek 138-kV Tcansmission Line Pcoject, ICerc County, Tesas," Prepaced for LCRA Transmission Services Corporation, Austin, Texas. Document No. 050073, February 2007. "Environmental Assessment and Alternative Route Analysis for the Proposed Fayetteville to North Fayetteville 161-kV Transmission Line Conveision Project, Washington County, Arkansas," Pcepared for Soutllwestern Electric Power Company, Shreveport, Louisiana, Document No. 060322, December 2006. "Enviconmental Assessment for the Proposed NTMWD Lake Tawakoni 138- kV Transmission Line Project, Van Zandt County, Texas," prepared for Tcinity Valley Electric Cooperative, Inc., Kaufman, Texas. Document No. 060264, November 2006. "Environmental Impact Statement foc the Proposed Chambers Spring to Tontitown 345-kV Tcansmission Line Project, Benton and Washington Counties, Arkansas," prepared for Southwestern Elect��ic Power Company, ROB R. REID � 9 POWER ENGINEERS, INC. Shrevepoct, Louisiana. Document No. 060250, September 2006. "Environmental Assessment and Alternative Route Analysis for the Pcoposed Medina Lake-CPS 138-kV Transmission Line Project, Bandera, Medina, and Bexar Counties, Texas," prepared for LCRA Transmission Seivices Corporation, Austin, Texas. Document No. 060125, July 2006. "Environmental Assessment and Alternative Route Analysis for the Proposed RCEC 138-kV Interconnect Project, Henderson and Van Zandt Counties, TeYas," prepared for Rayburn County Electric Cooperative, Inc., Rockwall, Texas. Document No. 060040, July 2006. "Environmental Assessment and Alternative Route Analysis for the Proposed Hidalgo/Rio Rico to Stewart Road Transmission Line Project, Hidalgo, County, Texas," prepaced for AEP Texas Centcal Company, Corpus Christi, Texas. Document No. 060038, June 2006. "Environmental Assessment and Altecnative Route Analysis for the San Miguel to Lobo 345-kV Transmission Line Project in Atascosa, McMullen, LaSalle and Webb Counties, Texas," prepared for AEP Texas Central Company, Corpus Christi, Texas. Document No. 040374, June 2006. "Routing Analysis Siloam Springs to Chambers Spring 161-kV Transmission Line, Benton County, Arkansas," prepared for Southwestern Electcic Power Company, Shreveport, Louisiana. Document No. 060039, May 2006. "Environmental Assessment and Alteenative Route Analysis for the Pcoposed Sand Springs 138-kV Transmission Line Project, Wood County, Texas," prepared for Wood County Electric Cooperative, Inc., Quitman, Teaas. Document No. 050274, Apri12006. "Environmentai Assessment and Alternative Route Analysis for the Proposed Cagnon to Lytle 138-kV Transmission Line Project, Bexa�•, Medina and Atascosa Counties, Texas," prepared for City Public Seivice of San Antonio, San Antonio, Texas. Document No. 050041, Januaiy 2006. "Environmental Assessment and Altei•native Route Analysis for the Pi•oposed Amite South Phase 2 230-kV Transmission Line Project, Ascension, St. James, and St. John the Baptist Parishes, Louisiana," prepared for Entergy Services, Inc., as agent for Enteegy Louisiana, Inc., New Ocleans, Louisiana. Document No. 050093, December 2005. "Environmental Assessment and Alternative Route Analysis for the 345-kV Hillje Project, Fort Bend, Wharton, Matagorda and Brazoria Counties, Texas," pcepared for CenterPoint Energy Houston Electeic, LLC, Houston, Texas. Document No. 040366, September 2005. "Environmental Assessment and Alternative Route Analysis for tlie Proposed Merlin to L-17 138-kV Transmission Line Project, Orange County, Texas," pi•epared foc Entergy Gulf States, Inc., Beaumont, Texas. Document No. 050119, August 2005. "Environmental Assesstnent and Altei•native Route Analysis for the Proposed Port Acces to Keith Lake 230-kV Transmission Line Project, Jeffeison County, TeYas," prepared for Entergy Gulf States, Inc., Beaumont, Texas. Document No. 050105, July 2005. ROB R. REID � 10 POWER ENGINEERS, INC. "Environmental Assessment and Alternative Route Analysis for the Winnsboro to North Mineola 138-kV Transmission Line Project in Wood, Franklin and Hopkins Counties, Texas," prepared for Southwestein Electric Potver Co., Shreveport, Louisiana. Document No. 040165, September 2004. "Environmental Assessment and Alternative Route Analysis for the Proposed Sandy Creek to Sunrise Beach 138-kV Transmission Line Project, Llano County, Texas," prepared for LCRA Transmission Seivices Corporation, Austin, Texas, Document No. 030109, June 2004. "Environmental Assessment and Alternative Route Analysis for the Proposed Cagnon Road to LCRA Tie 345-kV Tt�ansmission Line Pcoject, Bexar and Medina Counties, Texas," prepared for City Public Service of San Antonio, San Antonio, Texas, DocumentNo. 030151, June 2004. "Environmental Assessment and Altecnative Route Analysis foc TXU Electric Delivecy Company's Peoposed Jacksboro-West Denton 345-kV Transmission Line Project in Jack, Wise, and Denton Counties, Texas," prepared for TXU Electric Delivery Company, Fort Worth, Texas, Document No. 030302, June 2004. "Environmental Assessment and Alternative Route Analysis foe the Proposed Hill Country 138-kV Transmission Line Project, Kendall County, Texas," prepared for LCRA Transmission Services Corporation, Austin, Texas, Document No. 030327, May 2004. "Environmental Assessment and Alternative Route Analysis for the Proposed Staley to Point Blank 138-kV Transmission Line Project, San Jacinto County, Te�as," prepared for Sam Houston Electric Cooperative, Inc., Livingston, Texas, Document No. 030128, Apri12004. "Environmental Assessment and Alternative Route Analysis for the Proposed Johnstown to Porter 230-kV Transmission Line Project, Montgomecy County, TeYas," prepaced for Entergy Gulf States, Inc., Beaumont, Texas, Document No. 040061, March 2004. "Environmental Assessment for Entergy Gulf States, Inc.'s Proposed Line 457 to Carroll Street Park S�vitching Station 138-kV Transmission Line Pcoject, Jefferson County, Texas," prepaced for Entergy Gulf States, Inc., Beaumont, Texas, Document No. 030264, January 2004. "Environmental Assessment and Alternative Route Analysis for the Proposed Cagnon-Kendall 345-kV Tcansmission Line Project, Kendall County, Texas," prepared for Lower Colorado River Autho�•ity, Austin, Texas, Document No. 020396, Januaiy 2004. "Environmental Assessment and Alternative Route Analysis for the Pcoposed Dayton to Gordon 138-kV Transmission Line Project, Liberty County, Texas," prepaced for Entergy Gulf States, Inc., Beaumont, Texas, Document No. 030322, December 2003. "Environmental Assessment and Alternative Route Analysis for Farmers Electcic Cooperative, Inc.'s (dba FEC Electric) Proposed Forney -NW Terrell 138-kV Transmission Line Project, Kaufman County, Texas," prepaced for Farmers Elech•ic Cooperative, Inc., Greenville, Texas, DocumentNo. ROB R. REID � 11 POWER ENGINEERS, INC. 030261, December 2003. "Environmental Assessment and Alternative Route Analysis for the Proposed Glasscock to Andice 138-kV Transmission Line Project, Williamson County, Texas," prepared for LCRA Transmission Services Corporation, Austin, Texas, Document No. 000226, November 2003. "Enviconmental Assessment and Alternative Route Analysis for the Proposed Shaiyland Utilities Mexico Tie 138-kV Transmission Line Project, Hidalgo County, Texas," prepared for Sutherland, Asbill & Brennan, LLP, Austin, Texas, Document No. 030127, October 2003. "Environmental Assessment and Altecnative Route Analysis for the Proposed Pittsbuig to Winnsboro 138-kV Transmission Line Pcoject in Camp, Franklin, and Wood Counties, Te�:as," prepared for Southwestern Electric Pow�er Co., Shrevepoct, Louisiana, Document No. 020203, August 2003. "Environmental Assessment and Altecnative Route Analysis for the Pcoposed Southwest Research Institute 138-kV Transmission Line Project, Bexar County, Texas," prepaced for City Public Seivice of San Antonio, San Antonio, Texas, Document No. 020354, July 2003. "Environmental Assessment of the Pcoposed North McCamey to Rio Pecos 138-kV Transmission Line, Upton, Crane, And Crod<ett Counties, Texas," prepared for LCRA Transmission Services Corporation, Austin, Texas, Document No. 030009, May 2003. "Environmental Assessment and Alternative Route Analysis for the Proposed Hamilton Wolfe 138-kV Transmission Line Project, Bexac County, Texas," pcepared fot• City Public Seivice of San Antonio, San Antonio, Texas, Document No. 030101, May 2003. "Enviconmental Assessment and Alternative Route Analysis for the Proposed NGPL (Kinder Morgan) to Devers 138-kV Transmission Line Project, Libecty County, TeYas," p�•epared f'or Entergy Gulf States, Inc., Beaumont, Texas, Document No. 030034, April 2003. "Enviconmental Assessment for the Proposed China to Porter 230-kV Transmission Line Project Jeffeison, Hardin, Liberty, Harris, and Montgomery Counties, Texas," prepared for Entergy Gulf States, Inc., Beaumont, Texas, Document No. 020119, Decembec 2002. "Environmental Assessment and Alternative Route Analysis for the Proposed Twin Buttes to Big Lake/SAPS Cut-In 138-kV Transmission Line Project Tom Green County, Texas," prepared fo�• LCRA Transmission Services Corp., Austin, TeYas, DocumentNo. 010141, December 2002. "Environmental Assessment and Alternative Route Analysis for the Proposed Fort Lancaster to Friend Ranch 138-kV Transmission Line Crockett, Pecos, and Terrell Counties, Texas," prepaced for LCRA Transmission Services Corporation, Austin, Texas, Document No. 020029, November 2002. "Enviconmental Assessment and Alternative Route Analysis for the North McCamey to Southwest Mesa Tap 138-kV Tcansmission Line Pcoject Upton County, Texas," pcepared for LCRA Tcansmission Services Cocpocation, Austin, Texas, Document No. 020129, Octobec 2002. ROB R. REID � 12 POWER ENGINEERS, INC. "Environmental Assessment for the Proposed Crane to McElcoy/N. McCamey Cut-In 138-kV Tcansmission Line Crane and Upton Counties, Texas," prepaced for LCRA Transmission Secvices Corpocation, Austin, Texas, Document No. 020130, September 2002. "Environmental Assessment and Alternative Route Analysis for the Proposed Northeast Watec Plant 138-kV Transmission Line Project Harris County, Texas," prepared for Reliant Energy HL&P, Houston, Texas, Docutnent No. 010403, July 2002. "Enviconmental Assessment and Alternative Route Study foc the Proposed Hickory Forest to New Berlin 138-kV Transmission Line Project Guadalupe County, Texas," prepared for Guadalupe Valley Electric Coopecative, Gonzales, Texas, Document No. 010314, June 2002. "Environmental Assessment for the Nueces Bay to Portland 138-kV Transmission Line Project Nueces County, Texas," prepaced for Amecican Electric Power, Dallas Texas, Document No. 020048, March 2002. "Enviconmental Assessment for the Nueces Bay to Dupont Switch 138-kV Transmission Line Pcoject Nueces County, TeYas," prepared for American Electric Power, Dalias Texas, Document No. 020047, March 2002. "Enviconmental Assessment for the Nueces Bay to Lon Hill and Nueces Bay to Up River Road 138-kV Transmission Line ProjectNueces County, Texas," prepared for American Electric Po�ver, Dallas Texas, Document No, 010426, March 2002. "Environmental Assessment and Alternative Route Analysis for the Lo�ver Colorado River Authority's Proposed Macedonia to Hockley 138-kV Transmission Line Project Harris, Montgomery, and Wallec Counties, Texas," prepared for Lo���er Colorado River Authority, Austin, Texas, Document No. 981789, July 2001. "Environmenta( Assessment and Alternative Route Analysis for the Proposed Graham-Jacksboro 345-kV Tcansmission Line Project Young and Jack Counties, Texas," prepared for TXU Electric Company, Fort Wortl�, Texas, Document No. 990513, May 2001. "State Highway 130 fi•om I-35 North of Geoigeto���n to I-10 Near Seguin - Environmental Impact Statement," Draft December, 1999/Final March 2001. (Atkins Project Manager) "Environmental Assessment and Alternative Route Analysis for the Proposed Conroe to Forest 138-kV Transmission Line Pcoject Montgomeiy County, Teaas," prepared for Entergy Gulf States, Inc., Beaumont, Texas, Document No. 000338, December 2000. "Enviconmental Assessment and Altecnative Route Analysis for the Proposed Capote to Hickoiy Forest 138-kV Transmission Line Project Guadalupe County, Texas," prepared for Guadalupe Valley Electric Cooperative, Gonzales, Texas, Document No.991436, November 2000. "Environmental Assessment and Alternative Route Analysis for the Proposed ROB R. REID � 13 POWER ENGINEERS, INC. Van Raub 138-kV Transmission Line Project, Bexar, Kendall, Bandera, and Comal Counties, Texas," pcepaced for City Public Service of San Antonio, San Antonio, Texas, Document No. 991488, September 2000. "Environmental Assessment for the Pcoposed Kunitz to Wink 138-kV Transmission Line, Culbecson, Reeves, Loving, and Winkler Counties, Texas," prepared for the Lo«�er Colorado River Authocity, Austin, Texas, Document No. 000006, May 2000. "Environmental Assessment for the Proposed Lockhart to Dump Hill 138/69- kV Transmission Line, Caldwell County, Texas," prepared the Lower Colorado River Authority, Austin, Texas, Document No. 991383, March 2000. "Environmental Assessment and Alternative Route Analysis for the Proposed Morgan Creek-Twin Buttes-Red Ci�eek-Comanche 345-kV Transmission Line Project, Mitchell, Coke, Sterling, Tom Green, Runnels, Concho, Coleman, McCulloch, Brown, Mills, and Comanche Counties, Texas," prepared for TXU Electric, Fort Worth, Texas, and West Texas Utilities Company, Abilene, Texas, DocumentNo. 990514, February 2000. "Environmental Assess�nent and Alternative Route Analysis for the Proposed Entergy Gulf States, Ina Spring Creek 138-kV Transmission Line Pi•oject, Montgomeiy and Hacris Counties, Texas," prepared for Entergy/Gulf States Utilities Company, Beaumont, Texas, DocumentNo. 991143, Decembei• 1999. "Environmental Assessment foc the Proposed Fayette Power Project -Lytton Springs 345-kV Transmission Line, Caldwell, Bastcop, and Fayette Counties, Texas," prepared foc the Lo�a�ec Colorado River Authority, Austin, Texas, Document No. 990818, Ju(y 1999. "Enviconmental Assessment fo�• the Proposed Hays Energy 345-kV Transmission Line, Hays and Guadalupe Counties, TeYas," peepared for the Lowec• Colocado River Authority, Austin, Texas, Document No. 990086, April 1999. "Environmental Assessment - Frontera Genecation Limited Partnersliip - Rio Bravo Electcical Interconnection Project, Hidalgo County, Texas," prepared for Fcontera Generation Limited Partnership, Dallas, Texas/U.S. Department of Energy, Washington, D.C., DOE/EA-1297, April 1999. "Environmental Assessment for the Proposed Buda-Rohr 138-kV Transrnission Line, Hays County, Texas," prepared for the Lower Colocado River Authority, Austin, TeYas, Document No. 990085, March 1999. "Environmental Assessment and Altecnative Route Analysis foe the Jasper- Newton Electric Cooperative's MeGee 138-kV Transmission Line and Substation Project, Jasper County, Texas," prepared for Jasper-Newton Electric Cooperative, Inc„ Kicbyville, Texas, Document No. 980285, December 1998. "Environmental Assessment and Altecnative Route Ana(ysis for the Proposed Mustang Island Tcansmission Line Project, Nueces County, TeYas," prepaced for Central Power and Light Company, Corpus Christi, Texas, Document No. ROB R. REID � 14 POWER ENGINEERS, INC. 980884, November 1998. "Environmental Assessment and Alternative Route Analysis for the Lo�ver Colorado River Authority's Proposed Segovia Transmission Line Pcoject, Kimble County, TeYas," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 971620, October 1998. "Environmental Assessment for the Proposed Coldspring to Wolf Creek to Dorrell 138-kV Transmission Line Project, San Jacinto, Walker, and Montgomery Counties, Texas," prepared for Sam Houston Electi•ic Cooperative, Inc., Livingston, Te�cas, Document No. 970128, August 1998. "Environmental Assessment and Alteinative Route Ana(ysis for the Proposed Big Lake-Ozona-Sonora 138-kV Transmission Line Project, Reagan, Crockett, Schleicher, and Sutton Counties, Texas," prepa�•ed for West Texas Utilities Company, Abilene, Texas, Document No. 971225, April 1998. "Environmental Assessment for the Pcoposed Hill Countiy to Stonegate 138- kV Tcansmission Line Project at Camp Bullis, Texas," prepared for City Public Service Company of San Antonio, San Antonio, Texas, Document No. 960210, Februaty 1998. "Environmental Assessment and Alternative Route Analysis for the Proposed Friendship to Circ(e C to Manchaca 138-kV Transmission Line Pi•oject, Travis and Hays Counties, Texas," peepaced for Pedernales Electric Cooperative, Inc., Johnson City, Te�:as, Document No. 970276, September 1997. "Environmental Assessment for the Pcoposed Upgrading of the Alum Creek to Smithville 69-kV Transmission Line, Bastrop County, Texas," pcepared for the Lower Colorado River Authority, Austin, Texas, Document No. 970860, August 1997. "Envii•onmental Assessment and Alternative Route Analysis foi� the Proposed Wictz to Granite Mountain 138-kV Transmission Line Project, Burnet County, Texas," prepared for the Lower Colorado Rivec Authority, Austin, Texas, Document No. 970133, June 1997. "Environmental Assessment and Alternative Route Study for the Pcoposed Taylor Bayou 69-kV Transmission Line Project," prepaced for Entergy/Gulf States, New Orleans, Louisiana, Doaiment No. 961534, Januaiy 1997. "Bor�rower's Environmental Repoct for the Proposed SN TX to Plainview 69- kV Transmission Line Project," prepared for Midwest Electric Cooperative, Inc., Roby, Texas, Document No. 961379, November 1996. "Environmental Assessment and Alternative Route Study fo�• the Proposed Longtvorth 69-kV Tcansmission Line Pcoject," prepared for West Teaas Utilities Company, Abilene, TeYas, Document No. 961378, November 1996. "Environmental Assessment and Alternative Route Study foc the Pcoposed Snyder to Roby 69-kV Transmission Line Pcoject," prepared for West Texas Utilities Company, Abilene, Texas, Document No. 960748, November 1996. "Dcaft Envir•onmental Impact Statement, U.S. 71 B Texarkana, Ackansas, to DeQueen, Arkansas B Little River, Miller, and Sevie�• Counties, Ackansas ROB R. REID � 15 POWER ENGINEERS, INC. and Bowie Cottnty, Texas," prepar�ed for the Arkansas State Highway and Transportation Depai�tment and the Federal Highway Administration, State Project No. 30108, Document No. 930500, November 1996. "Environmental Assessment and Alternative Route Study for the Proposed Buttercup to Jollyville 138-kV Transmission Line Project," prepared fot• the Lowec Colorado River Authority, Austin, Texas, Document No. 960328, September 1996. "Environmental Assessment for the Proposed Univecsity Substation Project," pcepai•ed foc Central and South West Services, Inc., Dallas, Texas, Document No. 960749, July 1996. "Boccowers Environmental Report for the South Palestine 138-kV Transmission Line Project, Anderson County, Texas," prepared for New Era Electcic Cooperative, Inc., Athens, TeYas, Document No. 960079, June 1996. "Environmental Assessment and Alternative Route Study for the P►•oposed Gate«�ay 138-kV Transmission Line/Substation Project," prepared for Central and South West Seivices, Inc., Dallas, Texas, Document No. 960447, May 1996. "Environmental Assessment foe the Proposed D.O. Aldcidge-Hill/Wilson 69- kV Transmission Line Project, Franklin and Hopkins Counties, Texas," prepared for Wood County Electcic Cooperative, Inc., Quitman, Texas, Document No. 930602, May 1996. "Environmental Assessment for the Proposed Central Heights-Martinsville 69/Future 138-kV Transmission Line Project, Nacogdoches County, Texas," prepared foc Deep East Texas Electric Cooperative, Inc., San Augustine, Texas, Document No, 950760, Novembec 1995. "Environmental Assessment and Alternative Routing Analysis for the Proposed Schertz to Parkway 138-kV Transmission Line Piroject, Volumes I and II," prepared for the Lower Colorado River Authority, Austin, Texas, Document Nos. 950694 and 951020, November 1995. "Environmentai Assessment and Alternative Routing Analysis f'or the Proposed Conroe to Oak Ridge 138-kV Transmission Line Project," prepared for Entergy/Gulf States Utilities, Beaumont, Texas, Document No. 950757, Octobec 1995. "Comprehensive Routing, Environmental, and Engineering Shidies fo�• the Onion Creek to Beigstrom 138-kV Tcansmission Line Project (subconsultant to R.W. Beck fo�• Environmental Assessment)," prepaced for the City of Austin Electric Utiliry Department, Austin, Texas, Document No. 950265, September 1995. "Borcowers Environmental Report for the Proposed Reno 138-1cV Transmission Line Pcoject, Lamat• County, Texas," prepared for Lamar County Electcic Cooperative Association, Pai•is, TeYas, Document No. 940512,June 1995. "Environmental Impact Statement - Dane County Regional Airport, Madison, Wisconsin." Prepared for the U.S. Department of Transportation, Federal Aviation Administration. DocumentNo, 930870, June 1995. ROB R. REID � 16 POWER ENGINEERS, INC. "Environmental Assessment and Altecnative Route Analysis for the Proposed Bo 138-kV Transmission Line Project," prepared foc Gulf Coast Power Connect, Inc., Austin, Texas, Document No. 941206, Februaiy 1995. "Environmental Assessment for the Temco-Eveigreen 138-kV Transmission Line Project Walker County, Texas," prepared for Sam Houston Electric Cooperative, Inc., Livingston, Texas, Document No. 940669, November, 1994. "Environmental Assessment and Alternative Routing Analysis for the Proposed Mexico Tie 230-kV Tcansmission Line Project (Preliminary Draft)," prepared for Central and South West Secvices, Inc., Dallas, Texas, Document No. 930240, Novembec 1994. "Volume II Environmental Assessment of Alternative Routes for LCRA's Proposed Schumansville Project, Comal and Guadalupe Counties, Texas," prepared for The Lower Colorado River Authority, Austin, Texas, Document No. 930774, October 1994. "Environmental Assessment and Alternative Route Analysis for LCRA's Proposed Texas Wind Power Project 138-kV Transmission Line Culberson County, Texas," prepared for The Lowec Colorado River Authority, Austin, Texas, Document No. 940135, June 1994. "Borcowers Envi��onmental Report Sam Houston Electric Coopecative, Inc. Pcoposed Two-Year Work Plan 1994-1995," pcepared for Sam Houston Electric Cooperative, Inc., Livingston, Texas 77351, Document No. 940034, March 1994. "Environmental Assessment and Alternative Route Analysis for Central Power and Light Company's Proposed Roma 138-kV Transmission Line Project," prepaced for Central Power and Light Company, Corpus Chi�isti, Texas, Document No. 930514, November 1993. "Environmental Assessment for the Proposed Becea-Jacksonville 138-kV Transmission Line Pcoject, Andecson, Cherokee and Houston Counties, TeYas," prepared for East Texas Electric Cooperative, Inc., Nacogdoches, Texas, Document No. 930066, October 1993, "Environmental Assessment for the Proposed S���inneytown Tap- Swinneytown 138-kV Transmission Line Project, Smith County, Texas," prepared for East Texas Electric Cooperative, Inc., Nacogdoches, Texas, Document No. 930069, October 1993. "Environmental Assessment for the Proposed Troup Tap-New Summerfield 138-kV Transmission Line Project, Smith and Cherokee Counties, TeYas," pcepared for East Texas Elech•ic Coopecative, Inc., Nacogdoches, Teaas, Document No. 930068, October 1993. "Environmental Assessment fot• the Piroposed Jacksonville-Teaselville 138- kV Tcansmission Line Project, Smith and Cherokee Counties, Texas," prepared for East Texas Electric Cooperative, Inc., Nacogdoches, Texas, Document No. 930067, October 1993. "Envii•onmental Assessment foc the Proposed Clyde Brady-E. Burges 138- ROB R. REID I 17 POWER ENGINEERS, INC. kV Transmission Line Project, Van Zandt and Smith Counties, Texas," prepared for East Texas Electric Coopecative, Inc., Nacogdoches, Texas, Document No. 930070, October 1993. "Environmental Assessment and Altecnative Route Analysis for the Proposed Fredericksbwg North Project-Volume II," prepared for the Lowec Colorado River Authority, Austin, TeYas, Document No. 890251, June 1989 (Revised August 1993). "Volume I Existing Environment of the Region of Interest for the LCRA's Pcoposed Schumansville Project," prepared for The Lower Colorado River Authority, Austin, Texas, Document No. 930016, May 1993. "Existing Environment of the Region of Interest for the Proposed Fredericksbucg North Project-Volume i," pcepared for the Lower Colorado Rivec Authority, Austin, TeYas, Document No. 880069, Apcil 1989 (Revised January 1993). "Environmental Assessment for the Proposed Eden Project, Conch County, Texas," prepared for West Texas Utilities Company, Abilene, Texas, Document No. 910575, November 1992. "Comprehensive Routing and Em�ironmental Studies for the Seaholm to Salem Walk 138-kV Transmission Line Project (CKT 976)," prepared for The City of Austin Electric Utility Department, Austin, Texas, Document No. 900194, Septembec 1992. "Environmental Assessment and Alternative Route Analysis for tl�e Proposed Kerr Cotmty Piroject-Volume II," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 890178, May 1989 (Revised September 1992). `Borrowers Environmental Report for the Peoposed Jackson-Canton 138-kV T��ansmission Line Project, Van Zandt County, Texas," prepared for Raybw•n Countiy Electcic Cooperative, Inc., Rock�vall, Texas, Document No. 910604, July 1992. "Enviconmental Assessment and Alternative Routing Analysis for the Proposed Cross Valley Tie 345/138-kV Project," prepared for Central Power and Light Company, Cotpus Christi, Texas, Document No. 900784, July 1992. "Draft Environmental Impact Statement-Proposed Constcuction of Winston- Salem Outer Beltway on New Location," prepared for North Carolina Dept. of Transpoi�tation, FHWA-NC-EIS-92-06-D, Document No. 910124, June 1992. "Environmental Assessment and Alternative Route Analysis for the Pi•oposed Militaiy Highway-CFE Tie 138/69-kV Transmission Line Project, Brownsville, Cameron County, Texas," pcepared for Central Power and Light Company, Co�pus Christi, Texas/U.S. Dept. of Ene�gy, Document No. 910377, DOE/EA-0702. Api•il 1992. "Environmental Assessment for Central Power and Light Company's Proposed Koch Refining Company 69/138-kV Transmission Line Relocation Project," pcepared for Central Power and Light Company, Corpus Christi, ROB R. REID � 18 POWER ENGINEERS, INC. Texas, Document No. 910439, January 1992. "Environmental Assessment and Alternative Routing Analysis for the Proposed Alamogordo to Ruidoso 115-kV Ti�ansmission Line Project," prepared for Texas-New MeYico Powei• Company, Fort Worth, Texas, Document No. 900551, January 1992. "Environmental Assessment for the Proposed Rebuilding and Relocation of a Portion of the Hicross-Buda Split 138-kV Transmission Line, Travis and Hays Counties, Texas," prepaced for the Lower Colorado River Auth., Austin, Texas, Document No. 900302, September 1991. "Comprehensive Siting, Routing & Environmental Studies f'or the Oak Hill 138-kV Substation and Related Transmission Line Relocation Project," prepared for the City of Austin, Austin, Te�as, Document No. 910044, September 1991. "Phase I Preacquisition Site Assessment-55-Acce Tract Southwest of the Intecsection of FM 1599 and Seaccy Ranch Road, Harlingen, Texas," prepared for Central Powec and Light Company, Corpus Christi, Texas, Document No. 910411, August 1991. "Draft Environmental Impact Statement - Pi•oposed Constcuction of U.S. 220 to a Fouc-Lane Divided Facility on Ne�v Location that Extends ApproYimately 15.3 Miles fi•om Emeiy to south of Ellecbe in Montgomecy and Richmond Counties, North Cacolina," prepared for the North Carolina Dept. of Tcansportation, Raleigh, North Cacolina, FHWA-NC-EIS-91-02-D, July 1991. "Environmental Assessment and Alternative Route Analysis for the Proposed North Pole-Oilville-Short Pump 230-kV Transmission Line Project," prepaeed for Virginia Power, Richmond, Virginia, Document No. 890327, July 1991. "Existing Enviconment of the Region of Interest for the Proposed Kerc County Project-Volume I," prepared for the Lo�ver Colocado River Authority, Austin, Texas, DocumentNo. 890196, April 1989 (Revised June 1991). "Environmental Assessment for the Proposed Hilbig 13.8-kV In-Field Line Addition Near Rockne, Bastrop County, Texas," prepared for the Lowet• Colorado River Authority, Austin, Te�:as, Document No. 910179, May 1991. "Borrowers Environmental ReportlEnvironmental Assessment for the Pcoposed Canton Tap - Mineola 138-kV Transmission Line Project, Van Zandt, Smith and Wood Counties, Texas;" prepared for Southwestecn Eleck�ic Power Contpany, Shreveport, Louisiana and Rayburn Counti•y Electcic Cooperative, Inc., Rockwall, Texas, Document No, 900607, March 1991. "Enviconmental Evaluation of the Pcoposed 138-kV Transmission Line Between the Glenn Pine Substation and the Proposed Explorer Switching Station in Van Zandt County, Texas," pcepared for Kaufman County Electcic Coopecative, Inc., Kaufman, Texas and Rayburn Country Electric Cooperative, Inc., Rockwall, Texas, Document No. 910041, March 1991. ROB R. REID ( 19 POWER ENGINEERS, INC. "Environmental Assessment and Alternative Route Analysis for the Proposed EYplorer-Overton 138-kV Transmission Line Project-Kauf'man, Van Zandt, Hendetson, Smith, Anderson, Cherokee and Rusk Counties, Texas," prepared for Rayburn Count�y Electric Cooperative, Inc., Rockwall, Texas, Document No. 900556, Februaiy 1991. "A Review of Available Information on Black-capped Vireo Occurrence in Relation to the Lower Colorado River Authority's Electric Transmission Facilities," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 900700, January 1991 (with staffl. "Compt�ehensive Routing and Environmental Studies for the Sprinkle to Howard Lane 138-kV Project (CKT 974/975)," prepaced for the City of Austin, Austin, Texas, Document No. 900021, January 1991. "Borrowers Environmental Report-Sam Houston Electric Cooperative, Inc. - Proposed Two-Year Work Plan-1991-1992," pcepaced for Sam Houston Elech•ic Cooperative, Inc., Livingston, TeYas, Document No. 910015, January 1991. "Alternative Routing Analysis and Environmental Report for the Pcoposed Dripping Springs to Wimberley 138-kV Transmission Line and Substation," prepared for Pedernales Electric Coopei•ative, Inc., Johnson City, Texas, Document No. 900614, November 1990. `Bnvironmental Analysis of Soutl� Padi•e Island - Port Isabel 138-kV Undeiground Transmission Cable," prepared for Central Po�a�er and Light Co., Corpus Christi, Texas, Document No. 890699, October 1990. "Supplemental Biological Assessment of the Endangeced Attwater's Prairie Chicken and Bald Eagle Along CPL's Proposed Lon C. Hill-Coleto Ci�eek 345-kV Transmission Line," prepared for the U.S. Army Corps of Engineers, Galveston, Texas, Document No. 900619, October 1990. `Borrowers Environmental Report - SiY Mile - Leach 138-kV Transmission Line Project, Sabine & Newton Counties, Texas," prepared for Tex-La Electcic Cooperative, Inc., Nacogdoches, Teaas, Document No. 890651, September 1990. "Environmental Assessment and Alternative Route Analysis for the Lytton Springs-Slaughtec Lane Project," prepared for the City of Austin, Austin, Texas, DocumentNo. 890501, Septembec 1990. "Environmental Assessment and A(ternative Route Anafysis for Central Po���er and Light Company's Proposed Santo Nino 138-kV Transmission Line and Substation," Webb County, Texas, prepaced for Central Power and Light Company, Corpus Christi, Texas, Document No. 900034, August 1990. "Enviconmental Assessment & Alternative Route Analysis - Pineland - Rayburn Switchyard 138-kV Tcansmission Line Pcoject, Sabine and Jasper Counties, Texas," prepared for Te�-La Electric Cooperative, Inc., Nacogdoches, Texas, Document No. 890650, August 1990. "Environmental Assessment of the Pcoposed Pisek Project," prepared for the Lower Colorado River Authority, Austin, Te�as, Document No. 890377, March 1990. ROB R. REID � 20 POWER ENGINEERS, INC. "Borrowers Environmental Report - Center-Holly 138-kV Transmission Line Project, Shelby & San Augustine Counties, Texas," prepared for Tex-La Elect�•ic Cooperative of Texas, Inc., Nacogdoches, Texas, Document No. 890649,February 1990. "Environmental Assessment for the Winchester to Salem 138-kV T�•ansmission Line Pcoject," prepa�•ed for the Lo«�er Colorado River Authority, Austin, Texas, Document No. 890384, Decembec 1989. "Alternative Route Analysis and Environmental Assessment for the Lon C. Hill-Coleto Creek 3�t5-kV Transmission Line (Volwnes I and II)," prepared for Central Power and Light Company, Coipus Christi, Texas, Document No. 890149, December 1989. "Environmental Information Document foc the Proposed Aristech Cumene/Phenol Complex, Mount Airy, Louisiana," prepared for Aristech Chemical Corp., Pittsburgh, Pennsylvania, Document No. 8901 I5, October 1989. "Borrowecs Environmental Report for the Peoposed Tenaha-Timpson 138-kV Transmission Line/30-Megawatt Load Shift Project," prepared for TeY-La Electeic Cooperative of Texas, Inc., Nacogdoches, Texas, Document No. 880728, September 1989. "Environmental Assessment and Alternative Route Analysis for Cenh•al Po�i�er and Light Company's Proposed Javelina 138-kV Tcansmission Line and Substation," pcepared for Central Power and Light Company, Corpus Chcisti, Texas, Document No. 890135, September 1989. "Alternative Route Analysis and Enviromnental Assessment for the Proposed Gill 138-kV Transmission Line Pcoject, Harcison County, Texas," prepaced for Panola-Harrison Electcic Cooperative, Inc., Macshall, Te�as, Document No. 890070, June 1989. "Environmental Assessment and Alternative Route Analysis-Chesterfleld to Chickahominy 230-kV Project," prepared for Virginia Power, Richmond, Virginia, Document No. 880720, June 1989. "Environmental Assessment for a Proposed 138-kV Transmission Line Relocation Near Kyle, Hays County, Texas," prepared for the Lower Colorado River Authocity, Austin, Texas, Document No. 890241, June 1989. "A Review of Available Information on Black-capped Vireo Occurrence in Relation to the Lower Colorado River Authority's Electric Transmission Facilities," prepared for the Lower Colorado Rivec Authority, Austin, Texas, Document No. 890020, Februaiy 1989 (with staffl. "Environmental Assessment - Lampasas-Goldthwaite 69-kV Transmission Line Project," prepared for the Lower Colorado Rivec Authority, Austin, TeYas, Document No. 880505, Febivaiy 1989. "Environmental Information Document," prepared for the El Paso County Lower Valley Water District Authority, Socorro, Texas, Document No. 880679, Decembec 1988 (with Jones and Neuse, Ine. and Conde Engineering, Inc.). ROB R. REID � 21 POWER ENGINEERS, INC. "Environmental Report f'or the Pcoposed Childress to Paducah 138-kV Transmission Line Project," prepa��ed for West Texas Utilities Company, Abilene, Texas, Document No. 880628, November 1988. `Borrowers Environmental Report for the Pcoposed West Munson-Quinlan- Wieland 138-kV Transmission Line and Substations," prepared for Farmers Electric Cooperative, Inc., Greenville, Texas, Document No. 880563, November 1988. "Enviironmental Assessment and Alternative Route Analysis for the Proposed Mill Cceek Pt•oject - Volume II," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 880292, September 1988. "Envi��onmental Assessment and Alternative Route Analysis for Central Po�a�er and Light Company's Proposed Homeport 138-kV Transmission Line and Substation," prepared for Central Power and Light Company, Corpus Christi, Texas, Document No. 880363, September 1988. "Environmental Information Document for a Proposed Wood Products Mamifacturing Facility in Beaucegacd Parish, Louisiana," prepared for Temple-Eastex, Inc., Diboll, Texas, Document No. 880422, August 1988. "Environmental Assessment and Alternative Route Analysis for the Proposed Colorado County Project - Volume II," prepared for the Lowec Colorado River Authority, Austin, Texas, Document No. 880406, August 1988. "Borrowers Environmental Report f'or the Proposed Moss Hi11230-kV Transmission Line and Substation," prepaced for Sam Houston Electric Cooperative, Inc., Livingston, Texas, DocumentNo. 880202, June 1988, "Environmental Assessment of the Proposed Lottdoun to Clark 230-kV Pcoject," prepared for Virginia Power, Glen Allen, Virginia, DocumentNo. 880065,June 1988. "Existing Environment of the Region of Interest for the Proposed Colorado County Project - Volume I," prepared for the Lowec Colorado River Authority, Austin, Texas, Document No. 880068, April 1988. "Existing Environment of the Region of Interest for the Proposed Mill Cceek Project - Volume I," prepared for the Lower Colorado River Authority, Austin, Te�:as, Document No. 870888, February 1988. "Environmental Assessment of the Proposed North Anna to Mitchell 230-kV Project," prepared for Virginia Power, Glen Allen, Virginia, DocumentNo. 870598, January 1988. "Enviconmental Assessment and Alternative Route Analysis for the Proposed Keriville South Project - Volume II," prepared foc the Lower Colorado River Authority, Austin, Texas, Document No. 870784, December 1987. "Environmental Assessment foc the Feiguson-Buchanan 138-kV Transmission Line Project, Burnet and Llano Counties, Texas," prepared for the Lower Colorado Authority, Austin, Texas, Document No. 870518, July 1987. ROB R. REID ( 22 POWER ENGINEERS, INC. "Environtnental Assesstnent for the Buchanan-Mormon Mill 138-kV Transmission Line Project, Burnet and Llano Counties, Texas," prepared f'o�• the Lower Colorado River Authocity, Austin, TeYas, Document No. 870517, July 1987. "Environmental Assessment of the City of Austin's Proposed CKT 968 138- kV Ti•ansmission Line Pi•oject," prepared for the City of Austin Electric Utility Department, Austin, TeYas, Document No. 870600, June 1987. "Enviironmental Assessment of the City of Austin's Proposed CKT 966 138- kV Transmission Line Project," prepaeed for the City of Austin Electric Utility Depactment, Austin, Texas, Document No. 870126, June 1987. "Part A: Environmental Assessment of Mid-Term and Long-Term Development Options at Robeet Mueller Municipal Aii•port," prepared for the City of Austin Depactment of Aviation; prepared by the Greiner Austin Team - Joint Ventuce, Document No. 860722, April 1987. "Environmental Assessment of Alternative Routes for LCRA's Proposed Deanville Project - Volume II," prepaced for the Lower Colorado River Authority, Austin, Texas, Document No. 861322, March 1987. "Alternative Route Analysis and Envieonmental Assessment for the Lon C. Hill - Coleto Creek 345-kV Transmission Line," prepared for Central Power and Light Company, Corpus Christi, Texas, Document No. 860548, Februa�y 1987. "Environmental Assessment of the City of Austin's Proposed CKT 961 138- kV Transmission Line Project," prepai•ed for the City of Austin Electric Utility Department, Austin, Texas, Document No. 861316, December 1986. "Environmental Assessment of the City of Austin's Proposed CKT 3125 345- kV Transmission Line Project," pcepared for the City of Austin Electcic Utility Department, Austin, Texas, Document No. 860579, September 1986. "Alternative Route Analysis and Environmental Assessment of the City of Austin's Proposed CKT 912 Transmission Line Pcoject w�ithin the City of West Lake Hil(s, TeYas," prepaced for the City of Attstin Electric Utility Department, Austin, Texas, Document No. 851130, August 1986. "Osuna Road Improvements (From Second Stceet to the North Diversion Cliannel) Project No. M-4052(2) Environmental Assessment," prepared for the County of Bernalillo, New MeYico, Document No. 86078, August 1986. 'Borrowe��'s Environmental Report: Port Lavaca-Vanderbilt 138-kV Transmission Line and Substation-Jackson, Victoria, and Calhoun Counties, TeYas," prepared for South TeYas Electcic Cooperative, Inc., Nursery, Texas, Documenk No. 860208, Macch 1986. "Borrowec's Environmental Repoct: Orange Grove - Driscoll 138-kV Transmission Line and Substation-Jim Wells and Nueces Counties, Texas," prepaeed for South Texas Electric Cooperative, Inc., Nursery, Texas, Document No. 860199, March 1986. "Water Availability Study for the Guadalupe and San Antonio River Basins," prepared for the San Antonio River Authority, Guadalupe-Blanco River ROB R. REID I 23 POWER ENGINEERS, INC. Authority, and City of San Antonio, Document No. 85580 (wildlife section), February 1986. "Enviironmental Assessment of the City of Austin's Proposed CKT 972 138- kV Transmission Line Pi•oject," prepared for the City of Austin Electric Utility Department, Austin, Texas, Document No. 85896, October 1985. "Environmental Assessment of the Giddings to Lexington 138-kV Transmission Line Pcoject, Lee County, Texas," prepared for the Lower Colocado River Authority> f4ustin, Texas, Document No. 85733, August 1985. "Environmental Assessment of the Mormon Mills 138-kV Transmission Line Project, Travis and Burnet Counties, Texas," prepared for the Lower Colorado River Authority, Austin, Te�:as, Document No. 8561 l, July 1985. "Environmental Assessment of the City of Austin's Proposed CKT 3126 345- kV Transmission Line Project," prepared for the City of Austin Electric Utility Department, Austin, TeYas, Document No. 85652, July 1985. "Environmental Assessment of Alternative Routes for LCRA's Proposed Round Top Project - Volume II," prepared for the Lowec Colorado River Authoi•ity, Austin, Texas, Document No. 85558, June 1985. "Existing Environment of the Region of Interest for LCRA's Proposed Deanville Project - Volume I," prepaced for the Lotver Colorado River Authocity, Austin, Texas, Document No. 841024, March 1985 (Revised November 1986). "EYisting Environmental of the Region of Interest foe LCRA's Proposed Round Top Project - Volume I," prepared for the Lower Colorado River Authority, Austin, TeYas, Document No. 861023, Febivaiy 1985. "Calvect Project-Ecology Baseline Report - 1985 Update," prepared for Phillips Coal Company, Richacdson, Texas, Document No. 85614, July 1985. "Final Report on Pce-Construction Monitoi•ing of Brown Pelican and Migratory Waterfowl Movements Near CP&L's Proposed Lagttna Madre Transmission Line," prepared for Central Po�ver and Light Company, Corpus Christi, Texas, Document No. 85431, June 1985. "Environmental Review of Pedernales Electric Cooperative's Proposed Seivice Center - FM 143 I, Wiliiamson County, Te�as," prepared foc Pedernales Electric Coopecative, Inc., Johnson City, Texas, JobNo. 7519, Lettec Report, December 1985. "Alternative Route Analysis and Environmental Assessment for the Proposed Coldsp�•ing 138-kV Transmission Line," prepared foi• Sam Houston Electric Cooperative, Inc., Livingston, Texas, Document No. 84889, December 1984. "Environmental Evaluation Relating to Petitions to Designate 178 Square Miles in Bastrop and Lee Counties as Unsuitable for Surface Coal Mining," pi•epared foi• Aluminum Company of America, City Public Service of San Antonio, Shell Mining Company, and Te�as Mining and Reclamation Association, Document No. 84387, July 1984. ROB R. REID � 24 POWER ENGINEERS, INC. "Existing Environment of the Region of Interest for LCRA's Proposed Kercville South Project," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 84314, June 1984. (Revised November 1987). "Environmental Assessment and Alternative Route Analysis for the Proposed China to Pocter 500-kV Transmission Line," prepared for Gulf States Utilities Company, Beaumont, Texas, Document No. 83566, January 1984. "Environmental Impact Statement - Flint Creek to Oklahoma 345-kV Transmission Line," prepared for Southwestern Electric Power Company, Shreveport, Louisiana, Document No. 83479, October 1983. "An Enviconmental Assessment of Alternative Lignite Conveyor Routes Between the Cummins Creek Mine and Fayette Power Project," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 83437, August 1983. "An Environmental Assessment of Alternative Lignite T��ansportation Methods Between the Cummins Creek Mine and the Fayette Power Project," prepared for the Lower Colorado River Authority, Austin, Texas, Document No. 83385, July 1983. "Environmental Assessment of the Proposed Turtle Creek to Hunt 138-kV Transmission Line, ICerc County, Tesas," prepared for Lo�ver Colorado River Authority, Austin, Te�cas, Document No. 83072, March 1983. "Environmental Assessment foe the Hunter to Sattler 138-kV Transmission Line, Hays and Comal Counties, Texas," prepared for Pedeinales Electric Cooperative, Inc., Johnson City, Texas, DocumentNo. 83138, March 1983. "Draft Environmental Impact Statement, Malakoff Electcic Generating Station and Trinity Mine, Henderson and Anderson Counties, Texas" (Wildlife Sections), Third-Pai�ty EIS pcepared for U.S. EPA, Dallas, Texas, EPA 906/9-83-002, Februaiy 1983, "Alternative Route Analysis and Environmental Assessment for the Fayetteville-Sa(em 345-kV Transmission Line," prepared for Lo�ver Colorado Rivec Authority, Austin, Texas, Document No. 82522, December 1982. "Review and Compacison of Three Lignite Mine Reseive Fatal Flaw Repocts," prepared for Brazos Elech•ic Power Cooperative, Inc., Waco, Texas, Document No. 82430, September 1982. "Final Envi�•omnental Impact Statement, Henry W. Pirkey Power Plant Unit 1/South Hallsville Surface Lignite Mine Project, Harrison County, Texas," Third-Party EIS prepared for U.S. EPA, Dallas, Te�:as, EPA 906/9-82-011, DocumentNo. 82241, September 1982. "Fatal Flaw Analysis of the Pcoposed Morgan Hill Lignite Project, Limestone and Ft�eestone Cottnties, Texas," Client Confidential, Docttment No. 82393, September 1982. "Pcepared Testimony of Rob R. Reid for the Proposed Temco to Eveigceen 138-kV Tcansmission Line, Walker County, Texas," prepared for Sam Houston Electric Cooperative, Livingston, Texas, June 1982; testimony ROB R. REID � 25 POWER ENGINEERS, INC. given before Public Utility Commission of Texas in Public Hearing on August 12, 1982. "Draft Em�iconmental Impact Statement, Henry W. Pirkey Power Plant Unit 1/South Hallsville Surface Lignite Mine Project, Hari•ison County, Texas," Third-Party EIS prepaced for U.S. EPA, Dallas, Texas, EPA 906/9-82-004, DocumentNo.81451,Macch 1982. "EnvironmentaURegulatory Fatal Flaw Analysis for the Malvern Lignite Prospect in Hot Spcing County, Arkansas," Client Confidential, Document No. 81515, January 1982. "Environmental/Regulatoiy Fatal Flaw Analysis for the Benton Lignite Prospect in Grant and Saline Counties, Arkansas," Client Confidential, Document No. 81514, January 1982. "Upper Guadalupe River Basin Water Supply Project - Final Report," prepared for Upper Guadalupe River Authority, Keriville, Texas, and Guadalupe-Blanco River Authority, Seguin, Texas, Document No. 81137- R1, October 1981 (Wildlife Sections). "Fish and Wildlife Resources of the Blue Ribbon Mine Site, Delta County, Colorado," prepared for Western Associated Coal Corp., Denver, Colorado, Document No. 81405, August 1981 (with J. Koblitz). "Aransas Pass Hunting & Fishing Club - Proposed Pi•oject Plan, McCampbell Slough, San Patricio County, Texas," prepared for Aransas Pass Hunting & Fishing Club, Corpus Christi, Texas, DocumentNo. 81292, August 1981. "Baseline Environmental Studies of the Pcoposed Dolet Hills Po���er Plant Transportive Systems Corridois," prepared for Southwestern Electric Power Company, Shreveport Louisiana, Document No. 81415, August 1981. `Baseline Survey of tl�e Terrestriat Ecology of the Site X Project Area," Henderson County, Texas, Document No. 81253, Client Confidential, July 1981 (with C.H. Pecino). "Borrower's Environmental Report - San Miguel Electric Cooperative, Inc.'s, Lignite Fired Po���er Plant, Unit No. 1, Atascosa County, Texas," prepaced for San Miguel Electric Cooperative, Inc., Jourdanton, TeYas, Document No. 81114, March 1981. "Fatal Flaw Analysis of the Added Area to the Sparta Mine, Calhoun County, Arkansas," Document No. 80392, Client Confidential, March 1981. "Environmental Analysis - Elm Mott/Whitney 345-kV Transmission Line and Substation," pcepared for Bcazos Electric Po�ver Cooperative, Inc., Waco, Texas, Document No. 80104, March 1981. `Borrower's Environmental Report: Magic Valley Electric Cooperative, Inc.'s Two Yeac Work Plan," prepared for Magic Valley Electcic Cooperative, Inc., Mercedes, Teaas, DocumentNo. 81061, Februaiy 1981. "Baseline Ecological Studies of the Richland-Chambers Reservoir Site," prepai•ed foc Tarrant County Water Control and Improvement District Number One, Document No. 80340, Januacy 1981, ROB R. REID � 26 POWER ENGINEERS, INC. "Vegetation and Wildlife Resources of the Black Mesa and Kayenta Mine Site," prepared for Peabody Coal Company, Flagstaff, Acizona, Document No. 8071, December 1980. `Baseline Ecological Sucvey - Jewett Mine Project," prepared foc Northwestecn Resources Company, Huntsville, Texas, Document No. 79260, July 1980. °Transmission Facility Alternatives Evaluation and Siting Report - Elm Mott/Whitney 345-kV," prepared for Brazos Electric Power Cooperative, Inc., Waco, Texas, Document No. 80175, July 1980. "Permit Application for Meeker Area Mines and Associated Facilities - Rio Blanco County> Colorado," Eight Volumes, prepared for Northern Coal Company, Denver, Colorado, Document No. 8070, June 1980. "Biological Assessment of the Impact of a Proposed 138-kV Transmission Line on Threatened and Endangered Species in Bell County, Texas," prepared foc Brazos Electcic Power Coopecative, Inc., Waco, Texas, Document No. 8013, January 1980. "Borrower's Environmental Report: Youngsport Tap Line, Bell County, Texas," prepared for Brazos Electric Powec Coopecative, Inc., Waco, Texas, Document No. 8014, January 1980. "Environmental Impact Statement - Flint Cceek-Neosho 161-kV Transmissiov Line and Decatur-Soutl� Substation," Wildlife Sections, prepaced for Empire District Electric Company, Joplin, Missouri, pocument No. 79155, November 1979. "Supplement to Appendix S- Monitoring Program, Proposed Multipurpose Deepwater Port and Crude Oil Distcibution System, Galveston, TeYas," DocumentNo. 78160-S1, September 1979. "Studies of the Effects of Alterations of Freshwater Inflows into Matagorda Bay Area, Texas, Phase I, Final Repoi•t," Appendix E, Fish & Wildlife Resources, September 1979 (with T.D. Hayes). `Biological Assessment of the Impact of a Proposed Multipurpose Deepwater Poct at Galveston, TeYas on Threatened and Endangered Species," Document No. 79108, July 1979. "Biological Assessment of the Impact of a Pcoposed 345-kV Transmission Line on Tlireatened and Endangered Species in Wilson and Guadalupe Counties, Texas," prepared for Brazos Electric Power Cooperative, Inc., Waco, Texas, Document No. 79114, July 1979. "Preliminary Ecological Evaluation of the Barton Creek Watecshed - Appendix A," In: "A Study of Some Effects of Urbanization on the Barton Creek Watecshed," Document No. 7995, June 1979 (with J.R. MacRae and D.B, Adams). "Environmental Analysis: Youngsport Tap Line" (draft), prepared for Brazos Electric Power Cooperative, Inc., Waco, Texas, Document No. 7965, April 1979 (with J.R. Schenck and P.J. Grubb). ROB R. REID I 27 POWER ENGINEERS, INC. "Ecological Considerations Associated with the Disposal of Produced Watec into Mound Lake, Teriy and Lynn Counties, Texas," Document No. 7922, Februaiy 1979 (with J.M. Wiersema). "Envi�•onmental Ove���ie�n� of a Proposed Surface Lignite Coal Mine in West- Central Alabama," Wildlife Section, Document No. 78149, November 1978. "Baseline Suivey of the Terrestrial Ecology of tlie Malakoff-Cayuga Mining Prospect," prepared for Nocth American Coai Corporation, Dallas, Texas, Document No. 78165, November 1978 (with D.B. Adams). "Environmental Impact Assessment and Evaluation of Altecnatives for Lake Travis," Land Use and Ecology Section, prepared for U.S. A�my Coips of Engineers, Fort Worth District, Document No. 7890, November 1978 (�vith D.B. Adams). "Enviconmental Assessment Report - Proposed Multipurpose Deep-Water Poct and Ccude Oil Distribution System," Galveston, Texas, Vol. III, Appendix I- Wildlife, Document No. 7834, November 1978. "Environmental Assessment Report - Proposed Multipurpose Deep-Water Port and Ceude Oil Distribution System," Galveston, Texas, Wildlife Section, Document No. 7825, November 1978. `Baseline Ecology Studies, Calvert Lignite Prospect," Wildlife Section, Document No. 78157, Octobei• 1978. "Appendix to Volume II - Plan Summary Report, Lower Colorado Basin, Water Quality Management Plan," Biology Section, pcepared for the Lower Colorado River Authocity by and Turner, Collie, and Braden, Inc., Document No. 7880, June 1978. "Environmental Analysis - CEPCO Microwave Relay System," Cajun Electric Power Cooperative, Inc., Document No. 7859, June 1978 (with D.B. Adams). "Wildlife Baseline Report - Carter Oil Company Prospect," pcepat•ed for Dames & Moore, Houston, Texas, Document No. 7874, May 1978 (with J.R. Schenck and G.G. Raun). "A Windshield and Multivariate Approach to the Ciassification, inventory, and Evaluation of Wildlife Habitat: An Elplorato�y Study," Presented at: A Workshop - The Use of Multivariate Statistics in Studies of Wildlife Habitat, 23-24 April 1980, Burlington, Vecmont. Sponsored by: School ofNatural Resow•ces, University of Vermont; U.S. Fish and Wildlif'e Service; USDA Fo�•est Seivice. USDA Forest Service Gen. Tech. Repo��t RM-87, August 1981 (with C.E. Grue and N.J. Siivy). "Competition Between Bobwhite and Scaled Quail foc Breeding Habitat in TeYas," Proc. Ann. Conf. S.E. Fish and Wildlife Agencies. 33: (146-153), 1979 (with N.J. Silvy and C,E. Grue). "Correlation of Habitat Pat•ameters with Whistle-Count Densities of Bob«�hite (Colinus vi�•ginianus) and Scaled Quail (Callipepla squamata) in Texas," M.S. thesis, 1977. ROB R. REID I 28 POWER ENGINEERS, INC. ATTACHMENT 2 RESUME OF L/SA BARKO MEAUX AUS i46-008 (PROPOSAGS) DME (UI8/2013) LD . � �i�`�Csr���d�l�� LISA BARKO MEAUX PROJECT MANAGER, ENVIRONMENTAL SERVICES YEARS OF EXPER/ENCE 13 EDUCAT/ON > M.S., Environmental Management, University of Houston, 2001 > B.S., Environmental Science, Texas A&M University, 1998 > A.S., Science, Houston Community College, 1995 AREAS OF EXPERT/SE > Project management > Schedule and budget management > State utility siting applications > Expert testimony > Environmental planning > Routing and siting studies > Environmental studies and documents > Environmental compliance, approvals, permits, and strategy > Public involvement and agency coordination SPEC/AL TR.4/N/NG > OSI3A/RCRA Hazmat Training, Texas A&M National Spill Conh•ol School HARDWARE/SOFTWARE > Microsoft Project > Adobe Workshop > Oracle MIS > PLS-CADD AFF/L/AT/ONS > Texas Association of Environmental Professionals > Gulf Coast Power Association EXPERIENCE SUMMARY Ms. Barko Meaux has an abundance of knowledge of the planning, technical, regulatory and managerial aspects of the utility industry. She is skilled at finding cost effective, timely approaches for compliance and coordination with local, state and federal agencies. She has organized and participated in various public involvement programs and has conducted and led the resulting public input analysis and interpretation. She has prepared written and delivered oral expert testimony on behalf of contested linear projects. Her compliance responsibilities have included obtaining necessary permits and clearances for energy related projects, primarily linear routing studies, and overseeing and coordinating report preparation of environmental assessments, Certificates of Convenience and Necessity (CCN) Applications, Phase I Environmental Site Assessments (PIESAs) in accordance with ASTM standards, Spill Prevention Control and Countermeasure Plans (SPCC), Storm Water Pollution Prevention Plans (SWPPP), natural resource assessments (NRAs) and coordination of archeological surveys. Xcel Energy Services, Kiser to Kress 115 kV Transmission Line Project, Texas Project Coordinator far an environmental assessment and alternative route analysis for submittal with the Cei�tificate of Convenience and Necessity application needed for the Kiser to Kress Transmission Line Project. The project is located in west Texas and is required to meet the Southwest Power Pool, Ina (SPP) network upgrade. The project consists of approximately 16 miles (depending on the route selected by the Public Utility Commission of Texas (PUC)) of transmission line circuit. The proposed project will connect the proposed Kiser Substation to the existing Kress Rural Substation, the Plainview North Substation, and the Kress Substation. Environmental issues on the project include siting through irrigated agricultural land and rural residential development. POWER also provided CCN Application support and will provide expert testimony if the project is contested. Xcel Energy Services, Kiser to Cox 115 kV Transmission Line Project, Texas Project Coordinator for an environmental assessment and alternative route analysis for submittal with the Certificate of Convenience and Necessity application needed for the Kiser to Cox Transmission Line Project. The project is located in west Texas and is required to meet the Southwest Power Pool, Ina (SPP) network upgrade. The project consists of approximately eight miles (depending on the route selected by the Public Utility Commission of Texas (PUC)) of transmission line circuit. The proposed project will connect the proposed Kiser Substation to the existing Cox Substation. Environmental issues on the project include siting through irrigated agricultural land with rural residential development. POWER also provided CCN Application support. This project was recently approved. LISA BARKO MEAUX � 2 POWER ENGINEERS, INC. Lower Colorado River Authority, Cushman to Highway 123138 kV Transmission Line EA, Texas Project Manager responsible for technical oversight, client relations, public outreach, project reporting and document preparation. POWER prepared the enviromnental assessment and alternatives analysis (EA) document for a new seven-mile, single-circuit 138 kV line. The document supports LCRA's Certificate of Convenience and Necessity (CCN) application for filing with the Public Utility Commission of Texas. Tasks included data acquisition and analysis, preliminary alternatives identification, providing exhibits and support staff for a public meeting, public input analysis, and preparation of the EA. POWER provided post filing support on this project and also provided expert witness testimony at the hearing on merits. Lower Colorado River Authority, EC Mornhinweg to Parkway,138 kV Transmission Line EA, Texas Project Manager responsible for technical oversight, client relations, public outreach, project reporting and preparation of the EA. POWER is preparing the environmental assessment and alternatives analysis (EA) document for construction of a new 138 kV transmission line. The document supports LCRA's Certificate of Convenience and Necessity (CCN) application for filing with the Public Utility Commission of Texas. POWER provided data acquisition and analysis, preliminary alternatives identification, exhibits and support staff for a public meeting, public input analysis, and preparation of the EA. The study area includes agricultural land, pastures, residential subdivisions and commercial properties. POWER will provide post filing support for this project and will also provide expert witness testimony if required. Electric Transmission Texas Lobo to Rio Bravo to North Edinburg 345 kV Transmission Line EA, Texas Project Manager for technical oversight, client relations, public outreach, project reporting and preparation of the EA and CCN Application preparation support. POWER was contracted by Electric Transmission Texas (ETT) to route an Electric Reliability Council of Texas (ERCOT) critical project in the Rio Grande Valley area in south Texas. The double-circuit capable 345 kV transmission line will begin at the ETT Lobo Substation in northern Webb County and extend over 100 miles to the North Edinburg Substation located in Hidalgo County. The proposed project will also pass near the location of the existing Rio Bravo Substation located in southern Webb County. The total project length will be approximately 136 to 170 miles depending on the route that is approved by the Public Utility Commission of Texas (PUC). POWER collected and analyzed study area data, developed a constraints map, developed preliminary links, participated in the public outreach program which included five public meetings over a two week period, conducted the public input analysis, revised the preliminary links and identifed and compared the alternative routes. POWER is preparing the Alternative Route Analysis / Environmental Assessment Report and is supparting preparation of ETT's application for a Certificate of Convenience and Necessity to the Public Utility Commission of Texas (PUC). POWER is also providing written expert witness testimony for this project. LISA BARKO MEAUX I 3 POWER ENGINEERS, INC. Oncor Electric Delivery, CREZ Clear Crossing-Willow Creek Line, Texas Project Manager responsible for technical oversight, client relations, public outreach and project reporting for a new h•ansmission line to link wind- generated power from West Texas to Oncor's service area. The new 345 kV transmission line will run approximately 100 miles across the north-central area of the state on lattice steel structures. The project is part of the Texas Competitive Renewable Energy Zones (CREZ) initiative to inject renewable energy into the Texas electrical grid. POWER collected and analyzed study area data, coordinated and participated in the public outreach program, conducted the public input analysis, developed resource maps, identified and compared alternative routes, and prepared the Environmental Assessment which is part of the client's application for a Certificate of Convenience and Necessity to the Public Utility Commission of Texas. POWER also provided expert testimony support. Oncor Electric Delivery, CREZ Willow Creek-Hicks 345 kV Line, Texas Project Manager responsible for technical oversight, client relations, public outreach and project reporting for a new transmission line to bring wind- generated power from West Texas. POWER provided environmental services for a new transmission line that will allow Oncor to bring renewable energy into its service territoiy. The new 40-mile, 345 kV transmission line will bring power generated from wind farms in West Texas to Oncor's customers. The project is part of the Texas Competitive Renewable Energy Zone (CREZ) initiative. POWER acquired and analyzed resource data, coordinated and participated in the public outreach program, conducted the public input analysis, developed resource maps, identified and compared altei�native routes, and prepared the Environmental Assessment which is part of the client's application for a Certificate of Convenience and Necessity to the Public Utility Commission of Texas. POWER also provided expert testimony support. Oncor Electric Delivery, CREZ Transmission Projects, Texas Environmental Project Manager responsible for assisting Oncor with the presentation and development of wark scope tasks and subtasks for various CREZ projects. Tasks were used to create an overall project management schedule for the client's use in monitoring the collaborative CREZ project effo��t. POWER is an integral part of Oncor's CREZ team to site, design and construct approximately $1.3 billion in transmission infrastructure projects as part of Texas' $5 billion Competitive Renewable Energy Zones (CREZ) projects. The goal is to develop the transmission infrastructure needed to transport wind power from West Texas to the state's consumers. Planned Oncor projects include approximately 20 new or upgraded 345 kV substations and 800+ miles of 345 kV transmission lines. POWER is responsible for detailed design of all of the Oncor transmission lines and most of the Oncor substations. Our scope also includes providing technical support as requested by Oncor for all aspects of the CREZ program. LISA BARKO MEAUX � 4 POWER ENGINEERS, INC. Oncor Electric Delivery, Bell County East to TNP One 345 kV Transmission Line, Texas Project Manager responsible for oversight and identification of preliminary alternative routes far the proposed Bell County East — TNP One 345 kV Transmission Line Project in central Texas. The transmission line is approximately 40 miles long and includes a 160-foot right-of-way for the new double-circuit 345 kV transmission line in Bell, Milam, and Robertson counties, Texas. POWER was responsible for drafting a research design for the Texas Historical Commission prior to field studies being initiated. POWER produced an interim report and a draft archeological report, both of which were submitted to the Texas Historical Commission. POWER also participated in the technical conference, adequacy of routes hearing, and responded to Requests for Information (RFI's). POWER provided written direct testimony and delivered oral testimony in support of the PUC CCN application at the hearing on merits at the State Office of Adminish•ative Hearings (SOAH) offices in Austin. CenterPoint Energy, 138 kV Springwoods Transmission Line EA, Routing Study and CCN Application, Texas Project Manager responsible for oversight and coordination of all project components. POWER conducted a routing study and prepared the environmental assessment to support a CCN application for the 138 kV Springwoods Transmission Line project. This project is located in a rapidly developing portion of northern Harris and southern Montgomery counties, Texas. Land use data collection and analysis was critical due to the nuinber of existing, under constiuction, and proposed residential and associated commercial developments. POWER identified preliminary alternative route segments which were presented at a public meeting. POWER also completed the public input analysis and conducted an alternative route comparison as part of the Routing Study/EA and CCN application document while considering the necessary requirements of Section 37.506(c)(4)(A)-(D) of the Texas Utilities Code, the Public Utility Commission of Texas (PUC) CCN application form, and PUC Substantive Rule 25.101. POWER also provided CCN Project Manager Services, a specific requirement for the project that included coordination of tasks for POWER and the client's personnel. Expert testimony support was not required because this project was consented by the PUC. CenterPoint Energy, 138 kV Zenith Transmission Line EA, Routing Study and CCN Application, Texas Project Manager responsible for oversight and coordination of all project components. POWER conducted a routing study and alternatives analysis and prepared the environmental assessment and CCN application for the 138 kV Zenith Transmission Line project. Land use data collection and analysis were critical due to residential and commercial developments in the area. POWER identified preliminary segments and presented preliminary alternatives at a public meeting, then recommended a preferred and three alternate routes based on public input analysis. Expert testimony support was not required because this project was not contested. LISA BARKO MEAUX ( 5 POWER ENGINEERS, INC. CenterPoint Energy, Freeport LNG 69 kV Transmission Line Permitting, Texas Project Manager responsible for the coordination of environmental permit and clearance requirements for the Freeport LNG 69 kV transmission line. Assisted in transfer of Freeport LNG's U.S. Army Corps of Engineers Permit related to the h•ansmission line to CenterPoint. Prepared the project Stormwater Pollution Prevention Plan, assisted in compliance with recommendations made by the U.S. Fish and Wildlife Service, Texas Parks & Wildlife and the State Historic Preseivation Officer. Upon approval of the CCN application by the PUC, assisted with obtaining the necessary environmental permits/clearances for construction of the project. Responsible for selecting and coordinating with an archaeological firm to conduct background research and prepare a letter of recommendation to the Texas Historical Commission (THC). Concurrence from THC was granted and no survey was required. Prepared an abbreviated Environmental Site Assessment and conducted soil sampling to determine the disposal procedure of excavated materials resulting during construction. Deep East Texas Electric Cooperative, Inc., Fairmount 138 kV Transmission Line, Texas Environmental Project Manager responsible for technical oversight, client relations, public out►•each, project reporting and preparation of the Environmental Assessment. The project consists of a new substation and 138 kV transmission line. POWER's environmental services included supporting preparation of the Certificate of Convenience and Necessity (CCN) document for filing with the Public Utility Commission of Texas. Tasks included data acquisition and analysis, preliminary alternatives identification, providing e�ibits and support staff for a public meeting, public input analysis, and preparation of the EA including recommendation of a preferred route. The study area includes forested land, agricultural land, and gently rolling hills with residential/commercial properties. Significant land use features within or near the study area include the US Forest Service and Toledo Bend Reservoir. This project was administratively approved by the PUC. American Electric Power, Huntington Court - Roanoke 138 kV Transmission Line Siting, Virginia Environmental Project Manager responsible for the team coordination, technical direction, client relations and document preparation. POWER routed the 138 kV transmission line through dense urban districts in the greater Roanoke area. The approximately eight-mile line is part of AEP's Roanoke Area Improvement Projects. Key issues included impacts on residences and businesses, visual resources, and identified threatened and endangered species, including Virginia big-eared bat. POWER prepared a state-level EA as part of an application for a Certificate of Public Convenience and Necessity to Virginia's State Corporation Commission to route the project. POWER prepared written testimony in support of the routing and environmental assessment on this project, but delivery of oral testimony was not required. LISA BARKO MEAUX � 6 POWER ENGINEERS, INC. American Electric Power, Matt Funk 138 kV Transmission Lines, Virginia Environmental Project Manager responsible for team coordination and technical direction for siting two segments of a transmission line that is part of AEP's Roanoke Area Improvement Projects. POWER prepared a state- level environmental assessment to accompany AEP's application for a Certificate of Public Convenience and Necessity to the Virginia State Corporate Commission for the Matt Funk 138 kV Extension and Matt Funk 138 kV Bus Tie No. 1 projects. The two segments total about five miles in length. Written testimony in support of the routing and environmental assessment was prepared, but delivery of oral testimony by POWER was not required. American Electric Power, Gamesa Jackson Mountain Wind Farm — Nicole 138 kV Transmission Line, Texas Project Manager responsible for environmental services for a transmission line that would connect the Gamesa Jackson Mountain Wind Farm with AEP's proposed Nicole Substation near Abilene. POWER was contracted to provide environmental services to route this approximate 17-mile 138 kV transmission line, which would provide wind-generated power to AEP's delivery system. POWER conducted data collection and began preparing for a public meeting while also beginning preparation of the Environmental Assessment to accompany AEP's application for a Certificate of Convenience and Necessity to the Public Utility Commission of Texas. POWER was responsible for data acquisition and analysis, environmental assessment preparation, alternative route identification and comparison, public meeting coordination and participation, map preparation and abstractor coordination. This project was cancelled by the developer. Riverside Public Utilities, Riverside Transmission Reliability Project-Phase II Environmental Services, California Public Outreach Coordinator for agency and tribal contacts for the public definition phase for an Environmental Impact Report to analyze the impacts of upgrades to the City of Riverside's electric delivery system. Responsible for developing a contact list, preparing contact letters, follow-up telephone calls, scheduling face-to-face meetings, and documenting agency and tribal comments. POWER is providing public involvement, urban resource impact analysis, and environmental planning services for a new 230 kV interconnection with the SCE transmission system. The environmental analysis addresses the construction of a 230 kV transmission line, six 69 kV transmission lines, two new 230 kV substations, and the upgrade of eight 69 kV substations. POWER is preparing the Enviromnental Impact Report under CEQA with the City of Riverside as the lead agency. Southern California Edison will construct the 230 kV portion of the project following the issuance of a Certificate of Public Convenience and Necessity (CPCN) from the California Public Utilities Commission (CPUC). The CPUC is a Responsible Agency and will adopt the certiiied EIR when completed for the construction of the 230 kV interconnection. LISA BARKO MEAUX � 7 POWER ENGINEERS, INC. Nebraska Public Power District, Electric Transmission Reliability Project Routing Study, Nebraska Environmental Specialist responsible for assisting the permitting effort for a study to select the preferred route of a proposed new 345 kV transmission line in east-central Nebraska. Permitting included Army Corps of Engineers Section 404; jurisdictional wetlands; storm water; Section 401 Water Quality Certification; FAA notices; Nebraska Power Review Board and Nebraska Public Service Commission applications; highway, raih•oad, and foreign utility crossings; and flood control. POWER collected data on the study area and evaluated route corridors. The fast-track project determined the project study area and selected the preferred route for the approximately 80-mile- long transmission line from Columbus to Lincoln. The report assessed the project's impacts on land uses, visual resources, cultural resources, and biological resources and identified engineering constraints. Lower Colorado River Authority, Manchaca to Friendship 138 kV Underground Line, Texas Project Manager for the environmental planning tasks associated with the underground portion of a proposed 138 kV transmission line. Identified the required environmental permitting and clearances necessary to construct the underground portion of the project Selected and coordinated with a geophysical subcontractor firm to conduct a Ground Penetrating Radar (GPR) and Electric Resistivity survey of the proposed right of way. Coordinated the environmental subsurface survey logistics, data collection and data interpretation with input from LCRA. The project is located within the Edwards Aquifer Recharge Zone in Hays and Travis counties, Texas. The purpose of the survey was to evaluate karst features such as air-filled caves and solution cavities that might affect the design and construction. Entergy, Golden Meadow-Leeville 115 kV Line, Louisiana Environmental Project Manager for a project where POWER has been contracted by Entergy to perform an environmental assessment and alternative route analysis far the proposed Golden Meadow-Leeville 115 kV Transmission Line. The project is the rebuild of the 13.4-mile Golden Meadow to Leeville ll 5 kV transmission line project in a new right of way. The existing in-service transmission line has exceeded its design lifespan and serves an offshore oil unloading facility that is vital to the national energy interest. The project area is located in coastal Louisiana and considerations during the routing study include coastal wetland impacts, accessibility for maintenance activities, cost and design and other land use issues. POWER was responsible for environmental and land use data collection, constraints mapping, developing alternative routes, tabulating potential environmental and land use impacts, and recommending a preferred route. The routing study and EA will be used to defend the selected route and to support permitting requirements. POWER is also providing preliminary design and the cost/schedule estimate for design, material and construction of the project. Mines Management, Montanore Mine Transmission Line MFSA, Montana Project Coordinator responsible for directing the environmental analysis and overseeing the preparation of a Montana Major Facilities Siting Act LISA BARKO MEAUX � 8 POWER ENGINEERS, INC. application for a transmission line to a new mine in northwestern Montana. Coordinated POWER team members and 10 subcontractors to complete the application. The 16-mile, 230 kV transmission line would supply power to an underground silver and copper mine located below a Wildeiness Area on the Kootenai National Forest. The analysis included biological, cultural, hydrological, and social economic studies in a four-volume response document. City of Pearland, Phase I Environmental Site Assessments, Texas Project Manager responsible far the preparation of four separate Phase I Environmental Site Assessments (ESA). The ESAs were performed in conformance with the scope and limitations of ASTM Practice E 1527-00 to identify Recognized Environmental Conditions. Sites were as follows: an approximate 4.5 acre tract on which the City was proposing to consh•uct a new fire station; an approximate 80.0 acre tract on which the City was proposing to construct a new retention pond; an approximate 2.20 acre tract on which the City was proposing to construct a new facility; and an approximate 4.77 acre tract on which the City was proposing to construct a new elevated water storage tank. The Phase I ESAs revealed no evidence of Recognized Environmental Conditions in connection with the properties. PREVIOUS WORK HISTORY CenterPoint Energy, Freeport LNG 69 kV Transmission Line EA and Routing Study, Texas Project Team Leader responsible for overseeing the transmission line routing studies and Environmental Assessment/CCN application preparation. This included data collection, field reconnaissance, and agency coordination. Responsible for developing the routing criteria and analyzing the routes by quantification of data into a spreadsheet. Routes analyzed included segment options proposed for directional drilling beneath the Gulf Intracoastal Waterway. Identified permitting requirements for underground segment options. Prepared the environmental assessment and coordinated agency compliance. Participated in the PUC project Technical Conference and prepared written and delivered oral testimony in support of the CCN application. Oklahoma Gas & Electric, Simmons-Mountainburg 161 kV Transmission Line EA and Routing Study, Arkansas Principal Investigator responsible for data collection, field reconnaissance, and agency coordination for a new 161 kV transmission line in the Ozark Mountain ecoregion in Crawford County, Arkansas. The project was filed with the Arkansas Public Service Commission as a major utility facility and required a Certificate of Environmental Compatibility and Public Need (CECPI�. The environmental assessment included discussions on natural resources in the study area, potential impacts of the proposed alternatives and also provided mitigation measures. Collaborated in development of the routing criteria, route analysis, and prepared the environmental assessment. LISA BARKO MEAUX ( 9 POWER ENGINEERS, INC. Oklahoma Gas & Electric, Razorback-Short Mountain 161 kV Line EA and Routing Study, Arkansas Principal Investigator responsible for data collection, field reconnaissance, and agency coordination for a new 161 kV transmission line in the Arkansas Valley ecoregion in Logan County, Arkansas. The project was filed with the Arkansas Public Service Commission as a majar utility facility and required a Certificate of Environmental Compatibility and Public Need (CECPN). The environmental assessment included discussions on natural resources in the study area, potential impacts of the proposed alternatives and also provided mitigation measures. Collaborated in the development of the routing criteria and analyzing the routes by quantification of data into a spreadsheet. Prepared the environmental assessment and identified agency involvement. TXU Electric Delivery, Copperas Cove 138 kV Transmission Line EA and Routing Study, Texas Principal Investigator responsible for data collection, field reconnaissance, and preliminary agency coardination. Responsible for developing the routing criteria and analysis of segments and routes for this unique project which included an Army airborne training facility (Fort Hood) within the study area along with land managed by Texas Park & Wildlife and a Texas Youth Commission Facility. Participated in coordination meetings with these entities and also with the organization and p►•eparation of public meetings. Assisted with the analysis of the alternative routes using a spreadsheet and preparation of the EA and routing study report submitted to the Public Utility Commission of Texas (PUC). American Electric Power, Coleto Creek-Pawnee 345 kV Transmission Line EA and Routing Study, Texas Project Manager responsible for project administration and coordination of this 52.3-mile project including data collection, field reconnaissance, and public meetings. Led the analysis of the alternative routes using a spreadsheet and preparation of the EA and routing study report submitted to the Public Utility Commission of Texas (PUC). The project was on an expedited schedule to meet PUC requirements. Assisted in coordination between AEP and South Texas Electric Cooperative (STEC) to develop both portions of the recommended ERCOT/ISO project (Coleto Creek to San Miguel) to enhance the PUC review process. Prepared written and delivered oral, testimony to the PUC in support of the CCN appiication. Also responsible for seeking guidance and clarification fi•om U.S. Fish and Wildlife Service on clearing issues during the migratory bird season. Guidance resulted in performing field investigations and avian nest surveys along the proposed right of way. The surveys allowed construction of the 345kV transmission line in south Texas to continue as required. American Electric Power, Coleto Creek-Pawnee 345kV Line, Texas, Permitting/Compliance Sought guidance from the U.S. Fish and Wildlife Service concerning potential impacts to nesting eagles along the San Antonio River in Texas. Designed and participated in an aerial survey for eagle nests where the new 345 kV transmission line was proposed to cross the River. Results of the LISA BARKO MEAUX � 10 POWER ENGINEERS, INC. aerial survey permitted clearing and construction activities to continue as necessary. Reliant Energy, SIENNA Project, Texas Assisted with the SIENNA project which required construction of a new two- transformer 138/35 kV substation with four 35kV distribution circuits to handle the load growth. Assisted in preparation of the Environmental Assessment and routing study for construction of a new transmission line to service the SIENNA substation. Participated in the selection and development of the evaluation criteria for environmental impacts, socioeconomic impacts, and cost considerations. Developed a matrix and identified routing criterion. Assisted in producing Reliant Energy HI,&P's application for a Certificate of Convenience and Necessity (CCN) for submission to the PUC. Reliant Energy, Galveston Island 138 kV Line, Texas Coordinated the notification process for a new 138 kV transmission line to Galveston Island, Texas. Gathered information from county appraisal maps, aerial photographs, property abstracts and field reconnaissance studies. Developed a mailing list identifying property owners along the preferred and alternate routes. Over 1,400 notification letters were prepared for mailing. CLECO Midstream Resources, Phase I Environmental Site Assessments, Alabama, Tennessee, Georgia Prepared Phase I Environmental Site Assessments for the construction of new power plants in Alabama, Tennessee, and Georgia. The purpose of the Phase I ESAs was to identify Recognized Environmental Conditions associated with the current and historical usage of the Properties and adjoining properties, nearby off-site sources of potential impact, and the potential environmental impact on the Property fi•om surrounding conditions or activities. Each assessment involved on-site visits for data collection, photo-documentation, visual observations of adjoining properties and in- person interviews. In addition, as required, regulatory background reviews were conducted including interpretation of historical aerial photographs and U.S. Geologic Service Maps. Lower Colorado River Authority, Hockley-Macedonia Transmission Line, Texas Assisted on the preparation and submission of a natural resource assessment for the Aockley to Macedonia Transmission Line in Waller County, Texas. Pedernales Electric Cooperative, Hays County Substation, Texas Responsible for overseeing completion of a Natural Resource Assessment (NRA), Storm Water Pollution Prevention Plan (SWPPP) and a Spill Prevention Control and Countermeasure (SPCC) Plan for a proposed substation in Hays County, Texas. LISA BARKO MEAUX � 11 POWER ENGINEERS, INC. Texas-New Mexico Power, Galveston County Substation, Texas Responsible for overseeing completion of a Natural Resource Assessment (NRA), Storm Water Pollution Prevention Plan (SWPPP) and a Spill Prevention Control and Countermeasure (SPCC) Plan for a proposed substation in Galveston County, Texas. Brownsville Public Utilities Board, SPCC Plan, Texas Assisted the client with Spill Prevention Control and Countermeasure (SPCC) Plan determinations needs and preparation of over 15 substations and four other facilities. Responsible far data collection and developed a SPCC Plan template for incorporation of Brownsville's 15 substations into one plan. The multi-facility and the single facility Plans follow the Environmental Protection Agency (EPA) revisions to the Oil Pollution regulation, otherwise known as the SPCC regulation in 40 CFR Part ll 2. Broadwing Communications, Houston-San Antonio Fiber Optic Line, Texas Project Manager for a fiber optic build between Houston and San Antonio. Responsible for coordination of all permitting activities and agency consultations to meet Broadwing's construction schedule. Coordinated meeting the archeological requirements with the Texas Department of Transportation and the Texas Historical Commission. Sprint, Fiber Optic Interconnects, Texas Project Manager for two fiber optic interconnects. One interconnect extended fi•om Richardson to Plano, Texas and the other was in the City of Austin, Texas. Responsible for overseeing the due diligence studies to detertnine the environmental compliance requirements. Responsible for obtaining the required permits and coordination with the City of Austin to complete the City's General Permit accompanied by a tree survey. Miller Environmental, Inc., Cell Tower Study, Texas Designed and performed a red balloon tests to determine the area of potential effect (APE) based on the height of proposed cell towers. All known historic properties and State Archeological Landmarks (SALs) were identified within the appropriate distance and plotted on a USGS map. In the �eld, a red 100- gram meteorological balloon was tethered to the ground to represent the height and location of the proposed cell tower site. Photographs were taken from each known historic property and SALs looking back at the red balloon. This process assessed the impacts the proposed tower would have on the visual character ar setting of historic properties or SALs. The project received approval for construction and erection of the cell tower to proceed. Williams Communications, Inc., EI Paso-Houston Fiber Optic Line, Texas Assisted in the permitting process of a fiber optics cable spanning fi•om El Paso to Houston. Responsible for submitting a Nationwide 12-permit application with the Corp of Engineers and easement permits with the Texas General Land Office. LISA BARKO MEAUX � 12 POWER ENGINEERS, INC. Enogex, Natural Gas Pipeline, Oklahoma Assisted with obtaining environmental permits for a 26-mile long natural gas pipeline in Tulsa, Wagoner, and Creek counties. Visited and coordinated with various agency representatives in Oklahoma to present the project and determine initial agency concerns. Assisted in the organization and coordination of the archeological survey and was also responsible for developing and submitting weekly client updates for all aspects of the project. City of Pearland, Phase I Environmental Site Assessment, Texas Prepared five Phase I Environmental Site Assessments for the construction of new city projects. Preparation of the Phase I Environmental Site Assessments was to satisfy a requirement to qualify for the innocent landowner defense, described in the Comprehensive Environmental Response Compensation and Liability Act (CERCLA). Contract Technology, Inc., Phase I Environmental Site Assessment, Texas Prepared a Phase I Environmental Site Assessment for sale of property to a bank to satisfy a requirement to qualify for the innocent landowner defense. Confidential Client, Phase I Environmental Site Assessment, Texas Prepared a Phase I Environmental Site Assessment for a confidential client along the Houston Ship Channel. Phoenix Resources, Inc., 3-D Seismic Program, Texas Prepared the Operations Plan and Environmental Assessment for a proposed 3-D Seismic Program on approximately 3,500 acres on the Myrtle Foester Whitmire Division of the Aransas National Wildlife Refuge in Calhoun County, Texas. The Operations Plan and Environmental Assessment (EA) was used by the Refuge Manager to support a Finding of No Significant Impact (FONSI) to support the issuance of a Special Use Permit (SUP) for the project. The scope of work on this project included a pre-project meeting with Phoenix Resources, Inc. and Refuge staff, data acquisition, preparation of the draft and final plans, a cultural and archeological resource search and coordination with various federal, state and local agencies during the course of the project. The EA was consistent with the requirements of the National Environmental Policy Act (NEPA), which supports the federal action of issuance of a SUP. The project was accomplished in a manner that did not compromise the Refuge or seismic survey activities. San Jacinto River, Texas Conducted a collection of benthic core samples, nektonic organisms, bird surveys, hydrological monitaring, and plankton samples in San Jacinto River, Texas. A TTACHMENT 3 RESUME OF EM/L Y BEL TS AUS 146-008 (PROPOSALS) DME (U18/2013) LD � F;fd1C�l����� EMILY BELTS PROJECT COORDINATOR / LAND USE YEARS OF EXPER/ENCE 7 EDUC.4 T/ON > B.A., Landscape Architecture, Arizona State University, 2006 AREAS OF EXPERT/SE > Project coordination > Land use and recreation planning > Environmental Planning > Routing and siting studies > Environmental studies and documents > Impact assessment and mitigation planning > Environmental compliance, approvals, permits, and strategy > Environmental compliance and regulatory affairs EXPERIENCE SUMMARY Ms. Belts' experience includes project coordination and land use and visual investigations for siting and permitting energy facilities, among other types of projects. She has worked on more than 40 environmental planning and permitting projects and studies, including over 15 transmission projects and studies in Arizona. These projects have been far voltages up to 500 kV. Prior to joining POWER, she worked with a landscape architecture firm that specialized in site planning and urban design. While studying landscape architecture at Arizona State University, Ms. Belts focused on the dynamic growth in the Southwest and landscape integration. EI Paso Electric, Wrangler to Sparks 115 kV Transmission Line Project, Texas Project Manager responsible for project management and conducting land use and visual studies. The proposed project included siting a 115 kV power line through eastern El Paso City, Texas. The goal of the studies was to site a transmission line to connect the Wrangler to Sparks substations while avoiding visually sensitive land uses in a primarily developed area. Clean Line Energy Partners, Centennial West Environmental, Multiple States Resource Specialist responsible for researching information and gathering GIS data for existing and future land uses within each of the federal, state, and local jurisdictions. Ms. Belts also collected and analyzed visual information and GIS data from Forest Seivice and BLM agencies. The Centennial West Clean Line Project is a high-voltage (HV) (� 500 kV or f 600 kV) direct current (DC) transmission line that will gather renewable energy from generation projects in eastern New Mexico and surrounding areas, and transmit it to load centers such as southern Nevada, Southern California, Arizona, and other areas in the Southwest. POWER was hired to conduct the siting studies to develop preliminary routes to be carried forward into public scoping for the NEPA process. The siting study involves identifying alternative routes and converter station locations, detailed environmental studies for key resources (e.g., land use, recreation, visual, cultural, biological, earth, water, air, and socioeconomics) and regulatory compliance with the National Environmental Policy Act and other applicable federal, state, and local resources for approximately 700 to 900 miles of new IIVDC transmission line and converter stations. Arizona Public Service Company, Scatter Wash to Jomax 69 kV Line Siting Project, Arizona Project Coordinator responsible for project coordination and conducting land use and visual studies for preparation of a power line feasibility study. POWER is performing a siting study for a proposed 69 kV transmission line EMILY BELTS ( 2 POWER ENGINEERS, INC. in the Phoenix area. The project area consists of a major planned development on state lands and therefore includes an extensive agency involvement program and close coordination with state lands. The project includes environmental inventories for land use, visual/aesthetic, biological, and cultural resources, and a comprehensive public involvement program. Arizona Public Service Company, W01 - Copper Canyon 69 kV Project, Arizona Project Coordinator responsible for project coordination and assisting with technical studies for preparation of a power line feasibility study and right- of-way application. The proposed project included siting a 69 kV power line within the United States Department of Agriculture, Prescott National Forest boundary. A National Environmental Policy Act (NEPA) process was completed to obtain a right-of-way on federal lands for the proposed 69 kV power line. Arizona Public Service Company, Doney Park 69 kV Transmission Line Siting Project, Arizona Project Coordinator responsible for assisting in existing and future land use studies for the preparation of a right-of-way application and EA for a transmission line and substation siting project in the Doney Park community on the Coconino National Forest near Flagstaff, Arizona. Arizona Public Service Company, Yuma - San Luis 69 kV Line, Arizona Project Coordinator responsible for assisting in existing and future land use studies. Coordinated studies with federal, state, and local jurisdiction staff, including the Marine Corps Air Station, Yuma. Tucson Electric Power, DeMoss Petrie - Tucson 138 kV Line Project, Arizona Project Coordinator responsible for project coordination and assisting in existing and future land use studies for a proposed 138 kV transmission line in a fully developed urban area directly north of downtown Tucson, Tucson Electric Power, Rosemont 138 kV Line Project, Arizona Project Coordinator responsible far project coordination and assisting in land use and visual studies for a line from a substation south of Tucson to the proposed Rosemont facilities. Tucson Electric Power, Pinal Gentral - Tortolita 500 kV Project, Arizona Project Coordinator responsible for project coordination and assisting in land use and visual studies for preparation of a transmission line siting report and Certificate of Environmental Compatibility (CEC) application. The proposed project included siting a 500 kV power line from Eloy, Arizona area to Red Rock, Arizona area. EMILY BELTS I 3 POWER ENGINEERS, INC. Nextera Energy, Sonoran Solar Energy Project, Arizona Assisted in existing and future land use studies and technical reports for the preparation of large-scale solar energy project located south of the town of Buckeye in Maricopa County, Arizona. The Sonoran Solar Energy Project is proposed to construct and operate an electrical generating facility, using concentrated solar thermal power that would provide up to 375 megawatts of electrical generation on approximately 3,700 acres of federally managed lands. Confidential Client, Navajo Nation Wind Project, Arizona Project Coordinator responsible for site assessment and preparation of a feasibility report to review the potential for the development of a proposed wind energy project to be located in northern Arizona. Confidential Client, Solar Project Critical Issues Analysis, Arizona Project Coordinator responsible for assisting in existing and future land use studies for the preparation of an Environmental Critical Issues Analysis report to review the potential for the development of a proposed 500- megawatt (MW) concentrating solar generation project to be located on federal lands in Arizona. The goal of this analysis was to identify any environmental or permitting constraints that could potentially prohibit the construction, operation, and maintenance of the proposed facility. Foresight Flying M, LLC, Grapevine Canyon Interconnection and Wind Park Project, Arizona Project Coordinator responsible for assisting in existing and future land use studies for preparation of an environmental impact statement (EIS) and CEC application for a 500 MW wind park facility, a 345 kV substation and switchyard, a 17-mile access road, and approximately 9 miles of 345 kV transmission line in the Diablo Canyon Rural Planning Area, southeast of Flagstaf£ The transmission line would connect the Grapevine Canyon Wind Ranch with an existing 345 kV transmission line, and would be located in the Coconino National Forest. Southern California Edison, Devers - Mirage 115 kV System Split Project Proponent's Environmental Assessment, California Project Manager responsible for the preparation of a PEA and environmental assessment (EA) for a 220 kV line and two 115 kV transmission lines, upgrade and modify 10 substations, and complete numerous connections and facility modifications associated with splitting the Devers-Mirage 115 kV system in Palm Springs and Thousand Palms, California into two separate, radial 115 kV systems. Responsibilities include environmental impact assessment of existing and future land use studies, and EA document preparation and coordination. A TTACHMENT 4 RESUME OF DEN/SE W/LL/AMS AUS 146-008 (PROPOSALS) DME (1 /18/2013) LD DENISE WILLIAMS ENVIRONMENTAL SPECIALIST YEARS OF EXPER/ENCE 14 EDUCAT/OM > B.S., Environmental Management, University of Houston, 1997 AREAS OF EXPERT/SE > Environmental Assessments > Siting studies > Routing studies > Public involvement coordination > PUCT CCN Experience SPEC/AL TRA/N/NG > OSHA training from TCEQ -� ��d�1Nt°�'6�� EXPERIENCE SUMMARY Ms. Williams is an environmental specialist with extensive experience in data collection, field reconnaissance, agency coordination, and public meeting organization for transmission line projects in Texas. She has conducted field reconnaissance related to land use determination, transmission line compatibility, and habitable structures identification and inventory. She has performed alternative route analyses, environmental assessments, land use and biological data collection and analysis, routing studies, and completed applications far Certificates of Convenience and Necessity for submission to the Public Utility Commission of Texas. For several of these CCN filings Ms. Williams organized the public involvement process and analyzed the input received by the public and agencies. She has also collected data and conducted site reconnaissance to facilitate site analyses for proposed power plants in several states, including Texas. In addition, Ms. Williams' experience performing environmental compliance inspections for manufacturing facilities has provided her with first hand insight into the implementation of state and federal govecnment regulations. CenterPoint Energy, 138 kV Springwoods Transmission Line EA, Routing Study and CCN Application, Texas Environmental Planner responsible for land use issues and public involvement for this project. POWER conducted a routing study and prepared the environmental assessment to support a CCN application for the 138 kV Springwoods Transmission Line project. This project is located in a rapidly developing portion of northern Harris and southern Montgomery counties, Texas. Land use data collection and analysis was critical due to the nuinber of existing, under construction, and proposed residential and associated commercial developments. POWER identified preliminary alternative route segments which were presented at a public meeting. POWER also completed the public input analysis and conduct an alteinative route comparison as part of the Routing Study/EA and CCN application document while considering the necessary requirements of Section 37.506(c)(4)(A)-(D) of the Texas Utilities Code, the Public Utility Commission of Texas (PUCT) CCN application form, and PUCT Substantive Rule 25.101. POWER also provided CCN Project Manager Services, a specific requirement for the project that included coordination of tasks for POWER and the client's personnel. Expert testimony support was not required because this project was consented by the PUC. CenterPoint Energy, 138 kV Zenith Transmission Line EA, Routing Study and CCN Application, Texas Environmental Planner responsible for land use issues and public involvement. POWER conducted a routing study and alternatives analysis and prepared the environmental assessment and CCN application for the 138 kV Zenith Transmission Line project. Land use data collection and analysis DENISE WILLIAMS I 2 POWER ENGINEERS, INC. were critical due to residential and commercial developments in the area. POWER identified preliminary segments and presented preliminary alternatives at a public meeting, then recommended a preferred and three alternate routes based on public input analysis. Expert testimony support was not required because this project was not contested. Lower Colorado River Authority, Cushman to Highway 123 138 kV Transmission Line EA, Texas Environmental Planner responsible for land use issues and public involvement. POWER prepared the environmental assessment and alternatives analysis (EA) document for a new seven-mile, single-circuit 138 kV line. The document supports LCRA's Certificate of Convenience and Necessity (CCN) application for filing with the Public Utility Commission of Texas. Tasks included data acquisition and analysis, preliminary alternatives identification, providing exhibits and support staff for a public meeting, public input analysis, and preparation of the EA. Lower Colorado River Authority, EC Mornhinweg to Parkway 138 kV Transmission Line EA, Texas Environmental Planner responsible for land use issues and public involvement. POWER is preparing the environmental assessment and alternatives analysis (EA) document for construction of a new 138 kV h�ansmission line. The document supports LCRA's Certificate of Convenience and Necessity (CCN) application for filing with the Public Utility Commission of Texas. POWER provided data acquisition and analysis, preliminary alternatives identification, exhibits and support staff for a public meeting, public input analysis, and preparation of the EA. The study area included agricultural land, pastures, residential subdivisions and commercial properties. Deep East Texas Electric Cooperative, Inc., Fairmount 138 kV Transmission Line, Texas Environmental Planner responsible for land use issues and public involvement. The project is a new substation and 138 kV transmission line. POWER's environmental services included supporting preparation of the Certificate of Convenience and Necessity (CCN) document for filing with the Public Utility Commission of Texas. Tasks included data acquisition and analysis, preliminary alternatives identification, providing exhibits and support staff for a public meeting, public input analysis, and preparation of the EA including recommendation of a preferred route. The study area includes forested land, agricultural land, and gently rolling hills with residentiaUcommercial properties. Significant land use features within or near the study area include the US Forest Service and Toledo Bend Reservoir. Oncor Electric, Forney 138 kV Transmission Line Environmental Assessment and Routing Study, Texas Environmental Specialist responsible for data collection, field reconnaissance, and agency coordination. Collaborated in the development of the routing criteria and analyzing the routes by quantification of data into a spreadsheet. Prepared the environmental assessment and identified agency DENISE WILLIAMS I 3 POWER ENGINEERS, INC. involvement. The study included the installation of a new switching station and the construction of a new 138 kV transmission line between the new Forney East switching station and the existing Forney substation in north Texas. Oncor Electric Delivery, Bell County East to TNP One 345 kV Transmission Line, Texas Environmental Specialist assisting with the public involvement program, socioeconomic studies, and development of the routing report for the Certificate of Convenience and Necessity (CCN) application to the Public Utility Commission of Texas. The transmission line is approximately 40 miles long and includes a 160-foot right-of-way for the new double-circuit 345 kV transmission line in Bell, Milam, and Robertson counties, Texas. POWER was responsible for drafting a research design for the Texas Historical Commission prior to field studies being initiated. POWER produced an interim report and a draft archeological report, both of which were submitted to the Texas Historical Commission. POWER also participated in the technical conference, adequacy of routes hearing, and responded to Requests for Information (RFI's). POWER provided written direct testimony and delivered oral testimony in support of the PUCT CCN application at the hearing on merits at the State Office of Administrative Hearings (SOAH) offices in Austin. Oncor Electric Delivery, CREZ Clear Crossing-Willow Creek Line, Texas Land Use Specialist responsible for inventorying land use features to analyze the impacts of a new transmission line to link wind-generated power from West Texas to a major utility's seivice area. The new 345 kV transmission line will run approximately 100 miles across the north-central area of the state on lattice steel structures. The project is part of the Texas Competitive Renewable Energy Zones (CREZ) initiative to inject renewable energy into the Texas electrical grid. POWER collected and analyzed study area data, coordinated and participated in the public ouri•each program, conducted the public input analysis, developed resource maps, identified and compared alternative routes, and prepared the Environmental Assessment which is part of the client's application for a Certificate of Convenience and Necessity to the Public Utility Commission of Texas. POWER also provided expert testimony support. Lower Colorado River Authority, Maha Creek 345 kV Transmission Line Environmental Assessment, Texas Principal Investigator responsible for data collection, field reconnaissance and agency coordination on this 345 kV project in Bastrop, Texas. Ms. Williams collaborated in the development of the routing criteria and analyzing the routes by quanti�cation of data into a spreadsheet. Prepared the Environmental Assessment for the Public Utility Commission of Texas Certifcate of Convenience and Necessity application and identified agency involvement. The assessment included the construction of a new 345 kV transmission line between the LCRA Garfield Switchyard and the new Bastrop Energy Switchyard in Bastrop County, Texas. DENISE WILLIAMS � 4 POWER ENGINEERS, INC. Oncor Electric Delivery, CREZ Willow Creek-Hicks 345 kV Line, Texas Land Use Specialist responsible for inventorying land use features to analyze the impacts of a new transmission line to bring wind-generated power from West Texas to a major utility. POWER provided environmental services for a new transmission line that will allow Oncor to bring renewable energy into its service territory. The new 40-mile, 345 kV transmission line will bring power generated from wind farms in West Texas to Oncor's customers. The project is part of the Texas Competitive Renewable Energy Zone (CREZ) initiative. POWER acquired and analyzed resource data, coardinated and participated in the public outreach program, conducted the public input analysis, developed resource maps, identified and compared alternative routes, and prepared the Environmental Assessment which is part of the client's application for a Certificate of Convenience and Necessity to the Public Utility Commission of Texas. POWER also provided expert testimony support. Xcel Energy Services, Kiser to Cox 115 kV Transmission Line Project, Texas Environmental Specialist responsible for land use and developing the CCN application. POWER is performing an environmental assessment and alternative route analysis for submittal with the Certificate of Convenience and Necessity application for the Kiser to Cox Transmission Line Project. The project is located in west Texas and is required to meet the Southwest Power Pool network upgrade. The project consists of approximately eight miles of 115 kV transmission line. Environmental issues include siting through irrigated agricultural land and rural residential development. Xcel Energy Services, Kiser to Kress 115 kV Transmission Line Project, Texas Environmental Specialist responsible for land use and developing the CCN application. POWER is performing an environmental assessment and alternative route analysis for submittal with the Certificate of Convenience and Necessity application for the Kiser to Kress Transmission Line Project. The project is located in west Texas and is required to meet the Southwest Power Pool network upgrade. The project consists of approximately 16 miles of 115 kV transmission line. Environmental issues include siting through irrigated agricultural land and rural residential development. American Electric Power, Coleto Creek-Pawnee 345 kV Transmission Line EA and Routing Study, Texas Ms. Williams assisted with site reconnaissance, aerial photography interpretation, and alternative route analysis for this 52.3-mile 345 kV transmission line project. She also coordinated the public involvement process which included arganizing public meetings and collecting and analyzing input received from the public and agency personnel. She assisted in coordination between AEP and South Texas Electric Cooperative (STEC) to develop both portions of the recommended ERCOT/ISO project to enhance the PUCT review process. Ms. Williams also supparted the preparation of written testimony to the Public Utility Commission of Texas DENISE WILLIAMS � 5 POWER ENGINEERS, INC. ATTACHMENT 5 SCHEDULE OF CHARGES AUS 146-008 (PROPOSALS) DME (1/18/2013) LD Page 1 POWER ENGINEERS, INC. SCHEDULE OF CHARGES — 2013 This standard Schedule of Charges is for professional services. Unless agreed olherwise, charges for work on conlinuing projecls will be based on lhe then currenl Schedule of Charges. A new Schedule of Charges will be issued lo be effective January t of each new year and as necessary on an inlermediate basis to accommodate new items or revised charges. Invoices will be submitted monthly and/or upon completion of lhe work and will be due and payable when issued. All accounts not paid within thirty (30) days after Owners receipt of lhe invoice wili bear a SERVICE CHARGE OF 1.0% PER MONTH for each month lhe invoice is unpaid. PERSONNEL CLASSIFICATION President.......................................................................................................................................................................................................... $250.00/hr. Executive Vice President Senior Project Manager IV ProjectManager Director .................................................................................................................................................................................. $232.00/hr. Senior Project Manager III SeniorProject Manager II ................................................................................................................................................................................. $218.00/hr. SeniorProject Manager I .................................................................................................................................................................................. $206.00lhr. Senior Project Engineer III Strategic Consultant III ProjectManager III ........................................................................................................................................................................................... $192.00/hr. Project Lead IV Construction Manager III Senior Project Engineer II Strategic Co�sultant II Senior Consultant III ProjectManager II ............................................................................................................................................................................................ $172.00/hr. Project Lead III Strategic Consultant I Senior Consultant II Praject Englneer III Construction Manager II Senior Project Engineer I Engineer V ProjectManager I ............................................................................................................................................................................................. $148.00/hr. Project Lead II Construction Manager I Environmental Specialist IV Project Engineer II Engineer IV Designer V Project Administrator Iii Senior Consultant I Consultant III ProjectLead I ................................................................................................................................................................................................... $138.00lhr. Project Engineer I Engineer III Designer IV Environmental Specialist III Procurement Specialist III Scheduling Specialist III Project Administrator II Consultant II EngineerII ........................................................................................................................................................................................................ $128.00lhr. Designer III Technician IV Environmental Specialist II Procurement Specialist II Scheduling Specialist II Project Administrator I Programmer III Consultant I EngineerI ......................................................................................................................................................................................................... $117.00/hr. Designer II Technician III Environmental Specialist I Procurement Specialis[ I Field Representative IV Scheduling Specialist I Project Managers Assistant Iil Programmer II DesignerI ......................................................................................................................................................................................................... $103.00lhr. Drafter III Technician II Administrative Assistant I Field Representative III Staff Assistant II Project Managers Assistant II Programmer I DrafterII ............................................................................................................................................................................................................. $86.00/hr. Staff Assistant Field Representative II Project Managers Assistant I DrafterI .............................................................................................................................................................................................................. $68.00/hr. General Office Assistant Field Representative I Personnel with specialized experience are employed by or on relainer lo POWER. Charges for these specialists are negotialed on an individual basis depending on the assignment. Professional time for depositions and testimony is charged at 1.5 limes the rate for services; full-day minimums apply. 2013 Rees (ll/27/12) Page 2 POWER ENGINEERS, INC. SCHEDULE OF CHARGES — 2013 This slandard Schedule of Charges is for professional services. Unless agreed olhenvise, charges for work on continuing projects will 6e based on lhe lhen current Schedule of Charges. A new Schedule of Charges will be issued lo be effeclive January 1 of each new year and as necessary on an intermediale basis to accommodate new items or revised charges. Invoices will be submitted monthly and/or upon completion of ihe work and will be due and payable when issued. All accounts nol paid within lhirty (30) days after Owner's receipt of lhe invoice will bear a SERVICE CHARGE OF 1.0% PER MONTH for each month ihe invoice is unpaid. SPECIAL APPLICATION SOFTWARE Level I Software * $10.00/hr Level II Software ** $20.00/hr Level III Software *** $35.00/hr Level IV Software'**' $60.00/hr ' Level I Software includes, among others: CPM, Traverse PC, Structural Design, Foundation Design, HVAC Design, Conveyor Design, Rockwell RSView & RSLogix, Subnet Solutions Substation Server.net, Subnet Solutions Substation Explorer, and Wonderware. *' Level II Software includes, among others: ArcPro, ASPEN OneLiner, ESA Easy Power, Milsoft Windmil, OSI ETAP, Pathloss V5, SKM PTW, Sy�erGee DPA/G (Distribution Primary Analysis/Graphics), Smart Plant P&ID, Smart Plant Instrumentation, SIMFLEXS, DPAG, PTW, Harmflo, Matlab, PLS-CADD, TL-CADD, AutoCAD, MicroStatlo�, Drafting Station w/soflware, and specialized estimating programs. ""Level 111 Software includes, among others: CDEGS (RESAP/MALZ), GE PSLF, PSCAD (PSCAD/EMTDC), PTI PSS/E, WinIGS, Smart Plant 3D, PDS, Rebis, GIS Workstation, Engineering Workstation, and Electrocon CAPE. REPRODUCTION Drawings — Black & White Large Scale Drawings (C Size) Large Scale Drawings (D Size) Large Scale Drawings (E Size) Drawings — Color Large Scale Drawings (C Size) Large Scale Drawings (D Size) Large Scale Drawings (E Size) $1.90/ea. $3.301ea. $5.50/ea. $6.00/ea. $10.90/ea. $17.50/ea. Documents — Black & White Single-sided Copies 8 x 11 $0,05/ea. 11 x 17 $0.15/ea. Double-sided Copies 8 x 11 $0.10/ea. Documents — Color Single-sided Copies 8 x 11 $0.50/ea. 11 x 17 $1.00/ea. Double-sided Copies 8 x 11 $1.00/ea. Spiral Comb $2.65/ea. 3 Ring Binder Dependent on size Special Copy Center Projects (Labor) $45.00lhr. SURVEY EQUIPMENT '***Level IV Software includes, among others: CDEGS, Survey Equip, to support field crew $70.00/day CDEGS (HiFREQ), COMSOL Multiphysics, Sigma SLP, STRI GPS Equipment 2 Units $60.00/hour $350.00/day Line Performance Software, and Animation. GPS Equipment 3 Units $80.00/hour $450.00/day Other expenses including but not limited to subcontractors, airtare, lodging, meals, postage and shipping, purchases, rentals, are charged at cost plus a carrying and handling charge of 10%. Communication Charge - including but not limited to long distance telephone and fax, charged at 1% of labor billing charges. CAD Usage Charge — charged at 3% of labor billing charges. 2013 P'ees (] 1/27/12) AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 Questions concerning this acquisition may be directed DEPARTMENT: Materials Management to Phil Williams at 349-8487 ACM: Bryan Langley ��t� SUBJECT Consider adoption of an ordinance accepting competitive proposals and awarding a Public Worlcs Contract for the constniction of electric substations for Denton Municipal Electric; providing for the expenditure of funds therefor; and providing an effective date (RFP 5142- awarded to Can-Fer Utility Services, LLC in an amount not to exceed $16,560,000). The Public Utilities Board recommends approval (5-0). RFP INFORMATION Denton Municipal Electric (DME) has 12 substation projects approved in its Capital Improvement Plan. In planning for constniction of multiple substations, DME has stnictured designs into standard units that can be used in almost any application. RFP #5142 was stnictured to obtain a variety of unit prices for all aspects of substation constniction work that could be used for multiple proj ects over time for different station configurations. Request for Proposals (RFP) were sent to 190 prospective suppliers, including five Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Six responsive proposals were received. The RFP evaluation team included staff from Materials Management and Electric Engineering. Exhibit 1 reflects the pricing tabulation, which indicates that Can-Fer Utility Services, LLC (Can-Fer) proposed the "best valued" pricing. Can-Fer received the highest evaluated score (60) for the price category as identified on the Evaluation Summary/Ranlcing Sheet (Exhibit 2). The evaluation summary process reflects that Can-Fer received the highest evaluated score and is recommended as the "best valued" contractor for the City. At the conclusion of the evaluation process, staff requested Can-Fer to provide a revised proposal that more clearly defined the individual line items, allowing for better accounting of quantities and flexibility in stnicturing the worlc. This effort is identified in Exhibit 3. Staff is in the process of finalizing a master contract with Can-Fer, which will secure the proposed pricing. Staff will prepare individual project contract(s), including required bonding, upon Council approval of the entire award for the identified 12 substation projects, and submit to the City Manager for execution prior to worlc commencing for the individual proj ect(s). Agenda Information Sheet Febniary 12, 2013 Page 2 PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On January 28, 2013, the Public Utilities Board recommended approval to forward this item to the City Council for consideration (Exhibit 4). RECOMMENDATION Approve a public worlcs contract between the City of Denton and Can-Fer Utility Services, LLC in an amount not to exceed $16,560,000. PRINCIPAL PLACE OF BUSINESS Can-Fer Utility Services, LLC Grand Prairie, TX ESTIMATED SCHEDULE OF PROJECT The initial term of this contract is for one year ending Febniary 12, 2014. The City and the awarded vendors shall have the option to renew this contract for two (2) additional one (1) year periods. Work will be authorized based on project schedules. FISCAL INFORMATION The costs for materials and services purchased under the proposed agreement will be funded out of amounts budgeted for specific projects. Much of the work proposed will be in the transmission category. These costs for transmission projects will ultimately be recovered through the Public Utility Commission Transmission Cost of Service Program (TCOS). EXHIBITS Exhibit 1: Initial Proposal Pricing Exhibit 2: Evaluation/Ranlcing sheet Exhibit 3: Can-Fer Final Negotiated Pricing Exhibit 4: Public Utilities Board Agenda Information Sheet and Draft Minutes Exhibit 5: Proposed Contract Agenda information Sheet Febniary 12, 2013 Page 3 Respectfully submitted: � � ___ �=%��_, �.� � Antonio Puente, Jr., 349-7283 Assistant Director of Finance 1 =AIS-RFY 5142 Exhibit 1 Initial Unit Prices as Received for RFP #5142 Substation Construction Services Proposer Can-Fer Uklity Services, LLC EmestP. BreauxElecmical MichelsPower RkeStecbac, LLC R&coNCompa�y UtiliryZir�a-conre ser.lrrc. Princi al Place of Business GrandPrairie, TX New Iheria, LA Neenah, WI nB. Air7; NC oklnhomaciry, ox RourrdRoc7� TX Estimated N}�.stYwr EstimatedTotsl NSrstYwr EstimatedTotsl NSrstYwr EstimatedTotsl NSrstYwr EstimatedTotal NSrstYwr EstimatedTotal NSrstYwr EstimatedTotal Item # Description UOM ���� unit cost Annua� cost unit cost Annua� cost unit cost Annua� cost unit cost Umua� cost unit cost Umua� cost unit cost Umua� cost Quantity 1 Mobilization LS 3 $12,750.32 $3$250.96 $20,000.00 $60,000.00 $91,798.79 $275,3J4.87 $19,763.34 $59,790.02 $5,000.00 $15,000.00 $16,010.00 $48,030.00 2 138 KV Breaker inetalled EA 24 $3,977.67 $95,46{.OS $7,800.00 $187,200.00 $5,748.82 $137,971.68 $5,162.92 $123,910.08 $10,450.00 $250,800.00 $4,514.40 $108,345.60 3 138 KV High Bus Switch and Stand EA 36 $2,670.48 $96,137.40 $4,200.00 $151,200.00 $7,089.7A $255,212.6{ $6,458.00 $232,488.00 $8,000.00 $288,000.00 $3,536.64 $127,319.04 4 138 KV Low Bus Switch and Stand EA 30 $2,245.47 $67,36{.19 $4,200.00 $126,000.00 $6,878.09 $206,342.70 $6,458.00 $193,740.00 $7,800.00 $234,000.00 $3,386.16 $101,584.80 5 Substitute Motor Operator for manual EA 6 $1,062.53 $6,375.15 $800.00 $4,800.00 $4,618.02 $27,708.12 $584.93 $3,509.58 $800.00 $4,800.00 $3,536.64 $21,219.84 6 138 KV Tranemieeion Takeoff Shucture EA 8 $4,278.44 $34,227.52 $3,600.00 $2$800.00 $$818.6{ $70,549.12 $6,526.46 $52,211.68 $10,050.00 $80,400.00 $6,669.36 $53,354.88 7 ConetructTranemieeionTakeoffShucture EA 18 $208.96 $3,761.34 $1,800.00 $32,400.00 $1,161.99 $20,915.82 $1,052.88 $18,951.84 $1,600.00 $28,800.00 $2,993.04 $53,874.72 S 65'StaticMaet EA 12 $1,255.20 $15,062.37 $1,200.00 $14,400.00 $3,909.31 $46,911.72 $1,011.25 $12,135.00 $2,250.00 $27,000.00 $1,710.00 $20,520.00 9 138kV - 15 KV Traneformer EA 8 $1,905.47 $15,243.72 $5,800.00 $46,400.00 $5,039.68 $40,317.44 $3,598.77 $28,790.16 $2,000.00 $16,000.00 $8,259.84 $66,078.72 10 ControlBuilding EA 3 $4,505.11 $13,515.33 $9,000.00 $27,000.00 $15,238.85 $45,716.55 $5,139.42 $15,418.26 $2,500.00 $7,500.00 $4,7A0.80 $12,722.40 11 DietributionSwitchgeazEncloeure EA 8 $4,505.11 $36,040.88 $14,300.00 $114,400.00 $1,958.68 $15,669.44 $3,554.55 $28,436.40 $2,500.00 $20,000.00 $5,814.00 $46,512.00 12 3/8"EHSStaticwu'einetallation LF 8000 $5.38 $43,067.72 $4.50 $36,000.00 $7.54 $60,320.00 $4.09 $32,720.00 $2.00 $16,000.00 $1.44 $11,520.00 13 138 kV Bue Support EA 180 $170.00 $30,600.76 $800.00 $144,000.00 $927.15 $166,887.00 $566.70 $102,006.00 $600.00 $108,000.00 $444.96 $80,092.80 14 138 kV CT with Stand EA 3 $10,537.79 $31,611.88 $1,800.00 $5,400.00 $3,162.60 $9,487.80 $1,833.61 $5,500.83 $800.00 $2,400.00 $1,586.88 $4,760.64 15 138 kV PT/CCVT with Stand EA 54 $1,0J4.40 $59,097.72 $1,800.00 $97,200.00 $3,209.23 $173,298.42 $1,716.63 $92,698.02 $850.00 $45,900.00 $1,586.88 $85,691.52 16 15kV Bus Support EA 55 $467.51 $25,713.05 $1,800.00 $99,000.00 $1,316.02 $72,381.10 $1,420.70 $78,138.50 $400.00 $22,000.00 $383.04 $21,067.20 17 5"AluminumBuePipe:Inetalled LF 7000 $12.47 $87,268.83 $20.00 $140,000.00 $7A.32 $170,240.00 $16.67 $116,690.00 $18.40 $128,800.00 $24.48 $171,360.00 1S 4"AluminumBuePipe:Inetalled LF 800 $11.83 $9,463.56 $16.00 $12,800.00 $33.27 $26,616.00 $15.50 $12,400.00 $11.20 $8,960.00 $17.28 $13,824.00 19 3"AluminumBuePipe:Inetalled LF 1500 $14.59 $21,888.O�V $14.00 $21,000.00 $23.79 $35,685.00 $14.33 $21,495.00 $7.20 $10,800.00 $13.68 $20,520.00 20 2.5" AlumvmmBue Pipe: Installed LF 1200 $7.79 $9,350.22 $16.50 $19,800.00 $13.83 $16,596.00 $45.04 $54,O�V8.00 $7.20 $8,6{0.00 $10.80 $12,960.00 21 2"AluminumBuePipe:Inetalled LF 1200 $7.79 $9,350.22 $14.00 $16,800.00 $13.83 $16,596.00 $51.47 $61,764.00 $5.20 $6,7A0.00 $7.20 $8,6{0.00 22 FoundationFl EA 12 $11,947.35 $143,368.20 $20,000.00 $7A0,000.00 $33,897.17 $406,766.M $26,032.72 $312,392.64 $19,360.00 $232,320.00 $25,500.00 $306,000.00 23 IncreaseFoundationFlindepthbyl' LF 24 $628.81 $15,091.39 $900.00 $21,600.00 $1,214.75 $29,154.00 $684.33 $16,423.92 $924.00 $22,176.00 $0.00 $0.00 24 DecreaeeFoundationFlindepthbyl' LF 12 -$628.81 -$7,545.69 -$700.00 -$$400.00 -$407.23 -$4,886.76 -$108.78 -$1,305.36 -$924.00 -$11,088.00 $0.00 $0.00 25 FoundationF2 EA 200 $1,060.78 $212,155.38 $2,000.00 $400,000.00 $2,782.34 $556,468.00 $1,684.94 $336,988.00 $3,520.00 $7M,000.00 $700.00 $140,000.00 26 IncreaseFoundationF2indepthbyl' LF 400 $117.86 $47,145.6{ $200.00 $80,000.00 $300.79 $120,316.00 $186.83 $74,732.00 $158.40 $63,360.00 $0.00 $0.00 27 DecreaeeFoundationF2indepthbyl' LF 200 -$117.86 -$23,572.82 -$150.00 -$30,000.00 -$86.77 -$17,354.00 $61.83 $12,366.00 -$158.40 -$31,680.00 $0.00 $0.00 2S FoundationF3 EA 8 $98,348.79 $786,786.28 $100,000.00 $800,000.00 $87,093.07 $696,744.56 $66,824.49 $534,595.92 $115,880.00 $927,M0.00 $65,000.00 $520,000.00 29 FoundationF4 EA 20 $4,871.17 $97,423.33 $9,400.00 $18$000.00 $21,865.41 $437,308.20 $9,269.92 $185,398.40 $8,824.00 $176,480.00 $9,250.00 $185,000.00 30 FoundationFS EA 48 $1,058.86 $50,825.10 $2,000.00 $96,000.00 $2,898.03 $139,105.44 $1,684.94 $80,877.12 $1,760.00 $84,480.00 $1,700.00 $81,600.00 31 IncreaseFoundationFSindepthbyl' LF 96 $117.65 $11,2J4.47 $200.00 $19,200.00 $300.79 $2$875.84 $186.84 $17,936.64 $158.40 $15,206.40 $0.00 $0.00 32 DecreaeeFoundationFSindepthbyl' LF 48 -$117.65 -$5,647.23 -$150.00 -$7,200.00 -$86.77 -$4,16{.96 -$61.83 -$2,967.84 -$158.40 -$7,603.20 $0.00 $0.00 33 FoundationF6 EA 15 $8,797.30 $131,959.50 $14,500.00 $217,500.00 $22,790.93 $341,863.95 $9,J48.91 $149,233.65 $12,760.00 $191,400.00 $10,000.00 $150,000.00 34 IncreaseFoundationF6indepthbyl' LF 30 $488.74 $14,662.17 $750.00 $22,500.00 $1,122.19 $33,665.70 $553.61 $16,608.30 $6{2.40 $19,272.00 $0.00 $0.00 35 Decreaee Foundation F6 in depth by 1' LF 15 -$488.74 -$7,331.08 -$600.00 -$9,000.00 -$347.07 -$5,206.05 -$68.70 -$1,030.50 -$6{2.40 -$9,636.00 $0.00 $0.00 36 Foundation7 EA 6 $$217.95 $49,307.70 $9,000.00 $54,000.00 $1$944.7A $113,665.44 $5,741.03 $34,446.18 $7,920.00 $47,520.00 $7,600.00 $45,600.00 37 Foundation8 EA 6 $10,320.79 $61,921.71 $10,400.00 $62,400.00 $1$944.7A $113,665.44 $7,742.49 $46,454.94 $9,680.00 $58,080.00 $7,600.00 $45,600.00 3S Foundation9 EA 6 $9,428.82 $56,572.89 $9,700.00 $5$200.00 $24,150.79 $144,901.74 $7,766.54 $46,599.24 $8,800.00 $52,800.00 $7,600.00 $45,600.00 39 IncreaseFoundationF7,F8,orF9intotal CY 9 $485.71 $4,371.37 $900.00 $$100.00 $1,255.7A $11,297.16 volumeofconcrete $691.58 $6,224.22 $880.00 $7,920.00 $0.00 $0.00 40 Decreaee Foundation F7, F8, or F9 in total CY 3 -$485.71 -$1,457.12 -$700.00 -$2,100.00 -$254.52 -$763.56 volumeofconcrete -$263.35 -$790.05 -$880.00 -$2,6{0.00 $0.00 $0.00 41 Foundation 10 EA 15 $1,17A.6{ $16,869.54 $2,200.00 $33,000.00 $3,453.35 $51,800.25 $1,868.64 $28,029.60 $880.00 $13,200.00 $1,850.00 $27,750.00 42 InaeaseFoundationFlOindep[hbyl' LF 9 $112.46 $1,012.17 $200.00 $1,800.00 $254.52 $2,290.68 $684.33 $6,158.97 $158.40 $1,425.60 $0.00 $0.00 43 DecreaeeFoundationFlOindepthbyl' LF 3 -$112.46 -$337.39 -$150.00 -$450.00 -$86.77 -$260.31 -$61.83 -$185.49 -$158.40 -$475.20 $0.00 $0.00 44 Bellbottomofpierfoundation-2'-6" EA 60 $678J4 $40,77A.44 $800.00 $4$000.00 $867.68 $52,060.80 $40.08 $2,404.80 $6{0.00 $38,400.00 $0.00 $0.00 45 Bellbottomofpierfoundation-5'-0" EA 9 $2,1J4.26 $19,748.33 $5,000.00 $45,000.00 $1,561.82 $14,056.38 $8,100.88 $72,907.92 $1,280.00 $11,520.00 $0.00 $0.00 46 Bellbottomofpierfoundation-6'-0" EA 9 $4,128.7A $37,154.16 $$000.00 $72,000.00 $2,082.42 $18,741.78 $11,450.00 $103,050.00 $1,280.00 $11,520.00 $0.00 $0.00 47 Foundation for S&C Outdoor Switchgear EA 3 $7,359.31 $22,077.93 $12,000.00 $36,000.00 $2$922.50 $86,767.50 $13,474.36 $40,423.08 $5,570.00 $16,710.00 $9,375.00 $28,125.00 4S Concreteflatworkinetalledper CY 2100 $282.73 $593,733.54 $450.00 $945,000.00 $370.21 $777,441.00 $339.90 $713,790.00 $880.00 $1,848,000.00 $354.17 $743,757.00 49 2" ScherLile 40 PVC Undergt'ound: LF 2700 $5.44 $14,685.18 $11.00 $29,700.00 $21.83 $5$941.00 $24.57 $66,339.00 $4.00 $10,800.00 $7.20 $19,440.00 50 2.5" Schedule 40 PVC Undergt'ound LF 2700 $5.44 $14,685.18 $12.00 $32,400.00 $20.33 $54,891.00 $24.57 $66,339.00 $4.00 $10,800.00 $7.92 $21,384.00 51 3" ScherLile 40 PVC Undergt'ound LF 900 $7.69 $6,917.40 $16.00 $14,400.00 $25.11 $22,599.00 $24.57 $22,113.00 $4.00 $3,600.00 $10.80 $9,720.00 52 4" ScherLile 40 PVC Undergt'ound: LF 6000 $6.70 $40,220.16 $15.00 $90,000.00 $21.78 $130,680.00 $24.57 $147,420.00 $6.00 $36,000.00 $12.24 $73,440.00 Page 1 of 2 Exhibit 1 Initial Unit Prices as Received for RFP #5142 Substation Construction Services Proposer Can-Fer Uklity Services, LLC EmestP. BreauxElecmical MichelsPower RkeStecbac, LLC R&coNCompa�y UtiliryZir�a-conre ser.lrrc. Princi al Place of Business GrandPrairie, TX New Iheria, LA Neenah, WI nB. Air7; NC oklnhomaciry, ox RourrdRoc7� TX Estimated N}�.stYwr EstimatedTotsl NSrstYwr EstimatedTotsl NSrstYwr EstimatedTotsl NSrstYwr EstimatedTotal NSrstYwr EstimatedTotal NSrstYwr EstimatedTotal Item # Description UOM ���� unit cost Annua� cost unit cost Annua� cost unit cost Annua� cost unit cost Umua� cost unit cost Umua� cost unit cost Umua� cost Quantity 53 6" ScherLile 40 PVC Underground LF 9000 $8.49 $76,434.60 $24.00 $216,000.00 $22.84 $205,560.00 $43.28 $389,520.00 $46.50 $418,500.00 $13.68 $123,120.00 54 Pull Box for 15kV undergt'ound cable EA 24 $881.57 $21,157.68 $4,000.00 $96,000.00 $2,019.52 $4$468.48 $2,346.65 $56,319.60 $10,000.00 $240,000.00 $3,009.60 $72,230.40 55 PullBoxforundergt'oundcontrolcable EA 6 $859.10 $5,154.60 $3,000.00 $1$000.00 $2,172.80 $13,036.80 $2,112.68 $12,676.08 $5,000.00 $30,000.00 $2,325.60 $13,953.60 56 Manhole: Excavatioq baee prepazatioq EA 3 $4,361.97 $13,085.91 $4,000.00 $12,000.00 $5,038.23 $15,114.69 andbackfill $2,814.60 $8,443.80 $10,000.00 $30,000.00 $1,799.60 $3,898.80 57 Groundgridinetalled LF 36000 $5.25 $18$886.93 $6.50 $234,000.00 $5.77 $207,720.00 $6.54 $235,440.00 $3.08 $110,880.00 $10.08 $362,880.00 SS Rockhenc}ung adder for inetalling gt'ound LF 1200 $1.71 $2,046.36 $13.00 $15,600.00 $52.7A $62,688.00 $8.83 $10,596.00 $50.00 $60,000.00 $18.72 $22,464.00 59 Groundrodinetalledinaveragetypeeof EA 600 $112.J4 $67,76{.39 $120.00 $72,000.00 $125.82 $75,492.00 soil $192.34 $115,404.00 $30.00 $18,000.00 $41.04 $24,624.00 60 Groundrodinstalledinrock EA 60 $384.19 $23,051.61 $240.00 $14,400.00 $428.12 $25,687.20 $251.10 $15,066.00 $40.00 $2,400.00 $82.08 $4,924.80 61 Gate or fence poet gt'ounding EA 54 $118.17 $6,380.J4 $230.00 $12,420.00 $99.14 $5,353.56 $354.26 $19,130.04 $30.00 $1,620.00 $24.48 $1,321.92 6Z Precas[ conaete base for pad mounted EA 18 $212.51 $3,825.09 $600.00 $10,800.00 $666.40 $11,995.20 15kV awitchee $467.94 $8,422.92 $1,000.00 $18,000.00 $684.00 $12,312.00 63 Place 1200 amp, 15kV, outdoor S&C EA 3 $708.35 $2,125.05 $1,200.00 $3,600.00 $12,972.25 $3$916.75 $1,871.78 $5,615.34 $20,000.00 $60,000.00 $3,009.60 $9,028.80 64 OverheadAreaLightlnstalled EA 24 $1,465.36 $35,168.55 $400.00 $9,600.00 $1,147.95 $27,550.80 $584.93 $14,038.32 $400.00 $9,600.00 $273.60 $6,566.40 65 Excavation for other than foundatione, CY 270 $35.42 $9,562.74 $30.00 $$100.00 $32.39 $8,745.30 concreteflatworkandconduit $29.25 $7,897.50 $200.00 $54,000.00 $41.04 $11,080.80 66 Futal gt'ading and compaction SY 1500 $3.83 $5,737.65 $1.50 $2,250.00 $2.60 $3,900.00 $3.22 $4,830.00 $3.00 $4,500.00 $13.68 $20,520.00 67 Spoil removal and diepoeal (as needed) CY 450 $30.67 $13,800.15 $16.00 $7,200.00 $20.82 $9,369.00 $15.60 $7,020.00 $20.00 $9,000.00 $200.00 $90,000.00 6S Cruehed rock Provide, place and compact CY 18000 $49.13 $884,390.71 $66.00 $1,18$000.00 $54.37 $97$660.00 to 6" final depth $57.05 $1,026,900.00 $41.78 $752,M0.00 $48.64 $875,520.00 69 InstallFrenchdrain LF 600 $15.81 $9,485.6{ $31.00 $1$600.00 $23.14 $13,884.00 $28.73 $17,238.00 $12.80 $7,680.00 $6.00 $3,600.00 Install final epan of tranemieeion conductor 70 into the etation- 19269 kaml ACSS/TW EA 6 $26,775.67 $160,653.99 $11,000.00 $66,000.00 $10,311.63 $61,869.78 Cumberlandconductor. $4,094.52 $7A,567.12 $12,000.00 $72,000.00 $8,618.40 $51,710.40 Install hanemieeion conductor into the 71 etation-959.6kam1ACSS/TWSuwannee EA 6 $24,438.11 $146,628.66 $9,000.00 $54,000.00 $9,066.6{ $54,399.84 conductor. $3,509.59 $21,057.54 $10,000.00 $60,000.00 $6,976.80 $41,860.80 �Z Install hanemieeion elrield wire v�to the EA 6 $1,416.70 $$500.20 $2,000.00 $12,000.00 $6,576.67 $39,460.02 etation-3/8" EHS guy ehand. $1,052.88 $6,317.28 $3,000.00 $18,000.00 $7,387.20 $44,323.20 Install futal epan of tranemieeion elrield 73 wire intotheetation-0.691"diameter EA 6 $2,125.06 $12,750.33 $3,500.00 $21,000.00 $7,199.17 $43,195.02 OPGW (AFT, DNO 8168). $1,286.85 $7,721.10 $4,000.00 $7A,000.00 $6,908.40 $41,450.40 74 Insta]IgeOgiidmateIial SY 3000 $3.83 $11,475.30 $3.25 $9,750.00 $13.88 $41,640.00 $12.87 $38,610.00 $4.00 $12,000.00 $27.20 $81,600.00 Es[ima[edMnualTo[al $4,901,743.80 $ 7,043,570.00 $8,294,955.12 $6,533,145.31 $7,883,167.60 $5,452,004.48 Page 2 of 2 Exhibit 2 Evaluation Summary for RFP #5142 Substation Construction Services Estimated Evaluation Time to Vendor Vendor Location Mobilize Probable Proposal Timeframe Price Rank (days) Performance Quality �10 Pts) (60 pts) Total Points (25 pts) (5 pts) Can-Fer Utility Services, LLC Grand Prairie, TX 30 25.00 5.00 8.00 60.00 98.00 1 Utility Lines Construction Services, Inc. Round Rock, TX 14 15.00 5.00 9.00 53.42 82.42 2 Pike Electric, LLC Mt. Airy, NC 14 20.00 5.00 7.00 45.59 77.59 3 Ernest P. Breaux Electrical Inc. New Iberia, LA 15 20.00 5.00 10.00 41.92 76.92 4 Re-Con Oklahoma City, OK 30 25.00 5.00 9.00 37.26 76.26 5 Michels Power Neenah, WI 30 20.00 5.00 10.00 35.95 70.95 6 E�ibit 3 Final Unit Prices & Estimated Contract Amount for RFP #S 142 Substation Construction Services Can-Fer Utility Services, LLC, G'rand Prairie, TX Estimated Item # Structure UOM Annual Unit Price Estimated First Year Quantity Cost 1 Mobilizaiion LS 3 $12,75032 $38,250.96 2 138 I�V Brealcer installed EA 24 $3,977.67 $95,464.05 3 138 I�V High Bus Switch and Stand EA 36 $2,670.48 $96,137.40 4 138 I�V Low Bus Switch and Stand EA 30 $2,245.47 $67,364.19 5 SubsCitute Motor Operator for manual operator EA 6 $1,062.53 $6,375.15 6 138 I�V Transmission Talceoff Structure EA 8 $4,278.44 $34,227.52 7 Consti�uct Transmission Talceoff Sti�ucture:jumpers STR 18 $1,208.00 $21,744.00 8 65' Staiic Mast EA 12 $1,255.20 $15,06237 9 1381cV - 15 I�V Transformer EA 8 $1,905.47 $15,243.72 10 Control Building EA 3 $4,505.11 $13,51533 11 Distribuiion S��itchgear Enclosure EA 8 $4,505.11 $36,040.88 12 3/8" EHS Staiic wire installaiion LF 8000 $538 $43,067.72 13 1381cV Bus Support EA 180 $170.00 $30,600.76 14 1381cV CT with Stand EA 3 $2,595.70 $7,787.10 15 1381cV PT/CCVT with Stand EA 54 $2,418.57 $130,602.78 16 15kV Bus Support EA 55 $467.51 $25,713.05 17 5" Aluminum Bus Pipe: Installed LF 7000 $12.47 $87,268.83 18 4" Aluminum Bus Pipe: Installed LF 800 $11.83 $9,463.56 19 3" Aluminum Bus Pipe: Installed LF 1500 $14.59 $21,888.04 20 2.5" Aluminum Bus Pipe: Installed LF 1200 $7.79 $9,350.22 21 2" Aluminum Bus Pipe: Installed LF 1200 $7.79 $9,350.22 22 Foundaiion Fl EA PIER 12 $11,94735 $143,368.20 23 Increase FoundaCion F1 in depth by 1' increments LF 24 $628.81 $15,09139 24 Decrease FoundaCion F1 in depth by 1' increments LF 12 -$628.81 -$7,545.69 25 Foundaiion F2 EA 200 $1,060.78 $212,15538 26 Increase FoundaCion F2 in depth by 1' increments LF 400 $117.86 $47,145.64 27 Decrease FoundaCion F2 in depth by 1' increments LF 200 -$117.86 -$23,572.82 28 Foundaiion F3 EA 8 $98,348.29 $786,786.28 29 Foundaiion F4 EA 20 $4,871.17 $97,42333 30 Foundaiion FS EA 48 $1,058.86 $50,825.10 31 Increase FoundaCion FS in depth by 1' increments LF 96 $117.65 $11,294.47 32 Decrease FoundaCion FS in depth by 1' increments LF 48 -$117.65 -$5,647.23 33 Foundaiion F6 EA 15 $8,79730 $131,959.50 34 Increase FoundaCion F6 in depth by 1' increments LF 30 $488.74 $14,662.17 35 Decrease FoundaCion F6 in depth by 1' increments LF 15 -$488.74 -$7,331.08 36 Foundaiion 7 EA 6 $8,217.95 $49,307.70 37 Foundaiion 8 EA 6 $10,320.29 $61,921.71 38 Foundaiion 9 EA 6 $9,428.82 $56,572.89 39 Increase FoundaCion F7, F8, or F9 in total volume of concrete CI 9 $485.71 $4,37137 40 Decrease FoundaCion F7, F8, or F9 in total volume of concrete CI 3 -$485.71 -$1,457.12 41 Foundaiion 10 EA 15 $1,124.64 $16,869.54 42 Increase FoundaCion F10 in depth by 1' increments LF 9 $112.46 $1,012.17 43 Decrease FoundaCion F10 in depth by 1' increments LF 3 -$112.46 -$33739 44 Bell bottom of pier foundaCion - 2'-6" diameter EA 60 $678.74 $40,724.44 45 Bell bottom of pier foundaCion - 5'-0" diameter EA 9 $2,194.26 $19,74833 46 Bell bottom of pier foundaCion - 6'-0" diameter EA 9 $4,128.24 $37,154.16 47 Foundaiion for S&C Outdoor Switchgear EA 3 $7,35931 $22,077.93 Page 1 of 3 E�ibit 3 Final Unit Prices & Estimated Contract Amount for RFP #S 142 Substation Construction Services Can-Fer Utility Services, LLC, G'rand Prairie, TX Estimated Item # Structure UOM Annual Unit Price Estimated First Year Quantity Cost 48 Concrete flatworlc installed per speci�icaiion and drawings CI 2100 $282.73 $593,733.54 49 2" Schedule 40 PVC L?nderground: LF 2700 $5.44 $14,685.18 50 2.5" Schedule 40 PVC L?nderground LF 2700 $5.44 $14,685.18 51 3" Schedule 40 PVC L?nderground LF 900 $7.69 $6,917.40 52 4" Schedule 40 PVC L?nderground: LF 6000 $6.70 $40,220.16 53 6" Schedule 40 PVC L?nderground LF 9000 $8.49 $76,434.60 54 Pull Bol for 151cV underground cable EA 24 $2,204.49 $52,907.76 55 Pull Bol for underground control cable EA 6 $1,718.64 $10,311.84 56 Manhole: ElcavaCion, base preparaCion, and bacic�ill EA 3 $4,361.97 $13,085.91 57 Ground grid installed LF 36000 $5.25 $188,886.93 58 Rocic trenching adder for installing ground grid in solid LF 1200 $5.97 $7,164.00 59 Ground rod installed in average tyTpes of soil EA 600 $112.94 $67,76439 60 Ground rod installed in rock EA 60 $384.19 $23,051.61 61 Gate or fence post grounding EA 54 $118.17 $6,380.94 62 Precast concrete base for pad mounted 151cV switches EA 18 $425.12 $7,652.16 63 Place 1200 amp, 151cV, outdoor S&C switchgear on foundaiion EA 3 $1,062.80 $3,188.40 64 Overhead Area Light Installed EA 24 $317.06 $7,609.44 65 Elcavaiion for other than foundaCions, concrete flatworlc and CI 270 $35.42 $9,562.74 conduit 66 Final grading and compacCion SI 1500 $3.83 $5,737.65 67 Spoil removal and disposal (as needed) CI 450 $30.67 $13,800.15 68 Crushed rocic: Provide, place and compact to 6" �inal depth CI 18000 $49.13 $884,390.71 69 Install French drain LF 600 $15.81 $9,485.64 �� Install �inal span of transmission conductor into the staiion - EA 6 $26,775.67 $160,653.99 1926.9 kcmil ACSS/T�" Cumberland conductor. � � 71 Install �inal span of transmission conductor into the staiion - 959.6 EA 6 $24,438.11 $146,628.66 kcmil ACSS/T�' Suwannee conductor. � � 72 Install �inal span of transmission shield wire into the staiion - 3/8" EA 6 $1,416.70 $8,500.20 EHS uv strand. � � 73 Install �inal span of transmission shield wire into the staiion - EA 6 $2,125.06 $12J�033 0.691" diameter OPG�' �aFL DNO 8168 . � � 74 Install geogrid material SI 3000 $3.83 $11,47530 75 Installaiion of Formed and Poured Concrete Retaining �'all - 4' CI 50 $1,318.00 $65,900.00 Hei lt 76 GEN. SL?PERINTENDENT * Hour 20 $129.99 $2,599.80 77 PROJECT MANAGER * Hour 20 $116.99 $2,339.82 78 SAFETI MANAGER * Hour 20 $9533 $1,906.52 79 PROJECT ENGINEER * Hour 20 $86.66 $1,733.20 80 PROJ. SL?PT/G.F. * Hour 20 $123.49 $2,469.81 81 FOREMAN ** Hour 20 $65.00 $1,299.90 82 APPRENTICE ** Hour 20 $39.00 $779.94 83 �'ELDER ** Hour 20 $125.66 $2,513.14 84 �'ELDER HELPER ** Hour 20 $54.16 $1,083.25 85 OPERATOR-HEAVI EQL?IP. ** Hour 20 $58.50 $1,169.91 86 CARPENTER-LEAD ** Hour 20 $52.00 $1,039.92 87 CARPENTER ** Hour 20 $41.16 $823.27 88 LABORER-SI�ILLED ** Hour 20 $36.83 $736.61 89 LABORER-COMMON ** Hour 20 $34.66 $693.28 90 �'atson 1100 Drill Rig 41,600 ft*Ibs �'eelc 1 $9,472.50 $9,472.50 Page 2 of 3 E�ibit 3 Final Unit Prices & Estimated Contract Amount for RFP #S 142 Substation Construction Services Can-Fer Utility Services, LLC, G'rand Prairie, TX Estimated Item # Structure UOM Annual Unit Price Estimated First Year Quantity Cost 91 20-22 Hvdraulic Crane �'eek 1 $3,541.25 $3,541.25 92 PC 220 Tracichoe �'eelc 1 $4,437.50 $4,437.50 93 580 Backhoe �'eelc 1 $1,171.25 $1,171.25 94 D37E Dozer �'eelc 1 $1,978.75 $1,978.75 95 SA200 �'elder �'eelc 1 $343.75 $343.75 96 SI-ti�tracic �'eelc 1 $1,721.25 $1,721.25 97 Picicup Trucic �'eelc 1 $497.50 $497.50 98 Boom Lift - 40' �'eek 1 $1,653.00 $1,653.00 99 Boom Lift - 60' �'eek 1 $2,499.00 $2,499.00 100 Portable Generator �'eek 1 $361.25 $361.25 101 Pump, �'ater (Gas) 3/4"-3" �'eek 1 $280.50 $280.50 102 Trailer - Of�ice/Tool - 8'130' �'eelc 1 $158.75 $158.75 Estimated lst Year Cost �5,101,967.63 Estimated 2nd Year Cost $5,255,026.66 Estimated 3rd Year Cost �5,412,677.46 Contingency Amount (5%) $788,483.59 Total $16,558,155.34 Reeommended Contraet Amount $16,560,000.00 * Overtime (1.5 x Base) occurs after 40 hours per week. Per Diem is $150.00 per day. ** Overtime (1.5 x Base) occurs after 40 hours per week. Per Diem is $100.00 per day. Page 3 of 3 �7i117[�! PUBLIC UTILITIES BOARD AGENDA ITEM #1 AGENDA INFORMATION SHEET AGENDA DATE: January 28, 2013 DEPARTMENT: Utilities UTILITIES ACM: Howard Martin, Utilities, 349-8232 � SUBJECT Consider recommending approval of a contract with Can-Fer Constniction for procurement of substation constniction services in an amount not to exceed $16,560,000 (RFP #5142) BACKGROUND Denton Municipal Electric (DME) has 12 substation projects approved in its Capital Improvement Plan. In planning for constniction of multiple substations, DME has stnictured designs into standard units that can be used in almost any application. Use of standard units malces it possible to obtain contracts for purchase of materials and equipment ahead of the actual design for each station. Procurement contracts have been arranged for a major portion of the equipment and material that will be required to constnict the stations. Standardizing and unitizing the design also malces it possible to procure constniction services for multiple stations in advance. RFP #5142 was stnictured to obtain a variety of unit prices for all aspects of substation constniction work that could be used for multiple projects over time for different station configtirations. Site plans for three stations have been included as Exhibit 4 to illustrate how the standard design units have been employed to effect different designs. The RFP was advertised in accordance with Materials Management procedures. Six proposals were received. The unit prices from the proposals are listed in Exhibit 3 along with the quantities that were used for evaluation. Members of the RFP evaluation team were Karen Smith, Chuck Sears, Laura Cheek, and Chris Lutrick. DME has had actual constniction experience with Can-Fer, EP Breaux, and Re-Con, all of which performed well. Exhibit 3 shows that Can-Fer presented the proposal with the lowest evaluated cost. The proposals were initially examined for content. Exhibit 1 is a summary of the data and initial evaluation. Can-Fer received the best point score from the initial evaluation. Subsequent to the initial evaluation, a discussion was conducted with Can-Fer to insure that all items were understood by both parties as to content, concerns, and unit prices. Pursuant to the discussion, Can-Fer was offered an opportunity to malce final adjustments to their proposal and to include suggestions for any additional units they wished to suggest for inclusion in the contract. Exhibit 2 shows the final proposal from Can-Fer. As a result of the discussion, several units were adjusted to allow better accounting for quantities and to add flexibility in stnict�iring the worlc. Can-Fer provided a revised proposal that better defined several units which resulted in improved equity for both parties. Unit prices in the revised proposal were evaluated and determined to be reasonable. The proposal met all specification requirements. AIS — PUB Agenda Item # 1 January 28, 3013 Page 2 of 3 In substation constniction, even with standard units, there will always be a unique character to each proj ect that must be addressed. These could be items such as elevation issues, the need for retaining walls, ground water, weather delays, schedule pressures, special angles in busworlc to accommodate site configuration, and other items. Hourly items and a 5% contingency have been included to help address items that could not be anticipated. The RFP included a mechanism for adjusting unit prices over time based on third party indices. A 3% annual inflation factor has been added for the second and third years of the agreement to account for possible price changes. The final projected cost has been rounded up to the nearest $10,000. The proposed contract will not be exclusive, will not obligate DME to expend any minimum amount, and can be terminated at any time with notice. Purchase orders will be issued for each project based on the unit prices and the engineer's estimate of the work required. Consideration will be given to the contractor's proposed quantities for each job in determining the amount for the purchase order, but payment will be made based on the actual worlc performed. OPTIONS 1. Recommend approval. 2. Not recommend approval and direct that other actions be taken. RECOMMENDATION DME recommends approval of an annually renewable agreement with Can-Fer Utility Services, LLC. ESTIMATED SCHEDULE OF PROJECT Work will be authorized based on project schedules. PRIOR ACTION/REVIEW (Council, Boards, Commissions) There has been no prior action related to this purchase; however, the proposed purchase is consistent with project information detailed in CIl' and budget presentations. DATE SCHEDULED FOR COUNCIL APPROVAL Febniary 5, 2013 FISCAL INFORMATION The costs for materials and services purchased under the proposed agreement will be funded out of amounts budgeted for specific projects. Much of the worlc proposed will be in the transmission category. These costs for transmission projects will ultimately be recovered through the Public Utility Commission Transmission Cost of Service Program (TCOS). AIS — PUB Agenda Item # 1 January 28, 3013 Page 3 of 3 RFP INFORMATION The RFP information is summarized in Exhibits 1, 2, and 3. EXHIBITS 1. Initial Evaluation Summary for RFP #5142 2. Unit Prices & Estimated Contract Amount for RFP #5142 3. Initial Unit Prices from RFP #5142 4. Site Plans for Three Stations Respectfully submitted: r� a � �./u.�.d.-a-,.,-...ca Phil Williams General Manager Denton Municipal Electric Prepared by: C,_. ,��,�. �.. � ' - ���..�...w�� Chucic Sears Transmission Engineering Manager Denton Municipal Electric 2 -, � 4 5 6 7 8 9 10 11 12 13 14 DRAFT MINUTES PUBLIC UTILITIES BOARD January 28, 2013 After deternuning that a quonim of the Public Utilities Board of the City of Denton, Texas is present, the Chair of the Public Utilities Board will thereafter convene into an open meeting on Monday, January 28, 2013 at 9:00 a.m. in the Service Center Training Room, City of Denton Service Center, 901A Texas Street, Denton, Texas. Present: Absent: Chairman Dic1c Smith, Randy Robinson, Barbara Russell, Leonard Herring and Phil Gallivan Vice Chair Billy Cheelc and Lilia Bynum 15 Ex Officio Members: Howard Martin, ACM Utilities; George Campbell, CM 16 17 OPEN MEETING: 18 19 20 21 22 23 24 25 ITEMS FOR INDIVIDUAL CONSIDERATION: 1. Consider recommending approval of a contract with Can-Fer Constniction for procurement of substation constniction services in an amount not to exceed $16,560,000 (RFP #5142). Item #1 was pulled by Board Member Gallivan. 26 Gallivan asked if the $16,560,000 is for three substations? Phil Williams, General Manager 27 DME, answered it is actually for twelve. Gallivan then asked for is supplied for $16,560,000. 28 Williams recognized Chucic Sears, Laura Cheelc and Karen Smith for the innovative way they 29 put this RFP out. Last year DME tallced about a$300 million CIP project. Staff lcnew they 30 couldn't continue doing business as usual. Instead of having a RFP for each substation project 31 staff felt like they would get better response if they were all packaged together. It would be 32 more attractive to larger contractors and get better pricing if the program was talcen as a whole. 33 This is a process that staff has done with the distribution projects. That same approach with a lot 34 of work, Sears and Cheek came up with 70 different units. It is modularized so that the pieces 35 can be fit together for different projects. The pricing that staff has received in the past for the 36 substations including R.D. Wells $1.5 million and Fort Worth Substation was $900,000 if these 37 substations are averaged out they will be $1.2 million. Some will be less some more depending 38 on the size. The advantage is putting together one pacicage and it is one contractor that is the 39 most local to DME. There will also be less mobilization cost. This company does worlc for 40 DME all the time and will have very familiar employees. If DME is not satisfied, there will be a 41 way of getting a better team of contractors. If this does not worlc, staff can always go bacic to 42 individual contractors if necessary. 43 44 Gallivan clarified it would be for twelve substations, Williams agreed. Herring stated that 45 this does not include land. Williams stated this is just for constniction, does not include 46 material. 47 Draft Minutes of the Public Utilities Board Meeting January 28, 2013 Page 2 of 2 1 Smith stated the contractor is committing to a$16, 560,000 price. DME is not making any 2 commitment to timeframe or canceling of the contract. How does that work. Williams 3 answered the advantage they have is inflation that is included in the contract. They also do not 4 have to respond to twelve different RFP's which another advantage is for them. If DME is not 5 satisfied they can call the contractor and tallc about rebidding. 6 7 Smith then asked about the process; there were several bidders and DME decided on 8 CanFer. According to the backup staff went back and gave them an opportunity to make 9 adjustments. This infers that CanFer was chosen and then went back several times and 10 modified things. Is this practice legal? Herring stated there is a contingency in the contract 11 as well for $780,000. Williams agreed that the contingency is for the twelve substations. Sears 12 stated that there are some procurement laws that determine how this is to worlc. On a purchase 13 of this magnitude for constniction, you are allowed to communicate with one vendor and you 14 have to do the negotiations and discussion and come to an agreement or you close deliberations 15 with that company and go to the next company. You have to talce the initial data and ranlc them 16 and select someone to start with. If you cannot malce an agreement with the first one they are off 17 the table permanently and so on. You cannot go bacic to any contractor. Smith asked if the 18 price varies based on the negotiations or is it solid. Sears gave an example of a modification 19 that was made. It basically stays the same amount. There were a few other clarifications 20 regarding the description. There weren't many items that were different. Sears referred to the 21 bacictip with the contractor pricing on it. Gallivan added this was to make sure everyone was 22 on the same page. Sears agreed. 23 24 Herring asked on the bid process, this is for a sealed bid concept. Is there ever a time that 25 staff does a negotiated bid where the bids are open and they leverage one against the other. 26 Sears responded this was not a sealed bid it was a sealed process. It was a request for proposals. 27 We can do a negotiation but there are some constraints on the process. Staff cannot leverage one 28 contractor against the other, other than one at a time. Staff can only tallc to one vendor and arrive 29 at a good position with them or eliminate them. Williams added that on some bids there has 30 been a best and final offer between the top three. 31 32 Gallivan added that someone will have to keep books on each station to see the running 33 cash to see if DME is on track. Sears stated that what they have arranged with the contractor 34 once a final set of plans have been given to them they will price by our standard units and then 35 price by his usual bid methods. Sears stated they went to several other Cities on how to stnicture 36 the RFPs and received good input. Sears believes the lcey is doing a good j ob of stnicturing the 37 units where they are very flexible. Herring added this is a three year contract with an 38 inflation factor and a contingency. Sears agreed. The contingency is more for the contract 39 amount. The units are what will be used. Substations all have a unique character; there will be 40 something that is not anticipated. When this was developed there were four substation projects 41 that needed to be viewed. Staff made sure these standards would worlc for everything in those 42 four units. The contingency allows for those unique characters and stay within the confines of 43 what is aslced to be approved. 44 45 A motion to approve item 1 was made by Board Member Gallivan with a second by Board 46 Member Robinson. The vote was 5-0 approved. 47 48 Adjournment 10:20a.m. 1�7�1:7[�'7 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND CAN-FER UTILITY SERVICES, LLC (RFP 5142) THIS CONTRACT is made and entered into this day of 2013, by and between Can-Fer Utilitv Services, LLC a limited liability corporation, whose address is 3340 Rov Orr Blvd, Grand Prairie, TX 75050, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a Texas Municipal Corporation and Home-Rule City, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and the subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide constniction services in accordance with the City's RFP # 5142 —Substation Constniction Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes as "Exhibit A". The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) City of Denton Request for Proposal # 5142 (Exhibit "A") (b) City of Denton Standard Terms and Conditions (Exhibit "B"); (c) Not Applicable (Exhibit "C"); (d) Insurance Requirements (Exhibit "D"); (e) Form CIQ — Conflict of Interest Questionnaire (Exhibit "E"); (f) Special Terms and Conditions (Exhibit "F"); (g) Contractor's ProposaL (Exhibit "G"); These documents malce up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to this written Contract, and then to the contract documents in the sequential order in which they are listed above. These documents shall be referred to collectively as "Contract Documents." IN WTTNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. RFP 5142 "CONTRACTOR" : AUTHORIZED SIGNATLJRE TYPED NAME: TITLE: ATTEST: I� PHONE N [_JIVIBER E-MAIL ADDRES S CITY OF DENTON, TEXAS A Texas Municipal Corporation : ATTEST: JENNIFER WALTERS, CITY SECRETARY I� APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY I� RFP 5142 GEORGE C. CAMPBELL CITY MANAGER EXHIBIT B CITY OF DENTON STANDARD TERMS AND CONDITIONS These standard Terms and Conditions and the Terms and Conditions contained in the specification, drawings and other requirements included in this City of Denton's solicitation are applicable to Contracts/Purchase Orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Proposer, 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 in these standard Terms and Conditions, those in the Contract, those on the Purchase Order, or those contained in the specification, the more restrictive provisions shall talce precedence. By submitting an Offer in response to the Solicitation, the Contractor agrees that the Contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. 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, niles, and regtilations. 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. Deleted 4. Deleted 5. TITLE & RISK OF LOSS: Title to and rislc 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 priced 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 place of delivery shall be determined. RFP 5142 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 rej ect 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. 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 site 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 and in accordance with, and subject tq the applicable security laws, niles, and regtilations. The Contractor acicnowledges that it has satisfied itself as to the nature of the City's service requirements and specifications, the location and essential characteristics of the worlc site, 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 lcind or nature if the actual site or service conditions differ from expected conditions. 10. WORI�FORCE: A. The Contractor shall employ only orderly and competent worlcers, slcilled 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 handgtin 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 dnigs or controlled substances, nor may such worlcers be intoxicated, or under the influence of alcohol or dnigs, on the job. C. If the City or the City's representative notifies the Contractor that any worlcer is incompetent, disorderly or disobedient, has lcnowingly or repeatedly violated safety regtilations, has possessed any firearms, or has possessed or was under the influence of alcohol or dnigs on the job, the RFP 5142 Contractor shall immediately remove such worlcer 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 lllegal Immigration Reform and Immigrant Responsibility Act of 1996 ("IIRIRA) enacted on September 30, 1996. ll. 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, niles 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 lcind 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. Deleted 13. PAYMENT: A. All proper invoices need to be sent to The City of Denton, Texas, 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 date is later. B. If payment is not timely made (per paragraph A); interest shall accnie on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, interest shall not accnie 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 RFP 5142 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 checic 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 that are 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 malce an adequate appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. 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 worlc 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 malcing 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 worlc 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. RFP 5142 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 malce copies of the boolcs, 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 lcept until all audit taslcs are completed and resolved. These boolcs, 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 boolcs, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All boolcs 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 "boolcs", "records", "documents" and "other evidence", as used above, shall be constnied to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor's Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a RFP 5142 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 lilce 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 lilce 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, worlcmanship 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, niles, and regtilations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. RFP 5142 A. Only new materials shall be used for this project. 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 12 months from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non- conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City's option and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited tq 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 worlcmanlilce 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, niles or regtilations. A. 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 for a minimum period of 18 months following proj ect completion or 12 months from the date the station constniction is accepted by the Owner. 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 a�ailable remedy, the City may RFP 5142 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 worlc 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 Worlc Notice. 26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seelcs relief under the banlcniptcy 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 RFP 5142 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 disniptions, 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. 3 L INDEMNITY: A. Definitions: RFP 5142 "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, worlcer's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Contractor, the Contractor's subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non-conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR' S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Attachment A. The successful firm shall procure and maintain insurance of the types and in the minimum anlounts 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 tq 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 coverages 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 worlc until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City RFP 5142 shall not relieve or decrease the liability of the Contractor hereunder and shall not be constnied to be a limitation of liability on the part of the Contractor. iv. The Contractor must subnut certificates of insurance to the City for all subcontractors prior to the subcontractors commencing worlc 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 B+VII or better. The City will accept worlcers' compensation coverage written by the Texas Worlcers' 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, Texas 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 malce any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regtilations 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 malce reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and pnident 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 RFP 5142 coverage's indicated within the Contract. xiv. The insurance coverages 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 instnlment. 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 marlced 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 marlced 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, trademarlc, copyright, trade secret, or any other intellectual property right of any lcind 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 lcnow of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the RFP 5142 City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any claim that the City's exercise anywhere in the world of the rights associated with the City's' ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Contractor's breach of any of Contractor's representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City's behalf. Further, Contractor agrees that the City's specifications regarding the deliverables shall in no way diminish Contractor's warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 37. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City's and/or its licensors' confidential information (including inventions, employee information, trade secrets, confidential lcnow-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, "Confidential Information"). Contractor acicnowledges 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 seelc 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 subj ect 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, acicnowledge, and deliver and, if necessary, cause each of its employees to execute, acicnowledge, 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 worlc 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 RFP 5142 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 worlcs 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, acicnowledge, 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, acicnowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acicnowledge, and deliver a worlc-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 tq and if applicable, cause each of its employees tq execute, acicnowledge, and deliver all applications, specifications, oaths, assignments, and all other instniments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, maslc worlc registration, trademarlc 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, acicnowledge, and deliver (or cause to be executed, acicnowledged, and delivered) instniments 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. 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, brolcerage, 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, brolcerage or contingent fee. RFP 5142 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 malcing 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-malcing 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 gtiilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the lcnowledge, 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 (Attachment G). 44. INDEPENDENT CONTRACTOR: The Contract shall not be constnied 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 taY, withholding, social security taxes, vacation or sicic lea�e benefits, worlcer's compensation, or any other City employee benefit. The City shall not ha�e 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. 45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and inure 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 RFP 5142 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 constnied to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre- printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be constnied 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 ninning of a statute of limitations or to seelc injunctive relief. Either party may malce 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-malcing 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 slcills 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 slcills of a person who is trained in the subj ect 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). RFP 5142 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 nile 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 constnied 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 constnied 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 stricicen provision with a valid provision that comes as close as possible to the intent of the stricicen provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year's Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanlcsgiving Day Day After Thanlcsgiving Christmas Eve (observed) Christmas Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or worlc performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. RFP 5142 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 malcing 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 discrinunation 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 — if applicable) The following federally funded requirements are applicable, in addition to the specific federally funded requirements detailed in Attachment B. 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, RFP 5142 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 lcind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. l0a - lOd) 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 solicitation, 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 taYes are the responsibility of the respondent. 59. PREVAILING WAGE RATES: All respondents will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and prohibiting discrimination in the employment practices. http://www.access. �p�ov/davi sbacon/tx.html 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 linutation, 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 RFP 5142 public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on-site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Worker's 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 Worlcers' 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 WORI�PLACE: The Contractor shall comply with the applicable provisions of the Dnig-Free Worlc Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 et seq.) and maintain a dnig-free worlc environment; and the final nile, government-wide requirements for dnig-free worlc 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 Dnig-Free Worlc Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any amendments to the final nile that may hereafter be issued. 63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non- performance or delay in performance. RFP 5142 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 constnied 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 boolcs relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of five (5) 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 boolcs, 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. RFP 5142 EXHIBIT D INSURANCE REQUIREMENTS AND WORKERS' COMPENSENTATION REQUIREMENTS Upon contract execiztion, all insczrance reqczirements shall become contractizal obligations, which the sczccessfizl contractor shall have a dizty to maintain throizghoizt the coizrse of this contract. STANDARD PROVISIONS: Without limiting ccny of the other obligcctions or liccbilities of the Contrccctor, the Contrccctor shccll pro>>ide ccnd mccintccin until the conte°cccted work hccs been completed ccnd ccccepted by the City of Denton, (hvner, the minimum insurccnce c��erccge ccs indicccted hereinccfter. Contrccctor shccll file with the Purchccsing Depccrtment scctisf'ccctoty certificcctes of insurccnce including ccny ccpplicccble ccddendum or endorsements, contccining the conte°ccct number ccnd title of the project. Contrccctor mccy, upon written request to the Purchccsing Depccrtment, ccsk for ciccrificcction of ccny insurccnce requirements cct ccny time; how��er, Contrccctor shccll not commence ccny work or deli>>er ccny mcctericcl until he or she recei>>es notificcction thcct the contrccct hccs been ccccepted, ccppro>>ed, ccnd signed by the City of Denton. All insurccnce policies proposed or obtccined in scctisf'ccction of these requirements shccll comply with the following generccl specificcctions, ccnd shccll be mccintccined in compliccnce with these generccl specificcctions throughout the durcction of the Contrccct, or longer, if so noted: • Each polic�T shall be issued b�T a compan�T authorized to do business in the State of Teias ���ith an A.M. Best Compan�T rating of at least A- VII or better. An�T deductibles or self-insured retentions shall be declared in the proposal. If requested b�T the Cit�T, the insurer shall reduce or eliminate such deductibles or self-insured retentions ���ith respect to the Cit�T, its off�icials, agents, emplo�Tees and volunteers; or, the contractor shall procure a bond guaranteeing pa�-ment of losses and related investigations, claim administration and defense eipenses. • Liabilit�T policies shall be endorsed to provide the follo���ing: Name as Additional Insured the Cit�T of Denton, its Officials, Agents, Emplo�Tees and volunteers. ■ That such insurance is primanT to an�T other insurance available to the Additional Insured ���ith respect to claims covered under the polic�T and that this insurance applies separatel�T to each insured against ���hom claim is macle or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liabilit�T. • Cccncellcction: City requires 30 dccy written notice should ccny of the policies described on the certificccte be cccncelled or mcctericclly chccnged before the expircction dccte. Should an�T of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuousl�T throughout the term of this contract and, ���ithout lapse, for a period of three �Tears be�Tond the contract eipiration, such that occurrences arising during the contract term ���hich give rise to claims macle after eipiration of the contract shall be covered. RFP # 5142 • Should an�T 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 O��ners and Contractors Protective Liabilit�T Insurance. • Should an�T required insurance lapse during the contract term, requests for pa�Tments originating after such lapse shall not be processed until the Cit�T receives satisfactonT evidence of reinstated coverage as required b�T this contract, effective as of the lapse date. If insurance is not reinstated, Cit�T ma�T, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurccnce policies proposed or obtccined in scctisf'ccction of this Contrccct shccll ccdditioncclly comply with the following mccrked specificcctions, ccnd shccll be mccintccined in compliccnce with these ccdditionccl specificcctions throughout the durcction of the Contrccct, or longer, if so noted: [X] A. General Liability Insurance: General Liabilit�T insurance ���ith combined single limits of not less than $1,000,000.00 shall be provided and maintained b�T the Contractor. The polic�T shall be ���ritten on an occurrence basis either in a single polic�T or in a combination of underl�Ting and umbrella or eicess policies. If the Commercial General Liabilit�T form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liabilit�T covering this contract and broad form propert�T damage coverage. • Coverage B shall include personal injunT. • Coverage C, medical pa�Tments, is not required. If the Comprehensive General Liabilit�T form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodil�T injunT and Propert�T Damage Liabilit�T for premises, operations, products and completed operations, independent contractors and propert�T damage resulting from eiplosion, collapse or underground (XCU) eiposures. Broad form contractual liabilit�T (preferabl�T b�T endorsement) covering this contract, personal injunT liabilit�T and broad form propert�T damage liabilit�T. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liabilit�T insurance ���ith Combined Single Limits (CSL) of not less than $500,000 either in a single polic�T or in a combination of basic and umbrella or eicess policies. The polic�T ���ill include bodil�T injunT and propert�T damage liabilit�T arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction ���ith this contract. RFP # 5142 Satisfaction of the above requirement shall be in the form of a polic�T endorsement for: • an�T auto, or • all o��ned hired and non-o��ned autos. [X] Workers' Compensation Insurance Contractor shall purchase and maintain Workers' Compensation insurance ���hich, in addition to meeting the minimum statutonT requirements for issuance of such insurance, has Emplo�Ter's Liabilit�T limits of at least $100,000 for each accident, $100,000 per each emplo�Tee, and a $500,000 polic�T limit for occupational disease. The Cit�T need not be named as an "Additional Insured" but the insurer shall agree to ��� aive all rights of subrogation against the Cit�T, its officials, agents, emplo�Tees and volunteers for an�T ��� orlc performed for the Cit�T b�T the Named Insured. For building or construction projects, the Contractor shall compl�T ���ith the provisions of Attachment 1 in accordance ���ith �406.096 of the Teias Labor Code and rule 28TAC 110.110 of the Teias Worlcers' Compensation Commission (TWCC). [] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pa�T for and maintain at all times during the prosecution of the ���orlc under this contract, an O��ner's and Contractor's Protective Liabilit�T insurance polic�T naming the Cit�T as insured for propert�T damage and bodil�T injur�T ���hich ma�T arise in the prosecution of the ���orlc or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis and the polic�T shall be issued b�T the same insurance compan�T that carries the Contractor's liabilit�T insurance. Polic�T limits ���ill be at least $500,000.00 combined bodil�T injunT and propert�T damage per occurrence ���ith a�1,000,000.00 aggregate. [] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liabilit�T is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a Cit�T building. Limits of not less than _ each occurrence are required. [ ] Professional Liability Insurance Professional liabilit�T insurance ���ith limits not less than $1,000,000.00 per claim ���ith respect to negligent acts, errors or omissions in connection ���ith professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Rislc Insurance, on an All-Rislc form for 100% of the completed value shall be provided. Such polic�T shall include as"Named Insured" the CittT of Denton and all subcontractors as their interests ma�T appear. [ ] Commercial Crime RFP # 5142 Provides coverage for the theft or disappearance of cash or checics, robbenT inside/outside the premises, burglanT of the premises, and emplo�Tee fidelit�T. The emplo�Tee fidelit�T portion of this coverage should be ���ritten on a"blanlcet" basis to cover all emplo�Tees, including ne��� hires. This t�-pe insurance should be required if the contractor has access to Cit�T funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance ma�T be required on an individual basis for eitra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement ���ill be described in the "Specific Conditions" of the contract specif�ications. RFP # 5142 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 worlcers' compensation insurance coverage for the person's or entity's employees providing services on a proj ect, for the duration of the proj ect. Duration of the project - includes the time from the beginning of the worlc on the proj ect until the contractor's/person's worlc on the proj ect 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 proj ect, for the duration of the proj ect. 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 proj ect, 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 worlc on the project, so the governmental entity will have on file certificates of coverage showing RFP # 5142 coverage for all persons providing services on the proj ect; 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 proj ect. F. The contractor shall retain all required certificates of coverage for the duration of the proj ect 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 lcnew or should have lcnown, of any change that materially affects the provision of coverage of any person providing services on the proj ect. H. The contractor shall post on each proj ect site a notice, in the text, form and manner prescribed by the Texas Worlcers' 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 lacic of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a proj ect, 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 worlc on the proj ect, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the proj ect, for the duration of the proj ect; 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 proj ect; 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 worlc on the proj ect; 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 proj ect; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; RFP # 5142 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person lcnew or should have lcnown, of any change that materially affects the provision of coverage of any person providing services on the proj ect; 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 worlcers' compensation coverage for the duration of the proj ect, 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 comnussion's Division of Self-Insurance Regtilation. 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. RFP # 5142 EXHIBIT E 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. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental Date Received entity and the person 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 person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. � Name of person 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 7�h business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer 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 filer of the questionnaire? 0 Yes 0 No B. Is the filer of the questionnaire 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? 0 Yes 0 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 10 percent or more? 0 Yes 0 No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental Date entity RFP # 5142 EXHIBIT F SPECIAL TERMS AND CONDITIONS Contract Term The contract term is for a one (1) year period. The City and the Contractor shall ha�e the option to renew this contract for an additional two (2) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, 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". 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. Bonds Contractor shall subnut payment and performance bonds for 110% of each specific Substation project before worlc commences. Each project performance bond shall be for two (2) years from the date of final completion and acceptance by the City. The bond value will be based upon the proj ect plan accepted by the City for each substation. Price Adjustments Prices must be firm for a period of one year from date of contract award. After the first year, adjustments to unit prices may be proposed at the start of any project in accordance with the indices and methods that follow in this section. Any request for price adjustment must be based on the, 1) Oil Price Information Service (OPIS) spot mean for DFW Gross No. 2 LED distillate price racic average rate and the 2) U. S Department of Labor, Bureau of Labor Statistics, Employment Cost Index (EC� for Total Compensation, Private Industry Constniction Worlcers (CIU2012300000000A) as found at (http://www.bls.gov). The price will be increased or decreased based upon the annual percentage change in the ECI and diesel average. The escalation will be determined annually at the renewal date. Should the ECI and diesel average change exceed a minimum threshold value of +/-1%, then the stated eligible prices shall be adjusted in accordance with the ECI and diesel change. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Base line pricing for labor and equipment are established in Exhibit G which will be used to calculate price adjustments. Performance Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below: Participate in a preconstniction conference within ten (10) days of Notice to Proceed with a specific site proj ect. Provide a proj ect plan and schedule within seven (7) days of the preconstniction conference that includes a formal estimate of the total cost. • Begin mobilization on or before the date in the project plan. RFP # 5142 Complete worlc in accordance with the approved proj ect plan. Remain in compliance with all aspects of the contract. The Contractor shall be assessed a one (1%) percent fee each weelc when any one of the performance standards outlined above are not met in full. The Contractor shall be assessed a two (2%) percent profit fee each week when any two (2) or more performance standards outlined above are not met in full. At the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor's monthly profit margin. RFP # 5142 EXHIBIT G CONTRACTOR'S PROPOSAL Item Estimated # Structure UOM Annual Unit Frice Quantit�� 1 Mobilization LS 3 $12,750.3 2 2 138 KV Brealcer installed EA 24 $3,977.67 3 138 KV High Bus S��-�itch and Stand EA 36 $2,670.48 4 138 KV Lo��-� Bus S��-�itch and Stand EA 30 $2,245.47 5 Substitute Motor Operator for manual operator EA 6 $1,062.53 6 138 KV Transmission Talceoff Siructure EA 8 $4,278.44 7 Consiruct Transmission Takeoff Siructure jumpers STR 18 $1,208.00 8 6S Static Mast EA 12 $1,25520 9 138kV - 15 KV Transformer EA 8 $1,905.47 10 Control Building EA 3 $4,505.11 11 Disiribution 5��,�itchgear Enclosure EA 8 $4,505.11 12 3/8" EHS Static ��-�ire installation LF 8000 $5.38 13 1381cV Bus Support EA 180 $170.00 14 138 kV CT ��-�ith Stand EA 3 $2,595.70 15 1381cV PT/CCVT ��-�ith Stand EA 54 $2,418.57 16 151cV Bus Support EA 55 $467.51 17 S' Aluminum Bus Pipe: Installed LF 7000 $12.47 18 4" Aluminum Bus Pipe: Installed LF 800 $11.83 19 3" Aluminum Bus Pipe: Installed LF 1500 $14.59 20 2.S' Aluminum Bus Pipe: Installed LF 1200 $7.79 21 2" Aluminum Bus Pipe: Installed LF 1200 $7.79 22 FoundationFl �,jER 12 $11,947.35 23 Increase Foundation F 1 in depth b�� 1' increments LF 24 $628.81 24 I)ecrease Foundation F 1 in depth b�� 1' increments LF 12 -$628.81 25 FoundationF2 EA 200 $1,060.78 26 Increase Foundation F2 in depth b�� 1' increments LF 400 $117.86 27 I)ecrease Foundation F2 in depth b�� 1' increments LF 200 -$117.86 28 Foundation F3 EA 8 $98,34829 29 Foundation F4 EA 20 $4,871.17 30 FoundationFS EA 48 $1,058.86 31 Increase Foundation FS in depth b�� 1' increments LF 96 $117.65 32 I)ecrease Foundation FS in depth b�� 1' increments LF 48 -$117.65 33 Foundation F6 EA 15 $8,797.30 34 Increase Foundation F6 in depth b�� 1' increments LF 30 $488.74 35 Decrease Foundation F6 in depth b�� 1' increments LF 15 -$488.74 36 Foundation 7 EA 6 $8,21795 RFP # 5142 EXHIBIT G CONTRACTOR'S PROPOSAL Item Estimated # Siructure UOM Annual Unit Price Quantit�� 37 Foundation 8 EA 6 $10,32029 38 Foundation 9 EA 6 $9,428.82 39 Increase Foundation F7, F8, or F9 in total volume of CY 9 $485.71 concrete I)ecrease Foundation F7, F8, or F9 in total volume of 40 CY 3 -$485.71 concrete 41 Foundation 10 EA 15 $1,124.64 42 Increase Foundation F 10 in depth b�� 1' increments LF 9 $112.46 43 I)ecrease Foundation F 10 in depth b�� 1' increments LF 3 -$112.46 44 Bell bottom of pier foundation - 2'-6" diameter EA 60 $678.74 45 Bell bottom of pier foundation - S-0" diameter EA 9 $2,19426 46 Bell bottom of pier foundation - 6'-0" diameter EA 9 $4,12824 47 Foundation for S&C Outdoor 5��,�itchgear EA 3 $7,359.31 48 Concrete flat��-�ork installed per specification and dra��-�ings CY 2100 $282.73 49 2" Schedule 40 PVC Underground: LF 2700 $5.44 50 2.S' Schedule 40 PVC Underground LF 2700 $5.44 51 3" Schedule 40 PVC Underground LF 900 $7.69 52 4" Schedule 40 PVC Underground: LF 6000 $6.70 53 6" Schedule 40 PVC Underground LF 9000 $8.49 54 Pull Bol for 15kV underground cable EA 24 $2,204.49 55 Pull Bol for underground control cable EA 6 $1,718.64 56 Manhole: Elcavation, base preparation, and bacicEill EA 3 $4,361.97 57 Uround grid installed LF 36000 $525 58 Rock trenching adder for installing ground grid in solid LF 1200 $5.97 formations 59 Uround rod installed in average t��pes of soil EA 600 $112.94 60 Uround rod installed in rocic EA 60 $384.19 61 Uate or fence post grounding EA 54 $118.17 62 Precast concrete base for pad mounted 151cV s��,�itches EA 18 $425.12 63 Ylace 1200 amp, 151cV, outdoor S�C s��-�itchgear on EA 3 $1,062.80 foundation � 64 Overhead Area Light Installed EA 24 $317.06 65 EYCa� ation for other than foundations, concrete flat���orlc CY 270 $35.42 and c�nduit 66 Final grading and compaction SY 1500 $3.83 67 Spoil removal and disposal (as needed) CY 450 $30.67 68 Crushed rocic: Pro��ide, place and compact to 6" �inal depth CY 18000 $49.13 69 Install French drain LF 600 $15.81 Install final span of iransmission conductor into the station �2� ��� �� �� - 1926.91ccmil ACSS/TW Cumberland conductor. EA 6 Install final span of iransmission conductor into the station �;24,438.11 ��' - 959.61ccmil ACSS/TW Su��,�annee conductor. EA 6 RFP # 5142 EXHIBIT G CONTRACTOR'S PROPOSAL Item Estimated # Structure UOM Annual Unit Frice Quantit�T 72 Install final span of transmission shield u�ire into the EA 6 � 1,416.70 station - 3/8" EHS gu�� sirand. � Install final span of transmission Shield ��ire into the 73 station - 0.691" diameter OPUW (AFL I)NO 8168). EA 6 �2,125.06 74 Install geogrid material SY 3000 �3.83 75 Installation of Formed and Poured Concrete Retaining CY 50 $1,318.00 Wall - 4' Height � 76 UEN. SUPERINTENI)ENT * Hour 20 $129.99 77 PROJECT MANAUER * Hour 20 $116.99 78 SAFETY MANAUER * Hour 20 $95.33 79 PROJECT ENUINEER * Hour 20 $86.66 80 PROJ. SUPT/U.F. * Hour 20 $123.49 81 FOREMAN ** Hour 20 $65.00 82 APPRENTICE ** Hour 20 $39.00 83 WELDER ** Hour 20 $125.66 84 WELDER HELPER ** Hour 20 $54.16 85 OPERATOR-HEAVY EQUIP. ** Hour 20 $58.50 86 CARF'ENTER-LEAI) ** Hour 20 $52.00 87 CARF'ENTER ** Hour 20 $41.16 88 LABORER-SKILLEI) ** Hour 20 $36.83 89 LABORER-COMMON ** Hour 20 $34.66 90 Watson 1100 Drill Rig 41,600 ft*lbs Week 1 $9,472.50 91 20-22 H��draulic Crane Week 1 $3,54125 92 PC 220 Tracldioe Week 1 $4,437.50 93 580 Bacichoe Week 1 $1,17125 94 I)37EI)ozer Weelc 1 $1,978.75 95 SA200 Welder Weelc 1 $343.75 96 Sk��track Week 1 $1,72125 97 Pickup Truck Week 1 $497.50 98 Boom Lift - 40' Weelc 1 $1,653.00 99 Boom Lift - 60' Weelc 1 $2,499.00 100 Portable Uenerator Week 1 $36125 101 Pump, Water (Uas) 3/4"-3" Week 1 $280.50 102 Trailer - Office/Tool - 8'130' Weelc 1 $158.75 * Overtime (1.5 x Base) occurs after 40 hours per week Per Diem is $150.00 per day. ** Overtime (1.5 x Base) occurs after 40 hours per week. Per Diem is $100.00 per day. RFP # 5142 EXHIBIT G CONTRACTOR'S PROPOSAL Statement of Understanding - Project Requirements Contract will be for a one year period with a mutually agreed upon renewal for an additional two one-year periods The quantity of substations to constnict is based upon the City of Denton's capacity to finalize projects. It is understood per the bid form that potentially up to three substations per year could be available. Owner will furnish the following: Site Prep, fencing, all testing of materials and compaction, commissioning testing, and all materials except as noted below: o Concrete, rebar o Above grade conduit o Grounding shots o Surface rock cnished stone • Contractor will furnish all the materials listed above that are not supplied by the owner • Contractor will supply all labor and equipment to install the worlc as outlined in the assembly units • Control cable pulling and terminations are to be completed by the Denton Municipal Electric as noted in the RFP. • Setting and Terminating of switchgear and control buildings will be completed by Denton Municipal Electric. • Excess OFM to be left on site • Price adjustments will be made per the information provided in section 5 of the RFP. However, these units do not cover adjustments on material commodities that may increase due to unforeseen natural events or shortages of materials. Adjustments for these situations will be covered separately. In addition, labor units may need to be adjusted similarly to due same situations of events or shortages. • Liquidated damages will be assessed per section 16 of the RFP. A mutually agreed proj ect duration will be provided for each proj ect. • All unit pricing was based on our experience building one substation with Denton Municipal Electric. This proj ect was built on a"lump sum" basis and not a unit basis. It is our understanding that after each one year contract term, we will have the opportunity to re-evaluate the unit price for reasons not included in Section 1, Item 5. of the RFP for Substation Constniction Services. This review would be on a unit by unit basis and if it is deternuned we have materially miscalculated the rate resulting in either an increase or decrease we would submit a revised unit price for consideration. RFP # 5142 EXHIBIT G CONTRACTOR'S PROPOSAL Scope of Work Qualifications (Rev 1- 01-21-13) Can-Fer has reviewed the proj ect schedule requirements, specifications, and plans provided in this RFP. It is understood that the quantities on the unit price sheet are not necessarily applicable to any particular project at this time, but to develop an assembly unit price. Though the unit descriptions on the unit price are relatively thorough, we have provided a detailed breakdown for each bid unit to show that we may have added certain elements to create a tnie scope and price for the assembly (Reference attached Can-Fer Assemblv Units sheets 1-101. In addition, we have the following qualifications and clarifications: • In regards to drilled piers, our proposal is based upon soil conditions that are in suitable, dry material that can be drilled with soil and/or rocic augers. Our units do not include provisions for slurry, casing, core barrel or pneumatic hammer drilling. • Moving, removing existing unforeseen conditions ( existing utilities, underground obstnictions, hazardous waste, etc) • As excavation for conduit and grounding were not defined in the units, we have included it based upon as noted in the attached detail assembly units. This quantity was established from the Bonnie Brae Substation project. • The unit for belled piers includes only concrete for the perimeter bell portion outside the diameter of the pier (i.e. the triangle portion of the bell) • The mobilization unit includes costs one mobilization and demobilization. Any additional mobilizations will be assessed at the unit price provided • Units are based upon Greenfield projects only • The manhole provided in Unit 56 will be supplied and set by Denton Municipal Electric. Our unit includes excavation and bacicfill only • There is a discrepancy between bid unit items # 6 and #7. With four stnictures shown for unit 6, there should be 12 jumpers on item #7. We did not adjust the quantity for unit #7; we bid as shown • In regards to quantity of bus fittings figtired, we took the total footage of bus and divided by the total bus fittings provided in the material schedule shown on the Mcicinney Substation set in order to determine a quantity for fittings required for the bid units. This is subject to change based upon station configuration. • Our pricing is based upon the following current prices for materials: o Concrete--$94.55/cy o Rebar--$ 0.50/lb o Diesel--$3.87/gal o Cnished stone--$ 17.00/ton • Due to unlcnown locations of sites, we have determined the Bonnie Brae Substation as the delivery point for all materials. The cnished stone delivery will probably be most affected by distance. • All units are based upon fifty hour work weeks with one crew. Acceleration, weekend or night worlc is not included in this proposal. • As an option, we would consider and offer to provide an hourly crew rate for a standard crew if requested by Denton Municipal Electric RFP # 5142 EXHIBIT G CONTRACTOR'S PROPOSAL The contract duration created for this proposal is based upon the man hours generated for bid unit items 1-74. This is subject to change based upon the size and scope of worlc for each site. The following clarifications are made to the following bid unit items: o#7 unit price is per stnicture and price is revised accordingly o#14 and #15 prices were adjusted to correct imbalance and are revised accordingly o#22 unit price is per pier; unit price remains the same o#54 and #55 unit prices were adjusted to account for inaccuracy o#58 unit price adjusted to account for inaccuracy o#62 unit price adjusted for inaccuracy (note: this is a precast pad, no concrete is included) o#63 unit price adjusted to account for inaccuracy o#64 unit price adjusted to remove material that was not required o#67 unit price may be performed by City of Denton o#70 and 71 unit prices may be performed by City of Denton; note if performed by City of Denton, unit prices #73 an #74 must be installed by City of Denton also. Project duration for the scope of work defined by the units has be reduced to 180 days. The unit prices and proj ect duration do not include provisions for cost or time due to weather delays as it is not certain when the proj ects would start or finish. Once the project window has been established, weather days can be incorporated into the proj ect. RFP # 5142 Exhibit G Contractor's Proposal CAN-F�R UT1LlTY SERVICES, LLC 8id Unit Assernbly Summary City of �enton MSA City of �enion Denion, TX Item Nu�nber Item Description 1:: . 11'Iabili7ation;:(one ��e;i statio�i 3� c�j:e ,.:, __. _ i I4'.7IZ772...�.,lri ,.,,�i,r.11arl ',�..1„�1;,Si �,bove; g� ory��cl;`coiicil�it (refe� fo`Orl� list) 2 138 KV Bre�keE• Instailation 2 Grot�ndiitg {Tinneci} - ltem C I- 20LP per Breaker 2 G�'ou�ldii�g Lugs - Items C4 - 2 E� pe�' Ba•eake�' 2 AG cont�f,�r 2 AG Co�iciuit I'itii�3gs 2 Ju�7��ers - Ca[�le - Cot�due4or Cab[e - 1272 �ICVi 2 Tun���ers - rittings - 1272 �vIC�1, D�tC Con�pression z Cat�le S�1cer 138 KV:Higli Bus ��vitch ��id Sta�id �iicluc�i��g ;: 3;. aiixil�ary s�� itch, m�z�ual o�ie� ato��, alI biis conn�ctions, ec�t�i��meut groaui[l�aig aaicl,:;abo��e gi•i c:aau�tiif {refer: to 0TM l�st)': , 3 I38 KV Higlt BtES Switch Stai�d Installatio�3 3 f 38 KV Higl� Bus Switcli fnstallation 3 GroundiE�g (Tit3neci) - Item C1 - 20LF pe�• Switeh St�i�d 3 Grounding Li�gs - Ite;ns Cl at�d C2 -� EA pe�' St�°itch 3 Grofinding Platform - 1 L'A per Sw�iteli 3 Type EV-2 5tvitch Outt�igger - Item A3A - 3�e�� High S�i�itch 3 Ca��i�ectians to 13us - DI�tC Comiection - 3 per S�viicl� 138.I�Y Lo��r.Br�s S�vitch �i�cl Staiccl yr�clt�diatg �n��lzai•y swltcli, a��nu�ial ol�ex��t�or, �Il l�tis ;: ' 4, , , co�jnect�o��s, ei�u�pxtte��t grounciiaig az�cl.�a�o�re ge± . _ __" 7"'i ! „1'.,_� t._ ll�Yl,T 72..+\ .. . _ ,_ �} 13& KV Lo��� Bus S�vifeh StRnci � 138 KV Lozv Bus S�viEch �nstall�€iio�i � G►•ou�tdit�g (Tin�3ed} - Ite�i� C 1- 20Lf per S«�itcl� Sfand � GE•ou�idiitg Lttgs - ltetns C1 and C2 - 4 EA per S«<itch �# �roundit�g Plat%rm - 1 EA per S�vitclt �} Cannectio��s to 13us - DivfC Connectiaci - 3 per Stivitcii ,Substih�te Matot ���ei ato�' fn� iri�t����a.l �ipeE,atoi auc�: 5;` �i�x�l����y s�vitcli on 138IcY Lo��-or Higli Bi�s Sri��t�l� .;: 13$ ��V Ti ans�nission Takeaff St�;�zct��re �nclucli�i�; ' g�o�ipclyng, t��atuit4i�g anci giounSlia�g ari�esters; 6: cv,nsti�uctirig ai i e�te� pl�ase �i�mpeis a��[i ca��a�ect�ng ; if tl�e liaxe is ��� ese�it;`(D� g 138 EIlEC03 EL41) ` i:»��s�ya Unit _Total �� �.r EA �,r EA LF EA EA �A LA LF F.,A F,A EA �;A f;A �A Li� �A EA EA 8 I60 1G � 60 S 1,60Q 96 9G 12 12 2�10 4$ 12 35 36 �a 10 200 �1Q 1(1 30 �A' ;2 �A ;4 Exhibit G Contractor's Proposal 6 13$�:V "1'r�ans�i�issio�i Siructure - H fi•line �A �4 6 Grounding {Tiimed) - Iiei�� Cl - 200 LF per Str�fcture LF 80Q 6 Graundii�g L��gs - Itein C2 a�id C3 - QTY 52 per Str�ictu►•e EA 208 6 DI�fC CoE��iectiai� - Item B i 5- 6�eE• Steuctu►•e EA 24 6 Arrestor it�stallalion - Ite�n A� - 3 pe�• Structure EA 12 6 �ue�ipe�•s to A�•a•estors - Ite�i� I35 - 20LF pee SErt�cture LF 80 Consti'uct Tc����sn�ission TRlteoff:Sta s�ctu�•e.jY�����ess :_ � fii�at conn�ef Elie tianstxaiss�io�� lv�e�;�o the�stnt�o�j l��es ��� � ��` 7 : , , EA. : 6. , , ` �k�st�ll;if t� �zism�ssipn lu�e is �ii•esent (i•efet #o tlie OFiVI, l�st, .{D»`g 138=�L�CO3 �LQ�) � Jti►npers - Cable - Canciucto►- Cab[e - 1272 l�tClvt - Iteni B�1- 50LI' ��, 3�� e�• Jt�m er � J�tmpers - Fittings -] 272 ivICl41, Di��C Cor��pression - Iten� I31� - 2 E� �� �e�• Jam �er '7 Cab�e Spacer - Ite�t� F31G - 3 per Ji�mper EA f 8 _ 8. �5' Sfafic M�sf incluc�i�i : i•ounc3in �A 4 __._ g 65' Static hiast Str��etiu•e Ii�stallatioE� Ef1 � 8 Gro��►�di►ig (TiE»ieci) - 7QLF per Statice Ivlast I.F 2&0 8 Groanding Lugs - 13�A per Static �fas# I;A 52 138tcV .=15 I�Y Ti aa�sfat raei niclu.c�i��g al� �i�s ; 9 c'o�uiecf�ons, �'q���l�nie�t g��o�mcla��g a�ic�:above �rdwicl �A1 2� cond,�rit (refer: to,�Fl�I list) 9 Grotn�dit�g (Tinned) -�o qaan#i#y gi�=en ii� dra�t�ii�gs - Assaine LI' 2C►0 1(}OL�' ertra��sforn3er 9 G►•ot��idiE�g I.ugs - No c�uaittify given iE� d►•an�ings - Assu�ne 20 FA Erl 8 ee tr�[nsfarmer 9 AG Co��duit asse�me �10 Ifper transfar�ne�• LF� SQ 9 AG Coitduit Fittings ass►an�e 4 LB`s pe�• transfo�•ii�er �A S 9 Jt�nt�er tp &ts - Iten� B� - SOLF �er 1'raitsformer EA 16fl � Jumper 171�fC CoE3neetio��s - Itert�s F317 and B 1$ - 9�A per �A 18 Tra��sfo►�n�er Co�ift�ol Builclivg ��ielucl�ng:�lt eqmpme�it gz•ouiic�ing 10 a�id �boye g��o�mc1 co�icluit (lef�� to OI+IYI I�s#} ; EA" 1 ,_. .... �0 Grot»tding (Tin�ied) - I`FO quat�tiiy gi��en ii� drawings - Asstttne �� 1�0 100LF er builditt 10 Gro�niding Lugs - No c�uait[ity given in �E•aa�ings - AssiE�ne �i EA per Efl � bnildin �p Hoifntat� Box Installatian EA I [ � AG Canduit FiEtings �A 1 D�st� ibutzo�i ��vitcli�e�j �iiclosni•e iu�ltrili�ag all bus :.: Il c;o�uiecfions, e.q�t�ptnent g�oui�tling a��ci al�ove giaua�cl: EA:-: 2 cazuluit [�•efer:; to .O�':IVI hst);` � 1 Grotutdit�g (Tin�icd) - No c�a�nTity given iit drat<<ings - Assume LF 2Q0 100LF �er 6�iildit� i 1 Gro�aitding Lugs - No quanfiEy gi��en in d►-a�vii�gs - AssuEne �l EA per EA 8 btiilc�i� L 1 Ho#iin�n Boa Installatio�� EA 2 11 AG Cond►ait Fittings EA 2 i:»��s�ya Exhibit G Contractor's Proposal ' ` 318" �HS S.tatic ��ii•e t��sf.a.11afioi�';befweeu,the:;6S' s ��' stafxc pule a�ic� talceoff to�ve� (Oewi.�ei fiu'nishe[� sta. rvire, l�aY•c7r��a�•e; aiicl,��iml�:eis) -A`erage:per.l�near foot . _,. 12 Shie[d Wire Shackfe Connection Assembly - Assume QTY based upon 12 Bonnie Brae Subskation 13 ' 138 kV,Bus �uppo� t'�neludi��g i�isul�toi,.brrs coirnecfiou �►n�l,giaiindmg:!,Clatify;su�g�e:l�liase; � 3 B►�s Stt�port Siracti�E•e � 3 Inse�lator Installation - Ite�n A5 -( F.a pe�- Support � 3 Bt�s St�pport - Itei�� Type B25 - 1 EA E�et• Suppo��t a 3 Grot��3ding (`finned) - Itein C1 - SLF per support ] 3 Grot�nding Li�gs - Ite37i C2 - 1 EA per Siipport 1.3$ IcV ;CT. }�itl� �ta�i�l �ncIiic��ng bt�s co.tiiteciiQ.ris, : 14:; , , caricl�ait., j[�nction �o�, gio��nda��g; ��ugle.install�tio? _ � � CT Suppor�t SEructare l� CT Inst1[lat[oi� 1¢ C"f JlmctioEil3o� �� AG Condiiit l� AG Conduit rittii�gs � �. Inst►lator I�istallation 1� I3us Camlection - Ite�n B 1 S- DIvIC ConEiection - 2 EA per CT 1�4 Bus Connection - Ife�i2 BS - Z��Enper - 41i} NiC�r[ - 2�LF per C`1' lq Gro�niding {Tiniled) - Ite�n Cl - 15LF per CT 1� Grou�iding Lugs - Ite�n C2, C3, C4 - 6 total pe�• CT '...: ... ; ;13Zf.1CY�::�"11C:k: V 1 YYIUI �7lil.[llt 1111'I.LiUlli�<.:l 15 co�tnecf.ions, conc�u�t, �ianc#io�� baX, gi•o��i i:ust�Il�i�ip�l �P _ � 5 PT Su oE•t Siructi�re �5 PTIi�sta�latior� E 5 P`F .Eu��ciion Bot �� aG coc�ciuic � �} AG Cond�iit Fiititigs �S �E35tIIflt01'It]Stflllii�l0lt � g Bus Support 15 Grounciiitg (Tinned) 15 Gl'Olillalli� �,LigS �� 1�1�V Iiirs Sulipo� t incli�d�rig ixas�rlatars,l 16; ; cnnnectioiys,:�ttcl i•ou3�din` 1(, f3us S�ippart Siructuee �{ Iitsula#or li�stalEatioEi - ITcn� A6 - 3EA �er support �{� Biss 5�ippor# - Ite�t� B2f - 3�A per s�i�poi�t i6 Grounding (Tii�nec�) - Itei�� Cl - SLP �er suppart ((� Geound'uig L.ugs - Item C2 - 1 Er� per Si�pport .��'< 5" Aluip�n��v�:T3usI'i�e Iifstal�etl'y�itli.tl i:»��s�ya if ea : � `' �A �A 1:A Lr �A EA �A �;A LF EA EA �A EA T.,� EA (00 2Q04 36 SQ 50 SQ 250 SO a 3 3 3 150 3 3 6 Gfl �€5 t8 �a, s a EA i 8 EA 1 S EA 1 S Lf, �oa EA 18 EA 18 EA 1$ LF 90 EA 18 Er� 2 EA 2 EA 6 �t� 6 LF 10 EA 2 Exhibit G Contractor's Proposal i:»��s�ya Exhibit G Contractor's Proposal i:»��s�ya Exhibit G Contractor's Proposal i:»��s�ya Exhibit G Contractor's Proposal 49 Warning Tape �0 2 5" Sclie[lule'40 P,VC U�icieX gc oi�iicl, L�boi (Conclu.it Ov���ieA=fn��iiisl.�e.cl) �p 2" PVC �p 90s 5p Couplings �p Caps 50 Excavate - A�erage .053CYILF per Bonnie Bra� �p Backfill �p Sand - Assume .5CF per l.F �0 Waming Tape 3" Scljetlt�le �40 PYC;Uticlerg�ountl Laboi� I �1-, (Conctt�;�f O�v�e�•-f��r�ushe��) �� 3" PVC 51 90s �� Couplings 5� Ca�s �� Exca�afe - A�erage .453CYILF per Bannie �rae �� Backfi[I �� Sand - Assume 0.5CF per LF g� Warning Taps ���' Sehe�inle �40 PYC'illiEle�•gi ou�it� Lab�br l 5�,:� � , _ � � �... (Coiid�iit Of�iier=fii��n►sl�eil) �� 4" PVC �� 90s yz Coup[ings �z Caps 5� �xcavate - Average .053CYILF per Bonnie Brae 52 Backfill �2 Sand - Assume Q.75CF per LF �2 Wa�'ning Tape ' �" Scl�e<lul� 40 PYC U�ider�� ar��xil. L�bor ] s3. Ca�ult►i�.0}vitet fu.i�iiisliec�) 53 ��� �VC 53 90s �3 Couplings 53 Caps 53 �xca�ake - Average A53CYILF per Bonnie Brae g3 Backfif[ 53 Sand - Assume 1.00F per L� �3 Warning Tape Pu11 Bnx fo�„ IS1�V t���cle� gx�ou�ic� c�ble� I.nsti � : : �, ; .:. ' ��#; spe���cat�on, (Ownee f�iinisl�ec],,�l���ioxi�ii; 54 Set _ �4 Excavafe Pull Bo� ip� ii�tdei•g��otxa�d co��fe o.l c�1�le: ��� 55' specifieatxoa�: {OF�fuei fiunis��etl, apP�o!�����.; RFP 5142 J11 ' JVV [f �aa ea 57 ea 3T ea cy �47.7 cy 31 CY 17 If 225 �€ �'` znn . If ea ea E� CY If LF If ea aa ea cy Gy CY I# Lr= ; If ea ea ea cy cy CY [f EA :: ea 3�0 30 2a 3 5.9 9 7 75 2 9 50 53 'f 59 48 999 750 Exhibit G Contractor's Proposal i:»��s�ya Exhibit G Contractor's Proposal i:»��s�ya Exhibit G Contractor's Proposal ��� � ���z:� � , ��� �ER ���A i� E n� �--�:�x � � BUSINESS OVERVIEW QUESTIONNAlRE 1, Contractoi� Name : Can-Fer Utiliiy ServEces, I.LC 2. Address (Principle Place ofi Business: 3340 Roy ��r Soule�ard, Grand Prai�'1e, TX 75050 3. [�oes your company haue an established �hysica[ presence in th� State of 7exas, or the City of De�ton? Yes. Can-Fer's home office 9s located in Grand Prairie, TX 4, iax PayeC ID#: 76-fl589263 5. �mail Address of Primary contacf: t�o�e@can-fer.com s. Website Address; i�ttp,f /www.can-fer,com/ 7. Telephone: (972,] �i84-�4344 8. Fax: (972j 89�-9279 9, �ther Locations: 10. Organization Class: Corporation 1�., Date �stab�ished: 201U �formerly Quanta Utilify Services, L.LC, Quan�a Pipeline Services, and Gan-Fer Constructior� Cam�any) a. Gan-Fer Utili�y Services, LLG is the result of a eonsolidation in 2010 of thr�e Quanta Services Corn�anies based in the aallaslFt, Wort� area: Qua�tfa UtiliEy Services, LL.0 {Efsctric and Gas C7istri�ution); Q�anta Pipeline Services (Pipeli�e and Gompressor Station consfruction) and Can-�er Canstruet[on Company (Efectrical Substation construction and fransmissian line fout�dation construciion). �.2, Former Bt�siness fVam�: formerly Quanta Utiiity Services, LLC, 4uanta Pipeline Services, and Car�-Fer Consiruction Company 1�, Date of p9ssolution: 20�.Q 14. Su�sidiary of; Quanta Services, inc, 15, His�orically t�nderu�i�ized Buslness: No 7 i:»��s�ya Exhibit G Contractor's Proposal � � � §. ��� q�;N � F' E `R � � n���,zm��,�. � 16, Princ��als and Officers: !9m Switzer— CE4 Rog�r CarCer— CFO 17. Key Personnel and Responsibilities; 7im lCeys — Vice President of Opera�ions —��undations and Substatian Wayland Chappell �-Substations Manager Kent �ioecicer— �irector of �stimating 7homas Bade — �stimator/Project Manager 1s. Number of Personnel by C�isci�line; Qiscipline Nur�ber of Staff # Registered Electric and Gas �istribution Services: 228 Subsfiation ar�d �oundaEion Services: 218 �s. Services Pro�i�ed by Firm; Can-�er Utilify Services, L�C prorrides turnkey efectrical substation and main�enance work as wei! as foundation ser�ices for transm�ssion fine p�ojects. In addition, we a�so provide eiec�rical dis�ributior� o�erhead and underground services. �lease provide a deiailed listing of afl services that yo�r eo�npany provides. Alease see attached brochure. Please detai{ ynur prior �xper�ence working fln s�milar projeets with Texas gavernmentaf entlties, Please see the attached projects list and references. Pleas� detai! yaur similar services provided over the �ast two (2) years. Pfease see the attached pro�ects Ilst. petail doct�mented proaf of ai �east three (3) projects iEi the past two (2) years. Please see the attached projects IEst. PEease detail these services, incfuding, the nature of t1�e sarvices provided, the scope of t�e actEvities, the or�anlzations far wh9ch the services were provlded, ihe dates af the projects, and the docum�nte� benefit ta the governmental entity. please see the attached projects list. i:»��s�ya Exhibit G Contractor's Proposal �„�€�°� � . �c�A�.��T� F E R : 2Q. Has yoitr conipat�y filed or been i�ai�ted in atay litigation invol�tJing y��lz compa��y a►id ti�e Owz�er ot� a con#iact lvitl�in the last five years t�nder your ciirre��t cornpaz�y name o�� at�y o#I�er compaz�y nam:e? If so pzovide details oftl�e isst�es and resalutic�n. if available. Ineh�c�e laws��zts where Ovsrnez• was invol�ed. No��mal course af busi��ess. 21. please ���ovic�e at least (3) #liree z�e£e�e�ces {�jt�efej�«�r.�� ��rt�,��������r�r�eSJ and cantract atnounts, Ii1clu�e }�roject description, co��tact nam�es, positian, and organizatio�� na��ie atzc� tele�hane iit��nber for eaeli r�fei�e�ace listed. Please see attacli���e�ut r. 2z. Have you ever c�e�a��ltec� on or failed to eonl�le#e a coritract u��cicr ya��r cuerent com�a��y n�me or any nther eotnpa��y iiaine? If so, ��T�eie and ��iy� Give ��ar��e and felepl�one izt��nba� oi Owner. No, 23, Have you ever had a contract terinin�tted b�� the �wne�•`7 Xf so, where �nd vvhy? Give name at�d telephone ��u�nbe� (s) of Qw�ier (s). No, 2�I. Has yot�r compan3r im�le�iaent�d ai� �in�loyee Healtli anci Sa£ety P�o�r�in cori�X�liant �vitf� 29 CFR 19I0 "Ge��e�•al indus#ry Standa�•c�s" andlar 29 C�R 1926 "Genez�al Co��stx«etiot� �tar�dards" as they apply to yaur Ca�pat�y's custon�ary activiiies? htt :flwww.osha. ov! lsfoshaweblowasrch.search farm? doc t e=STANDARDS &� toc lev�l�'i & lteVvalue=1926 Ple�ise see ;�ttaehec� ac�ditlo�ial sa£e�y it��ormatio��. 25. Please state the liability �nd other insuranc� coverage(s) that wil! be provided for this project. � Pfease see attached insurance certificate showing co�erages pravlded. z6, Please indieate the tatal number af projects your Firm has un�erta!<e�i within the last five years? a. Can-Fer's �oundations and S�bstations division has completec� o�er 2UU projects within the fast fiue years with a combined ualu� of over ��.25 Million. A�p�oximately haif these prajects and project value are associated wlth substation wark. 9 i:»��s�ya ORDINANCE NO. 2013- AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF ELECTRIC SUBSTATIONS FOR DENTON M[_JNICIPAL ELECTRIC; PROVIDING FOR THE EXPENDITLJRE OF FLJNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 5142-AWARDED TO CAN-FER UTILITY SERVICES, LLC IN AN AMOLJNT NOT TO EXCEED $16,560,000). WHEREAS, the City has solicited, received and tabulated competitive proposals for the constniction of public worlcs or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein-described proposal provides goods or services at the best value for the City for the constniction of the public worlcs or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive proposal for the constniction of public worlcs or improvements, as described in the "Request for Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent, filed according to the bid number assigned heretq are hereby accepted and approved as being the best value for the City: RFP N [_JIVIBER CONTRACTOR AMOUNT 5142 Can-Fer Utility Services, LLC $16,560,000 SECTION 2. The acceptance and approval of the above competitive proposal shall not constitute a contract between the City and the person or entity submitting the proposal for constniction of such public works or improvements herein accepted and approved, until such person or entity shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and the furnishing of performance and payment bonds to the City, and an appropriate insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the constniction of the public worlcs or improvements in accordance with the proposal which is accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Request for Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to talce any actions that may be required or pernutted to be performed by the City of Denton, Texas under RFP 5142 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. Upon acceptance and approval of the above competitive proposal and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner, and in the amount as specified in such approved proposal and authorized contracts executed pursuant thereto. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. MARK A. BLJRROUGHS, MAYOR ATTEST: JENNg'ER WALTERS, CITY SECRETARY I� APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY , � ��.`�� �� . � ��;: �..,,. ��I � �� ����� � � � � �,�I �1 I� 7-ORD-RFP � 142 AGENDA DATE: DEPARTMENT: ACM: SUBJECT AGENDA INFORMATION SHEET Febniary 12, 2013 Materials Management Bryan Langley ���. Questions concerning this acquisition may be directed to Jim Coulter 349-7194 Consider adoption of an ordinance of the City of Denton, Texas providing for, authorizing, and approving the expenditure of funds for the purchase of sanitary sewer root control services from Duke's Root Control, Inc., which is available from only one source and in accordance with Chapter 252.022 of the Texas Local Government Code such purchases are exempt from the requirements of competitive bidding; and providing an effective date (File 4553-Purchase of Sanitary Sewer Root Control Services for the Wastewater Collections Department in the annual estimated amount of $90,000 for a three year total not to exceed $270,000). (The Public Utilities Board approved this item by a vote of 5-0). FILE INFORMATION The Wastewater Collections department has been using root control services from Duke's Root Control, Inc. (Duke's) since 1998. The root control program was initiated to control the root penetration of sewer lines that results in cholces, baciciips and sanitary sewer system overflows. Television inspections, sewer line baciciip history, and tree canopies located in the vicinity of the sewer lines, determine which sewer lines become candidates for root treatment. The proposed root control services are conducted throughout the City of Denton's sanitary sewer gravity mains in various locations. The proposed work to be completed by Duke's will assist the City of Denton in routine maintenance that surpasses the current Wastewater Collections resources without compromising routine maintenance in other critical areas of the Sanitary Sewer System. The root control services will also contribute to the longevity of City of Denton wastewater assets by increasing the life and efficiency of pipe flow. This will help in meeting State and Federal government regulatory requirements. The products used by Duke's include patented advanced technology which is available only from one source (Exhibitl-Sole Source Letter). Chapter 252 of the Texas Local Government Code exempts from the competitive bid process, those supplies and resources protected by copyright or patent and available from only one source. The price schedule submitted by Duke's matches their Buy Board contract pricing (#354-10). The pricing is included in the attached contract (Exhibit 2). Agenda Information Sheet Febniary 12, 2013 Page 2 PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On January 28, 2013, the Public Utilities Board recommended approval to forward this item to the City Council for consideration. RECOMMENDATION Award to Duke's Root Control, Inc. in the annual estimated amount of $90,000 for a three year total not to exceed $270,000. PRINCIPAL PLACE OF BUSINESS Duke's Root Control, Inc. Syracuse, NY ESTIMATED SCHEDULE OF PROJECT The contract term will be for one (1) year, with the option to renew for two (2) additional one (1) year periods. FISCAL INFORMATION This item will be ordered on an as needed basis. The root control services will be funded from Wastewater Collections operating budget from account 640200.6334. EXHIBITS Exhibit 1: Sole Source Letter Exhibit 2: Contract Exhibit 3: Public Utilities Board Draft Minutes Respectfully submitted: �' � �-�;�- _ ��`� �-�---- Antonio Puente, Jr., 349-7283 Assistant Director of Finance 1-.�IS-File �»3 July 14, 2010 Exhibit 1 Home Office 1020 Hiawatha Blvd. West Syracuse, NY 13204 SEWER ROOT CONTROL PRODUCTS Mr. Justin Diviney Field Supervisor City of Denton 901-A Street Denton, TX 76209 RE: Razorooter II(R), Patent and Licensing Information Dear Mr. Diviney: Phone: 315-472-4781 800-447-6687 Fax: 315-475-4203 RAZOROOTER� II, which contains the active ingredient diquat dibromide ("diquat"), is a proprietary product of Sewer Sciences, Inc. RAZOROOTERO II is the only diquat-based, sewer root control product that is registered with the U.S. Environmental Protection Agency (EPA Registration No. 64898-8) and the Texas Structural Pest Control Board. RAZOROOTERO II incorporates the use of patented technology (see, "Method for Controlling Root Growth Using Diquat Dibromide," US Patent # 5919731 issued July of 1999). This technology provides the most advanced means of controlling tree roots in sewers that is available today. At the present time, Duke's Root Control, Inc. is the only commercial applicator licensed by Sewer Sciences, Inc. to apply RAZOROOTERO 11 in Texas. Duke's is registered with the Texas Structural Pest Control Board, and Duke's applicators are certified with this same agency to perform pesticide applications to sewers. If you have any questions or require additional information please contact me at 1-315-472-4781 Respectfully, � � ,d a � r ; � �, � a , � ,rl'��` � ;: -' ,`�� C��ug �.��rN�� ��...,? � P Exhibit 2 CONTRACT BY AND BETWEEN CITY OF DENT�N, TEXAS AND DUKE',S CONTROL, INC. I'ILE �553 THrS CONTRACT is mac�e and entered inta this day oF A.D., 20 , by and beriveen Duke's Root Co�rtrol, Inc, a carporation, �vhose ac[dress is 1020 Hiativatha BI�d. West, Syracuse, NY I320I, hereinafter �•eferi•ec[ to as "Contractor," and the C�TY OF DENTON, TEXAS, a hane ��ule municipal coiporation, hereinafter referted to as "City," to be effectE�e upon approval of the Denton City Council and st�bseq��e�t execution of this Cant�•act by the Denton City Manage�• or his d��ly authorized desi�nee. For and in consider�tion of the covenants and agceements contained he�•ein, and for the mutual benefits to be obtained here6y, tlie parties agi•ee as follo�vs: SCOPE OF SERVICES Contractor shall provide producks and or services in accardance with the Contractor's propasal in response ther�ta, a copy of �vliich is attached hei•eto and incorporated he�•ei�� £or all pt�rposes as Exl�ibit "E". The Contract consists of this �viitten ag��eeinent anc� tlie fotlor�ittg itecns rv�ich are attached hereto and incorporated herein by z�efe�ence: (a) City of Denton Sta��dard Ter�r►s and Conditians (�xhibif ��A"); {b} Special Terms and Conditians {E�liibit `B"); (c) insuc�ance Requirements (�xi�ibit "C"); {d} Farm CIQ -- Conflict af Interest Questionnaire {E�hibit "D"); (e) Conti•acia�•'s Praposal. (Exl�ibit "E"); These documents make up the Contract doc��ments and �vhat is cailed far hy one shall be as binding as if called for 6y a1L In the event of an inconsistency o�• canfliet in auy of the provisians of tlZe Contract documents, the inconsistency or conflict s1�all be t•esotved hy giving precedence first to tiie rv�•itten agreement theti ta the contract doeuments in the o�•der in which they are listec� a6ove, These c�ocumants sha11 be referred to collectively as "Contz•ac� Docurnents." File #�553 Page 1 of 27 IN WI'I'NNSS W:HEI�E:CJ�, the pa�-ties c�fthese pz�esenis have exec��ted �his ag►•eement in the year and day firsi above wt�itte�X. �.TTEST: JEN�IFE�. V'✓A�,'I'ERS, CTTY ��",CEt�;TATtY : AF'F'R{7VEL} A�S 'I'U L,�CiAL k'ORM: ANrTA BURGESS, CITY ATTOR2a1;Y :_ C4�TE22AC C1R �� , �.. ,? 13 Y: __ "�� "°� � �.�_._ �. �____ __ ,AtJ �l:C1IZ.IZED S�GNATUR� l�ate; ��;��: William J. Andersan `�";���, Vice President 315-472-4781 P�-IC}N� T�I`fJIvIBER. bill(�;ia dukes.com _ .._.. ----- .... �MAIL ADDRESS CITY C1I+" D�NTC3N, TE�S �3�L'» ��Ut2.G{: C. C;AMF'E3�;LL, C;t`I'Y iviAt�lA�ER. ]aate: Fi1e # 4553 Page 2 c�f 2? Exhibit A Standa�•d Purchase Terms and Co�iditions These standard Tertns and Canditions and the Terms and Conditions, Speci�'ications, Dt•a�vings and other requirements incll�deci in the City's solicitation are applicable to Cont�•acts/�'L�rchase Orders issued by the City hereinafter referred ta as the City or Bt�yer and the Setle�• herein after referred to as the Bidder, Co�-►tractor or St�pplie��, Any cieviations must be in rvriting and signec( by a repz�esentat�ve of the City's Procurement Department and tf�e Supplier. No Terms and Conditions contained in the Sellers Solicitation Response, Invoic� or Statem�nt sllall seive to madify the terms set �orth hereiii, If there is a conflict between tl�e pzavisions on the face of t�ie ContractlP��rchase Order these written provisions �vill take precedeilce, By submitting a►� Offer in response to the Solicitaiion, the Coni�•actor agrees that tlie Cont��act shall be governed 6y tiie follawin� terms and conditions, unless e�c�ptions arE duly not�d and fi�lly ijegotiated. 1. CONTRACTOR'S OBLIGATIONS. The Contractor shall fi�lly snd timely provide all deli�era6les descri6ed in the Solicitation and in the Contt•actoE�'s 4ffe► it� strict accordance �vith the terms, covenants, and conditians of the Contract and all applicab]e Federal, State, and local laws, r��les, and reguIations. 2. EFFECTIVE DATE/TERi�. Unless otllerwvise specified in the Solicitation, this Contract sha�l be effeetive as of the date the cantract is signed by the City, and shall cor�tinue in effect u�rtil all obligat�ons a��e pez•formed in accordance wit�� tl�e Contract, 3. YNVOYCES: A. The Contractor shall su6mit separate invaices in duplicata on each pt�rehase orde►� or pi�rchase r�Iease after each delivery. If partial shipments or deliveries are au#ho�'ized by the City, a separate invoice must be sent for each shipment or delivezy �ade. B. Prope�� I��voices tr�ust i�fclude a unique invoice number, the �urchase order or deliveiy ordey� �iumber a�id tlfe inaster agreament number if applicable, the Departmeixt's Name, a�icl the ��azne of the poia�t oi coirtact for the Departmerit. In�oices shall 6e itemized and transpof-tation charges, if any, shall be listed separately. A copy of the l�ill of lading and the fi•eight waybill, �vhen applicable, shall be attached to the ir�voice. The Contc�actor's na�ne, remittance address and, if applicable, the taY icfentification nt�rribe�• on the in�oice must exactly mateh the inforjnation in t1�e Venc�or's registration with the City. Unless other�vise instr�tcted in w�•iting, the City may ��ely on the t•emittance addz•ess specified on the Contractar's invoice. C, Invoices far labor shall include a eopy of all time-skeets with trade labor rate and detivei�ables order number clearly icienti%ed, Invoices shall alsa include a tabulation of work-hot�rs at tl�e appropriate rates and grouped by wo�•k order n�irriher. Titne billed for labor shall be limited to hours actually wor�Ced at the �vork site. D. Uniess othe�tivise ex�ressly a�ihorized in the Contract, the Contractor sh�ll pass through all Subcontract and ot��er authorized expenses at actt�al cost without mai•kup. E; Fecieral excise taYes, St�te taYes, or City sales taYes must nat be incllicied in the iz�voiced amounf, The City will furnisl� a tax eYemption certificate upon rec�uest. File # 4553 Page 3 0€27 4. PAYMENT: A. All proper invoiees need to be se�lt ta Acco�ints Payable. Approved invaices will 6e paid �vithin thii�ty (30) calendar days of t�ie City's receipt of the deliverables or of t��e invoice being �•eceived in Accounts Payable, whichever is Iater, B. If payment is iiot tiniely made, (per paragraph A); inte��est shall accz•ue an tl�e u��pazd baIa�ace af the lessej� of tlie j�ate specif'ied in Texas Government Coc�e Secfion 2251.025 or the n�aximuni la�vfi�i �•ate; except, if paymez�# is z�ot timely mat�e for a��eason fox� wliich the Cify i;iay �i�itlihold p�yn�e��t hereinider, i�iterest sliall not acci�ue lllltl� iBll (�0) calendai• days afte�• t��e gx�ou�ads for withlioldir�g payment have �aeen reso�ved. C. If pa�-tial shipments or deliveries are autnorizecE by the Ciry, the Contracior will be paid for tl�e partial shipment or delivery, as stated abov�, provided that the invoice matc}�es the shipment or deliveFy. D. The City may withhold or set off the entire payment or parf of any payment otheiv,�ise c[ue the Cont�•actor to such ex#ent as may be necessary on account of: i. delivery of defeetive oz• non-confoz•ming delzveRables by the Contractor; ii. thirci party claims, which are not covered by the insurance wliich the Contracto�• is t�equit•ed to provide, a�•e filed or reasona6le e�idetice indicating pro6able filing of sueh cIai�ns; iii. iailure of the Contracto�• ta pay Subconti•acto��s, or for labor, materials or eqiiipment; iv. damage to the p��ope�ty afthe City oz• the City's agents, employees or cant�•actors, �vhieh is not cor�ered by insurance requirec[ to be provided by tl�e Cont►•actar; v, reasanable evidence that the Contracto�'s obligations tivilf not be compl�ted �vitltin the tirne specified in tl�e Contract, and that t�e unpaid balance would not be adec�uate to cover actual or liqt�idated damages fo�• the anticipated c�elay; vi. failure of the Contractoi• to st�bmit p�'oper invaices �vitli p��rchase order rnimber, tiviii� all required attachments �nci supporting documentation; or vii. failure of the Contractor to comply with any material pi•ovision of the Contract Docurnents. E. Notica is hereby given that �ny awarded Contractor who is in art•ears to t�1e City foz� de�inquent taxes, the City may offset indebtedness atived the City th�•ot�gh payment withliolding. F. Payrr�ent �,vill be made by check ttnless the pai�ies m�ttually agree to payment E�y credit card or elee#ronic tt•ansfer of fu�lds. The Contractor agrees tliat there shall be no additional chai�ges, surcllarges, or penalties to the City for payrnents made by credit cat•d or electrot�ic fi�nds tt•ansfer. G. The awarcfitig or continuatiou of this contract is dependent upon the availability of f�Ending. Th� City's payment obli�ations are payable only and solely fi•om fiinds Appi�opi•iated and available fo�• this contract. The abseiice of Appro�riated or other la�vfully availa6le fiinds shall render the Contract null anc[ �oic� to the eYtent funds are not A�propriated oz• available and any deliverables delivered 6ut unpaici shall be retu�ned ta the Cor�tractor. The City shall pt•ovide the Contractor �vritten notice of the failu��e of the City to rnake an adequate Appropriation for any fiscal year to pay the amouttts due iinde�• the Contrac�, o�� the t•eduction of any Appropriation to an amotint i�suf�cient to pe�'mit the City to pay its obligations ��nder the Contract. In the event of none o�� inadec��iate appropriation of funds, the�•e will be no penalry nor reinoval fees charged to the Ciky. 5, TRAVEL �XPENSES: All travel, lodging and per diem e�penses in connection with the Contract s��all be paic{ by the Contzactor, unless othe��,vise stated in th.e cont�•act kerms. � Fiie # �553 Pa�e � of 27 6. FINAL YAYMENT AND CLOSE-OUT: A, If a DB�/MBE/WBE program Plan is agreed ta and the Contractor iias identi%ed St2bcontractors, tl�e Contractor is rec�uired to submit a Contract Close-Ot�t MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar d�y after co�npletion of alI �,vo��k tinder the cont��aet. Fitaal payanent, retainage, o�• both inay be witlihe�d if t]ie Contractor is nat in co�npliance with the rec�uiremeiits as accepted by the City. B, Tl�e making a�id acceptance of iinal payment �vili constitute: i. a waiver of all claims by tlie C�ty against the Contractor, except claims (1} �vhich have been previously asse��ted in writing and not yet settled, (2) arising from defective tivark appe��ing afte�• final inspection, (3) az�ising frorn failure of the Contractor to comply with the Contract or the terms of any rvart�anty speci�ied lierein, (4) at•isi�ig frorn tlie Contraetoi�'s continuing obligations uf�der the Conteact, including but ►�ot limited to indemnity and r,var�•anty obligations, o�• (5) arising t�nder the Ciiy's rigfit to auc�it; and ii. a�vaiver af all claims by the Coi�tractor against the City other than those previously asserted in writing and not yet settled. 7. ItIGHT TO AUDIT: A. The City sl�all have the �•ight to audit aud make copies of tl�e 600ks, reco��ds and coinputatians pertaining ta tt�e Cotttract. The Coaitzactor shall retain such books, �•ecords, documents and other evidence pe��taining to the Contract period and itve years thereafter, aYCept if an audit is in progress or audit �ndings are yet l�nresalved, in �vllicn case recoi�ds shall be kept €�ntil aIl at�dit tasks are campleted and �•esolved. Tiiese 600ks, records, doeuments and other evic[ence shall be available, �vithin ten (10} business days af wriften request. Further, the Contractor shall also req�ii�•e all StEbcontractors, material suppliers, and other payees to z�etain all books, recoc•ds, docliments and otller evicle�lce pertai�ling to the Contract, and to allow the City similai• access to thase documenis. All books and records �vill be �nade available within a 50 mile radius of the City of Denton. The cost of the a�dit �vill be borne by the Ciry t�nless the audit reveals au overpayment of 1% o�• greater. If an avei•pay�nent of 1% or greatet• occurs, tlie �•easonable cast of the a��dit, including any travel eosts, must be 6orne by the Contractor which ml�st be payable within %ve {5} business days of receipt of an invoice. B. Fai�tire to comply with the p�•ovisions af this seetion shail be a mate��ial breaeh af #h� Contract and shall constiti�te, in the City's sole discretion, grounds for termination thereof, Each of tlie terms "books", "recards", "documents" and "other evic�ence", as used above, shall be construed to inchide drafts and electronic filas, even if sucli drafts or electranic fiI�s ar� subsequ�ntly used to generate o�• prepa�•e a�nal p��inted document. 8. SUBCONTRACTORS: A. If the Contractor identified Subeontc�actoz•s in a llBEIMBE/WBE agreed to Plan, the Cont►actar shail eompiy with ali requiremants approved by the City. The Cont��aetor si�all not initially employ any Subconkractor except as provided in the Contractor's Fian. The Cor�tractor shail not substitute any Subcontractor identified in the P1an, unless the st�bstihEte has been accepted by the City in writing: No acceptance by the City of any Subcontrac#or shall constitute a tivaiver of at�y rights or reineciies of the Ciry witli respect to defective de�iverables p�•ovided E�y a St�bcontractor. If a Plan has been appraved, the Cot�tractar is additionally required to submit a nr►on#l�ly SL�bcor�t�•aet Awaa�ds and Expendit�a��es Repoz•t to the Procurement Nianager, no Iatez• _ t��an the tenth calendar day of each month. B, Wo��k �eefo��med fo�• the Cantc•acto�� by a S��bcontz•acto�• shail be p�irsuar�t ta a�vz•itten contract betrveen tiie Cantractor and Subcontractor. The terms oF the subcontract may not conflict r�vith the terms of the Fi1e # 4553 Page S of 27 Contract, and shall coi�tain provisions t�at: i. require that al� cfeliverables to be provided by the Sttbcontractar be provided in stt•ict accozdance with the p�•avisiot�s, specifcations and terins of the Contract; ii. prohibit the Subcontraetor fi•flm fii��ther siibcontrac#iug any portion of tlie Contract �vithout the prior written cansent of the City and tl�e Cont��actoz•. The City may rec�txire, as a condition to such fi�rther subcontracting, that the S�ibcont►•actor post a payment bonc� in form, substance and amount aeceptable to the City; iii. req��ire Subco�ltrac�ors to, submit all invoices and applications for payments, ineluding any ciaims for additianal payments, damages o�• otherrvise, to tlle Contractor in s�ifFicient time to enable tne Cont�•acto�• to inell�de sa�ne wit�i its invoice o�• applicatia�i for payment to the City in �ccordance ��ith the terms of the Contract; iv. rec�E�ire that all St�bcontraetors obtain and �naintain, througholit the te��m of theiz• contz•act, ins�irance in the type and atnounts specifiect for tl�e Contractor, wiih the City being a named ins�ired as its inte�•est s�all app�ar; and v, require that tlie S��bcontraetor indemnify and hold the City �iat'mless to the satne e�tet�t as kne Contractar is required ta incfemniFy tne City, C. The Contractor shall be fuily ras�onsi�le to the City for all acts and omissians of the Subcont�•actors jtfst as the Co��tt•actat• is ��espot�sible faz the Contractor's own acts anc� omissions. Nothing in the Contract shall c��eate for tlie benefit of any sttch Subcontractor any con#ract�ial relationsnip between tlie City and any such Subcantractor, nor sliall it create any obligation on the pa�-t of tlle City to pay o�• to see to the payme�it of any mo��eys due any such Su6contractor e�cept as may otlierwise be rec���ired by law. D. The Contracior shall pay each St�bcont�•actor its apprapriate share of p�yments made to the Co�itractor not later than ten (10) calenc�ar days after i•eceipt af �ayinent ft•om ti�a City. 9. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer ai•e na highar than tha Contractot�'s et�rE•e�it prices on ordars by athars for like deliverables unde�• similar terms of pt�rcl�ase, B. The Contractor ce�-ti�es that tlte p�•ices in the Offer have been arrived at inc[ependently withot�t const�ltation, communication, or a�reetr►ent for tne purpose of restricting competition, as to any Inatter rela#i�ig to such fees with any other Contractot• or �vith any competitor. C. In addition to any othe�� t•emedy available, t�ze City may deduct from any amot�nts oweci to the Cont�•actor, dl' Ot�l£1'Wf5£ recover, any amo�a��ts paid for items in e:�c�ss of the Cantractar`s c�i��rent p�•ices on orc{ers by ot�ers for like deliverables �ande�� simiiar te��ms of pu��chase. 10. WAItI2.ANTY — SERVICES: The Contractor war�ants and �•epz�esents that all services to be provided the City �inder the Cantract wili be fi�lly and timeiy perfarined in a good and worfctnanlike manner in accordance with ge�ierally accepked industry standacds and practices, the terms, conditions, and cavenants of the Contract, and all applicable Federal, State and local laws, rules or ragulations. A, Tlie Cont�•actot� may not limit, exciude or disclaim the foregaing warranry or any warranty implied by law, and any attempt to do so shail be without force ar effect. _ B. Un�ess otherwise s�ecified in tne Contraet, the wa�•��anty period shall Ue at least one yeai• fr•om the Acceptance Date. If cluri�ig the warranty period, one or more of the abave warranties are breached, t�ie Contractor shall promptly upon x•eceipt of dernand pe�•foznn the se��iees again in aceardance tivith above star�dard at na aclditianal cost to the City. All costs incidental �o such additionaf pe�•formance shall be borne by the Cantractar, The City s�ta11 endeavor to gzve the File #�553 Page 6 of 27 Contractar �v�•itten notice of the b��each of warranty �vithin thirry {30) calendar days af discovery of the breach war�-anty, but failt►re to give timely notiee shall not impai�• the City's rights under this section. C. If the Contractor is unable oc unrvilling to perform its services in acco�dance ��vith the above sta�idard as rec�uired by tiie Ciry, then in addition ta any otller a�ailable remedy, tl�e City may reduce t�e atnount of seivices it may b� z�eqL�ired to put•ehase under t��e Cantract fi•om the Cont��actor, and ����rchase canforming services fi�om otEter sources. In sueh event, tlxe Contracto�• shall pay to tlie C3ty L�pon derna��d #he increased cas#, if any, incurrec{ by tl�e City to proct�re such ser�ices fi•om another sot�rce. 1l. ACCEPTANCE OF �NCOMPLETE OR NON-CONI'ORMYNG DELIV�RABLE�: If, instead of reyi�iring imm�diate cortectian or remaval and replacement of defective or noai- co��fo�•rning deliverables, the City p�•efers to accept it, the City may do so. The Contractor shall pay a�l claims, costs, losses and damages attribt�table to the City's e�aluation af and determinatior� to aceept such def�ctive o�• non-conforming deliverables. If any sucti acceptance occurs priar to �3�a1 paymet�t, the City may deduct such amoi�nts as are necessary to compensate the City for the diminishec[ val��e of the defective o�• 1�ott-confo��ming deliverables. If the acceptance accu�'s after fnal payment, si�ch amo��nt will be refiinded to the City by the Contractor. 12, RIGHT TO ASSURANC�: tiVhenever one party to the Contract in good faith has reasan ta question the other parry's intent to pe�•form, demand rt�ay be made to the o#her party for written assurance of t��e 'rnten� to parform. In the event that no assurance is given �vithin the time speciiied after derztat�d is made, tlte demanding party may treat this �'�ilure as an anticipatory ►�epudiation of the Cont�•act. 13. STOP WORK NOT�CE: The City r�ay issue an immediate Stop Work Notice in the �v�nt the Conti•actor is observed perfo��rr�ing in a manner that is in vioIation of Fede��al, St�te, or local gtiidelines, or in a manner that is determined by t��e City to b� unsafe to either life or property. Upon notification, t��e Cotatractor �vill eease all tivork u�ltil notified by the City that the violation or i�nsafe candition l�as been corrected. The Contt•actor s��all be liable fo�� all costs incttrred by tlie City as a z•esult of the issuance of such Stop Wflrk Notice. 14, D�FAULT: Ti�e Contractor shall be in default tmder tne Contr�ct if the Contractor {a) fails to fi�lly, tinnely and faithfiilly perform any af its rriaterial obligations under the Contract, (b) fails ta pravide adequate ass�irance of perFarmance under Paragraph 2�, (c) becomes insolvent or seeks relief l�nder the bankruptcy laws of the United States or (d} makes a material misrepresentation in Contraetor's Offer, oz in any repoe-t o�• deliverable requirecf to be su6mitted by the Contractor to the City, 15. TERNIINATION FOR CAUSE: In the event of a default by the Contt•actor, the Ci#y shall have tt�e cight to te�•minate tiie Contract for ca��se, by written notiee effeetive ten (10) calendar days, unfess otheitivise specifed, after the date of sucl� notice, unless tlie Contracto��, �vithin s�ich ten (10) day period, eures such defau�t, ar_pi�ovides evidence sufficient to prove to the City's reasonable satisfaction that sucl� defattlt does not, in fact, exist, In addition ta any oth�r ���medy available under ia�v or in equity, the City sha11 be en#itled to recover all actual damages, costs, losses and e�penses, incuz�red by the City as � result oi the Canti•ac�or's dafaiilt, including, withaut limitation, cost of cove�•, reasonable a�#orneys' fees, court costs, and prej�zdgrnent and File # 4553 Page 7 of 27 post jtidgn�eni interest at the maximum lawful rate. Additio��ally, in the event of a de£altit by the Contractor, the City may ��emov� the Contractor from tl�e City's vendor Iist for th►•ee (3) years and any Offer subrr�itted by the Con#�•actoz• may be disc�ualified for up to three (3) years. All rights and remedies unde�• the Contract are ct�m�lative and are not exclusive nf ar�y other rig�it or rertxedy provided by law. 16, TEItN1INATION WITHOUT CAUSE: The City shalt have t�e right ta ter�ninate tfie Contract, in whole or in part, tivithout cau�e a�ly ti�r►e upo�l thi��ty (30) caler�dar days' prior tivritten notice. Upon receipt af a notice of tern�ination, t31e Contractor shall prornptly cease all fin�thez� �vozk puz'st�at�t to the Conteact, �vikh sucli exceptions, if any, speci�'ieci in the notice of termination, The City sl�all pay the Cantractor, to the e�tent of fiinds App�•op��iated o�• other��ise le�ally available €or sucli purposes, for ail goods c�elive��ed and sarvices �erfarmed ancE obligations i��cut�z'ed pzio�' to the date of termination in accordance �vith t�ie terms hereof. 17. FRAUD; �'raudt�lent statements by the Contractor on any Offer or in any repot�t o�• deliverable required to be submi�ted by the Contracto�• to the City shall be grounds for the terminatian of the Cont�•act for cause by the City and may result in Iegal action. 18. DELAYS; A, The City may delay scf�eciuled deliv�ry ar other due dates by written notice to the Contractor if the City c�eems it is in its best interest. If such delay caE�ses an increase in the cost of the work ��ndar the Contract, the City and the Contractor shall negotiate an eq��ita�le adjt�stment fo�• costs incucred by the Contraetor in the Contract �rice and e��cute ati a�nandment to the Contract, The Contractor �nust assert its right to an adjt�sfnaent within thirty (30) ealendar days fi•om the d�te of receipt af the notice of delay, Failure to agree an any ad,�usted price shall be �andled under tl�e Displtte Resaltttion p�•ocess speci%ed in paragraph �9, Hawever, nothing in this provision sliall excttse the Cont�•�ctor fro�n delaying the deIiveiy as notified. B. Neither pai•ty slZall be liabla for any defa�ilt oc delay in the performance of iks obligations ttndez� thzs Con#t•act if, �vhile and to the eYtent such default or delay is ea�ised by acis oF God, fre, riots, civil commation, labor disruptio�is, sabotage, sovei•eign cor►duct, o�� any othet• cause beyand tlie reasonable control of such Pat�ty. In the event of defa��lt o�• delay iu contract performance due ta any of tlie �o�•egoing causes, then the time for completion af t�e services will be extended; provided, l�o�vever, in such an event, a canference �vill be helci wit�in th�•ee (3} business days to establish � m�itually agreeable period of time reasauabIy �iecessaty to overcome the effect of st�ch fail��re to perforxn. 19. INDEMNITY; A. De�nitions: i, "Indemuified Claims" sY�all incIude any an� alt claims, demands, suits, causes of action, j��dgments and Iiability of every c���racte��, type or descriptian, including all reasona6le costs and expenses of litigation, mec[iation or other aiternate dispute resolution tx�ecl�anism, �ncluding attorney and other professianal fees for: (1) damage to or loss of the property of any person {including, but not limited to the City, the Cont��actot•, tlleir �•espective agents, ofiicet•s, employees and subcontractors; tlie office��s, agents, and employees of such s��bcont�actors; and tY►ird pa�-�ies); and/or (2} death, bodily inji�ry, illness, disease, worker's compensation, lass of sei��ices, o�• loss of incotne o►' wages to any person (includiz�g but not litnited to #he agen#s, ofiice�s and employees of the Ciry, the Contractar, the Contracto��'s subcontractors, and third parties}, ii, "Fat�ft" shall include File # 4553 �'age 8 of 2'1 the sale of defective or non-conforming dalivei•ables, negligence, �villfiil �nisconduct or a breach of auy legally imposed strict liability stat�da��d. �3. THE CONTRACTOR SHALL DErEND (AT THE OPTION OF THE C�TY), INDEMNITY, AND HOLD THE CITY, �TS SUCCESS4RS, ASSYGNS, OFFICERS, EMPLOYELS AND ELECTED OFFICIALS HARi��LESS FROM AND AGA�NST ALL INDEi1�INIFIED CLAIMS _ DIRECTLY ARYSYNG OUT OF, INCID�NT TO, CONCERNING OR ItESULTING FROM THE FAULT OF THE C�NTRACTOR, OR THE C�NTRACT4R'S AGENTS, EMPLOYE�S OR SUBCONTRACTORS, IN THE PERFORMANCE OF TH� CONTRACTOR'� OBLrGATION� UND�R THE CONTRACT, NOTHING HEREIN SHALL I3E DE�vI�D TO LIMIT THE RIGHT,S OF THE CITY OR THE CONTRACTOR (iNCLUDING, BUT NOT LINfITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAIN�T ANY THIRD PARTY WHO IVrAY BE LTABLE FOR AN INDEMNIFIED CLAIM. 20. INSURANCE: The following insttrance requiz�ez�ents are applicable, in addition to the specific insuratice req��ireme��ts detailed in �XHIBIT C The successfit� Coniracior shall procure and maintain insut�ance of the types and in the �ninim�m amounts acceptabl� to the City. The insu��ance sha[l be rvritten by a company licensed to do busi�iess in the State of TeYas a��d satisfacta�y to the City. A. General Requirements: i. The Contractor s��all at a minim�am carry insurance in the types ancl atxto��nts indicated and agreed to, as submittec� to the City and approved by th� City �vithin the p�•ocurement pracess, for the duratiot� of tlie Contract, izlct�ading eYtension optians and hold over periods, and dizring any warranty period. ii. The Contt�actot• shall provide Cei�ificates of �nsurance ��ith th� eove�•age's attd endo��sements reqtii�•ed to tlle City as �verification of coverage prioz� to cont��act exectation and �vitliin fourteen (14) calendar days after written rec�uest from the City. Failure to provide the �•equiz•ed Ce�-ti�cate of Insurance may subject the Offer to disqualificatian from consideration for arvard, The Contracto�• must also foi�,�va�•d a Ce��ti�cate a£ �ns�it�ance to kne City wheneve�• a previously identi�ed policy period has expired, or an extension option o�� hold ovet• pet•iod is exercised, as verification of continuing cove��age. iii. The Cont��actor shali not com►nence �vork �intil the required inst�rance is obtai��ed and ttntil such insurance has been reviewec� by the C[ty. Approvai of insurance by t�e City shail not relie�e or decrease tlie liability of the Contt•acto�• �►ereiander and shall not be construed ta be a limitation of liability on the part of t�e Contractor. i�. The Coz�tracto�• rnust sL�brr�it cei�tificates of inst�rance to the City for all subcontractors priar to the subcont�•actors commencing work on the project. v. Tk�e Contractor's anc{ all s��bcantraetors' insurance coverage shall be written by companies licensed to do bi�siness in the State of Texas at the time the palicies are issuec� and shall be �,�vritteu by cotnpanies wit�i A.M. Best ratings of A- VII ar better. The Ciry �vill accept workez•s' compensation coverage �vri#ten by tlie Texas Wor3cers' Compensatiott Insurance Fund. vi. All endarsements naming the City as ac�ditional insu�•ed, �vaivers, anci notiees of eancellation endorse�nents as wel� as the Cez-ti�cate o� Jnst�ranee shall contain the solicitation i�urn6er and the follawing i�iformation: City of Denton 11�iate�•ials Management Department File #�1553 Page 9 of 27 901 B Te�as Street Denton, TeYas 7b209 vii, The "ather" insui•ance cla�ise sl�all not apply to the City �vhere the City is an additional insured show�i on any policy. It is i►�tended that poiicies required in th� Contract, covering 6oth the City and tlie Contractor, shall be considet•ed pt�irraat�y eoverage as applicable. viii, If inst�rance po]icies ara not wr�tten far amau��ts ag��eec{ to with the City, the Cot�tractor shall carry Umbrella or Excess Liability Inst���at�ce foz• any differe�ices in amounts specifiecl. If E:�cess Lia6ility Insurance is provided, it shall folla�v the form of tt�e pri�naiy coverage. ix. The City sl�all be entitled, upon request, at an agreed upon location, and without expense, to i•e�vie�vi cet�ti�ed copies of policies and eiidorsements thei�eto and may make any reasonable requests far deletio�l or cevision or modi�cation of partzcular policy terms, conditions, liinitations, or exclusions except where policy provisioi�s are estabtished hy law ar i'egi�Iations binciing upon either of the parties hereto o�' the ��nderwriter on any such policies. x. The City �•ese�ves the right to review the insu�•ance requi��ements set fot�th d�iring the effective pet�iad af the Contract and to make reasonabie adjustments to insurance cove�•age, Iimits, and excll�sions whetl c�eemed necessary and prudent by khe Ciry basecE upon chai�ges in statutory law, court decisions, the claims histoi•y of the ind�zstry or fina�icial condition of the insurance comp�ny as well as the Contt•actot'. xi, The Contractoz• shall not cause any instu•auce ta be canceled nor pertnit any insurance to lapse during the term of the Corttract or as ��ec�uired in the Contract. xii. The Contract4r shall be �•esponsible for prezniums, deductibies and self-insu�•ed i•etentions, if �ny, stated in policies. All ded�ictibles ot• self insured retentions shall b� disclased an the Cet�tificate af Insuranee. xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days' written natice af erosion of the aggregate limits belo�v occui�tence iimits for aIl applicak�le cove►�age's indicated within tl�e Co��tract. xiv, The insuranee coveeage's specified in ti�ithin the solieitation a�id requirements are req�iired rninirr�t�ms and are not intended to limit the responsibility or liability of the Contractor. B, Speci�c Cove�•age Requiremeuts: Specifc instu•ance rec�ui�•ements are contained in the solicitation instr��ment. 21. CLAIMS: If any claim, demandt suit, or other action is asserted against the Contraciar rvhich a��ises undar or concerns the Contract, or whicn cot�ld have a materia� adve��se affect on the Contractor's ability to perform thet•e��nder, t�e Contractoz� shall give written notice ttiereof to the City within ten (10) calenda�• days after receipt of notice by the Contraetor. Siich notice to the City shall state the c�ate of notiiication of any such claim, de�nand, suit, oz• othe� actioi�; the names and addresses of the claimant(s); the basis thereaf; and the �iarn� of each person against whom such claim is beit-►g asserted. Such notice shall be delivered personally or by ►nait and shall be se��t to the City and to the Denton City Attarney. Personal delivery to the City Attorney shall 6e to City Hal1, 2l 5 East McKinney Street, Dentoii, Texas 76201. 22. NOTICES: Unless otherwise specifted, all natices, requ�sts, or other cammunicatians required o�• appropriate ta be given unde�• the Cont��act shall be in �,�riting anc[ shall be c�eemed File #�553 Page 10 of 27 cielivered tl�ree {3} business days after postmarked if sent by L7.S. Postal Service Certified or Registei•ed Mail, Return Receipt Req«ested. Notices delive��ed by other r�ieans shall be deemed cfelivered upou ��eceipt by the addressee. Rautine commu►�ications may 6e �nade by #irst class mail, telefax, o�• othe�• com�ne�•cially accepted ir►eans. Notices to tlie Contractor shall be sent ta the address specified in the Cankractor's Offer, o�• at sucl� othe�• add��ess as a party tnay notify the otl�et• in �vt�'ttitig. No#ices ta the Cily shall be addressed to the City at 901B Texas Street, Denton, TeYas 76209 anc[ inarked ta the atientio�i of the Puz•chasing Manager. 23. RiGHT,S TO BID, PROPOSAL AND CONTRACTUAL MA'I'�RIAL: AI1 material submitted by th� Contractor ta the City shall become property af the City upoza z�eceipt. A�iy portians of suc�� m�terial claimed 6y ti�e Contractor to be proprieta�y must be cleacly inarked as strch. Deterinivation of t�e pt�blic natu�•e of the matez�ial is si�bject to the Texas Public Inforniatian Act, Chapter 552, a�id Texas Government Code. 2�. NO WARRANTY BY CITY AGA,INST INFRINGEMENTS: T��e Coiitraetor represents a�id warra��ts to the City that: (i) the Contractor shali ���ovide tlie City good aE�d indefeasible title to th� ci�lzveaab�es and {ii} the deliverables supplied by the Cantractor in accordanee �vith tlie s�ecifications in the Contraet will not infi•inge, CIIYeCiI3' OI COTItl'IblltQl'lly, any patent, t�•adema��k, copyright, trade secret, or any other intellectual prop�rty right af any kind of any third pa�•ty; that no c�aims have been macfe by any pez•son oz� entity with t'espect to t�ie ownership or opet•ation of the deliv�rables and the Contractor does not kno�v of any valid 6asis for any s�icl� elaizns. The CQntz•ac#oz• shall, at its sale eYpet�se, defend, indemnify, a��d hold tlie City harmlass from and against all liability, damages, and costs {incl�iding couz�t costs and reasonable fees af attorneys and otller professionals) arising o�rt of or resulting from, (i) atly claim th�t t�e City's exercise anywhei•e in the �vorld of the rights associated with tl�e City's' o��nership, and if app]icable, lic�nse i•ights, and its use of the deliverables infi•inges the inkeflect�ial property rights of any thit�d pai�y; or {ii) the Contractor's breach of any of Conti�actor's representations or rr�arranties st�ted in this Conti•�ct. In the e�ent of any sl�cl� claim, the City shall have the riglit to monitar s�ich claitn or at its optian engage its own separate eottnsel to act as co-counsei on the City's behalf. Fu�-�he�•, Conti•actar agrees that the City's specifications ��egardir�g t�ze deliverables shall in no �vay diminish Co�rtractor's wart'anties or obligations t�nde�' this paragraph anci the City mak�s no warranry tl�at the prodttetion, de�elopment, or delivery of such cleliverables will not impact such �vart•anties af Contractor, 25. CONFID�NTIALITY: In order to pro�ide the deliverables to the City, Coi�tractor znay reqt�ire access to certain of tlte City's and/oe its licensars' confidential in%rrnatior� {including inventions, employee inFormation, trade sec�•ets, confidential know-how, con�den#ial business information, a��d other informatian wi�ich the City ar its Iicenso�•s consider cot�fidential) (collectively, "Confidential Infozmation"). Contractor ackno�vled�es and agrees that the Confidential Informatian is the val�labl� p��oparty of the City and/or its licensors and any ttnauthorized t�se, disclasure, dissemination, or other release of the Confidential Information wili substantially injure the City and/or its licensors. The Contractor {incluc�ing its eriaployees, subcont�•actors, agents, or representatives} agrees that it ��ili mait�tain the Confidentiaf Ir�formation in s#rict con�dence anci shall not cfisclose, dissenninate, copy, divti�lge, recreate, or otherwise use the Conficie�itial Information witliout the priar �vritten consent of the City or in a manner nat expressly per�nitted u�ide�• this Agreeme�rt, uniess tl�e Confidential Information is requii•ed ia 6e disclosed by law or an order of any cauE�t or other govern�nental at�tl�ority with proper �urisc[iction, provided the Contractor pronnptly notifies the City before disclosing such �'ile # �kS53 Page 11 of 27 information so as to permit the City z•easonable time to seek an appropriate protective order. The Contractoe a�rees to use pratective measu�•es no less stringent t�1an the Contractoz• uses within its owvn busi�iess to pz•otect its ow►� �nost vaivable it�formation, �vhich protective meas«res shall t�nde�� aIl circumstances be at least reasonable measures to ensure the conti�lued confidentiality of the Confdential Jnfaemation. 26. 4WNERSHiP AND USr OF D�LIVERABLES: The City shall o�vn all zigh#s, titles, and interests th�•otEghoiit the tivorld in and to #he deliverables. A, �'atents. As to any patentable subjec� matter co��tained in the delive�•ables, the Contractor ag�•ees to disclose sueh patenkable subject matter to t�1e City. Further, if requested 6y the City, the Contractar agrees to assign and, if necessa�y, cause each af its employees to assign the entire �•ight, titie, and interest to specific inv�ntions iinder such patentable subject tnatter ta ihe City and to eheeute, acic�iow�edge, and deliver and, if necessaty, cat�se each of its employees to exec�ite, ackuo�vlec�ge, and deliver an assignment of Ietters patei�t, in a fox�rn to be reasonably approved �y tlte City, to the City upon reqt�est by the City. B. Copy��ights, As to any defivera6les containi�ig capyrightable sizbject matter, #le Contractor agrees that ��pon their creation, st�ch deliverables shall be corzside�•ed as tivork made-for-hire by khe Contractor fot• #he City and the City shall o�vn all copy��ights in and ta such deliverables, provided ��orvever, t�at nothing in tl�is �'�rag��apli 38 sha�l negate the City's sole ar joint ativnership of any such delivcrables arising by vit�tue of the City's sole or joint at�thot•sliip of such deliverables. S��ol�ld by operation af law, s«ck deliverables not be eonsidered tivorks made-foz•- iiire, the Contractor heeeby assigns to the CFry (and agrees to cause eae�� af its employees p��ovidizig serviees ta the City here�ander to execute, acknowledge, and deliver an assignme�lt ta the City of� all r�varldwide right, title, and interest in and to such deliverables. Witli t•espect to such �vork made-for-I�i�•e, t]1e Con#ractor agrees to execute, ae�Cnowledge, and deliver and cause each of its employees providing services to the City herei�nder ta execute, acknowledge, and deli�er a work-made-for-hire ag�•eement, in � fo��m to be i•easonably approved by the City, ta tlle City upan deliveiy of sucli deiiverables ta the Cily or at such othez• time as the City may request. C. Aclditional Assignments. The Conteactor fiz�•ther agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and delive�• ail applications, speciiications, oaths, assi�nments, and aIl other inst��t�ments t�vhich tne City might reasonably deem necessary in orcier to apply for and obtain copy�•ight protection, mask work registration, trademark registratian and/or protection, 1et�e��s patent, or any similaz• ��igl�ts in any and alI ca�intries �nd in order to assign and co3l�ey ta the City, its sizccessors, assigns and nominees, the sole and exclusive rigt�t, title, and interest in and to t�►e deliverables. The Contractor's obligations to execute, acknowledge, and deliver (or cause to be executeci, acknowledged, and delivered) ins#ruments or papers such as those describeci in t��is Paragraph 38 a., b., and c. shafl continue afier the termination of this Contract ��ith respeet to sucli delivet�ables. In the event tiie City should not seek to abtain copyright protection, �nask �va�•k registration or patent protection foc any of the deliverables, but should desi�•e to keep #he same secret, the Contractor agrees to treat the sarne as Confidential Information under the terms of Pa�•agraph 37 above. 27. PUBLICATIONS: All published material ar�d wz•itten �•epo��ts stEbmitted under tke Contract must be o►tginally developed material ��n�ess other�,vise specifically provided in the Cont�•act. When material not originally cleveloped is included in a repa�•t in any form, th� source shall be identi�ed. 28. ADVERTYSING: The Conti�actor shall not advertise or publish, �vithout the City's prio�• FiI� # �553 Page 12 0�27 consent, the fact that the City nas entered itzto the Cozit�•act, except #o ti�e extent r�equired by law. 29. NO CONTINGENT FEES: The Contt'acto�• �varrants that na persan or selling agency has been employed or retai�led to so]ieit or secure the Contract Eipon any agreement o�• undei•standing far comtt�issioa�, percentage, bi•okerage, or co�itingent fee, excepting bor�a fide employees of bona fide established comtnercial o�• selling agencies maintained by the Contz•acto�• fot� the pt�rpose of securing 6usiness. For breach or violatio3-► af tl�is �vai-ranty, tlte City sttall have the right, in addition to any other remedy available, to cancel tl�e ContR�act �vithot�t liability and to dec4uet fi�om any amaunts owed to tlie Contracto�•, ar otherwise reco�ve�•, ttie fiill amot�nt of sucl� commissian, pez�centage, bz•okerage or contin�ent fee. 30, GRATUITYES: The City rnay, by written notice to the Contractor, eancel the Cont�•act withot�t liability if it is dete�•mined by the City t1�at gratttities �vere affered ar given by the Contractor o�• any agent or representati�e of the Contractor to any o�ficer ar employee of the City wi#h a view to�vacd seciiring tlie Contract or sect�ring favorable t�'eatment witl� respeet to the awarding or amend�ng or the maki��g of any determznations tivith t•espect to the perfortr�ing of sueh contract. In the event the Contract is canceled 6y tlle City pursuant to this pravision, the City s�1a11 be entitled, in addition to any ather rights and remedies, to recove�• or ��i#hhold the amottnt of the cost incurrecf by the Cont��actor in pr•oviding suc� gz•ati�ities. 31. PROHIB�T�ON AGAIN�T PERSONAL INTERCST IN CONTRACTS: No officer, einploy�e, i�idepandent consirltant, ar elected official of the City �vho is involvec� in the de�elopment, evaluation, or decision-making process of tiie perfarmance of any salicitation shall have a financial. i�ite�•est, direct or indi��ect, in the Cont��act ��es��ltit�g ft�otn that solicitatio��. Any wil�fiil violation of �liis section s��all constitute impropriety in office, and any officer o�• employee gttilty thereof shall i�e subject to disciplin�ry action up ta and including dismissal. Any vialatian of �his provision, with the kno��ledge, expressec[ o�• irnplied, of the Contz�actor shall z•ender the Contract voidable by the City. The Contractor shail complete and subtnii t�ie City's Conflict of Interest Questiannaire {Exhibit D), 32. IND�PEND�NT CONTRACTOR: The Contract sha11 not be construed as creating an employer/employee relatiot�shi�, a partnership, at• a joint ventu�•e. The Contractor's services sliall be those of an independent contractor. The Contractor agrees and understanc�s that the Contract daes not grant any rights or p��ivileges esta61is1ied iar employees of the City, TeYas far #he purposes of income tax, tivithholding, socia� security taxes, vacatian o�• sick leave benefits, �vorke�•'s compensation, o�• any other Cify em�loyea benefit. The City shall noi have s��pervision and control of#lte Contt�actot• or any emplayee of Ehe Cant�•actor, and it is eYpressly understood that Contractor stiall perfortn the se�•viees hereunder according to the attaehed specificatious at the genez�al di�•ection of the City Manager of t1�e City, Texas, or his designee under this agreement, 33. ASSIGNMENT-DELEGATION: The Contract shall be biuding upon and ei�sure to the benefit of the City and the Contractar anci their �•espective s�ccessars and assigns, provided however, that no ri�ht or interest in the Contraet shall be assig�zed and no obligation shall be delegated by the Cont�'actor �vithout the_prior vvritten cansent of the City. Any aftempted assignrnent or delegation by the Contr�cto�• shall be void uraless t�ade itt confot•mity with this paeag�•apn. The Contract is not it�tended to canfer rigirts or b�neflts on any petson, �rm or entity not a party hereto; it being the i�rtention of the pa�rties th�t the�•e are no third pacty beneficiaries to the Contr�ct, Fi1e # 4553 �'age 13 of 27 3�. WAIV�R; No ciaim or right arising otit of a breac� of ti�e Contt�act can be dischai•ged in tivhole o�� in part by a w�iver or renunciation of the claim or right t�nless the �vaiver or renunciation is supported by cot�sidez•ation and is in �vt•iting signed by the aggrieved party. Na wai�er by either the Conti�actor or the City of a�y otie or tnore even#s of default by the oihet• party shall opetate as, or be constrt►ed to be, a pertnanent waiver of any rights or obligltions under ihe Contract, oi• an eYpress or i�nplied aeceptance of any other eYistizig o�• fi�tl���e defat►lt or de£aLtlts, �vhetlier of a sitnila�� or clifferet�t character. 35. MODIrICATIONS: The Cant►-act ean be modi�ec� ar amended only by a writii�g signed by both parties. No pz•e-ptinted or similar te�'ms on a►�y the Contractor invoice, orc��r a�• other doci�ment shall have any force or effect to cl�ange the tertns, covenants, �nd conditions of the Contract. 36. YNTERPRETATION: Tt�e Contract is intended �y tne parties as a fi��al, coinplete and e:�clusive stateme�it of tlle terms of their agreement. No course of prior dealing bet�veen the parties or cottrse of pe�•for�nance or usage of the krade shall be relevant to supplement ar eYplain any term �ised in thE Contt�act. Althot�gh the Contract rnay have 6een substantially ciz•a�ted by one pa�ty, it is the i�itent of the p�t-ties that all pravisions be construed in a manner to be fair to bot�i parties, readin� no pravisions rnore strictly against one pa�-ty or #he otl�et�, Whenever a term de�nec� by the Unifo�'m Comme�•cial Cocie, as euacted by tha Sta#e of Texas, is used in the Contract, the UCC de�nitio�� shall co�rtrol, L�niess otllerwise deiined in the Cor�t��act. 37. DISPUTE RESOLUTION: A. If a dispute a�•ises out of or relates to the Contract, or tlie b�•each t�ereof, tlie parties agree to negotiate prior to prosecuting a suit for damages. Ho�vever, tliis sectioti does i�ot prahibit the iiling of a lawsttii to toll t�e ��L�nning of a statute af limitations or to seek injunctiv� r�lief. Either pat�ty may make a written request for a rneeting beriveen zep��eser�tati�es of each party within faurteen (14) calendar days aft�r receipt of the request or such later period as agreed by the parties. Eac�1 party shall i��clnde, at a mini�num, one (1) senior level individual with decision- making authority re�arding the dispute. The purpase of this and any subsec�L�ent meeting is to attempt in good Faith to negotiate a resol�atiot� of #he dispute. If, �vithin thir�y (30) calendar days after such tneeting, the paz•ties l�ave not succeeded in negotiating a resolution of ihe dispUte, they will proceed c�ireetly to mediation as described 6elow. Negotiation rnay be tivaived by a written agreennent signed by both parties, in �vhicn event the parti�s may proceed directly to mediation as desci•ibec[ below. B, If the efforts ta resolve the dispt�te throtigh negotiation fail, or the parties �vaive the negotiation p��ocess, the parties may se�ect, �vithin thirry (30) calendar days, a mediator traiiled in mediation skiils to assist rvith resolution of the dispute. Shoulci they choose this aption; the City a�id t��e Cont�•actor agree to act i�i good fai#h in the selection of the mediatar and to give consideratian to qualified individuals nominated to �ct as mediator. Nothing in the Contract prevents the pai�ti�s fi•om relying on the skiIls of a person wha is trained in the subject mafter of the dispute or a contzact intez�p�•etation expert. If tl�e parties iail to agi•ee or� a mediator within thirty (30) calendar days of initiation of the mediation pz�ocess, the mediato�� shail be selecked by the Dento�� Co��nty Alternative Dispute Resolution Program (DCAP). The pat-�ies agree to pac�ticipate in mediation in good faith for up to thiz�ty (30) calendaz� days from the date of the first medi�tion session. The City and the Cont��actor ��ill skat�e the mediatot•'s fees equally a��d the parties will bear their otivn eosts of participation sucl� as fees for any consultants or attorneys they may utilize to repi•esen� thern or athei��ise assist them in the mediation. File #�553 Page 14 of 27 3$. JURISDICTiON AND VENUE: The Contract is made under and shall be gove�•t�ed by the la�vs of the State of TeYas, incl�ding, when applicable, the Uniform Commercial Code as ac[opted in Texas, V.T.C.A., B�is. & Comin. Code, Chapter I, excluding at�y t���le ot� principle that �vould refer to and apply the substai�tive la�v of anather state or jurisd'tetion. All iss��es arising frorn this Contract shall be z•esolved in the cou��ts of Dentoi� County, Texas and t�e parties agree to submit to the elclusive pe►•sonal jurisdietion of s��ch cotn�ts. The fore�oing, however, s��all nat be eonstt�ued o�' interpretec� to li�nit oa• restrict tiie right or ability of the City to seek an� sectare injunetive relief fi•om any compete�tt aut��ority as contemplatecl herein. 39. INVALIDITY: The invalidity, illegality, or unenforceability of any provisian af the Contract shall in na way affect the validity ar enfo�•eeability of any ottier portion or p�•ovision of the Contz•act. Any void provision shall be deemed severed from the Contract and ihe balance of the Contract shali be construed and enforced as if the Contract did not co��tain #he pa�-ticular portion or �rovisian held to be void. The pa��ti�s fin�th�r agree �o reform tl�e Con#t�act ta replace any st�•icken pt•ovision �vitl� a vaiid provision tliat ca�nes as close as possible to the intent of the stricken provision. The p�•o�visions of This sectioii shall not pre�Jent this e�itire Cont��aet frotn being void should a pravision wnich is #h� essence of the Contract be deter�nined to be void. 40. HOLIDAYS: Tl1e fallo�vin� holidays are observed by the City; New Year's Day (observed} MLK Day M�morial Day �th of July Labor Day Thanksgiving Day Day Afte�� Tha�iksgiving Christmas E�ve {obse�•ved) Christmas Day (observed) Ne�,v Yea�'s Day (obse�•ved) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sl�z�day, it will be observed on the following Monday. Normal hours of operation shall be �etween 5:00 am and 5:00 pm, Monday through Friday, e�cl��dirtg City of Den�on Holidays. Any scheduled deliveries or work performance not �vithin the not•ma3 hours of aperation n�ust be appa�ovecl by the City Manage�• of Denton, Texas or his authorizec� designee. �11, SURVIVABILrTY OF continuing abligatio�s on the coniidentiality o6ligations oi Contract. OBLYGATIONS: AIl provisions of the Ca��tract tl�at imp�se p�rties, including but not li�nited to the tivar�a��iy, indetz�nity, and the pai�ti�s, slzall survive tha expiration or termination of the �2. NON-SUSPENSZON OR DEBARMENT CERTrFYCAT�ON: The City is prohibited fi•om contracting with o�� making pi•ime or sub-a�vards to parties t��at are suspetzded o�' debarred of �vi�ose pcincipals are sus�enc�ec{ ar c{ebarreci fi•om Federal, State, ot• Ciiy Contracts. By accepting a Cont�•act witli the City, tne Venc�or ce�-�i�es that its �rm and its principals ai•e not currently suspended or deba�red from doing business �vith the Federa� Govertiment, as indicated by the General Services Adt�zinist��ation List of Pa�-ties Excl��ded from Fil� # 4553 Page I S of 27 �, Federal Procurement and Non�Pz•ocut•etx�et�t F'�•og�•ams, the St�te of Texas, or the City. �3. EQUAL 0�'P�RTUNITY A. �qual �m��loymc�it Opportuniiy: No Offeror, or Offeror's agent, sl�all engage in any disc�•inninatory employment p�actice. No persan shall, on the grounds of race, se:�, age, disability, creed, calor, �e�letic testing, or national origin, be refiised the be«e�ts of, ot• be otherwise s��bjected to discriinination ��nder at�y activities res�alting ft•om this RFQ. B. A�iiericans with Disabilities Act (ADA} Complia�ice: No Offeror, or Of�'eror's agent, sliail engage in a�ry tiiseriminatory employment pr•actice against i��divid��als �vith disabilities as defined izt ttZe ADA, �4, BUY AMERICAN ACT-SUPPLIES (AppIicai�le ta certai�i federall,y fuaxcled requireYneiits) The follo��ing federally funded requirements are applicable, it� additiot� ta the specific fecierally fitnded reqliiremerlts. A. De�nitions. As used in this pat•agt�aph i. "Componant" means an a�•ticle, material, or supply incaz•pox•ated d'a�•ectly into an end product. ii. "Cost af components" means - (1) For components p�rcl�ased 6y the Contt��etar, the acquisition cost, incli�diug transpot�ation costs to the place of i�ico��po��ation inta tlZe end prad�rct {�vhether or not such costs are paid ta a domestie �rm), a►id any applicable duty (whether or not a c�t�ty�fi�ae entiy eertificate is issued); or (2) For coinponents manuFactured by tiie Contractor, all costs associated �vitll tlie macu�facture of the campotient, incl�iding transportation costs as described in paragi•aph (1) of this de�nition, plus alloca[�le over��ead costs, but excluding p�•o�t, Cost oi components does not ii�clude any casts associated tivith t�ie mam�fact��re af the end prod�ict. iii. "Dorz�estic end product" means- (1) An unmanufact��red end product mined oz• praduced in the United States; ar (2) An enci product manufactured in the United States, if tlle cost af its components mined, produced, oz• mamEfactured in the United States eYCeeds 54 pe�•c�nt of the cost of al� its components. Camponents of fo�•e�gzt ozigin of the same cl�ss or kinci as tfiose tn�t the agency determines are not mi�ied, produced, or manufactt�red in s�afficient and �•easonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap gene�•ated, collected, ai�cf prepared for processing in the United States is considered domestic. iv, "End praduct" means tkose ai�ticl�s, materials, and supplies to be acquired u��der the cont�•act for public iise. v. "Foreign end product" ineans an end prot�uct other than a domestic ezxd prodL�ct. vi. "United States" means the 50 States, the District of Coli�mbia, and outlying �reas, B. The Buy American Act (� i U.S.C. l0a - l Od} provides a preference for damestic end prodt�cts for supplies acquired for ��se in the t]nited States. C. The City does z�ot maintain a list of foreign a�•tieles tlist will be treated as domestic for this Contract; but will consider for approval fo�•eign a�•ticles as do�nestic fot� this pz•aduct if the articles a�•e ot� a�ist app�•oved by another GovernmentaI Agency. The Offeror shall submit documentation with t�ieir Offei• demonst��ating that the article is on �n appraved Govei•nmer�tal list. _ _ _ _ _ _ D. The Contractor shalI delivez• o�ly domestic end p�•oducts eYCept ia the eYtent that it specified delivery of foreign end prodt�ets in the pravision of the Solicitation entitled "Buy Ame�•ican Act Certiiicate". File # 4553 Page Ib o�27 �#5. RIGHT TO INFORMATION: The City ►•eserves the right to use any and all info�•mation presented in any response to this solicitation, whether arnei�ded or not, except as p��ol�ibited by law. Setection of rej�ction of the st�bmittal does not affect this right. 46. LICENS� FE�S OR TAXES: Pi•ovided the solicitation rreq�aires an a�vacded contractor or supplier to be Iicensed by the Stace of TeYas, any and all fees and taxes are the responsibility af the respondent. 47. PREVAILING WAGE RATES: All respondents �vill be required to eotnply r�vitli Provision 5159a oi "Veinon's At�notated Civi� Statutes" of the State of Texas with respect to the payment of p�•evaili��g tivage rates and prohi6iting discrimination it� the en�ployment practices. I�ttp:/ltivwtiv,aecess.�a�ovldavisbacoa�lt�.html �8. COMPLIANCE WITH ALL STAT�, FED�I2AL, AND LOCAL LAWS: The contraetor o�• s�applier shall comply with all State, Fede�•al, and Local l�ws ancf req�zireme�rts. The Respande�it �nust comply with alI applicable lativs at alI times, including, without la�n�itatior�, the folla��ing: (i) §3b.02 of the TeYas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas 1'enal Code, �vliich prohibits the offering or confer�•ing af bez�e�ts to public servants. Th� Respandent shall give all notices and comply with a11 la�vs ancl reg�ilatioi�s applicable to fi�rnishing and performance of the Contract. �9. FEDERAL, �STATE, AND LOCAL REQUIREI�I�NTS: Respondeilt shall demonstcate on�site cotnplianee with the Feder•al Tax Refo��m Act of 1986, Section 170b, amending Section 530 of the Revenue Act of of 1978, dealing �vith issuance of Form W-2's to co�nman l�.w employees. Respo�adent is respansible for both federal and State unemplo�ment ins��rance cove�age and standard Worke�'s Compensatioi� insurance covezage, Respo�ident shali ensure cornplia�ice �vitli all federal anc� Stat� taY lativs and rvithholdi�ig reqturements. The Cziy shall ��ot be liable to Respor►dent ot• its employees for any Unemplayment or Wa��kers' Compensation coverage, or federal or State withholding req��irements. Cont�•acto�• sliall �nciemnify the City and shalI pay all costs, penalties, o�• lasses r�s��lti�ig fi•om Respondent's oanission or breach of #his Section. S0. DRUG FREE WORKPLAC�: The contractor shalt comply vvith the applicable pro�isions of tha Drug-�'ree Work Place Act of 198$ (PL�biic Law 140-690, Title V, St�btitl� D; �1 U.S.C. 741 ET SEQ.) and maintain a�rug-fi•ee work environmer�t; and the fi��al �•ule, government-wide requirements for dz•t�g�fi•ee tivork place (gcants}, issued by the Office af Management ancl Budget and t��e Depat�tment of Defense (32 CFR Part 280, Subpat� �') ta implernent ti�e p�'ovisions of the Drug-Fzee Wo��k �'lace Act of 1988 is incorporated by reference and the contractor shall connply �vith the rele�vant provisions thereof, inelEiding any amendments to the finat rule tnai may ��ec•eafter be issued. S 1. RESPONDENT LIABILITY FOR DAIVIAGE TO G�VERNMENT PROPERTY: The Respoz�dent shall be lisble for all darnag�s to gove�•nment-owned, leased, or occtkpied p��ope�-ty _ and _�quiptne�t caltsed by the Respondent__and its employees, agents, subcontractors, and suppliers, including any delivery or cai-�age company, in conneetion �vith any pe�•foc•mance pursuant to the Contract. The Respondent shall fiotify the City Procurernent y�anag�r in writing of any st�ch damage tivithin one (1) calendar day. File #�553 Page 17 of 2'1 52. FORCE MA,��URE: The City, any Ct►stomer, and ttie Respondent shall zzot be �•esponsible far p�rforma�ice i�ncier tlie Contract sho��id it be p�•evented fi•om performance by an act of vvar, oc•der of legal a��tharity, act af God, oi• other t�navoidable cause ��ot att�•ibutable to the fault or negligence of tiie City. In the event of an occui�rence under tliis Section, the ResponcEent will be eYCl�sed from any fi�rther performance or obseivance of the �•equire�nents so affected for as long as sucli circiimstances prevail and the Respondeut contirn�es to �ise cammercially z•easonable effoi�ts to reeommence performance oz• observance �vhe��ever and to whatever extent possi6le tivithout delay. Tlie Respondent shall imrr,ediately notify the Ciry Pz•oc�i►�ement Manager by telephone (ta be con�rtned in rv�•itin� witiiin fi�e (5) calendar days of the inception of s�zch occttrrence) and describe a� a reasonable tevel of detail the ci4•cumstances causing tlie non- performance o�� delay iti perfarrriance. 53. NON-WAY'VER OF RIGHTS: Failure of a Party to reqiiire pet•fot�mance by a�iother Party t�nder the Coi�tract will not affeet the rigiit of such Parry to require performance in t�1e fiittare. No clelay, failiira, or waiver of either Parry's e�e�•cise or partial exercise ot' any riglit or remedy ttnder the Co��tt�act shall operate to limit, impair, preclude, cancel, �vaive or otl��z•tivise affect sucli right or remedy, A w�iver by a Party af any breach af any term of the Contract r�vill not 6e construed as a waiver af any cotitirn�ing o�• st[cceeding breach. 5�. NO WAIVER OF SOVEREIGN IIZMUNITY; The Parties e�cpressly agree that na p��ovision of the CO11tTc7Ct is in any rvay i�itet�cEed to eanstitfite a waiver 6y the City of any iminunities from suit oz• fi•om Iiability tl�at the City may have by ope�•ation of la�v. 55. RECORDS RETENTION: Th� Respondent shall retain all iii�ancial z•ecaz`ds, supporting doculr�ents, statistical reco�•ds, and a�1y other records or books �•elati��g to the pei•formances ealled for in the Contract The Respondent shafl retain al1 such �•eco�•ds for a period of fo�i�• (4) years after the e�.piz•ation of the Contract, or i�ntil tlie CPA or State Auditor's Office is satisfied that aIl at�di� a�1d litigation rnaiters az�e resoived, �vhichever period is longer. The Respondent shall grant access ta aIl books, records and documents per�inent to the Cant�•act to the CPA, the State A�iditor of Te�as, at�d any fec�eral gavernmental entity that has atttftority to �•eview ��eco�•ds due ta fede�•al fiinds beit�g spent unde� the Contract. File #�553 Page 18 of 2'7 Exlubxt B Speci��l Teri�is and Coiic�itio�is Tot�l Contracf Aanaui�t The contact kotal for ser�ices sliall not ezceed $270,000 ��ei• ter�n. Prici�ag sllall be ��er E�I�i�iit E attac�iecl. Contr�ct Terms The co�ltrlct term wi]I be oile (1) year, effective �i•om date of a�vard oi• notice to proeeed as deterjnined by the City of De�1ta�� Pi�rchasitig Departmeizt. At the Cit}� of Denton's optian and approval by ti�e vendor, the contract inay be rene�ved for up to t�vo additianal ane-year periads, as fiu�ther e�plaified izi Renewal Options. Rene�v;�l 4ntions `i'he Ciiy af Deiltorl reser�Tes the riglit to exercise ��i optioii to ��e��ew tlle ca�itract of tl�e veiidor fo�• two (2) ac�ciitional aile (1) �Jear periods i� agreed u��oi� ii� ��T�•iting b�� botlz parties. All tez��ns and coilditiojis must i•ei��az�� the same foz• each aptioz�al additional rene�val }7ear. If tlle City ezercises tne i•ight ii� writiug, the Price �sc�l�tion atfd De-escalatioa� The Cit�T ��TiII implement ati escalatio��/de-escalation price adj�istnient qtfai•te►�I��. The escalatior�/de-escalatio�i r�rill be based �ipoz� i��ai�iifactiirer publisiied pz•icing slieets to the vendor. The price �vi11 be i�icreased or decreased basec� i�po�1 tlie quarterly pe�•cei�tage cl�aalge in tile mai�i�facturer's price list. Tlic price adjustment wili be deter�i�ined c�ua►•te�•ly frai�l the �ti�ra�•d date. Shoirlci the claange e�ceed or decrease a minin��a�n threshold �lal�ie of+/-1°/a, then tl�e stated eligible bid prices sllall be adjusted in acca�•c�aiice �vith tl�e published price cl�ar�ge. It is the su���lier or the Cities r�spo�lsibility ta ��equest a price adjustme�it qt�a�•terl}� in �vritifig. If �io ��equest is made, the�i it will be asstr�l�ed tljat th� bic� p�•ice ��i11 be in effeck. Tlie supplier �inist sizb�iiit or jualce �vail�ble t�ye ��ianufacti�rers rici�i slieet usec� �o calcuiate tlae hic� �x•o osal to a��tici ate ia� ti�e escalation/tle-escalatiozi c[ause. File #�SS3 Page 19 of 27 Exhibit C INSURANCE REQUIREMENTS AND WORKERS' COMPENSENTATlON REQUIREMENTS Upon contracf execufion, aIf insurance requirements shall become confraetual oblrgafions, wvhich the successful coniracfor shall have a duty to mainfain throughouf fhe course af this contracf. STANDARD PROVISIONS: Wifhout limifing any of fhe afher obligafions or lia�biliiies of the Caniracfor, the Contracfor shall pravide and maintain until the contracfed work has been completed and accepted ,by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shal! file wifh the Purchasing Deparfinent safisfactory certificafes of insurance including any applicable addendum or endarsemenfs, containing the coniract number and tifle of fhe prajecf. Confracfor may, upon written request fo the Purchasing Department, ask for clarificafipn of any insurance requirements at any time; however, Contractor sha11 not commence any work or deliver any maferial unti! he or she receives nofificafion fhaf the confract has 16een accepted, approved, and signed by the Cify of Denton. AlI insurance policies propased or o,btained in satisfacfion of these requirements shall corrrply wi#h the follovving general specifications, and shall pe mainfained in compliance with fhese general specifications throughout the duration of #he Confracf, or longer, if sa noted: e Each policy sf�all �e issued by a company authorized to do �usiness �n the State of Texas witi� an A.M. Best Com�any rating of at least A- Vll or better. Any deductibles or s�if-insured retentians shall 6e dec3ared in the proposaL [f requested by the Cify, th� insurer shall reduce or eliminate such deductibles or self-insured retentians w�th respect to the City, its afficia[s, agents, err�ployees and �alunteers; or, tne contractor shall procure a bond guaranteeing payment of losses and re�afed investigations, cjaim administration and defense expenses. Liability policies s�all be endorsed to pravicEe the fallowing: � Name as Addifional Insured the Cify of Denton, its OfFicials, Agents, �imploy�es and va[ur�teers. � Tf�at such insurance is primary to any ather insurance available to the AdditionaE lnsured wi#h respect to claims covered under the palicy and that this insurance applies se�arately to each insured against whom claim is rrtacfe or suit is brought. The inclusion of more than one insured sFtall not operate to increase the insurer's [imit of liability. Cance!lafion: City requires 30 day writfen notice should any of the policies describ�d on fhe certificafe be cancelled or materially changed before fh� expiration afafe. File # 4553 Page 20 of 27 • Should any of the required insurance be provided under a clairns made form, Contractor shall maintain such coverage continuously #hroughouf t�e ferm of this contract and, wifhaut lapse, for a period of fhree years Eaeyond the contract expiration, such that occurr�nces arising during the contract terrt� which give rise to clairrts made after ex�iration of the contract shaH be cavered. • Should any of the required insurance be pro�ided under a form of coverage tha# includes a general annual aggregate fimif �arovidir�g for claims in�estigation or legal defense costs to be included in #he general annual aggregate I�mit, the Contractor shall either double the occurrence fimits or obtain Owners and Contractors Prot�cti�e Liability [nsurance. @ Should any required insurance la�ase during the contract term, requests for payments originating after such lapse si�a�l �tot be processed until the City receives satisfactory evidence of reinstated co�erage as required by this contract, effective as of fhe lapse date. If insurance is nof reinstafed, City may, at its sole o�tion, terminate this agreement effective on the date of the lapse. SP�CIFIC ADDITIONAL INSURA[VC� REQIJIREM�NTS: All insurance policies proposed or obtarned in satisfaction of this Contracf shall additionally comply with fhe fo!lowing marked specificafipns, and shaN �e maintained in compliance wifh fhese addifional specifications throughout the duration of the Contract, or longer, if so nofed: (X] A, General Liability Insurance: General L.iability insurar�ce with comb[ned single limits of not [ess than $1,OU0,000.00 shall be �rovided and maintained by the Contraetor. Th� policy shafl be written an an occurrence basis either i� a sing[e �olicy or in a corn�inafion of underlying and umbrella or excess policies. If the Comrr�ercia[ Generaf Liabifify farm (ISO Form CG OQ01 curreRt editian) is used: Co�erage A shall irtclude �remises, o�erations, praducts, and completed operations, independent contractors, contractual liability covering this contraci and broad farm pro�erty damage coverage. • Covera�e B sha[I incEude personal injury. • Co�erage C, medical payments, is not required. If t�e Comprehensive General Liability forrr� (ISO F'orm GL 0002 Curren� Edition and ISO Form GL 0404) is used, it sha[I include at feast: • Bodily injury ancf Property Damage Liability for premises, operations, products and cornpleted operations, independenf contracto�s and property damage resultEng from explosion, collapse or unc{erground (XCU) exposures. • Broad form contractual liabiliiy {preferabiy E�y endorsement) covering this contract, persanal injury liability and br.aad forrn property damage liability. File # 4553 Page 21 of 27 [X] Autamobile Liability ]nsurance; Cantractor shall provide Commercial Automobile Liability insurance wifh Combined Single L.imi�s {CSL.) of not less than 500 000 eiiher in a single po[icy or in a cambination of basic and umbre[la or excess pa[icies. The policy wi{I inelude bodiEy injury and properfy damage IiaEaflity arising aut of the aperat�on, maintenance and use of all automobi[�s and mo�ile �quipme�t used in conj�r�cfion with #his contract. Saiisfac#ion of the aba�e requiremen� shall be in the form af a policy endorsement for: " • any auto, or • all owned hired and non-owned autos. [X] Worfcers' Compe�sation Insurance Confractor shal� purchase and rnaintain Workers' Compensation insurance which, in addition to meeting the minim�rr� statutory requirements far iss�ance af such insurance, has Emplayer's Liabilify limits of at least $100,�00 for each acciden�, $100,000 per eacE� em��oyee, and a$5�0,�00 �olicy limit for occupational disease. The Ciiy need not be named as an "Additio�al Ir�sured" but the insurer shall agree to waive al! rights af subrogation a�ainst the City, its officials, agents, emplaye�s and �olunteers for any work pertormed for the City by the Named Insured. For buildir�g or cor�struction projec#s, the Cor�tractor shall comply with the provisions of Attachmer�t 1 in accorciance with §406.096 o� khe Texas Labor Code ancf rule 28TAC 110.110 of the Texas Workers' Compensation Comrnission (TWCC). [] Owner's and Contractor's Protecti�e Liability Insu�ance The Contracfar sf�all obkain, pay for and maintain at all times duri�g the prosecution o� the work under this contract, an"Owner's and Con#ractor's Protective LiaE�ility insuranee policy naming the City as insured for property damage and bodily injury which may arise in the proseeutio� of the work or Contractor's o�erations under this contract. Co�erage shal[ b� on a� "occurrence" basis a�d the policy shall be issued by the same ir�surance company that carries the Contractor's liabElify insurance. Policy lirr�ifs will be at least $500,�00.00 combined bodily injury a�d property damage per occurrenes with a $1 �000,000.00 aggregate. [ ] �ire Damage Legal Liabiiiiy Insurance Coverage is required if Broaci form General Liabi[ity is r�ot provided or is unavailable to the contractar or if a contractar leases or rents a portion of a City building. Limits of no� less than each occurrence are required. [ } Professional Liability Insurance F'rofessionaf liability insurance with limits r�ot less than $1,000,000.00 per cla[m with respect to negligent acts, errors or omissions in connection with profes'sional services is required under this Agre�ment. �ile # 4553 �'age 22 of 27 [ ] Bt�iiders' Risk Insurance Builders' Risk [nsura�ce, on an All-Risk farm for 100% of fhe completed �alue shall �e pro�ided. Sueh policy shafl inc�ude as "Named Insure�° fhe City of Denton and a[I subcontractors as their inte�ests may appear. ( j Cornmercial Crime Provides co�erage for fhe t�reft or dfsappearanc� of cash or checks, robbery inside/oufside the premises, burglary of ihe premises, and em�loyee fidelity. The employee fidelity portion of this co�erage should be written on a"blanket° basis ta caver al[ employees, including new hires. This type insurance should be required if the contracfor has access to City funds. Limits of no� less than $ each occ�trrence are required. [ ] Additionaf Insurance Ofher insurance may be required an an individual basis for extra hazardot�s contraets and specific service agreements. If such additiona[ insurar�ce [s required for a specific con�ract, that requirement will be described ir� #�e "Specific Condifians" of �he contract specificatior�s. File #�553 Page 23 of 27 [Xj ATTACHM�NT 1 Workers' Comp�nsafiion Co�erage for ��ilding or Construction Projects for Covernmental �ntities A. Definitions: Cer�ifcate of coverage ("certificate")-A copy of a certificate of insurance, a c��tifieak� of authority to seif insure issued by the commission, or a coverage agreement (T11VCC-8�, T1NCC-82, TWCC-83, or TWCC-84), showing statutory worke�s' compensation irtsurance co�erage for the person's ar entity's employees pro�iding services on a praject, for the duration of the project. Duration of the project - includes the time from the beginning of the work an the project �ntil t�e contractor'slperson's work on the project has been co�np[eted and accepfed by the governmental entity. Persons providir�g services on the project ("subcontractar" in §406.096) � includes alf persons or entities performing alf or part af �he s�rvic�s the contractor has undertaken ta perform on the project, regardless of whether that persan cantracted directly with the con�ractor and �egardless of whether that person has employees. Th�s includes, without limitation, �ndependent cantractors, subcontractors, [easing companies, motor carriers, awner- aperators, em�[ayees af any such entity, or employ��s of any entity which f�rrnishes persons to pra�ide services on the projec�. "Services" include, without �imitation, pro�iding, hauling, or delivering equipment ar materials, or providing [abor, transpor�ation, or other servic� reEated ta a project. "Services" does not ir�c[ude activities unrelated to the project, such as foad/beverage vendars, affice supply deliveries, and deli�ery of partabfe toilets. B. The contractor shafi pra�ide co�erage, based on proper reporting of classificatian codes and payroll amounts and filing of any overage agreements, which meets the statutary requirements of Texas Labor Code, Section 401.0� 1(44) far all emplayees of the Contractor providing services on the pro�ect, for the duration of the project. G. The Contractor must pro�ide a eertificate of coverage to the governmental entity prior to being awarded the contract. �. lf the co�erage period shown on the cantractor's current ce�fificate of co�erage ends during the duration of the project, the contractor must, prior ta the end of the cQ�erage �eriod, file a new ce�ificate of coverage with #he go�ernmental enfify showing that caverage has been extended. �. The can#ractor shal[ obtain from each person prov�ding services on a project, File #�553 Page 24 of 27 and prov�de �o the gavernme�tal er�tity: �. a c�r�ificate af coverage, prior to that person begi�ning work on the project, so the governmental entity will have on file cerfifica�es o� ca�erage showing co�era�e for afl persons pro�iding serv�ces on the project; and 2. no Iat�r ihan s�v�n days after receipt by the contractor, a new cert�ficate of caverage shawing extensian of ca�erage, if tl�e co�erage per[vd shavvn on the current certificate of coverage ends during the cfuration of t�e project. F. The contractor shaEl retain al[ required certificates of coverage for the duration of the project and far one year the�eaftar. G. The contractor shall notify the governmental er�tity in writin� by certified mail or �ersortal deli�ery, witY�in 10 days afker the contractor knew ar should ha�e knawn, of any change that materialiy affects the provision of coverage of any person providing se�vices on the project. H. The corttractor shall post on each project site a r�otice, i� the text, form and manner prescribed by the Texas Worl�ers' Compensation Commission, informing all persor�s pro�iding services on the project that fhey are r�quired to be co�ere�, and stating how a person may �erify co�erage and repo�t laek of coverage. I. The contractar shall contractually re�uire each persan with whom it contracts ta pro�ide services on a pro�ect, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing o# any coverage agreements, which meets the statutory r�quirements af Texas La�or Cade, Section 40� .0� 1(44) for all of its employees providing services on th� project, for the duration of the prolect; 2. pro�ide to the contractor, priar to that person beginning wo�k on the project, a cer�ificate af co�erage showing that coverage is being provided for all employees of the �ersan providing services on the project, #or the duration of the project; 3. provide the con#ractor, prior to the end of th� coverage period, a new certificate of ca�erage shovving extension of coverage, if the co�erage period shown on t�e currer�t cer�ificate of co�erage en�s during the duration of fhe project; 4, oE�tain from each other person wifh whom it contracts, and provide to fhe contractor: a. a ceriiftcate af co�erage, prior ta the otE�er person beginning work on �'ile # �SS3 �'age 25 of 27 the pr�ject; and b. a new certificate of coverage showing extensian of coverage, prior to the end af the ca�erage period, if t�e caverage period shawn on the current certificate of coverage ends during the duration of t�e project; 5. retain al� required certificates of co�erage on ffe for t�e dura�ion of t�e prolect and for a�e yea� thereafter; 6. no�ify the go�ernmental enfity in writing by eertified mail or persona[ deli�ery, within 10 days after the person kne+n� ar should ha�e knawn, of any change that materialiy affec#s the provision of coverage of any person providing services on the project; a�d 7. Contract�ally require each persan with whom it contracts, to perform as required by paragraphs (1) �(7}, wi#h the certificates of coverage to be provided to th� persan fior wham they are providing services. �. By sigr�ing this con�ract or praviding or causing to be pro�ided a certificate of coverag�, the contractor is representing to the governmental entity that all employees of fhe contractor who will provide services on the project will be covered �y warkers' corr�pensation co�erage for the duration of the project, t�a� �he coverage will be based o� proper reparting of c[assification codes and payroll amoun�s, and that all coverage agreements wi�l be filed with the appropriat� irtsura�ce carrier or, i� the case of a self-insured, with th� commission's Divisior� of Self-lnsurance Regulation. Providing false or misleading information may subj�ct the contractor to adminis�rative pe�af#ies, criminal �enalties, civii penalties, or other civil actions. K. TY�e contrac#or's failure to comply with any af 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 t�e breach within ten days after receipi of notice af breach from the governmental entify. File # 4553 Page 26 of 27 �xhibit D CONFLICT OF INTEREST QUESTiONNAIRE FORM CIQ For vendor or other erson doin business with local gavernmental entit ihis ques#ionnaire refleets changes made fo the iaw by H,B. 9�91, 80th Leg., Reg«lar Session. pFFICE U5E ONLY This questionnaire is baing filed in accordance wifh chapter 176 of the Lacal Government Code by a Date Received person who has a bc�siness relationship as defined by Secfion 176.Q01{1-a) with a local go�ernmental eniiiy and the person me�ts re�uirements under Section 176.OD6{a). By law this questionnaire mus# be f€led with the records adminisirator of the local government enfify not lafer than the 7th business day after the da#e the person becomes aware of fae#s that require the statemenf to be filed. See Section 176.OQ6, �.ocal Go�ernment Code. A person commits an offense if the person knowingly vio[ates Section 176.00&, Loca[ Go�ernmar�f Code. An offense under this section is a Class C misdemeanor. ,� Name of person who has a business relat�onship with foca[ go�ernmenial enlity. 2 � ChecEc this box if you are filing an update to a�reviously filed questionnaire. (7he law requires that you fila an updated completed questionnaire with the appropriate �king authority not lafer #han the 7'� business day after ihe date ihe originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom tiler has an empEoyment or business relationship. Name of Officer This seciion, {item 3 incfuding sub�aris A, B, C&�), must be completed for each officer wiih whom fhe filer has an employrrsent or other business relationship as defined by Sec1'son 176.001(1-a}, Locaf Gavernment Code. Attach additional pages ia this Form ClQ as necessary, A. fs the local governmenf officer named in this section receiving or likely to receive taxabEe income, other than inveslmeni income, from ihe filer of ihe quesiionnaire? � Yes � No B. Is the filer of the quesiionnaire receiving or fikely io receive taxabfe €ncome, other than investment income, from or at the direction of ihe lacal government officer named in this seciion A�f� Ehe taxable income is not received from the focaf govemmental enfity? � Yes 0 N o C. Is the Tiler of tinis quesiionnaire employed by a corporaiion or other b€asiness entity with respect to wh€ch the loeal governntent o�cer serves as an officer or direcior, or holds an ownership of 10 percent ar more? � Yes 0 No D. bescribe each aftiliation or business relationship. � 4 Signature of person doir�g b�siness wifh i�e gavernmentaf bafe entity File #�553 Page 27 of 27 EXHIBIi E D����"S ��Uil'�� �,11�� ���IV�[��4L ROOi ��Ni�OL �R��'���� ������fI��4T' FO�: il�� �1TY ��' D��T`�Rl, il��C�4� The following �roposed agreem@nt consfitut�s an offer to freak municipal sewer Imes so as fo c4�stroy tree raots �resent in ihe �ipe, and to deter thair regrowt�, [3uke's Root Cnnfroi, lnc. will hnnor t�e prices, fhe guara�t�e and alI othcr ierms and conditions se# forfh in this dncument, �ravic�ed The City oF Denton acce�ts fhis agreement an or before June 3Q, 20'[3, Su�miit�d �y: Navember 1� 2D'(2 Brian S. Conroy �orm 0�-98 0 EXH I B [T E iA�l.�� t�� CON7�Ni� �age General .............. ..,..........................,...,,......,.,,.....,,....�............._ � ................... .. ...................,,......., Campliance............ .....................................>...,....,...,........................,......,.,,.....,,..,.......,..,...... � Cotrtposit[or� of Raot Car�trol �rlaterial .........................................................................................2 Man►�er of Ap�lication .................................................................................................................2 Mixir�g and F-landlir�c� ...................................................................................................................2 [7tck�'s ResponsibiliEies .......................................<..,.............................................,.............,........3 Custa�ne�'s Res�ons[bilit�es .......................................................................................................3 G��araniee ..............................<.........................,...,,..,.,,.................,.....................,....,.....<...,......,.4 �.labllify ,,..........,...,.... ..................................................................................................................4 Qualifica#ions .............................................................................................................................. 5 Term.... ........................:............................ ..................,..,..,.......,.,,.............,................,..............5 �'ric� Schedule ..............................................................................5 .......... . . .. .. ......... ........... . ........ �'ollu#ion Insu�ance ....................................................................................................................5 � j i EXHIBIT E ������� auke's f2oat Control, Inc, (herein, pu€�e's) wi[I ap�fy licensed root cantrol agerrts to varlous main line sa�itary sawers, as sefecfed E�y �'he Cify of pen#on i�� order to kifi the root growth present in [he lines and to inhibit raat re-grow#�, withaut permar�ently darnaging ttle v�c�etation producing the raois. Duke's will apply the cf7en�ical, as a faam, direefly to ti�e roofs via a hose tt�at extends fhroughout the entire length flf each s�wer section, The rr�ai�rial wi[f t�e aPplied evenly and uniformly, so as to com�letely €ill ti�e sewer pipe. puke`s will na� use "pour c�own" or sprayec� chemica[s. aufca's will pun�� the chemical foar�l �r�der gressure ko assure that fhe enlire sewer section is compfetely fiilled witli foam, anci ta assure #�at foam penefrates "�nrye" conn�ctior�s. The chen7ical agenk will contain a herbicitfe to destroy roat fissue and a foaminc� surfactant to del[ver the herbici�e to fhe target roof ,yrowths. Du�ce's will return periadically (every 4 to 8 months) throughaut fhe Iif� of ihe c�uaranfee, to sxamine the t�eatet� sewers, and to arrange ar�y free Guarantee work ihat rr�ay arise. Duke's will perfarni, re-treafn�er�ks, as may be req�ired at no addifional charc�e, as set fortfz in the guaranfe� (see G�lAF�AN�fEE, page4), Duke's shall not be responsihle tor any damages caused by sewer sto�pac�es. Duke's wilE not us� su�cantractars for any parfion of th� wor�c. COMPI.IA�lC� The maferia[s will be EPA regist�red, lat�eled for tt�e intendec� �s� in sewer lines, ancE regisferecf witt� tha Texas Siructurai Pest Conirol E3oard. Duke's �nrill comply witi� al! a�plicabi� federal, state, and loca� r�quiremer�is and or�inances relative fo this type of r��terial anc[ usage thereof (�SHA, EPA, [70T and State pes(icide reguia#ory agencies, Chemicai handlinc� and fre�tments wilE be done �y lraineti, �rofessianal appEicafors thaf are ee�tif[e� �y the Siafe pesticide regulatory agency, �s raquired by law. The U.S. Department af Transportaiion (DOT} numbar, necessary fnr the franspo�tation of roat contro[ chemicals, assignecl fa Duke's is �01961. Duke`s adheres to ali DOT regu[afions rela�iva to commercial ve}�icle numbering, placardi�ig and r�gistrat[on; driver licensinc�, drivar drug iesting, and record keepinc�; and aH oiher p�rtinenk raqui��ements contair�ed in �ederai Motor Carrier 8afety Regulafions. -� - i �� RE�OI`CONTROI. MA7ERIAL pufce's wil� su��fy aI[ components af the root cnntraf material; in arder to insure th� corYipaii�ility of said rnaferials, All rao4 con#rol materiaEs pravided }�y nuke's wilf b� spec�ticaEiy desic�ned for use in sewers. Duke's crews will have �Viat�rial Safefy information avai[able on site, including praduct lahefi�c�. pulce's will not use po��r dovan praducts andlor prodt�cts cornposeci of acids or caustic com�oun�s fl�at ara usecE ta destroy roo#s or c��vey her�icide. [7uke`s will be res�ons�ble for all st�ipping, an�E storage of root control malerials. Du�Ce's is also responsible for ihe dispasal of spent root contral material containers. MAE��]ER O� A�PLICA�I�N Application of fhe chernicaf root control agent wiil be by foaminc� in accordance wikh the best-recomrnended practice for conditions presenf in the line �nder treatm�nt, Alf f�aming procedures wil[ b� in sirict accordance with the instruciions on the cantainer label. A�1 so[ution w�i9 be mixed fresh, the day the wor� �s ta b� perFormed. ihe �vater used ta prepar� the salution wiil be elear, coo�, and fr�e of aci�, a[i�ali, axidizing agents, la�rg� amounts of oil, cnmpounds or n3aterials. A foam dise�arge hose will be ins�rted ti�rougE7aut the eiitire length af #he sewer s�ction Eo �e treated. Hydraulie sew�r cleaners or other such equipmer�t that might c�amage ihe roots, ther�by reducing fhe �n�mediate a3�sar�fion of lhe root confrol agenf, will not be used in t�ie #reatment process. ChQmieaf foam will be applied under pressure tv assure #hat the er�tire sewer secfion is co�n�letely filled wiEh foaT�n, and #o assure N�at foani �enatrates "wye" eonnections. The hose refrieval wil9 be fimed to evenly distribute ti�e full quanlify of foam throu�hout t�te entire area o� treatment. 7he quar�tity af foart� will �e s€af#icieazk ko campletely fiEl the entire vn[ume of #he mein iine sewer, plus an additiorial 10°/fl to allow for fhe penefration of maferial �p conneetinc� IaEara( sewers, and the loss of rnater�ia! in rnanha[es. Sewer service to homeor�r�ers will no# l�e interru�ted. An �pproved fresh water, backfiaw, prevention sysfem will be provided, and will be used vrhen�var fillinc� eny c3iemicaf storac�e tank wit� fresh water. M1XlNG AI�D HANbLING AI[ 9iquid products will be packaged in re-usab[� cot�tainers that are DOT approved for such use. T�es� conta�ners wil! be parl of a closed n�ixing ar�d handling syste�n. A close� mlxing an� handling systerrt is provi�ed in order fo eliminafe, or significantly minirn[ze work�r exposure to volalile liqu�d com�ounds. .�. EXHI�IT E �UK�'S R�SPONSIBlLfT1�S Should any chemical root Gantrol ac�ent s�iff o� fhs gro�and, tf�e chemical and lhe affected soil will be remov�d by Duke's anc[ saf�ly d9spose� of. Duke's will restor� tt�e area fo a corldi#ion equal ta or f�e#ter f�an f�etore fhe sp91i, Any damage to vegetafian resulting from misuse af fhe chemical root control ac�ent is iha r�sponsibi[ity af i�uke's. 2. �uke`s will respect fhe rights of property owners, and not enter upon �rivate pro�erty w�thout obiainin� perrnis5�on from the ownflr. 3. �uice's will �lace pf�oper t�affic warr�ing devices fo proiect ihe spacif�c job site, and to prevent aecider�ts or porsonal injury to the pu�[[c. F[agrnen for safe f�•affic conlrol will be provEded as eonc�iiions dictate. �4, Dulce's will keep camplete, �ccuraf� records af oac� day's operation. Records shall show tfze date of trea#me�t, the sections of Ilne traaked, �ipe size ar�� dis#a�ee, and oti�er perti�ent information. L.ogsheets will be sut�mitted with the invoice. 5. Quke`s will assESt in #he eva[uation qf i�e rooE contro[ applicafion, Duke's will r'efurn �4 fo 8 monfhs af#er �he wark is comp[etecl, and periodically �hrougho�t #he life of the Guarantee. 6. Duke's wiil dis�ose of all pest�cicie containers, according #o ti�e stafe and federal rec�ulations pertainittg thereto, �uk�'s shall nvt E�e responsi�fe for any damages caused �y sewer stoppag2s. 'I'ME CUSTOPA�R'8 RESPONSf�Il,i71�S �'rovide a de�artmant representatiue to accompany quEce's crew, endfar sewer system drawi€�gs showing the exact �ocations af the pipes to be tr�ated. 2, Assisl and make provision for enterinc� �rivake Iands, p��blic lands and right-of-v�ays, 3_ f'ravide fresh vsiafer fflr the purpose of mixing the �oot coritrol age�t and for clean ��p, 4. L.oca#e and uncover hiciden or buried ananholes, and resfore street surfaces, easements, etc, -3- �xHi�i� � GUAf�AI�T�� puke's c��arantees to kill all the roafs i� svery sewer if treafs in order €a eliminate main line sewer sfoppages caused by live free roots. If a treated sewer p(ugs up ar�d ifoods due ia live tree roots during the guarantee perioc� (see below), DUK�'S will RE-TREAT that secfion, AT lT'S OWN �3CP�NSE, or remit ta Tl�e City af �enton �00% flf tf�e paymenl received to treat that section of seSrrer. Th� decision of The Cffy of Dentvrt as to the cause oi fh� p[ug-up is �ina�9ng. I�uke's wiff ap�[y this guaran#ee �or a period o€ fwo (2} yea�s, E�eginrting on the date of treatment, and endi�g iwo years affer #�e data of treafinent. Duke's wif[ provide a THR��-Y�AR GUARANTEE on any paid re�eat applicalions tl�at are periormod wifhin six monfhs af the expiration ciate oi the previous guarantee periad. Re-trea#m�n�s, performec� ai na charge in honor of the �uarantee, c4o nnt extend #he expiration date of fhe guararttee. This guarantee appli�s only to sewer stoppages caused by live free roots. It does n�# apply to stoppages caused by c�rease or other foreic�n rnatter; flat, collapsed or deformed �ipe; or f[oodi�g caused by a s�rcharged or plugged sawer section ciownsiraam from a g�faranteed sewer sectior�, Du[te's shall not be responsi�sfe for any damages caused hy sewer stQ�pa�es. This guarank�e appfies io main fine sewers o�[y. I.lAB1�li`Y Duke's is an insured, fulfy licensed �estici�e ap�lication company, anc! is certifi�d to a�ply �PA registered rooE contral proc{ucts with Stafe enviranmen#al regulatory ageneies. Duke's will provicfe annual banding, at the direct cost of sald bonds. �uke's accepfs respansibifity for damage to abo�eground vegefatian. buke`s is not respansible for darnagas caused by sewer stoppages. Certificates of insurance are avail�ble upon requesi. .. . ...... -4� EXHIB�T E Qua�.«icaTionts Duke's has complated over 5,0�0 root�contral jo�as, t�eating in excess of `f 9Q,OOO,b�U feet of sewer, si►�ee �[976. Duke's has controlled tr�� roots i� more sewer pipe, u�der more conditions thar� any other organization in the U,S„ public or private. TERM i"t7e term of t��is cantract is for 36 nionfhs. This cantract r�ay be extendeci up fo an addit�onal 36 months by The Ciry of C�enton wiih t�e n7utual consent of bot� parties. PRIC� SGHEDUL� Duke`s aoof Confral, Inc. su�mits iiz� folfawing �rices in aceordance v�ritF� fhe Suy$oard Confracf # 35�-10: Pipe Diameter 8�-12`� � 5` '� 8" 2�n 2��� 27" 30" �lus price per' Foot $1.3�Iff $2.20/�t $3.fl01ff $3.401ff $�.QQlff $5.601ft $6.00Ift F'rices are computed p�r finear foot, manho�a to n�anhoie, ar�d incl�ide all �.abo��, Materials, �c�uipment, and Mobilizaiion. Also, please nate that a�3,000.00 n�inimum c�arge is required. POLLUI"i0[� AND LfABIl.I7Y INSURANC� The F'ollution and Liability Insurance described l�erein is in acidition to all other ir�sur�►�ce �rovicieci by Dt�ke`s. This coverag� shal! prot�c# the Owr�er, a�id fhe Owner's officers, agents, anc� employees f�orn c[aims for damages for bodily or personaE injury, sicltness or disease, inc[�dinc� death; and from clairr�s for damac�es ta property andlar ti�e eilvironment, which may arise d3rectly oUf of ihe use of c�emica[s andlvr pol[�tion, The amount af this insurance siiall be $S,OOO,OOO,OQ fotaE [oss. -5- 1 2 -, � 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Exhibit 3 DRAFT MINUTES PUBLIC UTILITIES BOARD January 28, 2013 After deternuning that a quonim of the Public Utilities Board of the City of Denton, Texas is present, the Chair of the Public Utilities Board will thereafter convene into an open meeting on Monday, January 28, 2013 at 9:00 a.m. in the Service Center Training Room, City of Denton Service Center, 901A Texas Street, Denton, Texas. Present: Absent: Chairman Dic1c Smith, Randy Robinson, Barbara Russell, Leonard Herring and Phil Gallivan Vice Chair Billy Cheelc and Lilia Bynum Ex Officio Members: Howard Martin, ACM Utilities; George Campbell, CM OPEN MEETING: ITEMS FOR INDIVIDUAL CONSIDERATION: 5. Consider recommending approval of the purchase of sanitary sewer root control services from Duke's Root Control, Inc. for a three year period for the amount of $90,000 per year, the total amount not to exceed $270,000 over three years. Item #5 was pulled by Board Member Russell. Russell asked if this is something that has been done before and is in the budget. P.S. Arora, Division Manager, answered it is in the budget we have been doing this since 1998. The City went to a contractual basis since 2003. Now purchasing is loolcing at malcing the contracts three to five year contracts so the same doesn't have to be repeated so often. Martin added that Arora put together a presentation on our sanitary sewer overflows. This item is one of the components of that program to prevent sanitary sewer overflows. Arora stated this will allow for a three year contract. A motion to approve item 5 was made by Board Member Russell with a second by Board Member Herring. The vote was 5-0 approved. Adjournment 10:20a.m. ORDINANCE NO. AN ORDINANCE OF THE CITY OF DENTON, TEXAS PROVIDING FOR, AUTHORIZING, AND APPROVING THE EXPENDITLJRE OF FLJNDS FOR THE PURCHASE OF SANITARY SEWER ROOT CONTROL SERVICES FROM DUKE' S ROOT CONTROL, 1NC., WHICH IS AVAILABLE FROM ONLY ONE SOURCE AND 1N ACCORDANCE WITH CHAPTER 252.022 OF THE TEXAS LOCAL GOVERNIVIENT CODE SUCH PURCHASES ARE EXEMPT FROM THE REQUIREMENTS OF COMPETITIVE BIDDING; AND PROVIDING AN EFFECTIVE DATE (FILE 4553-PURCHASE OF SANITARY SEWER ROOT CONTROL SERVICES FOR THE WASTEWATER COLLECTIONS DEPARTMENT 1N THE ANNUAL ESTIMATED AMOUNT OF $90,000 FOR A THREE YEAR TOTAL NOT TO EXCEED $270,000). WHEREAS, Section 252.022 of the Local Government Code provides that procurement of items that are only available from one source, including; items that are only available from one source because of patents, copyrights, secret processes or natural monopolies; films, manuscripts or boolcs; electricity, gas, water and other utility purchases; captive replacement parts or components for equipment; and library materials for a public library that are available only from the persons holding exclusive distribution rights to the materials; and need not be submitted to competitive bids; and WHEREAS, the City Council wishes to procure one or more of the items mentioned in the above paragraph; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following purchase of materials, equipment or supplies, as described in the "File" listed hereon, and on file in the office of the Purchasing Agent, and the license terms attached are hereby approved: FILE N [_JIVIBER VENDOR AMOUNT 4553 Duke's Root Control, Inc. $270,000 SECTION 2. The City Council hereby finds that this bid, and the award thereof, constitutes a procurement of items that are available from only one source, including, items that are only available from one source because of patents, copyrights, secret processes or natural monopolies; films, manuscripts or boolcs; electricity, gas, water and other utility purchases; captive replacement parts or components for equipment; and library materials for a public library that are available only from the persons holding exclusive distribution rights to the materials; and need not be submitted to competitive bids. SECTION 3. The acceptance and approval of the above items shall not constitute a contract between the City and the person submitting the quotation for such items until such person shall comply with all requirements specified by the Purchasing Department. SECTION 4. The City Manager is hereby authorized to execute any contracts relating to the items specified in Section 1 and the expenditure of funds pursuant to said contracts is hereby authorized. SECTION 5. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may required by the City of Denton under File 4553 to the City Manager of the City of Denton, Texas, or his designee. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. MARK A. BLJRROUGHS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY : APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY �___ ��',��---,,� --..`� � BY: �-ORD-File 4��3 AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2012 Questions concerning this acquisition may be directed DEPARTMENT: Materials Management to Phil Williams at 349-8487 ACM: Bryan Langley ���` SUBJECT Consider adoption of an ordinance of the City of Denton, Texas authorizing the City Manager to execute a Second Amendment to an agreement with Trilliant Networlcs, Inc. for Phases IV and V of the Advanced Metering Infrastnicture System (AM�; providing for the expenditure of funds therefor; and providing an effective date (RFSP 4485-Second Amendment to Agreement for Advanced Metering System Infrastnicnire awarded to Trilliant Networlcs, Inc. in the estimated amount of $2,867,738.87). (The Public Utilities Board approved this item by a vote of 7-0). FILE INFORMATION The Trilliant Networlcs Inc. system is a two-way automatic meter reading infrastnichire (AM� that will allow Denton Municipal Electric (DME) to perform automatic connect/disconnection of electric services from a centralized office. The vision for this project was initiated in 2008, when the Public Utilities Board and City Council approved a pilot testing of 500 meters using AMI technology. This testing was successfully completed and the solicitation was sent to the marketplace on March 9, 2010 for competitive sourcing. On July 20, 2010, the City Council awarded Request For Sealed Proposals (RFSP) #4485 to Trilliant Networlcs, Inc. for the amount not to exceed $1,391,307.04 to provide equipment and services for the Phase I installation of the AMI Proj ect for DME. On May 17, 2011, the City Council approved Phase II and Phase III of this project as the First Amendment to Contract# 4485 in the amount of $2,562,991. RFSP# 4485 states that the City of Denton intends to replace all of its 45,000 electric meters with this new technology, in separate phases of installation over a five (5) year period. The total estimated cost for all expected phases is approximately $9,357,607. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On July 20, 2010, the City Council awarded RFSP #4485 to Trilliant Networks, Inc. for an amount not to exceed $1,391,307.04. On May 17, 2011, the City Council approved Phase II and Phase III as the First Amendment to this contract in the amount of $2,562,991. On January 14, 2013, the Public Utilities Board recommended approval to forward this item to the City Council for consideration. Agenda Information Sheet Febniary 12, 2013 Page 2 RECOMMENDATION Approve the Second Amendment to an agreement with Trilliant Networlcs, Inc. for Phases IV and V of the Advanced Metering Infrastnicture System (AM� in the estimated amount of $2,867,738.87. PRINCIPAL PLACE OF BUSINESS Trilliant Networlcs, Inc. Redwood City, CA ESTIMATED SCHEDULE OF PROJECT DME plans to convert all of its electric meters to a full AMI system over the next several years. For economic reasons, DME plans to first install meters with automatic disconnects in high collection and high turnover areas. FISCAL INFORMATION Phase IV and Phase V will be funded from account #602324497.1350.3700. Purchase orders will be issued as needed. EXHIBITS Exhibit 1: Statement of Worlc and Pricing Exhibit 2: Public Utilities Board Draft Minutes Respectfully submitted: � _ F � �� ... � Antonio Puente, Jr., 349-7283 Assistant Director of Finance 1 =AIS-RFSY 4485 Exhibit 1 4'T�1"�1W°lE'l�`�" ��°' ���)��1� �;°��a���'�'"'} "1"�is ���ta:,z�����t ��' `�c��°% ����'� c�cti�ac;s � �tcu�ux�z�;r�t �a1' �i�r°����e�q �cl�c�ci��J,e a�c� �'�°icu ����° s��afl�1� t�i �S� �a�����rl�i:GCi h�f 7"r°��li��i�i �J�tva�ae�l��, 1a��;. (..7i"i�i[l���s�""j ica�° �9�t�dc�ra. .�'a!1La�i�i���,I E�,le�t�•���.`���sic7i�tier" ���° ..��➢��s'"�. [J������ ���s:,c;i���cl �s�da��°��n��� ��it�i�a �lui� �;�W ���� �v�a��k 4,s�i����l�d.�d ��n����� t3�i:� ���t�:;X�ae�e�� c�i"+r���°1� �il� h�; zru �xs�cc�i��i���c°.� ��r��� d��.� ��;a-��x� 1�f �➢a� ,���-c,�;������� �'c�r A,��'°u����;�cV i�l�t�u•a��� ��af`aµ��t�°�actx.wu°� (",�i'vi0"'� t�x�c�j�;ci ci�te� �)��3�1�7 �„a:Cv���t�,�• �.�,�°c,c::N�a���i"�. A. Ll "�"� I� I�:� �'a �'�"I (� i�d "I'��i� �t�9�t��c���t c��''�t'��°� i� ����l�c��°��:��1 arcci ��7�.ei� �:n �tt��11��a�a�� tc� �h�;, �k�cav�-id�r°�ti�i�c� r��,r��:;�x��t�i. ���l�c����,�c� k�y: C"u��t����r � �f � �.._..______ �.�__�._w._ ( �i,�i��a�ur�� �`�d��r�a�; (���,a��: ��°i���� "C'itl�:; ����: �^�c��,��r��,� k� �`_ i��i��i���t �������� ��a���.,����'��a����.�'�M�� ., , �, � "�.��r � �" -� � ��°__.._..� ���� � ��"_���.. � � �`���� ���'"��;; � � �°� —�a� ���.m.. (�;i�;n��t�a�°�;p �.. ° ��i���: ��"`�:'�" ���.��� �?�'��"������'��1�"' �".w:. ('�'llc;��� �r���.��:t� �°at��: �" ����� ����"� �r� �._..„���,�^� ���M ��.,...�� ��°.w,,�'� ¶'`y y M p,'✓d+vI I'�p� pp' a.b.,f� L.�v. 1'� W. 'F ,�W �,! �,�.��.,� h J'� ����!�� � F� W....�MN' �ra'Ili�r�t �.;���id�ra�w�l k'4�.f'7s A. !P'11Y�c��Y.�Mw�w '4_.lLL!�` YY ��IiS.I'A. %,�b�M.F�'M'��' 1"l�i� �c7��t��xe��t �7r���,�i�i�� i:lti� �tiG���°x��c,��ut c�f" 1N��i-1< (.<�t:.)'�",) I=�a�� ��a�t��» 1�'luiii�;i:p,��� �;`]�c;t�-i�; Pl�a�+� 4�rc�c� � t�i`�9�e C'u,s�tc��x��a� Si���i•t Cir�es� ��:ta��������icf�ttac��l� iinli•rrstr��a�i�a:r� c�u��rl�byn��mii ��n�c�ject. �'l�u�: �I�c��a�-�aer�t u�3�d�ci�:; r�:,������;�iE�il:i:t��,� ft�r ��c��l�u '�f"�-ill➢����tt ;:���ci C:"a.�s���7��;i�. .�a�y s�,�:���ii�C�� Q�ui�ic�e c�l`tlli.� st�ai�,�i7�nt �f' �vc����: �•uc��.r:i��c �������e c��-�{��� c�cac;�at�ac,,�i�tac��7 �:a��V' c� ����tu�l ��;��c��,����;��� hy �1➢ ����~tin�s. I'�•�q��c� �e�fi:�P� .�""��is `�t��1:�g����i c��` "i�'��u•�� clr��a���7ec�! i� �"G7c;��:��,� c��� !?li����° 4�i�� 5 c��` i��� ���•c.�jc�ct tl��� i� �xp�s��;t�c� �c� ��ac� cc��n���e9.��' ciLa�i��� �E'�c; L�e��ic��� la �sc��� y�e:�a� �r��2��i �-2�114. "�"1��:; c�l7��ctuvc�s �.rf �1���;e 4��t�.�V 5, wka:��;k� w��11 �°�;a:�i �`rc���a t;l�e c��:t:� ca1� ��.��t�z���;t �i���irb� tc� �c;cc��al�e:�� :� l M 2t.) � 4, �;��i1fl ��e:: l. C:��r��tz��u�,cl ia��t�114dti��r� c�C`�aet�����a-l� �fl7fi-���tru�,t��•� ��+� �le�t�°�c w�,a�;���T� 4��; cleViv�r�,�C tf7��cia:a�h �"��'s nt7 �I`�I� s�;�-�-ic,c; �€�i-rit�:as°y. 2. P�°c��+ia�� t����,�•a�dc:���t71 �l�cs�7itc���ii�� ��-�c� :�u}���cati �;�7°vzc�s tc� �atrlr.� �a,zdtc�rx-� ir�c���r�r�� paeu�f�a�-���s����� c�l. �y:�te�x�. �c4�p� �►f' ��'c�r°k �)ve�vi�r� ���c��i�uu�l��, T'r-idl���i�� r�aVl ����c,�yial� t�3� I`callc�av�rirro� s�rviccs d�ri��� E'l���s�; 4��:r�ci 5: 1. f'�'c�f���t M��:c���c,rr�c;��t S�s-vic:;��; 2. C�17��-�t�; t:l-��, TA°i11��nt su�u�i���� ��n �a �3�ril.�r 1����i� �,�^�t17 ��yslerr� ��a�rf'�s�°i�t��a��� k����;�t ��f �°e��ci�:r�� e� ��t��rlir�YU��� c�fi9��':eb c�t`�ti��t��°� un�ct��° x�c.t�raa��� �i�r �) AN1 E���c�ilic; "�`ia�-L� tl��. i-c��lc��ir�� �i��y. �o �i��lc���7�.��d: s���r�°�iy c��� tk�� �e�;�`i°��C��;1� �����-�za��a:�-c��;�tic����; ��etw��r�l� ��•�;����t �l�r���a��l�s "�"'c� ru���� the �sbc7�,�c cr�j��;�i���;�'T�-illaw���t si��El �ax°�v��e; t1�� ic�llc�wiia� ci�liv�r���l��s; .� "�"�-a11���mt `uil� �Sr��rv��� �1��; �;�;��i7°e�'1��;�'� C"�r�-�-�r�uu�ic;4�ti��r� i*d�iw��°1c ���iryt�t;;tt�a�,i�ao-�, ��-�c,����G��� ����ci c�tl��a- �r��l_ �ac�i�t y��•€b��«�� ��w la:�t�c� ir� tG�.�:, pr�cit�� i�t�l�s. .�. �r�r�,�a°�rr� �le��acr�c�r��cprrt �d�`� ��•��a��,��aa�^rr� ��r�a����°� �"cr°r��c°��� �'��i�li�ni �;l�all ��•c���i,�� ��:,t•vi�c,� t� �aa�s��c7�°9: t�i� c��Giv�ry G���c6 ��;��l�,yz�ac;.t�i c�r[` �I�� �cy�:�r�i��r� r�t �`usic�n�c�-. E'��9(t�swi�u� i� <� cf�;�ci°flw�iic�a� cr�"tl��; i���;l�ac��;cl �e�°�r��;�:,s �� ��tiitli�a�� in the ��r-3�� �;c,c;iic��r C�:��lcjwia��. 1'r~������ �r�a���r���t� "1,1�� ��r�c7µ���,t �izt��ctc:ar� �;17�11 �� r�:s��c�t�5ihl�� �t�i° `!'�•illi�an��"s �����-tic.sa� c��' �17�: �,rc�j��t ���tir��; �� t�7e le�jci fc�t� cr���;x��11 }aa•�j�;c�i ��w��.�rt���;�m-��rY# �;��-�ri���; in�l�.acl�aag�: � ����ui°c, �;c�9l��t���r�ticwn �r� ��c��c1�c� f`cs�� � �r.ac:c�s�[�,il �tc�liv�z-y c�sf' �']�����. 4 �tr�i� � � �u�:�t��it `��t•iYli���:� �c�liv�r��l�l�°� 1��:��;cl ��1� tl��; r:�ac�tii-�;r:tt°ar�:��, �t�a�aa°�a�r��i �i�J7icsa� ���-caj��:,t ��d��fl� wit�� 4�a��tlac��-uc�ta�x�� t�r ��r���v�cl� �����rcrv��� <rrra� es���la�ic�r� �as ����{ui�°�� � f��;�,��,�;t i��:fic�n°n�tta�ic�c� ��:c�,:�s�ry �c� ��°�i�a- ����i �c��tifi�ur� ��r�t�n�c,���s �t��cl ���a�teom )�r��cl�u�t� fc.�a� ��c;�atc��� � �tt�:i�c{ �t�i�u� w�l.l� w�it�� .1����t���� irr�;ltwdi��� i��t�vcac-l� ���c� �tti�t�7- ���°lc,tnr�������:e �1��t�i�1� � � �.��t�: �uit:�a a�Lie��t �,�auc��� �;ri��a-�t� i<7'. F'l�z��� 4 �tnci S � ➢'��c����c�� ��rc�c,�ly �1���s �°i�p��wts i.���l��c�i:�a� c.� �!°�.t���i��� c�i`tir��� ���ici uxg������s c� 5��t�a5 c�f, c1e;livc�r,�i�Gr�;� pa�;s� t��e r�c�s;;t-c�;���t°���t, ��1��°�a���d a°rr°�:���c,t ��s0��� � �'c�t���ciic��te �1��� ��r��l�be wit1�'7f't�illi�i�t �.x��ufiive� ��a�i �°�:;cru�'��� ��; ���p�-��}7i���tey � ��si�i M�� lr��l�i��� �ti�d 7ri�ra���in� �s�tw�s � Su����c�i�t c�������� cc>i�t���:al � L)�,v�lcy�.� ��a��# �����:�i�ri�a tlac ����<�i➢�c� �S��c]jcci ���ar�, w���i�:l� will ��� �°c,��°i�wce� �t �vee➢{ly� st�Q:�z�; r���etii��s �� �°�7s�.bi-c� t➢7�; =;e;1t�c1:�I� i� �a� h:uc�v� �� � �, , ,� ; ., M �"� . � � . �„ , t� �u�p�rr� �I�� d�pla�yrr��nt �f �Y�� ;����ur� I`�e��h i��r��fir����rr�o . �. „ , ,, _ • • � • • • r; - _ . , � ;� � � .� _ � ,� . . +r , �r , � , � . . ,� ,� ; � � + : . � � ,� _ , .. , � .. � . . , - �r � �r �r - N . w ` �r r ,� , . . : �„ w ,� , � , �, . - ..: +� � . �r, . � ; _ _ . ��� - . � ,� � � ��^ � �� ; . ^� � � � � � ; . • � • +� , � ^� � `��°�a�m���� ���-�tie�� -- ��s�,c� ca� � �t��ct��tlly �g;ree�i t����,k�-� z����-��b��� c�{"i�t�iv�ci�7��;� ��� ��e tr•�����;c�. �1��°u�la���t c���:r, ��rc7���dc� ����i���l��s��r�t 1�°�ir�in� ta�r �1�� ��1«v�F i�et�,w, ���c�i� a-�,c��a�:�t. �lc� tr��:ni��;� i� �;�u�a°���tl� sc;�h�c�l`l�ti «a� ii��d�s���� i�� ��a°i�.i�,�; �`c�r ��i�rr��� � �1��c� S. �. ��.9�°�}���;� ,���s���rerr��c� �r��� ��I��a° �"tz���aac�r°t ��pr°��ic•c�,�� "�'t��; T'°i�li���t �yst�i�-� Irrtc�;r�ts�ar� t���tr� �u�ll ��t°cavic.l� ��+st�7�� c��c;���t��r��� �tii������-� as �.��e he�c9mm�t�c1 :;y�tcaz-� ���c� ��e�w°�:���� i� b�;���� ��:plc>y��i. "�"���°c��a�H� t11� �lu�-ati�t7fl� �,�`t.ht� I��:��I�-�y�����t �'�7�se tl�es�, s�r�vic,�;�; v�ri]l pfl�uv:icic I���cl��:���i �yw��flt� ��i7c� m�r;t�+c>�°1c �7�rf�}��roar��� ����.t�itr���ar��; s�i��ces t�a c�.iG��,kly i�s�;a7�ity, tr��,ru���s��c�t d��ac:l r��c,d��� ��o�y �ys�:���r� is�;u�,s �l�t�� Q��'%a.c;t cav��°s$�1 p�rfcri-���cz���:°c�;. �, e��'�s ���d �����c������sil��a�� �"h� f�>ll�rr���r��, t�1�1�: ��ull����°s i"�z�1�i�n1 �°��;�aa�N�;�� ���°c��sc�w�ci dc�r I�E�ase 4 G�ca�O 5�a�"t1�c C���Yt��� �st'c�µj�:�;�, F°�n<�1 ��e�:s��•t��i����:�c�� �f` ���;sc�u:�7°���, v��al➢ %�c� ci�i�:i-itair��;ci E'cbl.l��vi.t��, c��t����c;� :�i�i��:�t:�r°� %a���i ��r� ��vr��l�l�vliiy c,�' ���ill���t �°��c��i:,-��s. �a•. r�t•�,q�itc;c.t / �u�aje�t I�att�a• �;xq���-t �S}��ci��i�;�c� :���ppc�c-� {:c�i° ira7��l�a��e;��t�t�c�ii �:i€;�fl�ya. _ __� ��..� l�]c1���at�� �'"�rc;l�it�s�;� I�c;t�v��r-1s 1�����;fla �___.._ �.. �... _ _. ._ _d __ l�i�t��ur�r� PI��°ii�y�r 1`��t�,v�1�1�: ��e�i��� ���r���r�� ��r7�i ����icr��n���r�t ��I�r�.��i:►�� �y:���:��� I��t��a•�li�ac� i_.c;�cl �y�t�i�� ������;t��t����� A:�a��ly�t 'l'��cri��►a�� .T'��:<]�ni�;�l C;r�.�:��ll�t�at. 5���,r�z��;� A�s�dr°��r�c� �:��ca�y�st _.__ 5. �'us�t�xx���-°r l�c����rarx��i6�l�tee�w� �"t�tstic����ue►° will }?r��via�� t�a� �«�lc�vvis��:. ��t�/ e�c��r��� �y�t��n cle�alc�y��enit �lar-n«in� l��ci ��..._ �yste�a� r����l��yi���a�1 ��1i���,r�Y rvi'�°���.i���„ dcvc,lc,�����c��t �a�c� ci�,�i:v�°a•ya � � _ �. �. �µ�.�... ay:;t�;��� �r�a�,l-�ticaa�5 ����rr�itc��-inp� �atc� �•�f��7r�i� �)���ta� w��ill fl�«�ri�ic; 41i� i���'c�rvi� ��r� "I"r°il�'i��at dea�°i�� T't�ase ���d �: � 1��:��aas���.°a::; �a�rc;l���ii��� :f.�elci ��x�ci ��['t�c;�; y�c�°se�z��acl ka� ������ �[�� 1w)���t�?i:z t��t<�iV�ci �'�°caj�;i;i 1���:�� �m°c�:l��� ���a�e���a�� I�e;��icat� �r�ll ��ra�vnele t�7� C:��11�1uin� ����caj��,t c��a:ra��c�n�c�rt,-r;,�;c��rc�;�: � ��si����t�cl ��s��c�j��t ���a�la�cr vviifl7 �u�1-���r��at�aa�� te� �as°�v�c�c ������°c��r�ls c��� ��"��i11���� w�s�°� �cti�{ �r�;�;�st ��s��lli���t in �`��.ilit��i��� �a�� e�ct:�la�i'1� �:�� o•acp��i-�� ���t���s ��r�ix��J7 tc� ���a�a-� ��a�;��;�;�Ga�l de9iv�:t°�F c�f` ��x�c��e��, � `+Jv'�el�ly �l�a��� ����,�tan�s vvitll ��-c�j�ct ��a��tici�aar��:�, �ta�tci ����c�iti97l�r e�s��:�tiwra, t•�����c��,n��, � �'�°ain���; �i�c; flca �����cl��;t ir�in.���� �s ����i��:�il�, � Pt°c����}�� r�vua;�v �t��i ��a�tr��l�e17��;i�t �7i`���are�wal ��7r����ss r�vit��ir� I���7lc�» t'ci�- ��� r�ucjua�;��� t�y��t r�t�ty E�� ���l���r�it���i t�7 s�a���ss�t d���t�r�ll�r ��1�►�ti�uci ��°��:� c7f�����atflc�n�rl �nrc��•k f���� "�"a��l�i��a�t. � TT:)�v�lc�}�������t �rLCi r�n�i:a�t�;�aca��c,c �al�t1-�� qy�-c�j�;�;rt,ala:�t, ���itl� ir���ai $:r�t��'Tr�11.a.a���. � C'�,���.1u ���c�ul-rl� ta�l��,t:; lc��- �a63 ii�1� �i�vi�,�� c�:tr�°it��, t��tc 1�t�sjec� � F��,c,1��.�t R.�'1� ���i:r�� i��e �^a�c�t I'a��u��� ������ic�tir�r� ��a�}����i��' ��w��ed��-a;l�����ss �,����srYl�a�t I��I:E; w�ll: � ��e:���;[e�l� t:l1c� r7et�rc��°IK. �tr�rcl ���et��° �,e��ai��a���cnt u:���t�l��i�c�n1�°�a��c>v;�l �rc�c;�c��rr•e� wit6� s�:��a��c�r-fl, �i-c����u 'I�r•il8irbrut. �'da�t�zl �;1��1�r�K�,��1s ��ra�i �������;�;ci:�a��c;� wi�l hc� �p}�r��,v�;t� jc�ir�t:ly N7��.w��c� f��;z�rotc��� ��7.ci "1`a°illi�r�t. � L7��,r�1c�C� a��c;t t�����;��;�,t�-��t�� }aC�t:i�,��s�5 �t��a��:a�7iecV wi.t97 �1�� h�C�`1ir71i-��tru�t���-� �.c)i.Gi}-�»�e��� tr°���.,lc�n�. � �J��I�te c:,�all �;e�7:t�.�� ��r��c�;,�� � ��a �cicir�c,��; ����t4�t����` c�u.�;siia�r��. ���c°G� �r�i:�t`r�►r� �rvlF r�ral�, �1;� i��c��a��°e�, �:U�c����c,r�t: UI���t�� c��'the n���p��i��r� sy��c��� v�fit�� G�a�t�ille� r��t:w�rr�l� ecw�ufl��7��r�.�. Inst:a�lnti<7�� :�t,����<.�i°c�� ft�a� ti�,9�3 r��e�!ice� ���a���°��1 �,��m����ati���� l. CDl'�C� �vi�l ���-��vicl�; �}�}�rc���r���t�. c�c�i����:� b�caint� �x��d �w�:����au°t 1�c��� �a�°c�����:r�� r���:���;�����r�l., �;y��ei��►� ien���;�°�:tiom, �"�", ���� ci<a�<� �et�ier°. ?. C,�3�'I� ��il� ��rcrr%ic1� ��c,c�� tt� ti�c;"sli:�ic�s (��s9�s, ix�t�aro�ci ���e;���, t���efii���; w•t:�cr���u�, etc.} r.�t �1�� c���c� c:�a���J� G'c��:w�����nt(:�) t':c�r� vvc�n•�ciiro� �,��;;��c7��:; �.iu��b:t�� tl�i�; ���°a-�y�c�� ���1�C ����iil �ief�7�� ��c�c,�;, �a������c�un°�:�. ;�. �I'�1L, ufill �a�°c:�vic�� "1:���illi�l�� r�c�a7��:e ��c;��s:� Qc;.�;., VP"I�) f�ti tll�€ ���a�°��tic?z� c�i't��rc. p7�-c�jr;c� ic7 I:�I�CE �;t�vit�c��a�7en0.s Icac �Y��s��;�� e:���i�ro��i°rt�� ��t��cl tc�,���i��l �t��t: �. U��l��� �p�e�;�Czc�711y o�i�:,�at��i�;t� i�� �lais �i�rc�r���c��t, �� c�a��c�r�� �Ji��ty��nitc� ai�vcic������s�t %�� ��r���7 iruclu�ir�l ii� t�i� ��:�a��e ���t��is ���l�r�e�l c7�f�'�'v'�c�r�. �. Fc��� i�:� i������r,�w] :;�;�t.�;����, ��� i:� r��:���cVa�silala; f��- ��-r���a�ii��, s�;i�r��r �r��D �c��ati��.ir�l�cr�� c��'ser-vcl� �a:cici a10 �����ci����i 6���d°ciw�d��e, lJ�ti:i�ySa�:at�� �i�ci �r�tvv�a�M� �c������c�t�c�r��» f�ir all ��1vir-���xr1�u�,o��� ic� �u����caa°e t➢�as �ar-c�p��,t iitc;lt��ii��„ I�ut a�c�t ���ni:�ed t:c�, ��v�lc���axu�nt �tr�cl �'rr���ltiuct:ic�r� �c;���ut•»;, i�3 �ccc7a•ai��7:�c� �v�tl� "]�rilli��:ryt r-�;c;c7�����e,t����s�ia�r�� ���cl ;;����c�"i���t�c�ris. 7, �c�lt�cl�r�c ,� c�c,t��il��l h�h�c:1:��1c s�x�il 1�� �leliv���ec1 �ait➢7�it �� �[���� �.�:d`�xe�,��ti�sa� aa�"tid1i5 5tc:�t��r����t c���`�v'cs�•lt �a��l r�cc;��a�: c,�'��tia�°c;h��ye c>�-c�c,a.. �� i� ex��4,c,t�;ci tl�ai: �r�l �a� Pl��t�e 4 S��'�w:'` c��lie��c;���k-�1�:� :�l��all ��, �wc������lc;%�,c� r�a� 14tfe�w tl�c�c� T?e���a�L���� 3 l, �f� � �. �a ���x�� �r�r�l ����rra�c'�at "�"°r�r�axr� �, ����vice�� ���a�r�°�es "T�� �il� �tes �.�� /r ,i '.il". ;�/� ,sj. ,�-'�r i�i'll� ii��� /.!''� ��//fD���� ...1�.r ,r/� %%� . (ivi,�%, if%i�j""i�'%//i�/��';/ �.I�p% ,,, f�i,, �l, i , ;��lif,�l��r ����� / �/��r��, � ,ll �% �l� � � ',�� rf �',o% �; /%,�,1�� ?/////i,�i�i����/�jr,,/,, �; ; �y� �f ���//� �% �� j ���%�//,o�%�%��1l, i� f ,f, �; , , , a , i i/�, f - �/ � � �/ ���l � � � ,� � ���r� i i����% �f j I/ ���������/ r � i �; %l� �� � �� , l��i/ �J �� i�/�/�/%%� f �� ��/��l , �a � ' � � i r, ` j� f�� � � � � i )i � �/� �/ l�� �0� ,�/���f�l/���/���%/�� 1�1�����������J�, t/� �/�iilr % f J� fl/���1� �� ,l� .�/ ,r, �%i ���� i-rr �r ��l �i ,�� ��ii � �/l✓�/� � , i, r �'�.�� r �'rc�j�,c�t L�irec��c�:s° ' � `�>C9C���.�}(� IS�r"o � . 1,?(?C.l.C1(� __r._.� .�...__. �.. .�.__..�... '�z-. r��•c:��ii�c;t / ��r:�j�ct I'���t�r �x����-t � �,�)��).0� I5'/� � 1,'�C}�.�?� _.� _ _...�.. _� _...___._� ]�e��c�rl� �,rcl�ii��ct � ��,t��JC�.�!� 1 �'/� 9� �1�,i�C�.�� ._ _..___._._._m. � _ __. � � -_--__ 1N�t�r��°I� I"I�a��er• � �,35{).()(� l�°r`� $ 1,147.��) T .__ _._...__m _ ..� a'i _ _..____�..___ .._.__ ��Y�t�c��rr ���i���°��rs��� L.�ti���i `� 1,5�f)Ci,fi�(l �5��� �E 1,�75.�➢�1 ___ �y���i�� �:nt�;�r��:ki�a�a Arl�lys� ._._.�._.__ � l,?�5i).��) � S°r�� � (,147.��1 _____�_.._� _. _..__.. _.__ ����._ . � _.__..�.�� � .�.___.� �'r.aitli�t� 7"ec����:ic,�al �"c�n:��G�t�i�t 9� 1,::35�.l��� 1'��',/s, �� �,147.5�.� ��._ . ___ ........m..........� ....�w .______. ..__..... ..._...� �.�.,_..__.......__.. ��o-v��,�s r�ss�cr�z�:r��;�; .fi�:��a�ly�t °ip l,?�D4).�:)f� 15�%� � a,��2(�.�f)� &�m �rPi���y� `�a�����t���!� �lx�a�� �* ��;�-w�iu�, �1e�r.it 1'�a���a��ti���; I�ii %�r° t�(�t��r���y� 2 $4��.14 ��f��.�7 ��i�ci �,xt�r�c.1�,�� ���ur�cl`�:��1� �;.��.��;�tr,r� 3�1 .�:��:1i.�4 �1�,��3.11 ���,ur�21�1�;:>l� �v3���r~� l 1,C��� _ .P�w��l���•� �, T'��a;;e4 �1,��7„��{i.�i(:� 9�ll��e.1• M�?c �iz�s:i �u�ar�to�i�� , �cl��i�ic�r��a1 5 yc:�r� �x�e��r.�i�.�3 [.��� � w�:��c���n1� �:c�r�r;�.u:;ti�� ;��4,f�lCi,S(� :�f�4��lt�.��l n�d:r������� �;qu� ���a�ttt A.dti�:dic,����1 S r���c� �:,�:n�r����l 5 �fk�y �;?,�7d�.�1 w��a►ry�t�i� ���° r��tiu ar�tvvca�°.k �c��ii��������t 7"�ka� I��iee �1���� � _ 1�4�5q��4.74 ��� if�� �3a�c���d � ._._.__. __...m.�___._m . _--___.� ��n,t ��i��T���[�w�r�° 1 �4.�,1('��e�8�� �4�,1�CS.dfii M�i�ii�a��fl7c�: �rac� `��i���s�art n�� I��� ���;t �C) l �, mm.. �c��� 2U 13} ._ ����:�<�ty:���; �ud�,�t_�< m..� �.,r ._ _.e__.____.._ __�.�. �c�c�1 Pl��su 4 P��i�:ir�� "� 1,53f�,� 14 74 __ �._._ ��._�.�� .�..___ — ___._.�.. _,� ��,.� � .� �...__..r_._ ��rvic����''�5�s� s�c�inz7 � 1 `�l ��„���C��.�(�� 9��1��,�(��i,����� �.�'��s�4 1����G�., �'��� «�t�d ��a��Yii:k�c°�� %ir, �� //vYj� � / a%�a! �%i/;/i��� �"'%; /i /„ � /!ir���', i .y,,,,�;..��%%r �,v� /u �.,, �i��:./ �ri�il��; 'r� i� / / , � � i � i, ci i��/,./,%/; ���//� /� , l'r;� ; i�//l.� � %i, �i ,/// '' /l%, li; � l %1 /f� ' / ����� ✓ / i /. � i „/ i i / / , / /� / i�,.,, i, , / i „�, / ,, , � / / � � �,, � , i � ,,� , �, , i / � ii� i, i / � �/l � �,� �� � �,. �i / r / i / i >� �,i , / i//, � i ,i ✓ i „i � / ,, ,��,� � / i i, oa, ii � � � r i; ,,a ,� � i i, � i, � i /„/ �i - �, /, ,l / ,/ i, �,i /,� i� „� , i i , ` / � / � � � �, r / �', i i i„ � � i � i,, �// /, / �, i i, , i-, i � i / i I,, /,. / � ��, �� � �, � � i, �� f � y i�/ / I. . ; � . // , / �/ i � �„ � i i l, � / �, � i i„ , / f % / , � i, / � r,lr, r G i i, r i � � �, „/,i, . //rf�% / / // � , � / i /i f, /,/ i/�i, i� e- � / / , / %, /;, �' �, d. i�� /,I /. �, � '-s/ r., � � / i � � i � i� //�i ,� ,� - ,%�,../„o%, ,�� / /i -i., i . / // ..i r r, , � . /i. i . i � / , /,.. ,/, �, . r� �., � / / , ,./�, � / /�i / / ,,, � ! f ,, / 1 � �, , � /, ,,,. / / ,, r i / , ` r/ l ,� /, / l /�, ,, i .� i„ ,,, - „ ,'' r� � /, ' , / / � , � � / ,� / � � // / � / r /, I � rl ,i , �� , � �, � � i„ ,/� , � ,, � � ,, � i l / � � /, ,/ �, l �� � i ! � i , /� � � , � i; i % � , � / � , „� �r / / , i r�. / i, /,�. / / ��� / i r � � � , � /i / � � � i �, /% � �,�. �, ,l �, �, ,, �i / ( � � , ,,, � , , , � ,� , ,� � ,, , , i �„ ,f � � r , ,� , � i, � r,, I„ i � i � � /� , �� , / // , �i ,, / /i /, i f i, � � / , �, � i /, � i- / ,li / � � r � � � � i � i i�, / i,,� %� ,�; �,, � � / � % � /,� 1,,;; f, /, ` � �� �, / i ��, i � ,. �: i. �,,,,i /� , �„�/ � � �i� , , � , /, � ,/ , i/. � „ , , ,� � ;, , ,,� „� , , �, , f ,,,, , , , , r ,t � �, � i , ,, ,,, , i , , � , ,� i ��,, r � , �, i / i � �„ i � i /i.,/ � i, ,v /��, �., i� / rr / ,i� i ..i/ i� i../,.i�i���, i/ , ,/i �,.� l n,r� i . / � /,,, � . ., , / / / � / l , �� � i , . / � 0 0 . � , ,. � � i % � � � / l r . ,✓, � .� ,./ !�/��,. ii � � / /i.� ,i i �%! v i „i�r � , � � ir�„/,ii „/ i,,�/ii� �i �, � 1 �1 i /, �/ �i�� �,/, / ,/ /�/�/,�/ /� ,�// /,r,i%ii��/i;�,i /1//� /�,i����„i �, �% o, %,l/,�%/�//! i�, r,ir/�i� s,� ///j � i/li,i /��/, //ri,i,i/��% ii/��,i�, , /�,��//tl///,// i�//�/�o��/t� ,, �/,/ ,i,/,I%,i,� %, //�, ,/r / (cf�%/��///� %1�/�% ;/r,,//���, �/ /,/,%,/,/iii �/ ,% ,/,,,,i/�,'�� �/ :1�/��i,i�;,, ,/� �a.4���// , /,�/�, �/��i/� � /i„ �:o � /r� /i�� /i,�, I �.� '?CJ�D ?4() E���; `a'�� �I() r�.?C `�I� I"]C) S1C� °�fl43.�(a �7i�%,61�.7� ? 1�?S '?�)t� 12�D BZ�°:*; �I�'S NC3 1.�:-��� I'�� C� `�`�f)�.15 ��.O�W �i I(�`� '��� 1;'(�-,?77 �c�� �If� ,, R�t) �� 1�Jici�; T�C) �iCd 9����.f�� �7,4�44'z.4�b �e�t��e �4 �� 2[)�l � ��(� 1�esJ 1'�f"� ��.)� , A� fi�dJ �A���� 1 `� �'itS.�'�? ��2�,5�%.3�,� � � C"� �r� 5 2`� 2�� :>.4C� l��al ', V�C� 't'��a ,��� �r'F'S Sf�� `�1��4.1� �+t��,l�l�.�(� 4�;�finn (i �`� �f3 ��(� ��,s/ 7klC) l''�:'� 1?�X Y�� 5() �n1;5�9.1 i �7,'�b5�.5p �'���rr� '7 9`� '��() 1?t:�-�?? C'csit7 l�d) YT�� �?4 Vv`icl� �S C:?5 ;�t(; ,�2�34.�� �'��,222.�h� I�ar��� f� 14"i�"s ?�:)t� �'�tD-271 C"a7r�� N� YF:� A`� ti�?i�iss �`E:S ��`�? `�23�,ft�i ;�IU0,�9�.7�� ������cy � 1(i� ��� l2CY��2�77 t: c��ir1 �1`C� `a'�;;5 A,�� i?v"icl� �4'J� 43 `��!�4.?� '�1�,l�7�,)6 � F? , ifia�a Ye ____�.._ � �.� __.�_._. ._........ .�m„_�,��. l(} ?� ��C) �?4() I��a! t�(� 1'FS �`� `a�E;S �1 "�1�"7.E7� �M�,7G5,(��� C's�a�� ____._ �, __. .. ._ l fl V�S ?C4IJ l�(�-"i"� C-,c7r77 1`�<7 �'I;� A� Veti�iL Y1�,,`� fa7 :��;fi4.�;f� ,, °��5,7.`�r�a.�� hap7 y� .._...._....._.. ..... ___.._._.. _______. �_... ... .......................__ ...�.__._ ___.._._ _________ __... _.. _ ..................m.._. �`�3�1�.�YC1 ���,���.�!� �7�1� ���: i�cat�� , I? 'J� 2(y , l�C)-��STI C:�a��a, �JC7 i"c,�« �V�u ?� 1 Q, � 9� � 1 „��4�.2'7' 1� 1S l{)() IUt� It�;± Nc� �Jca 1��i Tw1� I� 1 l"�'2.57 ._........._.. ._____._ ______ ._ .......m ........____—_ �.....�....._ __-_ _ .... .......................m...._ _._ �1,i�i�43t). "C��:�1� (�(� �d.i�l��s�4 �����ices �-��1�d���r��� A11 "�"�I�'C sei�����,� ����i�;����; is �;c�v��°�;� i�� ��°�:viaau� �C�:;, wc�i�k w°i�l cc���tiri�a� tl�.��c��r���onat �G1 �al��s�;� ( , / � �� '�';% i�//� /r/N�/� //ij /;/, �/c% ///� � � ji '; �, �';i�'�� ;�� � � �l � f i � ii/iirr�,% 0/%/%�/% % i „ � � � % , � !/� / /�/ ��/ri �/ � . p r,,,,� �, ,' � /r�/;-'!i., �/i,��%!1%.r�, ,,-" ,;, �,`' � o��% � � „i 'i „ ', %�%�%q//r/,�.%�yi��i%,�F'�,l ',�;1, / , �a��� ,/�/!,� P'���r��u4 C�,!I�r���������at �'�°c�j�:ci �i:�°�ct���� (�(� $1.,7Q�� ��{�?,i?(�f:� ' Sy�t�;��� l�n��1�;r�u���l;afiic��� � 5y�����r I���pl��ri���t�ti��srn L����:i 5 � I q275 `�(�,�7 S �ay�t�ti�� �i���le�a����itaii��n A:n��ly�;:t �� 4� 1, l4� �7 �, ll 7�> "�"r�i����a�,� � �� '�"�-�ii��r��Tec�,k'icei��i�"can�ult�r-�� (� ��,I�kk� ��� __� _ T�t�l ��Y°vic�s i'I�a�� � �ri�e � � 7��,551. �.�m°ia�ir�� '���arsrt�a°y P''In�as� �� ['a-s�in�, �i�r' f lt�t��. 5 is7a;l:t�c1��, rt �"6 p7��etlic;t�;<I �'�'f rarr�r-�<�sc 1iai��a 9'1��rwti �4 pria;-ti���TM. � i�' i/� ; �/�,/4r ���//',';1��� �„ � �, � �/� /i!,/�j�� %����/ii � �r�4�� � ro� � ��i //�i�%%/��/�� . �. �,�/,� ,:��! I � !i% � � �� 'r %� �// /�/ii, �. r/ � � � , , � l�%� i l��/,�/ � ; l�� j � j � ���i���/%/�,� //,; �� / , �1�� 'i�%i; � , /, � i> 9G ! � f/,,/ ,� � „,, ,,a ,,,, „ , � ��cur�.C����k-�'�a'1`��T�1 Cr�t�w�y (� `�1 �,�)��.7� ��1�.U��� Securei'�'fl�st� �,�:�erlcl�r l�ri���,�, t� ;�7,� l �.?2� ��},�4(� ��cu���;�c;:��-r 1�.�����t�r l�, `��22.�E� ��,�7�,�� � � S��ut�eMe�87 M�;��.r�; ��,il� �'en��;l-���z-t �, T�'h��� `�1,375,�}l�).49 � �c���;a�= C��� ��ac�. ����i�:�ili�s .��c�i�1<7n��1 5 ye��-�xt�aac�c:c� w��'�i-rr���y l�yrt���v � ?`./a �C.-�27.��,� ta�t�r���� ��a�ilac�e��� "�"����� �'~i�;� �^lg�x�� � � �:'� ���1 i� �i �1�3�1��)�4.�3 _. _ ____ ....___�.._, � ..�.._..�.� �.__..._ ___..,� [..J�ityS�n:�e �c�f`tv�r��•� �v'6���tc.n��gr�.� c����i 1 "�4�,1()() �45,1C)().��[) �������c�w-� i�c:y I��@�l ��)�;t �:(��:� — 5��� 2(11�� _ Ci��u�°<�tar��; F3ucl�;e�*_ .________.___._m.._. �� __� .___......._.__._.._._.._....m__ T�atal I�l�as�: � l��r�cix��; `� l ,��'7,���4.1 � �crvice� �`sc�� ��cbi��n � .__ 1 �`�4(1,()f)i) .�2��i,�(��.(lf) � �w�'���s�5 1�?1�ke�• �►��� ��ld �������i:��cs� E'rir�i�i�� h�oi� 1�1�<�i,�a� S a�rG1�a�Qu;� �a :;i9�� 7�r�;4�,'rc�����1 �"PI irrcr�ua��: f�r�rt�� f�las�;�e 4�rz���;i¢7�. �l^'/ ' '�'i�% � %�/����i/�1�i'� 1' � ,%,, � i% �9` �, �lru� 'i `� � ,� ' ���i / i, �t r �. �, l r � %% r� �` %�� l �- !, l I, / � i 1,� l f / (, � , / ; � �/ / i ,� i i/� � �`/ i �/ % i /! , � ��, � , /, l ��l , li r � � J� � �- ,i;, ii i ;, Jl„ / / /„ , / , „� l / �, /� � � l �, / , � � /, � , �i , , � � i� i � , , ��� � � �,, ,�i , i � �,,, „ / �'1 ; � , , , � , � � �,i / f i , /�� f r �, /1,;, �,, ,� , � l / !, �,. , � � , , � � r, , � , �,,,, ,, l/� �, �,,, t,t i �, �/ i � �, � �/ �� � , � ,� , , ,, i� ,i /,,, � 1 i,� i/ i / r/,, i � i, � i, i� / / r � yl, ,/ i/ � , ,,J ,, , �. „ , � , ��� �, r � / , ,, e J � , � , i � � �/ �,. /,, � r � � � i / � l ��, �, �„��/ / / /r. � / � � �,,; /, /, „ � , / � /1 �i- �, /, ,i � i �� / � � �r� i l � l �,,.. ./, 1 � , �- 1/i � � / , .✓ „ ; i �, .. ,1 . , / 1 ,� � �„ i /. � �/ � .r/ ..r //l � .r. i i � /, //, � � /� � 1 � r�� , G , �i J„ i , � � i i , /i � /�,,,, ,, i � � ' � i l� � , i � /,, r, . � i � / � � i,�� �, i � / / / � , , , i , � , /� i / � o % i� / , / / �, o �� 1 � /, i l„ , „�' � � � �� �l � i i f ,�, i, , �/ �� f , , / r i i/ � i� <;,� � ! i ri � ,r a , �� , /, i, r�, �, , � l, � % , i , � �,, ,� �� � i1 ,�� �� � r �, t / i � l% ,/ l , � ,/ / ��,r / � � f r,. ��-., ,� � , t, ,� �� � �, i i / r � �l � /%%� , o,� � c� '� � ✓� - i � �� i ����t i�G,� i,�,/�/ �i,i ��/, J ���� < Y l� �� r, i��/ l�! ..11� ,l/l�/„ i J%� ir /,: / 1 l�� � /��„ 'I/ 1 � � ��, �r, � �� „� �/� �i � , � � ,l � � „/i/� , ��,1 , J� , ,� �, � , // e,d1,� i �,- , , �� �� �/ > > � � ��, 1 rl l �� / � !t� ���i� 1!��/��/-00/�i/�l�l���1/��/� ��rr 1,��1//,��i/% �//,/�:/ i� r� ��� ll/ ;!�1 p���,,o��� ��i ,��i /li� l�� ,/, � /, i �, �, //, �i , � ,�. ,ll/, � � 1 , � ✓ / � % i �� � l 7 z^� �t�t� ?��� Cz�� v�'� r�Ca n:x �� raca �4�t� ��a�.�� �3��;42�.(1� � 1?S 7iJ(:i li'(N l��w 5'�S hw1�) r13s-SLi I�dC) ��� "� 2()�).�� $�S4i���.lfi � I(�5 2�)(1 I�t)-?7? f��^, NC� Ncr ,�:� 4�Jicl� P��{? ��� $ �;3�,�21,.i#3 N��ji���' 2�1.�3 i ._..._ 4 '?4 ��1(! ���tl ����;r R!C) Nt� .�L T�<:� ! �a�%� 4 f7f�.41�i �547,'�??%.�)b, �'�rrra � �?5 ?dada z��� ����� r�c�� �jt.� �,� ��� �,q� :� i��;.�az I ���,:�92.t�� i'ar7�7 ti �S ?(P 2��C1 1��:�r Nf.k 'YEsS ,4�: '�'�:� �� `� q(;3.�;IG1 .y'r�,�,fi�3.7� C crx�a 7 �)�, �(t I�iY-'?77 i::'oa7� i i�() l''L5 .A°ti �,�ri�1�;, `r'F`* ,��� X2�4.�)� �71,fr11a2� R<�rag�a fi Ili� 2,(I(� l2()-2,77 t:"<am N(� YE:4 �4X1"ti'ititi, 4'E� �,��, `ti2,�1.t�3 �1�9,'71a49 i�aar�e � z? Ifr�E �?(� I fl�f)-277 C"c,�e�'b 1`�I(7 '�!�',5 ,�?i'��v"ic�� Nt7 �� "� �f?:�.5fi "b11q�3�.7� 12tsr1 �� I(7 ?S ��() ��1(1 N��a:w! f�(7 `lE� r�X Yf�`� �,�� "�ICi?.33 �„�1��49�.�6� (:`d�uaa I1 l�ti �C1(� 1211-277 �'cD�3a NC7 `"�:�' t1`� W'itl� 4'C5 �� '�241.��� ���,,773�7�� Ft<�r7 ��f `�'4�a7.�;�b � �)� _ -- �;�:s.z d� k�✓✓ai �(1 1?d:l-L7? C��nt� N(� `�'I:`� �:V'2u I'�a� ?4 oic�tell !���,7t�9.12 � 13 15 fl(ltl l?f7 1�G+s �Jc� l�fcs �� �Jcu I�i ��(i.�� �2,272.�0 ,l,er��l�a � q,37�5,� ����� �� �h�:�� � �S��a�i��� �3�°���a�e�r�vr�� A1.➢ '�"c�I�i ��;�°vic�;�; �z°i�ii�� i� �c�v�a•�� :��. e��� I�rc�ieci t:���r�;ctc��. i4• 1'{�s, ��a�l< w�ll c�,��it�t�a�� �.1�:�•a� `� l ,�[1�i �i �ysted�� 1�-��pl���a����t�tic.�rz �v�t�n�� Ci��71�zro��;�r��ti4��� A��ityy�;i �7� � 9. y fl 4� � 1 1�,4a5� "1"�•�tifl7�i.c�s� "�C"�u17��i��ll C"c�r��;�l�t�1�t � f� � 9� d, 0�� ��� "�"�ti�il ��A-�,�°uce� E���r��e 5 I?�°i� �; �,� ���4�5� �' T�c�a�k: 1� �"I��e ���x�a�n�;�. ��r�- L��a��ity5�uil� �;���`Iwvra�'� ��Gtina��t������c� �1��1 "��"�¢��p�rt �i;�t:��a� an ihe'���h���;� �I� ��c� 5 F�'��icar�� �u���s��ti�w'�t a�� �is��luc�c� iu�7 ti�� t��t�a] �aar�c��,G��t. ��Ir���at�cil fc�a�'Nha,�c° ���u�d I'I�a�e 5' bui i� ir��ei7ii��"ie��l �� p��•t� ��f [7�f��,�.'s �7��c��•��a��n�; l�a��d�;m:,t. �t i�; ����t i�7�1�z�9e�1 ii� kl�t �`���il°7V i3u�1��,t, 2. �['Irc ��N'��ic�� t��lal i�, h�a�eci a�A� cafim��tec� a��statittc�� rec�t�ir���7re,nt�; tnro�l wil� bc hri�le�l ��`r��t�fN71�� l��a��^ci t�ru src;tual time. I'��icti�7g; cltir��; r�c�t miac,���ci� f'w°crj��;t �x�edt�;�� ��Itich :;li�Al bc r��i7tbLar�t�i hy [�d��ll�: <r�; �t�tir7ec9 ir7 ,�;ec;t�c.7w'a (-a.9.� c��'tk�� ���•ee������r�1� �f'�ar 1�dv�r�c��& I��ct�r-in� Tnfr�astr�.rc:t���s�e (.:A:P�11"} I'�i-��ie�t �]fl�iec� l��r."sfiilf). ,�. �f"q�� c���azititi��; :;17��wr�r7 ar�e �;�1id����e;� ���� r���yr h+� ir�ere��;�;ci rar �i�ec;��e4��c:e6 I�t��+eci �.a�acsa� ac,l�aGa! �7��:cls. v��itl7 i�c> iri�t��x�G Ir� j�]'4C;�, 4. �',?C€,t�r �7rix ��t�c3 c:J��ti�titas:� �r��c; r7crt failaEi�eci 1:c�s� F'I��twa, S. a. "T'Fte ("�1�,� ts�'�����bot� a��ay� r•r;l�Bwc ���u�cl7�a�;e aaz•ci�rs Cc�r �u;:�rikiti�s r.��; i7���1�ci. G. Ph���; 4�at�ic�it�� i:� Ii7�Aa� tu� wlai�ai�reKat� 11t�'ats�kt c��lcr�t:lar y��¢- � o�c� 2()i �r. 7. 1'17aw� � ��s-ica��� ��ill I�e �"ii��rli�e�� u�;i���; �l�c Se,}�d ''f)]�2 tc� �s���k �U13 O�r�a�l��c�a° 9'pni�c ir�c&'�x �;�ri�� IQ:�: �3�51 � }����a�. �����ilat�l�, ��rrit,l�i �a r�7��:xiinur�n e:��al�iic�iq nc>f tu Lx�c;c°ci taa 3",/,. �'erc;en:t��e ��°i�l rr� �����11i��lic;ci ����i7��;t P17d�s� 4�,�-icui�� t�� ti��t�:;b�r�rit��: fia��a& T�la�as� 5 �7�°i�;i��. $. T"I�� CJnit I�ric� c>I't17� ��c.�ud�c:;IvT� �l� L;�tefl��3ew° C��°�ti�;e iN�elie�C��l ar� tli� Pl�ri�� S I�r•ie�u�g; �a�a��r7��a°v ir'cJi�cic.� ll�c� l?`��J a�7c� C�✓luu:w�tit�� �at. �I. ����' ����,�� �ret�°t�M'k c,c�ra�{����ct�t �7t�i•cl���sec1 ��sur�;uat7t tt� tlai� �SC3W, tl�� M��ai-�-t7nty �et (aa�`tit� a:l �� c;fiz�N�t ��.1 ��i't67� 1�Gt�ter �,�rc�°r77c�e�i i� r�,pl�c�,d hv �I�e �'��rll����ia°u�;:. E-��r�d�var�: `�"a�iY�iai�tt v��su�rfl�l�t�w tcr C'u��Cc�tr���:,�' ft��r 7�p��-i�tR ���f �ti�e ( r� y��r� i'rr�r�r�o t1�c� �i�t� c�i" izttit�.11�rti�rn c�f'tl��� 17�r�lvr�ar�, t}��k 8��rr��w��r��: a��s��i�eai a�r�id r�i- �atar�Gii'at�t�i�'�c8 l�y at�t� ��'���rieS�;d �y '��"¢-il1i;���t �'>r its S�aV��rrro�r�ut����s, :;1��&I �Ct ii�t;c, frc>i7� �I���cct� 0ra inril�a'irtl, r����`kN����ttslt�p r�i�c� titl�, ;rr7c1 �;er�vic�;� �;��all l�� �.7�:r �irr•�r7�c1 igt 7 ��7t����e�u¢rt, t3il��;��r� ��77?7nei- ia7 �c��rt�aa7�r; wytlb ,-��iy �r7utu�l�y ����e�cl 4}��cu��c;�aticat�:�. �te���ir� �rotl. '°��lac�rn�e�ats a.M�" ' �ar+���°�r� nbsi�9� �t'rir�� �1�� ��a�tr�°ra����y q��a°icac� �ar° thc�~caftcr ��ol� l�� �+�r°�°:�'�t�� �"syr rdie�s�ety (��g [Id�v�� ��'C��q° ��t�e �af��r��� t�s�, s�a� d�y� ree�a��un�e�r a�Pffi:tk�� vs�etri°���7�`�� p��r'it��l, wvdair�e�r��° i� lra���e�', �"nr �u�}�csti�^s c�l'tl�e �.7�'��,�ciir��, I)2�Re, �r� �='in-�t �:J�;e s}7�11 i7�r��di7 th� c�€t��; t:h��t r,� ��t�Cic�ila�r c1�:va�c i� �t����l�t�. 1��. ���or� ��ctvrc�rk �c7�up�r�er�� �Sa~��r�i�r�r�ly� ����•c9��s��1 ���ar�;ua,t�t tt� [lae 1'vTaS�it:�� Fl,�;rc,c�in�a�t. ��re wz�ra��l�r��ly �M•a�v���d �t ��ct�i��r� 9,1 tait9�e �LIxaS�ew• ��;�°�;�d�rxc���� i� �xt�«cl�� #'�r <��ii �c�cii1��ion�1 �w�� (5) ���i��,. P'ay��r�ei�t fc���� �I�i�; �:�t�n�&�,�1 �v�rr�i�av is a��ie: �r�d }�ay���l�9e by �'��tc��srT�cr� �ra ��cC������r 1„ �f��13. U'1 I�rii�in� $����' 1�'w��c �7��1'�r. �:���aas71 rn�d�e�r� iy����e i� "f��L`�. 1 2 -, � 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Exhibit 2 DRAFT MINUTES PUBLIC UTILITIES BOARD January 14, 2013 After deternuning that a quonim of the Public Utilities Board of the City of Denton, Texas is present, the Chair of the Public Utilities Board will thereafter convene into an open meeting on Monday, January 14, 2013 at 9:00 a.m. in the Service Center Training Room, City of Denton Service Center, 901A Texas Street, Denton, Texas. Present: Chairman Dic1c Smith, Vice Chair Billy Cheelc, Randy Robinson, Barbara Russell, Leonard Herring, Phil Gallivan and Lilia Bynum Ex Officio Members: Howard Martin, ACM Utilities; George Campbell, CM OPEN MEETING: ITEMS FOR INDIVIDUAL CONSIDERATION: 2. Consider recommending approval for Denton Municipal Electric to purchase Phase IV and Phase V of the Trilliant Automatic Meter Reading Infrastnicture System in the estimated amount of $2,867,738.87 (RFSP No. 4485 — Automatic Metering Infrastnicture System awarded to Trilliant, Inc.). Item 2 was pulled by Board Member Herring. Herring asked if the smart meters have had any problems with causing fires. Williams answered no. These are the same digital meters that DME has been using for several years. The only difference is these meters have communication capabilities and a connect/disconnect capability. Martin added that only a handful of homeowners have opted out of using smart meters. Williams clarified that there are a few homeowners that have delayed implementation. Robinson stated that there are several out now running for a few years, other than those few people, what is the evaluation over all of the meters. Williams stated there are 18,000 meters out the opportunity for cost savings will occur when the mesh networlc happens. That is where you can put a meter anywhere in the City and it communicates. Right now it is isolated to where the meters are installed. DME hopes to have the mesh in place before the end of this fiscal year, at that time they will access. Russell asked on maintenance how does that compare with the current meters. Williams answered since these are all new; all that has been seen so far is the software challenges. A motion to approve item 2 was made by Board Member Herring with a second by Board Member Cheek. The vote was 7-0. Adjournment 10:33a.m. ORDINANCE NO. AN ORDINANCE OF THE CITY OF DENTON, TEXAS AUTHORIZING THE CITY MANAGER TO EXECUTE A SECOND AMENDMENT TO AN AGREEMENT WITH TRILLIANT NETWORKS, INC. FOR PHASES IV AND V OF THE ADVANCED METERING INFRASTRUCTURE SYSTEM (AM�; PROVIDING FOR THE EXPENDITLJRE OF FLJNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFSP 4485-SECOND AMENDMENT TO AGREEMENT FOR ADVANCED METERING SYSTEM INFRASTRUCTLJRE AWARDED TO TRILLIANT NETWORKS, INC. IN THE ESTIMATED AMOL]NT OF $2,867,738.87). WHEREAS, on July 20, 2010 by Ordinance No. 2010-80, the City awarded a contract to Trilliant Networlcs, Inc., in the amount of $1,391,307.04 for the Advanced Metering Infrastnicture System; and WHEREAS, on May 17, 2011 by Ordinance No. 2011-086, the City awarded a First Amendment to the contract with Trilliant Networlcs, Inc., in the amount of $2,562,991 for the Advanced Metering Infrastnicture System; and WHEREAS, the Staff having recommended, and the City Manager having recommended to the Council that a Second Amendment be authorized to amend such contract agreement with respect to the scope of worlc and an increase in the payment amount, and said fees under the proposed contract are fair and reasonable and are consistent with and not higher than the recommended practices and fees published by the professional associations applicable to the Provider's profession and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The Second Amendment, increasing the amount of the contract between the City and Trilliant Networlcs, Inc., which is on file in the office of the Purchasing Agent, in the estimated of Two Million Eight Hundred Sixty Seven Thousand Seven Hundred Thirty Eight and 87/00 ($2,867,738.87) Dollars, is hereby approved and the expenditure of funds therefore is hereby authorized in accordance with said Second Amendment. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. MARK A. BLJRROUGHS, MAYOR ATTEST: JENNg'ER WALTERS, CITY SECRETARY I: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY ._..... �r'��.-�'---��--'`' � BY: 4-ORD-RFSP 4485 AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 DEPARTMENT: City Manager's Office CM: George Campbell, City Manager SUBJECT Consider adoption of an ordinance ordering an election to be held in the City of Denton, Texas, on May 11, 2013, and if a ninoff election is required, on June 15, 2013, for the purpose of electing Council Members to District 1, 2, 3, and 4 of the City Council of the City of Denton, Texas; prescribing the time and manner of the conduct of the election to be in accordance with an agreement with the Elections Administrator of Denton County; providing a severability clause; providing an open meetings clause; and providing for an effective date. BACKGROUND Approval of this ordinance would formally call the May 11, 2013 City Council election. It also indicates that the City will be entering into an election agreement with the Denton County Elections Adnunistrator to perform various election functions. Elections Adnunistrator, Franlc Phillips, will again provide a"full service" joint election agreement to the jurisdictions within Denton County. Denton County will be responsible for conducting the May election similar to elections held the past several years. As with prior elections, City of Denton voters will not notice any difference in polling locations on Election Day as the County will be using the City's standard Election Day locations at the MLK Recreation Center, North Branch Library, North Lakes Recreation Center and Denia Recreation Center. However, Early Voting will be conducted at the new Denton County Elections Administration Building located at 701 Kimberly Drive. There will be no early voting at City Hall. Early Voting and Election Day balloting will be all electronic. The deadline for notifying the County for inclusion in the joint agreement is March 15, 2013. A detailed cost analysis will be available once the number of participating entities is lcnown. Respectfully subnutted: Jennifer Walters City Secretary s:\legal\our documents\ordinancesU3\election calling 0511 l3.doc ORDINANCE NO. AN ORDINANCE ORDERING AN ELECTION TO BE HELD IN THE CITY OF DENTON, TEXAS, ON MAY 1 l, 2013 AND, IF A RUNOFF ELECTION IS REQUIRED, ON JUNE 15, 2013, FOR THE PURPOSE OF ELECTING COUNCIL MEMBERS TO DISTRICTS 1, 2, 3 AND 4 OF THE CITY COUNCIL OF THE CITY OF DENTON, TEXAS; PRESCRIBING THE TIME AND MANNER OF THE CONDUCT OF THE ELECTION TO BE IN ACCORDANCE WITH AN AGREEMENT WITH THE ELECTION ADMINISTRATOR OF DENTON COUNTY; PROVIDING A SEVERABILITY CLAUSE; PROVIDING AN OPEN MEETINGS CLAUSE; AND PROVIDING AN EFFECTIVE DATE. SECTION l. A municipal election is ordered to be held in the City of Denton, Texas on Saturday, May 11, 2013, such date being a uniform election date as defined in Tex. Elec. Code §41.001, as amended (the "Code"), for the purpose of electing council members to Districts 1, 2, 3 and 4. In the event a runoff is required, the runoff election shall be held on Saturday, June 15, 2013. SECTION 2. The election and early voting shall be conducted at the time and in the manner specified in an agreement between Denton County and the City of Denton regarding election process and practices. SECTION 3. The manner of holding such election and all questions pertaining thereto shall be governed by the election laws of the State of Texas. SECTION 4. The City Council has found and determined that the meeting at which this Ordinance is considered is open to the public, and that notice thereof was given in accordance with provisions of the Texas open meetings law, Tex. Gov't. Code ch. 551, as amended, and that a quorum of the City Council was present. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. PRESENTED, PASSED AND APPROVED on the day of , 2013 at a regular meeting of the City Council of the City of Denton, Texas, by a vote of ayes and nays at the regular meeting of the City Council of the City of Denton, Texas. PASSED AND APPROVED this the day of , 2013. MARK A. BURROUGHS, MAYOR 2 s:\legal\our documents\ordinancesU3\election calling 0511 l3.doc ATTEST: JENNIFER WALTERS, CITY SECRETARY : APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY ,� ` - -, y ' ' / / �' BY: ���,�,, f% _ -,;�.�,��� �;:- s:Alegal\our docurvents\miscellaneous\13\agei��da infon�7lation slicet for election ordir�ance f�ot� gas utility.doc ��� � :, ; �� ���=��T��',�E����►�i,� �ti�',� �; ',k• ,1 c '• ..�� i �� �, , � ��� ��� , �A. Anita �urgess, City Attorl�ey i • r- . � r - � � • . � • - � �, . 1 • � •• _ • , '* ` -. ` -• a - � • i- a - . . • ��• • . • • - � i- r�� � t���� . � � .�� . �r �r� .�- •. �� . -. �� _, _ � •s , r ; . . • � s- . �- � �_• � • , ' . . - � - - • , • • � , - . - . � . � �, � . � * . , - - • • - •- , r - _ . • - - . . � _ • • . _ _ • • •_ . r �. - , y .. . r • r;- � : - . . - .. • . . � � . � �. � w r , • • � - �, - - � • � � . , . . �� ,, _ • • • . • � - . . . - • r • • . - - - � , _ '. � '',� ,1 �- � •; t' � �- • �- � . • , _ • . . . • ��-,-, • � , • r -r . r •�- , -• � - � . _ - - •. - • - . • � • - � _ • _ _ _� . � • • •• - .• � . �' � . • • - . - ' • - • - _ � �- • • • • � r •�- . - . •. � ' -� . � - -i�i� - _ �. _ r • . ,'_ . •. . • •- s . -� � ,� � The City d�termined that the area near the Airport Industrial Parlc cc�uld develop more efficiently if a gas utility were available to immediately s�rve the needs of industrial custorriers. The City has wiiness�d reluetance on the part of some developers fio inv�st in this Inclustrial l�arlc since gas is not readily available. In the 82°a L,egislativ� Session, the Texas Legislatare �nacted Local Gov't Code, �ection 552.913 in suppart the City of I��nton's efforts to �mpl�ment a�onlbined Heat and Pow�r Economic I)evelopm�nt District (CI�P-EDD) in an area near th� Airport Industi°ial Park. This legislation allows the City of Denton to o�vn and operate a gas utility for certain purposes and in a limited area of th� Ciiy. _ � - . -� • . - � � �. � � -. , t _, , • l �. �:�. . � • ! r ,� •r' � �" �., • 4," • � • �' •' � �� ; ' � � ' ! I)uring 2012, th� City �ouncil expr�ss�d ar� interest ir� calli�g an �l�ction to allow City of I7�ntan vat�rs to d�termir�e whether they desir� that the City own and operat� a gas u�ility in the Airport Ir�dustrial Parl{ ar�a. The Council further consid�red this id�a at the City Council retreat on Jar�uary 29, 2013, and determined to �ut this issue iA� front of the voters under the ierms of the City Chartero s:Alegal\our doc��me��ts�niscellaneoas\13\ageu�la inforrnafion sheet P�or election orclinance fbr g2is uCiliry.doc �' ` � " ` . • " ` .• �• ! f ' ' ' _ ., �� .. •; . •- - • _ �• t � � s _ s• . � - '. �� ' - • - �• r .� � .r • . - - r• . � - � �� ' • •� • , _, t � r � �.� . s • • • �� • ��.- �r s��• r�- �� _ .: • - • - r- - - -r . �- . �, , r � • - . �. - � r � • •- � f - r-r � r • •- • , - • . . � . �• � • . � • r� t •• - • �� . _ • •.r . -- � , � �r��� -� -, �_. r�-� �, t�� Another Councilmernb�r express�d a desire to �vidence the City's inient to utilize the autllarity gr�nted t� the City by �he elec�orate to b�come a�as u�ility in this lir�ited area of the �i�y in the ev�ilt other gas providers elect to not extend servic� ii�to the area in a timely, cost eif�ctiv�, or corr�prehensive manner. City staff has crafted a provision in the preanible acldressing this cancern. I�owever, th� language ir7 th� ballot pro�osition itself is not conditioned ora this premise in order to meet the letter and spirit of Iaw and interpreiative cases that ballot propositians state wiih clarity the issue before the electarate. Finally, Council considered a� th� Jalluary 29, 2013 r���reat wheth�r to limit the City's ability to s�ll gas to nonmresidential custor�ners, and deterinined to limit any gas sales to this category of custom�rs. •� !' / ��• •' . • • , � • � .• r -- • -!, • � • � � * '� • '�' � !; � r�� ' � r `• � • I2��l�liiIIVIEl�DA'TI�TV: The �ity Staff recammends enactm�nt of th� aitached ordinance if ii is the intent of the City Cauncil to put the question of wheth�r the City should become a gas utility in a limited area of th� City and for a limit�d purpose b�for� the City of I7enton voters. Attachments: l. Charter 2. L,ocal Clov't Code, �ection 552.913 3. �rdinance No. 2012-044 4. Election Ordinance •.�- `� I . "� � d���,, �� � .. w� � rd�� , � : .� w � Anita Burgess, �ity Attorney 1l18!'13 �lunicode ��:����°��a���w�, "�°�.�����m��°�, �����:��,� ��� �:��o�m���m��u�����,� ��.. ff"m������..��. � a� �;����,��°���:�°`n ���� a�.�"�'"��sn➢�II":: ���a � ��"���..���s. �.��"�������.����..�.0 °���,� ��� li �:;P.i:,, rE€ , .�,�,�� �,, � .�.� l �� :�,ti S�c. 12.Q`I .�� G�;raer��ouvc�rs res 7�� ,ctinq t.itihities. Sec. 1�.(7?. - Rates, S�c. 12.03. - Excess rev�nu�s of utilitvsust:;ms. S�c. �12.04. - Cli�,uosal �f uCiait�i �rc�.�;Cies. �V��� 5ec. 12.05. - Co������ic��7 a� athnr cit�_ �rh�nents. ��c. 'i ✓.00�. - �eserv�d. S�c. 12.07. - TV1� l�iWil�Oic utiliEies I�a��rc�. S�c. 1?.023. -�ow�r7 aric9 duYi,a�s c��(th� .�ibVic ��tilitiL:� ua��rc�W. ����',`�'���.��"���, '�,�mi���I�rt,"�a�� �'YN�'B��IYPi�:�"�""�n �!rr.o,':u�.����d�,���'�'��� �.�������;��7���N�� (a) Th� �i�y c�� Der�tc�rt may li��nse, r�gul�te, fix ihe r�t�s, contrc�l �nd stapervi�� publi� tatili�i�s c�f �II kir�dsa �� � �� ������r s��� • � �� ^� �.�� � M, r� � � !,� � � � . � � . � +� ,� �� - , �� - r � � � � �^ , r a� � � � � �, „� ��� ,� � - � i !��, ..�� � � ^ � � ••���. . ,�; ^ �r��� r � ���r� �,��^�. � . � ,�. ���ir •�;� � '� r ., , _ �,� , � �� �,�, � � _ ��� �^ , . �t .�� ��� � #� s ! . . i ^ �, ,w,� i ,r �. r* i y, �+, �, �.. . � ,.� I a ....�,. , n" ..r � �,� � , � i M � .-, �., ..� i .�.' � ! ^ � ��� ,! ..�..., � � .. . °����a;m„ �� �m���. �°������ m �� ^� � . � � • �r « ^�� � � . � � ;, r r �� , � ���� . a� ��� ,� ��� s � � ,.. �+ .� 1 ,� s_,� .� ��� � �� � �r � � � .� i r� � ��- �, � ,� �� +� ,� � �w ^ � �, � , � � . � �^ . r ^� � s �� ,� r -� , _ . N� ,� _ � , � , . . . - � , r � �. +r �. . • , . � - ��, • � , � � ,. . „ . � . • ,� ; . �,:, . . � � . � �- � � a� r ..� � ^ � �^� , . • � - . ••� • � . ,� ` • � - , ^' -� ��� ` �' �� r s �^ � w��� s �,�����, `���',.�."�, ��"'����"�;��aw���„� �°��m-m�i�"�Y!"iG�@���� �'� �'�:���'��;��% ���r�xv�p�;�IIY'�p�wm L � � � � � � . r " ^ r . � 1, �11- „ � � �� n � � ; I, � ��� ,. .r i , " ^ �4 �, 1 , , � , �, �, �; � , , � ,, � • � � � IN' 1 �� . ." . ! r4 �. � • .� i ,.� • � �� � � F�i ., , .. .� . . � ,� _, . -. � � #, 1 �� � , r".� �. ^ . . , � "; • :. ,N . �. � • �'" .�/' 1k'" .R;i^" ! � �"�; • ,I' k ��^ 4 11 f� �..' � M, ....�,� ,� � r �. � ^ ;t • • , � � �. ;r . • , ' � � .r � ' .r �� i , � • i � ��, • . . .�� � ,. . � � i ' . � � ,• � � �� �, � ! ,� � � �. - � . : � �� #, • "" i � �; r " 4 ! � � �.� �� " ���� - i n,�:�� � ��,� ��; �:�.r �. � ..,"�*,, ,. , �. ��.. .: .' l., .,./i i:, ...t' !p �'� Y � „ "` � � �� � � �' .. � � � . . f � �� �. � .. � . ^, � ^ � � ,�` � � � ^' ... ..r r�, library.municode.com/print.aspX?h=&clientlD-10644&wTMRec�uesQ=http%3a%2f%2flibrary.municode.com%2f9�i7ML%2f10644%2fle�I2%2fPTICI-I ARTXiIPU... 1/3 1/18/13 Municode ��I �i � I�u� ; � � � �. � �,, - � � ,w . . � � � � � , � �u , � il( � � � ; ' �� � r� . �rv �� , . . . , � ,�'�r I �. . � ,�� ����-� r� � � � � � � ��� �, � � � �� � ,t � , � � i � inve�tm�n� ircar� �x��s� r�v�n�a�s, i� �ny, nca� rric�r� �h�r� �i� (6) p�rc��� �f th� �et irt�estrroena. � � . � ., . � . , , � ^ � � . � �, � � , , �, � � ,� .. � � � ,M _ . ; � �� � , i�� s �� .� �� , �, � ���;. .r�� �,I � �� ' ; �� � ,� � � � . .,�• �.�^ ��� � �r��• �_ ^ � ,. �^��i,.. ,��., �♦ �r ^ .� , - M . . . . rt � � „ '^ - � ��t •-��,� � �r^r+► r �♦ .��� h �� i � . � �. s� r �- �t �� � . ,r�,� ��- -� ',�. �a . , ., ��, �, ,�' �r� � � � ^ ��� � � • . , �� � � i� ,� �^� ,,�. � � , ^^ . . ,��, �: �����.�, "�.�n�.���, �� 9��;������.��;�Pd �;��° �i4.��m����� �.,��������,������������.��fl ,� ,r �� � �� � ,� ��. � . �► � a,� ,� � ^�� • �. � � �,;� n . � +^ � �, � • � ..,. rl � � � . � �# � � ! � ��. � ".,�.,. � � . � � ..e, ,.: �� � "' i � I . I .;., ' n, # � . ' � N R ' + � �� ^ R, !, �������„ "������., n�� �����o������������� �� �����a�����i�� a��.��:?�a ����°�����i���n���������:�b. • •!� �r,� � w • �� s - , , , _ , a _ w • ^ � ��w � � . . - � �� _, • � • ' � • • r ,, r �. • r •^• -r , . • .i; ^�• � ���r r .'"'�" r ! •� ♦ li ♦ ��i'' .! #,� � • i � ����.' �...r4` i � .: w�� �"�,"�° ��l��� �o ✓� dr� �, �`�w�' ��' � V(�����'�'.'� .:�. �0�"% ����h� Q�47t �".,��� L �7rd, Nc�o 79��6, § 2, �dopted Dec. 11, 1979, �nd r�tifi�d Jano 'I�, 19�0, d�iet�d f�rrn�r ���.ti��a�r_.`I;?�Q� ich pert�irred tcs the d�r��t�r �f �tili�i�� �nd vv�� d�riv�d u��r���d�d fr�¢� th� �h�ri�r �dc��fied Feb. 24, 1959. �°�����w „�'���:o��, �°�°�.�� ���,��������. ��n�i����a�,����.� ��e������m � � ,. „ � � ,� � � ^ �^^ � � � ��b ^ R � � � � r� ^ � • • � �^� M �` � �� ^ • �.� . �, �.,�� � r.��aw � .r. � � �- � . �.. (�� � .�IRf ;; ""' �, ' 11, '#� �:� '^",s � ��"`�� .�IB �'..."' r. ,.,r�--��, , •I��',- �,� �,- �.�„' R:� � � � "", i�lr '�� � .� ,. � ..* .-,�,� - ,... .. f, , ' � �,� � .:.� i � '. � �i� � ��. �... :r�',^' �^"...�.. #` :. r •�.;• r�� .' ' �., - .;r, �.�� �-� ,�..� •: ��." ., ""',. � �.+f •M�� *' �' "" : .^ ! 4 ^ ,� ��- � !� ...�„� �' �, � ! �. �: .r � � . 1� � � !1 Y � • "" �!' ,+ � w 1 �- ,. �i s . '" �A9 � �i r � �� � � ���'� �y � ,� , � I�' � � � r� „ � � � �� r�, ��� �. � � ,. �� �,� � �� �- � �i� 1 • ^ ' � R • ��f ' I • I ibrary.municode.corrt/pri nt.asp>C?h=&cl ientlD='10644&H TM Req uest=http%3a%2f%2f1 i brary.muni cade.com°la2fl-f T�/I L°/a2f10644%2fl e�12%'LPF�iIC H_ARTXI IPU ... 2/3 1Y98/13 Municode � ^� � �1 i�� � 1I • " M� �M.� . '. � ,w'. i� � ����r , J .- .,.,� " ei������� �' '� ` i ���'' �t��" � �! ' �.:t �'�. ' M�� .�; � "" � ^ ` �':,.� � r,��,��. ' ,� � � 4 ' �� � N 4 ^" � 4 • � � �'" , •,;��! ����� i ' �Rw � �..ii ��"�� u; ''�,; .j��� � ^,�. � . ..,�,. . � ...� � .�...�. y � � ,n � ,�, �+ � I �. �� ! ��� s � ,�' • � �, ,� � � ,K � , � , � � � ' ,+r. r A, � �r 1 " ,.�, � � 'i� ,+ � � , � �-.. � .., a., , ' �� .�. y�, , � � �... � �+ � ;�, + � ,�+ �. � ', ,.,,. .+ ; F' ^ '� ,. � • � r, • ' '� �r ' �i .r ' �. � ��r � 14 , ;., . , � � ,., , ^� M��, a� � ^ ���a� r^�: • ��,�, ����FwMw `� �".���� � �'�'����������n �.�����;� ������c�� ��� ��°���� ����w.������fl,�� ���.�������� ������r�;�� .. � ,� ; ,,� � � ,- _ r ,• � i ,,,� ,� �� • � . a �� � ��� � � � •s. • ,,� �� �����'+�- �s� . �-i .�I ! • _�s. � � ��s � ��� +r - •�r,� • a �� -• � . .�- - s• • � ���� ,�, •�^,� r .�� a� :�^ � ,� �� ��►i� • ,� i • - � � . s - �r� � � r � . �� ��� s , � � - - � � � �� � * •- �� r � r . � +� •�� ^ • �r �r. • s -■ r �- � �r • . � � �.r �' w �.�' . IL r' � �' ^" • � I �, iC • • , r f �. ,A � �. � ..... � "�, � f: i 4 " I +r �. 'r � • # � #I � �, - . � , � ..� , . �, ., ,.. � .. � � .� ... ,.. �. ,.. � I , # � � 'b � � . ,. ., ,. �. . ,� i� �� �' �•� � i • �, � #, ,� - � ,. .�.. , , ' . � +, �, � �, : . ...� r ;N, �, y �,.: �, ,� � �'. � �� ��+� � i�� �� ! a � !� ���� r ♦ ` ! r r� • rl ` �M.o I'� � � �J� • � �.r "" r �i M� i� ��! � s � � # , � � �� �1 •�. .ili�� s ! � ��k# il ��! �' � �# .1�• •;#� .��;^ � � ��� �; i �, �^"sbs ""' •�Y ! • ��Ii �#u 4'�• �"'F ! ,. s,� � �� �; i IR°" "• �t� " �MM. `1 #I� M l��, " ! i �. ! "`� .��.! ,� • i`• � � "r �*• �, .."" • 1 . � � � � " !' ��,..; , .� 4' "�: �M � w ��.. ^li! !! r �, i �+,:, � ,,.:� ! •#i .r�i w � • �._. .r." �� ::.� �, , �:. r .,,. ` i , � � •� �� ^ • � r '� � '.� � ' � � '" • ! ...,. � � I � � �� � M'"'� #• �ii^,' #'^ � ♦ � �'��' � r 1M �� ^ • �! • ^ • �'� ' 1 •. ,, „ * ., r;,, ! ^' ! r ! � 4�,'1 4 a,�� r.�,�� � � �� w ..,�,i '^'� ��1�:' �. . s �'i " �,�,�", .'!� ���M i ,,r • ^ � �� %" " �i , r' � i „� ' � � �� � "' � d i � , i. �! �... :. i . ,., . � � � ;� �r �^ �r � � � �^ r � • .� ' �. � �# � ,�� ,,, � � �- . .� a�^ ^��� . �«:s, � � « �, ���, �, ,! �.� ��^� ��� � � uu ^� ss. « �� � �,, �,- ��,� s��� ���r • ��, „ ,� ,��, � • � ��� - � �� �� � � • � �M _� �, � � .�, , � �,� � , � � � ; , , � • _ • ,� � , � . - � �r ,� ; ^. ; library.municode.corr~Jprint.aspst?h=&clientBD=10644&HTMFtequest=http%3a%2f%2flibrary.municode,corn°/o2fNTML%2f10644%2flev�I2%2fPl'ICM ARTXIIPU... 3/3 SsB. Noa 1230 AN ACT rela�inq to the c�nstruction and operation of rombined heating and power facil.ities in certairi mlznicipalities. BE 1'I' ENACTED BY THE LEGISLA'I't7RE OF THE STATE OF TEX.AS e SECTION 1a S���bchapter Z, Chapter 552, Local Governrnen.t Code, is amended .by adding Section 552a913 to read as follows: Seca 5520913. COMBINED HEATING AND POWER SYSTEMS IN CERTAIIV MUNTCIPALITIES, (a) This section applies only to a home-rule municipality that, (1) has a population of more �han 100d000; (2) o�ns arid operates an electric utility that is a memk�er of a municipal �ow�r agency; and (3) is located in a county adjacent to a county with a population of more than two milliano (b) To the extent this section conflicts with a municipal charter �rovisi�n, this section controls> (c) A municipali�y may buy, own, construct, maintain, and operate a combinecl heating and pawer system nr plant and related in�rastructurem (d) The c�overning body of the municipality may desi nate a Page - 1 - S�Be Noo 1230 combined rieating and �ower ecanarnic development district that includes territarv Chat: (1) is within three miles af �he combined heating and �ower plarlt, (21 is whollv l�cated within the cor�orate boundaries of the municipality; ancl (3) does not have an interstate or federal highwa lc�cated with:in the bounctar�ies of �he district an the date the territo�y is clesignated. (e) The municipality may sell an energy commodity from the system or �lant, including electricity, chilled water, steam, or gasn The municipality may se11 gas anly to industrial customers located in the combined heating and power economic development districtu (f) The munici�ality srYall assess �ees against a murlicipal entitv sellina aas to industrial customers in the combined heatir� and pawer economic district that are substantially the same as the Page -2 - SuB, No, 1230 �ees assessed aaai:nst a qas utility that is not awned by the municipality for accupation of a municipal right-of-way. SECTI01�1 2 a This Ac_�t tak.es effect i�nmediately if i.t r�ceives a vote af twc�-thirds of al1 the members elected to each house, as provided k�y Sectiorx 39, Rrt,icle ITI, Te�as Coi�stitiati�n� If. this Act does nc�t rece:ive the tTOte necessary tar immediate effec.t, this A.ct �akes effect September 1, 2011a Page -3 - SaBo l�To. 123Q President, of the Senate Speaker of tl�e Hause I li�reby certify �t:hat SeB. �om 1230 passed the Senate an Apri.1 S� 2011., by the fo]�lowinq �rotc�: Yeas 31, Nays 0. Secreta.ry of the Senate Z hereby certify that SmB, l�aa 1230 passed the House on Apri1 �6, 2011, by the �ollowing votee Yeas 148, Nays 0, twa preserlt not voti.ng. �lppro��ed o Pag� -4 - Chief Clerk of the House Date Gc�vernor Pac�e -5 - SoB< Nam 1230 �-- � , , � ,, a �' � � � � _____..._� � .t _._____ ��:UcK�I\our documenLs\oi'dn�anccs111,A�:hp•edcJ in nirpoii. ind �rea.d��cx 'M � 1 �N (�i�.I)IN1��CE t��.F'�TII�Cr A, COIVI�Ifi1CC7 HE,4T A�1D PCi1�E1� CCi7�l���(IC` �JLV�Lt��'M�N�" �ISTI�I�'1 (C'HF'—T�I�) TI�d TF—IE ,�1I�P03�i' INDUS"I�RIAL f�R.�;A OF 1`�Elti1T0[�C; TEXr�..�; L7E�iIC,�JATTl�i�"x Al`�dl� DFSCR➢I3IN4�r TI�E B�t,)NT3ARIES 0�' SU�H L71S�,R.IC7 ;�1ND PRO�/IDII�]G AN EFFECTIVE DAT'�. 1�i%I�[��ZEAS, the City �our�cil oF tlie �ity of 17enton, "T"e�as desires to create tlzc �i�oper �cc7nc��ir�i� er�vironl7�er�t to induce �17� a��vestinent of privai� r�sources iia producti��c business ent�rprises in the �it�r of I7entaza and to �rovide employi��erit io residealts of the Cityy; arid �iHE�.EA�, Con�brnec� Heai aild Power (CI�P) farilitres are cogener�tion plants, �eizerating electrici�ty, chilled r�vater and steasn, anc� are }ai.ghly st��ited to se�°��ice i�.idustrial custoiners i� a targeted ai�d lir-tait�cl a�•ea of pot.ential growth in th� Ciiy of Denton w�hei°e th�rc is a need for reliable, efficierit �nd clean power a.r7d tl�erinal �n�rgy; and i��I��R.EAS, c�.�atural gas is us�d io po�rer C'HP �;eneratioia facilities and is ar�ather energy coinmodity u�hich su�,por25 the enea°��` needs of irrdustry; a»ci �J�IL;REI�,�S, �I-Ct? fa�ili�ies a�fer° t17e added benefit of recl�iciion of the emissi��z af �reel��ouse �ases, � cx�itical ��a1 ii� are�s o.r' �ir qualiiy noil-�ttai��netlt sucl7 as in r�ori�l� "I�exas; ar�d W�IEIZE,AS, C;I�P plants r•equir� less fuel to produce a ggven cr�er�y �utput, �-��11i1e als� ��voadil�g transn�ission and clistribution tosses �that c,ccur �vl�en elec��ricit�� �tra.L��ls loia� ciist�inc�;s O'l%�1' p01�'�i' I111�S; �I'1C� W1��f�,A�, CI-(A pl�iais are c��signed to �rovide alterta�til�e high-quality �Ie�.tricity and th�rmal en�.r•�y to a ctiistonier si�e r�gardless of intez�ruptioias on the po��rer grid, decr�asing tl7e i�npact of power outages, providing stability durit7g t'r�nes c�f critical high load, and i�t�proving po���er qua.lit�� far sensiCa��e equiprnent; and �I-IERE.�S, in its 82�d Legisla�ive Sessian the Te�;as Le�aslature has enactecl Z,c�c�l �;overnn�ezat �ode, Sec 552.913 ��rhicti allorws a han�e-rule rity, such as tl�e City, �o buy, oti�-ia; canstruct, mai��tai�a, and operate a�HP syslei�l wit17 related inlrastx�u�ture, and to sell ��ler�y ccss�nnlodztres �roa�a such systel�z or infrastruct�r�, i���ludin� electricity, clzilled w�tei°, stearn oi- gas ir� a�ombined Fle�t�rl� a��d Powe1° Econ.orriic I7evclopmen� L7°rstrict (C�-IP-�I)T�), so d�sig»ated aild rlefined by th� governin� �,ody of tl�� rnun�cipality, at a cLrstance of no greater tllan three (3) rnzles fcoa7i tl�� �'HP pla���t, b�at ��vhicll b�undaries oi th� clist�ric�t iazay r�ot crass any i��t�i-state or federal hi�l�ways, aald said ciistxiet is uwl�olly witl�in il�e corporate liy�li�s of the �iiy, and �rovided tliat aray sale of �;as �✓il] only be to industg°ial c�stomers, and further that upon any sale of �as, the City �ill be assess�d st�k�stat��ki�11y tl�� salne fees as t1�o�� paid to �he� city by �lor-�-rr�unicipally ow�ned gas utilitie� �"or 9��eir occti�patior� oE'ia�ul7icipal ri�hts-of-way; and� l�H�IZEAS, tl�e C"ity� c�f T�entr�r� l�as identified �n are�. i�eai� ihe e�istii��; Airpart Irldcasirial Par1c �vhicl� n7eets aCl the criteria ol" Lucal C�ovexnn�en� C'ode, Sec. 552.'913; ancl ar,;� � �, � ���' "� s11c��1\our dacunicntslordinances112\ch�-edel in �ir��or9 ind arcadi7cx W�IEREAS, tlxe C'ity Co�ulcil of Che C'rty af D�n�on, Te,�a�, (thc "City,;) desii�es to prors�ote develc��n����nt near Che City c�f I�enton 11ir��o1-t �y �tl�� creatior� �t a CE-1P-EDD to 9�o��te7� ecoi�o���ic de�v�lopl�xe��t iir the C�i�y by �Facilitatin� the �7ro�•ision �f�eco�7oe71ica1 aJid reliat�le fl�ower Co iiadustry a��ci 'l�tisiraess; T�1C)Ver, TIIERT�"C�I�, � i 1 • �� SECTION 1. Tl�e fac�ts ai�ld recitations cuz�t�ained in tl�e above preati7l71� are l�ereb�r fau��d anci decla�°ed to be �°ue ai�d c�a-rect ar�d are incoi•��orated in this ordii�a�lce. SEC�'�I�IC�lel 2. Tl�e �ity kaereby cz�cat�s a"Coi�abincd Hc�ii1Y� an�] P�wei- Econon7ic Developnierit 1�istrict" (C,I�P-EDD) over the area described in Exlzibit "�4", afiiaclled l�ereto and as de�icted ii� the nlap attacklec� reereto as Exhibit "B" ,SE�1 i�� 3, 7'1�e� terr�7 "i�zc3ustrial customez�s" as used herein s77ea�ls an,� custaz�Y�ers la�:ated withir� tl�� ��IP-EI7Z7 �r��agud fz7 ind�astr�ial us� activities t-ela�t�d tci the n�anufacture, r�,farellausing, sl�ippin�, produetion or storage af prradtic�s to l�� tt�ansported elsewl�er�e tai- r�elail sa1e� inc�ludine� but s�ot 1i�l�rted �to, �ssociat�d Ai�part uses, uses that ]lav� a 1�iosrth Aanerican Industry Classificatiar� �ysterri �'ode as of Fel�ruary 2012, oi 3l, 32, �3, and t11os� uses i�z Cade �2 relatirig to electric gei�eratic�r�, steai�l, and air-conditionrn� supply. 5CC'TIClN 4. l�he Cit�y o�FI:?etaton"s �c�ana�rliic Developi7�e�1i Director and tl7e Econonlic De�relopineilt Par°inersllip �oarc�, in cc�r�s�alt�tion ���ith Denian Municipal I;lectric, are 17ere�ry assi�r�zcc� the taslc of cz�ea�Cin�; Cr�uidelines �%�r° I��.eniives ��ithirl the �HP-�DI7, to include� recoxnnlendaticrns: �s lo the types of businesses bes� suited for i-ecruitment to the District, einplaasizi��� b�7sii7esses wl�licl7 a�re i.r�dus�tl�ial ri� r�atur-e a�ld ]Zigh users of tt�le �ner�y con�m�dities ta be yn�d� �r�ailable; as ta the ecc�t�caan.ic dear�;l�+pr��ent i��centrtifes to l�e mad� atitail�ble to tlz� re�i°LUte� businesses, i17cl�tdit�� incei�tives r�;lated to tlz� u1-iique energ}� commodities �i' the I7is�rict; a�1d a�n�y other irac�iiti�r�s w�aich, ili tlae� opiliiori of tlae Econ�mic I�evelopmer�t� I7irector ar�d the F.cori�rl�ic Devclog�r�r-�en� Fa�rtnerslzip Boaa�d, will asstiire th� �tir�lely develo�inent of this uriic�ue ar�a ancl u�l�ich °��ill r�zaximiz� tfie City �f L7ei7ton°s ol�port�uzitie� v��itP��in tl�e I�istrict iaz recagx-iitio�n o�'th� lirr�ited size �f i�ts faotpr•i��i. Tl�ese Guadelines �for In�ent�ives s1�a11 be prese��ted to �t11e City Cout�cil f�ar approval gri a�im�ly maiuler, bu� no lat�r tl�7r� ,Tt�ly I, 2012. Nothing 17ereir� shall be iriterpreted lo atherwise limit developr��e�t ���ithin t}xe district. S�C"I'��N 5. The II:3is�trict s1�a11 be cr�eated�imrlYedia�el�� upon passage az'this orcii�rai�ce, SECTION 6. �f' aY-�}� sectiori, p,ara�,i�aph, cla�.�s�, or provision of this Ordinance sl7all for any :�-easoil be held �to b� ii�v�lid oz- ul�en�'orceable, t1�re iilvalidity or Linenforceability of such section, para,�xaph, clause or pravision shall not affeci any of the rei�aining pravisions of this �Jrdiziallce. �iEC`1�I�N 7. Tl�is Ordinat�ce sl�all becat7�e effective it�ln�ediately upon its }��ssa�e aiZCi ap��e���ral. a �ge G s:AIcgal\our �incwvcnts\or�din�ices1121chp-cdd in �irporl ind ;+rc��.docx L ��.SS�I� Ahli� APPR0V�11� tliis tlie _S � � ciay of°_ " �.G>rr� �'x�, ?012. .� • : � • �TTEST .1CNNII'ER 1�/ALT�RS, CITi' SECRE"I°ARY � ,�#PPRO�ED A5 'TO LEC�AL, FORIvI: liNIT'!1 HU�Cr�S�y �ITY �T'"I'(��[Z.I�tEi' ( �� }3 Y; � � � -d� 1.�. �, � . � _ I'a�e � I ; ' I � � � � ��, � ��I � s � . r'� r• l^, •• ^ l All tNiose certain lats, tracfs or parcels a� land lying and being situaied in the City arod Counfy of Denton, State of Texas, and bein� situated in all or portions af the �ollowing abstract sur�rey traets: S. Nuizar Survey, Abstract I�o. 514, 1`. Eagan Survey, Abs�ract No. �06, M�P � PRR Ccs, Survey, Abstract No. 1470, W. Bryan 5urvey, �bstract I�a. 148, E. Orr Survey, Abstract fVo. 9�3, �BB & CRR Co. Survey, Abstract No. 192, G. Barb Survey, Abstract No. 208, T� P RR Survey, Abstraet Na. 1302, A. Myers Survey, Abstract fVo. 1699, A. MilNer Survey, Abstract fVa. fiH7, G. Meyers S�irvey, Abstract iVo. 843, J. Perry Survey, Abstract fVo. :1040, E, Puchalsl<i 5urvey, Abstract IVo. 996, J. Scott Survey, Abstract fVa. 1222, J. Bacon 5urvey, Absiract iVa. 1541, W. Wilburn 5urvey, Abstract No. 1419, M. Davis Survey, Abstract No. 377, E. Egan Surv�y, Abstract No. 412, I. IVIcCormick Suivey, Abstracf Nn. 955, E.E. Mays Survey, Abstract fVo. �44, T. Tnby Survey, Absiract IVo, 1285, J. davis Survey, Abstract Nn. 326, J. Wright Survey, �bstract No. 136Sy C7. Davis Survey, Abstr�ct Na. 356, S� Wright Surv�y, Abstract No. 1366, W. iVeill Survey, Abstract fVo. 97t7, W. Smith Survey, Abstr�act No. 1188, C. Chawning Survey, Abstraet N�r. 266, b. BrewsYer S�arvey, Abstract No. 56, ,4. Madden Survey, Abstract No. 851, J. A. Burn Survey, Abstract No. 132, T. Carruth Survey, Abstrar.t t�o. 1707, T& P RR 5urvey, Abstract No. 1292, J. Hardin Survey, Abstract Na 1656, D. Dougherty Survey, Abstract Nao �57, J. McDonald Survey, Abstract Na. 873, 1. Bacon Survey, Abstract IVo. 154(), J. C�alton 5urvey, Abstract IVr�. 353, I. Heml�rie 5urvey, Abstract No. 594, J. Kjellberg Survey, Abstract No. 16:10, Wm. Sajvis Survey, Abstract No. 1174, S. Pritchett 5urvey, Abstract IVo. 1004, C. Byerly Suwv�y, ,4bs'tract Nr�, 145�, B.B.B. & C.R.R: Co. Survey, Abs�ract No. 176, G. West Survey, Abstraei Na� 1393, 5. Pritchett Surveyy Abstract Na. 1021 and the NI. Paine Sunrey; A�stract No. 1036; and being more partieularly described as fnllows: 6E�IhiNIIUG at the southwest eorner of the intersection of Interstate Highway 35 and U,S. Nighway 3�0 and being fihe mast vvesterly carner af Lat 1, Blotk l, of the QT 91� Addition, being recorded under Co�anty Cleric's File C�o�um�rrt Na. Z011-31, Plat �eccrrds, De�i�an Caunty, Texas; Thence South 45 Degrees �di fVlinutes 56 5econds East, along the west line of Interstate Highway 35 a distance af 156,54. feet �o a point for a carnerr Thence with'the wes� iines of Interstate Highway 35 the following forty six bearings and distances: 1, South 42 begrees 26 M inutes 11 Seeonds East, a, distance af 366.56 fiee�; 2. Sauth 25 Degrees 29 Minutes West, a distance of 60�.3 feet; 3, Sou�l�t 15 Degi-ees 01 �Ulinutes E�st, a d�st�nee o� 2,�25.6 f��t; 4 South 40 Degrees 12 Minutes 46 Seconds West, a distanee of 38.52 feet; 5, South 53 Degrees 43 Minutes 40 Seconds East, a distance of 52.43 feet; 5. Soufh 16 Degrees 01 Minutes East, a distanee of 918 feet; i, Curve to I_eft with an Arc Length of 1,670 feet with a chord bearing South 26 Degrees 00 iUlinutes 015econds East, a distanee of 1,661.25 feet; 8. South 32 L�egrees 36 f�linu.tes 00 SeccrneJs East, a distanee of 597.?,� feet; 9. South 29 Degrees 42 fVlinutes 04 Seconds West, � distance of 46.48 feet; 10. Southeasterly crossing Prairie Street a distance of �7.72 feet; 11. South �7 Degrees 59 Minutes 3G Seconds West, a distance of 30.0 feet; Page 5. of S �XHG�IT `��" 12. South 03 Degrees 45 Minutes 16 Seconds East, a distanee of 644.27 feet; 13. Sauth 16 Degrees 10 �1linutes 29 Seconds East, a distance af 1,01S:S8 feet; 14. South 04 Degrees 41 IVlinu�es 19 Secands West, a distance af 3II0.05 feet; 15. SoutFr 6� Degrees 07 Minutes 33 Seconds West, � distance of 1,OQ4.:16 fe�t; '16. S�uth 88 Degrees 28 Minutes 48 Seconds East, a distance ofi 593.29 feet; 17. East a distance 235 feet; 18. Suuth crassing FM 1515, a distance of 90 feet; 19. South �0 De�re�s 04 �/linuies 12 Ser,ands East, a distance o� 75.81 fee�t; 21�. South 1.9 begrees 03 I�linu�es 27 SeconcJs East, a distance of 310 feet; 21, Sa��th 01 Degr2es 41 IVlinutes 33 Seeonds V�/est, a distance oF 207 feet; 22, Sauth 16 Degrees 16 Mir�utes 33 Seconds West, a distanc� aF `1,255.77 fieet; 23. South 20 Degrees 50 IVlinutes 12 5econds West, a distance of 2,660.40 �eet; 24. South �9 Uegre�s 23 Minutes 20 Seconds West, a distance of 107.75 feet; 2S. 5outh 00 Clegrees 36 IViinutes 4Q Seconds East, a distance o� 178.14 feet; 26. North �9 Degrees 23 Minutes 20 Seconds East, a distance of 70 feet; 27, Soutn 23 begrees 42 Minutes 32 Secands West, a distance of 199.58 feet; �8, Curve ta the Right with an arc Lengih af 585.62 and a chord bearin� oi South 23 Degrees 50 MinUtes 56 Secorrds West, a distance of 585.35 feet; 29. Sc,uth 26 Degre�s S1 Minutes 40 Secands West, a distar�ce of 358.22 feet; :30. Sc�uth 31. De�rees �9 Minutes OCl Seconds West, a distance of 200.56 feet; 31, 5outh "26 Degrees 51 Minutes 40 Seeands West, a distance of 602.2Q feet; 32. South 85 �egrees 5$ Nlinuies 20 Seconds West, a distance of 30i feet; 33. 5auth 57 Degree.s 32 Miriutes S15ecorids West, a distanc� of 62 feet; �4. South 00 Degrees 55 Minu�es 00 Secc,nds East a distance ai 3Z feet; , 35. South 33 Degrees 20 Minutes 3� Seconds East, a distance of 3�.8.16 feet; 36, South 2.6 Degrees 51 Minutes 40 Seconds West, a distance Uf 4,900 Feet; 37, South .36 begrees 47 Minutes 14 Seconds West, a distanee af 406.08 feet; ��. Sauth 26 Degrees 51 IV1inu2es 40 Seconds West, a distance of 426 fe2t; �9. Narth 63 Degrees IJ� Minutes 20 S�conds West, a distance� r�f 490 ���t; 40. South 26 begr�ees S1 Minutes 40 Seconds West, a distance of 100 te2k; 41. Sc�uth 39 Degrees 17 Minutes 1� Seconds EasY, a dist�nce of 207.74 feet; 42. South 0.5 Degrees 19 Minutes 14 Seconds West, a ciistance of 204.27 fieet; 43. South 26 Degre2s 51 Minutes 40 5econds West, a distai�ce of 400 feet; 44, South 2II L�egrees 32 Minutes 48 Seconds East, a distance of 352.28 Feet; 4S. 5outh 26 Degrees 51 Minutes �40 Seconds West, a distance of 855.43 feet; 46. South 26 Degrees 51 Minutes 40 Seconds West, a distanee of 1,031.33 feef; Thence Soutl�r 26 Degrees 51 fUlinutes 40 Seconds West, alon� ihe west line c�'F said li�l�r�ta�e Highway 35 a clistante aF 1,U31.33 feet to a point for a corner on th� west lir�e of said Interstate Highway 35 and said poi��t also k�eing the begir�ning of a curve tn �he right having a radius of 15,840 feet; Thence with said curve to the right an arc distance af 17,933.63 feet, said cuo�ve has a chord bearing and distance of North 51. Degrees �"1 fVlinutes 36 5eeonds West, 16,991.05 feet to a point for a corner and. said point lying r�n the existing Denton city limits established by Ordinance �GJ06-205; Page 2 of 5 �x�r���r „���. Thence Narth 00 Degrees 32 Minutes '1S 5econds East, alang said city limits line a distance of 1,941.14 feet to a point for a corner, said point lying an the intersecting centerlines af Tom Cole Road and C. Wolf Roado Thence North acrcrss Tom Cal� Road � d'astance of 25 feet fa a point for a cocner, said point lyir�g on the north right-of-way line ofl'om Cole Road; Thence West along the north right-af-way line ofTom Cole Road a distance of 5(70.UC1 feet to a paint for a carner, saic� point being t.he intersection of the east right-of-way line of C. Walf Road and �he IVorth right-af-way line aF Ta� Cnle Road; Thence in a IVortherly directic�n, alang course and distances of the implied east right-of-way line of C. Wolf Rnad a ciisianc� raf 4,,340.63 feet to a point for a carner and said point also being the beginning of a curve to the right having � radius of 15,840 feet; 7hence with said curve ta th� ri�ht an arc distance af i,744.15 feeY, said curve having a chnrd bearing arrd distarrce of North 18 clegrees 04 minutes 28 seconds East, 7,666.93 feet, to a point for a corner an the sauth right-nf-vuay line oF U.S. Highway 380; 1"henc� with and along the south right-of-way line of U.5. Nighway 380 the follawin� sixty one bearings and distances: 1. South 84 Degrees 16 Minuies 31 Seconds East, a distance of 585.53 feet; 2. .Sauth 87 C7egrees 55 Minutes 32 5econcis Easi, a distance af 751.92 feet; 3 Sr�u�h 78 C7egrees 27 RJlin�ates 45 Seconds East, � distance of 152.07 feet; 4. South 87 Degrees 55 Minutes 32 Seconds East, a distance of 257..10 feet; 5. Saukh 87 C�egrees 55 IViiriutes 32 5econds East, a distance of 348.9b feet; 6. North 78 [7egr2es 02 Minut�s 17 SecUnds Cast, a distance af 103.0� feet; 7. South 87 �egrees 55 Minutes 32 Seconcis East, a disfance c�f 220,22 feet; 8. 5outh 8i Degrees 55 Nlinutes 32 Seconds E�st, a distance of 79.78 fee�; 9. Sauth 72 �egrees 4C1 Nlinutes 15 Seconds East, a distance of 106.26 feet; 10. Sputh 72 C7egrees 40 Minutes 15 Seconds Eas�, a distanee of 121.77 feet; 11. Snu�h 8i D�grees 55 Minutes 32 Seconds E�st, a distance nf 150.4b feet; 12, Sauth 8i Degrees 55 Minutes 32 Seconds East, a dis�ance of 2i9.60 feet; 13, Nnrth 75 Degrees 22 Nlinutes 28 Seconds East, a distance of 52.2C1 feet� �.4. South 87 Degrees 55 Minuies 315eeonds East, a distance of 605.27 feet; 15, North 85 C?e�r�es 3� I�iinute:s. 21 Seconds East, a distance af 25Q.�6 feet; 16. North 85 begrees 39 tVlinutes 2i Seconds East, a distance af �45.10 feet; 17. Sou�h 87 Degrees 55 Minutes 31 Secands East, a distanc� of 1A�8 feet, �.8. f�lorth %9 Degrees 19 Minutes 02 Seconds East, a distance of 104.58 feet; 19. South 87 Degrees 55 IVlinutes 32 Seconds East, a distance of 150 feet; �0. 5cruth 79 Degrees 23 Minutes 415econds East, a distance of i01.12 feek; 21. South 8? begre2s 55 IVlinukes 32 5ecands Eas�, a distanee of 200 feet; Z2. Nnrth 83 Degrees 32 Minutes 38 Seconds East, a distance of 101.12 fe2t; �3. 5outh 87 Degrees 55 Minutes 32 Seconds East, a distance of 807.82 24. South 87 C7egrees SS Minufes 32 Seconds East, a distance of 51.13 feet; Page 3 of 5 i �� 2S. South 87 Degrees 5S Min�tes 32 Seconds East, a distance of 60.13 feet; 26. Snuth 87 Degr2es SS Minutes 32 Seconds EasY, a distance of 332.81 feet; 2i. South 80 Degrees 1(7 IVlinutes 46 5econds East, a distance c�f 250.40 feet; 28. South E�7 Degrees 55 Minutes 46 Secands East, a distance of 1,201.54 feet; Z9. South 87 Degrees SS Minutes 46 Seconds East, a distane� of 50.36 f�et; 30. North 78 Degrees 45 Minutes 36 Seconds East, a distance of 102.76 feet; 31. :Sauth t�7 Degrees 55 Mir7utes 315econds East, a distance af 259.46 feet; 32. South �G2 Degr�es 4� Minuies 43 Seconds East, a disl:ance of $4.30 feet to the point af intersection of the west right-af-way line of Masch Branch Raad and the south right-of-way fine a� U.S. Flighway 3�0; 33. East, across Masch Branch Road a distance of 60 feet; 34. Narth 46 Degrees 30 Minutes �.� Seconds East a distance of 79.�2 feet; 35. Sauth 87 Degrees 55 Minutes 32 Seconds Gast, a distance of 618.58 feet; 36, North 89 DegrPes 12 Minutes 3i Sec�nds East, a distance of 83.99 feet; 3i. South 87 De�rees 55 Minutes 32 Seconds East, a distance of 302.71 feet; 38. Sc�uth 87 C7egrees 55 Minutes 32 Seconds East, a distance of 132.15 feet� 39. 5outh 87 Degrees 55 Nlinutes 32 Seconds East, a distante of 1�3.59 feet; 40. Sor.ith 76 Degrees 36 Minutes S8 Seeonds East, a distance oF 101.99 feet; 41, South 87 Degrees 55 Minutes 3?_ Seconds East, a distance af 588.59 feet; 42. South 8i �egrees 55 Minutes 32 Seec�nds Eas�, a distance af 176.54 feet; 43. Snuth �7 De�rees 55 Minutes 3� Secands Cast, a distanc� af 284.87 feet; 44. South 85 Degrees 03 Minutes 46 Seconds E�si, a distance of 100.'13 fe21; 45. South 87 Degrees 55 Minut�s 32 Secands East, a distance of 107.84 feet; �6. So�Fth 44 Degrees 07 Minutes 45 Secands East, a distance of 12.40 feet to the point of , intersec�ioe� of the west right-of-way line of Western �oulevard and the south rigl�t-oF-�✓ay line of U.S. Wighway 380; 4i. East, across Westerr7 Bnulevard a distance of 13S feet ; 48. North 4S C�egrees 52 Minutes �5 Seconds East, a distance af 11.8� feet; �-�9, South 87 begrees 55 Minutes 32 Seronds East, a disfance of �00.5� feet, S0. South 87 Uegrees 55 Minutes 32 Secor�cls East, a distance of 245.39 feet; 51. Snuth 87 Degrees 55 Minutes 32 Secands East, a distance af 743.91 feet; 5�, South i6 [7egrees 36 Minutes 57 Seconds East, a distance of 50.99 feet; 53. .South 87 De�rees S5 Minutes 32 Seeonds East, a distance of 33i.93 feet; 54. North i3 17egr2es 14 Minuies 04 Seconds Eas�t, a distance of 67.24 feet; 55. South �9 L�egrees 03 Minukes 14 Seeonc9s East, a distance of 100 feet; 56, South 72 D�grees 21 Minutes 14 Seconds [ast, a distance af 104.40 fe2t, 57. 5outh 89 Degrees 03 Miriufes 14 Seconds East, a distance af 116.36 feet; 58. South 89 Degrees 03 R/linutes 14 Seca��ds East, a dist�nce afi 133.e�� �eet� 59. North 82 begrees 24 Minutes 5S Seconds East, a distance of 202.24 feet, 60. South 89 (7egrees 03 Niinutes 17 Secnnds East, a dist�nce of 80 feet; 61. Sauth 62 Degrees 29 MiniJtes 1� Seconds East, a distance of 97.13 feet; ihence South 89 Degrees �J3 Minutes 14 Seconds Easf, continuing along the snuth right-of-way line of U.S. Highway 380 a distanr� of 140 feet to a point for a corner a.nd 6ein� the norih�Nest cornPr of s�id Lot 1, Black 1 QT 912 Addition; Page 4 af 5 E)��11�6� ����� Thence Nnrth 64 Degrees 58 Minutes 35 Seconds East, along the Soufih line of U.S. Highway 3�0 and Norfh line af said Lot 'l, Blncic 1 QT Addition a distance of 88.Z8 feet �o a paint for a corner; Thence South �$ Degrees 04 Minutes 15 Seconds East, along the South line of U.S. Highway 380 and North line of said Lot 1, [31ock :1. QT Addition a distance of 142.G3 feet to a point for a corner; Thence Souf.h 71 Degrees 41, Mir7uCes 15 Seconds East, along the South line of U.S. Highway 380 and IVorth line of said Lot 1, E31oc4< 1 QT ArSdiiiun a distance af 163.37. Feei to a point far a corner; ihence South 45 Degrees 25 Minutes 20 5econds East, along the South line af U.S. Highway 3$0 and North line c�f said Lot 1, Block 1 QT Additian a distence af 148.34 feet to the P�IIVT d�F �E�IN(VIfVCa and r.ontaining in all approximately 8,533 aer�es of lanr�, more or less. SAI�E �IVN� E�CCEP7° from th� abr�ve described �,533 acre tract �II those tracts khat wei�e specifically Saved �nd Excepted fram City of Derrtan anne>cation ordinances 2010-117, 2010-121, 2010-1�Z and �01a-i73, thase 5ave and Excepi tracts described �herein being subject ta cert�in non-annexation agreements arrd ai�e not presently situa�ed uvithin the municipal boundaries of the City of Dentan, Texas. Page S nf 5 ���-�����,�� PI�IP Cor��ir�ed Heating ar�d Pc�wer Economic C�evelapn�ent District (CHP-EDD) �- Combined Neating and Po���er Plant �ocatian s:Ue�al\our dc�c�dments\orrlinrr�ces\13\electi�n orclinance foc gas utility.doc r � . � �,. � ,� � t �� � s c �;, �, r � r � �� � � i .. � M � r •'. /, � r, � � � t � ' •.' • � i • ! • i, • • ' ! ' �� . . .. � 1� • • . . � . � . � . � . . ., � . f �� �!r � s � r� � � M, ��' � � � i � i � � � i� i� � � � � � � � � ' � � r �� � r �, �' � ' �' a r��,, �! ��� �I � �, �' � �, �' � . .� . ; , � . • • � • � • . . � • � � , , . �, � !, '' ',: •' •, '. f- '''� 1� i' � ��.� r, , �� �" i ' � � �, � � � � � . � � r�, i � � r� �, � � ,, . . • r � .i� r � WHEFtEA�9 the Denton �ity Chart�r, �ection 12.01 provides that the City of 17ent�an may own9 acquire, coilstruct, rr�aintain, and operate a pliblic utility which was not avaned and operated by th� City on the effective date of the adoption of the City's Home Rule �harter, February 24, 1959, upon tl�e approval af a majarity af the qualifiecl voters of the City; and �rVIIEIZEAS, the City af I7enton did not own atid operat� a gas utility an the ref�renced date; and ' � • �- r- � • � ; � r . '. . -, s! r � •. . , ' � - t -; . - - � - - -; - - . -• • . • i •�- � .�� • i- • r r • - . • s -r -. . . �. . . �- .. � � r r -, • . , . • , r � �- • • � • •.- . - . •, � , • •• . • . -• .�-. • . � ' ' • s • • . ! f 1�A • -. . .,.�r '• •, � � ', �' ' ' � • � • • . • • ! � •` • � �', •` • • i •s � � � �7VI�EI�AS, the City �ou�lcil has de�errt�in�d it is in the best int�r�sts of the City of �enton to call an el�cti�r� �o allow th� voters io deterrr�ine whether they desire that the City own and operate a gas ukility in the industrial ar�a near the City of I�enton airpori, which lcrcaiion is more particularly de�cribed in Exhibits "A" and "�" a�ttachcd hereto and incorporated h�rein, foi ihe purpase of providi�g gas r.ltility s�rvices ta non-residential customers; and W�-IEFZEA�, the City Council determiiles to utilize authority granted to the City by th� electorate to b�corne a,gas utility ir� this limited area of the City and for this lirriited purpose in s;Alegal\o�ir doc�amenfs\ordinances\13\electic�n ortti��ance f"or gas utility,rloc f �' . i � � f !I ,t ,� � ` + f � � • � • . #" � ! i • �" • s �. WI�EIZEAS9 t11e City C;ouncil finds that the pro�posecl electioil is in the public inteiest and that th� ballot proposition does nat coniain tnor� than one subject; �i�W, TI�E1�F'OR�, •, � • � � ' '., 1'�` � �E�T��JN 1. The pr��l�bl� to this Ordinance is incorpar�ted by refelence and adopted as though set forth in fiirl in the bocly of this Ordinance. SE�TI<JN 2. In accordanc� with ihe provisions of th� I7er�ton �ity Cliar�er, Section 12.01, there shall b� submitted to the voters of ihe City of Denton9 Texas, at an electron to be held on IVIay 1 l, 20139 th� follo�vin� proposition: • � �77�7►"'i��[���I a '� � ', � i ', � � �' � � k � ' � , � r r � � ' � � r • i ' � ; k � � �, • � � • �; � � s � • r , � • � . � t, � � � � � � r � � • � r t • � � r � i � � � i i � �' i '���, ' ' � •�.�, • �,, . ���� . t� � ♦ � r � � � � c � �, � �, �' ��, . � � � •�.�,� YE5 NO • • • -. � • , r- • � . • - - •- , - • • . 1 . - _ . � - � _ - -• . ._ __ _ �_ ._ �- � � . • _ � �- � . � • - - • � •, � - . � • . - i � • . •- r •- . • • . � �' �- � • ,• •, .. • .-• . . � � •' ' � •• . . - �-• • . . - , r- .r r - � • - . � - - •�- . � . - -. • - �; _ - - • . • . �- • ;• - r; � -• , • •. - . , • ,• - . SECTION 6. Th� cap�ion of this Ordinance shall be published in a newspa�er of general circulation in ihe City of I7enionq in coinpliance with tl�� prc�visions of law. FL�rtller, this Ordinance may be published in parnphl�t form and shall be �d�nissibl� ir� such forrn in any court, as provided by law. • t' r � . . • « • s � « • . ` � .r• � , . .t � . � • . ` -'� • r- • � . • • . • . • . •� • � r __ s:Alegal\ciur documents\ordinances\13\electi�n ordinance firr �;as utilit}�.doc CJrdir�ance and the City Co�.ancil of �he �ity �f I��nto� h�reby declar�s th�� they �vould have enacted su�h r�tnaining portions despit� any such invalidity. ! ' I � , w � . � •- _ _* ' . � . • r . _ • � -• •, - • - r • . • , • _ _ -• . � - , s r, - � • t • � �, • ', • • . . -r . . , a �; • , • _ S�C'TION 9. This �Jrdinance shall b�com� effe�tiv� irrirr��diately upon its passag� and approval. � � �j [ �j � � r • �� �? !.' �: � � ATTEST: JENNIFEIZ WAL,TERS, CIT�I SECRETAIZY , APPI�OVEI7 AS TC� LEGAL FC�RIVI: �LV���I�v��.l�i1��9��11 ��1� �� � i � „� i3 d : ,'Wa � q �L, '� �,'l. � \ a ���, ��,, �. : �. �:� � � t i � � � � " � �' r `, �i � , '• i s -• , �- ♦; � s '• . 1 � �E(�INNING at the inters�cti�� of th� centerlines of C, �Jolfe l�oad at�d Jizn C1lrist�l l;.oad; TI�ENCE easterly �vith �11� centerline oi Jim Chris�al Ftaad to a poir�� being the int�r��ctir�g c�i-�i�rlin� of Thamas J. E�an Itoad; TI-iEIVCE vorthwes��rly with the ceriterline of T17orr��s J. Ega�a �Zo�d to a poini being the irli�rsecting c�nterline c�f U.�. �Iighway 380; TI�EN�E easterly with �he centez•lin� of U.�. I�igh�vay 3$C to a point beiilg th� intersecting cen9:erlia�e of Interstate Ilighway 35; "I'HEN�E southeast�rly with the c�nterline of Interstate I�igh�vay 35 to a point being ilae intersecting centerline of Int�rstat� �Iighway 35 �/�st; T�IENCE southwesterly with the centerline of Inierstate Highway 35 \7Vest to a point being th� intersecting centerline of J�hn 1'aine Road; THENCE northerly with ihe centerline of John Pain� Ro�d to a point b�ing th� intersecting centerline of F.M. I�ighway 2449; THENCE w�sterly �viih the c�nterlin� of F.M. I�igh�vay 244� io a point being ihe ii7tersecting celiterline of �. Wolfe Road; T'�IENCE northerly with the centerlin� of C. Wolfe Road to a point being the intersecting centeriine of Tom Cale IZoad; T'IIENCE westerly �vith the ce�terline o� Tc�m Cale Road to a point beiilg the intersecting cenierline of C. Walf� R�ad; T�IENCE nortllerly �vith th� ceTit�rline of C. Wolf� R.c�ad to the POINT OF �EGINNING. Page 1 of 1 EXHIBIT "B" Proposed Natural Gas Service Area s:\legal\our documents\miscellaneous\13\ais kelsey engagement.doc AGENDA INFORMATION SHEET AGENDA DATE: February 12, 2013 DEPARTMENT: Legal Department CM/DCM/ACM: Anita Burgess, City Attorney SUBJECT: Consider approval of an ordinance of the City Council of Denton, Texas authorizing the City Manager to execute an engagement arrangement ("Engagement") with Kelsey, Kelsey & Hicicey for legal services regarding property acquisitions and claims matters related to electric transmission line and electric substation purposes of Denton Municipal Electric; authorizing the expenditure of funds therefor; and providing an effective date. BACKGROUND: The City of Denton is in the process of acquiring numerous real propei�ty interests and addressing claims related to the expansion and improvement of electric transmission facilities of Denton Municipal Electric ("DME"). Pursuant to the opinion of Denton's outside legal counsel, the legal costs to be incurred pursuant to the Engagement are to be included in DME's transmission cost of service and not borne by DME and its ratepayers. Instead, such costs are spread across all ratepayers in Texas within ERCOT. Accordingly, please see the attached proposed Ordinance for your consideration. OPTIONS: Approve, deny, or postpone the action, '' RECOMMENDATION: Staff recommends approval of this Ordinance. Attachment: Ordinance � ���--�� � � �� . �,� � � � �.._ �� � �; � �.� �_ Anita Burgess s:\legal\our documents\ordinances\13Uceisey engagement ordinance.doc ORDINANCE NO. 2013- AN ORI7INANCE OF THE CITY COUNCIL OF DENTON, TEXAS AUTHORIZING THE CITY MANAGER TO EXECUTE AN ENGAGEMENT ARRANGEMENT WITH KELSEY, KELSEY & HICKEY FOR LEGAL SERVICES REGARDING PROPERTY ACQUISITIONS AND CLAIMS MATTERS RELATED TO ELECTRIC TRANSMISSION LINE AND ELECTRIC SUBSTATION PURPOSES OF DENTON MUNICIPAL ELECTRIC; AUTHORIZING THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council deems that it is in the public interest to engage Kelsey, Kelsey & Hicicey (the "Firm"), to provide legal services pertaining to the property acquisitions related to the Denton Municipal Electric future electric transmission line projects and future electric substation projects to be situated within the City's duly-certificated service territory and the matter styled Roth, et al. v. Ciry of Denton, Texas, Cause No. 2012-60839-393 pending in the 393`d District Court of Denton County; and WHEREAS, the approved City Capital Improvement Plan for 2013-2017 provides for the construction of twelve (12) substations and seven (7) transmission line projects that call for the acquisition of real property interests; and said projects provide for the future electric reliability of the City; and WHEREAS, the Firm is highly competent in the area af real property transactions, including, without limitation, eminent domain activities and is highly qualiiied to perform the services prescribed in the engagement �rrangeme�t; and WHEREAS, these services are necessary, and that due to their volume, should be performed by an outside law firm; and City Staff has selected this outside law firm because of its high reputation in the legal profession in the areas of real property law. The City Council has further determined that the firm is highly competent and the fees under the engagement arrangement are fair and reasonable, and are consistent with other attorneys' fees for such services; and WHEREAS, the City staff has reported to the City Council that there is a substantial need for the above-referenced professional services in order td support the activity of Denton Municipal Electric, the City's electric department, and that limited City staff cannot timely perform the services and taslcs with respect to the above stated services with its own personnel; NOW THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION l. 'I'he preamble and recitations to this ordinance are hereby adopted as express'findings of the City Council and are incorporated herein for all purposes. s:\legal\our documents\ordinances\13Ucelsey engagement ordinance.doc SECTION 2. The City Manager is hereby authorized to execute the engagement arrangement by and between the City and Kelsey, Kelsey & Hicicey (the "Agreement") for professional services, as stated in said Agreement; such Agreement in the form of the Agreement attached hereto as Exhibit "A", incorporated herein by reference. SECTION 3. The award of this Agreement by the City is on the basis of the demonstrated competence, icnowledge, and qualifications of the Firm and the demonstrated ability of the Firm to timely perform the services needed by the City for fair and reasonable fees. SECTION 4. The expenditure of funds as provided in the attached Agreement is hereby authorized. SECTION 5, This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. ATTEST: JENNIFER WALTERS, CITY SECRETARY I: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY i� By, � .�� . ���. MARK A. BURROUGHS, MAYOR � Exhibit A KELSEY, KELSEY & HICKEY ATTORNEYS & COUNSELORS RICHARD H.IC�LSEY Board Certified, TEXAS BoARD OF LEGAL SPECIALIZATION - Commercial, Residential, a�id Farm and Ranch Real Estate Law Estate Planning and Probate Law '' Jofnv E. KELSEY Certified Ad Litem, STATE BAR OF TEXAS Probate Matters SCOTT VV. HICIC�Y Board Certified, TEXAS BOARD OF LEGAL SPECIALIZATION Oil, Gas and Mineral Law February 6, 2013 Ms. Anita Burgess City Attorney, City of Denton 215 E. McKinney Denton, TX 76201 RECEiVED FEB 06 2013 Re: Caty of De�ito�a — De�ztori Mu�iicipal Electric Expa�isio�z Project Dear Ms. Burgess: Thank you for the opportunity to discuss the above project with you and Richard Casner. We are excited about the opportunity to work with you and the City of Denton/DME on this proj ect. , � , We understand the scope of the project to be very extensive, covering perhaps five to seven years from beginning to end. The general concept of our role in the project is to be directly involved in the acquisition of property rights necessary to support the project. The legal services we foresee at this time are as follows; A. Identify and understand the scope of the project and how all the pieces of the project fit together. This will entail extensive discussions with DME, surveyors, appraisers, title companies, right-of-way agents, communication with Iandowners, continuous communication and coordination with city staff and DM�, preparation of appropriate documents, negotiation with landowners, lien holders, other utilities, mineral owners, and all those who might be affected by the activity, arrange for disbursement of funds necessary to pay landowners, right-of-way persons, surveyors, appraisers, and title companies, periodic reports on status of Mailing: PA. Box 918, Denton, Texas 76202-0918 Physical: 2225 E. McICinney St., Denton, Texas 76209 (940) 387-9551 Metro (940) 243-2888 Facsimile (940) 387-9553 �vww.dentontexaslawyers,com Ms. Anita Burgess February 6, 2013 Pa�e 2 work and the inevitable unknown issues that will arise, continuous review of all documents necessary and appropriate for the project and each individual tract of land and landowner, ensure compliance with all state law and applicable laws, and unforeseen events. B. Set up a system whereby each phase, tract of land, and construction plans are all coordinated to move as expeditiously as possible. C. Develop and implement a philosophy and approach to negotiations with landowners so as to minimize adverse feelings in the community. D. Prepare, lceep and maintain all records that may be necessary or appropriate as permanent records of the City regarding this project. Those records will be turned over to the City per the records retention policy of the City. E. Prepare, file and prosecute eminent domain proceedings through all phases of each case. Personnel available for this project are as follows. All three of our attorneys will be available for the project. Curriculum Vitae of each of the attorneys are attached. This firm has over forty years of experience in land acquisition and eminent domain proceedings. The firm does not do law practice in divorces, personal injury, or criminal work. Our area of practice is in property and property related issues including contracts, municipal planning and development, probate, real estate, oil and gas, business entities and business transactions. The firm also does extensive litigation worlc in our area of practice. Though the attorneys will be in charge of all phases of the project, we plan to hire a full time employee who will be the project manager within our office. This person will have responsibility to worlc closely with the attorneys to coordinate all matters and develop and implement a workflow chart so that we will know where each tract of land and each element of the project is at any particular time. We have identified an employee whom we think is very suitable for the project. We anticipate that she will continue to stay with us for an extended period of time. She would also be the person who is always available for immediate contact and coordination for all information brought in or sent out, It is possible that we may retain the services of additional attorneys and employees depending on the total demand for services. We assure the City that we will keep and maintain adequate personnel to do the job efficiently and effectively. We need to work directly with DME on engineering, surveying, and similar issues. DME will prepare for us a list or a summary of all the things that need to be accomplished for the project to be worlced on and completed. We must have accurate survey data and route maps. We have worlced with Paul Williamson and the real estate division in the past and will continue to do so as appropriate or necessary for the project. We have worked well and efficiently with City departments and will continue to do so. It will be appropriate for each of the City departments or divisions and DME to designate a point person for this project so that the incoming and outgoing information does not get fractionated among different persons. We aslc the City to tell us which Ms. Anita Burgess Februaiy 6, 2013 Page 3 departments they want involved in which area of the project and to designate the appropriate point person. We propose the following in regard to payment of fees and expenses: A. The current rate for attorneys is as follows: 1.) Richard Kelsey -$325.00 per hour; 2,) Scott Hicicey -$300.00 per hour; 3.) John Kelsey -$275.00 per hour, If we involve other attorneys in the project, we will only do so after approval by the City Attorney's office. No fee for any additional attorney brought onto the project will exceed $300.00 per hour. Each attorney will lceep accurate, detailed billing records and will submit billing on a monthly basis to the City Attorney's office. The worlc of each attorney will be identiiied and billed accordingly. Paralegals will be billed at $75,00 per hour. The work the project person does for the project will be billed out at legal assistant rates. Fees are charged in 1/10 of an hour (six minute) increments. The billing will be by the hour and fully documented. We anticipate that all bills will be paid thirty (30) days after billing, B. We have been told by the City attorney's office that they would prefer that we handle the entire project to include all parts and functions, We visualize these functions as follows: 1. Surveyors; 2. Appraisers; 3 , Right-of-way negotiators; 4. Title companies; 5, Other functions as necessary. Our concept is that we would deal with all these subparts with the persons selected and approved by the City. We will be available to review their proposed rate structure and fees and charges. All expenses of third party billing will be invoiced directly to and paid by the City. C. All expenses will be itemized. Any major expense will be incurred only after approval by the City Attorney's staf£ Each service provider will have a separate contract which describes the scope of worlc and the billing procedures and documents. Those contracts will be approved by the City. We anticipate furnishing verbal and written status reports as may be necessary or appropriate, We will be available for appearance before the City Council or any subcommittee as well as the department heads. Ms. Anita Burgess February 6, 2013 Page 4 No one can thinlc of all matters that might arise. There are always unanticipated events. There are always judgment factors involved. We understand that we cannot and will not malce any agreements on behalf of the City which have not been expressly approved by the City Attorney's office or the City Council, We will not hold ourselves out as agents of the City except in our capacity as attorneys. We will not enter into any agreements that have not been previously approved by the City Attorney or the City Council. In addition to the worlc on the project set foi�th above, it is our understanding that the City is asking us to be involved in the litigation for that certain case currently pending under Cause No. 2012-60839-393, Roth et al v. City of Denton, Texas, in the 393'�d District Coi�rt of Denton County, Texas, We are able to serve as co-counsel or substitute into the suit as the new lead counsel. The same hourly rates would apply for the worlc performed on this case on behalf of the City. CONCLUSION It has been our experience over many years in handling many types of projects lilce this one that, if you communicate with persons in an open and fair manner and explain the necessity for their cooperation, most persons are relatively easy to worlc with for a fair resolution. Of course, there will always be the few persons with whom cooperation is impossible, They must be dealt with within the court frameworlc. We understand that we worlc at the pleasure of the City Council and that our arrangement can be revisited as necessary or appropriate by the City or by us as may be appropriate. We intend to take the long term view of this relationship so that the entire project can be handled consistently and effectively through our services and staff. Thank you very much for the opportunity to be of service to the City, We loolc forward to finalizing these arrangements to a mutual satisfaction. Please advise if you have any questions. Very truly yoursa -�.� ��`` �` � �� ���� . � Richard H. Kelsey RHK/amj Enclosures; as noted GEORGE C, CAMPBELL CITY MANAGER ATTEST: JENNIFER WALTERS, CITY SECRETARY : APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY , � BY: �� �....� �� � s:\legal\our documents\contracts\13\kelsey engagement letter signature page.doc AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 DEPARTMENT: Denton Municipal Electric ACM: Howard Martin, 349-8232 �"��i��"'''-- SUBJECT Consider adoption of an ordinance authorizing the City Manager or his designee to execute a Contract of Sale (herein so called), as attached to the ordinance and made a part thereof as Exhibit "A", by and between the City of Denton (the "City"), and CODELLA LLC (the "Seller") contemplating the sale by Seller and purchase by City of a 2.486 acre tract of land, more or less, situated in the T.M. Downing Survey, Abstract Number 346, in the City of Denton, Denton County, Texas, as more particularly described in Exhibit "A" to the Contract of Sale (the "Property Interests"); for the purchase price of Three Hundred Fifty Thousand and No/100 Dollars ($350,000.00); authorizing the City Manager, or his designee, to execute and deliver any and all other documents necessary to accomplish closing of the transaction contemplated by the contract of sale; authorizing the expenditure of funds therefore; and providing an effective date. BACKGROUND In accord with the current 691cV Transmission Line Re-build project initiative, staff is undertalcing the identification of the additional land rights necessary to accommodate the constniction and operation of the improved electric transnussion and distribution system. In respect to the tract owned by CODELA LLC, the project requires the fee simple acquisition of a 2.486 acre tract of land, to accommodate the electric utilities and electric substation infrastnicture. The 2.486 acre proposed acquisition tract would constitute a partial acquisition or severance, out of the CODELA LLC overall 18.5 acre parent tract. Pyles Whatley Corporation has provided a real estate appraisal report in regard to the CODELLA LLC property tract. The City made an Initial Offer to purchase the Property Interests (Ordinance No. 2012-264), such offer authorized by the City Council on October 2, 2012, was based on the findings in that appraisal report ($286,489.00). That offer to purchase and the appraisal report was subnutted to the Seller on October 9, 2012. The City Council also approved a final offer to purchase the captioned fee simple land rights on Febniary 5, 2013 (Ordinance 2013-034). In the interim the Seller has engaged in formal negotiation dialogue with staff, and provided a counter offer at $350,000.00 as settlement of the matter. Delivery of an executed Contract of Sale is expected from the Seller prior to the convening of the Febniary 12, 2013 City Council meeting, in the form attached to the ordinance as Exhibit "A", otherwise this item will be pulled from the agenda. Approval of the ordinance under consideration authorizes staff to proceed to closing the purchase transaction with the Seller. OPTIONS 1. Approve the proposed Ordinance. 2. Decline to approve the proposed Ordinance. 3. Table for future consideration. RECOMMENDATION Recommend approval of the Ordinance. PRIOR ACTION/REVIEW (Council, Boards, Commissions) This tract is within the alignment previously recommended by the Public Utility Board and approved by the City Council. July 23, 2012 Public Utility Board Executive Session. August 7, 2012 City Council Executive Session. September 10, 2012 Public Utility Board Executive Session. September 11, 2012 City Council Executive Session. September 24, 2012 Public Utility Board Executive Session. September 24, 2012 Public Utility Board Consent Agenda. Approved 5-0. October 2, 2012 City Council Consent Agenda December 4, 2012 City Council Executive Session Febniary 5, 2013 City Council Executive and Consent Agendas Febniary 11, 2013 Public Utility Board Executive Session and Consent Agendas FISCAL INFORMATION The overall 69kV Transmission Line Rebuild project is being funded by issuing General Obligation Bonds which will be paid by Transnussion Revenue received from all other electric utilities who are members of the Electric Reliability Council of Texas (ERCOT). The purchase offer price of $350,000.00 plus closing costs as prescribed in the Agreement are to be funded through these funding sources. BID INFORMATION Not applicable EXHIBITS 1. Location Map 2. Ordinance Prepared by, � �. -��� �;�, � v � e �_ Pamela England Real Estate Specialist Respectfully subnutted, ����� �� � � � � Phillip Williams General Manager Electric Administration Denton Municipal Electric � LOCATION MAP :��_ �. , > _I I Denton Municipal Electric Proposed Acquisition Gerald Vela - 2.486 Acres 200 0 100 200 400 FEET � � rv ���� �„ �- �,codad,dep:utmenta`,uiilities administrntion�,shnred`,citc° council`,cc 2013`,febll.laly I2, 2�13�COC�e11a�eX 2- febT�llaly IZtll ordinance final (2).doc ExH I B I� 2 ORDINANCE NO. 2013- AN ORDINANCE OF THE CITY OF DENTON, TEXAS, AUTHORIZING THE CITY MANAGER, OR HIS DESIGNEE, TO EXECUTE A CONTRACT OF SALE (HEREIN SO CALLED), AS ATTACHED HERETO AND MADE A PART HEREOF AS EXHIBIT "A", BY AND BETWEEN THE CITY OF DENTON (THE "CITY"), AND CODELA, LLC (THE "SELLER"), CONTEMPLATING THE SALE BY SELLER AND PURCHASE BY CITY OF A A 2.486 ACRE TRACT OF LAND, MORE OR LESS, SITUATED 1N THE T.M. DOWNING SURVEY, ABSTRACT NO. 346, 1N THE CITY OF DENTON, DENTON COUNTY, TEXAS, AS MORE PARTICULARLY DESCRIBED 1N EXHIBIT "A" TO THE CONTRACT OF SALE (THE "PROPERTY INTERESTS"), FOR THE PURCHASE PRICE OF THREE H[_JNDRED FIFTY THOUSAND AND NO/100 ($350,000.00); AUTHORIZING THE CITY MANAGER, OR HIS DESIGNEE, TO EXECUTE AND DELIVER ANY AND ALL OTHER DOCLJIVIENTS NECESSARY TO ACCOMPLISH CLOSING OF THE TRANSACTION CONTEMPLATED BY THE CONTRACT OF SALE; AUTHORIZING THE EXPENDITLJRE OF FLJNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Denton made an offer to the predecessors to Seller to purchase the Property Interests on October 9, 2012, pursuant to Ordinance No. 2012-264, passed and approved by the City Council of the City of Denton on October 2, 2012; WHEREAS, the City of Denton authorized a final offer to be provided to Seller to purchase the Property Interests, pursuant to Ordinance No. 2013-034, passed and approved by the City Council of the City of Denton on Febniary 5, 2013; WHEREAS, Seller has made a counteroffer to the offer of City; WHEREAS, City is amenable to the counteroffer, and finds that it is in the best interest to agree to same; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The City Council finds that a public use and necessity exists, and that the public welfare and convenience require the acquisition of the Property Interests by the City of Denton, Texas (the "City"). The City Council hereby finds and determines that the acquisition of the Property Interests is necessary for public use to expand and improve the Denton Municipal Electric Distribution and Transmission System to serve the public and the citizens of the City of Denton, Texas. SECTION 2. The City Manager, or his designee, is hereby authorized to (a) execute for and on behalf of the City (i) the Contract of Sale, by and between the City and Seller, in the form attached hereto and made a part hereof as Exhibit "A", with a purchase price of $350,000.00 and other consideration, plus costs and expenses, all as prescribed in the Contract of Sale; and (ii) any other documents necessary for closing the transaction contemplated by the Contract of Sale; and (b) make expenditures in accordance with the terms of the Contract of Sale. SECTION 3. If any section, article, paragraph, sentence, phrase, clause or word in this ordinance, or application thereof to any persons or circumstances, is held invalid or unconstitutional by a court of competent jurisdiction, such holding shall not affect the validity of the remaining portions of this ordinance; the City Council declares that it would have ordained such remaining portion despite such invalidity, and such remaining portion shall remain in full force and effect. SECTION 4. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2013. MARK A. BLJRROUGHS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY I� APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY I� Page 2 `, codnd`,depaitments�,uiiliiies administrntiom,shared,city council`,cc 2013`,februniv I2, 2�13�COC�ella�eX 3- COC�ela 1� Of Sale (counter).doc EXHIBIT "A" CONTRACT OF SALE STATE OF TEXAS § COUNTY OF DENTON § This Contract of Sale (the "Contract") is made this day of , 2013, effective as of the date of execution hereof by Buyer, as defined herein (the "Effective Date"), by and between CODELA, LLC, a Texas limited liability company (referred to herein as "Seller") and the City of Denton, Texas, a Home Rule Municipal Corporation of Denton County, Texas (referred to herein as `Buyer"). RECITALS WHEREAS, Seller owns that certain tract of land being more particularly described on Exhibit "A", attached hereto and made a part hereof for all purposes, being located in Denton County, Texas (the "Land"); and WHEREAS, Seller desires to sell to Buyer, and Buyer desires to buy from Seller, the Land, together with any and all rights or interests of Seller in and to adj acent streets, alleys and rights of way and together with all and singular the improvements and fixtures thereon and all other rights and appurtenances to the Land (collectively, the "Property"). ARTICLE I SALE OF PROPERTY For the consideration hereinafter set forth, and upon the terms, conditions and provisions herein contained, and subject to the reservations herein, Seller agrees to sell and convey to Buyer, and Buyer agrees to purchase from Seller, the Properry. Seller, subject to the limitation of such reservation made herein, shall reserve, for itself, its successors and assigns all oil, gas and other minerals in, on and under and that may be produced from the Property. Seller, its successors and assigns shall not have the right to use or access the surface of the Property, in any way, manner or form, in connection with or related to the reserved oil, gas, and other minerals and/or related to exploration and/or production of the oil, gas and other minerals reserved herein, including without limitation, use or access of the surface of the Property for the location of any well or drill sites, well bores, whether vertical or any deviation from vertical, water wells, pit areas, seismic activities, tanlcs or tanlc batteries, pipelines, roads, electricity or other utility infrastnicture, and/or for subjacent or lateral support for any surface facilities or well bores, or any other infrastnicture or improvement of any lcind or type in connection with or related to the reserved oil, gas and other nunerals, and/or related to the exploration or production of same. `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc As used herein, the term "nunerals" shall include oil, gas and all associated hydrocarbons, and shall exclude (i) all substances that any reasonable extraction, mining or other exploration and/or production method, operation, process or procedure would consume, deplete or destroy the surface of the Property; and (ii) all substances which are at or near the surface of the Property. The intent of the parties hereto is that the meaning of the term "nunerals" as utilized herein, shall be in accordance with that set forth in Reed v. Wylie, 597 S.W2d 743 (Tex. 1980). As used herein, the term "surface of the Property" shall include the area from the surface of the earth to a depth of five hundred feet (500') below the surface of the earth and all areas above the surface of the earth. ARTICLE II PURCHASE PRICE AND EARNEST MONEY 2.01 Purchase Price. The purchase price to be paid to Seller for the Property and the compensation to Seller for remainder damages to be incurred as a result of the transaction contemplated by this Contract, is the sum of Three Hundred Fifty Thousand and No/100 Dollars ($350,000.00) (collectively, the "Purchase Price"). 2.02 Earnest Money. Buyer shall deposit the sum of One Thousand and No/100 Dollars ($1,000.00), as Earnest Money (herein so called) with Capital Title of Texas, LLC, 620 West Hickory Street, Denton, Texas 76201 (the "Title Company"), as escrow agent, within fourteen (14) calendar days of the Effective Date hereo£ All interest earned thereon shall become part of the Earnest Money and shall be applied or disposed of in the same manner as the original Earnest Money deposit, as provided in this Contract. If the purchase contemplated hereunder is consummated in accordance with the terms and the provisions hereof, the Earnest Money, together with all interest earned thereon, shall be applied to the Purchase Price at Closing. In all other events, the Earnest Money, and the interest accnied thereon, shall be disposed of by the Title Company as provided in this Contract. 2.03 Independent Contract Consideration. Within fourteen (14) calendar days after the Effective Date, Buyer shall deliver to the Title Company, payable to and for the benefit of Seller, a checic in the amount of One Hundred and No/100 Dollars ($100.00� (the "Independent Contract Consideration"), which amount the parties hereby acicnowledge and agree has been bargained for and agreed to as consideration for Seller's execution and delivery of the Contract. The Independent Contract Consideration is in addition tq and independent of any other consideration or payment provided in this Contract, is non-refundable, and shall be retained by Seller notwithstanding any other provision of this Contract. Conhact of Sale Page 2 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc ARTICLE III TITLE AND SURVEY 3.01 Title Commitment. (a) Within twenty (20) calendar days after the Effective Date, Seller shall cause to be furnished to Buyer a current Comnutment for Title Insurance (the "Title Commitment") for the Property, issued by Title Company. The Title Commitment shall set forth the state of title to the Property, including a list of liens, mortgages, security interests, encumbrances, pledges, assignments, claims, charges, leases (surface, space, mineral, or otherwise), conditions, restrictions, options, severed mineral or royalty interests, conditional sales contracts, rights of first refusal, restrictive covenants, exceptions, easements (temporary or permanent), rights-of-way, encroachments, or any other outstanding claims, interests, estates or equities of any nat�ire (each of which are referred to herein as an "Exception"). (b) Along with the Title Comnutment, Seller shall also cause to be delivered to Buyer, at Buyer's sole cost and expense, tnie and correct copies of all instniments that create or evidence Exceptions (the "Exception Documents"), including those described in the Title Commitment as exceptions to which the conveyance will be subject and/or which are required to be released or cured at or prior to Closing. 3.02 Survey. Within thirty (30) calendar days after the Effective Date, Seller shall cause to be prepared at Buyer's expense, a current on the ground survey of the Property (the "Survey"). The contents of the Survey shall be prepared by a surveyor selected by Buyer and shall include the matters prescribed by Buyer, which may include but not be linuted tq a depiction of the location of all roads, streets, easements and rights of way, both on and adjoining the Property, water courses, 100 year flood plain, fences and improvements and stnictures of any lcind. The Survey shall describe the size of the Property, in acres, and contain a metes and bounds description thereo£ Seller shall furnish or cause to be furnished any affidavits, certificates, assurances, and/or resolutions as required by the Title Company in order to amend the survey exception as required by Section 3.05 below. The description of the Property as set forth in the Survey, at the Buyer's election, shall be used to describe the Property in the deed to convey the Property to Buyer and shall be the description set forth in the Title Policy. 3.03 Review of Title Commitment, Survey and Exception Documents. Buyer shall have a period of fifteen (15) calendar days (the "Title Review Period") commencing with the day Buyer receives the last of the Title Commitment, the Survey, and the Exception Documents, in which to give written notice to Seller, specifying Buyer's objections to one or more of the items ("Objections"), if any. All items set forth in the Schedule C of the Title Commitment, and all other items set forth in the Title Commitment which are required to be released or otherwise satisfied at or prior to Closing, shall be deemed to be Objections without any action by Buyer. Conhact of Sale Page 3 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc 3.04 Seller's Obligation to Cure; Buyer's Right to Terminate. The Seller shall, within twenty (20) calendar days after Seller is provided notice of Objections, either satisfy the Objections at Seller's sole cost and expense or promptly notify Buyer in writing of the Objections that Seller cannot or will not satisfy at Seller's expense. Notwithstanding the foregoing sentence, Seller shall, in any event, be obligated to cure those Objections or Exceptions that have been voluntarily placed on or against the Property by Seller after the Effective Date. If Seller fails or refuses to satisfy any Objections that Seller is not obligated to cure within the allowed twenty (20) calendar day period, or any extension thereof as agreed to by Buyer, then Buyer has the option of either: (a) waiving the unsatisfied Objections by, and only by, notice in writing to Seller prior to Closing, in which event those Objections shall become Pernutted Exceptions (herein so called), or (b) ternunating this Contract by notice in writing prior to Closing and receiving bacic the Earnest Money, in which latter event Seller and Buyer shall have no further obligations, one to the other, with respect to the subject matter of this Contract. 3.05 Title Policy. At Closing, Seller, at Buyer's sole cost and expense, shall cause a standard Texas Owner's Policy of Title Insurance ("Title Policy") to be furnished to Buyer. The Title Policy shall be issued by the Title Company, in the amount of the Purchase Price and insuring that Buyer has indefeasible fee simple title to the Property, subject only to the Permitted Exceptions. The Title Policy may contain only the Pernutted Exceptions and shall contain no other exceptions to title, with the standard printed or common exceptions amended or deleted as follows: (a) survey exception must be amended if required by Buyer to read "shortages in area" only (although Schedule C of the Title Comnutment may condition amendment on the presentation of an acceptable survey and payment, to be borne solely by Buyer, of any required additional premium); (b) no exception will be permitted for "visible and apparent easements" or words to that effect (although reference may be made to any specific easement or use shown on the Survey, if a Permitted Exception); (c) no exception will be pernutted for "rights of parties in possession"; (d) no liens will be shown on Schedule B. Notwithstanding the enumeration of the following exceptions, amendments and/or deletions, Buyer may obj ect to any Exception it deems material, in its sole discretion. Conhact of Sale Page � `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc ARTICLE IV FEASIBILITY REVIEW PERIOD 4.01 Review Period. Any term or provision of this Contract notwithstanding, the obligations of Buyer specified in this Contract are wholly conditioned on Buyer's having determined, in Buyer's sole and absolute discretion, during the period commencing with the Effective Date of this Contract and ending ninety (90) calendar days thereafter (the "Absolute Review Period"), based on such tests, exanunations, studies, investigations and inspections of the Property the Buyer deems necessary or desirable, including but not linuted to studies or inspections to deternune the existence of any environmental hazards or conditions, performed at Buyer's sole cost, that Buyer finds the Property suitable for Buyer's purposes. Buyer is granted the right to conduct engineering studies of the Property, and to conduct a physical inspection of the Property, including inspections that invade the surface and subsurface of the Property. If Buyer determines, in its sole judgment, that the Property is not suitable, for any reason, for Buyer's intended use or purpose, the Buyer may ternunate this Contract by written notice to the Seller, as soon as reasonably practicable, but in any event prior to the expiration of the Absolute Review Period, in which case the Earnest Money will be returned to Buyer, and neither Buyer nor Seller shall have any further duties or obligations hereunder. In the event Buyer elects to ternunate this Contract pursuant to the terms of this Article IV, Section 4.01, Buyer will provide to Seller copies of (i) any and all non-confidential and non-privileged reports and studies obtained by Buyer during the Absolute Review Period; and (ii) the Survey. ARTICLE V REPRESENTATIONS, WARRANTIES, COVENANTS AND AGREEMENTS 5.01 Representations and Warranties of Seller. To induce Buyer to enter into this Contract and consummate the sale and purchase of the Property in accordance with the terms and provisions herewith, Seller represents and warrants to Buyer as of the Effective Date and as of the Closing Date, except where specific reference is made to another date, that: (a) The descriptive information concerning the Property set forth in this Contract is complete, accurate, tnie and correct. (b) There are no adverse or other parties in possession of the Property or any part thereof, and no party has been granted any license, lease or other right related to the use or possession of the Property, or any part thereof, except those described in the Leases, as defined in Article V, Section 5.02(a). (c) The Seller has good and indefeasible fee simple title to the Property, subject only to the Pernutted Exceptions. (d) The Seller has the full right, power, and authority to sell and convey the Property as provided in this Contract and to carry out Seller's obligations hereunder. Conhact of Sale Page � `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc (e) The Seller has not received notice of, and has no other lcnowledge or information of, any pending or threatened judicial or administrative action, or any action pending or threatened by adj acent landowners or other persons against or affecting the Property. (f� The Seller has disclosed to Buyer in writing of any and all facts and circumstances relating to the physical condition of the Property that may materially and adversely affect the Property and operation or intended operation thereof, or any portion thereof, of which Seller has lcnowledge. (g) The Seller has paid all real estate and personal property taxes, assessments, excises, and levies that are presently due, if any, which are against or are related to the Property, or will be due as of the Closing, and the Property will be subject to no such liens. (h) Seller has not contracted or entered into any agreement with any real estate broker, agent, finder, or any other party in connection with this transaction or talcen any action which would result in any real estate brolcer comnussions or finder's fee or other fees payable to any other party with respect to the transactions contemplated by this Contract. (i) To the best of Seller's lcnowledge, there has not occurred the disposal or release of any Hazardous Substance tq on or from the Property. As used in this Contract, "Hazardous Substance" means and includes all hazardous and toxic substances, waste or materials, chemicals, and any pollutant or contaminant, including without limitation, PCB's, asbestos, asbestos- containing material, petroleum products and raw materials, that are included under or regulated by any Environmental Law or that would or may pose a health, safety or environmental hazard. As used in this Contract, "Environmental Law" means and includes all federal, state, and local statutes, ordinances, regulations and niles presently in force or hereafter enacted relating to environmental quality, contamination, and clean-up of Hazardous Substances, including without limitation, the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. 9601, et seq.), as amended by the Superfund Amendments and Reauthorization Act of 1986, the Resource Conservation and Recovery Act (42 U.S.C. 6901, et seq.), as amended, Toxic Substance Control Act, 15 U.S.C. 2601, et seq., and state superlien and environmental clean-up statutes and all niles and regulations presently or hereafter promulgated under or related to said statutes, as amended. (j) All Leases, as defined in Article V, Section 5.02(a), shall have expired or otherwise terminated and any and all tenants or parties occupying the Property pursuant to the Leases shall have permanently abandoned and vacated the Conhact of Sale Page 6 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc Property on or before the date of Closing. (k) The Seller is not a"foreign person" as defined in Section 1445 of the Internal Revenue Code of 1986, as amended. 5.02 Covenants and Agreements of Seller. Seller covenants and agrees with Buyer as follows: (a) Unless stated otherwise, within ten (10) calendar days after the Effective Date, Seller, at Seller's sole cost and expense, shall deliver to Buyer, with respect to the Property, tnie, correct, and complete copies of the following: (i) All lease agreements and/or occupancy agreements and/or licenses of any lcind or nature (if oral, Seller shall provide to Buyer in writing all material terms thereo� relating to the possession of the Property, or any part thereof, including any and all modifications, supplements, and amendments thereto (the "Leases"). (ii) All environmental audits, soil tests and engineering and feasibility reports, including any and all modifications, supplements and amendments theretq with respect to the Property that Seller possesses or has the right to receive. (b) From the Effective Date until the date of Closing or earlier ternunation of this Contract, Seller shall: (i) Not enter into any written or oral contract, lease, easement or right of way agreement, conveyance or any other agreement of any lcind with respect tq or affecting, the Property that will not be fully performed on or before the Closing or would be binding on Buyer or the Property after the date of Closing. (ii) Advise the Buyer promptly of any litigation, arbitration, or administrative hearing concerning or affecting the Property. (iii) Not talce, or onut to talce, any action that would result in a violation of the representations, warranties, covenants, and agreements of Seller. (iv) Not sell, assign, lease or convey any right, title or interest whatsoever in or to the Property, or create, grant or pernut to be attached or perfected, any lien, encumbrance, or charge thereon. (c) Seller shall indemnify and hold Buyer harmless, to the extent pernutted by law, from all loss, liability, and expense, including, without linutation, reasonable attorneys' fees, arising or incurred as a result of any liens or claims resulting from labor or materials furnished to the Property under any written or oral contracts Conhact of Sale Page 7 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc arising or entered into prior to Closing. (d) Seller consents to Buyer applying for any zoning amendments, pernut applications, including without limitation, specific use pernuts, and/or pursuing any other activity deemed necessary by Buyer to obtain all local regulatory approvals and consents to operate the Property as an electric substation and electric transnussion facility (the "Permitting Activities"). Seller covenants and agrees to timely execute and deliver any applications and/or other documents, as owner of the Property, deemed necessary by the Buyer related to the Permitting Activities. (e) Seller consents to Buyer, at Buyer's expense, applying for and obtaining approval of a conveyance plat of the Property in conformity with Subchapter 16 of Chapter 35 of the Denton Development Code (the "Platting Activities"). Seller covenants and agrees to timely execute and deliver any applications and/or other documents, as owner of the Property, as deemed necessary by the Buyer relating to the Platting Activities. (f� Seller stipulates and agrees that the payment of the Purchase Price at Closing constitutes and includes all compensation due Seller by Buyer related to the transaction contemplated by this Contract, including without linutation, any damage to or dinunution in the value of the remainder of Seller's property caused by, incident tq or related to the Buyer's use of the Property after Closing and/or interference with Seller's activities on other property interests of Seller, caused by or related to lawful activities on the Property by Buyer after Closing, whether accniing now or hereafter, and Seller hereby releases for itself, its successors and assigns, City, it's officers, employees, elected officials, agents and contractors from and against any and all claims they may have now or in the future, related to the herein described matters, events and/or damages. 5.03 Survival Beyond Closing. Notwithstanding anything to the contrary contained in this Contract, the representations, warranties, covenants and agreements of Seller contained in this Contract shall survive the Closing, and shall not, in any circumstance, be merged with the Special Warranty Deed, as described in Article VII, Section 7.02(a). ARTICLE VI CONDITIONS PRECEDENT TO PERFORMANCE 6.01 Performance of Seller's Obligations. Buyer is not obligated to perform under this Contract unless, within the designated time periods, all of the following shall have occurred: (a) Seller has performed, furnished, or caused to be furnished to Buyer all items required to be so performed or furnished under other sections of this Contract; and (b) Seller cures or Buyer waives in writing, within the time periods specified in Article III, all of Buyer's objections made in accordance with Article III. Conhact of Sale Page 8 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc 6.02 Breach of Seller's Representations, Warranties, Covenants and Agreements. Buyer is not obligated to perform under this Contract unless all representations, warranties, covenants and agreements of Seller contained in this Contract are tnie and correct or have been performed, as applicable, as of the Closing Date, except where specific reference is made to another date. 6.03 Adverse Change. Buyer is not obligated to perform under this Contract, if on the date of Closing, any portion of the Property has been condemned by an entity other than Buyer, or is the subject of condemnation, enunent domain, or other material proceeding initiated by an entity other than Buyer, or the Property, or any part thereof, has been materially or adversely impaired in any manner. 6.04 Review Period. Buyer is not obligated to perform under this Contract if Buyer delivers notice to Seller pursuant to Article IV, Section 4.01 that Buyer has determined that the Property is unsuitable to or for Buyer's purposes. 6.05 Buyer's Right to Waive Conditions Precedent. Notwithstanding anything contained in this Contract to the contrary, Buyer may, at Buyer's option, elect to waive any of the conditions precedent to the performance of Buyer's obligations under this Contract by giving to the Seller, at any time prior to Closing, a written waiver specifying the waived condition precedent. 6.06 Buyer's Termination if Conditions Precedent Not Satisfied or Waived. If any of the conditions precedent to the performance of Buyer's obligations under this Contract have not been satisfied by Seller or waived by the Buyer, the Buyer may, by giving written notice to Seller, terminate this Contract. On Buyer's ternunation, the Earnest Money shall be immediately returned to Buyer by the Title Company. The Seller shall, on written request from Buyer, promptly issue the instnictions necessary to instnict the Title Company to return to Buyer the Earnest Money and, thereafter, except as otherwise provided in this Contract, Buyer and Seller shall have no further obligations under this Contract, one to the other. ARTICLE VII CLOSING 7.01 Date and Place of Closing. The Closing (herein so called) shall talce place in the offices of the Title Company and shall be accomplished through an escrow to be established with the Title Company, as escrowee. The Closing Date (herein sometimes called), shall be ninety (90) calendar days after the Effective Date, unless otherwise mutually agreed upon by Buyer and Seller. 7.02 Items to be Delivered at the Closing. (a) Seller. At the Closing, Seller shall deliver or cause to be delivered to Buyer or the Title Company, at the expense of the party designated herein, the following items: Conhact of Sale Page 9 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc (i) The Title Policy, in the form specified in Article III, Section 3.05; (ii) The Special Warranty Deed, substantially in the form as attached hereto as Exhibit "B", subject only to the Permitted Exceptions, if any, duly executed by Seller and acicnowledged; (iii) Other items reasonably requested by the Title Company as adnunistrative requirements for consummating the Closing. (b) Buver• At the Closing, Buyer shall deliver to Seller or the Title Company, the following items: (i) The sum required by Article II, Section 2.O1, less the Earnest Money and interest earned thereon, in the form of a checic or cashier's checic or other immediately available funds; (ii) Other items reasonably requested by the Title Company as adnunistrative requirements for consummating the Closing. 7.03 Adjustments at Closing. Notwithstanding anything to the contrary contained in this Contract and without limiting the general application of the provisions of Section 5.03, above, the provisions of this Article VII, Section 7.03 shall survive the Closing. The following item shall be adjusted or prorated between Seller and Buyer with respect to the Property: (a) Ad valorem taxes relating to the Property for the calendar year in which the Closing shall occur shall be prorated between Seller and Buyer as of the Closing Date. If the actual amount of taxes for the calendar year in which the Closing shall occur is not lcnown as of the Closing Date, the proration at Closing shall be based on the amount of taxes due and payable with respect to the Property for the preceding calendar year. As soon as the amount of taxes levied against the Property for the calendar year in which Closing shall occur is lcnown, Seller and Buyer shall readjust in cash the amount of taxes to be paid by each party with the result that Seller shall pay for those taxes attributable to the period of time prior to the Closing Date (including, but not limited tq subsequent assessments for prior years due to change of land usage or ownership occurring prior to the Closing Date) and Buyer shall pay for those taxes attributable to the period of time commencing with the Closing Date. 7.04 Possession at Closing. Possession of the Property shall be delivered to Buyer at Closing. 7.05 Costs of Closing. Each party is responsible for paying the legal fees of its counsel, in negotiating, preparing, and closing the transaction contemplated by this Contract. Seller is responsible for paying fees, costs and expenses identified herein as Conhact of Sale Page 10 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc being the responsibility of Seller. Buyer is responsible for paying fees, costs and expenses identified herein as being the responsibility of Buyer. If the responsibility for such costs or expenses associated with closing the transaction contemplated by this Contract are not identified herein, such costs or expenses shall be allocated between the parties in the customary manner for closings of real property similar to the Property in Denton County, Texas. ARTICLE VIII DEFAULTS AND REMEDIES 8.01 Seller's Defaults and Buyer's Remedies. (a) Seller's Defaults. Seller is in default under this Contract on the occurrence of any one or more of the following events: (i) Any of Seller's warranties or representations contained in this Contract are untnie on the Closing Date; or (ii) Seller fails to meet, comply with or perform any covenant, agreement, condition precedent or obligation on Seller's part required within the time linuts and in the manner required in this Contract; or (iii) Seller fails to deliver at Closing, the items specified in Article VII, Section 7.02(a) of this Contract for any reason other than a default by Buyer or ternunation of this Contract by Buyer pursuant to the terms hereof prior to Closing. (b) Buyer's Remedies. If Seller is in default under this Contract, Buyer as Buyer's remedies for the default, may, at Buyer's sole option, do the following: (i) Terminate this Contract by written notice delivered to Seller in which event the Buyer shall be entitled to a return of the Earnest Money, and Seller shall, promptly on written request from Buyer, execute and deliver any documents necessary to cause the Title Company to ret�irn to Buyer the Earnest Money; (ii) Enforce specific performance of this Contract against Seller, requiring Seller to convey the Property to Buyer subject to no liens, encumbrances, exceptions, and conditions other than those shown on the Title Commitment, whereupon Buyer shall waive title objections, if any, and accept such title without reduction in Purchase Price on account of title defects and shall be entitled to assert any rights for damages based on Seller's representations, warranties and obligations that are not waived by Buyer by its acceptance of Seller's title; and Conhact of Sale Page 11 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc (iii) Seelc other recourse or relief as may be available to Buyer at or by law, equity, contract or otherwise. 8.02 Buyer's Default and Seller's Remedies. (a) Buyer's Default. Buyer is in default under this Contract if Buyer fails to deliver at Closing, the items specified in Article VII, Section 7.02(b) of this Contract for any reason other than a default by Seller under this Contract or ternunation of this Contract by Buyer pursuant to the terms hereof prior to Closing. (b) Seller's Remedy. If Buyer is in default under this Contract, Seller, as Seller's sole and exclusive remedy for the default, may, at Seller's sole option, do either one of the following: (i) Terminate this Contract by written notice delivered to Buyer in which event the Seller shall be entitled to a return of the Earnest Money, and Buyer shall, promptly on written request from Seller, execute and deliver any documents necessary to cause the Title Company to ret�irn to Seller the Earnest Money; or (ii) Enforce specific performance of this Contract against Buyer. ARTICLE IX MISCELLANEOUS 9.01 Notice. All notices, demands, requests, and other communications required hereunder shall be in writing, delivered, unless expressly provided otherwise in this Contract, by telephonic facsimile, by hand delivery or by United States Mail, and shall be deemed to be delivered and received, upon the earlier to occur of (a) the date provided if provided by telephonic facsinule or hand delivery, and (b) the date of the deposit of, in a regularly maintained receptacle for the United States Mail, registered or certified, return receipt requested, postage prepaid, addressed as follows: SELLER: BUYER: CODELA, LLC City of Denton Paul Williamson Real Estate and Capital Support Telecopy 901-A Texas Street Denton, Texas 76209 Telecop�T: (940) 349-8951 Conhact of Sale Page 12 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc Copies to: For Seller: Telecopy: For Buver: Richard Casner First Assistant City Attorney City Attorney's Office 215 E. McKinney Denton, Texas 76201 Telecopy: (940) 382-7923 9.02 Governing Law and Venue. This Contract is being executed and delivered and is intended to be performed in the State of Texas, the laws of Texas governing the validity, constniction, enforcement and interpretation of this Contract. THIS CONTRACT IS PERFORMABLE 1N, AND THE EXCLUSIVE VEN[_JE FOR ANY ACTION BROUGHT WITH RESPECT HERETO, SHALL LIE 1N DENTON COUNTY,TEXAS. 9.03 Entirety and Amendments. This Contract embodies the entire agreement between the parties and supersedes all prior agreements and understandings, if any, related to the Property, and may be amended or supplemented only in writing executed by the party against whom enforcement is sought. 9.04 Parties Bound. This Contract is binding upon and inures to the benefit of Seller and Buyer, and their respective successors and assigns. If requested by Buyer, Seller agrees to execute, acicnowledge and record a memorandum of this Contract in the Real Property Records of Denton County, Texas, imparting notice of this Contract to the public. 9.05 Risk of Loss. If any damage or destniction to the Property shall occur prior to Closing, or if any condemnation or any enunent domain proceedings are threatened or initiated by an entity or party other than Buyer that nught result in the talcing of any portion of the Property, Buyer may, at Buyer's option, do any of the following: (a) Terminate this Contract and withdraw from this transaction without cost, obligation or liability, in which case the Earnest Money shall be immediately returned to Buyer; or (b) Consummate this Contract, in which case Buyer, with respect to the Property, shall be entitled to receive (i) in the case of damage or destniction, all insurance proceeds; and (ii) in the case of enunent domain, all proceeds paid for the Property related to the eminent domain proceedings. Buyer shall have a period of up to ten (10) calendar days after receipt of written notification from Seller on the final settlement of all condemnation proceedings or insurance claims related to damage or destniction of any improvement located on Conhact of Sale Page 13 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc the Property, in which to make Buyer's election. In the event Buyer elects to close prior to such final settlement, then the Closing shall talce place as provided in Article VII, above, and there shall be assigned by Seller to Buyer at Closing all interests of Seller in and to any and all insurance proceeds or condemnation awards which may be payable to Seller on account of such event. In the event Buyer elects to close upon this Contract after final settlement, as described above, Closing shall be held five (5) business days after such final settlement. 9.06 Further Assurances. In addition to the acts and deeds recited in this Contract and contemplated to be performed, executed and/or delivered by Seller and Buyer, Seller and Buyer agree to perform, execute and/or deliver, or cause to be performed, executed and/or delivered at the Closing or after the Closing, any further deeds, acts, and assurances as are reasonably necessary to consummate the transactions contemplated hereby. Notwithstanding anything to the contrary contained in this Contract and without linuting the general application of the provisions of Section 5.03, above, the provisions of this Article IX, Section 9.06 shall survive Closing. 9.07 Time is of the Essence. It is expressly agreed between Buyer and Seller that time is of the essence with respect to this Contract. 9.08 Exhibits. The Exhibits which are referenced in, and attached to this Contract, are incorporated in and made a part of, this Contract for all purposes. 9.09 Delegation of Authority. Authority to talce any actions that are to be, or may be, talcen by Buyer under this Contract, including without limitation, adjustment of the Closing Date, are hereby delegated by Buyer, pursuant to action by the City Council of Denton, Texas, to Phil Williams, General Manager/Electric Adnunistration of Buyer, or his designee. 9.10 Contract Execution. This Contract of Sale may be executed in any number of counterparts, all of which talcen together shall constitute one and the same agreement, and any of the parties hereto may execute this Agreement by signing any such counterpart. 9.11 Business Days. If the Closing Date or the day of performance required or pernutted under this Contract falls on a Saturday, Sunday or Denton County holiday, then the Closing Date or the date of such performance, as the case may be, shall be the next following regular business day. Conhact of Sale Page 1� `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc SELLER: CODELA, LLC, a Texas linuted liability company By: _ Name: Title: Executed by Seller on the day of , 2013. BUYER: : GEORGE C. CAMPBELL, CITY MANAGER Executed by Buyer on the day of , 2013. ATTEST: JENNIFER WALTERS, CITY SECRETARY : APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY : Conhact of Sale Page 15 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc RECEIPT OF AGREEMENT BY TITLE COMPANY By its execution below, Title Company acicnowledges receipt of an executed copy of this Contract. Title Company agrees to comply with, and be bound by, the terms and provisions of this Contract to perform its duties pursuant to the provisions of this Contract and comply with Section 6045(e) of the Internal Revenue Code of 1986, as amended from time to time, and as further set forth in any regulations or forms promulgated thereunder. TITLE COMPANY: Capital Title of Texas, LLC 620 West Hicicory Street Denton, Texas 76201 Telephone: (940) 565-1919 Telecopy: : Printed Name: Title: Contract receipt date: , 2013 Conhact of Sale Page 16 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc EXHIBIT "A" to Contract of Sale Legal Description Of Property BEING all that certain lot, tract or parcel of land situated in the T. M. Downing Survey, Abstract Number 346, City of Denton, Denton County, Texas, an being part of that certain tract of land described by deed to George Roland Vela and Emma Lamar Vela, recorded in Volume 3225, Page 252, Deed Records, Denton County, Texas (D.R.D.C.T.), and being more particularly described as follows: BEGINNING at a 1/2 inch iron rod with yellow cap stamped "Arthur Surveying Company" (ASC) set for the southeast corner of said Vela tract and the southwest corner of a tract of land described by deed to Gary Dennis Dillard and Jaynu Chris Dillard, recorded in Volume 1188, Page 730, D.R.D.C.T., same point being in the north line of a tract of land described by deed to Staff Realty, recorded under County Clerlc's File Number 94-6845, Official Public Records, Denton County, Texas (O.P.R.D.C.T.); THENCE South 89 degrees 27 minutes 42 seconds West, with the north line of said Staff Realty tract, a distance of 196.70 feet to a 1/2 inch iron rod with yellow cap stamped "ASC" set for corner in the south line of said Vela tract and the north line of said Staff Realty tract; THENCE North 00 degrees 33 nunutes 51 seconds West, over and across said Vela tract, a distance of 820.88 feet to a 1/2 inch iron rod with yellow cap stamped "ASC' set for corner in the north line of said Vela tract and the south line of Mayhill Road; THENCE South 72 degrees 32 nunutes 25 seconds East, with the south line of Mayhill Road, a distance of 52.58 feet to a 1/2 inch iron rod with yellow cap stamped "ASC' set for the northeast corner of said Vela tract, same point being in the west line of a tract of land described by deed to Brian Carter and Brenda Carter, recorded under Instniment Number 2010-121541, O.P.R.D.C.T.; THENCE South 00 degrees 33 nunutes 51 seconds East, with the west line of said Carter tract, a distance of 348.72 feet to a 1 inch iron rod found for an inner ell corner of said Vela tract and the southwest corner of said Carter tract; THENCE North 89 degrees 03 minutes 33 seconds East, with the south line of said Carter tract, a distance of 149.72 feet to a 1/2 inch iron rod with yellow cap stamped "ASC" set for the most easterly northeast corner of said Vela tract and the southeast corner of said Carter tract, same point being in the west line of said Dillard tract; Conhact of Sale Page 17 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc THENCE South 00 degrees 11 minutes 09 seconds East, with the west line of said Dillard tract, a distance of 456.97 feet to the POINT OF BEGINNING and containing 2.486 acres of land, more or less. Conhact of Sale Page 18 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc EXHIBIT "B" to Contract of Sale NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER' S LICENSE NUMBER. SPECIAL WARRANTY DEED STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That CODELA, LLC, a Texas linuted liability company (herein called "Grantor"), for and in consideration of the sum of TEN AND NO/100 DOLLARS ($10.00), and other good and valuable consideration to Grantor in hand paid by the City of Denton, Texas, a Texas Home Rule Municipal Corporation (herein called "Grantee"), 215 E. McKinney, Denton, Texas 76201, the receipt and sufficiency of which are hereby acicnowledged and confessed, subject to the reservations set forth below, has GRANTED, SOLD and CONVEYED, and by these presents does GRANT, SELL and CONVEY, unto Grantee all the real property in Denton County, Texas being particularly described on Exhibit "A", attached hereto and made a part hereof for all purposes, and being located in Denton County, Texas, together with any and all rights or interests of Grantor in and to adjacent streets, alleys and rights of way and together with all and singular the improvements and fixtures thereon and all other rights and appurtenances thereto (collectively, the "Property"). Grantor, subject to the limitation of such reservation made herein, reserves, for itself, its successors and assigns all oil, gas and other minerals in, on and under and that may be produced from the Property. Grantor, its successors and assigns shall not have Conhact of Sale Page 19 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc the right to use or access the surface of the Property, in any way, manner or form, in connection with or related to the reserved oil, gas, and other minerals and/or related to exploration and/or production of the oil, gas and other minerals reserved herein, including without limitation, use or access of the surface of the Property for the location of any well or drill sites, well bores, whether vertical or any deviation from vertical, water wells, pit areas, seismic activities, tanlcs or tanlc batteries, pipelines, roads, electricity or other utility infrastnicture, and/or for subjacent or lateral support for any surface facilities or well bores, or any other infrastnicture or improvement of any lcind or type in connection with or related to the reserved oil, gas and other nunerals, and/or related to the exploration or production of same. As used herein, the term "nunerals" shall include oil, gas and all associated hydrocarbons, and shall exclude (i) all substances that any reasonable extraction, mining or other exploration and/or production method, operation, process or procedure would consume, deplete or destroy the surface of the Property; and (ii) all substances which are at or near the surface of the Property. The intent of the parties hereto is that the meaning of the term "nunerals" as utilized herein, shall be in accordance with that set forth in Reed v. Wylie, 597 S.W2d 743 (Tex. 1980). As used herein, the term "surface of the Property" shall include the area from the surface of the earth to a depth of five hundred feet (500') below the surface of the earth and all areas above the surface of the earth. Exceptions to conveyance and warranty: [Inse�t Pe�niitted Exceptions] This Deed is subject to that certain Contract of Sale, by and between Grantor and Grantee, dated on or about , 2013. Grantor hereby assigns, without recourse or representation, to Grantee, any and all claims or causes of action that Grantor may have for or related to any errors, omissions, defects in or injury to the Property. Conhact of Sale Page 20 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc TO HAVE AND TO HOLD the Property, together with all and singular the rights and appurtenances thereto in anywise belonging unto Grantee and Grantee's successors and assigns forever; and Grantor does hereby bind Grantor and Grantor's successors and assigns to WARRANT AND FOREVER DEFEND all and singular the Property unto Grantee and Grantee's successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof when the claim is by, through, or under Grantor but not otherwise. EXECUTED the day of , 2013 CODELA, LLC, a Texas linuted liability company : Name: Title: ACKNOWLEDGMENT THE STATE OF � COUNTY OF � This instniment was acicnowledged before me on , 2013 by of CODELA, LLC, a Texas linuted liability company, on behalf of said linuted liability company. Conhact of Sale Page 21 Notary Public, State of Texas My commission expires: `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc Upon Filing Return To: The City of Denton-Engineering Attn: Paul Williamson 901-A Texas Street Denton, TX 76209 Conhact of Sale Page 22 Send Tax Billing Statements To: The City of Denton Attn: Finance Department 215 East McKinney Street Denton, Texas 76201 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc EXHIBIT "A" to Special Warranty Deed Legal Description Of Property BEING all that certain lot, tract or parcel of land situated in the T. M. Downing Survey, Abstract Number 346, City of Denton, Denton County, Texas, an being part of that certain tract of land described by deed to George Roland Vela and Emma Lamar Vela, recorded in Volume 3225, Page 252, Deed Records, Denton County, Texas (D.R.D.C.T.), and being more particularly described as follows: BEGINNING at a 1/2 inch iron rod with yellow cap stamped "Arthur Surveying Company" (ASC) set for the southeast corner of said Vela tract and the southwest corner of a tract of land described by deed to Gary Dennis Dillard and Jaynu Chris Dillard, recorded in Volume 1188, Page 730, D.R.D.C.T., same point being in the north line of a tract of land described by deed to Staff Realty, recorded under County Clerlc's File Number 94-6845, Official Public Records, Denton County, Texas (O.P.R.D.C.T.); THENCE South 89 degrees 27 minutes 42 seconds West, with the north line of said Staff Realty tract, a distance of 196.70 feet to a 1/2 inch iron rod with yellow cap stamped "ASC" set for corner in the south line of said Vela tract and the north line of said Staff Realty tract; THENCE North 00 degrees 33 nunutes 51 seconds West, over and across said Vela tract, a distance of 820.88 feet to a 1/2 inch iron rod with yellow cap stamped "ASC' set for corner in the north line of said Vela tract and the south line of Mayhill Road; THENCE South 72 degrees 32 nunutes 25 seconds East, with the south line of Mayhill Road, a distance of 52.58 feet to a 1/2 inch iron rod with yellow cap stamped "ASC' set for the northeast corner of said Vela tract, same point being in the west line of a tract of land described by deed to Brian Carter and Brenda Carter, recorded under Instniment Number 2010-121541, O.P.R.D.C.T.; THENCE South 00 degrees 33 nunutes 51 seconds East, with the west line of said Carter tract, a distance of 348.72 feet to a 1 inch iron rod found for an inner ell corner of said Vela tract and the southwest corner of said Carter tract; THENCE North 89 degrees 03 minutes 33 seconds East, with the south line of said Carter tract, a distance of 149.72 feet to a 1/2 inch iron rod with yellow cap stamped "ASC" set for the most easterly northeast corner of said Vela tract and the southeast corner of said Carter tract, same point being in the west line of said Dillard tract; Conhact of Sale Page 23 `, codnd`,dep:utments�,uiilities administrntiom,shared,citv council`,cc 2013`,februaiv 12, 2013`,codelln`,es 3- codela k of sale (counter).doc THENCE South 00 degrees 11 minutes 09 seconds East, with the west line of said Dillard tract, a distance of 456.97 feet to the POINT OF BEGINNING and containing 2.486 acres of land, more or less. Conhact of Sale Page 2� AGENDA INFORMATION SHEET AGENDA DATE: Febniary 12, 2013 DEPARTMENT: City Manager's Office L-�� ACM: Bryan Langley SUBJECT Consider nominations/appointments to the City's Boards and Commissions: 1. Capital Improvement Program Oversight Committee. BACKGROUND The voters overwhelmingly approved (78% for and 22% against) the City of Denton's $20.4 million Bond Program on November 6, 2012. The Council-appointed Citizens Bond Advisory Committee assisted in developing a specific set of recommendations to talce to the voters for their approval. In the past, the City Council has created citizen bond program oversight committees to provide guidance when potential changes or adjustments to the bond program projects occur. These committees were comprised of inembers from the original bond committee, and typically, the oversight committee members were selected due to their role as subcommittee chairs. RECOMMENDATIONS Since this election was a single issue bond program focused on streets, we do not have any subcommittee chairs to appoint to the oversight committee. As a result, staff recommends that a special seven (7) member oversight committee be appointed. After consultation with the Mayor and City Council Members, the following list of committee members is proposed to include Marty Rivers and Tim Crouch, Co-chairs of the Citizens Bond Advisory Committee; Jo Williams, committee member and chair of the Public Art Committee during the time this bond package was developed; Calvin Evans, committee member representing District Two; Jerry Clarlc, committee member representing District Three; and Michael Gibson, committee member representing District Four. District One committee member yet to be determined. These members have been contacted and agreed to serve. PRIOR ACTION/REVIEW (Council, Boards, Commission) Voters approved the $20.4 million Bond Program on November 6, 2012. Agenda Information Sheet Febniary 12, 2013 Page 2 FISCAL INFORMATION Approximately $4.0 million in bonds of the voter approved $20.4 million Bond Progranl will be issued each year over the next five years. Respectfully submitted: ,� ,,..--�, � �� �-.-r �' �� Bryan Langely Assistant City Manager AGENDA DATE: DEPARTMENT: ACM: SUBJECT AGENDA INFORMATION SHEET Febniary 12, 2013 Econonuc Development John Cabrales l�� Consider nominations/appointments to the City's Boards and Comnussions: 2. Tax Increment Reinvestment Zone Two Board of Directors. BACKGROUND On December 18, 2012, the City Council adopted Ordinance No. 2012-366, designating and describing the boundaries of Tax Increment Reinvestment Zone (TIRZ) Number Two for an industrial district of Denton, Texas; establishing the duration of the Zone; establishing a Tax Increment Fund; and establishing a Board of Directors for the Tax Increment Reinvestment Zone. The TIRZ was created to provide the public infrastnicture necessary to encourage development in the largest industrially zoned area (Westparlc) in the City. TIRZ Board Structure: The TIRZ Board will be comprised of 11 members. The City Council will appoint 9 members and designate the board Chair. The governing bod�T of Denton Count�T, ���hich levies taies on real propert�T in TIRZ Number T���o, ���ill appoint one board member. Ra�Tzor Investments, LLP the "Developer" ���ill appoint a single board member. Staff recommends that the Council consider appointing the 9 member Econonuc Development Partnership (EDP) Board plus one representative from Denton County and one member from the Developer. This proposed board stnicture is recommended to streamline the process, as the same group of individuals would also be worlcing on other incentive agreements for these proj ects. Board members will serve staggering terms not to exceed three consecutive terms. Board Member Recommendations Vir il Stran e Axiom Commercial Com an Gre Johnson Versus Real Estate Advisors Denn Aldrid e James Wood Auto Parlc Cleve Breedlove Access Banlc of Texas Marlc Burrou hs Cit of Denton Ma or Dalton Gre o� Cit of Denton Councilman Caleb O'Rear Denton Re ional Medical Center Dr. V. Lane Rawlins President, Universi of North Texas Carrell Ann Simmons Meridian Banlc of Texas Everette Newland (a ointed) Denton Count Sel n Ra zor (a ointed) Ra zor Investments, LLC Agenda Information Sheet Febniary 12, 2013 Page 2 ESTIMATED SCHEDULE OF PROJECT �l�he tollowin re resents the ste s ot the ro ect: The City Council will appoint 9 of the 11 TIRZ Board members and Febniary 2013 desi nate the board Chair The City will notify the State Comptroller of the TIRZ establishment Febniary 2013 and artici atin taxin entities The Board will meet to review and approve the final Project and March/Apri12013 Financing Plans to present to the City Council for approval. The Board will also review and malce a recommendation on the Develo er's A reement. The TIRZ Board will provide an Annual Report to City Council and Febniary 2014 Comptroller on the TIRZ fund and project activity, which is due 150 da s followin the end of the fiscal ear. PRIOR ACTION/REVIEW City Council adopted an Ordinance accepting an Agreement with Denton County to participate in Tax Increment Reinvestment Zone, Number Two; authorizing the City Manager to execute the Agreement on Febniary 5, 2013. The City Council adopted Ordinance 2012-366 designating and describing the boundaries of a TIRZ Number Two; established the duration of the Zone; established a Tax Increment Fund and established a Board of Directors for the Tax Increment Reinvestment Zone on December 18, 2012. The Council also received reports on the TIRZ proposal at the July 17, 2012, September 11, 2012, and December 7, 2012, (Closed Session) meetings. The Econonuc Development Partnership Board discussed the TIRZ Number Two at eight meetings in 2012 and recommend approval of the TIRZ 9-0. FISCAL INFORMATION It is estimated that the TIRZ would generate approximately $14,275,430 over a 25 year period for infrastnicture improvements. The City and County would contribute $10,033,470 and $4,241,960 into the TIRZ fund, respectively. The City would retain $43,926,530 and the County would retain $18,862,910 over the life of the TIRZ. EXHIBITS 1. Denton County Board Appointment 2. Rayzor Investments, LLP Board Appointment 3. Febniary 7, 2013 Memo to Council -2- Agenda Information Sheet Febniary 12, 2013 Page 3 Prepared by: � � � ��''�� � �� �� � Erica Sullivan, Economic Development Analyst Econonuc Development Department Respectfully subnutted: t.i� J , � .. � � Aimee Bissett, Econonuc Development Director Econonuc Development Department -, -�- Hugh Coleman Precinct 1 Ron Marchant Precinct 2 February 5, 2013 Mr. Everette Newland 8485 Jim Christal Rd. Denton, TX 76207 Dear Mr. Newland: EXHIBIT 1 ^� ��U����. 4`�' ��Vry� w `, �S � � �a� ����: � � �;, � � ��� � �,�, r�J",xe � ,�,� 1�,� ���� �> � � �` 1�;4C, �` �• 1 1 1 1. 1 r+• � Bobbie J. Mitchell Precinct 3 Andy Eads Precinct 4 On Tuesday, February 5, 2013, Denton County Commissioners Court approved your appointment to the City of Denton Westpark Tax Increment Reinvestment Zone as the Commissioners Court's representative. Commissioners Court would like to take this time to thank you for your service to Denton County on this board. It is people like you who make Denton County a great place to live. If you have any questions, please contact Barbara Looper, Aide-to-the-Court, at 940-349-2830. Yours truly, W ��lC� 1-�C)I`Cl Denton County Judge Courthouse-�n-The-Square • 110 West Hickory • Denton, Texas 76201 (940) 349-2830 • Fax (940) 349-2831 • www.dentoncounty.com � � EXHIBIT 1 � � � � � � ! ! � � � �� �� _ � � , _ i ; � -�� � � i �� � � � � �, � �� . ,� � ir� , _ �� - � ��-� ; � ���s�� J� �� � � o � \ , � , � � � � � � � , � � � \ � � � � ���� � � � ` � � � � � � , �o � ��5� ����, �� _�, �..,����� .. .�. .:��.. v... __,d.,����� ���.� � , _.".�,... . ... ��y_ v �, >, �,. � W. , _,�.. . � ,,.w�s� ��� �.� , � ��v_ ,.�����. � � � EXHIBIT 1 , .;: �� �,�: � Date: __.,,� � ��,,.���mm��� �a�1��i�i�sio��r� l�r��i��t # �t�t�e � " �.�„� ��,,, „ �„__„�.,,,,� eai•s in I���taarx �,����i;y: � ,� d �i�r�i� �ic���1�N�s�; � ..� � ,�,. ,,,,,,,,,,, „� :, ,,, ' � � � l-Ira�� �'h�'t�: � , „„ �.�`,.�.�.�... . __.__ '�JW`��rlc �'Ere�n�s �` � � � � � � ' � � _,,,,.�.,_., e .,.��„ :�` m � '" I'� �. � � �(" � , � �; �-IVI�i�° a��ieii �• ��rnr�Yitt�� �pi��yi]�� f i•: �.� � � ' �. �� � � .. � � �, m � �� ,,, 5�����eT ����ri.�ra�ae, lc,��r���l�c��+� o�° slcills y will �rr•i�� to tlris �a�sitia�Y�� � , , � , � � � � ; � � � �, � � �� , � � , . �� „� � _ �� �� ' , , , ,.,��„ �,,.�' u� ��u ���� ���i�; � % � , ,�; ,; � � . ' i i,i ', �� � r � �_ ;� W ��� i�ii' t- � � � �""�"�.�' ��""�' �� �'�,�7' �'"""` "�, � � � �.�(�11Y11�11�CItY��" �.��I"�'Y�": � ����°ds ��rd C�r�zr�����tt�� ���1��������;� ��°� k��t �r� fit� f�r t��� (2� y��rs in the �ie%�-gs�mt��mC�a�c°l'� o�c�a ���'°d �ttid Q::c�����i��� �a�fcar�����i�r� is �rr�ilr�bl� �tr th� �6���at��-fiS��-��a��°k°� C7f�'ic� e�rn t�o �u��-ta-��i�-�°��rt ti��a���•t�c�������r'�-ti�c���� �,a��� 1 � A �st � ��c��r� C)�.��tc����'��ar�s 7b2Q1 �.tit�ch ilt���a�t���i�� � �,a � � �;�, gy EXHIBIT 2 From: Bissett, Aimee To: Davis. Christina A. Subject: FW: Westpark TIRZ Board Appointment for Rayzor Investments Date: Wednesday, February 06, 2013 11:26:05 AM -----Original Message----- From: selwynrayzor@aol.com [mailto:selwynrayzor(a�aol.com] Sent: Monday, February 04, 2013 2:27 PM To: Bissett, Aimee Cc: Cabrales, John J.; Sullivan, Erica A.; pabaker@rayzorcompany.com Subject: Re: Westpark TIRZ Board Appointment for Rayzor Investments Dear Aimee, I will be representing Rayzor Investments on the board. I look forward to meeting you! Kindest regards, Selwyn Rayzor -----Original Message----- From: Bissett, Aimee <Aimee.Bissett@cityofdenton.com> To: 'douglaselliot219@gmail.com' <douglaselliot219@gmail.com>; 'pabaker@rayzorcompany.com' <pabaker@rayzorcompany.com>; 'selwynrayzor@aol.com' <selwynrayzor@aol.com> Cc: Cabrales, John J. <John.Cabrales@cityofdenton.com>; Sullivan, Erica A. <Erica.Sullivan@cityofdenton.com> Sent: Mon, Jan 28, 2013 11:12 am Subject: Westpark TIRZ Board Appointment for Rayzor Investments Mr. Elliott, Ms. Rayzor, and Mr. Baker; As the new Economic Development Director with the City of Denton, I wanted to reach out to you and give you an update on the establishment of the Westpark Tax Increment Reinvestment Zone. In December of 2012, City Council approved the establishment of this TIRZ and created a Board consisting of eleven members. Nine members will be appointed by City Council (most likely the Economic Development Partnership Board). Denton County will appoint one member as well, since they have agreed to participate in the TIRZ. As the Developer, Rayzor Investments also has one appointment. Currently, City Council is scheduled to approve the appointments at the February 12th Council Meeting. The only eligibility requirements outlined in the Tax Increment Financing Act are as follows: • Must be 18 years of age or older• Must live in Denton County or own property inside the Tax Increment Reinvestment Zone Would one of you let me know what your process will be for making an appointment to represent your interests on this Board? If you have not named your appointment by February 12th, that should be fine. However, I would like to brief City Council on your timeline and process for appointment. Please let me know if you have any questions or need additional information. I look forward to working with you in the future. Sincerely, Aimee BissettEconomic Development DirectorCity of Denton(940) 349-7776 main(940) 349-7774 direct .��� �� ������ �������������� n � `�`�°" ' ���� u���� �'ra�r� DATE: TO: .� ���Jc�llx�� EXHIBIT 3 215 E. McKinney Denton, Texas 76201 (940) 349-7776 phone (940) 349-8596 fax Economic Development Department February 7, 2013 Mayor and City Council Members Aimee Bissett, Director of Economic Development Westpark TIRZ Board Appointments On February 12, you will be asked to consider board appointments. The Westpark TIRZ was created on December 18, 2012, and per the ordinance, the City Council shall appoint nine of the eleven board members "within 60 days after the passage of the ordinance or within a reasonable time thereafter." Denton County and the Developer, Rayzor Investments, each have one appointment as well. As you remember, the Westpark TIRZ Board membership is structured as follows: Nine Members shall be appointed by City Council (staff has recommended utilizing the Economic Development Partnership Board for these nine appointments) One Member shall be appointed by Denton County, since they have agreed to participate in the TIRZ One Member shall be appointed by Rayzor Investments, LLC, as the Developer The only eligibility requirements outlined in the Texas Tax Code are: a) Members must be at least 18 years of age, and b) Members must live in Denton County or own property in the Westpark TIRZ. Staff recommends that the Council consider appointing the 9 member Economic Development Partnership (EDP) Board plus one representative from Denton County and one member from the Developer. Denton County has appointed Everette Newland, and Rayzor Investments has appointed Selwyn Rayzor. This proposed board structure is recommended to streamline the process, as the same group of individuals would also be working on other incentive agreements for projects in the TIRZ. Board members will serve staggering terms not to exceed three consecutive terms. Please feel free to call if you have any questions.