Loading...
HomeMy WebLinkAbout2018-01-09 Agenda with Backup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`.#* -"'!2.# "!(*"$&'(#4!(*4#&..,!.#*..-3&* !$#8& )# )!#*("!!%!' .#$!.3"&K!$#*K-9!#8)!"!#$&.3,..&-'# -# )!.!#4!(*4#%* !".#&'#*'#-/!'#%!! &'(#8-,4$#3-'4&3 #8& )# )!#$, 2#-# )!#1& 2`.# * -"'!2.# -# )!#1& 2#-#5!' -'#*'$# )!#5!' -'#1& 2#1-,'3&4#,'$!"# )!#6!7*.#5&.3&/4&'*"2# E,4!.#-#\\"-!..&-'*4#1-'$,3 #-# )!#< * !#a*"#-#6!7*.D#6*;!#&'*4#*3 &-'#-'#*#1-' "*3 # -"#<*4!#*'$#\\,"3)*.!#-#b* ,"*4#\[*.#8& )#H' !"/"&.!#\\"-$,3 .#Z/!"* &'(0#VV10#*#6!7*.# 4&%& !$#4&*K&4& 2#3-%/*'2D M5#ABS@RT B 1-'.,4 * &-'#8& )# -"'!2.#S#6!7*.#\[-9!"'%!' #1-$!#<!3 &-'#GGAD@RA 1-'.,4 * &-'#8& )# )!#1& 2`.#* -"'!2.#*K-, #4!(*4#&..,!.#"!4* !$# -# )!# !"%.0#3-'$& &-'.# *'$#.3-/!#-#3,""!' #*'$#, ,"!#"!+,!. .#-"#'-'S$&.34-.,"!#*'$Q-"#3-'&$!' &*4& 2# *("!!%!' .D###/,K4&3#$&.3,..&-'#-# )!.!#4!(*4#&..,!.#8-,4$#3-'4&3 #8& )# )!#$, 2#-# )!# 1& 2`.#* -"'!2.# -# )!#1& 2#-#5!' -'#*'$#& .#1& 2#1-,'3&4#,'$!"# )!#6!7*.#5&.3&/4&'*"2# E,4!.#-#\\"-!..&-'*4#1-'$,3 D M5#ABS@RU 5!4&K!"* &-'.#"!(*"$&'(#\\!".-''!4#I* !".#S#W'$!"#6!7*.#\[-9!"'%!' #1-$!0#<!3 &-'# GGAD@RT 5&.3,..#*'$#$!4&K!"* !#"!(*"$&'(# )!#!9*4,* &-'#-#3*'$&$* !.#*'$# )!# *//-&' %!' Q!%/4-2%!' #-#*#1& 2#,$& -"D bc#XMbV#16MZb0#5H1M<MZb0#ZE#dZ6H#Zb##I66HE#5HVMaHE6H5#Mb##1VZ<H5# IHH6Mb\[#:MVV#ZbVc#aH#6JHb#Mb#b#Z\\Hb#IHH6Mb\[#6F6#M<#FHV5#Mb#1ZI\\VMb1H# :M6F#6He<#\[ZdHEbIHb6#1Z5H0#1F\\6HE#GGA0#He1H\\6#6Z#6FH#He6Hb6#<W1F#XMbV# 16MZb0#5H1M<MZb0#ZE#dZ6H#M<#6JHb#Mb#6FH#1VZ<H5#IHH6Mb\[#Mb#11ZE5b1H#:M6F# 6FH#\\EZdM<MZb<#ZX#fGGAD@BU#ZX#6FH#6He<#\[ZdHEbIHb6#1Z5H#N6FH#g\\WaVM1#\\Z:HE# He1H\\6MZb`PD##6FH#1M6c#1ZWb1MV#EH<HEdH<#6FH#EM\[F6#6Z#5=ZWEb#Mb6Z##1VZ<H5# IHH6Mb\[#ZE#HeH1W6MdH#<H<<MZb#<#W6FZEMhH5#ac#6HeD#\[Zd`6D#1Z5H0#fGGAD@@A0#H6# <HiD#N6FH#6He<#Z\\Hb#IHH6Mb\[<#16P#Zb#bc#M6HI#Zb#M6<#Z\\Hb#IHH6Mb\[#\[Hb5# ZE#6Z#EH1ZbdHbH#Mb##1Zb6MbW6MZb#ZX#6FH#1VZ<H5#IHH6Mb\[#Zb#6FH#1VZ<H5# IHH6Mb\[#M6HI<#bZ6H5#aZdH0#Mb#11ZE5b1H#:M6F#6FH#6He<#Z\\Hb#IHH6Mb\[<# 160#Mb1VW5Mb\[0#:M6FZW6#VMIM66MZb#fGGAD@RASGGAD@BU#ZX#6FH#6He<#Z\\Hb#IHH6Mb\[<# 16D E!(,4*"#I!! &'(#-# )!#1& 2#-#5!' -'#1& 2#1-,'3&4#* #UCO@#/D%D#&'# )!#1-,'3&4#1)*%K!".#* #1& 2#F*440#?AG#HD# I3J&''!2#< "!! 0#5!' -'0#6!7*.#* #8)&3)# )!#-44-8&'(#& !%.#8&44#K!#3-'.&$!"!$C EFGHIGJK)FFGI-)L G D##WD<D#X4*( aD##6!7*.#X4*( ^F-'-"# )!#6!7*.#X4*(#j#M#/4!$(!#*44!(&*'3!# -# )!!0#6!7*.0#-'!#. * !#,'$!"#\[-$0#-'!#*'$#&'$&9&.&K4!D_ .E/J F)C)M-JL@NE/G@GLM)M-JL@ M5#ABS@ABM' !"'* &-'*4#a*33*4*,"!* !#5*2#NMa#5*2P ) '+,$#-).$)*/0/12*3 '(#)1)  !"#$%&*))$+!,+)$-.?.$#.0 !@>!9;AB M5#ABS@A>I!' -"#5!' -'#I-' ) B M5#ABS@?R<-4<%*" #a"-'L!#5!.&('* &-'  =E/G@GLM)M-JLK/JCCGCBG/@JKMOGEPBF- D##E!9&!8#-#/"-3!$,"!.#-"#*$$"!..&'(# )!#1& 2#1-,'3&4D a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k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la4,!#1*"$l#"!+,!. &'(# -#./!*;#$,"&'(# )&.#/!"&-$#/"&-"# -# )!#3*44&'(#-# )&.#*(!'$*#& !%D b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j#VPD##6)&.#4&. &'(#&.#/"-9&$!$#-'# )!#1-'.!' #(!'$*# -#*44-8#1-,'3&4#I!%K!".# -#$&.3,..#-"#8& )$"*8#*'#& !%#/"&-"# -#*//"-9*4#-# )!#1-'.!' #(!'$*D##M#'-#& !%.#*"!#/,44!$0#1-'.!' # (!'$*#M !%.##j#V#K!4-8#8&44#K!#*//"-9!$#8& )#-'!#%- &-'D##M#& !%.#*"!#/,44!$#-"#.!/*"* !#$&.3,..&-'0# )!2#%*2#K!#3-'.&$!"!$#*.# )!#&". #& !%.#-44-8&'(#*//"-9*4#-# )!#1-'.!' #(!'$*D M5#ARSAUUA ) 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#*33!/ &'(#3-%/! & &9!#K&$.#*'$#*8*"$&'(#*#3-' "*3 # -"# )!#.,//42#-#.-&40#.*'$0#4&%!. -'!0#*'$#*(("!(* !#"-3;#-"#9*"&-,.#1& 2#-#5!' -'# $!/*" %!' .\]#/"-9&$&'(#-"# )!#!7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$#/"-9&$&'(#*'#!!3 &9!# $* !#NMXa#UU@BS*8*"$!$# -# )!#4-8!. #"!./-'.&9!#K&$$!"#-"#!*3)#4&'!#& !%0#1=# H' !"/"&.!.0#VV\\#&'# )!#-,"#NTP#2!*"#'- S -S!73!!$#*%-,' #-#mA0G@@0@@@PD  !"#$%&(4=>!&?@A.-;#!B-:1C<#1-!/=..)E;: (4=>!%?(H#$F#1-)E;: (4=>!G?IC;-#-+.)E;: (4=>!J?!K@!(-.CEC5.5!1-C#+)E;: '+,$#-).$)*/0/12*3 '(#)4)  !"#$%&*))$+!,+)$-.?.$#.0 !@>!9;AB M5#ARSAR@G B 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#1-,'3&4#-# )!#1& 2#-#5!' -'0#6!7*.0#','3# /"-# ,'3#3-""!3 &'(#*'#&'*$9!" !' #%&. *;!#&'#Z"$&'*'3!#?@AGSAAU#"!4* &'(# -# )!#$-44*"# *%-,' #"!4!3 !$#&'# )!#K*3;#,/#/"-9&$!$#-"#EX\\#GR?G0#*8*"$!$# -#\\-42$2'!0#M'3D0# 6510#VV1D0#*'$#\\d<#6!3)'-4-(&!.0#M'3D0#*'$#/"-9&$&'(#*'#!!3 &9!#$* !D  !"#$%&(4=>!&?@A.-;#!B-:1C<#1-!/=..)E;: (4=>!%?IC;-#-+.!%8&'?&&7)E;: (4=>!G?IC;-#-+.)E;: (4=>!J?D1$ ; -.!@<.-;<.-)E;: (4=>!'?30!@<.-;<.-)E;: (4=>!7?DL/!3.+=-1$1A.5!@<.-;<.-)E;: M5#ABS@??  1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'0#6!7*.#*%!'$&'(# )!#X&.3*4#c!*"# ?@ARSAB#a,$(! #*'$#'',*4#\\"-("*%#-#<!"9&3!.#-# )!#1& 2#-#5!' -'# -#*44-8#-"# *$Y,. %!' .# -# )!#\[!'!"*4#X,'$#-# 8-#%&44&-'#.&7#),'$"!$#'&'! 2#&9!# )-,.*'$#$-44*".# Nm?0U>G0@@@P#-"# )!#/,"/-.!#-#,'$&'(# "*&3#*'$#/*";#&%/"-9!%!' #/"-Y!3 .0# 5-8' -8'#6*7#M'3"!%!' #E!&'9!. %!' #h-'!#X,'$#-#-'!#%&44&-'#-,"#),'$"!$#.&7 2#.&7# )-,.*'$#!&() #),'$"!$#-" 2#&9!#$-44*".#NmA0TUU0BTGP#-"# )!#/,"/-.!#-#,'$&'(# .&$!8*4;.#*'$#. "!! #4&() .#&'#$-8' -8'0#1*/& *4#M%/"-9!%!' #\\"-("*%#-,"#%&44&-'#-'!# ),'$"!$#.&7 2#-'!# )-,.*'$#!&() #),'$"!$#-" 2#&9!#$-44*".#NmT0AUA0BTGP#-"# )!#/,"/-.!# -#,'$&'(# )!#3*/& *4#&%/"-9!%!' #/"-Y!3 .\]#$!34*"&'(#*#%,'&3&/*4#/,"/-.!\]#/"-9&$&'(#*# .!9!"*K&4& 2#34*,.!\]#/"-9&$&'(#*'#-/!'#%!! &'(.#34*,.!\]#*'$#/"-9&$&'(#-"#*'#!!3 &9!#$* !D  !"#$%&@A.-;#!B-:1C<#1-!/=..);1+4 #E#$!DC1M.+5!N5)E;: IC;-#-+.)E;: M5#ABS@T@ H 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'0#6!7*.0#*%!'$&'(#Z"$&'*'3!# b-D?@ARSABA0#/"!.3"&K&'(# )!#',%K!"#-#/-.& &-'.#&'#!*3)#34*..&&3* &-'#-#\\-4&3!#Z&3!"\]# /"-9&$&'(#*#"!/!*4!"#34*,.!\]#*'$#$!34*"&'(#*'#!!3 &9!#$* !D (4=>!&!?!@B/!?!/#::-A!IC;-#-+.?%8&6?%8&O  !"#$%& (4=>!%!?!/91C-!$#55:+#1-!=#C (4=>!G!?!/91C-!D151-!IC;-#-+. M5#ABS@TA G 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'#*, )-"&L&'(# )!#1& 2#I*'*(!"#-"# )&.#$!.&('!!# -#!7!3, !#*#3-' "*3 #-"# )!#/,"3)*.!#-#-'!#NAP#6!"!7#TR`#5&((!"#5!""&3;# ",3;#-"# )!#5!' -'#I,'&3&/*4#H4!3 "&3#5&. "&K, &-'#5!/*" %!' #*.#*8*"$!$#K2#a,2# a-*"$#1--/!"* &9!#\\,"3)*.&'(#b! 8-";#1-' "*3 n#G?ASAU\]#/"-9&$&'(#-"# )!# !7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$#/"-9&$&'(#*'#!!3 &9!#$* !#NX&4!#UUR@S*8*"$!$# -# X"!&() 4&'!"#-#,. &'0#&'# )!#'- S -S!73!!$#*%-,' #-#m?OA0RUGPD#6)!#\\,K4&3#W &4& &!.# a-*"$#8&44#3-'.&$!"# )&.#& !%#-'#=*',*"2#B0#?@ABD  !"#$%&(4=>!&?@A.-;#!B-:1C<#-!/=..)E;: (4=>!%?1<E#C51-!#-;!PF1.)E;: (4=>!G?/#::!*.<1);1+4 (4=>!J?IC;-#-+.)E;: '+,$#-).$)*/0/12*3 '(#)5)  !"#$%&*))$+!,+)$-.?.$#.0 !@>!9;AB M5#ABS@T? K 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'#*, )-"&L&'(# )!#1& 2#I*'*(!"#-"# )&.#$!.&('!!# -#!7!3, !#*#3-' "*3 #-"# )!#/,"3)*.!#-#-'!#NAP#=-)'#5!!"!#I-$!4#?TG\[# F2$"*,4&3#H73*9* -"#-"# )!#1& 2#-#5!' -'#5"*&'*(!#5!/*" %!' #*.#*8*"$!$#K2#a,2# a-*"$#1--/!"* &9!#\\,"3)*.&'(#b! 8-";#1-' "*3 n#GAGSAU\]#/"-9&$&'(#-"# )!# !7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$#/"-9&$&'(#*'#!!3 &9!#$* !#NX&4!#UUBTS*8*"$!$# -# E5Z#H+,&/%!' #1-%/*'2#&'# )!#'- S -S!73!!$#*%-,' #-#m?AG0?OUDGRPD  !"#$%&(4=>!&?@A.-;#!B-:1C<#1-!/=..)E;: (4=>!%?1<E#C51-!#-;!PF1.)E;: (4=>!G?/#::!*.<1)E;: (4=>!J?IC;-#-+.)E;: M5#ABS@TO I 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'0#6!7*.#*//"-9&'(#*'#M' !"4-3*4# ("!!%!' #K! 8!!'# )!#1& 2#-#5!' -'#*'$# )!#1& 2#-#1*""-44 -'0#6!7*.#-"#&' !"'*4# *,$& &'(#.!"9&3!.\]#/"-9&$&'(#-"#*'#)-,"42#"* !#-"#.!"9&3!.\]#*, )-"&L&'(# )!#!7/!'$& ,"!#-# ,'$.# )!"!-"\]#*'$#/"-9&$&'(#*'#!!3 &9!#$* !#NX&4!#UUTBPD  !"#$%&(4=>!&?@A.-;#!B-:1C<#1-!/=..)E;: (4=>!%?IC;-#-+.)E;: (4=>!G?B-.C$1+#$!@AC..<.-)E;: M5#ABS@TT O 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#*33!/ &'(#3-%/! & &9!#K&$.#*'$#*8*"$&'(#*#3-' "*3 # -"# )!#.,//42#-#H4!3 "&3#W &4& 2#\\d1#1-'$,& 0#X& &'(.#*'$#33!..-"&!.#-"#5!' -'# I,'&3&/*4#H4!3 "&3# -#K!#. -3;!$#&'# )!#1& 2#-#5!' -'#5&. "&K, &-'#1!' !"\]#/"-9&$&'(#-"# )!#!7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$#/"-9&$&'(#*'#!!3 &9!#$* !#NMXa#UGGBS*8*"$!$# -# )!#4-8!. #"!./-'.&9!#K&$$!"#%!! &'(#./!3&&3* &-'0#6!3)4&'!0#M'3D#&'# )!# )"!!#NOP#2!*"# '- S -S!73!!$#*%-,' #-#m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mG@0@@@#.)*44#K!#*8*"$!$#K2# )!#(-9!"'&'(#K-$2\]#*'$#/"-9&$&'(#*'# !!3 &9!#$* !#NX&4!#GGUGS*8*"$!$# -#J"-'-.#M'3-"/-"* !$#&'# )!# )"!!#NOP#2!*"# '- S -S!73!!$#*%-,' #-#mT@@0@@@PD '+,$#-).$)*/0/12*3 '(#)0)  !"#$%&*))$+!,+)$-.?.$#.0 !@>!9;AB  !"#$%&(4=>!&?@A.-;#!B-:1C<#1-!/=..)E;: (4=>!%?R.-.9#$!PF1.)E;: (4=>!G?/1$.!/1FC+.!N..C)E;: (4=>!J?IC;-#-+.)E;: M5#ABS@UG 7 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#*33!/ &'(#3-%/! & &9!#/"-/-.*4.#*'$#*8*"$&'(#*# 3-' "*3 #-"# )!#.,//42#-#H4!3 "&3#W &4& 2#< * &-'#<!"9&3!#d-4 *(!#6"*'.-"%!".#-"#5!' -'# I,'&3&/*4#H4!3 "&3# -#K!#. -3;!$#&'# )!#1& 2#-#5!' -'#5&. "&K, &-'#1!' !"\]#/"-9&$&'(#-"# )!#!7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$#/"-9&$&'(#*'#!!3 &9!#$* !#NEX\\#UT>@S*8*"$!$# -# aa0#M'3D#&'# )!# )"!!#NOP#2!*"#'- S -S!73!!$#*%-,' #-#mG@@0@@@PD  !"#$%&(4=>!&?@A.-;#!B-:1C<#1-!/=..!?!C.H5.;!S.5!&8?G&?&6)E;: (4=>!%?(H#$F#1-!#-;!R#-S-A!/=..)E;: (4=>!G?IC;-#-+.)E;: (4=>!J?1-C#+)E;: M5#ABS@R@ R 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'0#6!7*.#*, )-"&L&'(# )!#*//"-9*4# -#*#X&". #%!'$%!' # -#*#\\"-!..&-'*4#<!"9&3!.#("!!%!' #K! 8!!'# )!#1& 2#-#5!' -'# *'$#1*49&'0#\[&-"$*'-0#*'$#..-3&* !.0#M'3D#-"#%,'&3&/*4#/4*''&'(#.!"9&3!.0#-"&(&'*442# *//"-9!$#&'# )!#*%-,' #-#m>A0??T\]#/"-9&$&'(#-"# )!#!7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$# /"-9&$&'(#*'#!!3 &9!#$* !#NX&4!#UU@TS/"-9&$&'(#-"#*'#*$$& &-'*4#!7/!'$& ,"!#*%-,' # '- S -S!73!!$#mAG@0@@@0#8& )# )!# - *4#3-' "*3 #*%-,' #'- S -S!73!!$#m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aP#*#?BG#.+,*"!#!! #$"*&'*(!#!*.!%!' 0#*'$#NMdP# )!#/*2%!' #K2# )!#1& 2# -# I*".*%#-#mG0@@@D@@0#*44#&'#!73)*'(!#-"# )!#3-'9!2*'3!# -# )!#1& 2#-#NMP#*#@D@OA#*3"!# !!# "*3 0#*'$#NMMP#*#@D@TR#*3"!#$"*&'*(!#!*.!%!' 0#*44#3& !$# "*3 .#.& ,* !$#&'# )!#:D# V-9&'(#<,"9!20#K. "*3 #b-D#RG>0#1& 2#-#5!' -'0#5!' -'#1-,' 20#6!7*.0#(!'!"*442# '+,$#-).$)*/0/12*3 '(#)6)  !"#$%&*))$+!,+)$-.?.$#.0 !@>!9;AB 4-3* !$#* # )!#'-" )!*. #3-"'!"#-#I2" 4!#< "!! #*'$#H*(4!#5"&9!\]#*, )-"&L&'(# )!#1& 2# I*'*(!"#&'#*33-"$*'3!#8& )#V-3*4#\[-9!"'%!' #1-$!#?R?D@@ANaPNOP# -#!7!3, !# )!# ("!!%!' \]#*, )-"&L&'(# )!#!7/!'$& ,"!#-#,'$.# )!"!-"!\]#*'$#/"-9&$&'(#*'$#!!3 &9!# $* !D#NH*(4!#5"&9!#5"*&'*(!#/"-Y!3 #S#\\)*.!#MM#S#I*".*%# "*3 #Na"&.3-!#6&"!PP  !"#$%&(4=>!&!?!@A.-;#!B-:1C<#1-!/=..?U*#C5#<V)E;: (4=>!%?!N1+#1-!*#E (4=>!G!?!/.!*#E)E;: (4=>!J!?!IC;-#-+.!?!*#C5#<)E;: ARS@@@G$ B 1-'$,3 # )!#.!3-'$#-# 8-#"!*$&'(.#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'#-"#*#9-4,' *"2# *''!7* &-'#-#*//"-7&%* !42#RODTR#*3"!.#-#4*'$#(!'!"*442#4-3* !$#'-" )#-#V-'(#E-*$# *'$#8!. #-#XI#T?B#K2# )!#1& 2#-#5!' -'0#6!7*.D  !"#$%&(4=>!&!?!@A.-;#!B-:1C<#1-!/=.. (4=>!%?!N1+#1-!*#E (4=>!G!?!W1--A!*#E (4=>!J!?!/#::!DC.5.-#1- (4=>!'!?!0C#:!IC;-#-+. ARS@@@U  1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#-# )!#1& 2#-#5!' -'0#6!7*.0#.! &'(#*#$* !0# &%!0#*'$# /4*3!#-"# 8-#/,K4&3#)!*"&'(.#-'# )!#/"-/-.!$#9-4,' *"2#*''!7* &-'#-#3!" *&'#/"-/!" 2# (!'!"*442#4-3* !$#-'# )!#!*. #.&$!#-#Z4$#4 -'#E-*$0#.-, )#-# )!#&' !".!3 &-'#-#Z4$# 4 -'#E-*$#*'$#6!*.4!2#V*'!#K2# )!#1& 2#-#5!' -'0#6!7*.0#*, )-"&L&'(#*'$#$&"!3 &'(# )!# 1& 2#<!3"! *"2# -#/,K4&.)#'- &3!#-#.,3)#/,K4&3#)!*"&'(.D  !"#$%&(4=>!&!?!@A.-;#!B-:1C<#1-!/=.. (4=>!%!?!/.!N1+#1-!*#E (4=>!G!?!W1--A!*#E (4=>!J!?!0C#:!IC;-#-+. (4=>!'!?!/#::!DC.5.-#1- HM5#ABS@TU 1-'.&$!"#*$-/ &-'#-#*'#-"$&'*'3!#*33!/ &'(#3-%/! & &9!#K&$.#*'$#*8*"$&'(#*#3-' "*3 # -"# )!#.,//42#-#\\*";4*'$#I*&' !'*'3!#\\"-$,3 .#&'34,$&'(#K, #'- #4&%& !$# -#4*'$.3*/!# *'$# ,"#!" &4&L!"0##&'.!3 &3&$!.0#)!"K&3&$!.0#%,43)0#*'$#/!* #%-..#-"# )!#1& 2#-#5!' -'# \\*";.#*'$#E!3"!* &-'#5!/*" %!' \]#/"-9&$&'(#-"# )!#!7/!'$& ,"!#-#,'$.# )!"!-"\]#*'$# /"-9&$&'(#*'#!!3 &9!#$* !#NMXa#UT@>S*8*"$!$# -# )!#4-8!. #"!./-'.&9!#K&$$!"#-"#!*3)# 4&'!#& !%#&'# )!# )"!!#NOP#2!*"#'- S -S!73!!$#*%-,' #-#m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a#UUO?S*8*"$!$# -# )!#4-8!. #"!./-'.&9!#K&$$!"#-"#!*3)#4&'!#& !%0# E!!$!"#5&. "&K, -".0#M'3D#&'# )!#'- S -S!73!!$#*%-,' #-#mOO@0@O@#*'$#Z`E-,";!#5&. D# 1-D0#M'3D#$K*#Z`E-,";!#\\! "-4!,%#&'# )!#'- S -S!73!!$#*%-,' #-#mR>0>GO#-"#*# - *4# *8*"$#'- S -S!73!!$#mT@>0>BOPD#6)!#\\,K4&3#W &4& &!.#a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b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aD##\\-..&K4!#1-' &',* &-'#-#14-.!$#I!! &'(# -/&3.0#*K-9!#/-. !$D 1#H#E#6#M#X#M#1##6#H M#3!" &2# )* # )!#*K-9!#'- &3!#-#%!! &'(#8*.#/-. !$#-'# )!#K,44! &'#K-*"$#* # )!#1& 2#F*44#-# )!#1& 2#-# 5!' -'0#6!7*.0#-'# )!#oooooooo$*2#-#ooooooooooooooooooo0#?@AB#* #oooooooo-k34-3;#N*D%DP#N/D%DP oooooooooooooooooooooooooooooooooooooooooo 1M6c#<H1EH6Ec bZ6HC6FH#1M6c#ZX#5Hb6Zb#1M6c#1ZWb1MV#:ZEJ#<H<<MZb#EZZI#b5#1ZWb1MV# 1FIaHE<#EH#11H<<MaVH#Mb#11ZE5b1H#:M6F#6FH#IHEM1b<#:M6F# 5M<aMVM6MH<#16D##6FH#1M6c#:MVV#\\EZdM5H#<M\[b#Vb\[W\[H#Mb6HE\\EH6HE<#XZE#6FH# FHEMb\[#MI\\MEH5#MX#EHiWH<6H5#6#VH<6#TB#FZWE<#Mb#5db1H#ZX#6FH#<1FH5WVH5# IHH6Mb\[D##\\VH<H#1VV#6FH#1M6c#<H1EH6Eck<#ZXXM1H#6#OT>SBO@>#ZE#W<H# 6HVH1ZIIWbM16MZb<#5HdM1H<#XZE#6FH#5HX#N655P#ac#1VVMb\[#ASB@@SEHVcS6e#<Z# 6F6##<M\[b#Vb\[W\[H#Mb6HE\\EH6HE#1b#aH#<1FH5WVH5#6FEZW\[F#6FH#1M6c# <H1EH6Ec`<#ZXXM1HD '+,$#-).$)*/0/12*3 '(#)8) City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 17-1343,Version:1 AGENDA CAPTION Receive a report, hold a discussion, and provide staff direction regarding parking requirements for new residential developments. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Development Services Department CM/ DCM/ ACM: Todd Hileman DATE: January 9, 2018 SUBJECT Receive a report, hold a discussion, and provide staff direction regarding parking requirements for new residential developments. BACKGROUND At the August 1, 2017 City Council Meeting, it was requested that a workshop item be scheduled to discuss the sufficiency of on-site parking standards for multifamily development, including private student housing commonly referred to as Single-Room Occupancy (SRO) Developments. In preparing the background and discussion items for this report, we would be rem-family development parking as part of this discussion. While development standards control the massing and bulk of a development (i.e. maximum height, setbacks, lot coverage, etc.), in order to build to those established maximums, one must be able to provide enough parking to meet the standards of the code. Coupled with that are the minimum on-site parking standards and whether some of those required spaces may be within the public right-of-way. As such, residential parking cannot be looked at singularly. This report outlines contributing factors associated with Multifamily/SRO and Single-Family developments that are interrelated in examining parking requirements. Specifically, those items include: Multifamily/SRO o Use Classification o Minimum and Maximum Parking Standards o Parking Maximums and On-street Parking Credit Single-Family Residential Developments o Minimum Lot Dimensions o Design Standards For Garages o Minimum and Maximum Parking Standards o On-Street Parking Credit o Off-Street Parking and Minimum Street Widths Multifamily Residential Developments As a result of the increase in demand for off-campus housing, a number of developments geared towards student housing have been approved or are in the process of seeking approval. These developments generally contain multifamily dwellings with 3-4 bedroom units. The bedrooms in these units are rented separately and a common cooking and/or living area is shared. This type of rental unit is becoming increasingly popular in municipalities with a major college or university. Issues associated with this type of rental unit include determining the use classification (Multifamily or Boarding House) and appropriate zoning district and applying the correct parking standard to ensure that enough parking is provided on-site. The Denton Development Code (DDC) defines those uses as the following: Multi-Family Dwelling: A structure that contains three (3) or more dwellings and any ancillary uses. Boarding or Roominghouse: A dwelling in which meals and lodging or just lodging are furnished for compensation to more than four (4) but fewer than twenty (20) persons. Provision for meals may be made, provided cooking is done in a central kitchen and not in individual rooms or suites. Section 35.14.4 of the DDC requires the following combined minimum/maximum parking standards for Fraternity/sorority, boarding houses, dormitory RESIDENTIAL USE Min./Max. Spaces aźǣĻķ ķĻƓƭźƷǤ ķǞĻƌƌźƓŭƭ ƚƩ ƒğƓǒŅğĭƷǒƩĻķ ŷƚǒƭźƓŭ 9ŅŅźĭźĻƓĭǤΉƭƷǒķźƚ ΛЎЉЊΏЏЉЉ {CΜ Њ͵ЋЎΉǒƓźƷ Њ.w ƚƩ 9ŅŅźĭźĻƓĭǤΉƭƷǒķźƚ ѢЏЉЉ {C Њ͵ЎΉǒƓźƷ Ћ.w Њ͵АЎΉǒƓźƷ Ќ.w ЋΉǒƓźƷ Ѝњ.w ЊΉ.w wĻƷźƩĻƒĻƓƷΉ{ĻƓźƚƩ ЊΉǒƓźƷ CƩğƷĻƩƓźƷǤΉƭƚƩƚƩźƷǤͲ ĬƚğƩķźƓŭ ЊΉ.w ŷƚǒƭĻƭͲ ķƚƩƒźƷƚƩǤ Based on the above classification and standards, developments that contain 3-bedroom units where each bedroom is rented individually would not meet the definition of Boarding or Roominghouse and as a result, the parking would be calculated at the Mixed Density Dwellings (i.e. multifamily) parking ratio of 2 parking spaces per unit instead of the 1 parking space per bedroom. To further compound the issue is the combined minimum/maximum parking standards. Parking maximums have been primarily used in downtown areas, however many municipalities have established a maximum standard as a tool for stormwater management, increasing densities, and meeting transportation demand management objectives throughout the community. Maximum parking standards are typically based on one of three criteria: 1. Some communities set a ratio per number of square feet of building area to establish a maximum. 2. Others base the maximum on some aspect of the minimum standard (e.g., if one space is the minimum requirement, 1.5 spaces might be the maximum or no greater than 25% of the required parking). 3. The third type of maximum occurs when a municipality provides a limit on the overall number of parking spaces in a particular area (e.g., a downtown or a historic district). As shown above, the City of Denton establishes the minimum and maximum as the same. Any parking spaces that are provided over the required number of spaces are required to be constructed with pervious 2 surfaces or have to be approved by the Planning and Zoning Commission through the Alternative Development Plan (ADP) process. Through the ADP process a means of mitigating the stormwater and visual impacts of the excess parking spaces is required to be provided on site. Spaces provided on-street, or within the building footprint of structures, such as in rooftop parking, or under-structure parking, or in multi-level parking above or below surface lots, shall not apply towards the maximum number of allowable spaces. While on-street spaces are not counted toward the maximum, the DDC does allow a development (residential and nonresidential) to receive credit for on-street parking at a ratio of one (1) off-street parking space credit for every two (2) on-street spaces up to four (4) credits, thereafter one (1) space credit for each on-street parking space. For example, a 50 unit development that contains all 3-bedroom units would be required to provide 100 parking spaces. If 10 parking spaces were provided on-street, the development would be required to provide 94 parking spaces on-site; a 6% reduction. In addition, we also looked at multifamily parking standards within the Metroplex as shown below: Municipality Multifamily Standard Single Family Standard 4 Spaces Total. Frisco 1-2 Bedroom: 2 Spaces/Unit 3+ Bedrooms: 2 Spaces plus 1 2 enclosed garage parking spaces and 2 Space/Bedroom paved parking spaces provided behind the front property line only for the purpose of allowing on-site stacking or maneuvering to the enclosed spaces. 2 parking spaces for each unit including 2 McKinney 1 Space/Unit plus covered or enclosed spaces. 0.5 Space/Bedroom No less than 50% of the units shall have an enclosed parking space 2 Spaces/Dwelling Plano 1.5 Spaces/efficiency unit 2 Spaces/one or more bedrooms Irving Single-family homes constructed on or 1 Space/Efficiency after October 16, 2008: 4 Spaces Total. 1.5 Spaces/ 1 Bedroom Two (2) car garage with a minimum of 2 Spaces/ 2 Bedroom four hundred (400) square feet, plus two 2.5 Spaces/ 3 Bedroom2.5 + .5 (2) additional off-street parking spaces. Spaces for each Bedroom exceeding 3. Single-family homes constructed before October 16, 2008: Duplex, triplex, and manufactured home communitiesTwo (2) for each dwelling unit. 2 Spaces/Dwelling Arlington 1 Space/Studio 1.5 Spaces/ 1 Bedroom 2 Spaces/ 2 Bedroom 2.5 Spaces/ 3 Bedroom 2.5 + .5 Spaces for each Bedroom more than 3 3 Single-Family Residential Developments There has been an increasing concern regarding on-street parking in new single family developments and the ability of vehicles to safely pass when vehicles are parked on both sides of the street. Contributing factors to this issue involve the following: 1. Lack of minimum lot dimension for residential subdivisions greater than 2 acres; 2. Design standards for garages on lots less than 10,000 square feet; 3. Minimum and maximum parking standards; 4. Parking maximums and credit for on-street Parking; and 5. Minimum street width requirements. Each of these items will be discussed in more detail in the next section. DISCUSSION/CONSIDERATIONS Multifamily Residential Development 1. Use Classification & Minimum and Maximum Parking Standards As noted above, there has been an increase in the demand for multifamily housing, geared towards our college student population, specifically Single-Room Occupancy (SRO) Developments. The table below, outlines how other cities in Texas with a university classify this type of rental and the associated parking standard as well as any special zoning districts. CitySpecific SRO-Student Type? Parking Requirement Special Districts Fort No, Multifamily 1 /Bedroom, plus 1 per 250 SF Berry-University Worth of common areas, offices, and Overlay District: recreation. 0-1 bedroom => 0.5 2 spaces may be tandem if space/unit if within assigned to same unit and on restricted from use for storage San Yes, Purpose-Built Student 1/Bedroom No Marcos Housing, buildings, each containing two or more living units that are designed, marketed, or used for the primary purpose of housing Requires Conditional Use Permit from City Council to build College No, Multifamily 1 /Bedroom Northgate High- Station Density Dwelling Unit: Within the Northgate district, up to 6 unrelated individuals can live together in separate bedrooms in a unit. 0.75 spaces/bedroom 4 Lubbock No, Multifamily 1.5 /Bedroom student housing developments parking 2 /Two or More Bedrooms is case-by-case; plus 1 space per 4 units in development 2 Historic Districts with design standards limit multifamily around campus; Central Business zoning districts in some cases require SUP for multifamily; Waco No, Multifamily 1.5/One-Bedroom College & University Dwelling Unit (DU) Neighborhood Overlay District: 2/Two-Bedroom DU 1 Space per Bedroom for all residential uses 2/3+ Bedroom DU, plus 1 for (above and beyond the every 5 DUs 1.5 space required for One-Bedroom) San Yes, School Dormitory or 1/Two Beds No Antonio Housing (Off-Campus) privately owned and operated residential structure specifically designed for students of a college, university or non-profit organization for the purpose of providing rooms for sleeping purposes. Common kitchens and common rooms may also be Austin No, Multifamily 1.5/One-bedroom unit, plus No 0.5 space per additional bedroom Consideration: Classify this type of rental as a SRO-Student Housing and define it as: SRO-Student Housing: a building or buildings not operated by an academic institution containing rooms forming one or more habitable units which are used or intended to be used by residents of academic institutions. The habitable units are typically configured as a suite with common space for living and cooking and private bedrooms, each with a dedicated bathroom. By creating a new use, any future multifamily rental developments that would want to convert to a Student SRO need to comply with the new parking standards. Increase the parking requirements to include the following and eliminate parking maximums, unless it is part of a special district: 5 RESIDENTIAL USE Min./Max Min. Spaces Spaces (Current) (Proposed) Mixed density Multifamily dwellings, Student-SRO, or manufactured housing Studio or One bedroom units 1.25/Unit Two or more bedrooms 1.25/Bedroom Efficiency/studio (501-600 1.25/unit SF) 1.5/unit 1BR or >600 SF 1.75/unit 2BR 2/unit 3BR 1/BR 4+BR 1/unit Retirement/Senior N/A 1/10 Bedrooms Visitor Parking Fraternity/sorority, boarding 1/BR . houses, dormitory Example, 100 Unit Development: Type Current Required Proposed Required 38 Spaces 32 Spaces 25 1-BR Units 44 Spaces 63 Spaces 25 2-BR Units (50 BR) 50 Spaces 94 Spaces 25 3-BR Units (75 BR) 100 Spaces 125 Spaces 25 4-BR Units (100 BR) N/A 25 Spaces Visitor Parking 100 Units (250 BR) 232 Spaces 339 Spaces (Avg. 2.32/unit or 1.1/BR) (Avg. 3.39/unit or 1.4/BR) Increase of 107 Parking Spaces 2. On-street parking credit While on-street spaces are not counted toward the maximum, the DDC does allow a development (residential and nonresidential) to receive credit for on-street parking at a ratio of one (1) off-street parking space credit for every two (2) on-street spaces up to four (4) credits, thereafter one (1) space credit for each on-street parking space. Consideration: Eliminate the ability for on-street parking credits for all residential development outside of the downtown area or other specified area as may be determined in an adopted Small Area Plan. Single-Family Residential Developments To augment the discussion regarding parking, we examined standards relating to the NR-4 or NR-6 Zoning district since these contain the majority of singly family developments, and their associated impacts with on-street parking. 1. Minimum Lot Dimensions. Single family developments less than 2 acres are required to comply with the lot dimensions below. It should be mentioned that prior to the adoption of the current DDC, all single-family residential districts 6 had a minimum lot width of between 100 feet and 60 feet and all minimum lot depths for all districts were 120 feet or 100 feet. The requirements for the comparable districts under the old (1991) development code are shown in italics below. NR-4 NR-6 General Regulations (SF-7) (2-F) Minimum lot area (square feet) 7,000 6,000 (7,000) (6,000) Minimum lot width 50 feet 50 feet (60 feet) (60 feet) Minimum lot depth 80 feet 80 feet (120 feet) (100 feet) Minimum front yard setback 20 feet 10 feet (25 feet) (25 feet) Minimum side yard 6 feet 6 feet (10% of lot width, 6 foot (10% of lot width, 6 foot max) max) Minimum rear yard 10 feet 10 feet (10 feet) (10 feet) For developments greater than 2 acres there is no minimum lot area, width, or depth requirements. They are required to comply with the following: General Regulations NR-4 NR-6 Maximum density, dwelling units per acre 4 6 Minimum side yard for non-attached buildings 5 feet 4 feet Considerations: Eliminate the differential of the 2 acre development and reduce side yard setbacks from 6 feet to 5 feet. When the minimum lot width was reduced from 60 feet to feet, the side setbacks should have also been reduced to 5 feet. By not reducing the side setbacks, a 2 car garage would be difficult to fit on the property (See design standards item below for additional analysis). Increase the minimum lot width to 60 feet and the minimum lot depth to 120 feet or 100 feet depending on the district. 2. Design Standards for Garages. Any residential building that is built on a lot of less than ten thousand (10,000) square feet (applicable to all NR-4 and NR-6 zoned properties) has the following design limitation: the width of the garage door cannot exceed forty (40) percent of the total building frontage. This requirement does not apply to attached side entry garages. Front entry garages that are setback at least thirty (30) feet behind the front building wall are exempted from the forty (40) percent maximum limitation. Example: 1.5 Acre Site NR-4 & NR-6 Min Lot Width 50 feet Side Setbacks 6 feet 7 Maximum width of house38feet Maximum width of garage 15.2 feet door (40% Rule) Standard double garage door 16 or 18 feet Example: 2 Acre Site NR-4 NR-6 Min Lot Width 50 feet 50 feet Side Setbacks 5 feet 4 feet Maximum width of house 40 feet 42 feet Maximum width of garage 16 feet 16.8 feet door (40% Rule) Standard double garage 16 or 18 feet door Considerations: By reducing the side setbacks to 5 feet, and establishing the minimum lot width of 50 feet for all single family development, a 2 car garage with a 16 foot wide garage door could be provided and meet the 40% requirement. 3. Minimum and Maximum Parking Standards. Single family and Duplex units are required the following: RESIDENTIAL USE Current Proposed Single-Family 2/dwelling 4/dwelling. A minimum of 2 spaces shall be in a garage. Tandem parking in garages may not be counted as satisfying this requirement. Duplex 1-3 Bedrooms 2/dwelling 4/dwelling. A minimum 4+ Bedrooms +1/each BR of 2 spaces shall be in a garage. Tandem parking in garages may not be counted as satisfying this requirement. As previously discussed, the City of Denton establishes the minimum and maximum as the same. Any parking spaces that are provided over the required number of spaces are required to be constructed with pervious surfaces. This standard applies to all developments within the City of Denton, including single-family neighborhoods. Considerations: Increase the minimum parking required for duplex and single family from 2 spaces to 4 spaces. 8 Require that 2 parking spaces must be in a garage. Additionally, increase the minimum driveway width to a minimum of 18 feet. The four spaces could be satisfied with a 2 car garage and an eighteen foot wide driveway. 4. On-street Parking Credit. While on-street spaces are not counted toward the maximum, the DDC does allow a development (residential and nonresidential) to receive credit for on-street parking at a ratio of one (1) off-street parking space credit for every two (2) on-street spaces up to four (4) credits, thereafter one (1) space credit for each on-street parking space. Consideration: Eliminate the ability for on-street parking credits for all residential development outside of the downtown area or other specified area as may be determined in an adopted Small Area Plan 5. Off-Street Parking and Minimum Street Section Dimensions. The issues associated with single-family parking is further compounded within the NR-6 zoning district as a result of the reduced setbacks and the current minimum residential street section dimensions. Prior to the 2002 DDC update, single-family properties were typically developed with a 25 foot front setback and a 2-car garage, allowing for up to 4 cars to be parked in the driveway. As noted above, in addition to the minimum lot width being reduced from 60 feet to 50 feet, the front setback was also reduced from 25 feet to 10 feet and the minimum lot depth was reduced from 100 feet to 80 feet in the NR-6 District. As a result of these changes, in some instances only 2-3 parking spaces can be provided on-site. If a single car garage is provided and used for storage (or other use), only 2 spaces are on-site and any additional cars would be parked in the street. Outlined below are the City of Denton Residential Roadway Classifications for residential streets: Dimensional Standards Local Collector - ROW) Width of Travel Lanes (Min) Curb Parking Lane Width (Min) Џ Sidewalk (Min) Ў If parking is pushed to the street on a Local Road and vehicles are parked on both sides of the street, it can become problematic maneuvering through the streets for both residents, service trucks, and emergency responders. By comparison, the TXDOT Roadway Design Manual has the following widths for urban, local roads: Local Road (Urban) Desirable (ft.) Minimum (ft.) ‘źķƷŷ ƚŅ ƩğǝĻƌ \[ğƓĻƭ ΛŅƷΜ ЊЊΏЊЋ ЊЉ /ǒƩĬ tğƩƉźƓŭ \[ğƓĻ ‘źķƷŷ ΛŅƷΜ В А {źķĻǞğƌƉ ЏΏБ Ў 9 Considerations: Engineering is currently updating the residential street sections as part of the Transportation Design Criteria Manual and these ultimate ROW sections will be examined as part of the DDC residential district standards. CONCLUSION As highlighted, residential (and commercial) parking requirements are multifaceted and require a holistic approach. While this report offers a multitude of considerations, given the fast track of completing the DDC update, further discussions may be warranted on policy considerations as we finalize the draft code. EXHIBITS 1. Agenda Information Sheet 2. PowerPoint Presentation 10 tğƩƉźƓŭ wĻƨǒźƩĻƒĻƓƷƭ bĻǞ wĻƭźķĻƓƷźğƌ 5ĻǝĻƌƚƦƒĻƓƷƭ Development Services Department January 9, 2018 .ğĭƉŭƩƚǒƓķ August 1, 2017 City Council Meeting Requested Workshop On-site parking standards for multifamily development, including private student housing commonly referred to as Single-Room Occupancy (SRO) Developments. According to the US Census, from 2010 to 2015 Texas saw a decrease (-0.2%) in car-free households. The only other state to see a decrease was South Dakota (-0.3%) /ƚƭƷ ƚŅ tğƩƉźƓŭ wǒƌĻ ƚŅ ŷǒƒĬ $20,000 per space for structured parking $4,000 per space for surface parking Surface LotAboveGrade Underground StructureStructure Capacity500500500 Levels163 Footprint of Parking Area Incremental Site Area (acres)4.00.70 Construction Costs/Space$3,000$15,000$30,000 Estimated Construction Costs$1,500,000$7,500,000$15,000,000 Project Costs (Construction + 15%)$1,725,000 $8,625,000$17,250,000 Annual Cost to Own per space,excluding land$277$1,384$2,768 Basic Operating Cost per Space$75$300$365 Revenue Collection per Space0$300$300 Security Cost per Space$38$75$150 Total Cost to own and operateper space per year$389$2,059$3,583 Monthly revenue per space to break even$32$178$299 Total cost to own and operate per year$194,668$1,029,592$1,791,685 {ƚǒƩĭĻʹ ULI-Shared Parking, Mary S. Smith wĻƭźķĻƓƷźğƌ tğƩƉźƓŭ wĻƨǒźƩĻƒĻƓƷƭ Development standards control the massing and bulk of a development (i.e. maximum height, setbacks, lot coverage, etc.). In order to build to those established maximums, one must be able to park it. Coupled with that are the minimum on-site parking standards and whether some of those required spaces may be within the public right-of-way. wĻƭźķĻƓƷźğƌ tğƩƉźƓŭ wĻƨǒźƩĻƒĻƓƷƭ Residential parking cannot be looked at singularly. Dynamics of Off Street Parking Economic Development Environment Multifamily/SRO Design Use Classification Minimum and Maximum Parking Standards On-street Parking Credit Single-Family Residential Developments Minimum Lot Dimensions. Design Standards For Garages Minimum and Maximum Parking Standards On-street Parking Credit Off-Street Parking and Minimum Street Widths. aǒƌƷźŅğƒźƌǤΉ{wh ƭĻ Multi-Family Dwelling: A structure that contains three (3) or more dwellings and any ancillary uses. Boarding or Roominghouse:A dwelling in which meals and lodging or just lodging are furnished for compensation to more than four (4) but fewer than twenty (20) persons. Provision for meals may be made, provided cooking is done in a central kitchen and not in individual rooms or suites. CONSIDERATION: {whΏ{ƷǒķĻƓƷ IƚǒƭźƓŭ: a building or buildings not operated by an academic institution containing rooms forming one or more habitable units which are used or intended to be used by residents of academic institutions. The habitable unit are typically configured as a suite with common space for living and cooking and private bedrooms, each with a dedicated bathroom. aǒƌƷźŅğƒźƌǤΉ{wh wźŭŷƷ {źǩĻ {ƷğƓķğƩķƭ Parking Minimums Eliminate and defer to the maximum Increase Requirements Parking Maximums Guaranteed results Promotes alternate transportation options Overly restrictive Transportation Demand Strategies Shared Parking Car Share & Bike Share Space Bike Parking Multifamily/SRO Hypothetical with 300 Bedrooms: 100 three-bedroom units vs. 75 four-bedroom units No of UnitsBedroom Noof Min/Max TypeBedroomsParking 1003-BR300200 754-BR300300 Under this scenario, more units (same bedrooms) = less parking. Most new Multifamily development has been geared to students as opposed to families. aǒƌƷźŅğƒźƌǤΉ{wh Ώ{ƷğƓķğƩķƭ Parking Maximums Typically they are only appropriate for relatively high density, transit rich urban areas, in which car ownership levels are low. Also established for stormwater management, increasing densities, and meeting transportation demand management objectives. Maximum standards that are set particularly low typically result in spillover parking. In Denton, the minimum and maximum requirements are the same. aǒƌƷźŅğƒźƌǤΉ{wh aźƓźƒǒƒ tğƩƉźƓŭ {ƷğƓķğƩķƭ Cities can reduce or eliminate parking requirements to avoid overbuilding and allow the market to determine the correct amount of parking. Appropriate for areas that can provide workable mobility options for a variety of trips, and are Often tied to the provision of high-quality transit service, parking pricing, parking management, and an existing compact, walkable environment. These characteristics reduce the demand for parking, and spillover parking becomes less of a problem. CONSIDERATION: Increase the minimum parking requirements and eliminate parking maximums for residential development. Setting a Identify the land use. Parking Multifamily & SRO-Student Requirement Choose the basis for the requirement. Best practices, research, and surrounding municipalities Establish how many parking spaces to require per unit of the basis. See Table aǒƌƷźŅğƒźƌǤΉ{wh {ƷğƓķğƩķƭ RESIDENTIAL USEMin./MaxSpaces Min. Spaces (Current)(Proposed) Mixed densityMultifamily dwellings, Student-SRO, or manufactured housing: Studio or One bedroom units 1.25/Unit Two or more bedrooms 1.25/Bedroom Efficiency/studio (501-600 SF)1.25/unit 1BR or >600 SF 1.5/unit 2BR 1.75/unit 3BR 2/unit 4+BR 1/BR Retirement/Senior 1/unit Visitor Parking N/A1/10 Bedrooms Fraternity/sorority, boarding houses, dormitory 1/BR.75/Bed Example, 100 Unit Development: TypeCurrent RequiredProposed Required 25 1-BR Units 38 Spaces32 Spaces 25 2-BR Units (50 BR)44 Spaces63 Spaces 25 3-BR Units (75 BR)50 Spaces94 Spaces 25 4-BR Units (100 BR)100 Spaces125 Spaces Visitor Parking N/A25 Spaces 100 Units (250 BR)232 Spaces 339 Spaces (Avg. 2.32/unit or (Avg. 3.39/unit or 1.1/BR)1.4/BR) CONSIDERATION Increase of 107 Parking Spaces @ $4,000/Space= $428,000 aǒƌƷźŅğƒźƌǤΉ{wh hƓΏƭƷƩĻĻƷ tğƩƉźƓŭ /ƩĻķźƷƭ On-street spaces are not counted toward the parking maximum. Can count towards meeting the minimum parking requirement. One (1) off-street parking space credit for every two (2) on-street spaces up to four (4) credits, thereafter one (1) space credit for each on-street parking space. CONSIDERATION: Eliminate the ability for on-street parking credits for all residential development outside of the downtown area or other specified area as may be determined in an adopted Special Area Plan. {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ Increasing concern regarding on-street parking in new single family developments and the ability of vehicles to safely pass when vehicles are parked on both sides of the street. Contributing factors : 1.Lack of minimum lot dimension for residential subdivisions greater than 2 acres; 2.Design standards for garages on lots less than 10,000 square feet; 3.Minimum and maximum parking standards; 4.Parking maximums and credit for On-street Parking; and 5.Minimum Street width requirements. {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ \[ƚƷ 5źƒĻƓƭźƚƓƭ Developments greater than 2 acres No minimum lot area, width, or depth requirements; only density and side yard setbacks. General Regulations NR-4 NR-6 Maximum density, dwelling units per acre 4 6 Minimum side yard for non-attached buildings 5 feet 4 feet {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ \[ƚƷ 5źƒĻƓƭźƚƓƭ Developments less than 2 acres NR-4 NR-6 General Regulations (SF-7)(2-F) Minimum lot area (square feet)7,0006,000 (7,000)(6,000) Minimum lot width50 feet50 feet (60 feet)(60 feet) Minimum lot depth80 feet 80 feet (120 feet)(100 feet) Minimum front yard setback20 feet 10 feet (25 feet)(25 feet) Minimum side yard6 feet 6 feet (10% of lot width, 6 foot max)(10% of lot width, 6 foot max) Minimum rear yard10 feet 10 feet (10 feet)(10 feet) {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ ΏDğƩğŭĻƭ Residential building that is built on a lot of less than 10,000 SF square feet (NR-4 and NR-6 properties) Width of the garage door limited to forty (40) percent of the total building frontage. Exemptions: Attached side entry garages. Front entry garages setback thirty (30) feet behind the front building wall. Zoning requiring one attached garage on a narrow lot. {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ ΏDğƩğŭĻƭ Example: 1.5 Acre SiteExample: 2 Acre Site NR-4 & NR-6NR-4NR-6 Min Lot Width 50 feet Min Lot Width 50 feet50 feet Side Setbacks 6 Side Setbacks 54 Maximum width of 38 Maximum width of 4042 househouse Maximum width of 15.2 Maximum width of 1616.8 garage door (40% Rule) garage door (40% Rule) Standard double garage 16 or 18 Standard double garage 16 or 18 feet feet doordoor {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ \[ƚƷ 5źƒĻƓƭźƚƓƭΉDğƩğŭĻƭ CONSIDERATIONS: Eliminate the differential of the 2 acre development and reduce side yard setbacks from 6 feet to 5 feet. When the minimum lot width was reduced from 60 feet to feet, the side setbacks should have also been reduced to 5 feet. By not reducing the side setbacks, a 2 car garage would be difficult to fit on the property. Increase the minimum lot width to 60 feet and the minimum lot depth to 120 feet or 100 feet depending on the district. or By reducing the side setbacks to 5 feet, and establishing the minimum lot width of 50 feet for all single family development, a 2 car garage with a 16 foot wide garage door could be provided and meet the 40% requirement. {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ aźƓΉağǣ {ƷğƓķğƩķƭ RESIDENTIAL USECurrentProposed Single-Family 2/dwelling4/dwelling. A minimum of 2 spaces shall be in a garage. Tandem parking in garages may not be counted as satisfying this requirement. Duplex 1-3 Bedrooms 2/dwelling4/dwelling. A minimum of 2 spaces shall be in a 4+ Bedrooms+1/each BRgarage. Tandem parking in garages may not be counted as satisfying this requirement. CONSIDERATION Increase the minimum driveway width to a minimum of 18 feet. The four spaces could be satisfied with a 2 car garage and an eighteen foot wide driveway. {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ hƓΏƭƷƩĻĻƷ tğƩƉźƓŭ /ƩĻķźƷƭ On-street spaces are not counted toward the parking maximum. Can count towards meeting the minimum parking requirement. One (1) off-street parking space credit for every two (2) on-street spaces up to four (4) credits, thereafter one (1) space credit for each on-street parking space. CONSIDERATION: Eliminate the ability for on-street parking credits for all residential development outside of the downtown area or other specified area as may be determined in an adopted Special Area Plan. {źƓŭƌĻΏCğƒźƌǤ wĻƭźķĻƓƷźğƌ aźƓźƒǒƒ {ƷƩĻĻƷ ‘źķƷŷ Prior to the 2002 DDC Dimensional StandardsLocal Collector update: - 25 foot front setback Width of Travel Lanes (Min) 60 foot wide lot ; Allows Curb Parking Lane Width (Min)6 a 2-car garage, allowing Sidewalk (Min)5 for up to 4 cars to be parked in the driveway. Minimum lot depth was reduced from 100 feet to 80 feet in the NR-6 District. As a result of these changes, in some instances only 2-3 parking spaces can be provided on-site. If a single car garage is provided and used for storage (or other use), only 2 spaces are on-site and any additional cars would be parked in the street. CONSIDERATION Engineering is currently updating the residential street sections as part of the Transportation Design Criteria Manual and these ultimate ROW sections will be examined as part of the DDC residential district standards. hƷŷĻƩ /ƚƓƭźķĻƩğƷźƚƓƭ Create special parking minimum reductions for small-scale infill development (to be defined). Providing parking can be particularly onerous for small lot projects that do not have much space. Also, the process of pursuing a parking reduction variance may place an undue financial burden on Dingbat buildings in Los Angeles as a smaller development projects. result of a 1930s zoning regulation requiring each unit of a multifamily Large-scale developers usually have the financial dwelling to have one covered resources to navigate the process, but smaller parking space property owners may avoid the process altogether and simply follow standard code. hƷŷĻƩ /ƚƓƭźķĻƩğƷźƚƓƭ /ƚƓĭƌǒƭźƚƓ Residential (and commercial) parking requirements are multifaceted and require a holistic approach. While this presentation (and report) offers a multitude of considerations, given the fast track of completing the DDC update, further discussions may be warranted on policy considerations as we finalize the draft code. City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 17-1652,Version:1 AGENDA CAPTION ReceiveaninformationalreportregardingtheDentonMunicipalElectricprogramforundergroundelectric lines. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT:Denton Municipal Electric CM/DCM/ACM:Todd Hileman, City Manager DATE:January 9,2018 SUBJECT Receive an informational report regarding the Denton Municipal Electric program for underground electric lines. BACKGROUND Denton Municipal Electric (DME)’s service territory is comprised of bothoverhead and underground distributionlines. Currently, the service territory is 57% underground and 43% overhead.A recent survey showed that the City of Denton ranked number 3 out of 72 municipal electric utilities in the state for percentage of distribution system installed underground. DME has an ongoing electric underground program and related budget. The FY 2018 budget is $350,000 with about $2 million in underground projects planned over the next 5 years. Thefunding has enabled DME to design and build variousunderground capital improvement and revenue-related projects throughout the service territory. If there is either a design,operational, or economicadvantage to install facilities underground, then DME installsthedistribution system underground.Electric service to all new residential subdivisions and new businesses are installed underground with only limited exceptions. There are a number of pros and cons of underground versus overhead electric lines. Undergroundlinesare more aesthetic and are less impacted by outages. Repairing an underground line requires more time, however,and maintenance is generally more costly. Engineering and building underground circuits is more complex. Underground facilities are relatively “permanent” (i.e. difficult to reconfigure and expand) so future planning is more critical. The capital costs for undergrounding are also higher by a factor of 2 or 3 times. Overhead linesare less costly to build and maintain. While outages occur more frequently, restoration times are less. Overhead lines are more flexible and can be relatively easily expanded or increased in capacity. A landmark project for DME that established a cost standard for underground systems was the recent installation of anunderground duct system along the west side of Western Blvd. from Airport Road to Jim Christal Road. This duct system had to be designed to not only provide the required service of a new customer, but also needed to accommodate service requirements of future customers and allow flexibility to interconnect to lines from several neighboringsubstations.This project cost $450 per linear foot ($2.7 million total). Aresidential project completed in the mid-to-late 1990s involvedan overhead to underground conversion in backyards.It provided DME with firsthand knowledge that such conversionscanbe complex. It involved significant amounts of hand digging and manual placement of equipment,easementencroachmentsthat requiredrelocation,hiring of electricians to replace the overhead meter bases with underground meter bases, repairs to the homeowner’s property/home related to the meter base change out, and repair and/or replacement of impactedlandscape.Interestingly, even after this overhead to underground conversion work was completed, the cable television (CATV) providers refused to place their equipment underground-- CATV still resides on those poles today. The cost of this project was $550 per linear foot ($1.3 million total). DME continually looks for opportunities based on property owner desires and good engineering practices to convert overhead distribution to, or build new underground systemsconsistent with its approved budget. STRATEGIC PLAN RELATIONSHIP The City of Denton’s StrategicPlan is an action-oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Public Infrastructure Related Goal:2.3 Promote superior utility services and City facilities EXHIBITS n/a Respectfully submitted: Brent Heath, P.E. Executive Manager of Energy Delivery Prepared by: Jerry Fielder Engineering Division Manager City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 17-1686,Version:1 AGENDA CAPTION Receive a report, hold a discussion, and give staff direction regarding the design and construction of LED street lighting along US Highway 380. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ Agenda Information Sheet DEPARTMENT: Capital Projects CM/ ACM: Mario Canizares Date: January 9, 2018 SUBJECT Receive a report, hold a discussion, and give staff direction regarding the design and construction of LED street lighting along US Highway 380. BACKGROUND In recent months, both Council and various Citizens have expressed concern regarding the lack of street lighting along US Highway 380 and how this negatively impacts the safety of both drivers and pedestrians. At the request of the Assistant City Manager, Engineering Services conducted an analysis to determine the cost to install street lights along the corridor. The department reached out to various stakeholders, including TxDOT and Denton Municipal Electric, to gather the information needed to estimate a high level cost. US Highway 380 is a primary arterial road that runs east to west through the city. The corridor consists of an urbanized section from I-35 to Loop 288 that has both commercial and residential areas. The corridor also has less urban sections from Loop 288 to the eastern city limit and from I-35 to the western city limit. The urbanized section from I-35 to Loop 288 has a larger need for the addition of street lighting than the less urban sections because of the greater amount of traffic and pedestrian volume in the area. However, the need for lighting will increase in the less urban sections as population growth moves into those areas and they become more urbanized. Because of this, they are included in the cost analysis below as part of option 2 as well as in Exhibit 2 attached. The City currently uses high pressure sodium (HPS) fixtures for its street lights. However, many cities are moving toward light-emitting diode (LED) fixtures due to lower maintenance and electricity costs. The lighting market is moving toward LED fixtures as well and HPS fixtures are becoming harder to find and purchase. Because of this, the following analysis is based on the cost to install LED fixtures along the corridor. COST ANALYSIS 1.Cost to install LED lighting from I-35 to Loop 288 (4.97 miles in length) a.Material/Install: $2,019,107 b.Electricity/Maintenance: $59,170.08/year 2.Cost to install LED lighting from City limit to City limit (12.83 miles long) a.Material/Install: $5,635,137 b.Electricity/Maintenance: $154,248.72/year RECOMMENDATION Engineering Services is seeking direction from Council on continuing to explore the addition of lighting to the US 380 corridor. The recommended first step is to engage a consultant to conduct a feasibility and photometric study, which will determine the current lighting levels on the corridor. The study would provide options on the layout of the light fixtures based on current conditions and determine more refined project cost estimates. If the City Council concurs in moving the project forward then the staff would begin negotiating with a consultant on a price (estimated at $75,000) and timing to conduct the study. ESTIMATED SCHEDULE OF PROJECT City staff select/hire consultant: Jan. /Feb 2018 Consultant begins study: Late Feb. /Early Mar. 2018 City staff presents results to City Council: June 2018 PRIOR ACTION/REVIEW (Council, Boards, Commissions) Informal Staff Report 2017-089 provided to Council on December 15, 2017 STRATEGIC PLAN RELATIONSHIP The City of Denton’s Strategic Plan is an action-oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Public Infrastructure Related Goal: 4.1 Enhance public safety in the community EXHIBITS 1.Agenda Information Sheet 2.Supplemental Cost Analysis 3.Presentation for City Council Respectfully submitted: Todd Estes, P.E. Director Capital Projects Prepared by: Kathryn Welch Engineering Services Management Analyst ağƷĻƩźğƌΉLƓƭƷğƌƌğƷźƚƓ/ƚƭƷ.ƩĻğƉķƚǞƓ Thefollowingtableshowsthecostbreakdownformaterialandinstallationofonepoleand lightfixture.TheCityofDentonusesastandardpoleforthemajorityofitsstreetlights.These polescanbeplacedalongthesegmentsofUS380thathaveacurb.BasedonTxDOT requirements,segmentsofthecorridorwithoutacurbmustuseabreakawaypole(ifhit,the polebreakssoasnottocauseseriousinjurytopeopleinthecar).Thesebreakawaypolescost morethanthe/źƷǤ͸ƭstandardpoles. \[95{ƷğƓķğƩķtƚƌĻΛĭǒƩĬĻķğƩĻğƭΜ\[95bƚƓ{ƷğƓķğƩķtƚƌĻΛƓƚƓĭǒƩĬĻķğƩĻğƭΜ ƚƷğƌўυАЍАА͵ЎƚƷğƌўυЊЉͲЍАА͵Ў StandardPole:$900NonStandardPole:$1280 LightFixture:$270LightFixture:$270 OtherMisc.Mat.:$275OtherMisc.Mat.:$395 Installation:$3540Installation:$5040 Contingency:$2492.5Contingency:$3492.5 *Contingency:Design,ROW/Acquisition,etc. 9ƌĻĭƷƩźĭźƷǤΉağźƓƷĻƓğƓĭĻ/ƚƭƷ.ƩĻğƉķƚǞƓ Thefollowingisthecostbreakdownformaintenanceandelectricitysupplyperpolepermonth. ThemaintenancecostisbasedonthedataprovidedfromCityofFt.‘ƚƩƷŷ͸ƭpilotLEDprogram. Theelectricitycostisbasedontheassumptionthateachlightpoleisusingelectricity12hours perday. \[95\[źŭŷƷƭʹ9ƌĻĭƷƩźĭźƷǤΉağźƓƷĻƓğƓĭĻ/ƚƭƷƭ ağźƓƷĻƓğƓĭĻ$16.67/pole/month* 9ƌĻĭƷƩźĭźƷǤ$2.15/pole/month** ƚƷğƌ$18.82/pole/month *DataprovidedfromFortWorth **ElectricityRateUsed:3.92cents/kwh /ƚƭƷƷƚLƓƭƷğƌƌ\[95\[źŭŷƷźƓŭƚƓ {I‘ЌБЉ ΛЋЉЉŅƷ͵ƭƦğĭźƓŭͳ\[źŭŷƷƭƚƓ.ƚƷŷ{źķĻƭƚŅwƚğķΜ ThefollowinganalysisshowsUSHW380dividedinto14segmentsfromcitylimittocitylimitandthe associatedcosttoaddLEDlightstoeachsegment.Thepurposeofbreakingthecorridorintosegmentsis toshowhowmuchitcoststolightupUSHighway380insmallsectionsinordertohelpidentifythe /źƷǤ͸ƭpriorityareas. {ĻŭƒĻƓƷağƦŅƩƚƒLЌЎƷƚ\[ƚƚƦЋББʹ =StaffRecommendedPriorityAreas .ƚƓƓźĻ.ƩğĻƷƚ9ĭƷƚƩʹ LƓƭƷğƌƌʹυЊЍЋͲЉАЌ 9ƌĻĭƷΉağźƓƷʹυЍͲЋВЉ͵ВЏΉǤĻğƩ ağƌƚƓĻƷƚb9ƌƒʹ LƓƭƷğƌƌʹυЌБЊͲЌЎЌ LЌЎƷƚ.ƚƓƓźĻ.ƩğĻʹ 9ƌĻĭƷΉağźƓƷʹυЊЊͲЎЊА͵БЍΉǤĻğƩ LƓƭƷğƌƌʹυЋВВͲЊЉЉ 9ƌĻĭƷΉağźƓƷʹυВͲЉЌЌ͵ЏЉΉǤĻğƩ 9ĭƷƚƩƷƚağƌƚƓĻʹ LƓƭƷğƌƌʹυЊЊВͲЏЍЉ 9ƌĻĭƷΉağźƓƷʹυЌͲЏЊЌ͵ЍЍΉǤĻğƩ wǒķķĻƌƌƷƚbƚƷƷźƓŭŷğƒʹ LƓƭƷğƌƌʹυЋЏЊͲАЊЌ bƚƷƷźƓŭŷğƒƷƚЋББʹ 9ƌĻĭƷΉağźƓƷʹυАͲВЉЍ͵ЍЉΉǤĻğƩ LƓƭƷğƌƌʹυЍАЊͲЋЏЌ 9ƌĻĭƷΉağźƓƷʹυЊЋͲЍЋЊ͵ЋЉΉǤĻğƩ b9ƌƒƷƚwǒķķĻƌƌʹ LƓƭƷğƌƌʹυЌЍЌͲВЏЎ 9ƌĻĭƷΉağźƓƷʹυЊЉͲЌББ͵ЏЍΉǤĻğƩ TotalCosttoinstalllightsbetweenI35andLoop288=$2,019,107;Elect/Maint=$59,170.08/year WithintheurbanizedsectionfromI35toLoop288above,thereare5segmentsthatareof highestpriorityfortheadditionofstreetlightsduetotheirlocation.ThefirstsegmentisfromI35to BonnieBraebecausethisiswheretheRazorRanchshoppingcenterislocated.Thisareahasaveryhigh volumeoftrafficflowandverylittlelighting.ThesecondsegmentisfromBonnieBraetoEctor.Thisarea isalsolargelycommercialwithahighvolumeoftrafficflowandcurrentlyhasnolighting.Thethird segmentisfromNorthElmtoRuddellSt.ThissectionofUS380islocateddirectlyinfrontofTexas ‘ƚƒĻƓ͸ƭUniversity,hasalargevolumeofpedestrianactivityandtrafficflow,anddoesnothavestreet lightscurrently.Thefourthsection,fromRuddelltoNottingham,runsthrougharesidentialarea.The fifthsegment,fromNottinghamto288,isamixtureofresidentialandcommercialareasandhasvery fewlights.Theremaining2sectionsoftheI35toLoop288segment,EctortoMaloneandMalonetoN Elm,currentlyhavesomestreetlightsthroughoutbutwillneedanevaluationtoensuretheyare adequate. {ĻŭƒĻƓƷağƦŅƩƚƒ\[ƚƚƦЋББƷƚ9ğƭƷĻƩƓ/źƷǤ\[źƒźƷΛwƚĭƉŷźƌƌwķ͵Μʹ ЋББƷƚDĻĻƭƌźƓŭwķʹ LƓƭƷğƌƌʹυЌВЏͲЌЉБ 9ƌĻĭƷΉağźƓƷʹυЊЊͲВЏВ͵ЎЋΉǤĻğƩ DĻĻƭƌźƓŭƷƚbƩźƓźƷǤʹ LƓƭƷğƌƌʹυЍЍЊͲЊАЌ 9ƌĻĭƷΉağźƓƷʹυЊЌͲЌЋЍ͵ЎЏΉǤĻğƩ wźǝĻƩƭźķĻƷƚwƚĭƉŷźƌƌʹ LƓƭƷğƌƌʹυАЏЍͲБЎБ 9ƌĻĭƷΉağźƓƷʹυЊЏͲЍБЏ͵ЌЋΉǤĻğƩ bƩźƓźƷǤƷƚwźǝĻƩƭźķĻʹ LƓƭƷğƌƌʹυЊЍВͲЎЎЉ 9ƌĻĭƷΉağźƓƷʹυЍͲЎЊЏ͵БЉΉǤĻğƩ TotalCosttoinstalllightsbetweenLoop288andEasternCityLimit=$1,751,889;Elect/Maint=$46,297.20/year {ĻŭƒĻƓƷağƦŅƩƚƒLЌЎƷƚ‘ĻƭƷĻƩƓ/źƷǤ\[źƒźƷΛbğźƌwƚğķΜʹ ЌЎƷƚağƭĭŷ.ƩğƓĭŷʹ LƓƭƷğƌƌʹυЎЌБͲЌБЉ 9ƌĻĭƷΉağźƓƷʹυЊЏͲЋЏЉ͵ЍБΉǤĻğƩ ağƭĭŷ.ƩğƓĭŷƷƚtğƩƉĻƩIƚǒƭĻʹ LƓƭƷğƌƌʹυЍЎЏͲЊЋБ 9ƌĻĭƷΉağźƓƷʹυЊЌͲААЏ͵ЋЍΉǤĻğƩ tğƩƉĻƩIƚǒƭĻƷƚbğźƌwķʹ LƓƭƷğƌƌʹυБЏВͲЏЌЌ 9ƌĻĭƷΉağźƓƷʹυЊБͲАЍЍ͵АЋΉǤĻğƩ TotalCosttoinstalllightsbetweenI35andWesternCityLimit=$1,864,141;Elect/Maint=$48,781.44/year LED Lighting –Highway 380 Capital Projects January 9, 2018 Background Urban Area 12.83 miles in Less Urban Area Less Urban Area length 2/ 7 Why LED? Lower Maintenance Costs Overtime Lower Electricity Costs Prominent Light Type in Lighting Market Other cities are making the switch 3/ 7 I-35 to Loop 288 4.97 miles in length Material/Install: $2,019,107 Electricity/Maintenance: $59,170.08/year 4/ 7 City Limit to City Limit 12.83 miles in length Material/Install: $5,635,137 Electricity/Maintenance: 5/ 7 $154,248.72/year Recommendation Engage a consultant to conduct a feasibility and photometric study, which will determine the current lighting levels on the corridor Cost Estimate for Study = $75,000 6/ 7 Estimated Schedule City staff select/hire consultant Jan/Feb 2018 Consultant Begins Study Late Feb/Early Mar 2018 City staff presents results to City Council June 2018 7/ 7 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-033,Version:1 AGENDA CAPTION DeliberationsRegardingCertainPublicPowerUtilities:CompetitiveMatters-UnderTexasGovernmentCode Section 551.086; Consultation with Attorneys - Under Texas Government Code Section 551.071. Receiveapresentationfromstaffregardingpublicpowercompetitiveandfinancialmatterspertainingtothe naturalgasfuelsupplyfortheDentonEnergyCenter(“DEC”);discussanddeliberatestrategiesand opportunitiesfortheCitytoacquirenaturalgasfortheDECandenterintoagreementsregardingthesame. ConsultationwiththeCity’sattorneysregardinglegalissuesassociatedwiththeagreementsdescribedabove wherediscussionoftheselegalmattersinanopenmeetingwouldconflictwiththedutyoftheCity’sattorneys totheCityofDentonandtheDentonCityCouncilundertheTexasDisciplinaryRulesofProfessionalConduct oftheStateBarofTexas.TakefinalactiononaContractforSaleandPurchaseofNaturalGaswithEnterprise Products Operating, LLC, a Texas limited liability company. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-074,Version:1 AGENDA CAPTION Consultation with Attorneys - Texas Government Code Section 551.071 ConsultationwiththeCity’sattorneysaboutlegalissuesrelatedtotheterms,conditionsandscopeofcurrent andfuturerequestsfornon-disclosureand/orconfidentialityagreements.Apublicdiscussionoftheselegal issueswouldconflictwiththedutyoftheCity’sattorneystotheCityofDentonanditsCityCouncilunderthe Texas Disciplinary Rules of Professional Conduct. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-076,Version:1 AGENDA CAPTION Deliberations regarding Personnel Matters - Under Texas Government Code, Section 551.074 Discuss and deliberate regarding the evaluation of candidates and the appointment/employment of a City Auditor. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-018,Version:1 AGENDA CAPTION International Baccalaureate Day (IB Day) City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-019,Version:1 AGENDA CAPTION Mentor Denton Month City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-027,Version:1 AGENDA CAPTION SolSmart Bronze Designation City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 17-1661,Version:1 AGENDA CAPTION Consideradoptionofanordinanceacceptingcompetitivebidsandawardingacontractforthesupplyofsoil, sand,limestone,andaggregaterockforvariousCityofDentondepartments;providingfortheexpenditureof fundstherefor;andprovidinganeffectivedate(IFB6608-awardedtothelowestresponsivebidderforeachline item, CJA Enterprises, LLP in the four (4) year not-to-exceed amount of $1,500,000). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance accepting competitive bids and awarding a contract for the supply of soil, sand, limestone, and aggregate rock for various City of Denton departments; providing for the expenditure of funds therefor; and providing an effective date (IFB 6608-awarded to the lowest responsive bidder for each line item, CJA Enterprises, LLP in the four (4) year not-to-exceed amount of $1,500,000). FILE INFORMATION This Invitation for Bid (IFB) is for the supply of soil, sand, aggregate, and limestone utilized by various City departments in the maintenance and new construction of streets, utility lines, street cuts and backfilling operations. These materials are ordered on an as needed basis. IFBs were sent to 140 prospective suppliers of this item. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Two (2) bids were received. Staff is recommending award to the lowest responsive bidder, for Section A only as shown on Exhibit 2. No bids were received for Section B and Section C will not be - A new solicitation will be placed on the market for Sections B and C and presented to Council at a later date. RECOMMENDATION Staff recommends award of Section A Items 1-7 and 9-24, to CJA Enterprises LLP in the not-to-exceed amount of $1,500,000. The contract amount is based upon prior expenditures for similar products. PRINCIPAL PLACE OF BUSINESS CJA Enterprises, LLP Denton, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for three (3) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION Funding for the supply of sand, gravel and aggregate will come from various department operating accounts. Individual purchase orders will be issued as needed. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Public Infrastructure Related Goal: 2.1 Optimize resources to improve quality of City Roadways EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Bid Tabulation Exhibit 3: Ordinance Exhibit 4: CJA Enterprises LLP Contract Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Robbin Webber at 940-349-7146. IFB 6608 Tabulation Sheet for Supply of Soil, Sand, Lime and Aggregate Respondent's Business Name: CJA Enterprises LLPLhoist North America Principal Place of Business Collinsville, TX Ft Worth, TX EST. ESTIMATED ESTIMATED ITEM PRODUCT DESCRIPTION DELIVERED EXTENDED DELIVERED EXTENDED ANNUAL UOM DELIVERY DELIVERY UNIT PRICE PRICE UNIT PRICE PRICE #(FOB DELIVERED TO CITY LOCATIONS) DAYS (ARO)*DAYS (ARO)* QTY SECTION A- BULK UTILITY PRODUCTS $ 16.04$ 8,020.00 2 500Cu. Yd 1Top Soil Screened $ 13.37$ 20,055.002 1,500Cu. Yd 2Field Sand - Backfill $ 13.37$ 213,920.002 16,000Cu. Yd 3Screened Sand $ 23.50$ 23,500.002 1,000Tons 4Pit Sand (Concrete) $ 14.50$ 11,600.002 5800TonsManufactured Sand for Concrete Mixture 800Tons$ 16.80$ 13,440.002 6Concrete Aggregate Class A, 1" - #4 Rock 300Tons$ 16.25$ 4,875.00 2 7Concrete Aggregate 3/8" Down Rock $ - $ - 1,000Tons 81-3/4" + Down Flexible Base $ 14.25$ 14,250.002 1,000Tons 91-1/2" + Down Flexible Base $ 14.25$ 57,000.002 4,000Tons 105/8" + Down Flexible Base Crushed Stone #6-20 (for ice and snow 1,000Tons 11 $ 13.75$ 13,750.002 control of city streets) $ 13.75$ 4,125.00 2 300Tons 12Limestone Screening 1 1/2" Rock, Limestone (Washed & 13200Tons Screened) $ 17.00$ 3,400.00 2 $ 19.85$ 1,985.00 2 100Tons 144" - 7 1/2" Gabion Limestone 3/4" Rock, Limestone Utility Stone (Not 500Tons 15 $ 17.00$ 8,500.00 2 Washed) $ 25.25$ 10,100.002 400Tons 168-12" Rip Rap Limestone $ 25.90$ 10,360.002 17400Tons12-18" Rip Rap Limestone $ 26.40$ 2,640.00 2 18100Tons24" Rip Rap Limestone 100Tons$ 29.65$ 2,965.00 2 1930" Rip Rap Limestone $ 29.65$ 2,965.00 2 100Tons 2036" Rip Rap Limestone $ 14.95$ 1,495.00 2 100Tons 21Pea Gravel (Unwashed) $ 14.95$ 19,435.002 1,300Tons 22Pea Gravel (Washed) $ 12.81$ 192,150.002 15,000Cu. Yd. 23Select Fill $ 14.25$ 14,250.002 241,000TonsType A, Grade 1 Flexible Base SECTION A- BULK UTILITY PRODUCTS TOTAL$ 654,780.00 SECTION C-BULK LIME $ 157.82$ 31,564.002 42A200Tons Bulk Type A Hydrated Lime 42BTonsMinimum Truck Delivery = _________ 42C TonsMaximum Truck Delivery = _________ 43A800Tons$ 166.93$ 126,256.002 Bulk Type B Slurry Lime 43B TonsMinimum Truck Delivery = _________ 43C TonsMaximum Truck Delivery = _________ 44What is the Plant location? $ 157,820.00 SECTION C-BULK LIME TOTAL 4 Yrs contract amount w/ Contingency$ 1,500,000.00$ 500,000.00 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D 5ƚĭǒƭźŭƓ /źƷǤ /ƚǒƓĭźƌ ƩğƓƭƒźƷƷğƌ /ƚǝĻƩƭŷĻĻƷ CźƌĻ bğƒĻ tǒƩĭŷğƭźƓŭ /ƚƓƷğĭƷ /źƷǤ /ƚǒƓĭźƌ ğƩŭĻƷ 5ğƷĻ /ƚƓƷƩğĭƷ ğƌǒĻ tźŭŭǤ .ğĭƉ hƦƷźƚƓ /ƚƓƷƩğĭƷ 9ǣƦźƩğƷźƚƓ hƩķźƓğƓĭĻ DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND CJA Enterprises (Contract #6608) THIS CONTRACT is made and entered into this date _______________________, by and between CJA Enterprises, L.L.P., a corporation, whose address is 362 Crossroads Rd, Collinsville, TX 76233 , hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or 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 Supplier shall provide products in accordance with the IFB # 6608 Supply of Sand, Gravel and Aggregate to the City of Denton , a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a)Special Terms and Conditions; (b)IFB#6608 (on file at the office of the Purchasing Agent); (c)City of Denton Standard Terms and Conditions ; (d)Certificate of Interested Parties Electronic Filing (e)(Exhibit "E"); (f)Form CIQ Conflict of Interest Questionnaire (Exhibit "F") These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed INDEMNITY THE SUPPLIER REPRESENTS AND WARRANTS TO THE CITY THAT THE INTELLECTUAL PROPERTY SUPPLIED BY CONTRACTOR IN ACCORDANCE WITH THE SPECIFICATIONS IN THE CONTRACT WILL NOT INFRINGE, DIRECTLY OR CONTRIBUTORILY, ANY PATENT, TRADEMARK, COPYRIGHT, TRADE SECRET, OR ANY OTHER INTELLECTUAL PROPERTY RIGHT OF ANY KIND OF ANY THIRD PARTY, AND THAT NO CLAIMS HAVE BEEN MADE BY ANY PERSON OR ENTITY WITH RESPECT TO THE OWNERSHIP OR OPERATION OF THE INTELLECTUAL PROPERTY. MOREOVER, THE CONTRACTOR DOES NOT KNOW OF ANY VALID BASIS FOR ANY SUCH CLAIMS. THE CONTRACTOR SHALL, AT ITS SOLE EXPENSE, DEFEND, INDEMNIFY, AND HOLD THE CITY HARMLESS FROM AND AGAINST ALL LIABILITY, DAMAGES, AND COSTS (INCLUDING COURT COSTS AND REASONABLE FEES OF ATTORNEYS AND OTHER PROFESSIONALS) ARISING OUT OF OR RESULTING FROM ANY CLAIM Contract #6608 CJA Enterprises L.L.P.1 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D THAT THE CITY'S EXERCISE OF ITS LICENSE RIGHTS, AND ITS USE OF THE INTELLECTUAL PROPERTY, THE SUBJECT OF THIS CONTRACT, INFRINGES THE INTELLECTUAL PROPERTY RIGHTS OF ANY THIRD PARTY, OR THE BREACH OF ANY OF REPRESENTATIONS OR WARRANTIES STATED IN THE CONTRACT DOCUMENTS. 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. By executing this Agreement below in conformance with Sec. 2270 of the Texas Government Code, the Supplier verifies that the Supplier: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. SUPPLIER BY: ______________________________ AUTHORIZED SIGNATURE Name:______________________________ Title: _______________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS 2017-287483 ___________________________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER ATTEST: CITY OF DENTON, TEXAS JENNIFER WALTERS, CITY SECRETARY BY: __________________________________ BY: _____________________________ TODD HILEMAN CITY MANAGER APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY BY:_______________________________ Contract #6608 CJA Enterprises L.L.P.2 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D Exhibit A Special Terms and Conditions 1.The Quantities The quantities indicated on Exhibit E are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 2.Product Changes During Contract Term The supplier shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to purchasing@cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed 3.Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The representative as needed by the City. 4.Contract Terms It is the intention of the City of Denton to award a contract for a one (1) year period. The City and the Awarded Contractor shall have the option to renew this contract for an additional three (3) one- year periods. Materials and services undertaken pursuant to this solicitation will be required to commence within fourteen (14) days of delivery of a Notice to Proceed. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date in accordance with the provision of the section titled f the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 5.Price Escalation and De-escalation -escalation price adjustment annually based on these special terms. The escalation/de-escalation will be based on the U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index(PPI)Construction sand and gravel, south (PCU21232121232103)and U.S. Energy Information Administration (EIA) prior 52 week average for Midwest (PADD 2) for retail diesel (on-highway) all types. The stated eligible bid price will be increased or decreased based upon the annual percentage change in the PPI so long as the change is greater than the minimum threshold value of +/- 1%. The maximum escalation will not exceed +/- 8% for any individual year. The Supplier must submit or make available the manufacturers pricing sheet used to calculate the bid proposal, to participate in the escalation/de-escalation clause. Contract #6608 CJA Enterprises L.L.P.3 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D increase to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. The Supplier should provide documentation as a percentage of each cost associated with the unit prices quoted for consideration.If no request is made, then it will be assumed that the current contract price will be in effect. Upon receipt of such request, the City of Denton, at its sole option, reserves the right to either: (1) accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award; or, (2) reject the increase within thirty (30) calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Supplier may request cancellation of such items from the contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. The prices in effect prior to the increase request must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 6.Total Contract Amount The contract total shall not exceed $1,500,000. Pricing shall be per Exhibit E attached. 7.Delivery Lead Time Products or services will be delivered within two days after the receipt of order from the City. Contract #6608 CJA Enterprises L.L.P.4 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D Exhibit C City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must Supplier. No Terms and Conditions contained in statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed -of-way. 1.. The Contractor shall fully and timely provide all the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2.EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3.CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4.SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5.TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6.DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Contract #6608 CJA Enterprises L.L.P.5 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D Conditions. Unless otherwis all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7.RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8.NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9.PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. The contractor shall, at all times, exercise reasonable precautions for the safety of their employees, facilities. 10.WORKFORCE A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. C. If the City or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ Contract #6608 CJA Enterprises L.L.P.6 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D such worker again on Contract services without the City's prior written consent. Immigration: The Contractor represents and warrants that it shall comply with the requirements of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Immigration Reform and 11.COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Cont comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, obligations under this paragraph. Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12.INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique invoice number, the purchase order or delivery the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight address and, if applicable, the tax identification number on the invoice must exactly match the C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13.PAYMENT: A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty (30) calendar days of in Accounts Payable, whichever is later. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the Contract #6608 CJA Enterprises L.L.P.7 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; iv. damage to the property which is not covered by insurance required to be provided by the Contractor; time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14.TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the term of this contract, the contractor shall bill and the City shall reimburse contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by the contractor in traveling to and from City facilities whall not be reimbursed, unless otherwise negotiated. 15.FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work Contract #6608 CJA Enterprises L.L.P.8 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising it; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16.SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17.RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract 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 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 #6608 CJA Enterprises L.L.P.9 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19.WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20.WARRANTY TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21.WARRANTY DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty Contract #6608 CJA Enterprises L.L.P.10 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the Cit and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice 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 Contractor shall assist and cooperate with the City to the fullest extent to enforce such 22.WARRANTY SERVICES: The Contractor warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach wa this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23.ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non- conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay Contract #6608 CJA Enterprises L.L.P.11 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D 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 assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25.STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26.DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in 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, cur reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, - judgment interest at the maximum lawful rate. Additionally, in the event of a default by the 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) calen 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 #6608 CJA Enterprises L.L.P.12 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D Contract for cause by the City and may result in legal action. 30.DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31.INDEMNITY: A. Definitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not 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 CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32.INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure Contract #6608 CJA Enterprises L.L.P.13 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. x. The City reserves the right to review the insurance requirements set forth during the effective period of the Contract and to make reasonable adjustments to insurance coverage, Contract #6608 CJA Enterprises L.L.P.14 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D limits, and exclusions when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as the Contractor. xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. xii. The Contractor shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. notice of erosion of the aggregate limits below occurrence limits for all applicable n the Contract. required minimums and are not intended to limit the responsibility or liability of the Contractor. B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument. 33.CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse affect on the Contra 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 party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35.RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36.NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of Contract #6608 CJA Enterprises L.L.P.15 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D the deliverables and the Contractor does not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and ercise anywhere and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) 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-actor 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 inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 38.OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services Contract #6608 CJA Enterprises L.L.P.16 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made- for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 37 above. 39.PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified. 40.ADVERTISING consent, the fact that the City has entered into the Contract, except to the extent required by law. 41.NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42.GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43.PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall Contract #6608 CJA Enterprises L.L.P.17 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Interest Questionnaire. 44.INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 45.ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. 46.WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47.MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48.INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. Contract #6608 CJA Enterprises L.L.P.18 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D 49.DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50.JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51.INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52.HOLIDAYS: The following holidays are observed by the City: Contract #6608 CJA Enterprises L.L.P.19 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approvedby the City Manager of Denton, Texas or his authorized designee. 53.SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54.NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55.EQUAL OPPORTUNITY A.Equal Employment Opportunity: discriminatory employment practice. No person shall, on the grounds of race, sex, sexual orientation, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of Contract #6608 CJA Enterprises L.L.P.20 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES:Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent. 59.PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W-2's to common law employees. Contract #6608 CJA Enterprises L.L.P.21 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D Respondent is responsible for both federal and State unemployment insurance coverage and all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after Contract #6608 CJA Enterprises L.L.P.22 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1.Final negotiated contract 2.RFP/Bid documents 3.rms and conditions 4.Purchase order 5.Supplier terms and conditions Contract #6608 CJA Enterprises L.L.P.23 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT D Contract #6608 CJA Enterprises L.L.P.24 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.25 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D 9–IL.L9 IFB 6608 TABULATION SUPPLY OF SOIL, SAND, LIME & AGGREGATE Respondent's Business Name: CJA Enterprises Principal Place of Business Collinsville, TX EST.ESTIMATED ITEMPRODUCT DESCRIPTION DELIVERED EXTENDED ANNUALUOMDELIVERY UNIT PRICE #(FOB DELIVERED TO CITY LOCATIONS)PRICE QTYDAYS (ARO)* SECTION A- BULK UTILITY PRODUCTS $ 16.04$ 8,020.002 1500Cu. YdTop Soil Screened $ 13.37$ 20,055.002 21,500Cu. YdField Sand - Backfill $ 13.37$ 213,920.002 316,000Cu. YdScreened Sand $ 23.50$ 23,500.002 41,000TonsPit Sand (Concrete) $ 14.50$ 11,600.002 5800TonsManufactured Sand for Concrete Mixture $ 16.80$ 13,440.002 6800TonsConcrete Aggregate Class A, 1" - #4 Rock $ 16.25$ 4,875.002 7300TonsConcrete Aggregate 3/8" Down Rock $ - $ - 81,000Tons1-3/4" + Down Flexible Base $ 14.25$ 14,250.002 91,000Tons1-1/2" + Down Flexible Base $ 14.25$ 57,000.002 104,000Tons5/8" + Down Flexible Base Crushed Stone #6-20 (for ice and snow 111,000Tons control of city streets)$ 13.75$ 13,750.002 $ 13.75$ 4,125.002 12300TonsLimestone Screening 1 1/2" Rock, Limestone (Washed & 13200Tons Screened) $ 17.00$ 3,400.002 $ 19.85$ 1,985.002 14100Tons4" - 7 1/2" Gabion Limestone 3/4" Rock, Limestone Utility Stone (Not 15500Tons Washed) $ 17.00$ 8,500.002 $ 25.25$ 10,100.002 16400Tons8-12" Rip Rap Limestone $ 25.90$ 10,360.002 17400Tons12-18" Rip Rap Limestone $ 26.40$ 2,640.002 18100Tons24" Rip Rap Limestone $ 29.65$ 2,965.002 19100Tons30" Rip Rap Limestone $ 29.65$ 2,965.002 20100Tons36" Rip Rap Limestone $ 14.95$ 1,495.002 21100TonsPea Gravel (Unwashed) $ 14.95$ 19,435.002 221,300TonsPea Gravel (Washed) $ 12.81$ 192,150.002 2315,000Cu. Yd.Select Fill $ 14.25$14,250.002 241,000TonsType A, Grade 1 Flexible Base $ 654,780.00 SECTION A- BULK UTILITY PRODUCTS TOTAL SECTION C-BULK LIME $ - 42A200TonsBulk Type A Hydrated Lime 42BTonsMinimum Truck Delivery = _________ 42CTonsMaximum Truck Delivery = _________ $ - 43A800TonsBulk Type B Slurry Lime 43BTonsMinimum Truck Delivery = _________ 43CTonsMaximum Truck Delivery = _________ 44What is the Plant location? $ - SECTION C-BULK LIME TOTAL $654,780.00 ESTIMATED ANNUALLY GRAND TOTAL 4 Yrs w/ Contingency$1,500,000.00 Contract #6608 CJA Enterprises L.L.P.26 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.27 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.28 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.29 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.30 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.31 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.32 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.33 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.34 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.35 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT E Contract #6608 CJA Enterprises L.L.P.36 DocuSign Envelope ID: C530435B-F78D-4708-B1D2-5AF305974B2D EXHIBIT F Contract #6608 CJA Enterprises L.L.P.37 Certificate Of Completion Envelope Id: C530435BF78D4708B1D25AF305974B2DStatus: Sent Subject: Please DocuSign: City Council Contract 6608 CJA Enterprises L.L.P. Source Envelope: Document Pages: 38Signatures: 2Envelope Originator: Certificate Pages: 6Initials: 0Robyn Forsyth AutoNav: Enabled901B Texas Street EnvelopeId Stamping: EnabledDenton, TX 76209 Time Zone: (UTC-08:00) Pacific Time (US & Canada)robyn.forsyth@cityofdenton.com IP Address: 129.120.6.150 Record Tracking Status: OriginalHolder: Robyn ForsythLocation: DocuSign 11/30/2017 9:32:02 AM robyn.forsyth@cityofdenton.com Signer EventsSignatureTimestamp Robyn ForsythSent: 11/30/2017 9:37:11 AM Completed robyn.forsyth@cityofdenton.comViewed: 11/30/2017 9:37:21 AM BuyerSigned: 11/30/2017 9:38:28 AM Using IP Address: 129.120.6.150 City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Ms. Carla PeacockSent: 11/30/2017 9:38:30 AM astrideapp@msn.comViewed: 11/30/2017 9:48:59 AM partner/ownerSigned: 11/30/2017 9:53:21 AM Security Level: Email, Account Authentication Using IP Address: 67.44.192.116 (Optional) Electronic Record and Signature Disclosure: Accepted: 11/30/2017 9:48:59 AM ID: e044db71-9894-4519-8dcb-d1247604fedb Jennifer DeCurtisSent: 11/30/2017 9:53:25 AM jennifer.decurtis@cityofdenton.comViewed: 11/30/2017 10:01:07 AM Deputy City AttorneySigned: 11/30/2017 10:01:14 AM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Julia WinkleySent: 11/30/2017 10:01:16 AM julia.winkley@cityofdenton.com Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Todd Hileman Todd.Hileman@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Signer EventsSignatureTimestamp Accepted: 7/25/2017 9:02:14 AM ID: 57619fbf-2aec-4b1f-805d-6bd7d9966f21 Jennifer Walters jennifer.walters@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Sherri ThurmanSent: 11/30/2017 9:53:23 AM sherri.thurman@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Julia WinkleySent: 11/30/2017 9:53:24 AM julia.winkley@cityofdenton.com Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Robin Fox Robin.fox@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jennifer Bridges jennifer.bridges@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy EventsStatusTimestamp Jane Richardson jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Robbin Webber robbin.webber@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Russell Koch russell.koch@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Notary EventsSignatureTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted11/30/2017 10:01:16 AM Payment EventsStatusTimestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: purchasing@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: •I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and •I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and •Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you. City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 17-1705,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityCounciloftheCityofDenton,Texas,nuncprotunccorrecting aninadvertentmistakeinOrdinance2015-116relatingtothedollaramountreflectedinthebackupprovided forRFP5725,awardedtoPolydyne,Inc.,TDC,LLC.,andPVSTechnologies,Inc.,andprovidinganeffective date. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2017 SUBJECT Consider adoption of an ordinance of the City Council of the City of Denton, Texas, nunc pro tunc correcting an inadvertent mistake in Ordinance 2015-116 relating to the dollar amount reflected in the back up provided for RFP 5725, awarded to Polydyne, Inc., TDC, LLC., and PVS Technologies, Inc., and providing an effective date. FILE INFORMATION On April 21, 2015 Council awarded Request for Proposals (RFP) 5725 to ten firms including Polydyne, Inc., TDC, LLC., and PVS Technologies, Inc., in the amount of $4,200,000 (Exhibit 2). The contracts are for the supply of water treatment chemicals to the City of Denton. The Agenda Information Sheet and total dollar amount were correct, however, a clerical error was made in the dollar amounts attached to the ordinance for three contracts. The original and correct amount are shown below: Firm 2015-116 Contract Amount Corrected Amount Polydyne, Inc $291,150 $467,000 TDC, LLC $1,100,000 $375,000 PVS Technologies, Inc. $78,000 $560,000 An ordinance correction is needed to reflect the correct award amounts of Polydyne, Inc. in the three (3) year not-to-exceed amount of $467,000, TDC, LLC in the three (3) year not-to-exceed amount of $375,000, and PVS Technologies, Inc. in the three (3) year not-to-exceed amount of $560,000. The total not-to-exceed amount of $4,200,000 is correct. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) City Council awarded the original contract on April 21, 2015 per Ordinance 2015-116. RECOMMENDATION Approval of an ordinance to reflect the correct award amounts of Polydyne in the three (3) year not-to- exceed amount of $467,000, TDC in the three (3) year not-to-exceed amount of $375,000, and PVS Technologies in the three (3) year not-to-exceed amount of $560,000. The total not-to-exceed amount for of $4,200,000 is correct. PRINCIPAL PLACE OF BUSINESS Polydyne Inc. PVS Technologies Inc. TDC, LLC Riceboro, GA Detroit, MI Ruston, LA ESTIMATED SCHEDULE OF PROJECT This contract is expired and has been replaced with Contract 6530 awarded by Council on November 14, 2017 (Ordinance 2017-350). FISCAL INFORMATION There is no fiscal impact as the total award amount for RFP 5725 did not change. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Safe, Liveable & Family-Friendly Community Related Goal: 5.1 Manage Denton's water resources EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Ordinance 2015-116 Exhibit 3: Ordinance Exhibit 4: Polydyne Amendment Exhibit 5: TDC Amendment Exhibit 6: PVS Technologies Amendment Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Karen Smith at 940-349-8436 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-022,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,TexasamendingtheFiscalYear2017-18Budgetand AnnualProgramofServicesoftheCityofDentontoallowforadjustmentstotheGeneralFundoftwomillion sixhundredninetyfivethousanddollars($2,695,000)forthepurposeoffundingtrafficandparkimprovement projects,DowntownTaxIncrementReinvestmentZoneFundofonemillionfourhundredsixtysixthousand eighthundredfortyfivedollars($1,466,845)forthepurposeoffundingsidewalksandstreetlightsin downtown,CapitalImprovementProgramfourmilliononehundredsixtyonethousandeighthundredfortyfive dollars($4,161,845)forthepurposeoffundingthecapitalimprovementprojects;declaringamunicipal purpose;providingaseverabilityclause;providinganopenmeetingsclause;andprovidingforaneffective date. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT:Finance CM/DCM/ACM:Bryan Langley DATE:January 9, 2018 SUBJECT Consider adoption of an ordinance of the City of Denton, Texas amending the Fiscal Year 2017-18 Budget and Annual Program of Services of the City of Denton to allow for adjustments to the General Fund of two million six hundred ninety five thousand dollars ($2,695,000)for the purpose of funding traffic and park improvement projects, Downtown Tax Increment Reinvestment Zone Fund of one million four hundred sixty six thousand eight hundred forty five dollars ($1,466,845) for the purpose of funding sidewalks and street lights in downtown, Capital Improvement Program four million one hundred sixty one thousand eight hundred forty five dollars ($4,161,845) for the purpose of funding the capital improvement projects; declaring a municipal purpose; providing a severability clause; providing an open meetings clause; and providing for an effective date. BACKGROUND City staff is proposing to amend the City’s FY 2017-18Budget as follows: Increase the General Fundbudget by $2,695,000to fund traffic and park improvement projects. A listof the capital projectsare in Exhibit 2. This amendment increasesthe expenditure budget for this fund from $119,687,991to $122,382,991for FY 2017-18. Increase the DowntownTax Increment Reinvestment Zone Fund budget by $1,466,845 to fund sidewalks and street lights in downtown. A list of the capital projects is provided in Exhibit 2. This amendment increasesthe expenditure budget for this fund from $76,000to $1,542,845forFY 2017-18. Survey work for these projects has begun. Staff plans to present a design contract to Council in February 2018. Construction of these projects is anticipated to begin in the summer of 2018. Increase the Capital Improvement Program budget by $4,161,845 to fund the capital improvement projects funded by the General Fund and the Downtown Tax Increment Reinvestment Zone Fund as listed in Exhibit 2. This amendmentincreasesthe expenditure budget for the Capital Improvement Program from $518,435,000to $522,596,845for FY 2017-18. RECOMMENDATION Staff recommends adoption of the ordinance. PRIOR ACTION/REVIEW (Council, Boards, Commissions) On December 12, 2017, City Council discussed short term traffic improvements & additional funding for the Vela Athletic Complex projects. On December 5, 2017, the City Council receivedand discussed the recommendation from the Downtown TIRZ Board. Council verbally recommended moving forward with theCapital Projects A-D recommended by the Downtown TIRZ Board and one additional project, Project E. On November17, 2017, The Downtown TIRZBoard met, reviewed Capital Projects A–D,and made a recommendation to City Councilto fund the projects. FISCALINFORMATION This ordinance will amend the FY 2017-18Budget and Annual Program of Services to allow for an increase to theGeneral Fund by $2,695,000increasing appropriations from $119,687,991to $122,382,991, increase the Downtown Tax Increment Reinvestment Zone Fund by $1,466,845, increasing appropriations from $76,000to $1,542,845and increase the Capital Improvements Program by $4,161,845 from $518,435,000to $522,596,845. STRATEGIC PLAN RELATIONSHIP The City of Denton’s Strategic Plan is an action-oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal:1.1 Manage financial resources in a responsible manner EXHIBITS 1.Agenda Information Sheet 2.Capital Projects List 3.Ordinance Respectfully submitted: Antonio Puente, Jr., 349-7283 Director of Finance Prepared by: Nancy Towle Budget Manager Capital Projects List Traffic and Park Improvement ProjectsEstimated Cost ProjectShort-Term Improvement Extend 288/ColoradoExtend eastbound left turn lane$200,000 Country Club/Hickory Creek Rd.Add a westbound right hand turn lane$150,000 US 77/Dallas Dr./Teasley Ln.Add turn lanes, channelized islands$725,000 Bell Ave./McKinneyAdd a northbound right turn lane$120,000 Add a northbound left turn lane and improve the turning Carroll Blvd./Sherman Rd. radius on the southeast corner$425,000 University Dr./Old North RoadAdd left turn lanes (north-south)$500,000 Total$2,120,000 Vela Athletics Complex*$575,000 Total General Fund$2,695,000 *An additional $1,755,000 from the 2014 GO Bond Program may be reallocated to the Vela Athletics Complex project, pending approval by the Bond Oversight Committee. Downtown Tax Increment Reinvestment Zone **Estimated Cost ProjectsLocation Project A North Locust (Oak to McKinney) - Sidewalks$304,447 Project B North Elm (Oak to Parkway) - Sidewalks and Lights$651,476 Project C West Oak (Carroll to Elm) - Lights$255,461 Project D West Hickory (Carroll to Elm) - Lights$255,461 Total Downtown Tax Increment Reinvestment Zone $1,466,845 Total Capital Program increase$4,161,845 * Estimated costs are preliminary and include contingencies. City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-040,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,Texas,amendingOrdinanceNo.2017-181, prescribingthenumberofpositionsineachclassificationofPoliceOfficer;providingarepealerclause;and declaring an effective date. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT:Police CM/DCM/ACM:ToddHileman, City Manager DATE:January9,2018 SUBJECT Consider adoption of an ordinance of the City of Denton, Texas, amending OrdinanceNo.2017-181, prescribing thenumber of positions in each classification of Police Officer; providinga repealer clause; and declaring an effective date. BACKGROUND Texas Local Government CodeChapter 143, requires governing bodies of all jurisdictions with Civil Service employees to officially authorize their exact number of CivilService employees.The City Council last approved the authorized number of Police Department Civil Service positions by Ordinance 2017-181 on June 20, 2017. On September 22, 2017, Deputy Chief Lenn Carter retired from the Police Department. As a part of the continuing effort to maximize resources, the Police Department examined the organizational structure and determined several reallocations that would enhance the level of service delivery. The primary change for sworn positions involves the elimination of the vacant Deputy Chief position and the creation of two (2) Police Sergeant positions. This change will allow the Department to add a Sergeant position to the Personnel and Training area, allowing an enhanced focus on in-service and continuing education. Recent legislative changes and other TCOLE mandates have increased the number and variety of training hours required for sworn officers. The second Sergeant position will allow for a greater level of planning and responsiveness to special events. Over the past five (5) years, special events have tripled in the city, to now include approximately 160 staffed events resulting in more than 5,300 man hours. Many of these events occur in or near the Downtown area, and some of these larger events now attract 5,000 to 15,000 attendees. The annual Arts and Jazz Festival boasts an attendance figure in excess of 225,000 over the three-day event. With the elimination of the vacant Deputy Chief position, the Department will be re-organized under the remaining two (2) Deputy Chief positions. To reflect theincreased level of responsibility, these positions will be reclassified to a new position as Assistant Chiefs. One Assistant Chief will now supervise the Operations Bureau, including uniformed patrol and criminal investigations. The other Assistant Chief will supervise the Administrations Bureau, including the Budget, Personnel, Training, Professional Standards, Records, and the Municipal Jail. FISCAL INFORMATION These positions changes, when combined with some civilian positions changes, will result in an increased annual cost of $45,075. However, due to salary savings from current openings, there will be no additional fiscal impact in the 2017-2018 budget. STRATEGIC PLAN RELATIONSHIP The City of Denton’s Strategic Plan is an action-oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Safe, Liveable & Family-Friendly Community Related Goal:4.1 Enhance public safety in the community EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Sworn Classification Chart Exhibit 3: Sworn Position Ordinance Respectfully submitted: Lee Howell Chief of Police Prepared by: Scott Fletcher Deputy Chief Exhibit 2 POLICE DEPARTMENT CLASSIFICATION FY 2016-2017 NUMBERS FY 2017-2018 NUMBERS Ordinance 2017-181 Revised Ordinance Police Chief 1 1 Assistant Chief 0 2 Deputy Chief 3 0 Captain 0 0 Lieutenant 9 9 Sergeant 17 19 Police Officers & Recruits 141 146 TOTALS 171 177 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-041,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDentonauthorizingtheCityManagerorhisdesigneeto executeacontractforthepurchaseofone(1)Terex47’DiggerDerricktruckfortheDentonMunicipalElectric DistributionDepartmentasawardedbyBuyBoardCooperativePurchasingNetworkContract#521-16; providingfortheexpenditureoffundstherefor;andprovidinganeffectivedate(File6670-awardedto FreightlinerofAustin,inthenot-to-exceedamountof$231,765).ThePublicUtilitiesBoardwillconsiderthis item on January 8, 2018. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance of the City of Denton authorizing the City Manager or his designee to execute a contract for the purchase of one (1) Terex 47 Digger Derrick truck for the Denton Municipal Electric Distribution Department as awarded by Buy Board Cooperative Purchasing Network Contract# 521-16; providing for the expenditure of funds therefor; and providing an effective date (File 6670-awarded to Freightliner of Austin, in the not-to-exceed amount of $231,765). The Public Utilities Board will consider this item on January 8, 2018. BACKGROUND This item is for the purchase of one (1) Terex model 4047, Freightliner model M2-106 chassis. The truck is a fleet addition for the Electric Distribution Department that was approved in the 2017-2018 fiscal year budget. This truck will be used to install and maintain electric poles throughout the City. Fleet staff obtained two (2) cooperative purchasing contract quotes (Buy Board and National Joint Purchasing Alliance) from prospective suppliers of this type of equipment (Exhibit 2). Electric Distribution staff is recommending the purchase of the Terex model 4047 Digger Derrick truck utilizing Buy Board Contract 521-16. Although this unit is the higher cost truck, staff believes the Terex to be the best value based on current issues with the maintenance and excessive downtime associated with two (2) Altec brand digger derrick trucks currently in operation (Exhibit 3). Use of the Buy Board Cooperative Purchasing Network meets State of Texas statutory requirements for competitive bidding (Government Code 271.102). RECOMMENDATION Award a contract for the purchase of one (1) Terex Digger Derrick model 4047 truck to Freightliner of Austin, in the amount not to exceed $231,765. ESTIMATED SCHEDULE OF PROJECT Delivery of the digger derrick truck will occur within 180 to 240 days after receipt of order. FISCAL INFORMATION The truck will be funded from Denton Municipal Electric operating account 603810605.1355.3920. Requisition #137189 has been entered in the Purchasing software system. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal: 1.1 Manage financial resources in a responsible manner EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Price Comparison/Quote Exhibit 3: Staff Memo Exhibit 4: Ordinance Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Terry Kader at 940-349-8729 File 6670 Comparison for Digger Derrick Truck for the Electric Distribution Department Terex 4047Altec DC47 Digger Derrick$ 231,765.00$ 224,531.00 Delivery/Training IncludedIncluded Total$ 231,765.00$ 224,531.00 Freightliner of AustinAltec Industries, Inc. 1701 Smith Rd Hwy 183 S5202 E 36 HWY Austin, Texas 78721St Joseph, Missouri 64507 casey.pratt@terex.comchad.sprague@altec.com 512-389-0000816-236-1276 Date: 10-11-2017 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Casey Pratt, 2018-19 Freightliner M2-106 35K chassis per request for City of Denton. Chassis includes Cummins ISB 260 HP engine, Allison trans, rear axle diff locks, trlr towing pkg. Quote is for chassis only and does not include any applicable taxes or fees. Drop shipped to Watertown. Revised 148 code 10-9-17 Thank you, Tom Standard Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 1 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com QUOTATION M2 106 CONVENTIONAL CHASSIS SET BACK AXLE - TRUCK DETROIT DA-F-14.7-3 14,700# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE CUM B6.7 260 HP @ 2400 RPM, 2600 GOV, 660 LB/FT @ 1600 RPM 14,600# TAPERLEAF FRONT SUSPENSION ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL PTO PROVISION CAB RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 4800MM (189 INCH) WHEELBASE 23,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING 7/16X3-9/16X11-1/8 INCH STEEL FRAME REAR SUSPENSION WITH LEAF SPRING (11.11MMX282.6MM/0.437X11.13 INCH) 120KSI HELPER 2550MM (100 INCH) REAR FRAME OVERHANG PER UNIT TOTAL TOTAL # OF UNITS (1) VEHICLE PRICE $ 75,750 $ 75,750 EXTENDED WARRANTY $ 200 $ 200 DEALER INSTALLED OPTIONS $ 0 $ 0 CUSTOMER PRICE BEFORE TAX $ $ 75,950 75,950 TAXES AND FEES TAXES AND FEES $ 0 $ 0 OTHER CHARGES $ 0 $ 0 TRADE-IN TRADE-IN ALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCY) $ 75,950 $ 75,950 COMMENTS: Projected delivery on ___ / ___ / ___ provided the order is received before ___ / ___ / ___. APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X_______________________________________ Date: ___ / ___ / ___. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 2 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com QUOTATION DETAILS EXTENDED WARRANTY TOWING: 1 YEAR/UNLIMITED $ 200 $ 200 MILES/KM EXTENDED TOWING COVERAGE $550 CAP FEX APPLIES See your local dealer for a competitive quote from Daimler Truck Financial, or contact us at Information@dtfoffers.com. Daimler Truck Financial offers a variety of finance, lease and insurance solutions to Financing that works for you. fit your business needs. For more information about our products and services, visit our website at www.daimler-truckfinancial.com. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 3 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com SPECIFICATION PROPOSAL Weight Weight Data Code Description Front Rear Price Level PRL-16M M2 PRL-16M (EFF:04/25/17) Data Version DRL-023 SPECPRO21 DATA RELEASE VER 023 Interior Convenience/Driver Retention Package 055-998 NO INTERIOR CONVENIENCE PACKAGE Vehicle Configuration 001-172 M2 106 CONVENTIONAL CHASSIS 5,759 3,503 004-218 2018 MODEL YEAR SPECIFIED 002-004 SET BACK AXLE - TRUCK 019-001 10 10 TRAILER TOWING PROVISION AT END OF FRAME FOR TRUCK 003-001 LH PRIMARY STEERING LOCATION General Service AA1-003 TRUCK/TRAILER CONFIGURATION AA6-001 DOMICILED, USA 50 STATES (INCLUDING CALIFORNIA AND CARB OPT-IN STATES) A85-010 UTILITY/REPAIR/MAINTENANCE SERVICE A84-1GM GOVERNMENT BUSINESS SEGMENT AA4-011 FIXED LOAD COMMODITY AA5-002 TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS AB1-008 MAXIMUM 8% EXPECTED GRADE AB5-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN-TRANSIT (BETWEEN SITES) ROAD SURFACE 995-091 MEDIUM TRUCK WARRANTY A66-99D EXPECTED FRONT AXLE(S) LOAD : 14600.0 lbs A68-99D EXPECTED REAR DRIVE AXLE(S) LOAD : 21000.0 lbs A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 35600.0 lbs Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 4 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear A70-99D EXPECTED GROSS COMBINATION WEIGHT : 45000.0 lbs Truck Service AA3-030 FLATBED/PLATFORM BODY WITH LIFT/PULL DEVICE AF4-99D EXPECTED EMPTY BODY WEIGHT : 0.0 lbs A88-99D EXPECTED TRUCK BODY LENGTH : 18.0 ft AF3-2A5 TEREX AF7-99D EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME "XX" INCHES : 32.0 in Tractor Service AA2-005 FLATBED TRAILER AH6-001 SINGLE (1) TRAILER Engine 101-21V CUM B6.7 260 HP @ 2400 RPM, 2600 GOV, 660 LB/FT @ 1600 RPM Electronic Parameters 79A-072 72 MPH ROAD SPEED LIMIT 79B-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT - 1100 RPM 79P-002 PTO RPM WITH CRUISE SET SWITCH - 700 RPM 79Q-003 PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM 79S-001 PTO MODE CANCEL VEHICLE SPEED - 5 MPH 79U-007 PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND 80G-002 PTO MINIMUM RPM - 700 80J-002 REGEN INHIBIT SPEED THRESHOLD - 5 MPH Engine Equipment 99C-017 2016 ONBOARD DIAGNOSTICS/2010 EPA/CARB/FINAL GHG17 CONFIGURATION 99D-011 2008 CARB EMISSION CERTIFICATION - CLEAN IDLE (INCLUDES 6X4 INCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) 13E-001 STANDARD OIL PAN 105-001 ENGINE MOUNTED OIL CHECK AND FILL 133-004 ONE PIECE VALVE COVER 014-099 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 5 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 124-1D7 DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292-098 (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED 281-001 STANDARD BATTERY JUMPERS 282-001 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB 291-017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289-001 NON-POLISHED BATTERY BOX COVER 293-058 8 POSITIVE LOAD DISCONNECT WITH CAB MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT 295-029 POSITIVE AND NEGATIVE POSTS FOR 2 JUMPSTART LOCATED ON FRAME NEXT TO STARTER 107-032 CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE 108-002 STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR 131-013 AIR COMPRESSOR DISCHARGE LINE 152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM 128-076 20 CUMMINS EXHAUST BRAKE INTEGRAL WITH VARIABLE GEOMETRY TURBO WITH ON/OFF DASH SWITCH 016-1C3 RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH HORIZONTAL TAILPIPE 28F-002 ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 239-001 STANDARD EXHAUST SYSTEM LENGTH 237-052 RH STANDARD HORIZONTAL TAILPIPE 23U-001 6 GALLON DIESEL EXHAUST FLUID TANK 30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL 43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION 23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING 43Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 6 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 273-035 HORTON HT650 FRONTAL AIR ON/OFF ENGINE FAN CLUTCH 276-002 AUTOMATIC FAN CONTROL WITH DASH SWITCH AND INDICATOR LIGHT, NON ENGINE MOUNTED 110-003 CUMMINS SPIN ON FUEL FILTER 118-001 FULL FLOW OIL FILTER 266-078 950 SQUARE INCH ALUMINUM RADIATOR 103-039 ANTIFREEZE TO -34F, OAT (NITRITE AND SILICATE FREE) EXTENDED LIFE COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT 172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES 270-016 RADIATOR DRAIN VALVE 168-002 LOWER RADIATOR GUARD 138-010 4 PHILLIPS-TEMRO 750 WATT/115 VOLT BLOCK HEATER 140-053 BLACK PLASTIC ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 134-001 ALUMINUM FLYWHEEL HOUSING 132-004 ELECTRIC GRID AIR INTAKE WARMER 155-057 DELCO 12V 29MT STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission 342-584 ALLISON 3500 RDS AUTOMATIC TRANSMISSION 200 60 WITH PTO PROVISION Transmission Equipment 343-339 ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV 84B-012 ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C-023 PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D-023 SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84E-000 PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 7 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 84F-000 SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84G-000 PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84H-000 SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE 84L-000 LOAD BASED SHIFT SCHEDULE AND VEHICLE ACCELERATION CONTROL RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED VOCATIONAL USAGE 84N-000 NEUTRAL AT STOP - DISABLED, FUELSENSE - DISABLED 84U-000 DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES 353-023 VEHICLE INTERFACE WIRING CONNECTOR WITHOUT BLUNT CUTS, AT END OF FRAME 34C-001 ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED 362-1Y0 (2) CUSTOMER INSTALLED CHELSEA 277 SERIES PTO'S 363-011 PTO MOUNTING, LH AND RH SIDES OF MAIN TRANSMISSION 341-018 MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS - ENABLED 2013 370-015 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK 346-013 TRANSMISSION OIL CHECK AND FILL WITH CROSSOVER TO CLEAR LH PTO AND DIRECT MOUNT PUMP 35T-001 SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) Front Axle and Equipment 400-1A8 DETROIT DA-F-14.7-3 14,700# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE 402-049 MERITOR 16.5X5 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 403-002 NON-ASBESTOS FRONT BRAKE LINING 419-023 CONMET CAST IRON FRONT BRAKE DRUMS Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 8 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 427-001 FRONT BRAKE DUST SHIELDS 5 409-006 FRONT OIL SEALS 408-001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES 405-002 MERITOR AUTOMATIC FRONT SLACK ADJUSTERS 536-012 TRW TAS-85 POWER STEERING 40 539-003 POWER STEERING PUMP 534-015 2 QUART SEE THROUGH POWER STEERING RESERVOIR 40T-001 ORGANIC SAE 80/90 FRONT AXLE LUBE Front Suspension 620-010 14,600# TAPERLEAF FRONT SUSPENSION 170 619-005 MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION 62H-010 FRONT SUSPENSION WITH LEFT HAND OFFSET 4 SHACKLE BRACKET 410-001 FRONT SHOCK ABSORBERS Rear Axle and Equipment 420-009 RS-21-160 21,000# R-SERIES SINGLE REAR 180 AXLE 421-643 6.43 REAR AXLE RATIO 424-001 IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING 386-073 MXL 17T MERITOR EXTENDED LUBE MAIN DRIVELINE WITH HALF ROUND YOKES 393-998 NO DRIVELINE GUARD 452-001 DRIVER CONTROLLED TRACTION 20 DIFFERENTIAL - SINGLE REAR AXLE 878-018 (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE 87B-004 BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH 423-020 MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433-002 NON-ASBESTOS REAR BRAKE LINING 434-011 BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF DRIVE AXLE(S) 451-023 CONMET CAST IRON REAR BRAKE DRUMS Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 9 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 425-002 REAR BRAKE DUST SHIELDS 440-006 REAR OIL SEALS 426-100 WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS 428-002 MERITOR AUTOMATIC REAR SLACK ADJUSTERS 41T-002 SYNTHETIC 75W-90 REAR AXLE LUBE Rear Suspension 622-1MJ 110 23,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING REAR SUSPENSION WITH LEAF SPRING HELPER 621-001 SPRING SUSPENSION - NO AXLE SPACERS 431-001 STANDARD AXLE SEATS IN AXLE CLAMP GROUP Brake System 018-002 AIR BRAKE PACKAGE 490-100 WABCO 4S/4M ABS WITHOUT TRACTION CONTROL 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 904-001 FIBER BRAID PARKING BRAKE HOSE 412-001 STANDARD BRAKE SYSTEM VALVES 46D-002 STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM 413-002 STD U.S. FRONT BRAKE VALVE 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480-083 WABCO SS-1200 PLUS AIR DRYER WITH INTEGRAL AIR GOVERNOR AND HEATER 479-012 AIR DRYER MOUNTED UNDER HOOD 460-014 5 5 STEEL AIR TANKS MOUNTED BELOW FRAME RAILS 607-001 CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, BOTH RAILS OUTBOARD 477-004 PULL CABLES ON ALL AIR RESERVOIR(S) Trailer Connections 914-001 AIR CONNECTIONS TO END OF FRAME WITH GLAD HANDS FOR TRUCK AND NO DUST COVERS Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 10 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 296-027 PRIMARY CONNECTOR/RECEPTACLE WIRED FOR COMBINATION STOP/TURN, CENTER PIN POWERED THROUGH IGNITION WITH STOP SIGNAL PREWIRE PACKAGE 297-001 SAE J560 7-WAY PRIMARY TRAILER CABLE RECEPTACLE MOUNTED END OF FRAME 335-004 UPGRADED CHASSIS MULTIPLEXING UNIT 32A-002 UPGRADED BULKHEAD MULTIPLEXING UNIT 30L-998 NO HIGH CURRENT TRAILER/BODY CABLE Wheelbase & Frame 545-480 4800MM (189 INCH) WHEELBASE 546-102 7/16X3-9/16X11-1/8 INCH STEEL FRAME 160 280 (11.11MMX282.6MM/0.437X11.13 INCH) 120KSI 552-063 2550MM (100 INCH) REAR FRAME OVERHANG 55W-009 -50 210 FRAME OVERHANG RANGE: 91 INCH TO 100 INCH 549-093 8 INCH BOLT ON FRONT FRAME EXTENSION 55 AC8-99D CALC'D BACK OF CAB TO REAR SUSP C/L (CA) : 123.45 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 120.45 in AE4-99D CALC'D FRAME LENGTH - OVERALL : 318.39 AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE : 123.45 in FSS-0LH CALCULATED FRAME SPACE LH SIDE : 126.23 in FSS-0RH CALCULATED FRAME SPACE RH SIDE : 108.37 in 553-001 SQUARE END OF FRAME 550-001 FRONT CLOSING CROSSMEMBER 559-003 -12 LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE CROSSMEMBER 562-001 STANDARD MIDSHIP #1 CROSSMEMBER(S) 572-001 STANDARD REARMOST CROSSMEMBER 565-001 STANDARD SUSPENSION CROSSMEMBER Chassis Equipment 556-997 OMIT FRONT BUMPER, CUSTOMER INSTALLED -60 SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR 393.203 558-001 FRONT TOW HOOKS - FRAME MOUNTED 15 586-024 FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 11 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 551-007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS 489-998 NO TIRE PRESSURE CONTROL/SENSOR Fuel Tanks 204-206 42 GALLON/159 LITER SHORT RECTANGULAR 10 ALUMINUM FUEL TANK - LH 218-005 RECTANGULAR FUEL TANK(S) 215-005 PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S) WITH PAINTED BANDS 212-007 FUEL TANK(S) FORWARD 664-001 PLAIN STEP FINISH 205-001 FUEL TANK CAP(S) 122-1J2 DETROIT FUEL/WATER SEPARATOR WITH -5 WATER IN FUEL SENSOR AND HAND PRIMER 216-020 EQUIFLO INBOARD FUEL SYSTEM 202-016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE 221-001 FUEL COOLER 10 Tires 093-0RW MICHELIN XZA2 ENERGY 315/80R22.5 20 PLY 56 RADIAL FRONT TIRES 094-1RJ 200 MICHELIN X WORKS Z 315/80R22.5 20 PLY RADIAL REAR TIRES Hubs 418-060 20 CONMET PRESET PLUS PREMIUM IRON FRONT HUBS 450-060 CONMET PRESET PLUS PREMIUM IRON REAR HUBS Wheels 502-433 66 ACCURIDE 29039 22.5X9.00 10-HUB PILOT 5.25 INSET 5-HAND STEEL DISC FRONT WHEELS 505-445 ACCURIDE 29300 22.5X9.00 10-HUB PILOT 5- 164 HAND STEEL DISC REAR WHEELS 50W-998 NO RIM/WHEEL TIRE PRESSURE SENSOR 496-011 FRONT WHEEL MOUNTING NUTS 497-011 REAR WHEEL MOUNTING NUTS Cab Exterior 829-071 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 650-008 AIR CAB MOUNTING Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 12 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 648-002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 754-008 2-1/2 INCH FENDER EXTENSIONS 10 678-001 LH AND RH GRAB HANDLES 646-023 HOOD MOUNTED CHROMED PLASTIC GRILLE 65X-003 CHROME HOOD MOUNTED AIR INTAKE GRILLE 644-004 FIBERGLASS HOOD 727-1AF 4 SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK 726-001 SINGLE ELECTRIC HORN 728-001 SINGLE HORN SHIELD 657-001 DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME 575-001 REAR LICENSE PLATE MOUNT END OF FRAME 312-038 INTEGRAL HEADLIGHT/MARKER ASSEMBLY WITH CHROME BEZEL 302-047 LED AERODYNAMIC MARKER LIGHTS 294-090 -5 OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE WIRING FOR COMBINED STOP/TURN LIGHTS TO FOUR FEET BEYOND END OF FRAME 300-015 STANDARD FRONT TURN SIGNAL LAMPS 744-1BH DUAL WEST COAST MOLDED-IN COLOR MIRRORS 797-001 DOOR MOUNTED MIRRORS 796-001 102 INCH EQUIPMENT WIDTH 743-1AP LH AND RH 8 INCH MOLDED-IN COLOR CONVEX MIRRORS M0UNTED UNDER PRIMARY MIRRORS 729-001 STANDARD SIDE/REAR REFLECTORS 768-043 63X14 INCH TINTED REAR WINDOW 661-003 TINTED DOOR GLASS LH AND RH WITH TINTED NON-OPERATING WING WINDOWS 654-027 4 RH AND LH ELECTRIC POWERED WINDOWS, PASSENGER SWITCHES ON DOOR(S) 663-013 TINTED WINDSHIELD 659-019 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cab Interior 707-1AK OPAL GRAY VINYL INTERIOR 706-013 MOLDED PLASTIC DOOR PANEL 708-013 MOLDED PLASTIC DOOR PANEL Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 13 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 772-006 BLACK MATS WITH SINGLE INSULATION 785-001 DASH MOUNTED ASH TRAYS AND LIGHTER 691-008 FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING 694-010 IN DASH STORAGE BIN 742-007 (2) CUP HOLDERS LH AND RH DASH 680-006 GRAY/CHARCOAL FLAT DASH 860-004 SMART SWITCH EXPANSION MODULE 720-002 2-1/2 LB. FIRE EXTINGUISHER 5 700-002 HEATER, DEFROSTER AND AIR CONDITIONER 701-001 STANDARD HVAC DUCTING 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 170-015 STANDARD HEATER PLUMBING 130-033 DENSO HEAVY DUTY AIR CONDITIONER COMPRESSOR 702-002 BINARY CONTROL, R-134A 739-033 STANDARD INSULATION 285-013 SOLID-STATE CIRCUIT PROTECTION AND FUSES 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM 324-011 DOME DOOR ACTIVATED LH AND RH, DUAL READING LIGHTS, FORWARD CAB ROOF 655-005 LH AND RH ELECTRIC DOOR LOCKS 284-023 (1) 12 VOLT POWER SUPPLY IN DASH 722-002 TRIANGULAR REFLECTORS WITHOUT FLARES 10 756-1J3 30 BASIC HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 760-235 2 MAN TOOL BOX MID BACK NON SUSPENSION 20 PASSENGER SEAT 759-007 4 DUAL DRIVER SEAT ARMRESTS, NO PASSENGER SEAT ARMRESTS 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS 758-036 VINYL WITH VINYL INSERT DRIVER SEAT 761-036 VINYL WITH VINYL INSERT PASSENGER SEAT 763-101 BLACK SEAT BELTS 532-002 10 ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN 540-015 4-SPOKE 18 INCH (450MM) STEERING WHEEL Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 14 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & Controls 732-004 GRAY DRIVER INSTRUMENT PANEL 734-004 GRAY CENTER INSTRUMENT PANEL 870-001 BLACK GAUGE BEZELS 486-001 LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 840-002 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES 198-003 DASH MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS 721-001 97 DB BACKUP ALARM 3 149-013 ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL 156-007 KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY 811-042 ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED 160-038 HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 844-001 2 INCH ELECTRIC FUEL GAUGE 148-003 PROGRAMMABLE RPM CONTROL - ELECTRONIC ENGINE 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 864-001 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY 372-051 CUSTOMER FURNISHED AND INSTALLED PTO CONTROLS 73B-998 NO LANE DEPARTURE WARNING SYSTEM 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE 679-001 OVERHEAD INSTRUMENT PANEL 746-115 10 AM/FM/WB WORLD TUNER RADIO WITH BLUETOOTH AND USB AND AUXILIARY INPUTS, J1939 747-001 DASH MOUNTED RADIO 750-002 (2) RADIO SPEAKERS IN CAB 753-008 AM/FM ANTENNA MOUNTED ON LH SIDE MIRROR Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 15 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 810-027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 817-001 STANDARD VEHICLE SPEED SENSOR 812-001 ELECTRONIC 3000 RPM TACHOMETER 813-998 NO VEHICLE PERFORMANCE MONITOR -5 8D1-998 NO DETROIT CONNECT SERVICES SELECTED 8Z1-998 NO ZONAR SERVICES SELECTED 162-011 IDLE LIMITER, ELECTRONIC ENGINE 329-010 TWO ON/OFF ROCKER SWITCHES IN THE DASH WITH INDICATOR LIGHTS AND WIRE ROUTED TO CHASSIS AT BACK OF CAB, LABEL OPT 81Y-001 PRE-TRIP LAMP INSPECTION, ALL OUTPUTS FLASH, WITH SMART SWITCH 482-001 BW TRACTOR PROTECTION VALVE 883-001 TRAILER HAND CONTROL BRAKE VALVE 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY 304-003 MARKER LIGHT/HEADLIGHT SWITCH WITH SEPARATE INTERRUPTER FOR CLEARANCE LIGHTS 882-004 TWO VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299-013 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHER/WIPER AND HAZARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS 869-998 NO MISCELLANEOUS GAUGES Design 065-000 PAINT: ONE SOLID COLOR Color 980-5F6 CAB COLOR A: L0006EB WHITE ELITE BC 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT 98K-998 NO FUEL TANK CABINET PAINT 962-972 POWDER WHITE (N0006EA) FRONT WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) 966-972 POWDER WHITE (N0006EA) REAR WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 16 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Weight Weight Data Code Description Front Rear 963-003 STANDARD E COAT/UNDERCOATING Certification / Compliance 996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS Secondary Factory Options 998-001 CORPORATE PDI CENTER IN-SERVICE ONLY TOTAL VEHICLE SUMMARY Weight Summary Weight Weight Total Front Rear Weight + 6594 lbs 4740 lbs 11334 lbs Factory Weight + 6594 lbs 4740 lbs 11334 lbs Total Weight Extended Warranty WAG-010 TOWING: 1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE $550 CAP FEX APPLIES (+) Weights shown are estimates only. If weight is critical, contact Customer Application Engineering. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 17 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com OPERATING RANGE VEHICLE SPECIFICATIONS SUMMARY - OPERATING RANGE Model ....................................................................................................................................................................................... M2106 Cab Size (829)................................................................................ 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Desired Cruise Speed (mph) ........................................................................................................................................................ 65.0 Engine (101) .......................................................................... CUM B6.7 260 HP @ 2400 RPM, 2600 GOV, 660 LB/FT @ 1600 RPM RPM at Peak Torque ............................................................................................................................................................. 1600 Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 18 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Governed RPM ...................................................................................................................................................................... 2600 Transmission (342) ...................................................... ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Gear Ratio: LL ......................................................................................................................................................................... N/A Gear Ratio: L ........................................................................................................................................................................... N/A Gear Ratio: 1 .......................................................................................................................................................................... 4.59 Gear Ratio: 2 .......................................................................................................................................................................... 2.25 Gear Ratio: 3 .......................................................................................................................................................................... 1.54 Gear Ratio: 4 ............................................................................................................................................................................... 1 Gear Ratio: 5 .......................................................................................................................................................................... 0.75 Gear Ratio: 6 .......................................................................................................................................................................... 0.65 Gear Ratio: 7 ........................................................................................................................................................................... N/A Gear Ratio: 8 ........................................................................................................................................................................... N/A Gear Ratio: 9 ........................................................................................................................................................................... N/A Gear Ratio: 10 ......................................................................................................................................................................... N/A Gear Ratio: 11 ......................................................................................................................................................................... N/A Gear Ratio: 12 ......................................................................................................................................................................... N/A Gear Ratio: 13 ......................................................................................................................................................................... N/A Gear Ratio: 14 ......................................................................................................................................................................... N/A Gear Ratio: 15 ......................................................................................................................................................................... N/A Gear Ratio: 16 ......................................................................................................................................................................... N/A Gear Ratio: 17 ......................................................................................................................................................................... N/A Gear Ratio: 18 ......................................................................................................................................................................... N/A Auxiliary Transmission (352) ........................................................................................................... NO AUXILIARY TRANSMISSION Low Gear Ratio ........................................................................................................................................................................ N/A High Gear Ratio ....................................................................................................................................................................... N/A Transfer Case (373)......................................................................................................................................... NO TRANSFER CASE Low Gear Ratio ........................................................................................................................................................................ N/A High Gear Ratio ....................................................................................................................................................................... N/A Rear Axle (420) ................................................................................................ RS-21-160 21,000# R-SERIES SINGLE REAR AXLE Number of Speeds ....................................................................................................................................................................... 1 Rear Axle Gear Ratio(s) ..........................................................................................................................6.43 REAR AXLE RATIO Rear Tires (094) ....................................................................... MICHELIN X WORKS Z 315/80R22.5 20 PLY RADIAL REAR TIRES Revolutions per Mile ................................................................................................................................................................ 485 TABLE SUMMARY - OPERATING RANGE Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 19 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 20 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com DIMENSIONS VEHICLE SPECIFICATIONS SUMMARY - DIMENSIONS Model ....................................................................................................................................................................................... M2106 Wheelbase (545) .......................................................................................................................... 4800MM (189 INCH) WHEELBASE Rear Frame Overhang (552) .................................................................................. 2550MM (100 INCH) REAR FRAME OVERHANG Fifth Wheel (578) ................................................................................................................................................... NO FIFTH WHEEL Mounting Location (577) ............................................................................................................... NO FIFTH WHEEL LOCATION Maximum Forward Position (in) .................................................................................................................................................... 0 Maximum Rearward Position (in) ................................................................................................................................................. 0 Amount of Slide Travel (in) ........................................................................................................................................................... 0 Slide Increment (in) ...................................................................................................................................................................... 0 Desired Slide Position (in) ......................................................................................................................................................... 0.0 Cab Size (829)................................................................................ 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper (682) ................................................................................................................................ NO SLEEPER BOX/SLEEPERCAB Exhaust System (016) ........ RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH HORIZONTAL TAILPIPE TABLE SUMMARY - DIMENSIONS Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 21 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 22 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com GVWR VEHICLE SPECIFICATIONS SUMMARY - GVWR Model ....................................................................................................................................................................................... M2106 Cab Size (829)................................................................................ 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Expected Front Axle(s) Load (lbs) ........................................................................................................................................... 14600.0 Expected Pusher Axle(s) Load (lbs) ................................................................................................................................................ 0.0 Expected Rear Axle(s) Load (lbs) ........................................................................................................................................... 21000.0 Expected Tag Axle(s) Load (lbs) ..................................................................................................................................................... 0.0 Expected GVW (lbs) .................................................................................................................................................................. 35600 Expected GCW (lbs) ............................................................................................................................................................... 45000.0 Front Axle (400) .................................................... DETROIT DA-F-14.7-3 14,700# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE Front Suspension (620) ................................................................................................14,600# TAPERLEAF FRONT SUSPENSION Front Hubs (418) ..................................................................................... CONMET PRESET PLUS PREMIUM IRON FRONT HUBS Front Disc Wheels (502) ............ ACCURIDE 29039 22.5X9.00 10-HUB PILOT 5.25 INSET 5-HAND STEEL DISC FRONT WHEELS Front Tires (093) ................................................................ MICHELIN XZA2 ENERGY 315/80R22.5 20 PLY RADIAL FRONT TIRES Front Brakes (402) ......... MERITOR 16.5X5 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Steering Gear (536) ....................................................................................................................... TRW TAS-85 POWER STEERING Rear Axle (420) ................................................................................................ RS-21-160 21,000# R-SERIES SINGLE REAR AXLE Rear Suspension (622) ....... 23,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING REAR SUSPENSION WITH LEAF SPRING HELPER Rear Hubs (450) ......................................................................................... CONMET PRESET PLUS PREMIUM IRON REAR HUBS Rear Disc Wheels (505) .................................. ACCURIDE 29300 22.5X9.00 10-HUB PILOT 5-HAND STEEL DISC REAR WHEELS Rear Tires (094) ....................................................................... MICHELIN X WORKS Z 315/80R22.5 20 PLY RADIAL REAR TIRES Rear Brakes (423) ............ MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Pusher / Tag Axle (443) ......................................................................................................................... NO PUSHER OR TAG AXLE Pusher / Tag Suspension (626) ............................................................................................... NO PUSHER OR TAG SUSPENSION Pusher / Tag Hubs (449)........................................................................................................................ NO PUSHER OR TAG HUBS Pusher/Tag Disc Wheels (509) ...................................................................................................... NO PUSHER/TAG DISC WHEELS Pusher / Tag Tires (095) ............................................................................................................................. NO PUSHER/TAG TIRES Pusher / Tag Brakes (456) ...................................................................................................................... NO PUSHER/TAG BRAKES TABLE SUMMARY - GVWR Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 23 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 24 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com TRUCK WEIGHT VEHICLE SPECIFICATIONS SUMMARY - TRUCK WEIGHT Model ....................................................................................................................................................................................... M2106 Cab Size (829)................................................................................ 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Expected Front Axle(s) Load (lbs) ........................................................................................................................................... 14600.0 Expected Pusher Axle(s) Load (lbs) ................................................................................................................................................ 0.0 Expected Rear Axle(s) Load (lbs) ........................................................................................................................................... 21000.0 Expected Tag Axle(s) Load (lbs) ..................................................................................................................................................... 0.0 Expected GVW (lbs) .................................................................................................................................................................. 35600 Expected GCW (lbs) ............................................................................................................................................................... 45000.0 Wheelbase (545) .......................................................................................................................... 4800MM (189 INCH) WHEELBASE Pusher / Tag Axle (443) ......................................................................................................................... NO PUSHER OR TAG AXLE Front Axle to Back of Cab (in) ................................................................................................................................................... 65.551 Cab to Body Clearance (in) ............................................................................................................................................................. 3.0 Front Axle to Body (in) .............................................................................................................................................................. 68.551 Truck Configuration (AA3) .......................................................................... FLATBED/PLATFORM BODY WITH LIFT/PULL DEVICE Body Length (ft) ...................................................................................................................................................................... 18.0 Body Weight (lbs) ..................................................................................................................................................................... 0.0 Body Horiz CG from Body Front (ft) ........................................................................................................................................ 10.0 Body Front to Rear Axle(s) CL (ft) ......................................................................................................................................... 10.04 Driver Weight (lbs) ...................................................................................................................................................................... 500.0 Driver Horizontal CG from Front Axle (in) .................................................................................................................................. 46.302 Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 25 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com Left-Hand Fuel Tank (204) ......................................42 GALLON/159 LITER SHORT RECTANGULAR ALUMINUM FUEL TANK - LH Left Fuel Tank Horizontal CG (in) ........................................................................................................................................ 44.389 Right-Hand Fuel Tank (206) ................................................................................................................................ NO RH FUEL TANK Right Fuel Tank Horizontal CG (in) .............................................................................................................................................. 0 TABLE SUMMARY - TRUCK WEIGHT Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 26 of 27 Prepared for: Prepared by: Casey Pratt Tom Standard Terex Utilities FREIGHTLINER OF AUSTIN 142 Gembler Rd 1701 SMITH ROAD San Antonio, TX 78219 AUSTIN, TX 78721 Phone: 605-520-9073 Phone: 512-389-0000 E-Mail: tstandard@ftl1.com FRAME RBM VEHICLE SPECIFICATIONS SUMMARY - FRAME RBM Wheelbase (545) .......................................................................................................................... 4800MM (189 INCH) WHEELBASE Frame Rails (546) ....................... 7/16X3-9/16X11-1/8 INCH STEEL FRAME (11.11MMX282.6MM/0.437X11.13 INCH) 120KSI(546) Yield Strength (psi) ............................................................................................................................................................ 120000 Section Modulus (per rail) (cu in) ............................................................................................................................................ 21.6 RBM (per rail) (lbf-in) ....................................................................................................................................................... 2592000 Inner Frame Reinforcement (547) .......................................................................................... NO INNER FRAME REINFORCEMENT Outer Frame Reinforcement (548) ....................................................................................... NO OUTER FRAME REINFORCEMENT TABLE SUMMARY - FRAME RBM Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 9.2.509 10/09/2017 12:49 PM Data Version PRL-16M.023 Terex-Denton Page 27 of 27 DME Distribution 1701Spencer Rd., Denton, TX 76205(940) 349-7669 MEMORANDUM DATE:December 21, 2017 TO:Terry Kader FROM:Rowdy Patterson SUBJECT:Vehicle Replacement Justification ED0073, Altec Boom Tip Digger Derrick with Linebodybin package, was scheduled for replacement in FY 16-17. As you know,we have gone back and forth about the issues we are experiencing with several of our other Altec Digger Derrick units trying to make a decision of whether or not to stay with Altecas a single source on these units. The successeswe have had in the past with our Altec Bucket Trucks versus the Terex Bucket Trucks makes this decision very tough. In good faith, we have allowed Altec to try and address these issues before we decided which vendor we would utilize for this replacement vehicle. Altec hopes their latest solution will fix the issues but we do not wish to push this replacement another six months for this evaluation. I understand that the Terex unit is 3.1% more than the Altec unit and I am confident that there is enough maintenance evidence in your files to support DME’s request to put a Terex Digger Derrick into our fleet. This will give us an opportunity to compare the units to determine which one is the better option for DME, just as we did several years ago when deciding to go with Altec Bucket Trucks. If you need any further information please let me know. OUR CORE VALUES IntegrityFiscal Responsibility TransparencyOutstanding Customer Service City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-042,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDentonauthorizingtheCityManagerorhisdesigneeto executeacontractforthepurchaseofone(1)JohnDeereModel245GHydraulicExcavatorfortheCityof DentonDrainageDepartmentasawardedbyBuyBoardCooperativePurchasingNetworkContract#515-16; providingfortheexpenditureoffundstherefor;andprovidinganeffectivedate(File6684-awardedtoRDO Equipment Company in the not-to-exceed amount of $215,236.57). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2017 SUBJECT Consider adoption of an ordinance of the City of Denton authorizing the City Manager or his designee to execute a contract for the purchase of one (1) John Deere Model 245G Hydraulic Excavator for the City of Denton Drainage Department as awarded by Buy Board Cooperative Purchasing Network Contract# 515- 16; providing for the expenditure of funds therefor; and providing an effective date (File 6684-awardedto RDO Equipment Company in the not-to-exceed amount of $215,236.57). BACKGROUND This item is for the purchase of one (1) hydraulic excavator for the Drainage Department. The hydraulic excavator is a fleet replacement that was approved as part of the 2017-2018 Fiscal Year budget. The hydraulic excavator will be replacing a 2008 model that has accrued over $108,000 in LTD (lifetime to date) maintenance costs. The 2008 model excavator will be auctioned after delivery of the new unit. Fleet staff obtained three (3) Cooperative Purchasing Contract quotes through the State of Texas Buy Board from prospective suppliers of hydraulic excavators (Exhibit 2). Pricing obtained through the Buy Board Cooperative Purchasing Network has been competitively bid and meets the statutory requirements of Texas Local Government Code 271.102. Fleet Services is recommending the purchase of a John Deere model 245G excavator quoted by RDO Equipment Company, Buy Board Contract# 515-16. This excavator is deemed to be the best value for the department due to the specified breakout force and swing characteristics. Although the John Deere model is not the lowest cost, it has the highest published breakout force of all of and along with swing chara (Exhibit 3). The John Deere quote also includes a comprehensive 5 year/5,000 hour ($200 deductible) manufacturer warranty. PRINCIPAL PLACE OF BUSINESS RDO Equipment Company McKinney, TX RECOMMENDATION Award a contract for the purchase of the replacement excavator to RDO Equipment Company, in the amount not to exceed $215,236.57. ESTIMATED SCHEDULE OF PROJECT Delivery of the excavator will occur within 180 to 240 days after receipt of order. FISCAL INFORMATION The excavator will be funded from the Drainage department operating account 655028645.1355.30100. Requisition #137175 has been entered in the Purchasing software system for the hydraulic excavator. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal: 1.1 Manage financial resources in a responsible manner EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Comparison and Quote Exhibit 3: Staff Memo Exhibit 4: Ordinance Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Terry Kader at 940-349-8729 File 6684- Evaluation Sheet for Hydraulic Excavator RDO EquipmentAsco Equipment Co.Holt CAT Vendor Principal Place of BusinessMcKinney, TXEuless, TXFort Worth, TX LƷĻƒvƷǤ ha5ĻƭĭƩźƦƷźƚƓ ƓźƷ /ƚƭƷƚƷğƌ ƓźƷ /ƚƭƷƚƷğƌ ƓźƷ /ƚƭƷƚƷğƌ 11eaExcavator w/attachments$ 215,236.57$ 215,236.57$ 200,305.60$ 200,305.60 $ 241,904.11 $ 241,904.11 2ManufacturerJohn Deere - 245GCase - CX245DCaterpillar - 325FCR 31eaWarranty - 5 Year/5,000 hoursincluded$ 8,590.00 $ 8,590.00 no quote* ƚƷğƌυ ЋЊЎͲЋЌЏ͵ЎАυ ЋЉБͲБВЎ͵ЏЉ υ ЋЍЊͲВЉЍ͵ЊЊ * includes the standard 3 year/3,000 hour warranty Investment Proposal (Quote) RDO Equipment Co. 2902 N Central Expy McKinney TX, 75071 Phone: (214) 856-4899 - Fax: Proposal for:Investment Proposal Date:1/3/2018 CITY OF DENTON - FLEET SERVICESPricing Valid Until:2/3/2018 ACCOUNTS PAYABLEDeal Number:1015730 804 TEXAS STCustomer Account#:8410003 DENTON, TX, 762014299Sales Professional:Justen Phillips DENTONPhone:(972) 438-4699 Fax:(972) 438-6789 Email:JPhillips@rdoequipment.com Comments BuyBoard Contract 515-16 Equipment Information QuantitySerialHoursStatus / Year / Make / ModelCash Price Number(approx.)Additional Items 1TBD0New 2017 JOHN DEERE 245G$298,244.30 Customer Discount BuyBoard Contract 515-16($104,687.64) Warranty -John Deere Comprehensive-60 Months, 5000$0.00 Hours,Deductible: 200 1TBD0Attachment - New 2017 JOHN DEERE EXCCTRL$832.53 1TBD0Attachment - New 2017 JRB 245CPLR$6,792.05 1TBD0Attachment - New 2017 JRB 200HD42$3,975.79 1TBD0Attachment - New 2017 JRB 200D60$2,791.19 1TBD0Attachment - New 2017 JRB Hydraulic Thumb$7,288.35 Equipment Subtotal:$215,236.57 Purchase Order Totals Balance:$215,236.57 Tax Rate 3: (TXEG 0%)$0.00 Sales Tax Total:$0.00 Sub Total:$215,236.57 Cash with Order:$0.00 Balance Due:$215,236.57 D1015730Page 1 of2 Equipment Options QtySerial NumberYear / Make / ModelDescription 1TBD2017 JOHN DEERE 245G05S1FF 245G FT4 EXCAVATOR 1710 JDLINK ULTIMATE 3350 SHOES,800 MM (32 IN) 4130 SEAT - AIR SUSPENSION/HEATED 6835 BOOM, ONE PIECE 7160 ARM ASSY,2.91 M (9FT7IN) 1TBD2017 JOHN DEERE EXCCTRLAT422581 MECH PATTERN CHANGER KIT 1TBD2017 JRB 245CPLR93C0001/KIT PowerLatch Coupler for 245GLC 1TBD2017 JRB 200HD4242" HD Bucket 42" Heavy Duty Bucket with TK Teeth for JD 245GLC 1TBD2017 JRB 200D6060100D 60” Ditch Cleaning Bucket for Deere 245, 1.28cy capacity, 1395 lbs 1TBD2017 JRB Hydraulic ThumbHydraulic Thumb Classic Custom Progressive Link Hydraulic Thumb for 42" Bucket; for JD 245GLC w/ PowerLatch Coupler D1015730Page 2 of2 Fleet Services 804 Texas Street, Denton, TX 76209 (940) 349-7400 MEMORANDUM DATE: 01/03/2018 TO: Terry Kader FROM: Clark Rosendahl, Manager, Water Utilities Field Service, Drainage Division SUBJECT: Vehicle or Equipment Upgrade Justification DR0868 (excavator) is scheduled for replacement in FY 17-18. Drainage desires to upgrade to the John Deere 245G LC over the lower cost Case CX 245D MSR LC for the following reasons. T- - is 3720 lbs greater and the swing circuit is an independent hydraulic system creating an additional 51 gpm. The John Deere is capable of reaching farther, digging with more force and reacting faster when making the unit turn with a loaded bucket of material. OUR CORE VALUES Integrity Fiscal Responsibility Transparency Outstanding Customer Service City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-043,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,TexasapprovinganInterlocalAgreementbetweenthe CityofDentonandtheCityofCarrollton,Texasforinternalauditingservices;providingforanhourlyratefor services; authorizing the expenditure of funds therefor; and providing an effective date (File 6648). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City Hall City of Denton 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance of the City of Denton, Texas approving an Interlocal Agreement between the City of Denton and the City of Carrollton, Texas for internal auditing services; providing for an hourly rate for services; authorizing the expenditure of funds therefor; and providing an effective date (File 6648). FILE INFORMATION Section 791.001 of the Texas Local Government Code, authorizes respective participating governments to enter into agreements for the purchase of goods and services. The attached Agreement is an authorization for the City of Denton to receive internal audit services from the City of Carrollton. The agreement sets forth the following conditions: The City of Carrollton will provide its internal auditor to Denton for one or two days per week at an hourly rate of $90 per hour. The services provided include performing audit services as directed by the City Council, investigating hot line tips as needed, and preparing written findings of the work with the assistance . The initial term of the agreement is through March 31, 2018 and may be renewed for one additional three month term. The agreement may be terminated at any time by either party by giving 30 days advance written notice. The internal auditor from the City of Carrollton will oversee the Professional Services Agreement with Crawford and Associates, P.C. that was approved by City Council on December 5, 2017 (Ordinance 2017- 383). RECOMMENDATION Approve an Interlocal Agreement for internal auditing services with the City of Carrollton, Texas. PRINCIPAL PLACE OF BUSINESS City of Carrollton Carrollton, TX ESTIMATED SCHEDULE This agreement is scheduled for approval by the City of Carrollton City Council on January 9, 2018. The agreement will become effective after execution by both parties. FISCAL INFORMATION This agreement will be funded from the Internal Audit divisional budget of STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal: 1.1 Manage financial resources in a responsible manner EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Ordinance Exhibit 3: Interlocal Agreement with Carrollton Respectfully submitted: Karen Smith, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Antonio Puente at 940-349-7283, Director of Finance City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-044,Version:1 AGENDA CAPTION Consideradoptionofanordinanceacceptingcompetitivebidsandawardingacontractforthesupplyof ElectricUtilityPVCConduit,FittingsandAccessoriesforDentonMunicipalElectrictobestockedintheCity ofDentonDistributionCenter;providingfortheexpenditureoffundstherefor;andprovidinganeffectivedate (IFB6558-awardedtothelowestresponsivebiddermeetingspecification,Techline,Inc.inthethree(3)year not-to-exceed amount of $1,800,000). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance accepting competitive bids and awarding a contract for the supply of Electric Utility PVC Conduit, Fittings and Accessories for Denton Municipal Electric to be stocked in the City of Denton Distribution Center; providing for the expenditure of funds therefor; and providing an effective date (IFB 6558-awarded to the lowest responsive bidder meeting specification, Techline, Inc. in the three (3) year not-to-exceed amount of $1,800,000). FILE INFORMATION This bid is for PVC Conduit, Fittings and Accessories that are used by Denton Municipal Electric for installation of underground facilities. Conduit is used to facilitate installation of underground primary, secondary, and communication cables. Conduit use enables cost effective cable installation, maintenance, and easier replacement when that is needed due to cable damage or failure. The Distribution Center orders goods in coordination with DME for specific projects under construction. The items are temporarily stored in the Distribution Center until they are needed on the jobsite and then transferred to DME through an inventory management system. The items are ordered as needed, taking into account the contracted lead time and the need by date by the using department. The need by date is established by ensuring that citizen, customer, and developer timelines all form the basis of when the construction work must be complete by with an operational City of Denton service; furthermore, it factors in City of Denton construction crew schedules and construction sequencing with job site contractors. Invitation for Bids were sent to 302 prospective suppliers of this item. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Two (2) bids meeting specification were received (Exhibit 2). Techline, Inc. was ranked the highest and determined to be the best value for the City. RECOMMENDATION Award to Techline, Inc. in the three (3) year not-to-exceed amount of $1,800,000. PRINCIPAL PLACE OF BUSINESS Techline, Inc. Fort Worth, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for two (2) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION The items in this bid will be funded out of the Distribution Center working capital account and charged back to the using department. Purchase orders will be issued on an as needed basis. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal: 2.3 Promote superior utility services and City facilities EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Bid Tabluation Exhibit 3: Ordinance Exhibit 4: Contract Respectfully submitted: Karen Smith, 349-7100 Purchasing Manager For information concerning this acquisition, contact: Karen Smith at 349-8436. IFB 6558 Evaluation Tabulation Sheet for SUPPLY OF ELECTRIC PVC CONDUIT, FITTINGS AND ACCESSORIES TECHLINE, INCAPFELBAUM INDUSTRIAL, INC Fort Worth, TXEL PASO ,TX EST. ANNUAL Estimated Delivery Estimated Delivery ItemProduct DescriptionUnit PriceUnit Price UOMCOD Item #Extended PriceExtended Price QTYARO (Business Days)ARO (Business Days) SECTION A- ADAPTERS 120EA 28595156ADAPTER, PVC MALE 2.5" SCH40 $ 0.73 $ 14.6015$ 5.91 $ 118.20 14-21 DAYS 210EA 28519073ADAPTER, PVC FEMALE 4" SCH40$ 1.55 $ 15.5015$ 12.81 $ 128.10 14-21 DAYS 310EA 28519072ADAPTER, PVC FEMALE 6" SCH40$ 5.13 $ 51.3015$ 42.08 $ 420.80 14-21 DAYS 480EA 28595150ADAPTER, PVC MALE 2" SCH 40 +$ 0.34 $ 27.2015$ 3.48 $ 278.40 14-21 DAYS 540EA 28595155ADAPTER, PVC MALE 4" SCH 40 +$ 1.81 $ 72.4015$ 14.86 $ 594.40 14-21 DAYS 28595161ADAPTER, PVC MALE 6" SCH40 +$ 4.29 $ 128.70 15$ 35.18 $ 1,055.40 14-21 DAYS 630EA SECTION B- CONDUIT 7600JT 28519200CONDUIT, PVC SCH 40, 1"X10' +$ 2.95 $ 1,770.0015$ 10.08 $ 6,048.00 14-21 DAYS 83,000JT 28519240CONDUIT, PVC SCH 40, 2"X20' +$ 12.53$ 37,590.00 15$ 1.92 $ 5,760.00 14-21 DAYS 93,000JT 28519246CONDUIT,PVC SCH 40,2 1/2"X10'+$ 9.85 $ 29,550.00 15$ 12.26 $ 36,780.00 14-21 DAYS 103,000JT 28519260CONDUIT,PVC SCH40,2 1/2 X 20'+$ 19.70$ 59,100.00 15$ 19.70$ 59,100.00 113,400JT 28519280CONDUIT, PVC SCH 40, 4"X 20' +$ 33.20$ 112,880.0015$ 33.20$ 112,880.00 125,000JT 28519350CONDUIT, PVC SCH 40 6"X20' +$ 61.57$ 307,850.0015$ 5.27 $ 26,350.00 14-21 DAYS 1315JT 28519286CONDUIT, PVC SCH 80, 2"X10' +$ 9.55 $ 143.25 15$ 27.68 $ 415.20 14-21 DAYS 1440JT 28519288CONDUIT,PVC SCH80,2 1/2"X 10'+$ 14.20$ 568.00 15$ 14.20$ 568.00 28519287CONDUIT, PVC SCH 80, 4"X 10' +$ 26.25$ 131.25 15$ 26.25$ 131.25 155JT SECTION C- COUPLINGS AND COLLARS 16500EA 28519000COUPLING,COLLAR PVC 1" SCH-40+$ 0.125$ 62.5015$ 1.00 $ 500.00 14-21 DAYS 17800EA 28519020COUPLING, COLLAR PVC 2" TC-6 +$ 2.75 $ 2,200.0015$ 21.72 $ 17,376.00 14-21 DAYS 181,400EA 28519040COUPLING,COLLAR PVC 2 1/2" +$ 0.525$ 735.00 15$ 4.25 $ 5,950.00 14-21 DAYS 19650EA 28519060COUPLING, COLLAR PVC 4" TC-6 +$ 3.42 $ 2,223.0015$ 32.70 $ 21,255.00 14-21 DAYS 20200EA 28519064COUPLING, COLLAR PVC 6" TC-6 +$ 8.26 $ 1,652.0015$ 8.26 $ 1,652.00 215EA 28519004COUPLING,SPLIT SLEEVE 2"X6"$ 3.75 $ 18.7515$ 43.97 $ 219.85 14-21 DAYS 225EA 28519003COUPLING,SPLIT SLEEVE 2.5"X7"$ 4.27 $ 21.3515$ 38.56 $ 192.80 14-21 DAYS 235EA 28519001COUPLING, SPLIT SLEEVE 4"X8"$ 5.78 $ 28.9015$ 53.14 $ 265.70 14-21 DAYS 245EA 28519002COUPLING, SPLIT SLEEVE 6"X10"$ 14.02$ 70.1015$ 14.02$ 70.10 2560EA 28519070COLLAR SLIP / COUPLING PVC 4"+$ 2.98 $ 178.80 15$ 57.38 $ 3,442.80 14-21 DAYS 28519076COLLAR SLIP / COUPLING PVC 6"+$ 5.25 $ 262.50 15$ 102.28 $ 5,114.00 14-21 DAYS 2650EA SECTION D- ROLL DUCT 2723,000FT 28519302DUCT, 2" SDR-13.5, GRAY (2500'/R;)$ 0.66 $ 15,180.00 20$ 0.66$ 15,180.00 282,000FT 28519303DUCT 2 1/2" SDR-13.5, GRAY (1000'/RL)$ 1.12 $ 2,240.0020$ 1.12$ 2,240.00 296,000FT 28519304DUCT, 4" SDR-13.5, GRAY (625'/RL)$ 2.52 $ 15,120.00 20$ 2.52$ 15,120.00 28519306DUCT, 6", SDR-13.5, GRAY (500'/REEL)$ 5.33 $ 37,310.00 20$ 5.33$ 37,310.00 307,000FT SECTION E- SPLIT DUCT 313JT 28519005DUCT, SPLIT 2"X10' , SCH.40$ 26.30$ 78.9015$ 24.03 $ 72.09 14-21 DAYS 323JT 28519308DUCT, SPLIT 2.5" X10' SCH 40$ 28.40$ 85.2015$ 20.18 $ 60.54 14-21 DAYS 335JT 28519307DUCT, SPLIT - 4"X 10' SCH 40$ 47.35$ 236.75 15$ 28.71 $ 143.55 14-21 DAYS 28519309DUCT, SPLIT 6" X10' SCH 40$ 84.20$ 252.60 15$ 66.15 $ 198.45 14-21 DAYS 343JT SECTION F - ELBOWS 35600EA 28519066ELBOW, PVC 1" X 90 SCH 40 +$ 0.62 $ 372.00 15$ 6.51 $ 3,906.00 14-21 DAYS 28519067ELBOW, PVC 2" X 45 SCH 40 +$ 1.28 $ 256.00 15$ 74.52 $ 14,904.00 14-21 DAYS 36200EA 37150EA 28519068ELBOW, PVC 2" X 90 SCH 40 +$ 1.44 $ 216.00 15$ 15.96 $ 2,394.00 14-21 DAYS 38400EA 28519069ELBOW,PVC 2" X 90 X 36" SCH40+$ 5.11 $ 2,044.0015$ 5.11$ 2,044.00 14-21 DAYS 39300EA 28519100ELBOW, PVC 2 1/2" X 45 SCH 40+$ 2.89 $ 867.00 15$ 30.11 $ 9,033.00 14-21 DAYS 40700EA 28519110ELBOW, PVC 2 1/2" X 90 SCH 40+$ 3.10 $ 2,170.0015$ 28.53 $ 19,971.00 14-21 DAYS 412,100EA 28519120ELBOW, PVC 2 1/2" X 90 X 36" SCH40$ 7.15 $ 15,015.00 15$ 7.15$ 15,015.00 14-21 DAYS 42150EA 28519165ELBOW, PVC 4" X 22 1/2 SCH 40+$ 8.95 $ 1,342.5015$ 26.91 $ 4,036.50 14-21 DAYS 43350EA 28519170ELBOW, PVC 4" X 45 SCH 40 +$ 5.88 $ 2,058.0015$ 81.45 $ 28,507.50 14-21 DAYS 44100EA 28519180ELBOW, PVC 4" X 90 SCH 40 +$ 7.91 $ 791.00 15$ 65.37 $ 6,537.00 14-21 DAYS 45850EA 28519181ELBOW,PVC 4" X 90 X 36" SCH40+$ 11.05$ 9,392.5015$ 184.88 $ 157,148.00 14-21 DAYS 46150EA 28519184ELBOW, PVC 6" X 22 1/2 X 36" +$ 13.03$ 1,954.5015$ 13.03$ 1,954.50 47800EA 28519196ELBOW, PVC, 6" X 90 X 36 SCH 40+$ 27.89$ 22,312.00 15$ 132.04 $ 105,632.00 14-21 DAYS 28519186ELBOW,PVC 6" X 45 SCH 40 +$ 20.25$ 6,075.0015$ 20.25$ 6,075.00 48300EA SECTION G- PLUGS 49 EA 528519289PLUG PVC CONDUIT 2 1 /2" $ 0.94 $ 4.7015$ 0.94$ 4.70 5030EA 28519290PLUG PVC CONDUIT 4" +$ 0.82 $ 24.6015$ 5.97 $ 179.10 14-21 DAYS 28519296PLUG PVC CONDUIT 6" +$ 1.37 $ 68.5015$ 1.37$ 68.50 5150EA SECTION H-TRANSITION COUPLINGS 523EA 28595157PVC TRANSITION COUPLING 2" +$ 8.30 $ 24.9015$ 8.30$ 24.90 533EA 28595158PVC TRANSITION COUPLING 2.5" +$ 10.55$ 31.6515$ 10.55$ 31.65 5415EA 28595159PVC TRANSITION COUPLING 4" +$ 13.28$ 199.20 15$ 13.28$ 199.20 28595162PVC TRANSITION COUPLING 6" +$ 19.50$ 390.00 15$ 19.50$ 390.00 5520EA SECTION I- SPACERS 561,000EA 28519340SPACER, CONDUIT BASE 4"X3" +$ 1.05 $ 1,050.0020$ 1.05$ 1,050.00 571,000EA 28519345SPACER, CONDUIT INTERM 4"X3" +$ 1.05 $ 1,050.0020$ 1.05$ 1,050.00 583,000EA 28519325SPACER, BASE CONDUIT 6" X 3"$ 1.95 $ 5,850.0020$ 1.95$ 5,850.00 28519320SPACER, CONDUIT INTERM 6" X 3"$ 1.95 $ 5,850.0020$ 1.95$ 5,850.00 593,000EA SECTION J- RISERS 605EA 28519505RISER, SLIP METER 2" +$ 17.85$ 89.2520$ 17.85$ 89.25 61550EA 28519510RISER, SLIP METER 2.5" +$ 32.60$ 17,930.00 20$ 32.60$ 17,930.00 28519515RISER, SLIP METER 4" +$ 54.25$ 271.25 20$ 54.25$ 271.25 625EA Total Cost of Products (Annual) $ 725,548.10$ 787,136.68 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 5ƚĭǒƭźŭƓ /źƷǤ /ƚǒƓĭźƌ ƩğƓƭƒźƷƷğƌ /ƚǝĻƩƭŷĻĻƷ CźƌĻ bğƒĻ tǒƩĭŷğƭźƓŭ /ƚƓƷğĭƷ /źƷǤ /ƚǒƓĭźƌ ğƩŭĻƷ 5ğƷĻ /ƚƓƷƩğĭƷ ğƌǒĻ tźŭŭǤ .ğĭƉ hƦƷźƚƓ /ƚƓƷƩğĭƷ 9ǣƦźƩğƷźƚƓ hƩķźƓğƓĭĻ DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND TECHLINE (Contract 6558) THIS CONTRACT is made and entered into this date _______________________, by and between Techline, Inc a corporation, whose address is 5401 Martin St. Fort Worth, Texas 76119 hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or 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 Supplier shall provide products in accordance with the City’s IFB# 6558, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a)Special Terms and Conditions (Exhibit “A”); (b)City of Denton’s IFB 6558 (Exhibit “B” on file at the office of the Purchasing Agent); (c)City of Denton Standard Terms and Conditions (Exhibit “C”); (d)Certificate of Interested Parties Electronic Filing (Exhibit “D”); (e)Supplier’s Proposal. (Exhibit "E"); These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” INDEMNITY THE SUPPLIER REPRESENTS AND WARRANTS TO THE CITY THAT THE INTELLECTUAL PROPERTY SUPPLIED BY CONTRACTOR IN ACCORDANCE WITH THE SPECIFICATIONS IN THE CONTRACT WILL NOT INFRINGE, DIRECTLY OR CONTRIBUTORILY, ANY PATENT, TRADEMARK, COPYRIGHT, TRADE SECRET, OR ANY OTHER INTELLECTUAL PROPERTY RIGHT OF ANY KIND OF ANY THIRD PARTY, AND THAT NO CLAIMS HAVE BEEN MADE BY ANY PERSON OR ENTITY WITH RESPECT TO THE OWNERSHIP OR OPERATION OF THE INTELLECTUAL PROPERTY. MOREOVER, THE CONTRACTOR DOES NOT KNOW OF ANY VALID BASIS FOR ANY SUCH CLAIMS. THE CONTRACTOR SHALL, AT ITS SOLE EXPENSE, DEFEND, INDEMNIFY, AND HOLD THE CITY HARMLESS FROM AND AGAINST ALL LIABILITY, DAMAGES, AND COSTS (INCLUDING COURT COSTS AND REASONABLE FEES OF ATTORNEYS AND OTHER PROFESSIONALS) ARISING OUT OF OR RESULTING FROM ANY CLAIM Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 THAT THE CITY'S EXERCISE OF ITS LICENSE RIGHTS, AND ITS USE OF THE INTELLECTUAL PROPERTY, THE SUBJECT OF THIS CONTRACT, INFRINGES THE INTELLECTUAL PROPERTY RIGHTS OF ANY THIRD PARTY, OR THE BREACH OF ANY OF REPRESENTATIONS OR WARRANTIES STATED IN THE CONTRACT DOCUMENTS. 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. By executing this Agreement below in conformance with Sec. 2270 of the Texas Government Code, the Supplier verifies that the Supplier: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. SUPPLIER BY: ______________________________ AUTHORIZED SIGNATURE Name:______________________________ Title: _______________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER ATTEST: CITY OF DENTON, TEXAS JENNIFER WALTERS, CITY SECRETARY BY: __________________________________ BY: _____________________________ TODD HILEMAN CITY MANAGER APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY BY:_______________________________ Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Exhibit A Special Terms and Conditions 1.The Quantities The quantities indicated on Exhibit E are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 2.Product Changes During Contract Term The supplier shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to purchasing@cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed specifications without notification, and acceptance, will be returned at the supplier’s expense. Products that have been installed will be replaced at the supplier’s expense. 3.Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton, and make available the manufacturer’s representative as needed by the City. 4.Contract Terms The contract term shall be for a one (1) year period. The City and the Supplier shall have the option to renew this contract for an additional two (2) one-year periods. Materials and services undertaken pursuant to this solicitation will be required to commence within fourteen (14) days of delivery of a Notice to Proceed. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date in accordance with the provision of the section titled “price adjustments”, or the section(s) titled “termination” in Exhibit 2. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 5.Price Escalation and De-escalation On Supplier’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment quarterly based on these special terms. The escalation/de- escalation will be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) for other electrical equipment manufacturing (PCU326122326122). The price will be increased or decreased based upon the quarterly percentage change in the PPI. The maximum escalation will not exceed 8% for any individual year. The escalation/de- escalation will be determined quarterly. The Supplier must submit or make available the Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 manufacturers pricing sheet used to calculate the bid proposal, to participate in the escalation/de-escalation clause quarterly, upon the award date. The Supplier’s request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager. The Supplier should provide documentation as a percentage of each cost associated with the unit prices quoted for consideration. If no request is made, then it will be assumed that the current contract price will be in effect. Upon receipt of such request, the City of Denton, at its sole option, reserves the right to either: accept the escalation/de-escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 6.Total Contract Amount The contract total shall not exceed $1,800,000. Pricing shall be per Exhibit E attached. 7.Delivery Lead Time Product or services shall be delivered to the City per the days/weeks noted in Exhibit E after receipt of the order. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Exhibit C City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1.CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2.EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3.CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4.SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5.TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 6.DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, the Contractor’s price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7.RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City has the right to inspect the Contractor’s, or the Contractor’s Subcontractor’s, facilities, or the deliverables at the Contractor’s, or the Contractor’s Subcontractor’s, premises, the Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8.NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9.PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect performance of the Contractor’s obligations under the contract. The Contractor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. The contractor shall, at all times, exercise reasonable precautions for the safety of their employees, City Staff, participants and others on or near the City’s facilities. 10.WORKFORCE A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 C. If the City or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City's prior written consent. Immigration: The Contractor represents and warrants that it shall comply with the requirements of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (“IIRIRA) enacted on September 30, 1996. 11.COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Contractor, it’s Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and liability of every kind arising from the breach of the Contractor’s obligations under this paragraph. Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12.INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B.Proper Invoices must include a unique invoice number, the purchase order or delivery order number and the master agreement number if applicable, the Department’s Name, and the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Contractor’s name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Contractor’s invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 13.PAYMENT: A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty (30) calendar days of the City’s receipt of the deliverables or of the invoice being received in Accounts Payable, whichever is later. B.If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; iv. damage to the property of the City or the City’s agents, employees or contractors, which is not covered by insurance required to be provided by the Contractor; v. reasonable evidence that the Contractor’s obligations will not be completed within the time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The City’s payment obligations are payable only and solely from funds Appropriated and available for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14.TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the term of this contract, the contractor shall bill and the City shall reimburse contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. 15.FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16.SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17.RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18.SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19.WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20.WARRANTY – TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 21.WARRANTY – DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City’s option and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City’s rights under this section. D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate manufacturer’s warranty, the Contractor shall transfer and assign such manufacturer’s warranty to the City. If for any reason the manufacturer’s warranty cannot be fully transferred to the City, the Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer’s warranty for the benefit of the City. 22.WARRANTY – SERVICES: The Contractor warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely notice shall not impair the City’s rights under this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 standard as required by the City, then in addition to any other available remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23.ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non- conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24.RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party’s intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25.STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26.DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in Contractor’s Offer, or in any report or deliverable required to be submitted by the Contractor to the City. 27.TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the City’s reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Contractor’s default, including, without limitation, cost of cover, reasonable attorneys’ fees, court costs, and prejudgment and post- judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the City’s vendor list for three (3) years and any Offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 28.TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 29.FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action. 30.DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31.INDEMNITY: A. Definitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Contractor, the Contractor’s subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non- conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B.THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR’S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32.INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. x. The City reserves the right to review the insurance requirements set forth during the effective period of the Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as the Contractor. xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. xii. The Contractor shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days’ written notice of erosion of the aggregate limits below occurrence limits for all applicable coverage’s indicated within the Contract. xiv. The insurance coverage’s specified in within the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Contractor. B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument. 33.CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse affect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34.NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 to the attention of the Purchasing Manager. 35.RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36.NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any claim that the City’s exercise anywhere in the world of the rights associated with the City’s’ ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Contractor’s breach of any of Contractor’s representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City’s behalf. Further, Contractor agrees that the City’s specifications regarding the deliverables shall in no way diminish Contractor’s warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 37.CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City’s and/or its licensors’ confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, “Confidential Information”). Contractor acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 38.OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 38 shall negate the City’s sole or joint ownership of any such deliverables arising by virtue of the City’s sole or joint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made- for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The Contractor’s obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 37 above. 39.PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified. 40.ADVERTISING: The Contractor shall not advertise or publish, without the City’s prior consent, the fact that the City has entered into the Contract, except to the extent required by law. 41.NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42.GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43.PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44.INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 45.ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. 46.WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47.MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48.INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49.DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator’s fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50.JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51.INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52.HOLIDAYS:The following holidays are observed by the City: New Year’s Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year’s Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53.SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54.NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55.EQUAL OPPORTUNITY A.Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 discriminatory employment practice. No person shall, on the grounds of race, sex, sexual orientation, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B.Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph – i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 respondent. 59.PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 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 Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1.Final negotiated contract 2.RFP/Bid documents 3.City’s standard terms and conditions 4.Purchase order 5.Supplier terms and conditions Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Exhibit D Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish an original notarized Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1.Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2.Register utilizing the tutorial provided by the State 3.Print a copy of the completed Form 1295 4.Enter the Certificate Number on page 2 of this contract. 5.Sign and notarize the Form 1295 6.Email the notarized form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Contract 6558 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 EXHIBIT E 6558 Pricing Sheet for SUPPLY OF ELECTRIC PVC CONDUIT, FITTINGS AND ACCESSORIES TECHLINE, INC Fort Worth, TX EST. ANNUAL COD Item Estimated Delivery Product DescriptionUnit Price UOMDescription 2 Bid Item QTY#ARO (Business Days) SECTION A- ADAPTERS 28595156ADAPTER, PVC MALE 2.5" SCH40 CANTEX # 5140109 / HRTG 610036$ 0.7315 120EA 28519073ADAPTER, PVC FEMALE 4" SCH40CANTEX # 5140052 / HRTG 610024$ 1.5515 210EA 28519072ADAPTER, PVC FEMALE 6" SCH40CANTEX # 5140054 / HRTG 610026$ 5.1315 310EA 28595150ADAPTER, PVC MALE 2" SCH 40 +CANTEX # 5140108 /HRTG 610035$ 0.3415 480EA 28595155ADAPTER, PVC MALE 4" SCH 40 +CANTEX # 5140112 / HRTG 610035$ 1.8115 540EA 28595161ADAPTER, PVC MALE 6" SCH40 +CANTEX # 5140114 / HRTG 610039$ 4.2915 630EA SECTION B- CONDUIT 28519200CONDUIT, PVC SCH 40, 1"X10' +CANTEX # A52BA12 / HRTG 51101$ 2.9515 7600JT 28519240CONDUIT, PVC SCH 40, 2"X20' +CANTEX # A52CA42 / HRTG 51202$ 12.5315 83,000JT 28519246CONDUIT,PVC SCH 40,2 1/2"X10'+CANTEX # A52CE12 / HRTG 51251$ 9.8515 93,000JT 28519260CONDUIT,PVC SCH40,2 1/2 X 20'+CANTEX # A52CAE42 /HRTG 51252$ 19.7015 103,000JT 28519280CONDUIT, PVC SCH 40, 4"X 20' +CANTEX # A53EA42 / HRTG 51402$ 33.2015 113,400JT 28519350CONDUIT, PVC SCH 40 6"X20' +CANTEX # A52GA42 / HRTG 58602$ 61.5715 125,000JT 28519286CONDUIT, PVC SCH 80, 2"X10' +CANTEX # A53CA12 / HRTG 58201$ 9.5515 1315JT 28519288CONDUIT,PVC SCH80,2 1/2"X 10'+CANTEX # A53CE12 / HRTG 58251$ 14.2015 1440JT 28519287CONDUIT, PVC SCH 80, 4"X 10' +CANTEX # A53EA12 / HRTG 58401$ 26.2515 155JT SECTION C- COUPLINGS AND COLLARS 28519000COUPLING,COLLAR PVC 1" SCH-40+CANTEX # 6141625/ HRTG 610002$ 0.12515 16500EA 28519020COUPLING, COLLAR PVC 2" TC-6 +CANTEX# 6121628 / HRTG# 650003$ 2.7515 17800EA 28519040COUPLING,COLLAR PVC 2 1/2" +CNTX 6141629/HRTG 610006 SCH40$ 0.52515 181,400EA 28519060COUPLING, COLLAR PVC 4" TC-6 +CANTEX# 6121632 /HRTG 650005$ 3.4215 19650EA 28519064COUPLING, COLLAR PVC 6" TC-6 +CANTEX# 6121634 / HRTG 650007$ 8.2615 20200EA 28519004COUPLING,SPLIT SLEEVE 2"X6"CARLON E200KS7 /HRTG E200JS6, SCH. 40$ 3.7515 215EA 28519003COUPLING,SPLIT SLEEVE 2.5"X7"CARLON E200KS7 /HRTG E200KS7, SCH. 40$ 4.2715 225EA 28519001COUPLING, SPLIT SLEEVE 4"X8"CARLON#E200NS8/ HRTG E200NS8, SCH. 40$ 5.7815 235EA 28519002COUPLING, SPLIT SLEEVE 6"X10"CARLON#E200RS1/HRTG E200RS1, SCH. 40$ 14.0215 245EA 28519070COLLAR SLIP / COUPLING PVC 4"+CANTEX # 6121626 /HRTG 650013$ 2.9815 2560EA 28519076COLLAR SLIP / COUPLING PVC 6"+CANTEX # 6121635 / HRTG 650015$ 5.2515 2650EA SECTION D- ROLL DUCT 28519302DUCT, 2" SDR-13.5, GRAY (2500'/R;)PETROFLEX NA# P200 $ 0.6620 2723,000FT 28519303DUCT 2 1/2" SDR-13.5, GRAY (1000'/RL)PETROFLEX NA# P250$ 1.1220 282,000FT 28519304DUCT, 4" SDR-13.5, GRAY (625'/RL)PETROFLEX NA# P400$ 2.5220 296,000FT 28519306DUCT, 6", SDR-13.5, GRAY (500'/REEL)PETROFLEX NA# P600 $ 5.3320 307,000FT SECTION E- SPLIT DUCT 28519005DUCT, SPLIT 2"X10' , SCH.40CARLON, 49011SD-010 (10'/JT)$ 26.3015 313JT 28519308DUCT, SPLIT 2.5" X10' SCH 40CARLON 49012SD-010 (10'/JT)$ 28.4015 323JT 28519307DUCT, SPLIT - 4"X 10' SCH 40CARLON 49015SD - 010 (10'/JT)$ 47.3515 335JT 28519309DUCT, SPLIT 6" X10' SCH 40CARLON 49017SD-010 (10'/JT)$ 84.2015 343JT SECTION F - ELBOWS 28519066ELBOW, PVC 1" X 90 SCH 40 +HRTG 611058 W/ BELL END$ 0.6215 35600EA 28519067ELBOW, PVC 2" X 45 SCH 40 +HRTG 611074 W/BELLED END$ 1.2815 36200EA 28519068ELBOW, PVC 2" X 90 SCH 40 +HERITAGE 611061 W/ BELLED END$ 1.4415 37150EA 28519069ELBOW,PVC 2" X 90 X 36" SCH40+HERITAGE 611140 W/BELLED END$ 5.1115 38400EA 28519100ELBOW, PVC 2 1/2" X 45 SCH 40+HERITAGE 611075 W/ BELLED END$ 2.8915 39300EA 28519110ELBOW, PVC 2 1/2" X 90 SCH 40+HERITAGE 611062 W/ BELLED END$ 3.1015 40700EA 28519120ELBOW, PVC 2 1/2" X 90 X 36" SCH40HRTG 611141 W/BELLED END SCH40$ 7.1515 412,100EA 28519165ELBOW, PVC 4" X 22 1/2 SCH 40+HERITAGE 611105 W/ BELLED END$ 8.9515 42150EA 28519170ELBOW, PVC 4" X 45 SCH 40 +HERITAGE 611078 W/ BELLED END$ 5.8815 43350EA 28519180ELBOW, PVC 4" X 90 SCH 40 +HERITAGE 611065 W/ BELLED END$ 7.9115 44100EA 28519181ELBOW,PVC 4" X 90 X 36" SCH40+HERITAGE 611144 W/ BELLED END$ 11.0515 45850EA 28519184ELBOW, PVC 6" X 22 1/2 X 36" +HRTG 611299 W/BELLED END SCH40$ 13.0315 46150EA 28519196ELBOW, PVC, 6" X 90 X 36 SCH 40+HRTG 611146 or 611146 W/BELLED$ 27.8915 47800EA 28519186ELBOW,PVC 6" X 45 SCH 40 +HRTG 611080 W/BELLED END$ 20.2515 48300EA SECTION G- PLUGS 49528519289PLUG PVC CONDUIT 2 1 /2" CANTEX # 5315259 / HRTG 925132$ 0.9415 EA 28519290PLUG PVC CONDUIT 4" +CANTEX # 5315252 / HRTG 102726$ 0.8215 5030EA 28519296PLUG PVC CONDUIT 6" +CANTEX # 5315254 / HRTG 690074$ 1.3715 5150EA SECTION H-TRANSITION COUPLINGS 28595157PVC TRANSITION COUPLING 2" +PETROFLEX EL200 E-LOCK ONLY$ 8.3015 523EA 28595158PVC TRANSITION COUPLING 2.5" +PETROFLEX EL-287 E-LOCK ONLY$ 10.5515 533EA 28595159PVC TRANSITION COUPLING 4" +PETROFLEX EL-400 E-LOCK ONLY$ 13.2815 5415EA 28595162PVC TRANSITION COUPLING 6" +PETROFLEX EL-600 E-LOCK ONLY$ 19.5015 5520EA SECTION I- SPACERS 28519340SPACER, CONDUIT BASE 4"X3" +CARLON S288NLN (60/CA)$ 1.0520 561,000EA 28519345SPACER, CONDUIT INTERM 4"X3" +CARLON S289NLN (50/BX)$ 1.0520 571,000EA 28519325SPACER, BASE CONDUIT 6" X 3"CARLON S288RLN ONLY$ 1.9520 583,000EA 28519320SPACER, CONDUIT INTERM 6" X 3"CARLON # S289RLN ONLY (30/CA)$ 1.9520 593,000EA SECTION J- RISERS 28519505RISER, SLIP METER 2" +CARLON E954JXX, CANTEX 5144028$ 17.8520 605EA 28519510RISER, SLIP METER 2.5" +CARLON E954KXX (10/BX)$ 32.6020 61550EA 28519515RISER, SLIP METER 4" +CARLON E954NXX (5/BX)$ 54.2520 625EA DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Exhibit House Bill 89 - Government Code 2270 VERIFICATION I, _______________________________________________, the undersigned representative of ______________________________Company or Business name (hereafter referred to as company), being an adult over the age of eighteen (18) years of age, verify that the company named-above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above-named Company, business or individual with City of Denton. Pursuant to Section 2270.001, Texas Government Code: 1. with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. -profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. ___________________________________ Name of Company Representative (Print) ________________________________ Signature of Company Representative _________________________________ Date DocuSign Envelope ID: 66724D0A-4F1E-4836-BBEA-60DFEAD1B598 Exhibit Senate Bill 252 -Government Code 2252 CERTIFICATION I, ______________________________________________, the undersigned representative of ________________________________________________ (Company or business name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Management Department. ___________________________________ Name of Company Representative (Print) ________________________________ Signature of Company Representative _________________________________ Date Certificate Of Completion Envelope Id: 66724D0A4F1E4836BBEA60DFEAD1B598Status: Sent Subject: Please DocuSign: 6558 - Contract for Electric PVC - Techline Source Envelope: Document Pages: 36Signatures: 4Envelope Originator: Certificate Pages: 6Initials: 0Rebecca Hunter AutoNav: Enabled901B Texas Street EnvelopeId Stamping: EnabledDenton, TX 76209 Time Zone: (UTC-08:00) Pacific Time (US & Canada)rebecca.hunter@cityofdenton.com IP Address: 129.120.6.150 Record Tracking Status: OriginalHolder: Rebecca HunterLocation: DocuSign 1/4/2018 12:12:00 PM rebecca.hunter@cityofdenton.com Signer EventsSignatureTimestamp Rebecca HunterSent: 1/4/2018 12:36:01 PM Completed rebecca.hunter@cityofdenton.comViewed: 1/4/2018 12:36:07 PM Assistant Purchasing ManagerSigned: 1/4/2018 12:38:24 PM Using IP Address: 129.120.6.150 City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Nathan ChanSent: 1/4/2018 12:38:27 PM nchan@techline-inc.comViewed: 1/4/2018 12:38:57 PM Inside SalesSigned: 1/4/2018 12:40:48 PM Techline, Inc. Using IP Address: 107.77.200.195 Security Level: Email, Account Authentication Signed using mobile (None) Electronic Record and Signature Disclosure: Accepted: 1/4/2018 12:38:57 PM ID: 29aa1528-a9d9-4aa6-8896-75d64461ecfe Jennifer DeCurtisSent: 1/4/2018 12:40:52 PM jennifer.decurtis@cityofdenton.comViewed: 1/4/2018 12:41:29 PM Deputy City AttorneySigned: 1/4/2018 12:41:31 PM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Julia WinkleySent: 1/4/2018 12:41:33 PM julia.winkley@cityofdenton.com Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Todd Hileman todd.hileman@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Signer EventsSignatureTimestamp Accepted: 7/25/2017 9:02:14 AM ID: 57619fbf-2aec-4b1f-805d-6bd7d9966f21 Jennifer Walters jennifer.walters@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Michael StoneSent: 1/4/2018 12:38:27 PM michael.stone@techline-inc.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Julia WinkleySent: 1/4/2018 12:40:50 PM julia.winkley@cityofdenton.com Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Sherri ThurmanSent: 1/4/2018 12:40:51 PM sherri.thurman@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Robin Fox Robin.fox@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy EventsStatusTimestamp Jennifer Bridges jennifer.bridges@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Laura Hermosillo laura.hermosillo@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Notary EventsSignatureTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted1/4/2018 12:41:33 PM Payment EventsStatusTimestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: purchasing@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: •I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and •I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and •Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you. City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-050,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,Texasprovidingfor,authorizing,andapprovingthree (3)yearsoftwaremaintenanceforcontinuedvendorsupportfortheKronosIncorporatedAutomated TimekeepingandAttendanceSoftwaresystemfortheCityofDenton,whichisessentialtoensureavailability ofupgrades,softwarefixes,andaccesstoknowledgeandsupportresources.KronosIncorporatedisthesole- sourcevendorforcontinuedupgrade,supportandmaintenanceforKronossoftwareandhardware.Therefore thissystemisavailablefromonlyonesourceandinaccordancewithTexasLocalGovernmentCode252.022, providesthatprocurementofcommoditiesandservicesthatareavailablefromonesourceareexemptfrom competitivebidding;andifover$50,000shallbeawardedbythegoverningbody;andprovidinganeffective date (File 5565-awarded to Kronos Incorporated in the three (3) year not-to-exceed amount of $400,000). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com ________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance of the City of Denton, Texas providing for, authorizing, and approving three (3) year software maintenance for continued vendor support for the Kronos Incorporated Automated Timekeeping and Attendance Software system for the City of Denton, which is essential to ensure availability of upgrades, software fixes, and access to knowledge and support resources. Kronos Incorporated is the sole-source vendor for continued upgrade, support and maintenance for Kronos software and hardware. Therefore this system is available from only one source and in accordance with Texas Local Government Code 252.022, provides that procurement of commodities and services that are available from one source are exempt from competitive bidding; and if over $50,000 shall be awarded by the governing body; and providing an effective date (File 5565- awarded to Kronos Incorporated in the three (3) year not- to-exceed amount of $400,000). BACKGROUND The City of Denton uses the Kronos Automated Timekeeping and Attendance Software system to keep track of city staff to timekeeping, automation of leave requests, automation of leave accruals, automation of Family and Medical Leave Act (FMLA) leave, employee access to individual time and leave at work, or remotely, audit trail of time approvals by employee and supervisor, and ensuring overtime approval by supervisors. It is essential for the City of Denton to keep current maintenance with the software vendor in order to ensure availability of upgrades, software fixes, and access to knowledge and support resources. The Technology Services department could not identify any local vendors that could provide software maintenance for this application. Therefore, procuring this maintenance from the above vendor is the best value for the City of Denton (Exhibit 2-Quote). The City issued a request for proposal (RFP) in 2014 to identify software solutions for time keeping. Staff did extensive evaluations and presentations and recommended Kronos Incorporated to the City Council. The City Council awarded a contract to Kronos on October 4, 2014 for $850,000. The original RFP included the purchase, implementation and maintenance of the software for three years. Kronos Incorporated is the sole-source vendor for continued upgrade, support, and maintenance for this Automated Timekeeping and Attendance Software system (Exhibit 3). Section 252.022 of the Local Government Code provides that procurement of sole source commodities and services are exempt from competitive bidding, if over $50,000, shall be awarded by the governing body. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On October 28, 2014, the Audit/Finance Committee recommended the approval (3-0) of a contract with Kronos Incorporated for the implementation of an automated timekeeping system. On November 4, 2014, RFP 5565 was awarded to Kronos Incorporated in the three (3) year not-to-exceed amount of $850,000). RECOMMENDATION Staff recommends awarding to Kronos Incorporated for Automated Timekeeping and Attendance software, maintenance and purchase of licenses in a three (3) year amount not-to-exceed amount of $400,000. This dollar amount includes a contingency for additional licenses or training that may be needed during the three (3) year period. PRINCIPAL PLACE OF BUSINESS Kronos Incorporated Chelmsford, MA ESTIMATED SCHEDULE OF PROJECT February 17, 2018 through February 18, 2021. FISCAL INFORMATION Funding is available in the Technology Services operating account 830400.7804 for Fiscal Year 2017-18. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Public Infrastructure Related Goal: 1.5 Utilize technology to enhance efficiency and productivity EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Renewal Quote Exhibit 3: Sole Source Letter Exhibit 4: Ordinance Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Melissa Kraft, 349-7823. Support Services Quote Page 1 of 5 Subscription Quote Type: CITY OF DENTON Customer: 6121498 Solution ID: Net 30 Days1194280 S16-OCT-17 Payment Terms:Contract #: USD29-NOV-2017 Currency:Date: Customer PO Number:Prepared by:Donna Peterson / US Subscription CITY OF DENTONCITY OF DENTON Bill To:Ship To: 215 E. MCKINNEY ST215 E. MCKINNEY ST DENTON TX 76201DENTON TX 76201 UNITED STATESUNITED STATES Contact:STEPHANIEPADGETT accountspayable@cityofdenton.com Email: CONTRACT SUMMARY Contract Period: 14-FEB-2018 - 30-SEP-2018 DescriptionSupport ServicesEstimated TaxSubtotal Software Support Services 110,440.740.00110,440.74 Educational Services 0.000.000.00 Total110,440.740.00110,440.74 Annualized Contract Value: 178,650.70 The Annualized Contract Value is the value of the contract if all services are priced for 365 days. The Annualized Contract Value does not include estimated tax. Please note that this quote may include services priced for prorated periods. IMPORTANT NOTES Support Services are subject to applicable taxes. The tax amount shown on this quote is only an estimate. The actual tax due will be reflected on the invoice. KRONOS INCORPORATED CITY OF DENTON Signature:_______________________________________________Signature:_______________________________________________ Name:___________________________________________________Name:__________________________________________________ Title:_____________________________________________________Title:____________________________________________________ Date:____________________________________________________Date:____________________________________________________ Support Services Quote Page 2 of 5 Subscription Quote Type: CITY OF DENTON Customer: 6121498 Solution ID: Net 30 Days1194280 S16-OCT-17 Payment Terms:Contract #: USD Currency:Date: Customer PO Number:Prepared by:Donna Peterson / US Subscription CITY OF DENTONCITY OF DENTON Bill To:Ship To: 215 E. MCKINNEY ST215 E. MCKINNEY ST DENTON TX 76201DENTON TX 76201 UNITED STATESUNITED STATES CHARLES SPRINGER Contact: CHARLES.SPRINGER@CITYOFDENTON.COM Email: SOFTWARE SUPPORT SERVICES Support Service License LineCovered ProductStart DateEnd DateDuration (days) LevelCount Subscription 1Software Service WORKFORCE ABSENCE MANAGER V82,05017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 2Software Service WORKFORCE ACTIVITIES V840017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 3Software Service WORKFORCE EMPLOYEE V82,05017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription WORKFORCE INTEGRATION MANAGER V7 TO 4Software Service 17-FEB-201828-FEB-201812 TELESTAFF PEPM Monthly Fee Subscription 5Software Service WORKFORCE INTEGRATION MANAGER V82,05017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription WORKFORCE INTEGRATION MANAGER V8 TO 6Software Service 17-FEB-201828-FEB-201812 TELESTAFF PEPM Monthly Fee Subscription 7Software Service WORKFORCE MANAGER V834017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 8Software Service WORKFORCE MOBILE EMPLOYEE V82,05017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 9Software Service WORKFORCE MOBILE MANAGER V834017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 10Software Service WORKFORCE TABLET V87217-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 11Software Service WORKFORCE TELESTAFF BIDDING V623517-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF CONTACT 12Software Service 47517-FEB-201828-FEB-201812 MANAGER V6 PEPM Monthly Fee Subscription 13Software Service WORKFORCE TELESTAFF ENTERPRISE V647517-FEB-201828-FEB-201812 PEPM Monthly Fee Support Services Quote Page 3 of 5 Support Service License LineCovered ProductStart DateEnd DateDuration (days) LevelCount Subscription WORKFORCE TELESTAFF GATEWAY 14Software Service 17-FEB-201828-FEB-201812 MANAGER V6 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF GATEWAY MGR V6 15Software Service 17-FEB-201828-FEB-201812 I/F TO WFC PEPM Monthly Fee Subscription WORKFORCE TELESTAFF GLOBAL ACCESS 16Software Service 47517-FEB-201828-FEB-201812 V6 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF INSTITUTION 17Software Service 47517-FEB-201828-FEB-201812 FOCUS V6 PEPM Monthly Fee Subscription 18Software Service WORKFORCE TIMEKEEPER V82,05017-FEB-201828-FEB-201812 PEPM Monthly Fee Subscription 19Software Service WORKFORCE ABSENCE MANAGER V81,80001-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 20Software Service WORKFORCE ABSENCE MANAGER V825001-MAR-201831-MAY-201892 PEPM Monthly Fee Subscription 21Software Service WORKFORCE ACTIVITIES V840001-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 22Software Service WORKFORCE EMPLOYEE V81,80001-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription WORKFORCE INTEGRATION MANAGER V7 TO 23Software Service 01-MAR-201830-SEP-2018214 TELESTAFF PEPM Monthly Fee Subscription 24Software Service WORKFORCE INTEGRATION MANAGER V81,80001-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 25Software Service WORKFORCE INTEGRATION MANAGER V825001-MAR-201831-MAY-201892 PEPM Monthly Fee Subscription WORKFORCE INTEGRATION MANAGER V8 TO 26Software Service 01-MAR-201830-SEP-2018214 TELESTAFF PEPM Monthly Fee Subscription 27Software Service WORKFORCE MANAGER V831501-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 28Software Service WORKFORCE MANAGER V82501-MAR-201831-MAY-201892 PEPM Monthly Fee Subscription 29Software Service WORKFORCE MOBILE EMPLOYEE V81,80001-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 30Software Service WORKFORCE MOBILE EMPLOYEE V825001-MAR-201831-MAY-201892 PEPM Monthly Fee Subscription 31Software Service WORKFORCE MOBILE MANAGER V831501-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 32Software Service WORKFORCE MOBILE MANAGER V82501-MAR-201831-MAY-201892 PEPM Monthly Fee Subscription 33Software Service WORKFORCE TABLET V84701-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 34Software Service WORKFORCE TABLET V82501-MAR-201831-MAY-201892 PEPM Monthly Fee Support Services Quote Page 4 of 5 Support Service License LineCovered ProductStart DateEnd DateDuration (days) LevelCount Subscription 35Software Service WORKFORCE TELESTAFF BIDDING V623501-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF CONTACT 36Software Service 47501-MAR-201830-SEP-2018214 MANAGER V6 PEPM Monthly Fee Subscription 37Software Service WORKFORCE TELESTAFF ENTERPRISE V647501-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF GATEWAY 38Software Service 01-MAR-201830-SEP-2018214 MANAGER V6 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF GATEWAY MGR V6 39Software Service 01-MAR-201830-SEP-2018214 I/F TO WFC PEPM Monthly Fee Subscription WORKFORCE TELESTAFF GLOBAL ACCESS 40Software Service 47501-MAR-201830-SEP-2018214 V6 PEPM Monthly Fee Subscription WORKFORCE TELESTAFF INSTITUTION 41Software Service 47501-MAR-201830-SEP-2018214 FOCUS V6 PEPM Monthly Fee Subscription 42Software Service WORKFORCE TIMEKEEPER V81,80001-MAR-201830-SEP-2018214 PEPM Monthly Fee Subscription 43Software Service WORKFORCE TIMEKEEPER V825001-MAR-201831-MAY-201892 PEPM Monthly Fee Subscription 44Software Service WORKFORCE ABSENCE MANAGER V825001-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 45Software Service WORKFORCE EMPLOYEE V825001-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 46Software Service WORKFORCE INTEGRATION MANAGER V825001-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 47Software Service WORKFORCE MANAGER V82501-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 48Software Service WORKFORCE MOBILE EMPLOYEE V825001-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 49Software Service WORKFORCE MOBILE MANAGER V82501-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 50Software Service WORKFORCE TABLET V82501-JUN-201830-SEP-2018122 PEPM Monthly Fee Subscription 51Software Service WORKFORCE TIMEKEEPER V825001-JUN-201830-SEP-2018122 PEPM Monthly Fee Support ServicesEstimated Tax Subtotal Software Support Services110,440.740.00110,440.74 EDUCATIONAL SERVICES Support Service License LineCovered ProductStart DateEnd DateDuration (days) LevelCount ED Services 1KNOWLEDGE PASS SAAS WFC SMB17-FEB-201830-SEP-2018226 Subscription Support Services Quote Page 5 of 5 Support ServicesEstimated Tax Subtotal 0.000.000.00 Educational Services ORDINANCE NO. ____________ AN ORDINANCE OF THE CITY OF DENTON, TEXAS PROVIDING FOR, AUTHORIZING, AND APPROVING THREE (3) YEAR SOFTWARE MAINTENANCE FOR CONTINUED VENDOR SUPPORT FOR THE KRONOS INCORPORATED AUTOMATED TIMEKEEPING AND ATTENDANCE SOFTWARE SYSTEM FOR THE CITY OF DENTON, WHICH IS ESSENTIAL TO ENSURE AVAILABILITY OF UPGRADES, SOFTWARE FIXES, AND ACCESS TO KNOWLEDGE AND SUPPORT RESOURCES. KRONOS INCORPORATED IS THE SOLE-SOURCE VENDOR FOR CONTINUED UPGRADE, SUPPORT AND MAINTENANCE FOR KRONOS SOFTWARE AND HARDWARE. THEREFORE THIS SYSTEM IS AVAILABLE FROM ONLY ONE SOURCE AND IN ACCORDANCE WITH TEXAS LOCAL GOVERNMENT CODE 252.022, PROVIDES THAT PROCUREMENT OF COMMODITIES AND SERVICES THAT ARE AVAILABLE FROM ONE SOURCE ARE EXEMPT FROM COMPETITIVE BIDDING; AND IF OVER $50,000 SHALL BE AWARDED BY THE GOVERNING BODY; AND PROVIDING AN EFFECTIVE DATE (FILE 5565-AWARDED TO KRONOS INCORPORATED IN THE THREE (3) YEAR NOT-TO-EXCEED AMOUNT OF $400,000). WHEREAS, Section 252.022 of the Local Government Code provides that rocurement 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 books; 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 and the license terms attached are hereby approved: FILE NUMBER VENDOR AMOUNT 5565 Kronos Incorporated $400,000 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 books; electricity, gas, water and other utility purchases; captive replacement parts or components for equipment; and 5565 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-065,Version:1 AGENDA CAPTION Consideradoptionofanordinanceacceptingcompetitiveproposalsandawardingacontractforthesupplyof ElectricUtilityStationServiceVoltageTransformersforDentonMunicipalElectrictobestockedintheCityof DentonDistributionCenter;providingfortheexpenditureoffundstherefor;andprovidinganeffectivedate (RFP 6490-awarded to ABB, Inc. in the three (3) year not-to-exceed amount of $500,000). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance accepting competitive proposals and awarding a contract for the supply of Electric Utility Station Service Voltage Transformers for Denton Municipal Electric to be stocked in the City of Denton Distribution Center; providing for the expenditure of funds therefor; and providing an effective date (RFP 6490-awarded to ABB, Inc. in the three (3) year not-to-exceed amount of $500,000). FILE INFORMATION Denton Municipal Electric (DME) has substation projects approved in its five (5) year Capital Improvement Plan that will require the installation of station service voltage transformers. Station service voltage transformers (SSVT) are used to transform the transmission voltage from 138kV down to 120/240 volts which will be used to provide power for site electrical needs. Substation sites require 120/240 volt power to operate building lights, exterior lights, receptacles, battery charges, and other electrical hardware and equipment. The Distribution Center orders goods in coordination with DME for specific projects under construction. The items are temporarily stored in the Distribution Center until they are needed on the jobsite and then transferred to DME through an inventory management system. The items are ordered as needed, taking into account the contracted lead time and the need by date by the using department. The need by date is established by ensuring that citizen, customer, and developer timelines all form the basis of when the construction work must be complete by with an operational City of Denton service; furthermore, it factors in City of Denton construction crew schedules and construction sequencing with job site contractors. Requests for Proposals were sent to 275 prospective suppliers of this item. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Five (5) proposals were received and evaluated based upon published criteria including price, project schedule, compliance with specifications, and indicators of probable performance (Exhibit 2). ABB, Inc. was ranked the highest and determined to be the best value for the City. RECOMMENDATION Award to ABB, Inc. in the three (3) year not-to-exceed amount of $500,000. PRINCIPAL PLACE OF BUSINESS ABB, Inc. Lexington, KY ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for two (2) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION The items in this RFP will be funded out of the Distribution Center working capital account and charged back to the using department. The costs for material purchased under the proposed agreement will be funded out of amounts budgeted for specific projects. 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). STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal: 2.3 Promote superior utility services and City facilities EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Evaluation and Ranking Sheet Exhibit 3: Ordinance Exhibit 4: Contract Respectfully submitted: Karen Smith, 349-7100 Purchasing Manager For information concerning this acquisition, contact: Karen Smith at 349-8436. Evaluation for Station Service Voltage Transformers RFP 6490 Respondent:ABB, Inc.Anixter, IncTexas Electric COOPApflelbaum Industrial, IncABB, Inc. Option 2 (City and State)Lexington, KYCorinth TXGeorgetown, TXEl Paso, TX Lexington, KY Est Estimated Estimated Estimated Estimated Estimated Unit of Extended Extended Extended Extended Extended Item #Annual COD #Product DescriptionUnit PriceDelivery ARO Unit PriceDelivery ARO Unit PriceDelivery ARO Unit PriceDelivery ARO Unit PriceDelivery ARO MeasurePricePricePricePricePrice Qty(weeks)(weeks)(weeks)(weeks)(weeks) 50 kVA Station Service 11EA28578030Voltage Transformer $ 37,613.00$ 37,613.0026$ 40,722.00$ 40,722.0030$ 40,721.00$ 40,721.0030$ 52,964.22$ 52,964.2222$ 58,300.00$ 58,300.0032 100 kVA Station Service 23EA28578040Voltage Transformer $ 39,622.00$ 118,866.0026$ 42,372.00$ 127,116.0030$ 42,371.00$ 127,113.0030$ 59,684.26$ 179,052.7822$ 82,900.00$ 248,700.0032 Total Cost of Products (Annual) $ 156,479.0026$ 167,838.0030$ 167,834.0030$ 232,017.0022$ 307,000.0032 TABULATION: Delivery/ Project Schedule 10 10.008.678.6711.828.13 Compliance W/ Specifciations 20 ЋЉ͵ЉЋЉ͵ЉЋЉ͵ЉЋЉ͵ЉЋЉ͵Љ Probable Performance 10 ЊЉ͵ЉЊЉ͵ЉА͵ЉА͵ЉЊЉ͵Љ Price/ Total Cost of Ownership 60 60.055.955.940.530.6 100 100.094.691.679.368.7 TOTAL City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-070,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,TexasauthorizingtheapprovalofaFirstAmendment toaProfessionalServicesAgreementbetweentheCityofDentonandCalvin,Giordano,andAssociates,Inc. formunicipalplanningservices,originallyapprovedintheamountof$91,224;providingfortheexpenditureof fundstherefor;andprovidinganeffectivedate(File6604-providingforanadditionalexpenditureamountnot- to-exceed $150,000, with the total contract amount not-to-exceed $241,224). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Development Services CM/ DCM/ ACM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance of the City of Denton, Texas authorizing the approval of a First Amendment to a Professional Services Agreement between the City of Denton and Calvin, Giordano, and Associates, Inc. for municipal planning services, originally administratively approved in the amount of $91,224; providing for the expenditure of funds therefor; and providing an effective date (File 6604 providing for an additional expenditure amount not-to-exceed $150,000, with the total contract amount not- to-exceed $241,224). BACKGROUND During the summer and fall 2017, the Development Services Department and Planning Division had a number of vacancies and unexpected resignations, including the Director of Development Services. In order to provide immediate continuity of services, while continuing to move forward with critical process and customer service improvements, staff sought quotes from municipal planning firms to provide monthly contractual services for planning case management, process review, and staff training. Calvin, Giordano, & Associates), a firm based out of Fort Lauderdale, FL, was retained for short term assistance. CGA has delivered a range of government services for dozens of municipalities and public agencies over a course of decades ranging from engineering, surveying, construction management, planning and zoning, code and building inspection, and more. CGA employs 13 planners certified by the American Planning Association (AICP) development processes and personnel after being hired to conduct a development review audit in the summer of 2017. With their experience, a thorough urgency and quick mobilization required by a firm, staff engaged CGA in October 2017 for a monthly contract for an Interim Planning Director and planning services, including process improvements and staff training. DISCUSSION Staff has been very satisfied with the services received. Over the interim time span, the Interim Planning Director has been an integral part to rethinking and transforming how Development Services does business for customers, as previously presented to the City Council in a work session on November 7, 2017. Furthermore, the Department is the midst of the Denton Development Code rewrite project and working on an accelerated timeline. The continuity and role of the Interim Planning Director is critical in this process. The Interim Planning Director has improved customer service, morale, provided training, and reduced review time in each area of the planning process. Some examples are outlined in the following tables: REDUCED Site Plan Review; Number of Reviews and Average Number of Days to Review Site Plan Review Timeframe Number Approved Average Number of Reviews Average Days in Review (Average per Month) Jan 1 - Sept 15 28 3 172 (8.5-months) (Avg. 3 per month) Sept 18 - Dec 31 30 2 49 (3.5-months) (Avg. 9 per month) REDUCED Special Use Review Time by 65%: Special Use submittals Timeframe Average Days in Review Jan 1 - Sept 15 170 (8.5-months) Sept 18 - Dec 31 60 (3.5-months) REDUCED Number of Reviews Required for each Rezoning by 50%: Rezoning Application; Number of Reviews for each Application Timeframe Average Number of Reviews Performed Jan 1 - Sept 15 2 (8.5-months) Sept 18 - Dec 31 1 (3.5-months) Additionally, the Interim Planning Director has been an integral part of the reorganization of the Department, improving internal and external service delivery and producing measurable outcomes: Eliminated the need for construction drawings with site plan submittal; expediting review, resulting in major time and cost savings for Development Services customers. Implemented a more even distribution of cases, eliminating specialization and expediting service delivery. Documented in writing formal determinations and distributed to all development review staff members. Provided applicants with clear direction on applications needed and staff recommendation. Cleared backlog of applications, including some major projects that were stalled for 11 months. Created a submission schedule that provides the applicant with more predictability. Created development review process map outlining new changes. Drafted Standard Operating Procedures for development review applications based on new review procedures. Streamlined internal review of staff reports for Planning and Zoning Commission meetings which has resulted in more timely preparation and distribution of the agenda packet. Created pdf fillable forms to reduce the amount of staff spent on creating notices. Worked with staff to create a monitoring tool to begin to analyze growth trends in the city in terms of residential units and commercial square footage and attributable traffic generation. Researched and drafted memos on conveyance plats and residential parking standards for City Council. Staff is proposing to enter into an agreement for six (6) months for the following reasons: To continue progress towards customer service and process improvements leveraging the industry knowledge and experience provided by a well-respected municipal planning firm; To continue training and coaching of in-house planners, providing them with the confidence and skill sets to manage all facets of the planning and development review process; To continue continuity of leadership through the Denton Development Code (DDC) review project, which will require significant work with a targeted completion date of spring 2018; and To provide staff with more time to analyze and determine the best staffing structure and model for planning. With considerable turnover in this division in the past, it will be important to determine and analyze the options, including performing a recruitment for an in-house Planning Director and potentially hiring some internal staff positions, going out to RFP for an outsourced model of service provision, or a hybrid model with public and private resources. An internal recruitment for a Planning Director or an RFP process would take about three (3) months to complete. If approved, staff would bring back longer-term staffing model options and a recommendation to City Council in March/April 2018 to receive direction on how to proceed in advance of the six (6) month agreement expiring. Section 252.022 of the Local Government Code provides that procurement of professional planning services are exempt from competitive bidding, if over $50,000, shall be awarded by the governing body. RECOMMENDATION Staff recommends approving a six (6) month agreement with CGA in the total amount of $150,000. FISCAL INFORMATION To date, the City has spent $91,224 with CGA for an Interim Planning Director and planning services for eleven weeks, inclusive of travel & lodging expenses. CGA has provided a proposal for a six (6) month agreement for the same scope of services in the total amount of $150,000. Travel and lodging expenses would not be charged as part of this agreement. In FY2017/18 budget, the total Personal Services budget for Planning was $2,238,109. However, there are currently 7 current vacancies in Planning. Staff intends to hold off on refilling some of the vacant positions for the next six months, as process improvements continued to be worked on and a staffing model can be determined. Of the current vacancies, three are supervisory positions that are not planned to be filled in the next six months (Planning Director and two Planning Supervisors), amounting in an estimated personnel savings of approximately $194,727 and covering the proposed CGA contract of $150,000 within budget. STRATEGIC PLAN RELATIONSHIP The City of -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal: 1.2 Develop a high-performance work force EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Original Agreement Exhibit 3: Ordinance Exhibit 4: First Amendment Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Scott McDonald, 349-8539. City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-075,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceapprovinganemploymentagreementfortheCityAuditorandauthorizing theMayortoexecutesaidAgreementsettingthecompensationandtermsofthatemployment;authorizing expenditures and actions; and providing an effective date. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT:City Manager’s Office DCM:BryanLangley DATE:January 9, 2018 SUBJECT Consider adoption of an ordinance approving an employment agreement for the City Auditor and authorizing the Mayor to execute said Agreement setting the compensation and terms of that employment; authorizing expenditures and actions; and providing an effective date. BACKGROUND The City Council is currently evaluating potential candidates for the City Auditor position. This item is being included on the agenda in the event that a candidate is selected and contract negotiations are successful. If this occurs, an ordinance and the proposed employment agreement will be provided to the City Council in advance of this item being considered. STRATEGIC PLAN RELATIONSHIP The City of Denton’s Strategic Plan is an action-oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal:1.1 Manage financial resources in a responsible manner EXHIBITS Exhibit 1 –Agenda Information Sheet Respectfully submitted: Bryan Langley Deputy City Manager City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 17-1442,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,aTexashomerulemunicipalcorporation(“City”), approvingaRealEstateExchangeandAbandonmentAgreement(“Agreement”)betweentheCityandMarsam Enterprises,Inc.,aTexascorporation(“Marsam”),for(I)theconveyancetoMarsamofa0.098acrefeetract, withadrainageandutilityeasementreservedbytheCitytherein,(II)theconveyancetoMarsamofa0.016 acrefeetract,withadrainageandutilityeasementreservedbytheCitytherein,(III)theabandonmentand releasebytheCityof(A)a0.063acredrainageeasement,and(B)a285squarefeetdrainageeasement,and (IV)thepaymentbytheCitytoMarsamof$5,000.00,allinexchangefortheconveyancetotheCityof(I)a 0.031acrefeetract,and(II)a0.047acredrainageeasement,allcitedtractssituatedintheW.LovingSurvey, AbstractNo.759,CityofDenton,DentonCounty,Texas,generallylocatedatthenortheastcornerofMyrtle StreetandEagleDrive;authorizingtheCityManagerinaccordancewithLocalGovernmentCode272.001(B) (3)toexecutetheAgreement;authorizingtheexpenditureoffundstherefore;andprovidingandeffectivedate. (Eagle Drive Drainage project - Phase II - Marsam tract (Briscoe Tire)) City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Capital Projects CM/ DCM/ ACM: Mario Canizares DATE: January 9, 2018 SUBJECT Consider City and acre fee tract being part of a 0.107 acre tract conveyed to the City by special warranty deed recorded under Document Number: 2016-62253, May 31, 2016, in the Real Property Records of Denton County, Texas, and (II) a certain 0.016 acre tract described in an affidavit recorded under Document Number: 2017-141687, November 16, 2017, in the Real Property Records of Denton County, Texas, both tracts hereinafter with a drainage and utility easement reserved by the City therein, (III) the abandonment and release by the City of (A) a 0.063 acre drainage easement, and (B) a 285 square feet drainage easement, and (III) the payment by the City to Marsam of $5,000.00, all in exchange for the conveyance to the City of (I) a 0.031 acre fee tract, and (II) a 0.047 acre drainage easement, all cited tracts situated in the W. Loving Survey, Abstract No. 759, City of Denton, Denton County, Texas, generally located at the northeast corner of Myrtle Street and Eagle Drive; authorizing the City Manager in accordance with Local Government Code 272.001(B)(3) to execute the Agreement; authorizing the expenditure of funds therefore; and providing and effective date. (Eagle Drive Drainage project Phase II Marsam tract (Briscoe Tire)) BACKGROUND The original overall Eagle Drive Drainage System project, early 2008, contemplated the construction of drainage improvements in a tributary of Tributary PEC-4, between Wainwright Street and Myrtle Street, in order to more effectively convey storm water from the Eagle Drive at Myrtle Street areas north and east, to the improved channel at Wainwright Street, south of Highland Avenue. The overall goal of the project is to contain the flows from a 100-year storm event within a modified channel (underground culvert system). Subsequently, that project was split into two phases. Phase I of the project, Elm Street to Wainwright Street, was completed in August 2012. The final phase of the drainage improvement project, Phase II, consists of underground storm water conveyance system improvements, along the west and north sides of the existing open drainage tributary, north side of Eagle Drive, between Myrtle Street and Elm Street. Presently, the existing drainage channel is adjacent to the west and north portions of the Briscoe Tire Service building. The design of the proposed underground storm system improvements contemplates bypassing those relocating far enough away from the building structure to provide for satisfactory operation and maintenance of the new drainage improvements. Over the course of the last several months, staff has worked closely with the subject property owner, Dwayne Waters, Marsam Enterprises, Inc. to develop an agreement equitable to the parties, in respect to the land rights needed by the City to complete the Project. In May of 2016, the City acquired a 0.108 acre tract, north of Marsam property tract, for Project purposes (the San Miguel tract). During the negotiations with Mr. Waters, discussions gave rise to the idea that an exchange of land rights might be favorable. The San Miguel tract was purchased by the City and the residential structure was removed, however, since the The boundary survey of the San Miguel tract revealed margin tract, a strip tract that dropped from ownership records over time. Marsam asked that the City also convey their interest in the margin tract (if any) to them, so as to consolidate title for the transaction at hand. Staff performed land title research back to patent and found that the margin tract was never a part of the existing Marsam tract, and should trade with the San Miguel tract. It is not unusual for a strip tract to drop out of the land records when occupied by an existing drainage tributary. The Agreement proposes exchanging the San Miguel tract and Margin tract for the street right-of-way and drainage easement required by the Project, but reserving to the City drainage and utility easement in the tracts to be conveyed to Marsam. The City also agreeing to Abandon and Release those portions of the existing drainage easements being bypassed by the Project. Lastly, there are two (2) fixed storage trailers that will need to be removed so that the existing drainage swale can be taken out of service/filled in. If Marsam elects to salvage/remove the trailers, then a $5,000 payment will be made by the City to Marsam. If not, the City will be granted a Right-of-Entry to remove/dispose of the trailers spanning the existing easement, as a component part of the Project. OPTIONS 1. Approve the proposed Ordinance. 2. Decline to approve the proposed Ordinance. 3. Table for future consideration. RECOMMENDATION Staff recommends approval of the Ordinance. ESTIMATED SCHEDULE OF PROJECT st Project is slated to be advertised for bids 1 quarter, 2018. PRIOR ACTION/REVIEW (Council, Boards, Commissions) Recommendation for approval to be considered by the Public Utilities Board on January 8, 2018. FISCAL INFORMATION Project funding is provided by JDE account #650106459. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Public Infrastructure Related Goal: 2.4 Proactively manage drainage infrastructure EXHIBITS 1. Agenda Information Sheet 2. Location Map 3. Site Map 4. Ordinance Respectfully submitted: Paul Williamson Real Estate Manager Prepared by: Ed Cropp Senior Real Estate Analyst EXHIBIT 2 to AIS Marsam Location Map CITY OF DENTON Eagle Dr Marsam Properties 0.622 Acres µ 0110220440 Feet EXHIBIT 3 attachment to AIS Marsam Site Map CITY OF DENTON CITY OF DENTON, TEXAS 0.098 ACRES DOC. NO. 2016-62253 MARSAM ENTERPRISES 0.622 ACRES DOC. NO. 2013-72384 EAGLE DRIVE New 0.047 Acre Drainage Easement Easement Abandonment Tracts New 0.031 Acre Right-Of-Way 807 Myrtle Street Tract 0.098 Acre Marsam Property Existing Drainage Easment To Remain µ 051020 0.016 Acre Margin tract Feet EXHIBIT 4 attachment to AIS Exhibit "A" to Ordinance ATTACHMENT "2" to Agreement 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. DRAINAGE EASEMENT THE STATE OF TEXAS, § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON § , PROPERTY AREAS DESCRIBED AND DEPICTED IN EXHIBITS A & B, ALL ATTACHED HERETO AND MADE A PART HEREOF . After Recording, Return to: City of Denton Capital Improvement Projects 901-A Texas Street Denton, Texas 76209 Attention: Paul Williamson Send Tax Billing Statements To: The City of Denton Attn: Finance Department 215 East McKinney Street Denton, Texas 76201 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:A17-0005d,Version:1 AGENDA CAPTION ConductthesecondoftworeadingsofanordinanceoftheCityofDentonforavoluntaryannexationof approximately73.47acresoflandgenerallylocatednorthofLongRoadandwestofFM428bytheCityof Denton, Texas. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com ______________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Department of Development Services CM: Todd Hileman DATE: January 9, 2018 SUBJECT Conduct the second of two readings of an ordinance of the City of Denton for a voluntary annexation of approximately 73.47 acres of land generally located north of Long Road and west of FM 428 by the City of Denton, Texas. BACKGROUND The applicant, Brent L. Murphree, on behalf of the property owner, David Kuhlken, has submitted an annexation application to voluntarily annex the subject property. The subject property is approximately 73.47 acres and is adjacent to current city limits on its north, east, and south boundaries. The adjacent zoning districts are Extraterritorial Jurisdiction (ETJ) to the northwest, Rural Residential (RD-5X) to the northeast, Neighborhood Residential 4 (NR-4) to the east, and Neighborhood Residential 3 (NR-3) to the south. The Future Land Use designation of the subject site is Rural Areas. The applicant plans to develop a single family subdivision on the subject property and is requesting annexation for this purpose. The proposed development meets the following criteria for annexation as listed in Section 35.3.14 of the Denton Development Code (DDC): It will require a connection to City public services; It is and electric services; It is located The development will have a significant impact upon the City in terms of service costs, increased traffic, and utility needs. In reviewing the proposed annexation, staff considered the following: 1. The ability of the city to provide infrastructure and public services equal to other comparable areas inside the city limits. Water service is available from a 54-inch line located along F.M. 428 and a 12-inch line located along Long Road. The nearest Wastewater main is a 12-inch gravity main located along Long Road. Transportation improvements required as a result of the proposed development of this site will be determined after trip generation calculations have been received and reviewed. Any drainage improvements required in association with the development of this site will be the responsibility of the Developer. Any improvements due to the impact of this development will be constructed at the Developers expense. DME has a transmission line running through the property, an underground distribution line approximately 100-feet from the property across Long Road, & an overhead distribution line approximately 100-feet from the property across F.M. 428. Solid Waste will add this property to existing routes. Policing of the subject site would comply with required response times. Fire and EMS services to the site would comply with required response times. Station #7 is located 2 miles from the subject site. This location is adjacent to Waterworks Park and Skate works. Cooper Creek Park is 1.32 miles to the south and is an open greenspace with a trail. The closest developed park is Evers Park, 1.75 miles to the southwest which provides 30 acres of developed park property. 2. The reliability, capacity, and future public cost, if any, of current and planned provisions for community facilities, including but not limited to roads, drainage, and utilities. The terms of the needed improvements/upgrades will be determined upon platting and permitting and funding will be the responsibility of the developer. 3. The need and quality of land use and building controls. The annexation of the subject property into the city will enable the use of development and design standards in the DDC, minimizing the impacts of the proposed development on adjacent neighborhoods. 4. The subject property is designated as Rural Areas on the Future Land Use Plan. The applicant is proposing to develop a residential subdivision for this site. Conformance with the Land Use Element will be determined when the application for initial zoning is submitted and reviewed. 5. Impact on the City, both current and long range, including at a minimum. Anticipated impacts to the City will be minimal as noted in Items 1 to 3, above. 6. The property meets the minimum requirements for annexation in accordance with state law. The property complies with all minimum requirements for annexation as set forth by the Texas Local Government Code as stated in Chapter 43, Subchapter C-1, Annexation Procedure for Areas Exempted from Municipal Annexation Plan. The tentative schedule for this annexation is as follows: stnd September 19, 2017 - City Council meeting setting the 1 and 2 public hearing dates and authorizing the publication of notice of the public hearings - Complete st October 17, 2017 1 Public Hearing - Complete nd October 24, 2017 2 Public Hearing - Complete November 7, 2017 First Reading of the Annexation Ordinance - Complete November 9, 2017 Publication of the Annexation Ordinance in the newspaper - Complete January 9, 2018 - Second Reading and Adoption of the Annexation Ordinance PRIOR ACTION/REVIEW (Council, Boards, Commissions) stnd On September 19, 2017, the City Council adopted an ordinance setting the 1 and 2 public hearing dates and authorizing the publication of notice of the public hearings. On October 17, 2017, the City Council held the first of two required public hearings for the annexation of the subject property. On October 24, 2017, the City Council held the second of two required public hearings for the annexation of the subject property. On November 7, 2017, the City Council held the first reading of the annexation ordinance. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Economic Development Related Goal: 3.4 Encourage development, redevelopment, recruitment, and retention EXHIBITS 1. Agenda Information Sheet 2. Location Map 3. Zoning Map 4. Staff Presentation 5. Draft Ordinance Respectfully submitted: Scott McDonald Interim Director of Development Services Prepared by: Cindy Jackson, AICP Senior Planner A17-0005 Location Map 428 " ) LONG HARTLEE FIELD NCEW PRI J UPITER LLO R PE PO INSETT IA HER CULE PUBLIC ALLEY YUCCA 03857701,540 Feet SITECOD µ ETJ Parcels NAA 8/1/20 Roads Date: 9/15/2017 The City of Denton has prepared maps for departmental use. These are not official maps of the City of Denton and should not be used for legal, engineering or surveying purposes but rather for reference purposes. These maps are the property of the City of Denton and have been made available to the public based on the Public Information Act. The City of Denton makes every effort to produce and publish the most current and accurate information possible. No warranties, expressed or implied, are provided for the data herein, its use, or its interpretation. Utilization of this map indicates understanding and acceptance of this statement. A17-0005 Zoning Map RD-5X 428 " ) NR-2 RD-5 LONG HARTLEE FIELD NCEW PRI ETJ NRMU-12 J UPITER NRMU LLO R PE CM-G NR-6 PO INSETT IA HER CULE PUBLIC ALLEY NR-4 NR-3 YUCCA 03857701,540 Feet SITECM-GNR-3NRMU µ ETJNR-4NRMU-12 Parcels NR-2NR-6RD-5 Roads RD-5X Date: 9/15/2017 The City of Denton has prepared maps for departmental use. These are not official maps of the City of Denton and should not be used for legal, engineering or surveying purposes but rather for reference purposes. These maps are the property of the City of Denton and have been made available to the public based on the Public Information Act. The City of Denton makes every effort to produce and publish the most current and accurate information possible. No warranties, expressed or implied, are provided for the data herein, its use, or its interpretation. Utilization of this map indicates understanding and acceptance of this statement. A17-0005 Stark Farms Planning DivisionJanuary 9, 2018 Request: Hold the second and final reading of the annexation ordinance for a voluntary annexation of approximately 73.47 acres of land generally located north of Long Road, and west of F.M.428. 2/ 5 Background: Approximately 73.47 acres Single Family Residential Development 3/ 5 Annexation Schedule: st October 17, 2017 1Public Hearing nd October 24, 2017 2Public Hearing November 14, 2017 First Reading of the Annexation Ordinance January 9, 2018 -Second Reading and Adoption of the Annexation Ordinance 4/ 5 Ordinance AN ORDINANCE OF THE CITY OF DENTON, TEXAS, VOLUNTARILY ANNEXING APPROXIMATELY 73.47 ACRES OF LAND, GENERALLY LOCATED NORTH OF LONG ROAD AND WEST OF F.M. 428 BY THE CITY OF DENTON, DENTON COUNTY, TEXAS, MORE SPECIFICALLY DESCRIBED IN CORRECTION TO THE CITY MAP TO INCLUDE THE ANNEXED LANDS; PROVIDING FOR A SAVINGS CLAUSE AND AN EFFECTIVE DATE. 5/ 5 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:A17-0006,Version:1 AGENDA CAPTION ConsideradoptionofanordinanceoftheCityofDenton,Texas,settingadate,time,andplacefortwopublic hearingsontheproposedvoluntaryannexationofcertainpropertygenerallylocatedontheeastsideofOld AltonRoad,southoftheintersectionofOldAltonRoadandTeasleyLanebytheCityofDenton,Texas, authorizing and directing the City Secretary to publish notice of such public hearings. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com ______________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Department of Development Services CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance of the City of Denton, Texas, setting a date, time, and place for two public hearings on the proposed voluntary annexation of certain properties generally located on the east side of Old Alton Road, south of the intersection of Old Alton Road and Teasley Lane by the City of Denton, Texas, authorizing and directing the City Secretary to publish notice of such public hearings. BACKGROUND The applicant, Yolanda Vela Vorel, on behalf of the property owner, FBA Properties, has submitted an annexation application to voluntarily annex approximately 0.30 acres of land. Voluntary annexation are not subject to the new annexation requirements in SB 6 which went into effect on December 1, 2017. The purpose of this ordinance is to establish public hearing dates for the annexation per Subchapter C-1, §43.063 of the Texas Local Government Code (LGC). This section of the LGC establishes the public hearing requirements for an annexation, including requirements for legal notices and the schedule for coordinating the public hearings with the legal notices. The tentative schedule for this annexation is as follows: stnd January 9, 2018 - City Council meeting setting the 1 and 2 public hearing dates and authorizing the publication of notice of the public hearings st February 6, 2018 1 Public Hearing nd February 20, 2018 2 Public Hearing March 6, 2018 First Reading of the Annexation Ordinance March 7, 2018 Publication of the Annexation Ordinance in the newspaper April 10, 2018 - Second Reading and Adoption of the Annexation Ordinance OPTIONS 1. Approve as submitted. 2. Approve subject to conditions. 3. Deny. 4. Postpone consideration. 5. Table item. RECOMMENDATION The Development Review Committee recommends approval of this request. PRIOR ACTION/REVIEW (Council, Boards, Commissions) There has been no prior action/review of this application. STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Economic Development Related Goal: 3.4 Encourage development, redevelopment, recruitment, and retention EXHIBITS 1. Agenda Information Sheet 2. Site Location Map 3. Zoning Map 4. Draft Ordinance 5. Staff Presentation Respectfully submitted: Scott McDonald Director of Development Services Prepared by: Cindy Jackson, AICP Senior Planner A17-0006 Site Location 0100200400 Feet SITECOD µ ETJ Parcels NAA 8/1/20 Roads Date: 11/21/2017 The City of Denton has prepared maps for departmental use. These are not official maps of the City of Denton and should not be used for legal, engineering or surveying purposes but rather for reference purposes. These maps are the property of the City of Denton and have been made available to the public based on the Public Information Act. The City of Denton makes every effort to produce and publish the most current and accurate information possible. No warranties, expressed or implied, are provided for the data herein, its use, or its interpretation. Utilization of this map indicates understanding and acceptance of this statement. A17-0006 Zoning Map RD-5X CM-G NRMU NR-4 IC-E NR-2 ETJ 0100200400 Feet SITECM-GIC-ENR-4 µ ETJNR-2NRMU Parcels RD-5X Roads Date: 11/21/2017 The City of Denton has prepared maps for departmental use. These are not official maps of the City of Denton and should not be used for legal, engineering or surveying purposes but rather for reference purposes. These maps are the property of the City of Denton and have been made available to the public based on the Public Information Act. The City of Denton makes every effort to produce and publish the most current and accurate information possible. No warranties, expressed or implied, are provided for the data herein, its use, or its interpretation. Utilization of this map indicates understanding and acceptance of this statement. A17-0006 Pioneer Automotive Planning DivisionJanuary 9, 2018 Request: Consider adoption of an ordinance of the City of Denton, Texas, setting a date, time, and place for two public hearings on the proposed voluntary annexation of certain properties generally located on the east side of Old Alton Road, south of the intersection of Old Alton Road and Teasley Lane. Authorizing and directing the City Secretary to publish notice of such public hearings. 2/ 4 Background: Approximately 0.30 acres Commercial Development 3/ 4 Annexation Schedule: st February 6, 2018 1Public Hearing nd February 20, 2018 2Public Hearing March 6, 2018 First Reading of the Annexation Ordinance April 10, 2018 -Second Reading and Adoption of the Annexation Ordinance 4/ 4 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-046,Version:1 AGENDA CAPTION Consideradoptionofanordinanceacceptingcompetitivebidsandawardingacontractforthesupplyof ParklandMaintenanceProductsincludingbutnotlimitedtolandscapeandturffertilizer,insecticides, herbicides,mulch,andpeatmossfortheCityofDentonParksandRecreationDepartment;providingforthe expenditureoffundstherefor;andprovidinganeffectivedate(IFB6409-awardedtothelowestresponsive bidder for each line item in the three (3) year not-to-exceed amount of $196,741). City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance accepting competitive proposals and awarding a contract for the supply of Parkland Maintenance Products including but not limited to landscape and turf fertilizer, insecticides, herbicides, mulch, and peat moss for the City of Denton Parks and Recreation Department; providing for the expenditure of funds therefor; and providing an effective date (IFB 6409-awarded to the lowest responsive bidder for each line item in the three (3) year not-to-exceed amount of $196,741). BID INFORMATION This bid is to provide parkland maintenance products for the City of Denton parks, right-of-way areas, landscape beds, athletic fields and other general park areas. This includes approximately 1,000 acres of parks, medians, right-of-way areas and public building landscape areas such as grass and flower beds. Some of the major locations that are maintained include: City Hall, libraries, fire stations, recreation centers, the Civic Center, Quakertown Park, Fred Moore Park, North Lakes Park, South Lakes Park and medians in areas such as Loop 288, University Drive, and Dallas Drive. The maintenance products include fertilizers which are necessary to supplement nutrients in the soil so that it promotes leaf and root growth on turf, trees, and ornamental shrubs. This specifically aids in turf recovery from foot traffic on athletic fields and natural soil deficiencies in macro/micro nutrients. Fertilizer also assists in weed control. Herbicides are used to control unwanted weeds in specific warm/cool season turfs and landscapes. Insecticides are used to control insect infestations on turf, trees, and ornamental shrubs. Soil amendments are used to balance the soil nutrients and maintain proper PH, for water retention, and to aid in weed control. Additives are used to facilitate more efficient applications and reduce misapplications. All products included in the contract are in compliance with the City's Integrated Pest Management program. Applications are performed by trained and licensed staff through the Texas Department of Agriculture. Products are routinely evaluated based on changes in recommended usage and notifications from the manufacturer and regulatory agencies. Invitations for Bid were sent to 129 prospective suppliers for these items. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Six (6) bids were received. Staff recommends awarding to the lowest responsible bidder meeting specification for each line item as shown on Exhibit 2. The lowest price bidder(s) for Items A1, C6, C10, C15, did not meet specification and/or delivery requirements, therefore staff is recommending award to the next low bidder. Item B1 will not be awarded-staff has determined that this product can only be used for residential purposes. Item D5 will not be awarded-staff has determined that the components of this product should not be used for Parks maintenance. RECOMMENDATION Award to the lowest responsible bidder meeting specification for each item as listed on Exhibit 2 in the three (3) year not-to-exceed amount of $196,741. A summary of the recommended bidder for each item is listed below. PRINCIPAL PLACE OF BUSINESS SiteOne Landscape Irrigators Supply BWI Companies, Inc. Cleveland, OH Little Elm, TX Carrollton, TX Winfield Solutions Helena Chemical Company Lakebed, FL Carrollton, TX Greenville, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for two (2) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These products will be funded from the Parks and Recreation accounts listed below: Athletics/Grounds Maintenance 402110.6334 Athletics/Grounds Maintenance 402110.6514 Right of Way Maintenance 402130.6334 STRATEGIC PLAN RELATIONSHIP -oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes most directly to the following KFA and goal: Related Key Focus Area: Safe, Liveable & Family-Friendly Community Related Goal: 4.4 Provide and support outstanding leisure, cultural, and educational opportunities EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Bid Tabulation Exhibit 3: Ordinance Exhibit 4: SiteOne Landscape Supply Contract Exhibit 5: Irrigators Supply Contract Exhibit 6: BWI Companies, Inc. Contract Exhibit 8: Winfield Contract Exhibit 9: Helena Chemical Company Contract Exhibit 10: Staff Presentation Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Russell Koch at 349-8412. RFP 6409 -Tabulation Sheet for Park Maintenance Products BWI Companies, Inc.Harrell's LLC Helena Chemical CompanyIRRIGATORS SUPPLYSiteOne Landscape SupplyWinfield Carrollton, TXLakebed, FLGreenville, TXMcKinney, TXCleveland, OhioCarrollton, TX Est Del. EST. Item Extended Est Del. ARO ARO Extended Est Del. ARO Est Del. ARO Est Del. ARO Est Del. ARO ANN UOMProduct DescriptionUnit PriceUnit PriceExtended PriceUnit PriceUnit PriceExtended PriceUnit PriceExtended PriceUnit PriceExtended Price # (Bus. Days)(Bus. (Bus. Days)(Bus. Days)(Bus. Days)(Bus. Days) PricePrice QTY Days) SECTION A - LANDSCAPE AND TURF FERTILZER 11525 lb.Color Star Fertilizer $ 27.00 $ 405.00 7-10 Days$ 28.00 $ 420.00 1-2 days$ - $ - $ - $ 22.57 $ 338.55 3 - 5 ARO$ - $ - 21525 lb.Blossom Booster Peters 10-30-20 $ 32.94 $ 494.10 7-10 Days$ - NB$ - $ - $ - $ - $ - $ - $ - 31525 lb.Peters Miracid 21-7-7 $ 21.50 $ 322.50 7-10 Days$ 15.16 $ 227.40 1-2 days $ - $ - $ - $ - $ - $ - $ - 42050 lb.9-23-30 Fertilizer $ - $ - $ - NB$ - $ - $ - $ - $ - $ - $ - 52500 tabletsAgriform Tablets 21g. $ 42.00 $ 84.00 7-10 Days$ 41.00 $ 82.00 2-4 days$ - $ - $ - $ 50.49 $ 100.98 3 - 5 ARO$ - $ - 62050 lb.24-2-12 50%SRN .8%FE TRC $ 21.50 $ 430.00 7-10 Days$ 16.45 $ 329.00 3-5 days$ - $ - $ 17.25 $ 345.00 10-15 DAYS* $ 12.15 $ 243.00 3 - 5 ARO$ 16.79 $ 335.80 0 73050 lb.33-0-0 Fertilzer $ 9.00 $ 270.00 7-10 Days$ 13.65 $ 409.50 3-5 days$ - $ - $ 13.25 $ 397.50 10-15 DAYS* $ 24.77 $ 743.10 3 - 5 ARO$ - $ - 81550 lb.15-5-10 Fertilizer $ 10.00 $ 150.00 7-10 Days$ 12.57 $ 188.55 3-5 days$ - $ - $ 12.25 $ 183.75 10-15 DAYS* $ 13.37 $ 200.55 3 - 5 ARO$ 9.95 $ 149.25 1 93050 lb.18-24-12 50% Slow release Fertilizer $ 17.50 $ 525.00 7-10 Days$ 17.85 $ 535.50 1-2 days $ - $ - $ 18.75 $ 562.50 10-15 DAYS* $ 16.42 $ 492.60 3 - 5 ARO$ 16.24 $ 487.20 3 SECTION B - INSECTICIDES 1801 lb. Bayer Advanced Fire Ant Killer-No Award $ 65.00 $ 5,200.00 7-10 Days$ - NB$ - $ - $ - $ - $ - $ - $ - B22240 mlTempo $ - $ - $ - $ - $ - $ - $ - $ - 21020 lb.Delta Guard - Granuals $ 23.60 $ 236.00 7-10 Days$ - NB$ - $ - $ 27.75 $ 277.50 10-15 DAYS* $ 32.32 $ 323.20 3 - 5 ARO$ 22.50 $ 225.00 1 32025 lb.Extinguish Plus Fire Ant Bait $ 169.00 $ 3,380.00 7-10 Days$ 195.00$ 3,900.00 2-4 days$ 179.50 $ 3,590.00 3-7 days$ 189.00 $ 3,780.00 10-15 DAYS* $ - $ 183.75 $ 3,675.00 1 4425 lb. Advion Fire Ant Bait $ 259.00 $ 1,036.00 7-10 Days$ 280.00$ 1,120.00 1-2 days$ 278.50 $ 1,114.00 3-7 days$ 258.50 $ 1,034.00 10-15 DAYS* $ 330.74 $ 1,322.96 3 - 5 ARO$ 248.00 $ 992.00 1 SECTION C - HERBICIDES 122.5 gal. Finale $ 125.00 $ 250.00 7-10 Days$ 114.70$ 229.40 2-4 days$ 138.57 $ 277.14 3-7 days$ 158.76 $ 317.52 10-15 DAYS* $ 170.61 $ 341.22 3 - 5 ARO$ 148.75 $ 297.50 1 2130 gal.Glyphosate Plus 10% Sufactant $ 390.00 $ 390.00 7-10 Days$ 341.25$ 341.25 1-2 days$ 344.10 $ 344.10 3-7 days$ 400.00 $ 400.00 10-15 DAYS* $ 496.30 $ 496.30 3 - 5 ARO$ 394.50 $ 394.50 1 31002.5 gal. Glyphosate Plus 10% Sufactant $ 34.00 $ 3,400.00 7-10 Days$ 29.99 $ 2,999.00 1-2 days$ 30.15 $ 3,015.00 3-7 days$ 35.75 $ 3,575.00 10-15 DAYS* $ 43.66 $ 4,366.00 3 - 5 ARO$ 33.15 $ 3,315.00 1 442.5 gal.Aquatic Glyphosate 53.8% $ 56.00 $ 224.00 7-10 Days$ 64.50 $ 258.00 1-2 days$ 50.00 $ 200.00 3-7 days$ 62.50 $ 250.00 10-15 DAYS* $ 56.03 $ 224.12 3 - 5 ARO$ 42.45 $ 169.80 1 542.5galPendimethalin Non Staining $ 75.00 $ 300.00 7-10 Days$ 157.35$ 629.40 1-2 days$ 145.33 $ 581.32 3-7 days$ 135.00 $ 540.00 10-15 DAYS* $ 101.86 $ 407.44 3 - 5 ARO$ 142.00 $ 568.00 1 6130 gal.Barricade 4L $ 3,570.00 $ 3,570.00 7-10 Days$ 3,570.00 $ 3,570.00 1-2 days$ 3,570.00 $ 3,570.00 3-7 days$ 1,875.00 $ 1,875.00 10-15 DAYS* $ 3,570.00 $ 3,570.00 3 - 5 ARO$ 3,570.00 $ 3,570.00 1 7241 gal.Barricade 4L $ 143.00 $ 3,432.00 7-10 Days$ 71.00 $ 1,704.00 1-2 days$ 143.00 $ 3,432.00 3-7 days$ 62.50 $ 1,500.00 10-15 DAYS* $ 137.00 $ 3,288.00 3 - 5 ARO$ 137.00 $ 3,288.00 1 88050 lb. bagSnapshot $ 80.00 $ 6,400.00 7-10 Days$ 96.35 $ 7,708.00 1-2 days$ 90.50 $ 7,240.00 3-7 days$ 73.50 $ 5,880.00 10-15 DAYS* $ 84.05 $ 6,724.00 3 - 5 ARO$ 76.00 $ 6,080.00 1 9101 gal.Confront $ 80.00 $ 800.00 7-10 Days$ 144.20$ 1,442.00 1-2 days$ 129.79 $ 1,297.90 3-7 days$ 97.50 $ 975.00 10-15 DAYS* $ 143.85 $ 1,438.50 3 - 5 ARO$ 136.00 $ 1,360.00 1 1041 gal.Specticle Flo $ 1,606.50 $ 6,426.00 7-10 Days$ 1,606.50 $ 6,426.00 1-2 days$ 1,606.50 $ 6,426.00 3-7 days$ 1,606.50 $ 6,426.00 10-15 DAYS* $ 1,606.50 $ 6,426.00 3 - 5 ARO$ 1,606.50 $ 6,426.00 1 1141 lb.SureGuard $ 170.00 $ 680.00 7-10 Days$ 144.00$ 576.00 1-2 days$ 130.40 $ 521.60 3-7 days$ 150.00 $ 600.00 10-15 DAYS* $ 175.42 $ 701.68 3 - 5 ARO$ 141.55 $ 566.20 1 12 1 gal.Primo Maxx 5 $ 291.00 $ 1,455.00 7-10 Days$ 134.00$ 670.00 1-2 days$ 290.00 $ 1,450.00 3-7 days$ 166.75 $ 833.75 10-15 DAYS* $ 290.00 $ 1,450.00 3 - 5 ARO$ 290.00 $ 1,450.00 1 1330050 lb. bag5-0-15 w/ 1% Ronstar $ 35.00 $ 10,500.00 7-10 Days$ 33.32 $ 9,996.00 1-2 days$ 28.46 $ 8,538.00 3-7 days$ 32.63 $ 9,789.00 10-15 DAYS* $ 30.08 $ 9,024.00 3 - 5 ARO$ 44.00 $ 13,200.00 1 141250 lb. bagRonstar G $ 80.00 $ 960.00 7-10 Days$ 82.35 $ 988.20 1-2 days$ 75.00 $ 900.00 3-7 days$ 71.25 $ 855.00 10-15 DAYS* $ 93.13 $ 1,117.56 3 - 5 ARO$ 77.45 $ 929.40 1 15Dimension 2 EW 42.5 gal. $ 578.75 $ 2,315.00 7-10 Days$ 578.75$ 2,315.00 1-2 days$ 550.00 $ 2,200.00 3-7 days$ 484.25 $ 1,937.00 10-15 DAYS* $ 578.75 $ 2,315.00 3 - 5 ARO$ 525.00 $ 2,100.00 1 SECTION D - CHEMICAL ADDITIVES & MISCELLEANEOUS Blue Spray Dye 1 22.5 gal.$ 100.00 $ 200.00 7-10 Days$ 57.87 $ 115.74 $ 120.00 $ 240.00 3-7 days$ 57.25 $ 114.50 10-15 DAYS* $ 41.82 $ 83.64 3 - 5 ARO$ 66.00 $ 132.00 1 Non Ionic Surfactant 2 121 gal.$ 40.00 $ 480.00 7-10 Days$ 30.53 $ 366.36 $ 26.00 $ 312.00 3-7 days$ 15.75 $ 189.00 10-15 DAYS* $ 14.02 $ 168.24 3 - 5 ARO$ 14.00 $ 168.00 1 Antifoamer/Defoamer 3 24Quart$ 15.00 $ 360.00 7-10 Days$ 11.45 $ 274.80 $ 25.00 $ 600.00 3-7 days$ 10.75 $ 258.00 10-15 DAYS* $ 3.69 $ 88.56 3 - 5 ARO$ 17.00 $ 408.00 1 4Neutralize Tank Cleaner 122 lb.$ 12.00 $ 144.00 7-10 Days$ 9.05 $ 108.60 $ - $ 5.79 $ 69.48 3 - 5 ARO$ - $ - 5586 x 1.5 ozJust One Bite Pellet Packs-No Award $ 45.00 $ 225.00 7-10 Days$ - NB $ - $ - $ - $ - $ - SECTION E - SOIL AMENDMENTS Peat Moss 11043.8 cu. ft.$ 15.00 $ 1,560.00 7-10 Days$ - $ - NB$ - $ 19.34 $ 2,011.36 3 - 5 ARO$ - $ - Sunshine Mix #4 2103.8 cu. ft.$ 43.59 $ 435.90 7-10 Days$ - $ - NB$ - $ 4.00 $ 40.00 3 - 5 ARO$ - $ - Cypress Mulch No Float 320003 cu. Ft.$ - $ - $ - $ - NB$ - $ 2.34 $ 4,680.00 3 - 5 ARO$ - $ - Back to Nature Cotton Bur Compost 41262 cu. Ft.$ 5.44 $ 685.44 7-10 Days$ - $ - NB$ - $ - $ - $ - $ - SECTION F - BULK FERTILIZER AND APPLICATION 15Ton42-0-0 w/50%SCU 1.6% FE Trace Package $ - $ - $ 745.50$ 3,727.50 3-5 days$ 850.00 $ 4,250.00 10-15 DAYS* $ - $ - $ - $ - 28-3-10 w/50%SCU 3% FE Trace Package 25Ton $ - $ - $ 744.71$ 3,723.55 3-5 days$ 775.00 $ 3,875.00 10-15 DAYS* $ - $ - $ - $ - 46-0-0 Urea 310Ton $ - $ - $ 635.45$ 6,354.50 3-5 days$ 505.00 $ 5,050.00 10-15 DAYS* $ - $ - $ - $ - 420TonApplication Bulk Granules $ - $ - $ 18.50 $ 370.00 5-7 days$ 150.00 $ 3,000.00 N/A $ - $ - $ - $ - Total Cost of Awarded Products (Annual) $ 7,094.54 $ 14,545.05 $ 9,059.60 $ 25,385.00 $ 5,204.68 $ 4,291.25 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-048,Version:1 AGENDA CAPTION Consideradoptionofanordinanceacceptingcompetitivebidsandawardingacontractforthesupplyof WartsilaGasEngineLubricationOilandCoolingSystemGlycolfortheDentonEnergyCenter;providingfor theexpenditureoffundstherefor;andprovidinganeffectivedate(IFB6632-awardedtothelowestresponsive bidderforeachlineitem,ReederDistributors,Inc.inthenot-to-exceedamountof$330,030andO’Rourke Dist.Co.,Inc.dbaO’RourkePetroleuminthenot-to-exceedamountof$79,953foratotalawardnot-to-exceed $409,983). The Public Utilities Board will consider this item on January 8, 2018. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas ______________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Materials Management CM: Todd Hileman DATE: January 9, 2018 SUBJECT Consider adoption of an ordinance accepting competitive bids and awarding a contract for the supply of Wartsila Gas Engine Lubrication Oil and Cooling System Glycol for the Denton Energy Center; providing for the expenditure of funds therefor; and providing an effective date (IFB 6632- awarded to the lowest responsive bidder for each line item, Reeder Distributors, Inc. in the not-to- -to- exceed amount of $79,953 for a total award not-to-exceed $409,983). The Public Utilities Board will consider this item on January 8, 2018. BACKGROUND: The Denton Energy Center (DEC) is an approved CIP project for DME. The project will provide power at times that renewable energy sources are not readily available and/or when power is needed for support of the regional electric grid. future commitment to providing the citizens of Denton with 70+ percent of electricity from renewable sources of energy. The solicitation included two different products used by the engines, lubrication oil and cooling system glycol. Item 1 Wartsila Gas Engine Lubrication Oil The first item was for lubrication oil. 12 Wärtsilä engines require an initial quantity of lubrication oil to fill each engine. T gallons with each engine holding approximately 3,850 gallons of oil. The plant also has 12,000 gallons of oil storage on site which resides within a containment area. The oil is primarily used to lubricate the internal moving parts of the engines; with a secondary function to provide supplemental cooling of the pistons, rods and crank shafts. This initial quantity of oil will fill all engines and the oil storage tanks. Just like a typical car engine, the Wärtsilä engines will consume a small of quantity of lubrication oil during normal operations. The stored oil will be utilized by maintenance staff to keep the engines lubrication oil at optimum levels. Wärtsilä has a list of 11 validated engine oils, of which three are readily available in the United States (U.S.) (See Exhibit 3). Use of a validated oil is required to maintain the engine warranty. Wartsila does not allow mixing of different engine oils. Once the engines are filled with a specific lube oil product, only that product can be used. To switch products, the entire plant lube oil system volume must be drained and the fluids disposed of in a proper manner. This constraint on engine oil cross mixing, and the regional availability of validated oils, is the justification for Wärtsilä not supplying the engines first fill of lube oil. The Invitation for Bid (IFB) was advertised in accordance with Materials Management procedures seeking manufacturer validated products. IFBs were sent to 120 prospective suppliers of these items. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Seven distributors submitted responsive bids. All three readily available U.S. validated brands were represented, with the low bid being $5.79 per gallon for the Chevron product, and with the high bid coming in at $7.39 per gallon for the ExxonMobil product. The average price per gallon for all bids was $6.54 (Exhibit 2). It was determined that the low bid submitted by Reeder Distributors, Inc. met the product specifications and requirements contained in the bid documents. Item 2 Wartsila Cooling System Glycol The second component of IFB 6632 was the supply of Monopropylene Glycol (MPG) for the plants cooling system. MPG is a chemical compound that is mixed with the plants cooling system water to lower the freeze point of the system. In common terms, MPG is the antifreeze compound that keep the exposed portions of the plants cooling system from freezing. The exposed sections of the system will be protected against prolonged temperatures at or above 15° Fahrenheit. MPG was selected over the alternate compound of Ethylene Glycol (EG) since MPG is much less toxic. This part of the IFB was also advertised in accordance with City of Denton Materials Management procedures. Invitation for Bids were sent to 120 prospective suppliers of these items. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Seven distributors submitted responsive bids. The manufacturer was required to calculate the quantity of their product that is required to bring Products, was 8,700 gallons at $9.19 per gallon for a total cost of $79,953.00. The high bid came in at 10,318 gallons at $16.75 per gallon for a total cost of $172,825.60. The average cost for all bids was $132,844.12. It was determined that the low bid submitted by met the product specifications and requirements contained in the bid documents. PRINCIPAL PLACE OF BUSINESS Reeder Distributors, Inc. Fort Worth, TX Fort Worth, TX RECOMMENDATION: DME recommends awarding IFB 6632, Line Item 1, gas engine lubrication oil to Reeder Distributors, Inc. in the total not-to-exceed amount of $330,030. DME recommends awarding IFB 6632, Line item 2, Monopropylene (antifreeze) to Petroleum, in the total not-to-exceed amount of $79,953. These are for single purchases and purchase orders will be issued upon approval. ESTIMATED SCHEDULE OF PROJECT Delivery of the will occur within 1-2 weeks after receipt of order. FISCAL INFORMATION: The purchases will be funded with bond funds from Denton Municipal Electric project account #603995601. EXHIBITS: Exhibit 1: Agenda Information Sheet Exhibit 2: Bid Tabulation Exhibit 3: Wärtsilä Validated Engine Lubrication Specifications Exhibit 4: Ordinance Exhibit 5: Staff Presentation Respectfully submitted: Karen Smith, 349-8436 Purchasing Manager For information concerning this acquisition, contact: Chris Lutrick at 349-7152. IFB 6632 - Tabulation Sheet for Engine Lube oil and Cooling Water Gylcol AmPac Chemical Co, Inc. O'Rourke Petroleum Products Reeder Distributors, Inc.SunCoastApache Oil CompanyDelta Fuel Company, Inc.Western Marketing, Inc.Douglass Distributing Ft. Worth, TXHouston, TX Ft. Worth, TXFt. Worth, TXPasdena, TexasFerriday, LASaginaw, TX Sherman, TX Est Est Est Est Est Est Glycol Est Delivery Glycol Glycol Glycol Glycol Est Delivery Glycol Glycol Glycol QTYUOMProduct DescriptionUnit PriceExtended PriceUnit PriceExtended PriceDelivery Unit PriceExtended PriceDelivery Unit PriceExtended PriceDelivery Unit PriceExtended PriceUnit PriceExtended PriceDelivery Unit PriceExtended PriceDelivery Unit PriceExtended PriceDelivery Item # Qty(wks)QtyQtyQtyQty(wks)QtyQtyQty (wks)(wks)(wks)(wks)(wks)(wks) Approved Gas 157,000EA Engine Lubrication $ 5.79 $330,030.001-2 weeks$ 6.29$358,530.003 Days$ 5.85$333,450.001 wk$ 6.70$381,900.002 Weeks$ 6.75$384,750.00$ 6.99$398,430.002 weeks$ 7.39$54.61$ 2.00No Bid oil Chevron HDAX 5200 Low Ash 40 - Chevron HDAX 5200 Low Ash Gas Chevron 232328990Shell Mysella S5 N 40Shell/Mysella S5N40- 500007761HDAX 5200 40 WExxonMobil / 103667 232328990Engine Oil P/n 232328 Monopropylene TBD 2EA Glycol * 12,900$ 9.77 $ 126,033.00 1-2 weeks8,700$ 9.19$ 79,953.003 Days12,900$ 11.15$ 143,835.001 wk14,850$ 7.29$ 108,256.5010 Days10,318$ 16.75$ 172,825.6012,898$ 12.49$ 161,096.022 weeksNo Bid12,925$ 10.67$ 137,909.754-5 Shamrock Chicago/Rockfrost HD Lyondell Industrial Grade Propylene Chevron DELO ELC PG Antifreeze p/n Concentrate, 47 x 275 gallon totes to Chevron 275110990Monopropylene GlycolSierra SEPR08Cheveron DELO ELC PG Concentrate Glycol - 499292275110yield approx 51,500 gallon of 25% solution *Quantity of Glycol is supplied by each vendor as the quantity required to achieve 15 degrees Fahrenheit freeze protection for a 51,590 gallon cooling system Wärtsilä INSTALLATION MANUAL Corporation Finland Technology This doc is the property of Wärtsilä Corp. and shall neither be copied, shown or communicated to a third party without the consent of the owner. K.Juoperi / SubtitleProductMade 11.08.1998PageDocument NoRev J.Norrgård Wärtsilä 34SG -Wärtsilä 34LPGAppd.15.01.1999U.Åstrand1(4) k 4V92A0780 Wärtsilä 50SG Changed by: K. Revised date: 24.09.2015 Approved by: J. Mikkilä/A. Vakkila Change notice No.:CN-A027972 Juoperi/F. Zhang REQUIREMENTS AND OIL QUALITY ® LUBRICATING OIL REQUIREMENTS AND QUALITY FOR WÄRTSILÄ ®® 34SG,WÄRTSILÄ34LPGAND WÄRTSILÄ50SGENGINES Viscosity Viscosity class SAE 40 Viscosity Index (VI) Min. 95 Alkalinity (BN) Lubricating oils with BN of 4 - 7 mg KOH/g have to be used. Sulphated ash level The content of sulphated ash in gas engine lubricating oils is a very important property. Too high ash content can cause preignition, knocking and spark plug fouling, while too low ash content can lead to increased valve wear. Low ash lubricating oils with sulphated ash level of max. 0,6%m/mhave to be used. Additives The oils shall contain additives that give good oxidation stability, corrosion protection, load carrying capacity, neutralisation of acid combustion and oxidation residues and should prevent deposit formation on internal engine parts. Foaming characteristics Fresh lubricating oil shall meet the following limits for foaming tendency and stability, according to the ASTM D 892-92 test method: Sequence I: 100/0 ml Sequence II: 100/0 ml Sequence III: 100/0 ml Base oils Use of virgin base stocks is only allowed, i.e. recycled or re-refined base oils are not allowed. Page Document No Rev 2 (4) k 4V92A0780 CONDEMNING LIMITS FOR USED LUBRICATING OIL When estimating the condition of used lubricating oil, the following properties along with the corresponding limit values must be noted. If the limits are exceeded, measures must be taken. Compare also with guidance values for fresh lubricating of the brand used. PROPERTY UNIT LIMIT TEST METHOD Viscosity cSt at 40 °C max. 50% increase ASTM D 445 Viscosity cSt at 100 °C max. 25% increase ASTM D 445 Water % v/v or % m/m max. 0,30 ASTM D 95 or D 6304C Base Number mg KOH/g max. 50% depletion ASTM D 2896 Total Acid Number mg KOH/g max. 2,5 mg KOH/g ASTM D 664 increase Insolubles % m/m in max. 1,0 ASTM D 893b n-pentane Oxidation Abs/cm max. 25 IR Nitration Abs/cm max. 20 IR CHANGE OF LUBRICATING OIL BRAND Top-up with another lubricating oil brand than being filled to the system is not allowed, except if the both two lubricating oils originate from the same manufacturer and are based on same base oils and additive technology. Otherwise the lubricating oil system has to be drained and then filled with another brand by following the procedure described here below. In order to minimize the risk of lubricating oil foaming, deposit formation, blocking of lubricating oil filters, damage of engine components, etc., the following procedure should be followed when lubricating oil brand is changed from one to another: If possible, change the lubricating oil brand in connection with an engine (piston) overhaul Drain old lubricating oil from the lubricating oil system Clean the lubricating oil system in case of an excessive amount of deposits on the surfaces of engine components, like crankcase, camshaft compartment, etc. Fill the lubricating oil system with fresh lubricating oil If the procedure described above is not followed, responsibility of possible damage and malfunctions caused by lubricating oil change should always be agreed between the oil company and customer. Page Document No Rev 3 (4) k 4V92A0780 ® VALIDATED LUBRICATING OIL QUALITIES FOR WÄRTSILÄ 34SG, ®® WÄRTSILÄ 34LPG AND WÄRTSILÄ 50SG NATURAL GAS AND LIQUEFIED PETROLEUM GAS OPERATION There exists experience that lubricating oils manufactured from API Group II or IV base oils are able to offer better cleanliness of exhaust gas boiler / economizer compared to lubricating oils manufactured from API Group I base oils and are thus recommended in the first place for such applications. In some cases also longer change intervals may be achieved by using API Gp II or IV based products. Table 1: Validated gas engine oils based on API Gp II and IV base oils: SUPPLIER BRAND NAME VISCOSITY BN SULPHATED ASH (% m/m) Bharat Petroleum MAK GES XLA 40 SAE 40 5,3 0,48 Corp. Ltd. Chevron (Texaco HDAX 5200 Low Ash SAE 40 4,2 0,50 + Caltex) Gas Engine Oil SAE 40 ExxonMobil Pegasus 905 SAE 40 6,2 0,49 Pegasus 1005 SAE 40 5,0 0,50 Pegasus 1 SAE 40 6,5 0,49 Idemitsu Kosan Apolloil GHP 40L SAE 40 4,7 0,45 Co. Ltd. MOL-LUB Ltd. MOL GMO Longlife 40 SAE 40 6,6 0,50 Pakelo Motor Oil Geoterm LA 4 SAE 40 6,6 0,50 S.r.l. Petro-Canada Sentron LD 5000 SAE 40 4,9 0,57 Petronas GEO S 40 SAE 40 5,6 0,46 Sasol Gas Engine Oil LA 40 SAE 40 5,5 0,50 Shell Mysella S5 N 40 SAE 40 4,5 0,48 *) Total Nateria X 405 SAE 40 5,2 0,45 Table 2: Validated gas engine oils based on API Gp I base oils: SUPPLIER BRAND NAME VISCOSITY BN SULPHATED ASH (% m/m) Castrol Duratec L SAE 40 4,5 0,45 Chevron (Texaco Geotex LA 40 SAE 40 5,2 0,45 + Caltex) ExxonMobil Pegasus 705 SAE 40 5,3 0,49 Pegasus 805 SAE 40 6,2 0,50 Lukoil Efforse 4004 SAE 40 5,56 0,49 Petrogal Galp GN 4005 SAE 40 5,2 0,45 Shell Mysella S3 N 40 SAE 40 5,0 0,45 Page Document No Rev 4 (4) k 4V92A0780 USE OF NON-VALIDATED LUBRICATING OILS: Before using a lubricating oil not listed in the tables above, the engine manufacturer must be contacted. Lubricating oils that are not validated have to be tested according to engine Should a non-validated lubricating oil be used during the engine warranty period, and there exist no agreement with the engine manufacturer about testing, the engine guarantee does not hold. Lubricating oil companies listed above along with other possible manufacturers and distributors undertake all responsibility for the performance of their validated lubricating oils in service to the exclusion of any liability of any Wärtsilä company belonging to Wärtsilä group. Further, they shall indemnify, compensate and hold harmless Wärtsilä and companies belonging to Wärtsilä group from and against any claims, damages and losses caused by the lubricating oils in question. LUBRICATING OILS FOR ENGINE TURNING DEVICE EP-gear oils having viscosity of 414 - 506 cSt at 40 °C = ISO VG 460 are normally considered as suitable lubricating oils for turning device. The following products are fulfilling the requirements: LUBRICATING OILS FOR ENGINE TURNING DEVICE SUPPLIER BRAND NAME VISCOSITY VISCOSITY VISCOSITY cSt at 40 °C cSt at 100 °C INDEX (VI) BP Energol GR-XP 460 460 30,5 95 Castrol Alpha SP 460 460 30,5 95 Chevron (Texaco Meropa 460 460 31,2 97 + Caltex) ENI S.p.A. Blasia 320 300 23,0 95 ExxonMobil Mobilgear 600 XP 460 460 30,6 96 Fuchs Renolin CLP 460 460 30,4 95 Petro-Canada Enduratex EP 460 452 30,4 97 Shell Omala S2 G 460 460 30,8 97 Total / Lubmarine Carter EP 460 470 30,3 93 IFB 6632 DEC Gas Engine Lube Oil and Glycol Supply City Council Presentation Chris Lutrick/Brent Heath Denton Municipal Electric Jan. 9, 2018 Presentation Outline: Internal Combustion Engine Overview Bid Summary Recommendation Questions 2/ 6 Internal Combustion Engine Overview: 3/ 6 --stroke ngine ) Summary of Bids: Purchasing method used was Invitation For Bid 7 bids were received for Lube Oil 7 bids were received for MPG The oil bids ranged from $5.79 to $7.39 per gallon The MPG bids ranged from $79,953 to $172,825.60 This will be a single purchase of 57,000 gallons of Lube Oil This will be a single purchase of 8,700 gallons of Glycol 4/ 6 Staff Recommendations: Engine Lubrication Oil Lowest Cost Bid submitted by Reeder Distributors, Inc. Not-to-exceed $330,030 Glycol Lowest Cost Bid submitted by Not-to-exceed $79,953 5/ 6 Questions: Chris Lutrick & Brent Heath 6/ 6 Typical Chemical Tote: 7/ 6 Engine Lubrication Requirements: Wärtsilä Validated Oil 3 Manufacturers in US (ExxonMobil, Shell, Chevron) Must be a low Ash, SAE 40 weight Grade 1 or 2 base oil Supplier/Distributor Requirements Oil must be delivered in bulk (tanker loads) Total delivered quantity will be 57,000 gallons (Single engine 3895 ga.) Upon delivery oil will be tested to verify compliance with specifications 8/ 6 Monopropylene Glycol (MPG): MPG vs Ethylene Glycol Synthetic Organic compound (CH0) 382 Used extensively throughout cosmetic, personal hygiene, and food industries MPG is the more environmentally friendly product DEC will use MPG to change the freezing/boiling point of the cooling system water (Antifreeze) Cooling system fluid will be mixed to a concentration that will provide the exposed sections of system freeze protection down to 15F The glycol will be supplied in chemical totes 9/ 6 City Hall City of Denton 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com Legislation Text File #:ID 18-073,Version:1 AGENDA CAPTION ConsideradoptionofanOrdinanceoftheCityofDenton,TexasamendingSections26-3,26-4,26-8and addingSection26-12toChapter26-UtilitiesoftheDentonCodeofOrdinances;providinganopenmeetings clause;providingacumulativeclause;providingarepealer;providingaseverability;andprovidinganeffective date. City of DentonPage 1 of 1Printed on 1/5/2018 powered by Legistar™ City of Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT:Finance DCM:Bryan Langley DATE:January9, 2018 SUBJECT Consider adoption of an Ordinance of the City of Denton, Texas amending Sections 26-3, 26-4, 26-8 and adding Section 26-12 to Chapter 26 –Utilities of the Denton Code of Ordinances; providing an open meetings clause; providing a cumulative clause; providing a repealer; providing severability; and providing an effective date. BACKGROUND On October 17, 2017, the City Council received a report and held a discussion about the Credit and Collections Policiesof the City Utility System. The specific review wasin regards to Ordinance 2010- 292, which details the credit and collection practices utilized by Denton Municipal Utilities. The changes undertaken were in response to recommendations made in a 2008 management review conducted by Navigant Consulting as well as evidence that the City’s uncollectible debt was increasing in amount and in proportion to total accounts receivables. Staff has closely monitored the impact ofeach of the ordinance changesover the last several years, and the results indicate that the primary objectives of these initiatives are being met. The number of delinquent accounts continues to decrease, credit screenings are ensuring that customers receive fair collection treatment, and uncollectible debts have been reduced. During the October 9, 2017,Public Utilities Board meetingand October 17, 2017, City Council meeting, Customer Service presentedtheCredit and Collectionsresults and practices. The Boardand Council asked staff for further informationin regards to the meter/billing cycles, survey comparisons, fair credit scoring, fee review, deposit options and additional funding to the P.L.U.S One program. During the November 13, 2017 Public Utilities Meeting and November 14, 2017, City Council meeting, Customer Service presented the follow-up information and provided options for direction regarding the P.L.U.S One program and deposit policy. The Public Utilities Board recommended no changes to the deposit policy, increase funding by $25,000 for the P.L.U.S One program, allow funding to be usedtowards deposits, update criteria for new contract and proceed with a Homelessness Deposit Waiver. City Council gave direction toincrease funding by $25,000 for the P.L.U.S One program, allow funding to be used towards deposits, update criteria for new contract and proceed with a Homelessness Deposit Waiver.The Council asked for additional information regarding initial deposits for new customers and how deposit are assessed for existing customers. During the December 5, 2017, City Council meeting, Customer Service presented the information regarding new and existing customer utility deposits. The City Council provided direction on changing points associated with overdue interest and the customer ratings. The Council asked for the changes to be madein ordinance and brought back to review and approve.The proposed changes are detailed below: P.L.U.S One Program Changes All changes associated with the P.L.U.S One program are contractual changes that will be includedin the new contract that is currently in a Request for Proposal status. The contract will be brought back to the Public Utilities Board and City Council for approval in May 2018. The contractual changes include: Increase funding from $100,000 to $125,000 per year Update contract criteria for vendor to utilize to determine approval of assistanceand defining specific guidelines to help more families and understand what barriers customers are facing. o Allow funds to be allocated to assist with deposits. o A requirement that the vendor establish written program guidelines that the City reviews and approves annually and that must be provided to clients. o The monthly reporting should capture more data to help better understand the barriers to assistance. o The addition of training on limitations of the funding that will help the agency better understand its authority in qualifying clients for assistance. o Assisting families regardless of tenure at address. o Assist families more than once per 12 month period (Up to 3 times a year). Homelessness Deposit Waiver Implementation Addressesa specific community need through a deposit waiver process for any individual or family experiencing homelessness that areparticipating in a City of Denton verified permanent or rapid rehousing program. Qualified agencies will be provided a form letterfor clients to present to the City when requesting utility servicein order to have the deposit waived. Credit Event & Rating Changes The point’s associated with theOverdue Interest credit event is 100. Per City Council direction, no points will be associated with an Overdue Interest charge. Current customers in the utility system have an internal customer rating that determines deposit requirements. City Council provided direction tomodify the rating scale, points accrued and deposit required. These changes are illustrated below: Disconnection Procedures for Holidays/Weekends and Extreme Weather Customer Service has followed an internalpolicy in regards to disconnectionof service during holidays, weekends and at time of extreme weather. Inefforttomemorializethese procedures, staff has added the parameters into the ordinance changes for consideration. Disconnection on holidays or weekends –Unless a dangerous condition exist or the customer requests disconnection, service shall not be disconnected on holidays or weekends, or the day immediately preceding a holiday or weekend, unless utility personnel are available on those days to take payments and reconnect services. Services shall also not be disconnected during the weeks of Thanksgiving, Christmas or New Year’s Disconnection during extreme weather. Utility services will not be disconnected for nonpayment when on the day of disconnection: o The National Weather Service (NWS) has forecasted the day’s temperatures to fall below 32 degrees Fahrenheit o The NWS has forecasted the day’s high temperatures to be at or above 100 degrees Fahrenheit or a heat advisory has been issued for Denton County. RECOMMENDATIONS: Review ordinance changes and consider approval fromPublic Utilities Board and City Council. PRIOR ACTION/REVIEW (Councils, Boards, Commissions) On October 9, 2017, Customer Service presented a review and presentation to the Public Utilities Board. The Board asked for a breakdown of uncollectable debt by account type for FY 08/09 and 15/16. Other requests included a map displaying security depositsand the process of transferring service within the service area. The Board asked staff to return for a work sessionprior to releasing a Request for Proposal on the P.L.U.S One Program. On October 17, 2017, Customer Service presented a review and presentation to the City Council. The Council had questions regarding meters, credit screening, amount of staff time dedicated to delinquent accounts,reducingdeposits, bill and payment arrangement dates and the impact of additional funding to the P.L.U.S One program. OnNovember13, 2017, Customer Service presented the follow-up information and options for direction to the Public Utilities Board. The Board provided direction to update criteria to the P.L.U.S One program, increase finding by $25,000, allow fundsto be allocated to deposits and execute a deposit waiver for customer’s experiencing homelessness and working with a help agency to be housed. The Board recommended that no changes be made to the deposit policy. OnNovember 14, 2017, Customer Service presentedthe follow-up information and options for direction tothe City Council. The City Councilprovided direction to update criteria to the P.L.U.S One program, increase finding by $25,000, allow funds to be allocated to deposits and execute a deposit waiver for customer’s experiencing homelessness and working with a help agency to be housed. The City Council requested additional information on the deposit process to be further discussed. On December 5, 2017, Customer Service presented the follow-up information and options for direction to City Council regarding new and existing customer utility deposits. The City Council provided direction to remove any pointsassociatedwith overdue interestand changes were made tothe scale of customer ratings, points and associated depositsfor existing customers. Once the ordinance revisionsare approved, staff will work to make the updates in the Customer Information System effective February 5, 2018. Once the changes have been implemented and internal credit ratings updated, all existing customers will maintain current deposits on the accounts. Once the credit events roll off the account, deposits will be refunded to the utility accounts. Staff will also not be completing the quarterly additional deposit assessments in January to allow for the new parameters to be put into place. FISCAL INFORMATION The primary purpose of Ordinance 2010-292 was to reduce the amount of uncollectible debt associated with utility services. Priorto implementation, uncollectible debts exceeded $1.1 million for fiscal years 08/09 and 09/10. In both cases, these amounts represented more than 0.6% of the City’s total utility receivables. The credit screening and deposit assessment processes were designed as measures to limit the amount of debt reaching this status.For fiscal year 2015-2016, uncollectible utility debts equaled $536,481. This was equal to 0.22% of the total receivables billed during that period and represented a 13% reduction over the preceding fiscal year. STRATEGIC PLAN RELATIONSHIP The City of Denton’s Strategic Plan is an action-oriented road map that will help the City achieve its vision. The foundation for the plan is the five long-term Key Focus Areas (KFA): Organizational Excellence; Public Infrastructure; Economic Development; Safe, Livable, and Family-Friendly Community; and Sustainability and Environmental Stewardship. While individual items may support multiple KFAs, this specific City Council agenda item contributes mostdirectly to the following KFA and goal: Related Key Focus Area: Organizational Excellence Related Goal:1.1 Manage financial resources in a responsible manner EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Revised Ordinance 2010-292 Exhibit 3: Presentation PREPAREDBY: Tiffany Thomson, Customer Service Manager (940) 349-7401 Tiffany.Thomson@cityofdenton.com Respectfully submitted: AntonioPuente, (940) 349-7283 Director of Finance City Council Presentation Credit & Collections Ordinance Revisions Tiffany Thomson-Customer Service Jan. 9, 2018 Background: November 16, 2010 approval of Ordinance 2010-292.Prior to implementation, uncollectible debts exceeded $1.4 million for fiscal year 08/09 and $1.1 million for fiscal year 09/10. In both cases, these amounts represented more than 0.6% of the City’s total utility receivables. For fiscal year 2015-2016, uncollectible utility debts equaled $536,481. This was equal to 0.22% of the total receivables billed during that period and represented a 13% reduction over the preceding fiscal year. The Public Utilities Board and City Council requested review of progress and ways to modify in October 2017. In November 2017, staff presented follow-up information to PUB and City Council. Direction was given to execute a homelessness deposit waiver, update criteria and funding to the P.L.U.S One Program. In December 2017, staff presented additional information regarding initial deposits for new customers and how existing customers are charged deposits. City Council provided direction to remove points associated with overdue interest and update the scale of customer ratings. 2/ 7 Updated: P.L.U.S One Program IncreaseinFundingfrom$100,000to$125,000 Allowfundstobeallocatedtowardsdeposits Updatinganddefiningspecificguidelineswithinthecontract Arequirementthatthevendorestablishwrittenprogramguidelines thattheCityreviewsandapprovesannuallyandthatmustbeprovided toclients. Themonthlyreportingshouldcapturemoredatatohelpbetter understandthebarrierstoassistance. Theadditionoftrainingonlimitationsofthefundingthatwillhelpthe agencybetterunderstanditsauthorityinqualifyingclientsfor assistance. Assistingfamiliesregardlessoftenureataddress Assistfamiliesmorethanonceper12monthperiod(Upto3timesa year) 3/ 7 New: Homelessness Deposit Waiver Addressesaspecificcommunityneedthroughadepositwaiverprocessforany individualorfamilyexperiencinghomelessnessthatareparticipatinginaCityof Dentonverifiedpermanentorrapidrehousingprogram. QualifiedagencieswillbeenprovidedaformletterforclientstopresenttotheCitywhen requestingutilityserviceinordertohavethedepositwaived. 4/ 7 Updated: Credit & Collection Parameters Modified Overdue Interest Modified rating scale, points accrued and Points deposit required CurrentProposed Credit EventPointsCredit EventPoints Late Fee50Late Fee50 Overdue Interest100Overdue Interest0 Disconnect Notice200Disconnect Notice200 Disconnect Non-Pay500Disconnect Non-Pay500 Returned Check200Returned Check200 NSF Check200NSF Check200 Collection Letter1000Collection Letter1000 Collection Agency1000Collection Agency1000 Write Off2000Write Off2000 Bankruptcy2000Bankruptcy2000 5/ 7 Disconnection Procedures Customer Service has followed an internal policy in regards to disconnection of service during holidays, weekends and at time of extreme weather. In effort to memorialize these procedures, staff has added the parameters into ordinance. HolidaysorWeekends:Serviceshallnotbedisconnectedonholidaysorweekends,ortheday immediatelyprecedingaholidayorweekend.Servicesshallalsonotbedisconnectedduringtheweeks ofThanksgiving,ChristmasorNewYear’s ExtremeWeather:Utilityserviceswillnotbedisconnectedfornonpaymentwhenonthedayof disconnection: o TheNationalWeatherService(NWS)hasforecastedtheday’stemperaturestofallbelow32 degreesFahrenheit o TheNWShasforecastedtheday’shightemperaturestobeatorabove100degreesFahrenheit oraheatadvisoryhasbeenissuedforDentonCounty. 6/ 7 Implementation Timeline P.L.U.S One Changes •New Contract July 2018 •Staff is currently working on solicitation process Homelessness Deposit Waiver •Staff has created the applicable application and form letter for the program. Implementation will be immediate after City Council approval. Credit & Collection Policy Changes •Staff will implement changes effective February 2018, to allow updates in Customer Information System to take place. 7/ 7 Tiffany Thomson