Loading...
HomeMy WebLinkAbout2022 - 01-11 Agenda and BackupCity of Denton Meeting Agenda City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com City Council Council Chambers & Council Work Session Room 4:00 PMTuesday, January 11, 2022 SPECIAL CALLED MEETING WORK SESSION BEGINS AT 4:00 P.M. IN THE COUNCIL CHAMBERS CLOSED MEETING BEGINS IMMEDIATELY FOLLOWING THE WORK SESSION IN THE COUNCIL WORK SESSION ROOM CITY COUNCIL CONSIDERATION OF THE CONSENT AGENDA AND ITEM FOR INDIVIDUAL CONSIDERATION WILL BEGIN IMMEDIATELY FOLLOWING THE CLOSED MEETING IN THE COUNCIL CHAMBERS REGISTRATION GUIDELINES FOR ADDRESSING THE CITY COUNCIL Citizens are able to participate in one of the following ways (NOTE: Other than public hearings, citizens are only able to comment one time per agenda item; citizens cannot use both methods to comment on a single agenda item. Public comments are not held for work session reports.): • eComment – On January 7, 2022, the agenda was posted online at www.cityofdenton.com/publicmeetings. Once the agenda is posted, a link to make virtual comments using the eComment module will be made available next to the meeting listing on the Upcoming Events Calendar. Within eComment, citizens may indicate support or opposition and submit a brief comment about a specific agenda item. Comments may be submitted up until the start of the meeting at which time the ability to make an eComment will be closed. Similar to when a citizen submits a white card to indicate their position on an item, the eComments will be sent directly to members of the City Council immediately upon entry into the module and recorded by the City Secretary. City Council Members review comments received in advance of the meeting and take that public input into consideration prior to voting on an agenda item. The Mayor will announce the number of Comment Cards submitted in support or opposition to an item during the public comment period. Comments will not be read during the meeting. The City Secretary will reflect the number of comments submitted in favor/opposition to an item, the registrant’s name, address, and (summary of) comments within the Minutes of the Meeting, as applicable. OR Page 1 Printed on 1/14/2022 January 11, 2022City Council Meeting Agenda • By phone – Citizens wishing to speak over the phone during this Council meeting, may call (940) 349-7800 beginning 30 minutes prior to the meeting start time. Comments by phone will be accepted until the item is opened for discussion by the Council. When the call is initially received, a staff member will receive the caller’s information and either: 1) offer to call the citizen back when it is time for them to speak, or 2) record the caller’s information, support or opposition, and comment. If the caller chooses to record their support or opposition, rather than speaking during the meeting, the Mayor will announce the number of comments submitted in support or opposition to the item. If the caller wishes to receive a call back, the voice of each caller will be broadcast into the meeting during the public commenting time of their desired agenda item. Individuals will be able to comment once per agenda item, no matter the method. • At regular meetings only, citizens can speak on any topic that is not on the agenda (Open Microphone). Alert the call taker if you wish to speak under the Open Microphone category. If you would like to give a public report, see the information below. After determining that a quorum is present, the City Council of the City of Denton, Texas will convene in a Work Session on Tuesday, January 11, 2022, at 4:00 p.m. in the Council Chambers at City Hall, 215 E. McKinney Street, Denton, Texas at which the following items will be considered: WORK SESSION 1. Citizen Comments on Consent Agenda Items This section of the agenda allows citizens to speak on any item listed on the Consent Agenda prior to its consideration. Each speaker will be given a total of three (3) minutes to address any item(s). Any person who wishes to address the City Council regarding these items may do so by utilizing the "By Phone" registration process as referenced under the REGISTRATION GUIDELINES FOR ADDRESSING THE CITY COUNCIL detailed at the beginning of this agenda. Registration is required prior to the time the City Council considers this item. Registrants may call in and remain on hold or receive a call back at the time the Work Session is called to Order and are encouraged to ensure they remain accessible to accept the call. 2. Requests for clarification of agenda items listed on this agenda. 3. Work Session Reports Receive a report and hold a discussion on the Denton Police Department’s policy on marihuana enforcement and the Denton Municipal Court’s policies related to drug paraphernalia citation processing. [Estimated Presentation/Discussion Time: 45 minutes] ID 22-081A. Receive a report, hold a discussion, and give staff direction on pending City Council requests for: (1)A work session to discuss amending the inclement weather policy. [Estimated Presentation/Discussion Time: 30 minutes] ID 21-2387B. Following the completion of the Work Session, the City Council will convene in a Closed Meeting in the Council Work Session Room to consider specific item(s) when these items are listed below under the Closed Meeting section of this agenda. The City Council reserves the right to adjourn into a Closed Meeting on any item on its Open Meeting agenda consistent with Chapter 551 of the Texas Government Code, as amended, or as otherwise allowed by law. Page 2 Printed on 1/14/2022 January 11, 2022City Council Meeting Agenda 1. Closed Meeting: Deliberations regarding Real Property - Under Texas Government Code Section 551.072. Receive information from staff, discuss, deliberate, and provide staff with direction pertaining to the potential sale of City-owned real property situated in the Robert Beaumont Survey, Abstract No. 31 and the William Neill Survey, Abstract No. 971, City of Denton, Denton County, Texas, located at 414 West Parkway Street / 413 Congress, where a public deliberation of such potential sale would have a detrimental effect on the City’s position in negotiations with a third party. ID 22-086A. Consultation with Attorneys - Under Texas Government Code Section 551.071. Consultation, discussion, deliberation, and receipt of information from the City’s attorneys involving legal issues relating to a disaster declaration and related order pertaining to the COVID-19 emergency, and to provide the City’s attorneys with direction, where a public discussion of these legal matters would clearly conflict with the duty of the City’s attorneys to the City of Denton and the Denton City Council under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas. ID 22-154B. Consultation with Attorneys - Under Texas Government Code Section 551.071. Consultation, discussion, deliberation, and receipt of information from the City’s attorneys to review and discuss litigation styled Tarver v. City of Denton et al, Cause No. 4:21-CV-00970-SDJ, pending in the Eastern District of Texas, Sherman Division, where the City’s Attorneys’ duties to the governmental body under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflict with Chapter 551 of the Texas Open Meetings Act. ID 22-157C. Any final action, decision, or vote on a matter deliberated in a Closed Meeting will only be taken in an Open Meeting that is held in compliance with Texas Government Code, Chapter 551, except to the extent such final decision, or vote is taken in the Closed Meeting in accordance with the provisions of Section 551.086 of the Texas Government Code (the ‘Public Power Exception’). The City Council reserves the right to adjourn into a Closed Meeting or Executive Session as authorized by Texas Government Code, Section 551.001, et seq. (The Texas Open Meetings Act) on any item on its open meeting agenda or to reconvene in a continuation of the Closed Meeting on the Closed Meeting items noted above, in accordance with the Texas Open Meetings Act, including, without limitation Sections 551.071-551.086 of the Texas Open Meetings Act. NOTE: Any item for which a formal action at the Special Called Meeting has been taken by Council may be subject to a request for a motion for reconsideration at any time during the meeting, at the Concluding Items Section, or after the meeting. In order to comply with the Texas Open Meetings Act, a request for a motion for reconsideration made during, at the end of, or after a Council meeting will be placed on the agenda and considered at the next official meeting of the City Council. Following the Closed Meeting, the City Council will reconvene in Open Meeting to take action, if any, on matters discussed in closed session. _________________________________________________________________________________ Page 3 Printed on 1/14/2022 January 11, 2022City Council Meeting Agenda Following the completion of the Closed Meeting, the City Council will convene in a Special Called Meeting in the Council Chambers to consider the following items: 1. CONSENT AGENDA Each of these items is recommended by Staff and approval thereof will be strictly on the basis of the Staff recommendations. Approval of the Consent Agenda authorizes the City Manager or his designee to implement each item in accordance with the Staff recommendations. The City Council has received background information and has had an opportunity to raise questions regarding these items prior to consideration. Listed below are bids, purchase orders, contracts, and other items to be approved under the Consent Agenda (Agenda Items A – M). This listing is provided on the Consent Agenda to allow Council Members to discuss or withdraw an item prior to approval of the Consent Agenda. If no items are pulled, the Consent Agenda Items will be approved with one motion. If items are pulled for separate discussion, they may be considered as the first items following approval of the Consent Agenda. Consider approval of the minutes of December 14, 2021.ID 22-087A. Consider appointment to the Tax Increment Reinvestment Zone Number Two (Westpark TIRZ) Board of Directors. ID 22-076B. Consider adoption of an ordinance authorizing the City Manager to execute the Amendment No. 2 to the “Memorandum of Understanding - The Environment” between the City of Denton and the University of North Texas which provides for the extension of the terms of said agreement until September 30, 2026; providing for the expenditure of funds therefor; and providing an effective date. (The Memorandum of Understanding establishes conditions for conducting small, short term research projects between the City of Denton and the University of North Texas.) ID 22-001C. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Custom Landscapes, Inc. dba Classic Landscapes & Maintenance, for mowing and maintenance services for DME, Water Reclamation, and Water Production Departments, Section F - Public Works/Utilities; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 - awarded to Custom Landscapes, Inc. dba Classic Landscapes & Maintenance, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $1,923,495.00). ID 22-061D. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with BrightView Landscape Services, Inc., for mowing and maintenance services for the Parks and Recreation and Fire Departments, Section C - Southeast Public Buildings, Parks, Trails, and Medians; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 - awarded to BrightView Landscape Services, Inc., for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $2,871,373.00). ID 22-062E. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal ID 22-063F. Page 4 Printed on 1/14/2022 January 11, 2022City Council Meeting Agenda corporation, authorizing the City Manager to execute a contract with Watts Ellison, LLC dba D&D Commercial Landscape Management, for mowing and maintenance services for the Parks and Recreation, Fire, Community Improvement Services, and the Denton Enterprise Airport Departments, Section D - Southwest Public Buildings, Parks, Trails, and Medians and Section E - ROW and Rough Cut; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 - awarded to Watts Ellison, LLC dba D&D Commercial Landscape Management, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $4,292,759.00). Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Freedom Commercial Services, LLC, for mowing and maintenance services for the Parks and Recreation and Drainage Departments, Section G - Drainage; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 - awarded to Freedom Commercial Services, LLC, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $1,548,194.00). ID 22-064G. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Natures Greenery, Inc., for mowing and maintenance services for the Parks and Recreation and Fire Departments, Section A - Northwest Public Buildings, Parks, Trails, and Medians, Section B - Northeast Public Buildings, Parks, Trails, and Medians, and Section H - Landscape Maintenance; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 - awarded to Natures Greenery, Inc., for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $6,334,436.00). ID 22-065H. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Infra Construction, LLC, for the replacement of the Service Center Complex fence for Facilities Management; providing for the expenditure of funds therefor; and providing an effective date (RFP 7819 - awarded to Infra Construction, LLC, in the not-to-exceed amount of $677,856.00). ID 22-066I. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the approval of a first amendment to a contract between the City of Denton and Elite Tree Service, L.L.C., amending the contract approved by City Council on November 6, 2018, in the not-to-exceed amount of $350,000.00; said first amendment to continue to provide tree trimming and removal for City departments needing such work; providing for the expenditure of funds therefor; and providing an effective date (IFB 6870 - providing for an additional first amendment expenditure amount not-to-exceed $87,500.00, with the total contract amount not-to-exceed $437,500.00). ID 22-077J. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal ID 22-078K. Page 5 Printed on 1/14/2022 January 11, 2022City Council Meeting Agenda corporation, authorizing the City Manager to execute a Professional Services Agreement with Parkhill, Smith & Cooper, Inc., for professional design services for Fire Station No. 9 for the Facilities Management Department; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7818-002 - awarded to Parkhill, Smith & Cooper, Inc., in the not-to-exceed amount of $1,011,665.00). Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with BWI Companies, Inc., through the Buy Board Cooperative Purchasing Network Contract # 611-20, for the purchase of ryegrass seed, specialty landscape, turf, and grower supplies for the Parks and Recreation, Drainage, and Streets Departments; providing for the expenditure of funds therefor; and providing an effective date (File 7910 - awarded to BWI Companies, Inc., for one (1) year, with the option for two (2) additional one (1) year extensions, in the total three (3) year not-to-exceed amount of $200,000.00). ID 22-079L. Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the approval of a second amendment to a contract between the City of Denton and Maintaining the Common Ground, LLC, amending the contract approved by City Council on July 17, 2018, in the not-to-exceed amount of $575,000.00; amended by Amendment 1 approved by Purchasing; said second amendment to provide mowing and maintenance services for the Parks and Recreation Department; providing for the expenditure of funds therefor; and providing an effective date (File 6627 - providing for an additional second amendment expenditure amount not-to-exceed $56,135.00, with the total contract amount not-to-exceed $680,135.00). ID 22-092M. 2. ITEM FOR INDIVIDUAL CONSIDERATION Consider approval of a resolution of the City of Denton adopting the Americans with Disabilities Act Transition Plan; and declaring an effective date. ID 21-2733A. 3. CONCLUDING ITEMS A. Under Section 551.042 of the Texas Open Meetings Act, respond to inquiries from the City Council or the public with specific factual information or recitation of policy, or accept a proposal to place the matter on the agenda for an upcoming meeting AND Under Section 551.0415 of the Texas Open Meetings Act, provide reports about items of community interest regarding which no action will be taken, to include: expressions of thanks, congratulations, or condolence; information regarding holiday schedules; an honorary or salutary recognition of a public official, public employee, or other citizen; a reminder about an upcoming event organized or sponsored by the governing body; information regarding a social, ceremonial, or community event organized or sponsored by an entity other than the governing body that was attended or is scheduled to be attended by a member of the governing body or an official or employee of the municipality; or an announcement involving an imminent threat to the public health and safety of people in the municipality that has arisen after the posting of the agenda. B. Possible Continuation of Closed Meeting topics, above posted. C E R T I F I C A T E Page 6 Printed on 1/14/2022 January 11, 2022City Council Meeting Agenda I certify that the above notice of meeting was posted on the official website (https://www.cityofdenton.com/en-us/government/open/agendas-minutes) and bulletin board at City Hall, 215 E. McKinney Street, Denton, Texas, on January 7, 2022, in advance of the 72-hour posting deadline, as applicable, and in accordance with Chapter 551 of the Texas Government Code. __________________________________________ CITY SECRETARY NOTE: THE CITY OF DENTON'S DESIGNATED PUBLIC MEETING FACILITIES ARE ACCESSIBLE IN ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT. THE CITY WILL PROVIDE ACCOMMODATION, SUCH AS SIGN LANGUAGE INTERPRETERS FOR THE HEARING IMPAIRED, IF REQUESTED AT LEAST 48 HOURS IN ADVANCE OF THE SCHEDULED MEETING. PLEASE CALL THE CITY SECRETARY'S OFFICE AT 940-349-8309 OR USE TELECOMMUNICATIONS DEVICES FOR THE DEAF (TDD) BY CALLING 1-800-RELAY-TX SO THAT REASONABLE ACCOMMODATION CAN BE ARRANGED. Page 7 Printed on 1/14/2022 City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-081,Version:1 AGENDA CAPTION Receive a report and hold a discussion on the Denton Police Department’s policy on marihuana enforcement and the Denton Municipal Court’s policies related to drug paraphernalia citation processing. [Estimated Presentation/Discussion Time: 45 minutes] City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Police CM/ DCM/ ACM: Sara Hensley, Interim City Manager DATE: January 11, 2022 SUBJECT Receive a report and hold a discussion on the Denton Police Department’s policy on marihuana enforcement and the Denton Municipal Court’s policies related to drug paraphernalia citation processing. BACKGROUND On November 2, 2021, the City Council reached a consensus to hold a work session related to cannabis enforcement within the City of Denton. Police Chief Frank Dixon will discuss the Police Department’s General Order related to the enforcement of Possession of Marihuana. Municipal Court Presiding Judge Tyler Atkinson will discuss the Court’s process related to granted deferred disposition and expunction of drug paraphernalia charges. PRIOR ACTION/REVIEW (Council, Boards, Commissions) None FISCAL INFORMATION None EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Cannabis Presentation Respectfully submitted: Frank Dixon Chief of Police Prepared by: Tyler Atkinson Municipal Court Presiding Judge City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Cannabis Enforcement Policy Discussion Chief Frank Dixon Denton Police Department Judge Tyler Atkinson Denton Municipal Court 1 File ID 22-081 Prior Activity •November 2nd Work Session •Council Member Armintor presented a “Two Minute Pitch” requesting a work session related to cannabis enforcement within the City of Denton. •Consensus was reached on the desire to have a work session. 2 Work Session Overview •Explain current process for the enforcement and resolution of Possession of Marijuana and Drug Paraphernalia charges. •Denton Police Department –General Order •Denton Municipal Court –Standing Orders 3 Law •Possession of Marijuana (Less than 2 oz) •Texas Health and Safety Code §481.121 •Class B Misdemeanor –“County Charge” •Possession of Drug Paraphernalia •Texas Health and Safety Code §481.125 •Class C Misdemeanor –“Municipal Court Charge” 4 Denton Police Policy •General Order 529 Marihuana Enforcement •529.1 Policy: The Denton Police Department will consider its resources and its mission of protecting the community when exercising any discretion to avoid making arrests related to marihuana that the arresting officer and Department reasonably believe would not be prosecuted by local, state, or federal authorities. While the Denton Police Department does not specifically target marihuana enforcement, it is important to note that violent crimes, such as home invasion robberies, are often associated with low level amounts of marihuana. To that end, the Denton Police Department will exercise discretion to ensure laws are appropriately enforced without unreasonably burdening both our community as well as the resources of the department. 5 Denton Police Policy •529.3 Enforcement •A custody arrest shall be made when individuals are found to be in possession of more than two ounces of marihuana, or found to be in possession of misdemeanor amounts of marihuana of less than two ounces and the following has occurred: (a) The circumstances of the possession are indicative of marihuana distribution, such as: 1. Multiple small individual baggies packed for resale; 2. Presence of digital scales and/or packs of empty baggies; 3. Officer observed hand-to-hand drug transactions; or 4. The individual was involved in a narcotics investigation. (b) The individual possesses marihuana in conjunction with a firearm; or (c) The individual will also be charged with an assault offense or violent felony. •For marihuana possession alone, of two ounces or less, officers will issue a citation titled “Possession of Drug Paraphernalia,” and release the offender from custody. Offenses occurring in Drug Free Zones are not eligible for the issuance of a citation. •Lab Testing -As required by HB1325, passed by the State of Texas Legislature on June 10, 2019, lab tests must be completed to establish whether the suspected marihuana has a THC content of.03% or more. The Denton Police Department will utilize a contracted lab that is fully accredited and approved to conduct the tests. Only approved cases will be sent for testing. 6 Denton Municipal Court -Deferred •All Drug Paraphernalia charges are eligible for deferred disposition. If completed, the charge is dismissed and does not appear on any criminal record. •Deferred requirements: •Pay the citation or Perform Community Service •Receive no further citations for 90 days. 7 Denton Municipal Court -Expunction •All Drug Paraphernalia charges dismissed through deferred disposition are eligible for expunction. When granted, an expunction order erases all records related to the arrest wherever they may be found. Also, the person can legally state that they were never arrested or cited for the charge. •Expunction requirements: •Pay Expunction Fee or Show Indigence. •Have completed deferred disposition for the charge. 8 Denton Municipal Court –Statistics •150 Drug Paraphernalia Citations filed July –Dec 21. •Current Status: •Deferred –64 / 43% •Conviction –30 / 20% •Set for Court –32 / 21% •FTA Warrant –12 / 8% •Other -12 / 8% 9 Questions? 10 Chief Frank Dixon Denton Police Department Judge Tyler Atkinson Denton Municipal Court City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 21-2387,Version:1 AGENDA CAPTION Receive a report, hold a discussion, and give staff direction on pending City Council requests for: (1)A work session to discuss amending the inclement weather policy. [Estimated Presentation/Discussion Time: 30 minutes] City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: City Manager’s Office ICM: Sara Hensley DATE: January 11, 2022 SUBJECT Receive a report, hold a discussion, and give staff direction on pending City Council requests for: (1) A work session to discuss amending the inclement weather policy. BACKGROUND During the annual City Council retreat on Saturday, August 21, 2021, the City Council agreed to amend their current ordinance and the process by which they ensure there is a consensus of the City Council regarding the use of staff time when responding to requests from elected officials that anticipate taking more than two hours to complete or if there is a City Council policy decision to be made. The process developed during the retreat was further discussed and formally adopted at the September 28, 2021, City Council meeting (Exhibit 2). Staff will review one outstanding request for information per elected official during each work session. The weekly work session process will include staff introducing the requested topic followed by the requesting elected official having up to two minutes to describe and justify their request. Remaining elected officials will then have up to one minute to provide feedback and indicate their support for the use of staff time to respond to the request. Staff will respond to all requests where a consensus of at least four elected officials is established. To the extent possible, responses will be provided in the requested format including Informal Staff Reports, Legal Status Reports, City Council work session topics, or ordinances and resolutions to be considered on future City Council agendas. The Agenda Committee will assist in scheduling items receiving consensus based upon priority offered by Council Members, work session availability, and readiness of the item depending upon a total number of staff hours needed to develop, and the departments involved. As guidelines for Council Members to note and offer their priority while supporting an item, the following general categorization could be used to indicate any Council Member’s support in order to assist staff and the Agenda Committee. The following takes into consideration the perceived urgency, impact, and/or importance of the item. It is a general framework only to help offer some prioritization, especially in consideration of other scheduled Council priorities, major goals and projects, and scheduled work.  High – Time sensitivity of the item is significant; the item is critical to the community or organization; and/or the item is of such importance that it should take precedence over other scheduled priorities, projects, or items. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com  Moderate – The item is somewhat time-sensitive; the item has a valuable impact to the community or organization; and/or the item is important but should be integrated into work plans accordingly.  Low – The item is not time-sensitive; the item has an impact but it is limited; and/or the item should be scheduled into work plans where possible, but should not affect or delay other scheduled work. The following items will be discussed during this work session: 1. A work session to discuss amending the inclement weather policy. a. Requestor: Council Member Armintor b. Council Member Request: “I'd like to schedule a 2-minute pitch on Tuesday the 11th, proposing a time-sensitive high-priority work session to augment our inclement weather policy to include (1) at least one overnight inclement weather station, and (2) a more science-based definition of inclement weather that accounts for the public health impacts of wind chill and heat index, not just Fahrenheit temps.” c. Staff Information: Staff have identified various factors and operational components to consider for the activation and operation of an overnight, or 24-hour, shelter at a City facility including, but not limited to:  The potential impact on current & future use of the facility;  The availability of adequate staffing for shelter operations, including funded overtime;  Extensive training in shelter operations, unless the operation is contracted out;  Additional training required to assist clients with mental health issues or disabilities;  The use of and funding for police and/or EMS staff to ensure safety and attend to any medical issues;  The appropriate allocation of space and fixtures within the facility to promote safety;  Meal procurement, preparation, and distribution;  The availability, storage, and transportation of materials/supplies; and  Accessibility to existing services provided by other organizations. All of these considerations will require significant funding, planning time, and staffing resources to operate both in the winter and summer. If the City Council wishes to move forward with this request, staff will schedule a work session. Work session preparation is expected to take approximately 90 minutes, whereas project implementation would require a timeframe of 20+ hours but could be substantially more depending on the direction received from the Council. d. Date requested: January 5, 2022 e. Format for response: Work session EXHIBITS Exhibit 1 – Agenda Information Sheet Exhibit 2 – Presentation Exhibit 3 – Ordinance 21-1837 Respectfully Submitted: Monica Benavides Management Analyst City Council Pending Requests for InformationCity Council MeetingJanuary 11, 2022 Work Session Process •Up to seven requests will be reviewed per meeting (one per Council Member)•Staff will introduce each request•The elected official that made the request will have up to two minutes to describe and justify their request•Remaining elected officials will then have up to one minute to provide feedback and indicate their support for the use of staff time to respond to the request•Staff will respond to all requests where a consensus of Council is established2Legistar ID: 21-2387 January 11, 2022 Work Session Process - Continued•The Agenda Committee will assist in scheduling items receiving consensus based upon priority offered by Council Members, work session availability, and readiness of the item.•As guidelines for Council Members to note and offer their priority while supporting an item, the following general categorization could be used to indicate any Council Member’s support to assist staff and the Agenda Committee: •High – Time-sensitivity of the item is significant; the item is critical to the community or organization; and/or the item is of such importance that it should take precedence over other scheduled priorities, projects, or items.•Moderate – The item is somewhat time-sensitive; the item has a valuable impact to the community or organization; and/or the item is important but should be integrated into work plans accordingly.•Low– The item is not time-sensitive; the item has an impact but it is limited; and/or the item should be scheduled into work plans where possible, but should not affect or delay other scheduled work.3Legistar ID: 21-2387 January 11, 2022 Item 1•A work session to discuss amending the inclement weather policy •Requestor: Council Member Armintor•Council Member Request:“I'd like to schedule a 2-minute pitch on Tuesday the 11th, proposing a time-sensitive high-priority work session to augment our inclement weather policy to include (1) at least one overnight inclement weather station, and (2) a more science-based definition of inclement weather that accounts for the public health impacts of wind chill and heat index, not just Fahrenheit temps.”•Requested Format for Response:Work Session4Legistar ID: 21-2387 January 11, 2022 ORDlNANCENO. 21 -1837 AN ORDINANCE OF THE CITY OF DENTON AMENDING SECTION 2-30 OF THE CODE OF THE CITY OF DENTON TO CHANGE THE TITLE AND INCREASE THE TIME FOR A REQUESTlNG COUNCILMEMBER TO DESCRIBE THE REQUEST; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING FOR CODIFICATION; AND PROVIDlNG AN EFFECTlVE DATE. WHEREAS, on August 27, 2019 by Ordinance No. 19-2026, the City Council adopted Section 2-30 of the City of Denton Code of Ordinances to provide procedures to ensure there is a consensus of the City Council regarding the use of staff time when responding to requests from elected officials; and WHEREAS the City Council now desires to amend the City Council request procedures to change the section title to more accurately reflect the response types and to increase the time for the requesting councilmember to speak from one minute to two minutes; NOW THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. Chapter 2, Article II, Section 2-30 of the Code of Ordinances of the City of Denton shall now read as follows: Chapter 2 -ADMINISTRATION ARTICLE II. -ADMINISTRATIVE ORGANIZATION Sec. 2-30. -City Council Requests for Information or Agenda Items. (a) Definitions. (1) For purposes of Section 2-30 the following definitions apply: a. "Request for Information" -Requests made by a member of the City Council to seek clarification on Board, Commission, Committee or City Council agenda items; address perceived service issues, infrastructure maintenance, or construction concerns caused by or impacting City operations and/or the quality oflife for Denton residents; and requests for policy-related research to evaluate policies implemented by other agencies and/or assess the impact a new policy or potential program may have if implemented by the City of Denton. b. "City Staff" -Includes employees of the City of Denton consisting of, or reporting to, the City Manager or the City Attorney. (b) City Council Requests for Information from City Staff. (1) All City Council requests for information from City Staff, must be submitted to the City Manager's Office via email and include at a minimum, the following details: a. Request Type; b. Purpose; c. Time Sensitivity; and d. Preferred Response Format. (2) The City Manager's Office and/or the City Attorney's Office will estimate the amount of time required to respond to each request. (3) Requests estimated to take more than a total of two hours to complete will be brought forward within the next 30 calendar days, to a City Council work session to seek consensus from the full City Council regarding the use of City Staff time to fulfill the request. Requests for information referred to a work session will follow the procedures provided in sub-section (b) of Section 2-30. (c) City Council Requests for Information Referred to a Work Session. (1) A standing work session item will be added to each City Council agenda for City Council requests to be considered. a. The requesting Council Member will be required to provide a clear, written explanation describing the reason for the information requested. This description will be included as an attachment to the work session agenda materials and must be provided to the City Secretary in time to fully comply with Texas Open Meeting Act requirements. (2) During the work session, the requesting Council Member will have a maximum of two minutes to describe and justify their request. a. Remaining Council Members will then have a maximum of one minute each to provide feedback and indicate their support for the use of City Staff time to respond to the request. (3) Staff will respond to all requests where a consensus of at least four elected officials is established. To the extent possible, responses will be make in the requested format including Informal Staff Reports, Legal Status Reports, City Council work session topics, or ordinances and resolutions to be considered on future City Council agendas. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. SECTION 3. To the extent not otherwise provided, this ordinance shall repeal every prior ordinance in conflict herewith, but only insofar as the portion of such ordinance shall be in conflict; and as to all other sections of the ordinance not in direct conflict herewith, this ordinance shall be and is hereby made cumulative except as to such prior ordinances or portions thereof as are expressly repealed hereby. SECTION 4. If any provision of this ordinance or the application thereof to any person or circumstance is held invalid by any court, such invalidity shall not affect the validity of the provisions or applications, and to this end the provisions of this ordinance are severable. SECTION 5. The City Secretary is hereby directed to record and publish the above regulations in the City's Code of Ordinances. The motion to approve this ordinance was made by ::Jg SSe Do..>-J ; 5 and seconded by J,<; 0..<(\ ::i)e.c)(..... , the ordinance was passed and approved by the following vote [J__ -0 ]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ✓ Vicki Byrd, District 1 : ./ Brian Beck, District 2: ✓ Jesse Davis, District 3: ✓ Alison Maguire, District 4: ./ Deb Armintor, At Large Place 5: ✓ Paul Meltzer, At Large Place 6: ✓ PASSED AND APPROVED this the 1...o+~ day of 8et>¼-M~< , 2021. ~~---H SPETH,MAYOR ATTEST: ROSA RIOS, CITY SECRETARY APPROVED AS TO LEGAL FORM: CATHERINE CLIFTON, INTERIM CITY ATTORNEY BY: --------------- City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-086,Version:1 AGENDA CAPTION Deliberations regarding Real Property - Under Texas Government Code Section 551.072. Receive information from staff, discuss, deliberate, and provide staff with direction pertaining to the potential sale of City-owned real property situated in the Robert Beaumont Survey, Abstract No. 31 and the William Neill Survey, Abstract No. 971, City of Denton, Denton County, Texas, located at 414 West Parkway Street / 413 Congress, where a public deliberation of such potential sale would have a detrimental effect on the City’s position in negotiations with a third party. City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-154,Version:1 AGENDA CAPTION Consultation with Attorneys - Under Texas Government Code Section 551.071. Consultation,discussion,deliberation,and receipt of information from the City’s attorneys involving legal issues relating to a disaster declaration and related order pertaining to the COVID-19 emergency,and to provide the City’s attorneys with direction,where a public discussion of these legal matters would clearly conflict with the duty of the City’s attorneys to the City of Denton and the Denton City Council under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas. City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-157,Version:1 AGENDA CAPTION Consultation with Attorneys - Under Texas Government Code Section 551.071. Consultation,discussion,deliberation,and receipt of information from the City’s attorneys to review and discuss litigation styled Tarver v.City of Denton et al,Cause No.4:21-CV-00970-SDJ,pending in the Eastern District of Texas,Sherman Division,where the City’s Attorneys’duties to the governmental body under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflict with Chapter 551 of the Texas Open Meetings Act. City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-087,Version:1 AGENDA CAPTION Consider approval of the minutes of December 14, 2021. City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: City Secretary’s Office IACM: Tiffany Thompson DATE: January 11, 2022 SUBJECT Consider approval of the minutes of December 14, 2021. BACKGROUND The minutes drafts are provided for review and formal approval by the City Council. EXHIBITS Exhibit 1 – AIS Exhibit 2 – December 14, 2021 Minutes Draft Respectfully submitted: Rosa Rios City Secretary City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com CITY OF DENTON CITY COUNCIL MINUTES December 14, 2021 After determining that a quorum was present, the City Council of the City of Denton, Texas convened in a Work Session on Tuesday, December 14, 2021, at 2:00 p.m. in the Council Chambers at City Hall, 215 E. McKinney Street, Denton, Texas. PRESENT: Mayor Gerard Hudspeth, Mayor Pro Tem Paul Meltzer and Council Members Vicki Byrd, Brian Beck, Jesse Davis, Alison Maguire, and Deb Armintor ABSENT: None Also present were Interim City Manager Sara Hensley and City Attorney Mack Reinwand. The posted agenda noted the registration process for both in-person, call-in, and virtual public participation at this meeting. While citizen commentary received via the online registration process was not read, each member for the City Council received each online commentary as it was submitted. Both in-person, call-in, and online comments received are reflected in the exhibit to the minutes of this meeting. WORK SESSION 1. Citizen Comments on Consent Agenda Items None 2. Requests for clarification of agenda items listed on this agenda. • Clarification was requested on the following items: o None • The following item(s) were/was pulled for Individual Consideration: o Council Member Davis: Items 1.J (21-2647), 1.K (21-2648) and 1.S (21-2532) o Council Member Armintor: Item 1.S (21-2532) 3. Work Session Reports A. ID 21-1803 Receive a report, hold a discussion, and give staff direction regarding Audit Project 004 - Police Property Room Procedures: Follow-Up Review. [Estimated Presentation/Discussion Time: 30 minutes] The item was presented and discussion followed. Following discussion, there was no direction provided as the item was for presentation/discussion purposes. City of Denton City Council Minutes December 14, 2021 Page 2 B. ID 21-2406 Receive a report, hold a discussion, and give staff direction regarding implementation of programs and policies proposed in the Affordable Housing Strategic Plan. *[Council Priority; Estimated Presentation/Discussion Time: 1 hour] The item was presented and discussion followed. Following discussion, City Council consensus was to move forward with: • Resolution accepting the City of Denton’s Affordable Housing Strategic Toolkit to be presented for consideration at a future meeting; • Start the process for Year 1 Action Items in early 2022: o Budget Amendment (FY21-22) to procure consultant for Affordable Overlay District(s) and software for GIS Mapping Tool (with potential for an alternate in-house Plan option); o Build out the Landlord Maintenance Grant Program and pilot program; • Funding requests for future years to be considered as supplemental budget requests through the budget process, requests for CDBG/HOME through Community Services Advisory Committee process, and seeking other funding tools where applicable; and • Move forward with the RFI process for Tiny Home projects. C. ID 21-2466 Receive a report, hold a discussion, and give staff direction regarding updates to the City Criteria Manuals. (ID 21-2466, City Criteria Manuals, Ron Menguita) [Estimated Presentation/Discussion Time: 45 minutes] The item was presented and discussion followed. Following discussion, there was no direction provided as the item was for presentation/discussion purposes. D. ID 21-2569 Receive a report and hold a discussion regarding Comprehensive Plan components and receive an update related to the Denton 2040 Comprehensive Plan process including next steps. [Estimated Presentation/Discussion Time: 1 hour] The item was presented and discussion followed. Following discussion, there was no direction provided as the item was for presentation/discussion purposes. Future discussion on this item will follow. The work session ended at 4:49 p.m. City of Denton City Council Minutes December 14, 2021 Page 3 CLOSED MEETING 1. The City Council convened into a Closed Meeting at 4:49 p.m. consistent with Chapter 551 of the Texas Government Code, as amended, or as otherwise allowed by law, as follows. A. ID 21-2778 Deliberations regarding Real Property - Under Texas Government Code Section 551.072; Consultation with Attorneys - Under Texas Government Code Section 551.071. Receive information from staff, consult with the City’s attorneys, and provide direction pertaining to the status, strategy, and possible resolution of condemnation case styled City of Denton v. R. Eric Fullerton and Marla R. Fullerton, Cause Number PR-2021-001158, pending in the Probate Court of Denton County, Texas, where discussion of these legal matters in an open meeting would conflict with the duty of the City’s attorneys to the City of Denton and the Denton City Council under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas, or otherwise compromise the City’s legal position in pending litigation. DELIBERATED B. ID 21-2803 Deliberations regarding Real Property - Under Texas Government Code Section 551.072; Consultation with Attorneys - Under Texas Government Code Section 551.071. Receive information from staff, discuss, deliberate, and provide staff with direction pertaining to the potential acquisition of real property interests in the N. Wade Survey, Abstract No. 1407 Denton County, Texas, and located generally on the west side of N. Bonnie Brae Road, between Windsor Drive and Riney Road, within the City of Denton. Consultation with the City’s attorneys regarding legal issues associated with the potential acquisition or condemnation of the real property interests described above where a public discussion of these legal matters would conflict with the duty of the City’s attorneys to the City of Denton and the Denton City Council under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas, or would jeopardize the City’s legal position in any administrative proceeding, negotiation, or potential litigation. DELIBERATED The closed meeting started at 5:15 p.m. and ended at 5:38 p.m. No votes or actions were taken during the closed meeting. SPECIAL CALLED MEETING After determining that a quorum was present, the City Council of the City of Denton, Texas convened in a Special Called Meeting on Tuesday, December 14, 2021, at 6:30 p.m. in the Council Chambers at City Hall, 215 E. McKinney Street, Denton, Texas. PRESENT: Mayor Gerard Hudspeth, Mayor Pro Tem Paul Meltzer and Council Members Vicki Byrd, Brian Beck, Jesse Davis, Alison Maguire, and Deb Armintor ABSENT: None Also present were Interim City Manager Sara Hensley and City Attorney Mack Reinwand. City of Denton City Council Minutes December 14, 2021 Page 4 The posted agenda noted the registration process for both in-person, call-in, and virtual public participation at this meeting. While citizen commentary received via the online registration process was not read, each member for the City Council received each online commentary as it was submitted. Both in-person, call-in, and online comments received are reflected in the exhibit to the minutes of this meeting. 1. CONSENT AGENDA The Consent Agenda consisted of Items 1. A-BA. During the Work Session held earlier in the day, Items 1.J (21-2647), 1.K (21-2648), and 1.S (21-2532) were pulled for Individual Consideration by Council Member Davis and Item 1.S (21-2532) was pulled for Individual Consideration by Council Member Armintor. Council Member Davis moved to adopt the Consent Agenda, now consisting of Items 1.A-I, L-R and T-BA. Motion seconded by Council Member Beck. Motion carried. AYES (7): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, Maguire, and Armintor NAYS (0): None A. ID 21-2378 Consider approval of the minutes of December 6, 2021. APPROVED B. ID 21-2375 Consider nominations/appointments to the City’s Boards, Commissions, and Committees: Health & Building Standards Commission. APPROVED Appointments listed on Exhibit B. C. ID 21-2568 Consider adoption of an ordinance approving a Pipeline Crossing Agreement by and between the City of Denton and the Union Pacific Railroad Company relating to the location of a City wastewater pipeline within the railroad right-of-way located at Mile Post 722.69, Choctaw Subdivision, within the County and City of Denton, Texas; authorizing the City Manager to execute the Agreement and pay the $7,600.00 license fee; authorizing the expenditure of funds; and providing an effective date. ASSIGNED ORDINANCE NO. 21-2568 D. ID 21-2574 Consider adoption of an ordinance of the City of Denton authorizing the City Manager to execute an Agreement for Street Lighting Service between Oncor Electric Delivery Company LLC and the City; authorizing the expenditure of funds; and providing an effective date. ASSIGNED ORDINANCE NO.21-2574 City of Denton City Council Minutes December 14, 2021 Page 5 E. ID 21-2570 Consider adoption of an ordinance of the City of Denton authorizing the City Manager to execute a Supplement to the Agreement for Street Lighting Service between Oncor Electric Delivery Company LLC and the City of Denton for Country Club Terrace Phases 1 and 2; authorizing the expenditure of funds; and providing for an effective date. ASSIGNED ORDINANCE NO. 21-2570 F. ID 21-2632 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing a new Line Extension Policy for Denton Municipal Electric (DME) to govern customer aid-in-construction contributions for new or revised electric service; authorizing the expenditure of funds; providing for a repealer; and providing an effective date. ASSIGNED ORDINANCE NO. 21-2632 G. ID 21-2747 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the city manager to enter into reimbursement agreements, joint use agreements, and crossing permits with the Texas Department of Transportation (TXDOT) for Denton Municipal Electric work on TXDOT relocation and road widening projects referenced as ROW CSJ 0196-01-114, ROW CSJ 0195-03-091, and ROW CCSJ 0195-03-074; authorizing the expenditure of funds; and declaring an effective date. ASSIGNED ORDINANCE NO. 21-2747 H. ID 21-2626 Consider the adoption of an ordinance of the City of Denton adopting an updated Downtown Reinvestment Grant Program Policy for the Downtown Reinvestment Grant Program; providing a repealer; and providing an effective date. The Downtown Denton Tax Increment Financing Reinvestment Zone No. 1 Board recommends approval (4-0). ASSIGNED ORDINANCE NO. 21-2626 I. ID 21-2484 Consider approval of a resolution approving and adopting Administrative Policy No 403.06 "Investment Policy"; and providing for an effective date. ASSIGNED RESOLUTION NO. 21-2484 L. ID 21-2475 Consider approval of a resolution of the City of Denton authorizing the support and adoption of the Texas Opioid Abatement Fund Council and Settlement Allocation Term Sheet approving the allocation of any and all opioid settlement funds within the State of Texas; and providing for an effective date. ASSIGNED RESOLUTION NO. 21-2475 M. ID 21-2525 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Day of the Dead Festival, Inc. for the payment and use of hotel tax revenue in support of the Denton Day of the Dead Festival; and providing an effective date. ($17,340 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2525 City of Denton City Council Minutes December 14, 2021 Page 6 N. ID 21-2526 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Black Chamber of Commerce, Inc. for the payment and use of hotel tax revenue in support of the Denton Blues Festival; and providing an effective date. ($40,000 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2526 O. ID 21-2527 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Black Film Festival Institute, Inc. for the payment and use of hotel tax revenue in support of the Denton Black Film Festival; and providing an effective date. ($40,750 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2527 P. ID 21-2528 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and Kiwanis Club of Denton, Breakfast, Denton, Texas for the payment and use of hotel tax revenue in support of the Turkey Roll Bicycle Rally; and providing an effective date. ($6,120 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2528 Q. ID 21-2529 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Chamber of Commerce, Inc. (Discover Denton) for the payment and use of hotel tax revenue in support of Discover Denton; and providing an effective date. ($1,396,655 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2529 R. ID 21-2531 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Community Market, Inc. for the payment and use of hotel tax revenue in support of the Denton Community Market; and providing an effective date. ($60,000 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2531 T. ID 21-2533 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Festival Foundation, Inc. for the payment and use of hotel tax revenue in support of the Denton Arts and Jazz Festival; and providing an effective date. ($120,000 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2533 City of Denton City Council Minutes December 14, 2021 Page 7 U. ID 21-2534 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Holiday Festival Association, Inc. for the payment and use of hotel tax revenue in support of the Denton Holiday Lighting Festival; and providing an effective date. ($23,500 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2534 V. ID 21-2535 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Central Business District Association, Inc. for the payment and use of hotel tax revenue in support of the Denton Main Street Association; and providing an effective date. ($35,700 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2535 W. ID 21-2537 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Denton Parks Foundation, Inc. for the payment and use of hotel tax revenue in support of Juneteenth, Dog Days, and Splish Splash Doggie Bash; and providing an effective date. ($75,000 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2537 X. ID 21-2539 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Greater Denton Arts Council, Inc. for the payment and use of hotel tax revenue in support of art exhibitions and programming; and providing an effective date. ($150,026 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2539 Y. ID 21-2541 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and Historic Denton, Inc. for the payment and use of hotel tax revenue in support of historical and cultural tourism; and providing an effective date. ($5,000 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2541 Z. ID 21-2543 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the North Texas State Fair Association, Inc. for the payment and use of hotel tax revenue in support of the North Texas Fair and Rodeo; and providing an effective date. ($195,486 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2543 City of Denton City Council Minutes December 14, 2021 Page 8 AA. ID 21-2545 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and Real Waves Radio Network, Inc. for the payment and use of hotel tax revenue in support of KUZU Presents artist showcase; and providing an effective date. ($6,400 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2545 AB. ID 21-2546 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Tejas Storytelling Association for the payment and use of hotel tax revenue in support of the City of Denton Texas Storytelling Festival; and providing an effective date. ($57,079 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2546 AC. ID 21-2547 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and Texas Filmmakers’ Corporation for the payment and use of hotel tax revenue in support of the Thin Line Fest; and providing an effective date. ($19,340 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2547 AD. ID 21-2548 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and the Texas Veterans Hall of Fame Foundation for the payment and use of hotel tax revenue in support of programming and ceremonies; and providing an effective date. ($14,000 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2548 AE. ID 21-2550 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and Theater Denton, Inc. for the payment and use of hotel tax revenue in support of the 2022 Performance Season; and providing an effective date. ($20,430 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2550 AF. ID 21-2678 Consider approval of a resolution of the City of Denton authorizing the submission of an application to the Texas Department of Transportation (TXDOT) for the 2023 General Traffic Safety Grant Program in the amount of $149,000 to provide blood draw services on Driving While Intoxicated arrests; and providing for an effective date. ASSIGNED ORDINANCE NO. 21-2678 AG. ID 21-2680 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the approval of a first amendment to a Professional Services Agreement between the City of Denton and Freese and Nichols, Inc., amending the contract approved by City Council on September 22, 2020, in the not-to-exceed amount of $1,472,700.00; said first amendment to provide additional design services for the Ray City of Denton City Council Minutes December 14, 2021 Page 9 Roberts Water Treatment Plant Uprating and Performance Improvements project; providing for the expenditure of funds therefor; and providing an effective date (RFQ 6590-093 - providing for an additional first amendment expenditure amount not-to-exceed $663,310.00, with the total contract amount not-to-exceed $2,136,010.00). ASSIGNED ORDINANCE NO. 21-2680 AH. ID 21-2681 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with Gupta & Associates, Inc., to provide project management, data collection, contract reviews, contract matrix development, and post-analysis services support for the Hobson Lift Station Upgrade Project for the Water Utilities Division; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7574-001 - Professional Services Agreement for project services awarded to Gupta & Associates, Inc., in the not-to- exceed amount of $60,543.00). ASSIGNED ORDINANCE NO. 21-2681 AI. ID 21-2682 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with Kimley-Horn and Associates, Inc., to provide project management, data collection, contract reviews, contract matrix development, and post-analysis services support for the Water Resource Management Analysis Project for the Water Utilities Division; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7574- 007 - Professional Services Agreement for analysis services awarded to Kimley-Horn and Associates, Inc., in the not-to-exceed amount of $95,000.00). ASSIGNED ORDINANCE NO. 21-2682 AJ. ID 21-2683 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with AdComp Systems, Inc., for payment and self-service kiosk solutions and professional services for the Customer Service Department; providing for the expenditure of funds therefor; and providing an effective date (RFP 7709 - awarded to AdComp Systems, Inc., for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not- to-exceed amount of $460,000.00). ASSIGNED ORDINANCE NO. 21-2683 AK. ID 21-2684 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Raba Kistner, Inc., for construction material testing and geotechnical investigation services for the Streets, Utilities, and Engineering Departments; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7742 - awarded to Raba Kistner, Inc., for three (3) years, with the option for two (2) additional one (1) year extensions, in the total five (5) year not- to-exceed amount of $2,640,000). ASSIGNED ORDINANCE NO. 21-2684 City of Denton City Council Minutes December 14, 2021 Page 10 AL. ID 21-2685 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Pro Tech Services LLC, for the design, removal of existing equipment, installation, and completion of replacement equipment of the vehicle wash retrofit-rebuild for the Solid Waste and Recycling Department; providing for the expenditure of funds therefor; and providing an effective date (RFP 7820 - awarded to Pro Tech Services LLC, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $635,400.00). ASSIGNED ORDINANCE NO. 21-2685 AM. ID 21-2686 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Construction Manager At Risk contract with McCarthy Building Companies, Inc., for pre-construction services of Southeast Denton Package - B Improvements for the Capital Projects Department; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7714 - CMAR awarded to McCarthy Building Companies, Inc., in the not-to-exceed amount of $174,955.00 for pre-construction services). ASSIGNED ORDINANCE NO. 21-2686 AN. ID 21-2687 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, for approval of a pre-qualified professional services list of various types of engineers for Denton Municipal Electric; and providing an effective date (RFQ 7804 - for a two (2) year, with the option for one (1) additional one (1) year extension, in the total three (3) year term). ASSIGNED ORDINANCE NO. 21-2687 AO. ID 21-2688 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Mabak Directional Drilling, Inc., for dry auger bore directional drilling for Denton Municipal Electric, Water, and Wastewater Departments; providing for the expenditure of funds therefor; and providing an effective date (CSP 7651 - awarded to Mabak Directional Drilling, Inc., in the not-to-exceed amount of $5,000,000.00). ASSIGNED ORDINANCE NO. 21-2688 AP. ID 21-2689 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Wells Fargo Merchant Services, LLC, for debit/credit card processing for all City departments; providing for the expenditure of funds therefor; and providing an effective date (RFP 7436 - awarded to Wells Fargo Merchant Services, LLC, in the five (5) year not-to-exceed amount of $5,000,000.00). ASSIGNED ORDINANCE NO. 21-2689 City of Denton City Council Minutes December 14, 2021 Page 11 AQ. ID 21-2690 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Pavecon Public Works LP, for the construction of the 2020 Street Bundle - Sector I Project with geographical limits as follows: Thunderbird Drive from Colonial Drive to Crestmeadow Street, Greenway from Windsor Farms to the southern dead end, Brook Hollow Drive from Greenway to Carriage Hill, Carriage Hill from Brook Hollow to Thunderbird, Lakewood Drive from Greenway to Carriage Hill, and Augusta from Colonial Drive to 2900 Augusta Drive; providing for the expenditure of funds therefor; and providing an effective date (CSP 7803 - awarded to Pavecon Public Works LP, in the not-to-exceed amount of $3,780,075.23). ASSIGNED ORDINANCE NO. 21-2690 AR. ID 21-2691 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with Burns & McDonnell, Engineering Company Inc., to provide engineering and professional services to the DME Electric Engineering Department as set forth in the contract; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7740 - Professional Services Agreement for engineering and professional services awarded to Burns & McDonnell, Engineering Company Inc., in the three (3) year not-to- exceed amount of $1,500,000.00). ASSIGNED ORDINANCE NO. 21-2691 AS. ID 21-2692 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with Teague Nall and Perkins, Inc., for design services for Neighborhood 7A Improvements for the Capital Projects/Engineering Department as set forth in the contract; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7599- 003 - Professional Services Agreement for design services awarded to Teague Nall and Perkins, Inc., in the not-to-exceed amount of $726,610.00). ASSIGNED ORDINANCE NO. 21-2692 AT. ID 21-2693 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the approval of a first amendment to an Administrative Services Agreement between the City of Denton and United Behavioral Health dba Optum, amending the contract approved by purchasing on February 1, 2021; said first amendment for Employee Assistance Program services for the City of Denton employees; providing for the expenditure of funds therefor; and providing an effective date (RFP 7776 - Employee Assistance Program (EAP)) - awarded to United Behavioral Health dba Optum, for three (3) years, with the option for two (2) additional one (1) year extensions, in the total five (5) year ($1.53 per employee per month (pepm)) not-to-exceed amount of $172,000.00). ASSIGNED ORDINANCE NO. 21-2693 AU. ID 21-2696 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with HDR Engineering, Inc., for design services for Neighborhood 4 City of Denton City Council Minutes December 14, 2021 Page 12 Improvements for the Capital Projects/Engineering Department as set forth in the contract; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7599- 004 - Professional Services Agreement for design services awarded to HDR Engineering, Inc., in the not-to-exceed amount of $714,448.81). ASSIGNED ORDINANCE NO. 21-2696 AV. ID 21-2698 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Osmose Utilities Services, Inc., for pole inspection services for Denton Municipal Electric; providing for the expenditure of funds therefor; and providing an effective date (RFP 7796 - awarded to Osmose Utilities Services, Inc., in the two (2) year not-to-exceed amount of $300,000.00). ASSIGNED ORDINANCE NO. 21-2698 AW. ID 21-2699 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Touchphrase Development LLC dba Julota, for Mental Health Division Software for the Denton Police Department; providing for the expenditure of funds therefor; and providing an effective date (RFP 7805 - awarded to Touchphrase Development LLC dba Julota, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to- exceed amount of $165,417.00). ASSIGNED ORDINANCE NO. 21-2699 AX. ID 21-2756 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to authorize the spend for an insurance binder to Archer Contingent Energy Risk, LLC, for forced outage insurance of the Denton Energy Center for the Winter of 2021-2022; providing for the expenditure of funds therefor; and providing an effective date (RFP 7871 - authorizing the spend for power plant forced outage insurance coverage or products and awarding such insurance binder to Archer Contingent Energy Risk, LLC, for the Winter of 2021-2022, in the not-to-exceed amount of $575,000.00). ASSIGNED ORDINANCE NO. 21-2756 AY. ID 21-2536 Consider adoption of an ordinance of the City of Denton ratifying and approving a City co-sponsorship to the Denton Holiday Lighting Festival Association, Inc., in an amount not to exceed $43,222.00 of in-kind services and resources for the annual Denton Holiday Lighting Festival, which was held on Friday, December 3, 2021; at the Historic Downtown Square; and providing an effective date. ASSIGNED ORDINANCE NO. 21-2536 AZ. ID 21-2611 Consider adoption of an ordinance of the City of Denton authorizing the City Manager to allow the Cross Country Park Rental Agreement to be used as an agreement between the City of Denton Parks and Recreation Department and potential park rental groups for cross country events in the parks; and providing an effective date. ASSIGNED ORDINANCE NO. 21-2611 City of Denton City Council Minutes December 14, 2021 Page 13 BA. ID 21-2734 Consider adoption of an ordinance of the City of Denton adopting and approving a Chapter 284 Wireless Service Pole Collocation Attachment License Agreement ("Agreement") with Cellco Partnership D/B/A Verizon Wireless; authorizing the City Manager to execute the Agreement; and providing an effective date. ASSIGNED ORDINANCE NO. 21-2734 ITEMS PULLED FOR INDIVIDUAL CONSIDERATION J. ID 21-2647 Consider adoption of an ordinance of the City of Denton approving and authorizing the City Manager to execute an Interlocal Cooperation Agreement between the City of Denton and Denton County for Ambulance Services; and declaring an effective date. ASSIGNED ORDINANCE NO. 21-2647 The item was pulled for Individual Consideration by Council Member Davis. Council Member Davis had a conflict of interest and left the Council Chambers. There were no online registrations or call-ins on the item. The item was not presented or discussed. Council Member Beck moved to adopt the item as presented. Motion seconded by Council Member Maguire. Motion carried. AYES (6): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Maguire, and Armintor NAYS (0): None ABSTAIN (1): Council Member Davis K. ID 21-2648 Consider adoption of an ordinance of the City of Denton approving and authorizing the City Manager to execute an Interlocal Cooperation Agreement between the City of Denton and Denton County for Fire Protection Services; and declaring an effective date. ASSIGNED ORDINANCE NO. 21-2648 The item was pulled for Individual Consideration by Council Member Davis. Council Member Davis had a conflict of interest and left the Council Chambers. There were no online registrations or call-ins on the item. The item was not presented or discussed. City of Denton City Council Minutes December 14, 2021 Page 14 Council Member Maguire moved to adopt the item as presented. Motion seconded by Mayor Pro Tem Meltzer. Motion carried. AYES (6): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Maguire, and Armintor NAYS (0): None ABSTAIN (1): Council Member Davis S. ID 21-2532 Consider adoption of an ordinance authorizing the City Manager to execute an agreement between the City of Denton and Denton County for the payment and use of hotel tax revenue in support of the Denton County Museums; and providing an effective date. ($235,500 - Community Partnership Committee recommends approval 3-0) ASSIGNED ORDINANCE NO. 21-2532 The item was pulled for Individual Consideration by Council Members Davis and Armintor. Council Member Davis had a conflict of interest and left the Council Chambers. There were no online registrations or call-ins on the item. The item was not presented or discussed. Following commentary, Mayor Hudspeth moved to adopt the item as presented. Motion seconded by Council Member Byrd. Motion carried. AYES (5): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, and Maguire NAYS (1): Council Member Armintor ABSTAIN (1): Council Member Davis 2. PUBLIC HEARINGS A. ID 21-2556 Hold a public hearing and consider adoption of an ordinance of the City of Denton, Texas amending the Solid Waste and Recycling Criteria Manual; and providing for severability, a savings clause and an effective date. (ID 21-2556, Ron Menguita) ASSIGNED ORDINANCE NO. 21-2556 There were no online registrations or call-ins on the item. The item was not presented or discussed. The public hearing was opened and with no speakers in the queue, the public hearing was closed. City of Denton City Council Minutes December 14, 2021 Page 15 Council Member Davis moved to adopt the item as presented. Motion seconded by Council Member Armintor. Motion carried. AYES (7): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, Maguire, and Armintor NAYS (0): None B. ID 21-2557 Hold a public hearing and consider adoption of an ordinance of the City of Denton, Texas amending the Stormwater Criteria Manual; and providing for severability, a savings clause and an effective date. (ID 21-2557, Ron Menguita) ASSIGNED ORDINANCE NO. 21-2557 There were no online registrations or call-ins on the item. The item was not presented or discussed. The public hearing was opened and with no speakers in the queue, the public hearing was closed. Council Member Davis moved to adopt the item as presented. Motion seconded by Council Member Maguire. Motion carried. AYES (7): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, Maguire, and Armintor NAYS (0): None C. ID 21-2558 Hold a public hearing and consider adoption of an ordinance of the City of Denton, Texas amending the Transportation Criteria Manual; and providing for severability, a savings clause and an effective date. (ID 21-2558, Ron Menguita) ASSIGNED ORDINANCE NO. 21-2558 There were no online registrations or call-ins on the item. The item was not presented or discussed. The public hearing was opened and with no speakers in the queue, the public hearing was closed. Following commentary, Council Member Davis moved to adopt the item as presented. Motion seconded by Council Member Beck. Motion carried. AYES (7): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, Maguire, and Armintor NAYS (0): None City of Denton City Council Minutes December 14, 2021 Page 16 D. ID 21-2559 Hold a public hearing and consider adoption of an ordinance of the City of Denton, Texas amending the Water and Wastewater Criteria Manual; and providing for severability, a savings clause and an effective date. (ID 21-2559, Ron Menguita) ASSIGNED ORDINANCE NO. 21-2559 There were no online registrations or call-ins on the item. The item was presented and discussion followed. The public hearing was opened and with no speakers in the queue, the public hearing was closed. Council Member Davis moved to adopt the item as presented. Motion seconded by Council Member Maguire. Motion carried. AYES (7): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, Maguire, and Armintor NAYS (0): None 3. ITEMS FOR INDIVIDUAL CONSIDERATION A. ID 21-2801 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, extending the effective period of the declared state of local disaster related to the COVID-19 emergency as provided in ordinance no. 21-1825 to March 31, 2022; superseding and replacing the seventeenth order of council of the City of Denton issued November 16, 2021 approved by ordinance no. 21-2432; providing a repealer clause, and providing an effective date. ASSIGNED ORDINANCE NO. 21-2801 There were no online registrations or call-ins on the item. The item was presented and discussion followed. Following discussion, Council Member Beck moved to adopt the item as presented. Motion seconded by Council Member Armintor. Motion carried. AYES (4): Mayor Pro Tem Meltzer and Council Members Beck, Maguire, and Armintor NAYS (3): Mayor Hudspeth and Council Members Byrd and Davis B. ID 21-2808 Consider adoption of an ordinance of the City Council of the City of Denton approving the redistricting of the city’s single-member council districts and establishing new district boundary lines based on 2020 census data for Denton City Council elections; and providing for an effective date. ASSIGNED ORDINANCE NO. 21-2808 City of Denton City Council Minutes December 14, 2021 Page 17 All members of the City Council received the comments as submitted and had the opportunity to review all submissions prior to the start of the meeting and consider such comments when voting on the item. The summary of public commentary/registrations are noted in Exhibit A. The item was presented and discussion followed. Citizen comments received are noted in Exhibit A. Mayor Hudspeth noted the number of comment cards submitted from those who did not wish to speak but simply state their position on the item; see Exhibit A. Council Member Byrd called a Point of Order seeking clarification on where the Council was on the item (discussion or taking a motion/second. Mayor Hudspeth ruled the item was at the point for discussion. Following discussion, Mayor Hudspeth moved to deny the item as presented (Plan B). Motion seconded by Council Member Davis. Motion to deny failed. AYES (2): Mayor Hudspeth and Council Member Davis NAYS (5): Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Maguire, and Armintor Following further discussion, Council Member Beck moved to adopt the item as presented (Plan B). Motion seconded by Council Member Maguire. Motion carried. AYES (5): Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Maguire, and Armintor NAYS (2): Mayor Hudspeth and Council Member Davis C. ID 21-2787 Consider a resolution of the City of Denton consenting to the creation of Denton County Municipal Utility District No. 12, encompassing approximately 1018 acres of land, located within the extraterritorial jurisdiction of the City of Denton, Texas or the addition of 1018 acres of land, located within the extraterritorial jurisdiction of the City of Denton, Texas into La La Ranch Municipal Utility District of Denton County; and providing an effective date. (ID 21-2787, La La Ranch, Tina Firgens) ITEM POSTPONED AT STAFF'S REQUEST The item was postponed at Staff’s request. D. ID 21-2634 Consider adoption of an ordinance of the City of Denton amending the provisions of Chapter 6 of the Code of Ordinances by amending Section 6-2 "definitions" by providing definitions for key terms and removing the definition of "dangerous animal" to replace it with the definition of "dangerous dog"; by amending article II of Chapter 6 of the Code of City of Denton City Council Minutes December 14, 2021 Page 18 Ordinances regarding dangerous dogs by changing the title of article II to "dangerous dogs"; amending the complaint filing process, outlining ramifications for failure to comply, and outlining and implementing a dangerous dog registry; providing for a severability clause; providing for a savings clause; providing for a penalty; providing for codification; and providing an effective date. ASSIGNED ORDINANCE NO. 21-2634 There were no online registrations or call-ins on the item. The item was presented and discussion followed. Following discussion, Council Member Armintor moved to adopt the item as presented. Motion seconded by Council Member Beck. Motion carried. AYES (7): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, Maguire, and Armintor NAYS (0): None E. ID 21-2701 Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a design-build agreement with Beta Engineering, LLC, for the design and construction of the Hickory Gas Insulated Substation (GIS) for Denton Municipal Electric; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7670 - awarded to Beta Engineering, LLC, in the not-to-exceed amount of $40,469,000.00). ASSIGNED ORDINANCE NO. 21-2701 There were no online registrations or call-ins on the item. The item was presented and discussion followed. Following discussion, Mayor Hudspeth moved to adopt the item as presented. Motion seconded by Mayor Pro Tem Meltzer. Motion carried. AYES (6): Mayor Hudspeth, Mayor Pro Tem Meltzer and Council Members Byrd, Beck, Davis, and Maguire NAYS (1): Council Member Armintor 4. CONCLUDING ITEMS Council Members expressed items of interest. City of Denton City Council Minutes December 14, 2021 Page 19 With no further business, the meeting was adjourned at 8:24 p.m. ____________________________________ ____________________________________ GERARD HUDSPETH CATHY WELBORN MAYOR ASSISTANT CITY SECRETARY CITY OF DENTON, TEXAS CITY OF DENTON, TEXAS MINUTES APPROVED ON: ____________________________________ Name Last Address City Agenda Item Position Method Comments Willie Hudspeth 623 Newton Street Denton 21-2808 Opposed In Person The Beck plan is basically for Council Member Beck,not for me,not for my community;it's for Beck. Now what it is going to get is removal from City Council.Will work as hard Doesn't understand whythe other people aresupporting the plan.But every TuesdayI'm callingitpoliticalday and will start raisingup some of these issues. Nathanial Johnson 6109 Thoroughbred Trail Denton 21-2808 Support In Person Standing in proxy for his mother.There was a lot of confusion with the redistricting;people did not understand it.Contacted to understand the redistricting process;many people thought it was effecting the neighborhood.Spoke with his mother and that having the Council Member for District 1 be in control of the landfill. Should support the redistricting for those in south east Denton. Juliane Remski 11904 Glenbrook Denton 21-2808 Opposed In Person Appreciates the additional time to speak with Council again.Issue all along has not been weather to redistrict or not redistrict but the process.Questioned Council if at anytime since the plan was done privately the four or fiveCouncil Members have anydiscussion among themselves as a group to reinforce eachother's stanceforplan B to help provide rationale to each other;are they willing to go on record they did not. Don Hicks Not Provided Denton 21-2808 Opposed In Person Realtor inRobson Ranch;people he works withand for do notwant tomoved from District 3to District 4. There area lot of interestingthings theCouncil needsto bereminded of:1.Residents of Robson ranch pay school taxes but we don't have any kids in school;2.Not forget roads are maintained by them.The important thing is there is suppose to be representation on the Council for Robson Ranch.Requested Council to remember whom they represent as a City;true colors are coming out when you are obviously trying to push through a political agenda. Barbara Rodman 2102 Azalea Street Denton 21-2808 Support Telephone Reiterated thesupportshehas expressed inletters totheCityfor the redistrictingplan submitted byCouncil Member Beck.Not only does she support plan Bbecause it reunites her neighborhood (Denia)with other areas which share culture and demographic values,but because it is the best plan for Denton as a whole. Brings communities together that are similarand thatwere divided 10 years ago.Believes the Councilhas done whatitis required todowhich is to act on behalf ofthe majority ofthe residentsof the City ofDenton by developing a plan that meets the ethical and legal obligations of any redistricting plan. Emily Deacon 2105 Carriage Hill Denton 21-2808 Support In Person Fully supports Brian Beck's proposal because he and his community know they are not represented by Robson Ranch.Robson Ranch isa community that is 55+which is not representtive of his community.So if they could be moved that would be awesome. Zachary Cathcart 2105 Carriage Hill Denton 21-2808 Support In Person As a resident ofDistrict 3,wants to put his support behind the redistricting proposal of Council Member Beck.As someone who lives far north,does not feel there is a lot in common with those that live as far south of Denton asyou can get.Does notfeel like a match;Council Member Davis has aneasyjob bridging the gap between all the various interest groups.Plan B feels like a more natural fitand whatwe want for the future of the City. Brett Davis 1014 Mack Drive Denton 21-2808 Support In Person UNT Graduate speaking in favor of Council Member Beck's redistricting map.Showed views of Robson Ranch Golf Course and ofFryStreet;clearlythese two areasare completely different;why do they belong together unless to dilute voices. Mat Pruneda 1225 Tulane Drive Denton 21-2808 Support Telephone Voicedsupport fortheredistricting.As a person that follows local politics,understandstheconsulting team opted to do nothing for redistricting.Knowing how Denton is going to grow in the next few years,thinks either one oftheplansdoesallow forgrowth and won't imbalance theCityof Denton in thenext fiveyears. Having looked at Council Member Beck's plan,does keep communities of interest together and that is the primary goal of any redistricting. Ryan Simgrin 1014 Mack Place Denton 21-2808 Support In Person A UNT sculpture student,here to say in favor of Council Member Beck's plan removing Robson Ranch from District 3.Does not have many of the same similarities as those who live in Robson Ranch and believes neighborhoods closer to UNT campus stay together with RobsonRanch,Like many students and peoplehisage who arealready discouraged with local politics,will feel likethe people that representthem don't have their best interest at heart . Liam Gaume-Wakefield 411 Ponder Avenue Denton 21-2808 Support In Person In favor of Council Member Beck'sproposal as it would align the districts with communities of interest.It wouldallow forthe area around the landfillaccess to their CityCouncilMember and to have someonethat knows how it is to live by the landfill. Does not see how Council Member Beck's plan is gerrymandering. December 14, 2021 City Council Special Called Meeting - EXHIBIT A Speaker Commentaries/Registrations Online, Email, Phone NOTE: Comments for those citizens addressing the City Council are an abbreviated summary. Information contained within this exhibit includes only commentary for Open Microphone, Consent, Individual Consideration and Public Hearing Items. BOARD/COMMITTEE/COMMISSION COUNCIL PLACE NOMINATING CCM MEMBER FIRST NAME NEW TERM STATUS & QUALIFICATION OR PREFERENCE, IF ANY Health & Building Standards Commission ALL - ALT - 1 Armintor Cyndell Addison UNEXPIRED July 1, 2020 through June 30, 2022 New Qualif. 6: Other Agenda Item 4.B (ID 21-2375) EXHIBIT B December 14, 2021 City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-076,Version:1 AGENDA CAPTION Consider appointment to the Tax Increment Reinvestment Zone Number Two (Westpark TIRZ)Board of Directors. City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Economic Development ACM; David Gaines DATE: January 11, 2022 SUBJECT Consider appointment to the Tax Increment Reinvestment Zone Number Two (Westpark TIRZ) Board of Directors. BACKGROUND On December 17, 2012, the City Council adopted an Ordinance No. 2012-366 designating and describing the boundaries of Tax Increment Reinvestment Zone Number Two (Westpark TIRZ) to provide the public infrastructure necessary to encourage development in the largest industrially zoned area in the City. Current TIRZ No. Two Board Structure The TIRZ board is comprised of 14 members. The City Council appoints 12 members, which is comprised of the Economic Development Partnership Board (EDPB). The governing body of Denton County, which levies taxes on real property in TIRZ Number Two, appointed one board member, Alex Payne. Rayzor Investments LLP, the "Developer," appointed Selwyn Rayzor. The 14 Westpark TIRZ board members serve two-year terms and may serve as many as three terms. The board consists of the members in the chart below. Member Seat Jesse Davis City Council Gerard Hudspeth City Council Lee Ramsey Denton Chamber Board of Directors Jill Jester Denton Chamber Board of Directors Steve Edgar Top 20 Taxpayer Tina Albert Top 20 Taxpayer Jason Tomlinson* TWU President/Chancellor /Designee Susan Holmes* UNT President/Designee Jimmy Mejia Hispanic Chamber of Commerce Kerry Gorre Denton Black Chamber of Commerce Bob Eames Aviation Tony Clark At-Large Selwyn Rayzor* Developer Alex Payne Denton County *The Developer, President of UNT and the Chancellor/President of TWU or his/her designee are not restricted to the three- term limit. However, the university members must be reappointed by City Council for each term. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com At the August 17, 2021 City Council meeting, Council appointed Gerard Hudspeth, Bob Eames, Jill Jester, Tina Albert, Susan Holmes and Kerry Gorre to the EDPB. John Baines completed his third term on the Board and was replaced by Kerry Gorre. Through that appointment, those members were also made concurrent members of the Westpark TIRZ. At the December 7, 2021 City Council meeting, Council confirmed the following EDPB members as Westpark TIRZ members: Gerard Hudspeth, Bob Eames, Jill Jester, Tina Albert and Susan Holmes. Jill Jester was also appointed as Board Chair. John Baines completed his third term on the Board and was replaced by Kerry Gorre. Kerry Gorre was inadvertently excluded from the staff recommendation for appointments (denoted in blue). This item corrects this previous clerical error. The members noted in green above, Selwyn Rayzor and Alex Payne, were appointed by the Developer and Denton County, respectively. Alex Payne has agreed to serve for his third and final term. PRIOR ACTION/REVIEW (Council, Boards, Commissions) December 7, 2021: The Denton City Council made appointments to the Tax Increment Reinvestment Zone Number Two Board of Directors. August 17, 2021: The Denton City Council made appointments to the Economic Development Partnership Board. RECOMMENDATION Staff recommends appointment of Kerry Gorre as a member of the Tax Increment Reinvestment Zone Number Two Board of Directors. EXHIBITS 1. Agenda Information Sheet 2. January 11, 2022 Appointment Respectfully submitted: Erica Sullivan Economic Development Program Administrator Seat Appointee STATUS & QUALIFICATION OR PREFERENCE, IF ANY Denton Black Chamber of Commerce Kerry Gorree New EXHIBIT 2 Agenda Item (ID 22-076) - Tax Increment Reinvestment Zone Number Two (Westpark TIRZ) Board of Directors Appointment Term October 1, 2021 through September 30, 2023 City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-001,Version:1 AGENDA CAPTION Consider adoption of an ordinance authorizing the City Manager to execute the Amendment No. 2 to the “Memorandum of Understanding - The Environment” between the City of Denton and the University of North Texas which provides for the extension of the terms of said agreement until September 30, 2026; providing for the expenditure of funds therefor; and providing an effective date. (The Memorandum of Understanding establishes conditions for conducting small, short term research projects between the City of Denton and the University of North Texas.) City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Environmental Services and Sustainability IACM: Tiffany Thomson DATE: January 11, 2021 SUBJECT Consider adoption of an ordinance authorizing the City Manager to execute the Amendment No. 2 to the “Memorandum of Understanding - The Environment” between the City of Denton, and the University of North Texas which provides for the extension of the terms of said agreement until September 30, 2026; providing for the expenditure of funds therefor; and providing an effective date. (The Memorandum of Understanding establishes conditions for conducting small, short term research projects between the City of Denton and the University of North Texas.) BACKGROUND The City of Denton established a Memorandum of Understanding (MOU) with the University of North Texas (“UNT”) in May 2003 to streamline the process of performing collaborative environmental projects. Prior projects have involved projects such as mosquito assessment/ control and tree planting survival. As discussed on the attached Ordinance this MOU has been amended once before and extended several times. The most recent MOU expired on September 30, 2021. Both the City of Denton and UNT see value in continuing the MOU. Individual projects under this MOU may not exceed $25,000 per project and the total amount of research dollars may not exceed $100,000 per contract year. Each project under the MOU will have a Scope of Services agreed upon by both parties prior to commencement. Amendment No. 2 to the MOU will extend the MOU through September 30, 2026. This MOU itself does not authorize and expenditure of any funds, and any funds expended under the conditions of the MOU are required to go through standard approval processes of the City of Denton. It is also important to note that the proposed amendment does not represent any changes to the current MOU other than changing the expiration date. RECOMMENDATION Staff recommends approval of the Ordinance and Amendment No. 2 to the MOU to extend through September 30, 2026. FISCAL INFORMATION City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com None. Projects that use the MOU will be funded from various budgeted accounts, depending upon the project. EXHIBITS EXHIBITS Exhibit 1 – Agenda Information Sheet Exhibit 2 – Ordinance and Amendment Exhibit 3 – Original MOU Respectfully submitted: Tiffany Thomson Interim Assistant City Manager Prepared by: Michael A. Gange Director, Environmental Services and Sustainability City of Denton     Page 1 of 2  ORDINANCE NO. ___________ AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE THE AMENDMENT NO. 2 TO THE “MEMORANDUM OF UNDERSTANDING – THE ENVIRONMENT” BETWEEN THE CITY OF DENTON AND THE UNIVERSITY OF NORTH TEXAS WHICH PROVIDES FOR THE EXTENSION OF THE TERMS OF SAID AGREEMENT UNTIL SEPTEMBER 30, 2026; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFECTIVE DATE. WHEREAS, the Public Utilities Boards approved a “Memorandum of Understanding – The Environment” (“MOU”) prior to the May 13, 2003 City Council meeting, and at such meeting the City Council approved the MOU by and between the City and the University of North Texas, by Ordinance 2003-119, which authorized participation in various research projects originated by the City of Denton, and which MOU was for a term of three (3) years from and after May 1, 2003; and WHEREAS, on May 2, 2006, the City Council then approved a three-year extension of the above-referenced MOU entitled “Amendment No. 1 to the Memorandum of Understanding,” by Ordinance No. 2006-111; and WHEREAS, on May 18, 2009, a further extension of the MOU was approved by the Legal Department, was then presented and approved by the Public Utilities Board; and thereafter, the City Manager duly executed said extension of said MOU for the period running from May 1, 2009 through September 30, 2013; and WHEREAS, thereafter, on April 16, 2013, the City Council approved a three-year extension of the above-referenced MOU through Ordinance 2013-105; and WHEREAS, thereafter, on April 26, 2016, the City Council approved a five-year extension of the above-referenced MOU through Ordinance 2016-128; and WHEREAS, both City Staff and The University of North Texas presently desire to continue the existence of the MOU for another extension term of five years, ending on September 30, 2026, as the relationship fostered by this MOU by and between the City and the University is mutually beneficial to the residents of the City of Denton, Texas and WHEREAS, Council is of the opinion that a further extension of the MOU is in the public interest; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The recitals in the preamble of this ordinance are incorporated into the body of this ordinance as if set out fully herein. Page 2 of 2  SECTION 2. The Interim City Manager, or her designee, is hereby authorized to execute the “Amendment No. 2 Memorandum of Understanding – The Environment” (“Amendment No. 2”) by and between the City of Denton and The University of North Texas, providing for the extension of the terms of said MOU through September 30, 2026; and is authorized to make the expenditures provided for in said MOU; a copy of said Amendment No. 2 is attached hereto as Exhibit “A” and is incorporated by reference. SECTION 3. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________, the ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Bird, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the ____ day of _____________, 2022. _______________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY By: _____________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY By: _______________________________ City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-061,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with Custom Landscapes,Inc.dba Classic Landscapes &Maintenance, for mowing and maintenance services for DME,Water Reclamation,and Water Production Departments, Section F -Public Works/Utilities;providing for the expenditure of funds therefor;and providing an effective date (RFP 7788 -awarded to Custom Landscapes,Inc.dba Classic Landscapes &Maintenance,for one (1) year,with the option for four (4)additional one (1)year extensions,in the total five (5)year not-to-exceed amount of $1,923,495.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton ______________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Custom Landscapes, Inc. dba Classic Landscapes & Maintenance, for mowing and maintenance services for DME, Water Reclamation, and Water Production Departments, Section F – Public Works/Utilities; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 – awarded to Custom Landscapes, Inc. dba Classic Landscapes & Maintenance, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $1,923,495.00). INFORMATION/BACKGROUND The City’s current contracts, 7378 and 7254, with Classic Landscapes are scheduled to expire at the end of 2021. The proposed contract will allow Classic Landscapes to continue the mowing and maintenance of current locations as well as new ones. The realistic expectation of having properly manicured turf and beds in the City is the Parks and Recreation Department’s (PARD) responsibility to negotiate and oversee. The City continues to grow rapidly and acquire new properties, all of which need to be maintained aesthetically and economically in order to make Denton an attractive and appealing city. Staff assessed the volume needed and developed sections for the services that could be awarded to multiple vendors. Classic Landscapes is an established business that has the experience and equipment to support larger entities, as well as their excellent past performance with the City, to competently perform the work required. In 2020 when PARD assumed responsibility for all City department mowing contracts, an evaluation was completed to determine if these services should be contracted out or absorbed in-house. The evaluation determined that due to the required equipment needs and staffing levels it was fiscally responsible to outsource the services. With this, the proposed contracts have no impact on the current staffing levels. Mowing is required to maintain safety and aesthetics as well as to maintain code compliance. The mowing services provide the following benefits to the City of Denton: 1. It keeps the City in compliance with Community Improvement Services. 2. It keeps the turf aesthetically pleasing and helps to thwart the growth of weeds. 3. It keeps the areas free of litter and debris. The anticipated cost breakdown is as follows. The contingency amount is to cover new properties and vendor defaults. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com FY 21-22 FY 22-23 FY 23-24 FY 24-25 FY 25-26 TOTAL Sections F - Utilities $262,299 $270,168 $278,273 $286,621 $295,220 $1,392,581 Contingency $100,000 $103,000 $106,090 $109,273 $112,551 $530,914 Total $362,299 $373,168 $384,363 $395,894 $407,771 $1,923,495 Request for Proposals was sent to 138 prospective suppliers, including 17 Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Eleven (11) proposals were received, references were checked, and proposals were evaluated based upon published criteria including availability, probable performance, equipment, personnel, safety, and price. Best and Final Offers (BAFO) were requested from all firms. Based upon this evaluation, Custom Landscapes, Inc. dba Classic Landscapes & Maintenance was ranked the highest and determined to be the best value for the City for Section F – Public Works/Utilities. NIGP Code Used for Solicitation: 988 – Services, roadside, grounds, recreational, and park area services Notifications sent for Solicitation sent in IonWave: 138 Number of Suppliers that viewed Solicitation in IonWave: 17 HUB-Historically Underutilized Business Invitations sent out: 14 SBE-Small Business Enterprise Invitations sent out: 66 Responses from Solicitation: 11 Below is the information Classic Landscapes & Maintenance provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Laborer 9 $16.00 to $18.00 Field Foreman 5 $18.00 to $21.00 Account Manager 2 salary Due to the rise in Covid19 cases, this item will be taken retroactively to the Public Utilities Board once meetings resume. RECOMMENDATION Award a contract with Custom Landscapes, Inc. dba Classic Landscapes & Maintenance, for mowing and maintenance services for DME, Water Reclamation, and Water Production, Section F – Public Works/Utilities, in a one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $1,923,495. PRINCIPAL PLACE OF BUSINESS Custom Landscapes, Inc. dba Classic Landscapes & Maintenance Denton, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These services will be funded through the using department’s budget on an as-needed basis. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333. Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 256 257 Old ARCO 1868 Geesling Rd -DME 20 Cycles $130.00 $2,600.00 $142.10 $2,842.00 $125.00 $2,500.00 $153.24 $3,064.80 $135.00 $2,700.00 $140.00 $2,800.00 $0.00 $0.00 258 Bonnie Brae Substation - 1221 N Bonnie Brae 20 Cycles $100.00 $2,000.00 $77.00 $1,540.00 $65.00 $1,300.00 $104.60 $2,092.00 $74.00 $1,480.00 $76.00 $1,520.00 $0.00 $0.00 259 Brinker Substation - 1950 Shady Oaks 7 Cycles $200.00 $1,400.00 $581.60 $4,071.20 $440.00 $3,080.00 $1,087.61 $7,613.27 $570.00 $3,990.00 $647.00 $4,529.00 $545.25 $3,816.75 $0.00 $0.00 260 Cooper Creek Substation - 2230 Audra Ln 7 Cycles $1,100.00 $7,700.00 $1,663.20 $11,642.40 $1,250.00 $8,750.00 $3,110.23 $21,771.61 $1,625.00 $11,375.00 $1,850.00 $12,950.00 $1,559.25 $10,914.75 $0.00 $0.00 261 Denton North Interchange - 4107 N Locust 20 Cycles $80.00 $1,600.00 $39.90 $798.00 $65.00 $1,300.00 $93.95 $1,879.00 $36.00 $720.00 $50.00 $1,000.00 $0.00 $0.00 262 Denton West Interchange - 5353 FM2449 7 Cycles $350.00 $2,450.00 $628.00 $4,396.00 $470.00 $3,290.00 $1,174.38 $8,220.66 $615.00 $4,305.00 $699.00 $4,893.00 $588.75 $4,121.25 $0.00 $0.00 263 Ft. Worth Substation - 4171 Ft. Worth Dr 20 Cycles $45.00 $900.00 $78.40 $1,568.00 $70.00 $1,400.00 $81.73 $1,634.60 $72.00 $1,440.00 $77.00 $1,540.00 $0.00 $0.00 264 Industrial Substation - 1950 Shady Oaks 7 Cycles $70.00 $490.00 $65.60 $459.20 $70.00 $490.00 $122.67 $858.69 $63.00 $441.00 $73.00 $511.00 $75.00 $525.00 $0.00 $0.00 265 Old Hickory Substation - 101 N Bonnie Brae 20 Cycles $45.00 $900.00 $35.70 $714.00 $70.00 $1,400.00 $71.53 $1,430.60 $34.00 $680.00 $50.00 $1,000.00 $0.00 $0.00 266 New Hickory Substation - 102 through 116 N Bonnie Brae 20 Cycles $110.00 $2,200.00 $110.60 $2,212.00 $100.00 $2,000.00 $84.20 $1,684.00 $100.00 $2,000.00 $109.00 $2,180.00 $0.00 $0.00 267 Jim Christal Substation - 8101 Jim Christal Rd 7 Cycles $450.00 $3,150.00 $25.00 $175.00 $60.00 $420.00 $11.97 $83.79 $10.00 $70.00 $60.00 $420.00 $75.00 $525.00 268 New Jim Christal Substation - 8101 Jim Christal Rd 7 Cycles $45.00 $315.00 $154.40 $1,080.80 $120.00 $840.00 $288.73 $2,021.11 $150.00 $1,050.00 $172.00 $1,204.00 $144.75 $1,013.25 269 Old Kings Row Substation - 1988 Kings Row 20 Cycles $45.00 $900.00 $25.00 $500.00 $65.00 $1,300.00 $46.98 $939.60 $24.00 $480.00 $50.00 $1,000.00 270 New Kings Row Substation - 2505 Kings Row 20 Cycles $130.00 $2,600.00 $190.40 $3,808.00 $165.00 $3,300.00 $204.33 $4,086.60 $180.00 $3,600.00 $188.00 $3,760.00 271 Old Locust Substation - 1304 S Locust St 20 Cycles $90.00 $1,800.00 $74.90 $1,498.00 $65.00 $1,300.00 $102.16 $2,043.20 $72.00 $1,440.00 $74.00 $1,480.00 272 New Locust Substation - just north of 1304 S Locust St 20 Cycles $90.00 $1,800.00 $131.60 $2,632.00 $115.00 $2,300.00 $173.66 $3,473.20 $125.00 $2,500.00 $130.00 $2,600.00 273 Masch Branch Substation - 4850 N Masch Branch Rd 7 Cycles $130.00 $910.00 $328.00 $2,296.00 $250.00 $1,750.00 $613.37 $4,293.59 $320.00 $2,240.00 $365.00 $2,555.00 $307.50 $2,152.50 274 McKinney Substation - 2520 E McKinney St 20 Cycles $130.00 $2,600.00 $200.20 $4,004.00 $170.00 $3,400.00 $214.56 $4,291.20 $190.00 $3,800.00 $197.00 $3,940.00 275 Old North Lakes Substation - 3400 N Bonnie Brae 20 Cycles $45.00 $900.00 $25.00 $500.00 $65.00 $1,300.00 $51.08 $1,021.60 $15.00 $300.00 $50.00 $1,000.00 276 New North Lakes Substation - 3400 N Bonnie Brae 20 Cycles $130.00 $2,600.00 $253.40 $5,068.00 $220.00 $4,400.00 $255.45 $5,109.00 $245.00 $4,900.00 $250.00 $5,000.00 277 Pockrus Substation - 3501 Pockrus Page Rd 20 Cycles $130.00 $2,600.00 $83.30 $1,666.00 $85.00 $1,700.00 $89.90 $1,798.00 $78.00 $1,560.00 $82.00 $1,640.00 278 RD Wells Substation - 3513 Jim Christal Rd 20 Cycles $120.00 $2,400.00 $132.30 $2,646.00 $100.00 $2,000.00 $112.40 $2,248.00 $125.00 $2,500.00 $130.00 $2,600.00 279 Teasley Substation - 2428 Hickory Creek Rd 20 Cycles $45.00 $900.00 $25.00 $500.00 $40.00 $800.00 $51.08 $1,021.60 $11.00 $220.00 $50.00 $1,000.00 280 4117 Winston Dr 20 Cycles $45.00 $900.00 $25.00 $500.00 $40.00 $800.00 $51.08 $1,021.60 $20.00 $400.00 $50.00 $1,000.00 281 Lots NE corner of Virginia St and University 7 Cycles $660.00 $4,620.00 $944.80 $6,613.60 $885.00 $6,195.00 $1,766.80 $12,367.60 $930.00 $6,510.00 $1,051.00 $7,357.00 $885.75 $6,200.25 282 Paisley Lots - 2805 and 2809 Paisley Lots 20 Cycles $90.00 $1,800.00 $38.50 $770.00 $60.00 $1,200.00 $81.78 $1,635.60 $43.00 $860.00 $50.00 $1,000.00 283 Paisley Lots - Lots west of Mockingbird Ct on Paisley 20 Cycles $170.00 $3,400.00 $102.90 $2,058.00 $100.00 $2,000.00 $163.48 $3,269.60 $95.00 $1,900.00 $101.00 $2,020.00 284 Pole Yard and Spencer Interchange 20 Cycles $350.00 $7,000.00 $478.80 $9,576.00 $420.00 $8,400.00 $551.71 $11,034.20 $460.00 $9,200.00 $472.00 $9,440.00 285 West Hercules Lots 20 Cycles $180.00 $3,600.00 $207.20 $4,144.00 $175.00 $3,500.00 $183.91 $3,678.20 $200.00 $4,000.00 $204.00 $4,080.00 286 1100 S. MAYHILL RD. (aka Pecan Creek WRP)32 Cycles $840.00 $26,880.00 $980.00 $31,360.00 $860.00 $27,520.00 $848.62 $27,155.84 $875.00 $28,000.00 $1,246.00 $39,872.00 287 5495 S. FLORENCE RD. -Robson WRP 7 Cycles $300.00 $2,100.00 $400.00 $2,800.00 $250.00 $1,750.00 $748.01 $5,236.07 $385.00 $2,695.00 $645.00 $4,515.00 $375.00 $2,625.00 288 3790 COUNTRY CLUB RD.7 Cycles $120.00 $840.00 $160.00 $1,120.00 $150.00 $1,050.00 $299.20 $2,094.40 $150.00 $1,050.00 $258.00 $1,806.00 $150.00 $1,050.00 289 230 N MAYHILL RD, DENTON 76208 7 Cycles $60.00 $420.00 $80.00 $560.00 $65.00 $455.00 $112.20 $785.40 $58.00 $406.00 $100.00 $700.00 $75.00 $525.00 290 313 TRINITY RD, DENTON 76208 Lakeview Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $200.00 $1,400.00 $149.60 $1,047.20 $77.00 $539.00 $129.00 $903.00 $75.00 $525.00 292 3100 OLD ALTON RD, DENTON 76210 -Hickory Creek Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $50.00 $350.00 $74.80 $523.60 $38.00 $266.00 $100.00 $700.00 $75.00 $525.00 293 2826 FLADGER DRIVE, DENTON 76207 -Barrow Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $74.80 $523.60 $38.00 $266.00 $100.00 $700.00 $75.00 $525.00 294 4000 WINSTON DR, DENTON 76210 -Wimbleton Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $18.70 $130.90 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 295 3710-B GRANADA TR, DENTON 76207 -Granada Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $18.70 $130.90 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 296 3623 EAST UNIVERSITY -United Copper Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $18.70 $130.90 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 297 4043 BONNIE BRAE -Vintage Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $18.70 $130.90 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 298 4981 BARTHOLD RD -Border Cowboy 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $18.70 $130.90 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 299 2301 RYAN RD -Denton West Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $75.00 $525.00 $37.40 $261.80 $20.00 $140.00 $100.00 $700.00 $75.00 $525.00 300 12450 ROBSON RANCH BLVD -Robson SW Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $18.70 $130.90 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 301 701 HOBSON LN -Hobson Lift Station 7 Cycles $60.00 $420.00 $80.00 $560.00 $40.00 $280.00 $14.96 $104.72 $10.00 $70.00 $100.00 $700.00 $75.00 $525.00 302 Cooper Creek (Lift Station) aka 3623 E University 7 Cycles $60.00 $420.00 $80.00 $560.00 $65.00 $455.00 $112.20 $785.40 $58.00 $406.00 $100.00 $700.00 $75.00 $525.00 303 9401 Lake Ray Roberts Dam Rd (Ray Roberts WTP-Water Production 36 Cycles $2,712.50 $97,650.00 $3,797.50 $136,710.00 $3,200.00 $115,200.00 $2,263.50 $81,486.00 $3,475.00 $125,100.00 $3,201.00 $115,236.00 304 9401 Lake Ray Roberts Dam Raw Water Booster Station 36 Cycles $303.50 $10,926.00 $424.90 $15,296.40 $350.00 $12,600.00 $312.85 $11,262.60 $390.00 $14,040.00 $358.00 $12,888.00 305 1720 RINEY RD. (Riney Road Elevated Storage)36 Cycles $300.00 $10,800.00 $350.00 $12,600.00 $200.00 $7,200.00 $254.78 $9,172.08 $320.00 $11,520.00 $295.00 $10,620.00 306 5200 LOOP 288 (Northwest Elevated Storage)36 Cycles $75.00 $2,700.00 $84.70 $3,049.20 $100.00 $3,600.00 $89.67 $3,228.12 $75.00 $2,700.00 $71.00 $2,556.00 307 705 THOMAS (MCKENNA ELEVATED STORAGE TANK)36 Cycles $45.00 $1,620.00 $35.70 $1,285.20 $50.00 $1,800.00 $64.34 $2,316.24 $30.00 $1,080.00 $70.00 $2,520.00 308 9800 JOHN PAINE RD. ARGYLE 76226 (SWBPS)36 Cycles $90.00 $3,240.00 $57.24 $2,060.64 $150.00 $5,400.00 $100.30 $3,610.80 $95.00 $3,420.00 $94.00 $3,384.00 309 11490 H. LIVLEY RD. PONDER 76259 (SWEST)36 Cycles $175.00 $6,300.00 $204.40 $7,358.40 $200.00 $7,200.00 $146.87 $5,287.32 $180.00 $6,480.00 $172.00 $6,192.00 310 3322 ROSELAWN CR. DENTON 76205 (REST)36 Cycles $78.00 $2,808.00 $93.10 $3,351.60 $100.00 $3,600.00 $144.05 $5,185.80 $80.00 $2,880.00 $78.00 $2,808.00 311 1701-B SPENCER RD. DENTON 76205 (LLWTP)36 Cycles $530.00 $19,080.00 $620.20 $22,327.20 $675.00 $24,300.00 $544.55 $19,603.80 $555.00 $19,980.00 $523.00 $18,828.00 312 2301 BELL AVE. (PEACH LOT)36 Cycles $45.00 $1,620.00 $25.00 $900.00 $30.00 $1,080.00 $32.05 $1,153.80 $14.00 $504.00 $70.00 $2,520.00 313 Corner of East Sherman & Stratford (Sherman Lot)36 Cycles $45.00 $1,620.00 $30.80 $1,108.80 $30.00 $1,080.00 $37.75 $1,359.00 $27.00 $972.00 $70.00 $2,520.00 314 200 COUNTRY LN. HICKORY CREEK (LLRWPS)36 Cycles $45.00 $1,620.00 $33.60 $1,209.60 $40.00 $1,440.00 $43.10 $1,551.60 $30.00 $1,080.00 $70.00 $2,520.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No BidNo Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No BidNo Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid $262,299.00 $330,095.24 $292,660.00 $300,207.11 $300,675.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Non-Responsive No Bid No Bid No Bid No Bid No Bid $324,107.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Denton, TXDenton, TX Denton, TX Exhibit 2 RFP 7788 - PARD Mowing Services - Section F Respondent's Business Name: D&D Commercial Landscape Management Natures Greenery Brightview Landscaping Southlake Landscape & Maintenance Inc.Incircle Management Inc Hoot's Lawn Care, LLC Yellowstone Landscape Freedom Services M.E.T. Lawn Care Classic Landscapes and Maintenance (Custom Landscapes Inc) Firehouse22 Principal Place of Business (City and State):Dallas, TX Haltom City, TX Prosper, TX Lewisville, TX Westlake, TX Burleson, TX Dallas, TXDenton, TX No Bid No Bid No Bid No Bid No Bid SECTION F - PUBLIC WORKS/UTILITIES No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Total: No Bid No Bid No Bid No Bid No Bid Item # 1 2 3 4 5 6 0.00 0.00 0.00 0.00 0.006.25 6.25 6.25 6.00 Firehouse22 Yellowstone Landscape M.E.T. Lawn Care 0.000.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 23.84 26.89 26.21 26.17 24.28 28.50 28.50 21.00 19.50 15.00 4.25 4.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.006.25 0.00 3.50 3.50 11.00 8.00 7.50 6.00 4.33 0.00 0.00 0.00 0.00 0.00 0.0082.59 81.64 73.21 67.67 59.11 8.75 7.75 8.75 6.25 6.009.50 92.00 30.00 27.00 4.25 14.25 7.00 0.00 0.00 3.50 Availability of Vendor (15 Points) Equipment (10 Points) Personnel (10 Points) Total Score: Classic Landscapes and Maintenance (Custom Landscapes Inc) Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) D&D Commercial Landscape Management Natures Greenery Brightview Landscaping Southlake Landscape & Maintenance Inc.Incircle Management Inc Freedom Services Hoot's Lawn Care, LLC Evaluation ORDINANCE NO. __________________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH CUSTOM LANDSCAPES, INC. DBA CLASSIC LANDSCAPES & MAINTENANCE, FOR MOWING AND MAINTENANCE SERVICES FOR DME, WATER RECLAMATION, AND WATER PRODUCTION DEPARTMENTS, SECTION F PUBLIC WORKS/UTILITIES; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 7788 AWARDED TO CUSTOM LANDSCAPES, INC. DBA CLASSIC LANDSCAPES & MAINTENANCE, FOR ONE (1) YEAR, WITH THE OPTION FOR FOUR (4) ADDITIONAL ONE (1) YEAR EXTENSIONS, IN THE TOTAL FIVE (5) YEAR NOT- TO-EXCEED AMOUNT OF $1,923,495.00). WHEREAS, the City has solicited, received, and evaluated competitive proposals for mowing and maintenance services; and WHEREAS, the City Manager, or a designated employee, has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies, file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 7788-Sec. F Custom Landscapes, Inc. dba $1,923,495.00 Classic Landscapes & Maintenance SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities, and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C PARD Mowing Services Yes Erica Garcia RFP 7788 Contract # 7788 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND CUSTOM LANDSCAPES, INC., dba CLASSIC LANDSCAPES & MAINTENANCE (CONTRACT 7788) THIS CONTRACT is made and entered into this date ______________________, by and between Custom Landscapes, Inc. dba Classic Landscapes & Maintenance a Texas corporation, whose address is PO Box 1247, Denton, TX 76202, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide products and/or services in accordance with the City’s document RFP 7788 – PARD Mowing Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 7788 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Certificate of Interested Parties Electronic Filing (Exhibit "E"); (f) Contractor’s Proposal (Exhibit "F"); (g) Form CIQ – Conflict of Interest Questionnaire (Exhibit "G"); These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter 2252, is not ineligible to enter into this agreement and will not become ineligible to receive payments under this agreement by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY:______________________________ AUTHORIZED SIGNATURE Printed Name:_____________________ Title:____________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER CITY OF DENTON, TEXAS BY: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _______________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C 9403876023 Kevin Underwood kunderwood049@aol.com 2021-808656 President Gary Packan Director of Parks and Recreation Parks & Recreation Contract # 7788 Exhibit A Special Terms and Conditions 1. Total Contract Amount The total contract for Section F of RFP 7788, which Section F only is awarded by this Contract for the supply of Section F - Utilities, shall not exceed $1,923,495. Pricing shall be per Exhibit F attached. 2. The Quantities The quantities indicated on Exhibit F are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 3. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional four (4) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Supplier’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 4. Price Escalation and De-escalation On Supplier’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment annually based on these special terms. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) or the manufacturer published pricing list. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. The price will be increased or decreased based upon the annual percentage change in the PPI or the percentage change in the manufacturer’s price list. Should the PPI or manufacturer price list change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the percent change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 5. Performance Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below:  Delivery beyond contracted lead times  Performance below contracted levels (services only) The Contractor shall be assessed a one (1%) percent fee each month when any one of the performance standards outlined above are not met in full. The Contractor shall be assessed a two (2%) percent profit fee each month when any two (2) or more performance standards outlined above are not met in full. At the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor’s monthly profit margin. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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. 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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. 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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. 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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. 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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, 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 solicitation as defined in the City’s Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics). Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or 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. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year’s Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 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 respondent. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply 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 DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted:  Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better.  Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.  Liability policies shall be endorsed to provide the following:  Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers.  That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability.  Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers.  Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788  Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered.  Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.  Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:  Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage.  Coverage B shall include personal injury.  Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least:  Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures.  Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for:  any auto, or  all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 ATTACHMENT 1 [ ] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C Contract # 7788 Exhibit E Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C RFP 7788 EXHIBIT F Line #Description QTY UOM Unit Extended 256 SECTION F ‐ PUBLIC WORKS/UTILITIES 257 Old ARCO 1868 Geesling Rd ‐DME 20 Cycles $130.00 $2,600.00 258 Bonnie Brae Substation ‐ 1221 N Bonnie Brae 20 Cycles $100.00 $2,000.00 259 Brinker Substation ‐ 1950 Shady Oaks 7 Cycles $200.00 $1,400.00 260 Cooper Creek Substation ‐ 2230 Audra Ln 7 Cycles $1,100.00 $7,700.00 261 Denton North Interchange ‐ 4107 N Locust 20 Cycles $80.00 $1,600.00 262 Denton West Interchange ‐ 5353 FM2449 7 Cycles $350.00 $2,450.00 263 Ft. Worth Substation ‐ 4171 Ft. Worth Dr 20 Cycles $45.00 $900.00 264 Industrial Substation ‐ 1950 Shady Oaks 7 Cycles $70.00 $490.00 265 Old Hickory Substation ‐ 101 N Bonnie Brae 20 Cycles $45.00 $900.00 266 New Hickory Substation ‐ 102 through 116 N Bonnie Brae 20 Cycles $110.00 $2,200.00 267 Jim Christal Substation ‐ 8101 Jim Christal Rd 7 Cycles $450.00 $3,150.00 268 New Jim Christal Substation ‐ 8101 Jim Christal Rd 7 Cycles $45.00 $315.00 269 Old Kings Row Substation ‐ 1988 Kings Row 20 Cycles $45.00 $900.00 270 New Kings Row Substation ‐ 2505 Kings Row 20 Cycles $130.00 $2,600.00 271 Old Locust Substation ‐ 1304 S Locust St 20 Cycles $90.00 $1,800.00 272 New Locust Substation ‐ just north of 1304 S Locust St 20 Cycles $90.00 $1,800.00 273 Masch Branch Substation ‐ 4850 N Masch Branch Rd 7 Cycles $130.00 $910.00 274 McKinney Substation ‐ 2520 E McKinney St 20 Cycles $130.00 $2,600.00 275 Old North Lakes Substation ‐ 3400 N Bonnie Brae 20 Cycles $45.00 $900.00 276 New North Lakes Substation ‐ 3400 N Bonnie Brae 20 Cycles $130.00 $2,600.00 277 Pockrus Substation ‐ 3501 Pockrus Page Rd 20 Cycles $130.00 $2,600.00 278 RD Wells Substation ‐ 3513 Jim Christal Rd 20 Cycles $120.00 $2,400.00 279 Teasley Substation ‐ 2428 Hickory Creek Rd 20 Cycles $45.00 $900.00 280 4117 Winston Dr 20 Cycles $45.00 $900.00 281 Lots NE corner of Virginia St and University 7 Cycles $660.00 $4,620.00 282 Paisley Lots ‐ 2805 and 2809 Paisley Lots 20 Cycles $90.00 $1,800.00 283 Paisley Lots ‐ Lots west of Mockingbird Ct on Paisley 20 Cycles $170.00 $3,400.00 284 Pole Yard and Spencer Interchange 20 Cycles $350.00 $7,000.00 285 West Hercules Lots 20 Cycles $180.00 $3,600.00 286 1100 S. MAYHILL RD. (aka Pecan Creek WRP)32 Cycles $840.00 $26,880.00 287 5495 S. FLORENCE RD. ‐Robson WRP 7 Cycles $300.00 $2,100.00 288 3790 COUNTRY CLUB RD.7 Cycles $120.00 $840.00 289 230 N MAYHILL RD, DENTON 76208 7 Cycles $60.00 $420.00 290 313 TRINITY RD, DENTON 76208 Lakeview Lift Station 7 Cycles $60.00 $420.00 291 313 TRINITY RD, DENTON 76208 ‐Lakeview Lift Station 7 Cycles $60.00 $420.00 292 3100 OLD ALTON RD, DENTON 76210 ‐Hickory Creek Lift Station 7 Cycles $60.00 $420.00 293 2826 FLADGER DRIVE, DENTON 76207 ‐Barrow Lift Station 7 Cycles $60.00 $420.00 294 4000 WINSTON DR, DENTON 76210 ‐Wimbleton Lift Station 7 Cycles $60.00 $420.00 295 3710‐B GRANADA TR, DENTON 76207 ‐Granada Lift Station 7 Cycles $60.00 $420.00 296 3623 EAST UNIVERSITY ‐United Copper Lift Station 7 Cycles $60.00 $420.00 297 4043 BONNIE BRAE ‐Vintage Lift Station 7 Cycles $60.00 $420.00 298 4981 BARTHOLD RD ‐Border Cowboy 7 Cycles $60.00 $420.00 299 2301 RYAN RD ‐Denton West Lift Station 7 Cycles $60.00 $420.00 300 12450 ROBSON RANCH BLVD ‐Robson SW Lift Station 7 Cycles $60.00 $420.00 301 701 HOBSON LN ‐Hobson Lift Station 7 Cycles $60.00 $420.00 302 Cooper Creek (Lift Station) aka 3623 E University 7 Cycles $60.00 $420.00 303 9401 LAKE RAY ROBERTS DAM RD (RAY ROBERTS WTP) ‐Water Production 36 Cycles $2,712.50 $97,650.00 304 9401 Lake Ray Roberts Dam Raw Water Booster Station 36 Cycles $303.50 $10,926.00 305 1720 RINEY RD. (Riney Road Elevated Storage)36 Cycles $300.00 $10,800.00 306 5200 LOOP 288 (Northwest Elevated Storage)36 Cycles $75.00 $2,700.00 307 705 THOMAS (MCKENNA ELEVATED STORAGE TANK)36 Cycles $45.00 $1,620.00 308 9800 JOHN PAINE RD. ARGYLE 76226 (SWBPS)36 Cycles $90.00 $3,240.00 309 11490 H. LIVLEY RD. PONDER 76259 (SWEST)36 Cycles $175.00 $6,300.00 310 3322 ROSELAWN CR. DENTON 76205 (REST)36 Cycles $78.00 $2,808.00 311 1701‐B SPENCER RD. DENTON 76205 (LLWTP)36 Cycles $530.00 $19,080.00 312 2301 BELL AVE. (PEACH LOT)36 Cycles $45.00 $1,620.00 313 CORNER OF EAST SHERMAN AND STRATFORD (SHERMAN LOT)36 Cycles $45.00 $1,620.00 314 200 COUNTRY LN. HICKORY CREEK (LLRWPS)36 Cycles $45.00 $1,620.00 Classic Landscapes and Maintenance (Custom  Landscapes Inc) DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Exhibit DocuSign Envelope ID: CE5807EE-FB51-43D2-B9ED-163CE86EB27C G Custom Landscapes, Inc. dba Classic Landscapes & Maintenance N/A X N/A 12/15/2021 Certificate Of Completion Envelope Id: CE5807EEFB5143D2B9ED163CE86EB27C Status: Sent Subject: Please DocuSign: City Council Contract 7788 Classic Landscape Source Envelope: Document Pages: 34 Signatures: 4 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/13/2021 11:39:10 AM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 12/13/2021 11:39:59 AM Viewed: 12/13/2021 11:40:06 AM Signed: 12/13/2021 11:41:20 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/13/2021 11:41:22 AM Viewed: 12/13/2021 11:41:55 AM Signed: 12/13/2021 11:42:07 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.185.202.16 Sent: 12/13/2021 11:42:09 AM Viewed: 12/14/2021 11:03:50 AM Signed: 12/14/2021 11:08:36 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Kevin Underwood kunderwood049@aol.com President Classic Landscapes Inc Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 38.123.125.46 Sent: 12/14/2021 11:08:39 AM Viewed: 12/14/2021 12:03:08 PM Signed: 12/15/2021 8:40:40 AM Electronic Record and Signature Disclosure: Accepted: 4/17/2018 5:45:39 PM ID: d0d0007c-e41c-411c-a972-623c66c8e944 Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 12/15/2021 8:40:44 AM Viewed: 12/15/2021 8:41:57 AM Signed: 12/15/2021 8:42:08 AM Electronic Record and Signature Disclosure: Accepted: 12/15/2021 8:41:57 AM ID: 55c91338-b704-47b5-ade9-80257051d9c1 Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/15/2021 8:42:13 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/15/2021 8:48:24 AM ID: 4feba34d-b3a6-43a8-9585-0ca6156b9c3a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/13/2021 11:41:22 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/15/2021 8:42:13 AM Viewed: 12/15/2021 8:53:04 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/13/2021 11:39:59 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Kevin Underwood, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-062,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with BrightView Landscape Services,Inc.,for mowing and maintenance services for the Parks and Recreation and Fire Departments,Section C -Southeast Public Buildings,Parks, Trails,and Medians;providing for the expenditure of funds therefor;and providing an effective date (RFP 7788 -awarded to BrightView Landscape Services,Inc.,for one (1)year,with the option for four (4)additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $2,871,373.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with BrightView Landscape Services, Inc., for mowing and maintenance services for the Parks and Recreation and Fire Departments, Section C – Southeast Public Buildings, Parks, Trails, and Medians; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 – awarded to BrightView Landscape Services, Inc., for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $2,871,373.00). INFORMATION/BACKGROUND The proposed contract will allow BrightView Landscaping to mow/maintain the southeast portion of the City, recognizing that municipal maintenance is one of their company’s core strengths. The realistic expectation of having properly manicured turf and beds in the City is the Parks and Recreation Department’s (PARD) responsibility to negotiate and oversee. The City continues to grow rapidly and acquire new properties, all of which need to be maintained aesthetically and economically in order to make Denton an attractive and appealing city. Staff assessed the volume needed and developed sections for the services that could be awarded to multiple vendors. Brightview Landscaping is an established business that has the experience and equipment needed to service larger entities and can competently perform the work required. In 2020 when PARD assumed responsibility for all City department mowing contracts an evaluation was completed to determine if these services should be contracted out or absorbed in-house. The evaluation determined that due to the required equipment needs and staffing levels it was fiscally responsible to outsource the services. With this, the proposed contracts have no impact on the current staffing levels. Mowing is required to maintain safety and aesthetics as well as to maintain code compliance. The mowing services provide the following benefits to the City of Denton: 1. It keeps the City in compliance with Community Improvement Services. 2. It keeps the turf aesthetically pleasing and helps to thwart the growth of weeds. 3. It keeps the areas free of litter and debris. The anticipated cost breakdown is as follows. The contingency amount is to cover new properties and vendor defaults. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Request for Proposals was sent to 138 prospective suppliers, including 17 Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Eleven (11) proposals were received, references were checked, and proposals were evaluated based upon published criteria including availability, probable performance, equipment, personnel, safety, and price. Best and Final Offers (BAFO) were requested from all firms. Based upon this evaluation, BrightView Landscape Services, Inc. was ranked the highest and determined to be the best value for the City for Section C – Southeast Public Buildings, Parks, Trails, and Medians. NIGP Code Used for Solicitation: 988 – Services, roadside, grounds, recreational, and park area services Notifications sent for Solicitation sent in IonWave: 138 Number of Suppliers that viewed Solicitation in IonWave: 17 HUB-Historically Underutilized Business Invitations sent out: 14 SBE-Small Business Enterprise Invitations sent out: 66 Responses from Solicitation: 11 Below is the information BrightView Landscape Services provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Production Manager 1 Employee designation $36.55 / hour Crew Leader 2 Employees designated $21.68 / Hr Crew Laborers 6 Employees designated $21.68 / Hr RECOMMENDATION Award a contract with BrightView Landscape Services, Inc., for mowing and maintenance services for the Parks and Recreation and Fire Departments, Section C – Southeast Public Buildings, Parks, Trails, and Medians, in a one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $2,871,373. PRINCIPAL PLACE OF BUSINESS BrightView Landscape Services, Inc. Prosper, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FY 21-22 FY 22-23 FY 23-24 FY 24-25 FY 25-26 TOTAL Sections C - Southeast $440,836 $454,061 $467,683 $481,714 $496,165 $2,340,459 Contingency $100,000 $103,000 $106,090 $109,273 $112,551 $530,914 Total $540,836 $557,061 $573,773 $590,987 $608,716 $2,871,373 FISCAL INFORMATION These services will be funded through the using department’s budget on an as-needed basis. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333. Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 87 88 Facilities Bldg - 869 S Woodrow 36 Cycles $94.40 $3,398.40 $40.00 $1,440.00 $34.30 $1,234.80 $24.00 $864.00 $40.00 $1,440.00 $200.00 $7,200.00 No bid $7,200.00 89 Facilities Bldg - Bed maintenance, 3 color change outs, 1 mulch app 4 Cycles $300.16 $1,200.64 $550.00 $2,200.00 $225.00 $900.00 $100.00 $400.00 $330.00 $1,320.00 $1,000.00 $4,000.00 No bid $4,000.00 90 DCTA Rail Yard 24 Cycles $187.57 $4,501.68 $180.00 $4,320.00 $1,100.00 $26,400.00 $96.00 $2,304.00 $130.00 $3,120.00 $150.00 $4,800.00 $180.00 $4,320.00 91 DCTA Rail Yard - LITTER 12 Cycles $122.60 $1,471.20 $100.00 $1,200.00 $550.00 $6,600.00 $80.00 $960.00 $25.00 $300.00 $150.00 $3,000.00 $55.00 $660.00 92 Industrial Park - 108 Industrial -Also includes Trades Square (.11ac)36 Cycles $72.35 $2,604.60 $40.00 $1,440.00 $25.00 $900.00 $24.00 $864.00 $24.00 $864.00 $65.00 $2,340.00 $75.00 $2,700.00 94 Fire Station 1 - 332 E. Hickory St.32 Cycles $73.33 $2,346.56 $40.00 $1,280.00 $25.00 $800.00 $24.00 $768.00 $33.00 $1,056.00 $75.00 $2,400.00 No bid $2,400.00 95 Fire Station 1 Landscape Maintenance - 332 E. Hickory St.48 Cycles $65.02 $3,120.96 $50.00 $2,400.00 $55.00 $2,640.00 $48.00 $2,304.00 $10.00 $480.00 $75.00 $3,600.00 No bid $4,800.00 96 MLK Recreation Center - 1300 Wilson 36 Cycles $268.90 $9,680.40 $200.00 $7,200.00 $226.10 $8,139.60 $142.00 $5,112.00 $200.00 $7,200.00 $200.00 $7,200.00 $225.00 $8,100.00 97 Mack Park - 1700 E. McKinney -Includes both north and south sides of McKinney and drainage channel starting at Audra Lane and ending at southern park boundary 36 Cycles $774.45 $27,880.20 $700.00 $25,200.00 $1,003.60 $36,129.60 $505.00 $18,180.00 $720.00 $25,920.00 $640.00 $23,040.00 $895.00 $32,220.00 98 Mack Park - Litter 4 Cycles $1,299.61 $5,198.44 $200.00 $800.00 $501.80 $2,007.20 $551.00 $2,204.00 $140.00 $560.00 $250.00 $1,000.00 $65.00 $260.00 99 Carl Young Park - 327 S. Wood 24 Cycles $33.48 $803.52 $350.00 $8,400.00 $408.80 $9,811.20 $280.00 $6,720.00 $360.00 $8,640.00 $300.00 $7,200.00 $478.00 $11,472.00 100 McKinney St -Bell Ave east to City limits, includes drainage ditch on north side of McKinney in the 800 block 24 Cycles $1,283.66 $30,807.84 $1,800.00 $43,200.00 $1,610.00 $38,640.00 $1,104.00 $26,496.00 $1,425.00 $34,200.00 $1,495.00 $35,880.00 $1,900.00 $45,600.00 101 McKinney St - Litter 12 Cycles $817.38 $9,808.56 $300.00 $3,600.00 $805.00 $9,660.00 $920.00 $11,040.00 $275.00 $3,300.00 $540.00 $6,480.00 $203.00 $2,436.00 102 Milam Park - 256 Mockingbird Ln 24 Cycles $107.48 $2,579.52 $125.00 $3,000.00 $118.30 $2,839.20 $81.00 $1,944.00 $120.00 $2,880.00 $200.00 $4,800.00 $99.00 $2,376.00 103 Rail Trail 24 Cycles $3,169.76 $76,074.24 $2,000.00 $48,000.00 $1,207.50 $28,980.00 $828.00 $19,872.00 $1,610.00 $38,640.00 $1,125.00 $27,000.00 No bid $76,074.24 104 Rail Trail - Litter 12 Cycles $653.88 $7,846.56 $250.00 $3,000.00 $603.75 $7,245.00 $690.00 $8,280.00 $230.00 $2,760.00 $300.00 $3,600.00 No bid $8,280.00 105 Eagle and Dallas Dr. -To be combined with Dallas Drive 24 Cycles $0.01 $0.24 $40.00 $960.00 $30.80 $739.20 $24.00 $576.00 $30.00 $720.00 $75.00 $1,800.00 $63.00 $1,512.00 106 Eagle and Elm St Do NOT weedeat small island with wildflowers 24 Cycles $0.01 $0.24 $40.00 $960.00 $25.00 $600.00 $24.00 $576.00 $14.00 $336.00 $45.00 $1,080.00 $55.00 $1,320.00 107 Wye St and Industrial St 24 Cycles $17.13 $411.12 $40.00 $960.00 $25.00 $600.00 $24.00 $576.00 $19.00 $456.00 $45.00 $1,080.00 $50.00 $1,200.00 108 Bell Ave and Robertson 24 Cycles $212.12 $5,090.88 $180.00 $4,320.00 $202.30 $4,855.20 $139.00 $3,336.00 $214.00 $5,136.00 $305.00 $7,320.00 $179.00 $4,296.00 109 427 Robertson - Litter 24 Cycles $24.10 $578.40 $50.00 $1,200.00 $35.00 $840.00 $24.00 $576.00 $10.00 $240.00 $75.00 $1,800.00 $45.00 $1,080.00 110 Dallas Dr 24 Cycles $533.30 $12,799.20 $300.00 $7,200.00 $292.60 $7,022.40 $201.00 $4,824.00 $300.00 $7,200.00 $440.00 $10,560.00 No bid $12,799.20 111 Teasley Lane-Includes Shady Oaks medians, Dallas and Teasley greenspace, ROW, medians, Wind River/Teasley median, and between Hickory Creek and City limits 24 Cycles $1,006.60 $24,158.40 $860.00 $20,640.00 $949.20 $22,780.80 $651.00 $15,624.00 $980.00 $23,520.00 $900.00 $21,600.00 $987.00 $23,688.00 112 Teasley Ln medians and ROW litter and debris removal 12 Cycles $163.48 $1,961.76 $150.00 $1,800.00 $474.60 $5,695.20 $542.00 $6,504.00 $190.00 $2,280.00 $300.00 $3,600.00 No bid $6,504.00 113 Fire Station 6 - 3232 Teasley Ln -Retention pond next to fire station is included 32 Cycles $152.23 $4,871.36 $45.00 $1,440.00 $51.10 $1,635.20 $32.00 $1,024.00 $75.00 $2,400.00 $75.00 $2,400.00 No bid $4,871.36 114 Fire Station 6 Landscape Maintenance - 3232 Teasley Ln 48 Cycles $94.48 $4,535.04 $50.00 $2,400.00 $35.00 $1,680.00 $72.00 $3,456.00 $19.00 $912.00 $75.00 $3,600.00 No bid $5,669.76 115 Hobson drainage channel behind church, 633 Hobson -Drainage channel is between Teasley and church 24 Cycles $20.02 $480.48 $50.00 $1,200.00 $50.00 $1,200.00 $24.00 $576.00 $33.00 $792.00 $90.00 $2,160.00 $72.00 $1,728.00 116 Hobson drainage channel - Litter 4 Cycles $20.45 $81.80 $30.00 $120.00 $25.00 $100.00 $24.00 $96.00 $10.00 $40.00 $75.00 $300.00 $28.00 $112.00 117 I-35 SB Service Rd - Woodbrook to Conway -Includes Birchbrook Ct island 24 Cycles $129.55 $3,109.20 $60.00 $1,440.00 $70.00 $1,680.00 $48.00 $1,152.00 $73.00 $1,752.00 $400.00 $9,600.00 $78.00 $1,872.00 118 I-35 SB Service Rd - Woodbrook to Conway - Litter 4 Cycles $40.85 $163.40 $75.00 $300.00 $35.00 $140.00 $48.00 $192.00 $15.00 $60.00 $200.00 $800.00 $47.00 $188.00 119 Township II -Includes Rio Grande medians, 4 islands, and greenspace park area 24 Cycles $122.60 $2,942.40 $125.00 $3,000.00 $108.50 $2,604.00 $74.00 $1,776.00 $105.00 $2,520.00 $175.00 $4,200.00 $93.00 $2,232.00 120 Colorado / San Jacinto / Brinker -Includes .23ac at Valley Creek Road and Colorado, also Woodrow Ln sidewalk (southbound from 300 Woodrow to end of tree line across from 725 Woodrow on west side of road' northbound from 725 Woodrow to dirt driveway before 215 Woodrow)24 Cycles $373.15 $8,955.60 $320.00 $7,680.00 $298.90 $7,173.60 $205.00 $4,920.00 $305.00 $7,320.00 $300.00 $7,200.00 No bid $10,800.00 121 Colorado Blvd Litter Debris Removal 4 Cycles $245.20 $980.80 $100.00 $400.00 $149.75 $599.00 $205.00 $820.00 $68.00 $272.00 $300.00 $1,200.00 No bid $2,000.00 122 Mayhill (I-35 to US380)24 Cycles $1,460.23 $35,045.52 $1,700.00 $40,800.00 $1,538.60 $36,926.40 $1,055.00 $25,320.00 $1,605.00 $38,520.00 $1,430.00 $34,320.00 No bid $55,440.00 123 Spencer Rd. -Between Woodrow and Mayhill 24 Cycles $413.15 $9,915.60 $275.00 $6,600.00 $315.00 $7,560.00 $216.00 $5,184.00 $325.00 $7,800.00 $380.00 $9,120.00 No bid $11,400.00 124 Spencer Rd Litter Debris Removal 4 Cycles $245.20 $980.80 $100.00 $400.00 $157.50 $630.00 $218.00 $872.00 $55.00 $220.00 $200.00 $800.00 No bid $1,400.00 125 Shady Oaks Dr ( Woodrow to Loop 288) -Medians only 24 Cycles $0.01 $0.24 $156.00 $3,744.00 $182.00 $4,368.00 $125.00 $3,000.00 $185.00 $4,440.00 $250.00 $6,000.00 No bid $6,600.00 126 Loop 288 -Medians and ROW 24 Cycles $1,463.91 $35,133.84 $1,800.00 $43,200.00 $1,661.10 $39,866.40 $1,139.00 $27,336.00 $1,720.00 $41,280.00 $1,545.00 $37,080.00 No bid $59,880.00 127 Loop 288 Litter and Debris removal 12 Cycles $572.17 $6,866.04 $200.00 $2,400.00 $830.55 $9,966.60 $949.00 $11,388.00 $275.00 $3,300.00 $540.00 $6,480.00 No bid $12,000.00 128 Earnest Dallas Park 24 Cycles $206.79 $4,962.96 $170.00 $4,080.00 $189.00 $4,536.00 $130.00 $3,120.00 $165.00 $3,960.00 $250.00 $6,000.00 $198.00 $4,752.00 129 Crapemyrtle 24 Cycles $18.77 $450.48 $40.00 $960.00 $25.00 $600.00 $24.00 $576.00 $33.00 $792.00 $45.00 $1,080.00 $55.00 $1,320.00 130 Fred Moore Park - 500 S. Bradshaw 24 Cycles $406.24 $9,749.76 $425.00 $10,200.00 $490.70 $11,776.80 $336.00 $8,064.00 $430.00 $10,320.00 $320.00 $7,680.00 $164.00 $3,936.00 131 Fred Moore Park - 500 S. Bradshaw 24 Cycles $0.01 $0.24 $425.00 $10,200.00 $490.70 $11,776.80 $336.00 $8,064.00 $430.00 $10,320.00 $320.00 $7,680.00 $576.00 $13,824.00 132 Fred Moore Athletics - north side of drainage channel 36 Cycles $190.84 $6,870.24 $180.00 $6,480.00 $205.80 $7,408.80 $129.00 $4,644.00 $185.00 $6,660.00 $135.00 $4,860.00 $174.00 $6,264.00 133 Jannie St 24 Cycles $15.00 $360.00 $40.00 $960.00 $25.00 $600.00 $24.00 $576.00 $11.00 $264.00 $100.00 $2,400.00 $65.00 $1,560.00 134 Mozingo St -Includes dead-end of Mozingo at railroad and small lot at intersection of Mozingo and Wayne 24 Cycles $18.77 $450.48 $40.00 $960.00 $25.00 $600.00 $24.00 $576.00 $24.00 $576.00 $45.00 $1,080.00 $68.00 $1,632.00 135 Swisher Rd Edwards 24 Cycles $10.00 $240.00 $30.00 $720.00 $25.00 $600.00 $24.00 $576.00 $10.00 $240.00 $45.00 $1,080.00 No bid $1,080.00 136 Fire Station 8 (new in 2021) 3131 Colorado Blvd 32 Cycles $70.50 $2,256.00 $50.00 $1,600.00 $28.00 $896.00 $24.00 $768.00 $43.00 $1,376.00 $85.00 $2,720.00 No bid $2,720.00 137 Fire Station 8 (new in 2021) 3131 Colorado Blvd 32 Cycles $0.01 $0.32 $50.00 $1,600.00 $28.00 $896.00 $24.00 $768.00 $43.00 $1,376.00 $85.00 $2,720.00 No bid $2,720.00 138 Fire Station 8 Landscape 48 Cycles $133.84 $6,424.32 $50.00 $2,400.00 $35.00 $1,680.00 $104.00 $4,992.00 $20.00 $960.00 $75.00 $3,600.00 No bid $8,189.76 139 South Lakes Park 1 - 556 Hobson Ln 24 Cycles $1,253.86 $30,092.64 $2,460.00 $59,040.00 $2,919.00 $70,056.00 $2,002.00 $48,048.00 $2,610.00 $62,640.00 $1,670.00 $40,080.00 $2,898.00 $69,552.00 140 South Lakes Park 2 - 556 Hobson Ln 24 Cycles $1,274.70 $30,592.80 $1,350.00 $32,400.00 $1,565.90 $37,581.60 $984.00 $23,616.00 $1,390.00 $33,360.00 $895.00 $21,480.00 $1,700.00 $40,800.00 Evaluation Item # 1 2 3 4 5 6 SECTION C - SOUTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS 23.7430.0022.59 23.9122.62 20.30 16.62 15.0028.50 19.5021.00 28.50 4.25 19.5016.50 13.75 10.25 8.008.25 4.253.504.25 3.50 6.509.50 7.25 3.50 4.25 8.25 6.505.506.006.50 6.259.25 6.75 6.505.506.257.00 66.9180.12 78.30 Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Personnel (10 Points) Total Score: Brightview Landscaping Natures Greenery D&D Commercial Landscape Management Incircle Management Inc Southlake Landscape & Maintenance Inc. 61.3763.7467.2578.34 6.5010.00 Incircle Management Inc Southlake Landscape & Maintenance Inc.Firehouse22M.E.T. Lawn Care Respondent's Business Name: Natures GreeneryBrightview Landscaping D&D Commercial Landscape Management Prosper, TX Dallas, TX Westlake, TX Lewisville, TX Denton, TXDenton, TX Exhibit 2 RFP 7788 - PARD Mowing Services - Section C Principal Place of Business (City and State):Haltom City, TX Total: M.E.T. Lawn Care Firehouse22 $440,835.92 $441,444.00 $491,196.60 $332,404.00 $417,040.00 $420,100.00 $599,840.32 Line #Description QTY UOM 87 88 Facilities Bldg - 869 S Woodrow 36 Cycles 89 Facilities Bldg - Bed maintenance, 3 color change outs, 1 mulch app 4 Cycles 90 DCTA Rail Yard 24 Cycles 91 DCTA Rail Yard - LITTER 12 Cycles 92 Industrial Park - 108 Industrial -Also includes Trades Square (.11ac)36 Cycles 94 Fire Station 1 - 332 E. Hickory St.32 Cycles 95 Fire Station 1 Landscape Maintenance - 332 E. Hickory St.48 Cycles 96 MLK Recreation Center - 1300 Wilson 36 Cycles 97 Mack Park - 1700 E. McKinney -Includes both north and south sides of McKinney and drainage channel starting at Audra Lane and ending at southern park boundary 36 Cycles 98 Mack Park - Litter 4 Cycles 99 Carl Young Park - 327 S. Wood 24 Cycles 100 McKinney St -Bell Ave east to City limits, includes drainage ditch on north side of McKinney in the 800 block 24 Cycles 101 McKinney St - Litter 12 Cycles 102 Milam Park - 256 Mockingbird Ln 24 Cycles 103 Rail Trail 24 Cycles 104 Rail Trail - Litter 12 Cycles 105 Eagle and Dallas Dr. -To be combined with Dallas Drive 24 Cycles 106 Eagle and Elm St Do NOT weedeat small island with wildflowers 24 Cycles 107 Wye St and Industrial St 24 Cycles 108 Bell Ave and Robertson 24 Cycles 109 427 Robertson - Litter 24 Cycles 110 Dallas Dr 24 Cycles 111 Teasley Lane-Includes Shady Oaks medians, Dallas and Teasley greenspace, ROW, medians, Wind River/Teasley median, and between Hickory Creek and City limits 24 Cycles 112 Teasley Ln medians and ROW litter and debris removal 12 Cycles 113 Fire Station 6 - 3232 Teasley Ln -Retention pond next to fire station is included 32 Cycles 114 Fire Station 6 Landscape Maintenance - 3232 Teasley Ln 48 Cycles 115 Hobson drainage channel behind church, 633 Hobson -Drainage channel is between Teasley and church 24 Cycles 116 Hobson drainage channel - Litter 4 Cycles 117 I-35 SB Service Rd - Woodbrook to Conway -Includes Birchbrook Ct island 24 Cycles 118 I-35 SB Service Rd - Woodbrook to Conway - Litter 4 Cycles 119 Township II -Includes Rio Grande medians, 4 islands, and greenspace park area 24 Cycles 120 Colorado / San Jacinto / Brinker -Includes .23ac at Valley Creek Road and Colorado, also Woodrow Ln sidewalk (southbound from 300 Woodrow to end of tree line across from 725 Woodrow on west side of road' northbound from 725 Woodrow to dirt driveway before 215 Woodrow)24 Cycles 121 Colorado Blvd Litter Debris Removal 4 Cycles 122 Mayhill (I-35 to US380)24 Cycles 123 Spencer Rd. -Between Woodrow and Mayhill 24 Cycles 124 Spencer Rd Litter Debris Removal 4 Cycles 125 Shady Oaks Dr ( Woodrow to Loop 288) -Medians only 24 Cycles 126 Loop 288 -Medians and ROW 24 Cycles 127 Loop 288 Litter and Debris removal 12 Cycles 128 Earnest Dallas Park 24 Cycles 129 Crapemyrtle 24 Cycles 130 Fred Moore Park - 500 S. Bradshaw 24 Cycles 131 Fred Moore Park - 500 S. Bradshaw 24 Cycles 132 Fred Moore Athletics - north side of drainage channel 36 Cycles 133 Jannie St 24 Cycles 134 Mozingo St -Includes dead-end of Mozingo at railroad and small lot at intersection of Mozingo and Wayne 24 Cycles 135 Swisher Rd Edwards 24 Cycles 136 Fire Station 8 (new in 2021) 3131 Colorado Blvd 32 Cycles 137 Fire Station 8 (new in 2021) 3131 Colorado Blvd 32 Cycles 138 Fire Station 8 Landscape 48 Cycles 139 South Lakes Park 1 - 556 Hobson Ln 24 Cycles 140 South Lakes Park 2 - 556 Hobson Ln 24 Cycles Evaluation Item # 1 2 3 4 5 6 SECTION C - SOUTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Personnel (10 Points) Total Score: Respondent's Business Name: Exhibit 2 RFP 7788 - PARD Mowing Services - Section C Principal Place of Business (City and State): Total: Unit Extended Unit Extended Unit Extended Unit Extended $38.59 $1,389.24 $181.88 $727.52 $157.50 $3,780.00 $65.62 $787.44 $25.00 $900.00 $25.00 $800.00 $78.75 $3,780.00 $281.48 $10,133.28 $645.74 $23,246.64 $376.68 $1,506.72 $459.89 $11,037.36 $1,293.73 $31,049.52 $754.68 $9,056.16 $133.09 $3,194.16 $970.30 $23,287.20 $566.01 $6,792.12 $34.65 $831.60 $25.00 $600.00 $25.00 $600.00 $227.58 $5,461.92 $25.00 $600.00 $460.94 $11,062.56 $762.74 $18,305.76 $444.93 $5,339.16 $57.49 $1,839.68 $118.12 $5,669.76 $25.00 $600.00 $25.00 $100.00 $78.75 $1,890.00 $45.20 $180.80 $122.06 $2,929.44 $336.26 $8,070.24 $140.11 $560.44 $1,236.36 $29,672.64 $354.37 $8,504.88 $149.29 $597.16 $204.75 $4,914.00 $1,334.79 $32,034.96 $778.63 $9,343.56 $212.62 $5,102.88 $25.20 $604.80 $552.03 $13,248.72 $552.03 $13,248.72 $231.52 $8,334.72 $25.00 $600.00 $25.00 $600.00 $25.00 $600.00 $31.50 $1,008.00 $31.50 $1,008.00 $170.62 $8,189.76 $2,345.59 $56,294.16 $1,258.29 $30,198.96 SECTION C - SOUTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS 0.00 0.00 0.0023.73 0.00 0.00 0.002.75 0.00 0.00 0.006.00 0.00 0.00 0.002.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3.00 3.00 Classic Landscapes and Maintenance (Custom Landscapes Inc) 41.23 Yellowstone Landscape Denton, TXDallas, TX Denton, TX Burleson, TX No Bid No Bid No Bid No Bid Exhibit 2 RFP 7788 - PARD Mowing Services - Section C No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Freedom Services Hoot's Lawn Care, LLC No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Classic Landscapes and Maintenance (Custom Landscapes Inc) Yellowstone Landscape Freedom Services Hoot's Lawn Care, LLC No Bid No Bid No Bid$420,214.64 ORDINANCE NO. __________________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH BRIGHTVIEW LANDSCAPE SERVICES, INC., FOR MOWING AND MAINTENANCE SERVICES FOR THE PARKS AND RECREATION AND FIRE DEPARTMENTS, SECTION C SOUTHEAST PUBLIC BUILDINGS, PARKS, TRAILS, AND MEDIANS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 7788 AWARDED TO BRIGHTVIEW LANDSCAPE SERVICES, INC., FOR ONE (1) YEAR, WITH THE OPTION FOR FOUR (4) ADDITIONAL ONE (1) YEAR EXTENSIONS, IN THE TOTAL FIVE (5) YEAR NOT-TO-EXCEED AMOUNT OF $2,871,373.00). WHEREAS, the City has solicited, received, and evaluated competitive proposals for mowing and maintenance services; and WHEREAS, the City Manager, or a designated employee, has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies, Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 7788-Sec. C BrightView Landscape Services, Inc. $2,871,373.00 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities, and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B 7788RFP PARD Mowing Services Yes Erica Garcia Contract # 7788 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND BRIGHTVIEW LANDSCAPE SERVICES, INC. (CONTRACT 7788) THIS CONTRACT is made and entered into this date ______________________, by and between BrightView Landscape Services, Inc. a Texas corporation, whose address is 1464 W. First St., Prosper, TX 75078, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide products and/or services in accordance with the City’s document RFP 7788 – PARD Mowing Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 7788 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Contractor’s Proposal (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 above. These documents shall be referred to collectively as “Contract Documents.” Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter 2252, is not ineligible to enter into this agreement and will not become ineligible to receive payments under this agreement by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY:______________________________ AUTHORIZED SIGNATURE Printed Name:_____________________ Title:____________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS 1295 Certificate Number CITY OF DENTON, TEXAS BY: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _______________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B 1295 Certificate Number SVP 214-537-8106 Jason Shear Jason.Shear@brightview.com Director of Parks and Recreation Parks & Recreation Gary Packan Contract # 7788 Exhibit A Special Terms and Conditions 1. Total Contract Amount The total contract for Section C of RFP 7788, which Section C only is awarded by this Contract for the supply of Section C – SE Section, shall not exceed $2,871,373. Pricing shall be per Exhibit E attached. 2. 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. 3. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional four (4) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Supplier’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 4. Price Escalation and De-escalation On Supplier’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment annually based on these special terms. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) or the manufacturer published pricing list. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. The price will be increased or decreased based upon the annual percentage change in the PPI or the percentage change in the manufacturer’s price list. Should the PPI or manufacturer price list change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the percent change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 5. Performance Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below:  Delivery beyond contracted lead times  Performance below contracted levels (services only) The Contractor shall be assessed a one (1%) percent fee each month when any one of the performance standards outlined above are not met in full. The Contractor shall be assessed a two (2%) percent profit fee each month when any two (2) or more performance standards outlined above are not met in full. At the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor’s monthly profit margin. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: 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. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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. 13. PAYMENT: DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 negotiated. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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. 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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. 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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, 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 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 solicitation as defined in the City’s Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics). Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or 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. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual orientation, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph – i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 respondent. 59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply 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 DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted:  Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better.  Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.  Liability policies shall be endorsed to provide the following:  Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers.  That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability.  Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers.  Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788  Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered.  Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.  Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:  Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage.  Coverage B shall include personal injury.  Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least:  Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures.  Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for:  any auto, or  all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 ATTACHMENT 1 [ ] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Contract # 7788 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B RFP 7788 Brightview  Landscaping Exhibit E Line #Description QTY UOM Unit 87 88 Facilities Bldg ‐ 869 S Woodrow 36 Cycles $94.40 89 Facilities Bldg ‐ Bed maintenance, 3 color change outs, 1 mulch app 4 Cycles $300.16 90 DCTA Rail Yard 24 Cycles $187.57 91 DCTA Rail Yard ‐ LITTER 12 Cycles $122.60 92 Industrial Park ‐ 108 Industrial ‐Also includes Trades Square (.11ac)36 Cycles $72.35 94 Fire Station 1 ‐ 332 E. Hickory St.32 Cycles $73.33 95 Fire Station 1 Landscape Maintenance ‐ 332 E. Hickory St.48 Cycles $65.02 96 MLK Recreation Center ‐ 1300 Wilson 36 Cycles $268.90 97 Mack Park ‐ 1700 E. McKinney ‐Includes both north and south sides of McKinney and drainage channel  starting at Audra Lane and ending at southern park boundary 36 Cycles $774.45 98 Mack Park ‐ Litter 4 Cycles $1,299.61 99 Carl Young Park ‐ 327 S. Wood 24 Cycles $33.48 100 McKinney St ‐Bell Ave east to City limits, includes drainage ditch on north side of McKinney in the 800 block 24 Cycles $1,283.66 101 McKinney St ‐ Litter 12 Cycles $817.38 102 Milam Park ‐ 256 Mockingbird Ln 24 Cycles $107.48 103 Rail Trail 24 Cycles $3,169.76 104 Rail Trail ‐ Litter 12 Cycles $653.88 107 Wye St and Industrial St 24 Cycles $17.13 108 Bell Ave and Robertson 24 Cycles $212.12 109 427 Robertson ‐ Litter ‐ This is actual item price for 427 Robertson, the litter will be $40.85 per occurrence  or $163.40 for the year.24 Cycles $24.10 110 Dallas Dr ‐  Eagle & Dallas Dr ‐ To be combine with Dallas Drive; Eagle and Elm do NOT weedeat small island  with wildflowers 24 Cycles $533.30 111 Teasley Lane  ‐Includes Shady Oaks medians, Dallas and Teasley greenspace, ROW, medians, Wind  River/Teasley median, and between Hickory Creek and City limits ‐ 24 Cycles $1,006.60 112 Teasley Ln medians and ROW litter and debris removal 12 Cycles $163.48 113 Fire Station 6 ‐ 3232 Teasley Ln ‐Retention pond next to fire station is included 32 Cycles $152.23 114 Fire Station 6 Landscape Maintenance ‐ 3232 Teasley Ln 48 Cycles $94.48 115 Hobson drainage channel behind church, 633 Hobson ‐Drainage channel is between Teasley and church 24 Cycles $20.02 116 Hobson drainage channel ‐ Litter 4 Cycles $20.45 117 I‐35 SB Service Rd ‐ Woodbrook to Conway ‐Includes Birchbrook Ct island 24 Cycles $129.55 118 I‐35 SB Service Rd ‐ Woodbrook to Conway ‐ Litter 4 Cycles $40.85 119 Township II ‐Includes Rio Grande medians, 4 islands, and greenspace park area 24 Cycles $122.60 120 Colorado / San Jacinto / Brinker ‐Includes .23ac at Valley Creek Road and Colorado, also Woodrow Ln  sidewalk (southbound from 300 Woodrow to end of tree line across from 725 Woodrow on west side of  road' northbound from 725 Woodrow to dirt driveway before 215 Woodrow)24 Cycles $373.15 121 Colorado Blvd Litter  Debris Removal 4 Cycles $245.20 122 Mayhill (I‐35 to US380)24 Cycles $1,460.23 123 Spencer Rd. ‐Between Woodrow and Mayhill 24 Cycles $413.15 124 Spencer Rd Litter  Debris Removal 4 Cycles $245.20 126 Loop 288 ‐Medians and ROW 24 Cycles $1,463.91 127 Loop 288 Litter and Debris removal 12 Cycles $572.17 128 Earnest Dallas Park 24 Cycles $206.79 129 Crapemyrtle 24 Cycles $18.77 130 Fred Moore Park ‐ 500 S. Bradshaw 24 Cycles $406.24 132 Fred Moore Athletics ‐ north side of drainage channel 36 Cycles $190.84 133 Jannie St 24 Cycles $15.00 134 Mozingo St ‐Includes dead‐end of Mozingo at railroad and small lot at intersection of Mozingo and Wayne 24 Cycles $18.77 135 Swisher Rd  Edwards 24 Cycles $10.00 136 Fire Station 8 (new in 2021) 3131 Colorado Blvd 32 Cycles $70.50 138 Fire Station 8 Landscape 48 Cycles $133.84 139 South Lakes Park 1 ‐ 556 Hobson Ln 24 Cycles $1,253.86 140 South Lakes Park 2 ‐ 556 Hobson Ln 24 Cycles $1,274.70 SECTION C ‐ SOUTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Exhibit DocuSign Envelope ID: 11142712-BCFB-46BE-A334-394347B0840B Brightview Landscape Services, Inc. F N/A 12/14/2021 X N/A Certificate Of Completion Envelope Id: 11142712BCFB46BEA334394347B0840B Status: Sent Subject: Please DocuSign: City Council Contract 7788 - BrightView Source Envelope: Document Pages: 33 Signatures: 4 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/10/2021 8:00:04 AM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.10 Sent: 12/10/2021 2:00:12 PM Viewed: 12/10/2021 2:00:21 PM Signed: 12/10/2021 2:08:51 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/10/2021 2:08:53 PM Viewed: 12/13/2021 10:49:05 AM Signed: 12/13/2021 10:50:12 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.185.202.16 Sent: 12/13/2021 10:50:15 AM Viewed: 12/14/2021 11:22:41 AM Signed: 12/14/2021 11:25:15 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Jason Shear Jason.Shear@brightview.com SVP BrightView Landscapes, LLC Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 208.21.170.159 Sent: 12/14/2021 11:25:20 AM Viewed: 12/14/2021 8:42:44 PM Signed: 12/14/2021 8:44:32 PM Electronic Record and Signature Disclosure: Accepted: 12/14/2021 8:42:44 PM ID: a84dee8c-2a79-4e65-85bc-fa8a4e9cc3e3 Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 70.236.192.51 Signed using mobile Sent: 12/14/2021 8:44:36 PM Viewed: 12/14/2021 8:58:13 PM Signed: 12/14/2021 8:58:28 PM Electronic Record and Signature Disclosure: Accepted: 12/14/2021 8:58:13 PM ID: 4d8f993b-7d93-4772-97ac-d654e7519ceb Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 8:58:32 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/15/2021 8:48:24 AM ID: 4feba34d-b3a6-43a8-9585-0ca6156b9c3a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/10/2021 2:08:53 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 8:58:32 PM Viewed: 12/15/2021 8:51:32 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/10/2021 2:00:12 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Jason Shear, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-063,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with Watts Ellison,LLC dba D&D Commercial Landscape Management,for mowing and maintenance services for the Parks and Recreation,Fire,Community Improvement Services,and the Denton Enterprise Airport Departments,Section D -Southwest Public Buildings,Parks,Trails,and Medians and Section E -ROW and Rough Cut;providing for the expenditure of funds therefor;and providing an effective date (RFP 7788 -awarded to Watts Ellison,LLC dba D&D Commercial Landscape Management,for one (1)year,with the option for four (4)additional one (1)year extensions, in the total five (5) year not-to-exceed amount of $4,292,759.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Watts Ellison, LLC dba D&D Commercial Landscape Management, for mowing and maintenance services for the Parks and Recreation, Fire, Community Improvement Services, and the Denton Enterprise Airport Departments, Section D – Southwest Public Buildings, Parks, Trails, and Medians and Section E – ROW and Rough Cut; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 – awarded to Watts Ellison, LLC dba D&D Commercial Landscape Management, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $4,292,759.00). INFORMATION/BACKGROUND The current contract, with D&D Commercial Landscape Management, expired at the end of the calendar year 2021. The proposed contract will allow D&D Commercial Landscape Management to continue with their mowing/maintenance services throughout the southwestern portion of the City as well as Right of Way (ROW) locations throughout the City. The realistic expectation of having properly manicured turf, beds, and ROW in the City is the Parks and Recreation Department’s (PARD) responsibility to negotiate and oversee. The City of Denton continues to grow rapidly and acquire new properties, all of which need to be maintained aesthetically and economically in order to make Denton an attractive and appealing city. Staff assessed the volume needed and developed sections for the services that could be awarded to multiple vendors. In 2020 when PARD assumed responsibility for all City department mowing contracts, an evaluation was completed to determine if these services should be contracted out or absorbed in-house. The evaluation determined that due to the required equipment needs and staffing levels it was fiscally responsible to outsource the services. With this, the proposed contracts have no impact on the current staffing levels. Mowing is required to maintain safety and aesthetics as well as to maintain code compliance. The mowing services provide the following benefits to the City of Denton: 1. It keeps the City in compliance with Community Improvement Services. 2. It keeps the turf aesthetically pleasing and helps to thwart the growth of weeds. 3. It keeps the areas free of litter and debris. The anticipated cost breakdown is as follows. The contingency amount is to cover new properties and vendor defaults. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Request for Proposals was sent to 138 prospective suppliers, including 17 Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Eleven (11) proposals were received, references were checked, and proposals were evaluated based upon published criteria including availability, probable performance, equipment, personnel, safety, and price. Best and Final Offers (BAFO) were requested from all firms. Based upon this evaluation, Watts Ellison, LLC dba D&D Commercial Landscape Management was ranked the highest and determined to be the best value for the City for Section D – Southwest Public Buildings, Parks, Trails, and Medians and Section E – ROW and Rough Cut. NIGP Code Used for Solicitation: 988 – Services, roadside, grounds, recreational, and park area services Notifications sent for Solicitation sent in IonWave: 138 Number of Suppliers that viewed Solicitation in IonWave: 17 HUB-Historically Underutilized Business Invitations sent out: 14 SBE-Small Business Enterprise Invitations sent out: 66 Responses from Solicitation: 11 Below is the information D&D Commercial Landscape Management provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Foreman # 1 1 $19.50 Laborer 4 $15.25 Foreman # 2 1 $19.50 Laborer 4 $14.50 Foreman # 3 1 $19.50 Laborer 4 $14.50 RECOMMENDATION Award a contract with Watts Ellison, LLC dba D&D Commercial Landscape Management, for mowing and maintenance services for the Parks and Recreation, Fire, Community Improvement Services, and the Denton Enterprise Airport Departments, Section D – Southwest Public Buildings, Parks, Trails, and Medians and Section E – ROW and Rough Cut, in a one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $4,292,759. PRINCIPAL PLACE OF BUSINESS Watts Ellison, LLC dba D&D Commercial Landscape Management Dallas, TX FY 21-22 FY 22-23 FY 23-24 FY 24-25 FY 25-26 TOTAL Section D - Southwest $391,445 $403,188 $415,283 $427,742 $440,575 $2,078,233 Section E - ROW $217,116 $223,630 $230,339 $237,249 $244,366 $1,152700 Contingency $200,000 $206,000 $212,180 $218,545 $225,101 $1,061,826 Total $808,561 $832,818 $857,802 $883,536 $910,042 $4,292,759 ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These services will be funded through the using department’s budget on an as-needed basis. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: LLC Members Exhibit 4: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333. Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 141 142 Denia Park - 1001 Parvin -Includes Park and Rec Center, NOT the athletic fields 36 Cycles $648.90 $23,360.40 $1,001.02 $36,036.72 $560.00 $20,160.00 $408.00 $14,688.00 $575.00 $20,700.00 $576.00 $20,736.00 143 South Branch Library - 3228 Teasley Ln 36 Cycles $25.00 $900.00 $58.81 $2,117.16 $40.00 $1,440.00 $24.00 $864.00 $48.00 $1,728.00 No bid $4,500.00 144 Wiggly Field Dog Park Only - 1760 Ryan Rd ---HAS to be mowed on Wednesdays 36 Cycles $359.80 $12,952.80 $268.57 $9,668.52 $310.00 $11,160.00 $226.00 $8,136.00 $315.00 $11,340.00 $228.00 $8,208.00 145 Fire Station 7 - 4201 Vintage Blvd 32 Cycles $438.90 $14,044.80 $331.54 $10,609.28 $375.00 $12,000.00 $276.00 $8,832.00 $390.00 $12,480.00 No bid $15,800.32 146 Fire Station Landscape Maintenance 4201 Vintage Blvd 48 Cycles $35.00 $1,680.00 $161.65 $7,759.20 $50.00 $2,400.00 $96.00 $4,608.00 $24.00 $1,152.00 No bid $14,400.00 147 FM1830 / Country Club Rd -Between Hwy377 and Brush Creek Rd 24 Cycles $490.00 $11,760.00 $699.71 $16,793.04 $800.00 $19,200.00 $336.00 $8,064.00 $500.00 $12,000.00 $404.00 $9,696.00 148 FM1830 / Country Club Rd - Litter 4 Cycles $245.00 $980.00 $847.10 $3,388.40 $250.00 $1,000.00 $336.00 $1,344.00 $85.00 $340.00 $125.00 $500.00 149 Ryan Rd -Between Teasley Ln and Country Club Rd 24 Cycles $490.00 $11,760.00 $619.18 $14,860.32 $500.00 $12,000.00 $432.00 $10,368.00 $640.00 $15,360.00 $458.00 $10,992.00 150 Ryan Rd - Litter -Between Teasley Ln and Country Club Rd 4 Cycles $245.00 $980.00 $1,255.77 $5,023.08 $300.00 $1,200.00 $432.00 $1,728.00 $90.00 $360.00 $75.00 $300.00 151 W Collins St -Sidewalk on west side of Ft. Worth Dr, starting at Collins St 24 Cycles $25.00 $600.00 $24.13 $579.12 $40.00 $960.00 $24.00 $576.00 $9.00 $216.00 $58.00 $1,392.00 152 W Collins St Litter 4 Cycles $15.00 $60.00 $39.92 $159.68 $40.00 $160.00 $24.00 $96.00 $2.00 $8.00 $32.00 $128.00 153 Hwy377 -From Country Club Rd to southern City limits 24 Cycles $1,540.00 $36,960.00 $2,007.50 $48,180.00 $1,400.00 $33,600.00 $1,056.00 $25,344.00 $1,580.00 $37,920.00 $1,600.00 $38,400.00 154 Hwy377 Litter -From Country Club Rd to southern City limits 12 Cycles $770.00 $9,240.00 $827.29 $9,927.48 $250.00 $3,000.00 $880.00 $10,560.00 $305.00 $3,660.00 $125.00 $1,500.00 155 Airport - 5000 Airport Rd - Part 1 36 Cycles $350.00 $12,600.00 $472.99 $17,027.64 $350.00 $12,600.00 $220.00 $7,920.00 $355.00 $12,780.00 $325.00 $11,700.00 156 Airport - 5000 Airport Rd - Part 2 24 Cycles $298.90 $7,173.60 $305.73 $7,337.52 $300.00 $7,200.00 $205.00 $4,920.00 $305.00 $7,320.00 $280.00 $6,720.00 157 Airport - Brush Cutter - 5000 Airport Rd 8 Cycles $620.90 $4,967.20 $752.89 $6,023.12 $575.00 $4,600.00 $571.00 $4,568.00 $480.00 $3,840.00 No bid $6,023.12 158 Airport - Green Point 8 Cycles $165.00 $1,320.00 $202.38 $1,619.04 $165.00 $1,320.00 $153.00 $1,224.00 $135.00 $1,080.00 No bid $2,000.00 159 Airport - Lockheed Ln 8 Cycles $246.40 $1,971.20 $301.84 $2,414.72 $265.00 $2,120.00 $229.00 $1,832.00 $205.00 $1,640.00 No bid $2,960.00 160 Airport - Skylane north of John Carrell 24 Cycles $25.00 $600.00 $23.75 $570.00 $40.00 $960.00 $24.00 $576.00 $10.00 $240.00 $65.00 $1,560.00 161 Airport - Westcourt South 24 Cycles $28.70 $688.80 $39.67 $952.08 $40.00 $960.00 $24.00 $576.00 $38.00 $912.00 $75.00 $1,800.00 162 Airport - Dough - Weyer Hangars 24 Cycles $40.60 $974.40 $56.45 $1,354.80 $60.00 $1,440.00 $28.00 $672.00 $43.00 $1,032.00 $84.00 $2,016.00 163 Airport - Lesa Shop Grounds 24 Cycles $49.00 $1,176.00 $44.55 $1,069.20 $40.00 $960.00 $34.00 $816.00 $55.00 $1,320.00 $76.00 $1,824.00 164 Joe Skiles - 1721 Stonegate Dr.24 Cycles $343.00 $8,232.00 $464.73 $11,153.52 $350.00 $8,400.00 $235.00 $5,640.00 $305.00 $7,320.00 $248.00 $5,952.00 165 Lillian Miller Pkwy Medians 24 Cycles $66.50 $1,596.00 $216.62 $5,198.88 $75.00 $1,800.00 $46.00 $1,104.00 $68.00 $1,632.00 $138.00 $3,312.00 166 Lillian Miller Pkwy Medians - Litter 12 Cycles $33.25 $399.00 $91.64 $1,099.68 $50.00 $600.00 $38.00 $456.00 $10.00 $120.00 $28.00 $336.00 167 Owsley Park - 2425 Stella 24 Cycles $25.00 $600.00 $77.28 $1,854.72 $50.00 $1,200.00 $24.00 $576.00 $10.00 $240.00 $69.00 $1,656.00 168 Westridge Island 24 Cycles $25.00 $600.00 $42.96 $1,031.04 $40.00 $960.00 $24.00 $576.00 $20.00 $480.00 $54.00 $1,296.00 169 Kendolph dr and Underwood St 24 Cycles $25.00 $600.00 $19.63 $471.12 $40.00 $960.00 $24.00 $576.00 $15.00 $360.00 $64.00 $1,536.00 170 Hobson Ln 24 Cycles $375.20 $9,004.80 $376.45 $9,034.80 $350.00 $8,400.00 $258.00 $6,192.00 $385.00 $9,240.00 $465.00 $11,160.00 171 Briercliff Park - 3200 State School Rd 24 Cycles $654.50 $15,708.00 $526.85 $12,644.40 $565.00 $13,560.00 $449.00 $10,776.00 $580.00 $13,920.00 $432.00 $10,368.00 172 FM2499 and State School Road -Between I-35 and first median just north of Hickory Creek Rd 24 Cycles $1,325.80 $31,819.20 $1,136.61 $27,278.64 $1,150.00 $27,600.00 $909.00 $21,816.00 $1,190.00 $28,560.00 No bid $47,760.00 173 Wheeler Ridge Park - 3101 Saddleback Dr 24 Cycles $587.30 $14,095.20 $602.45 $14,458.80 $500.00 $12,000.00 $403.00 $9,672.00 $530.00 $12,720.00 No bid $14,458.80 174 Robinson Rd and Berkley Dr 24 Cycles $840.00 $20,160.00 $62.13 $1,491.12 $40.00 $960.00 $24.00 $576.00 $20.00 $480.00 No bid $20,160.00 175 Crosstimbers Park-8402 Clear River-On the mapping, this includes Cross Timbers North, South, & at Montecito Pond 24 Cycles $1,372.70 $32,944.80 $1,441.05 $34,585.20 $1,200.00 $28,800.00 $941.00 $22,584.00 $1,230.00 $29,520.00 No bid $37,062.48 176 Crosstimbers Park - North 24 Cycles $291.20 $6,988.80 $0.01 $0.24 $250.00 $6,000.00 $200.00 $4,800.00 $255.00 $6,120.00 No bid $7,862.40 177 Crosstimbers Park - South 24 Cycles $1,033.20 $24,796.80 $0.01 $0.24 $900.00 $21,600.00 $708.00 $16,992.00 $915.00 $21,960.00 No bid $24,796.80 178 Lake Forest Park - 1760 Ryan Rd.24 Cycles $616.70 $14,800.80 $634.30 $15,223.20 $530.00 $12,720.00 $423.00 $10,152.00 $550.00 $13,200.00 $595.00 $14,280.00 179 Hickory Creek 24 Cycles $715.40 $17,169.60 $985.80 $23,659.20 $750.00 $18,000.00 $491.00 $11,784.00 $735.00 $17,640.00 $720.00 $17,280.00 180 Hickory Creek Litter 12 Cycles $357.70 $4,292.40 $418.59 $5,023.08 $200.00 $2,400.00 $409.00 $4,908.00 $110.00 $1,320.00 $95.00 $1,140.00 181 Bent Creek Estates 24 Cycles $78.40 $1,881.60 $45.80 $1,099.20 $75.00 $1,800.00 $54.00 $1,296.00 $75.00 $1,800.00 $97.00 $2,328.00 182 Vintage Blvd -Under Construction 24 Cycles $628.60 $15,086.40 $689.48 $16,547.52 $600.00 $14,400.00 $431.00 $10,344.00 $650.00 $15,600.00 No bid No bid 183 Wisteria 24 Cycles $25.00 $600.00 $15.59 $374.16 $25.00 $600.00 $24.00 $576.00 $10.00 $240.00 $75.00 $1,800.00 184 Symamore and Stoud 24 Cycles $25.00 $600.00 $17.60 $422.40 $40.00 $960.00 $24.00 $576.00 $15.00 $360.00 $76.00 $1,824.00 Item # 1 2 3 4 5 6 $386,121.28 $334,160.00 28.50 19.5021.00 20.62 28.50 19.5015.00 Brightview Landscaping Natures Greenery Incircle Management Inc 15.00 8.005.75 4.25 4.253.504.25 Southlake Landscape & Maintenance Inc.Firehouse22 86.62 63.3067.00 9.75 5.756.755.75 6.259.50 8.50 5.756.005.75 6.25 20.22 75.62 64.8978.72 9.50 8.00 5.7515.00 3.503.50 $260,284.00 $330,260.00 $389,523.92 Equipment (10 Points) Personnel (10 Points) Total Score: Total:$378,724.60 D&D Commercial Landscape Management Evaluation Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) 20.0530.0023.37 23.64 SECTION D - SOUTHWEST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS Exhibit 2 RFP 7788 - PARD Mowing Services - Section D Respondent's Business Name: Brightview Landscaping Natures GreeneryD&D Commercial Landscape Management Incircle Management Inc Southlake Landscape & Maintenance Inc.Firehouse22 Principal Place of Business (City and State):Prosper, TX Haltom City, TXDallas, TX Westlake, TX Lewisville, TX Denton, TX Line #Description QTY UOM 141 142 Denia Park - 1001 Parvin -Includes Park and Rec Center, NOT the athletic fields 36 Cycles 143 South Branch Library - 3228 Teasley Ln 36 Cycles 144 Wiggly Field Dog Park Only - 1760 Ryan Rd ---HAS to be mowed on Wednesdays 36 Cycles 145 Fire Station 7 - 4201 Vintage Blvd 32 Cycles 146 Fire Station Landscape Maintenance 4201 Vintage Blvd 48 Cycles 147 FM1830 / Country Club Rd -Between Hwy377 and Brush Creek Rd 24 Cycles 148 FM1830 / Country Club Rd - Litter 4 Cycles 149 Ryan Rd -Between Teasley Ln and Country Club Rd 24 Cycles 150 Ryan Rd - Litter -Between Teasley Ln and Country Club Rd 4 Cycles 151 W Collins St -Sidewalk on west side of Ft. Worth Dr, starting at Collins St 24 Cycles 152 W Collins St Litter 4 Cycles 153 Hwy377 -From Country Club Rd to southern City limits 24 Cycles 154 Hwy377 Litter -From Country Club Rd to southern City limits 12 Cycles 155 Airport - 5000 Airport Rd - Part 1 36 Cycles 156 Airport - 5000 Airport Rd - Part 2 24 Cycles 157 Airport - Brush Cutter - 5000 Airport Rd 8 Cycles 158 Airport - Green Point 8 Cycles 159 Airport - Lockheed Ln 8 Cycles 160 Airport - Skylane north of John Carrell 24 Cycles 161 Airport - Westcourt South 24 Cycles 162 Airport - Dough - Weyer Hangars 24 Cycles 163 Airport - Lesa Shop Grounds 24 Cycles 164 Joe Skiles - 1721 Stonegate Dr.24 Cycles 165 Lillian Miller Pkwy Medians 24 Cycles 166 Lillian Miller Pkwy Medians - Litter 12 Cycles 167 Owsley Park - 2425 Stella 24 Cycles 168 Westridge Island 24 Cycles 169 Kendolph dr and Underwood St 24 Cycles 170 Hobson Ln 24 Cycles 171 Briercliff Park - 3200 State School Rd 24 Cycles 172 FM2499 and State School Road -Between I-35 and first median just north of Hickory Creek Rd 24 Cycles 173 Wheeler Ridge Park - 3101 Saddleback Dr 24 Cycles 174 Robinson Rd and Berkley Dr 24 Cycles 175 Crosstimbers Park-8402 Clear River-On the mapping, this includes Cross Timbers North, South, & at Montecito Pond 24 Cycles 176 Crosstimbers Park - North 24 Cycles 177 Crosstimbers Park - South 24 Cycles 178 Lake Forest Park - 1760 Ryan Rd.24 Cycles 179 Hickory Creek 24 Cycles 180 Hickory Creek Litter 12 Cycles 181 Bent Creek Estates 24 Cycles 182 Vintage Blvd -Under Construction 24 Cycles 183 Wisteria 24 Cycles 184 Symamore and Stoud 24 Cycles Item # 1 2 3 4 5 6 Equipment (10 Points) Personnel (10 Points) Total Score: Total: Evaluation Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) SECTION D - SOUTHWEST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS Exhibit 2 RFP 7788 - PARD Mowing Services - Section D Respondent's Business Name: Principal Place of Business (City and State): Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended $520.00 $18,720.00 $521.43 $18,771.48 $125.00 $4,500.00 $35.93 $1,293.48 $300.00 $10,800.00 $404.77 $14,571.72 $255.00 $9,600.00 $493.76 $15,800.32 $200.00 $14,400.00 $157.50 $7,560.00 $455.00 $17,640.00 $551.24 $13,229.76 $150.00 $1,000.00 $229.68 $918.72 $585.00 $15,120.00 $506.24 $12,149.76 $150.00 $800.00 $295.31 $1,181.24 $75.00 $1,800.00 $25.00 $600.00 $75.00 $300.00 $25.00 $100.00 $1,430.00 $55,440.00 $1,237.48 $29,699.52 $540.00 $12,000.00 $721.86 $8,662.32 $300.00 $14,400.00 $393.74 $14,174.64 $325.00 $9,240.00 $381.45 $9,154.80 $750.00 $5,280.00 $493.87 $3,950.96 $658.50 $5,268.00 $250.00 $2,000.00 $185.85 $1,486.80 $177.00 $1,416.00 $370.00 $2,960.00 $277.20 $2,217.60 $264.00 $2,112.00 $150.00 $4,800.00 $25.00 $600.00 $150.00 $6,000.00 $32.29 $774.96 $150.00 $6,000.00 $45.67 $1,096.08 $150.00 $6,000.00 $55.12 $1,322.88 $250.00 $6,480.00 $385.87 $9,260.88 $300.00 $12,000.00 $74.81 $1,795.44 $150.00 $6,000.00 $31.17 $374.04 $45.00 $1,080.00 $25.00 $600.00 $45.00 $1,080.00 $25.00 $600.00 $45.00 $1,080.00 $25.00 $600.00 $350.00 $13,560.00 $422.09 $10,130.16 $380.00 $10,200.00 $544.01 $13,056.24 $1,235.00 $47,760.00 $1,065.36 $25,568.64 $520.00 $12,480.00 $395.91 $9,501.84 $45.00 $1,080.00 $25.00 $600.00 $1,040.00 $24,960.00 $1,544.27 $37,062.48 $240.00 $5,760.00 $327.60 $7,862.40 $800.00 $19,200.00 $830.24 $19,925.76 $825.00 $19,800.00 $693.78 $16,650.72 $665.00 $22,080.00 $665.26 $15,966.24 $250.00 $6,000.00 $335.34 $4,024.08 $125.00 $3,000.00 $88.20 $2,116.80 $600.00 $22,680.00 $797.56 $19,141.44 $45.00 $1,080.00 $25.00 $600.00 $80.00 $1,920.00 $25.00 $600.00 Hoot's Lawn Care, LLC 0.000.00 Freedom Services Classic Landscapes and Maintenance (Custom Landscapes Inc) 6.0016.50 0.00 1.507.25 2.754.25 M.E.T. Lawn Care Yellowstone Landscape 34.7255.05 0.00 1.255.00 0.000.00 0.00 1.255.00 0.000.00 0.00 0.000.00 0.000.00 0.000.00 0.000.00 0.00 0.00 $458,080.00 $355,354.20 Evaluation 0.00 21.9717.05 No Bid No Bid No Bid No Bid No Bid No BidNon-Responsive No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid SECTION D - SOUTHWEST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS Exhibit 2 RFP 7788 - PARD Mowing Services - Section D M.E.T. Lawn Care Yellowstone Landscape No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Freedom Services Hoot's Lawn Care, LLC Classic Landscapes and Maintenance (Custom Landscapes Inc) Denton, TX Dallas, TX Denton, TXBurleson, TX Denton, TX Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 185 186 BARTHOLD RD 7 Cycles $698.40 $4,888.80 $650.00 $4,550.00 $748.00 $5,236.00 $742.00 $5,194.00 $593.00 $4,151.00 $654.75 $4,583.25 $826.37 $5,784.59 187 BONNIE BRAE 7 Cycles $2,072.00 $14,504.00 $1,900.00 $13,300.00 $2,220.01 $15,540.07 $2,201.00 $15,407.00 $1,761.00 $12,327.00 $1,942.50 $13,597.50 $412.41 $2,886.87 188 BURGER RD 7 Cycles $180.00 $1,260.00 $170.00 $1,190.00 $192.59 $1,348.13 $191.00 $1,337.00 $153.00 $1,071.00 $1,687.50 $11,812.50 $2,452.62 $17,168.34 189 CHINN RD 7 Cycles $200.00 $1,400.00 $150.00 $1,050.00 $213.95 $1,497.65 $212.00 $1,484.00 $170.00 $1,190.00 $1,687.50 $11,812.50 $212.77 $1,489.39 190 COOPER CREEK RD 7 Cycles $248.00 $1,736.00 $230.00 $1,610.00 $265.90 $1,861.30 $263.00 $1,841.00 $211.00 $1,477.00 $232.50 $1,627.50 $236.36 $1,654.52 191 COOPER CREEK RD MEDIAN 7 Cycles $25.00 $175.00 $25.00 $175.00 $3.55 $24.85 $5.00 $35.00 $60.00 $420.00 $75.00 $525.00 $293.76 $2,056.32 192 COWLING RD 7 Cycles $72.00 $504.00 $75.00 $525.00 $77.47 $542.29 $80.00 $560.00 $62.00 $434.00 $75.00 $525.00 $25.00 $175.00 193 ELM BOTTOM CIRCLE 7 Cycles $58.40 $408.80 $75.00 $525.00 $62.55 $437.85 $70.00 $490.00 $60.00 $420.00 $75.00 $525.00 $85.58 $599.06 194 FARRIS RD 7 Cycles $30.40 $212.80 $50.00 $350.00 $32.60 $228.20 $40.00 $280.00 $60.00 $420.00 $75.00 $525.00 $36.02 $252.14 195 FISHTRAP RD 7 Cycles $157.60 $1,103.20 $150.00 $1,050.00 $168.99 $1,182.93 $167.00 $1,169.00 $134.00 $938.00 $150.00 $1,050.00 $186.69 $1,306.83 196 GANZER 7 Cycles $741.60 $5,191.20 $700.00 $4,900.00 $794.22 $5,559.54 $878.00 $6,146.00 $630.00 $4,410.00 $695.25 $4,866.75 $877.44 $6,142.08 197 GEESLING 7 Cycles $100.80 $705.60 $100.00 $700.00 $107.71 $753.97 $107.00 $749.00 $85.00 $595.00 $95.00 $665.00 $119.00 $833.00 198 GREEN VALLEY RD 7 Cycles $94.40 $660.80 $100.00 $700.00 $100.77 $705.39 $100.00 $700.00 $80.00 $560.00 $95.00 $665.00 $111.33 $779.31 199 GRISSOM 7 Cycles $42.40 $296.80 $75.00 $525.00 $45.04 $315.28 $45.00 $315.00 $60.00 $420.00 $75.00 $525.00 $126.68 $886.76 201 HAMPTON RD 7 Cycles $107.20 $750.40 $130.00 $910.00 $114.67 $802.69 $114.00 $798.00 $91.00 $637.00 $100.50 $703.50 $126.68 $886.76 202 HARTLEE FIELD RD 7 Cycles $134.40 $940.80 $150.00 $1,050.00 $143.57 $1,004.99 $142.00 $994.00 $114.00 $798.00 $126.00 $882.00 $158.62 $1,110.34 203 HERCULES ST.7 Cycles $45.60 $319.20 $50.00 $350.00 $49.25 $344.75 $50.00 $350.00 $39.00 $273.00 $75.00 $525.00 $54.41 $380.87 204 Stuart Rd_Long Rd 7 Cycles $231.20 $1,618.40 $150.00 $1,050.00 $247.72 $1,734.04 $245.00 $1,715.00 $197.00 $1,379.00 $216.75 $1,517.25 $273.67 $1,915.69 205 KINGS ROW 7 Cycles $390.40 $2,732.80 $350.00 $2,450.00 $418.25 $2,927.75 $414.00 $2,898.00 $332.00 $2,324.00 $366.00 $2,562.00 $462.07 $3,234.49 206 LOVERS LN 7 Cycles $488.00 $3,416.00 $450.00 $3,150.00 $522.87 $3,660.09 $518.00 $3,626.00 $415.00 $2,905.00 $457.50 $3,202.50 $577.65 $4,043.55 207 MASCH BRANCH RD 1 7 Cycles $284.00 $1,988.00 $250.00 $1,750.00 $304.49 $2,131.43 $301.00 $2,107.00 $242.00 $1,694.00 $266.25 $1,863.75 $336.40 $2,354.80 208 MASCH BRANCH RD 2 7 Cycles $652.80 $4,569.60 $600.00 $4,200.00 $699.79 $4,898.53 $693.00 $4,851.00 $555.00 $3,885.00 $612.00 $4,284.00 $773.11 $5,411.77 209 MILLS RD 7 Cycles $296.80 $2,077.60 $280.00 $1,960.00 $318.34 $2,228.38 $315.00 $2,205.00 $252.00 $1,764.00 $275.00 $1,925.00 $351.69 $2,461.83 210 MOCKINGBIRD 7 Cycles $165.60 $1,159.20 $150.00 $1,050.00 $177.83 $1,244.81 $175.00 $1,225.00 $141.00 $987.00 $155.25 $1,086.75 $196.47 $1,375.29 211 PERTAIN ST 7 Cycles $25.00 $175.00 $50.00 $350.00 $25.82 $180.74 $25.00 $175.00 $60.00 $420.00 $75.00 $525.00 $28.53 $199.71 212 RINEY RD 7 Cycles $25.00 $175.00 $40.00 $280.00 $16.06 $112.42 $20.00 $140.00 $60.00 $420.00 $75.00 $525.00 $25.00 $175.00 213 S. TRINITY RD 7 Cycles $387.20 $2,710.40 $375.00 $2,625.00 $414.81 $2,903.67 $411.00 $2,877.00 $329.00 $2,303.00 $363.00 $2,541.00 $458.27 $3,207.89 214 SHEPARD DR 7 Cycles $67.20 $470.40 $100.00 $700.00 $71.96 $503.72 $71.00 $497.00 $60.00 $420.00 $75.00 $525.00 $79.50 $556.50 215 SILVERDOME RD 7 Cycles $90.40 $632.80 $100.00 $700.00 $96.86 $678.02 $96.00 $672.00 $77.00 $539.00 $85.00 $595.00 $107.01 $749.07 216 THOMAS J EAGAN RD 7 Cycles $207.20 $1,450.40 $100.00 $700.00 $222.03 $1,554.21 $220.00 $1,540.00 $176.00 $1,232.00 $194.25 $1,359.75 $245.29 $1,717.03 217 TRINITY RD 7 Cycles $206.40 $1,444.80 $200.00 $1,400.00 $221.50 $1,550.50 $219.00 $1,533.00 $176.00 $1,232.00 $194.25 $1,359.75 $245.11 $1,715.77 218 WARSCHUN RD 7 Cycles $84.80 $593.60 $100.00 $700.00 $90.89 $636.23 $85.00 $595.00 $72.00 $504.00 $80.00 $560.00 $100.41 $702.87 219 WESTERN BLVD 7 Cycles $2,028.00 $14,196.00 $1,600.00 $11,200.00 $2,172.80 $15,209.60 $2,154.00 $15,078.00 $1,724.00 $12,068.00 $1,901.25 $13,308.75 $1,377.67 $9,643.69 220 ACME ST 7 Cycles $28.00 $196.00 $40.00 $280.00 $30.20 $211.40 $30.00 $210.00 $60.00 $420.00 $75.00 $525.00 $33.37 $233.59 221 BRIDGES ST 7 Cycles $108.00 $756.00 $50.00 $350.00 $115.63 $809.41 $114.00 $798.00 $92.00 $644.00 $100.00 $700.00 $127.75 $894.25 222 BRUSH CREEK RD 7 Cycles $388.80 $2,721.60 $365.00 $2,555.00 $416.63 $2,916.41 $413.00 $2,891.00 $331.00 $2,317.00 $364.50 $2,551.50 $460.29 $3,222.03 223 C WOLFE RD 7 Cycles $271.20 $1,898.40 $300.00 $2,100.00 $290.23 $2,031.61 $288.00 $2,016.00 $230.00 $1,610.00 $254.25 $1,779.75 $320.63 $2,244.41 224 CORBIN RD 7 Cycles $66.40 $464.80 $200.00 $1,400.00 $71.30 $499.10 $75.00 $525.00 $60.00 $420.00 $75.00 $525.00 $78.77 $551.39 225 CREEKDALE DR 7 Cycles $25.00 $175.00 $50.00 $350.00 $14.48 $101.36 $20.00 $140.00 $60.00 $420.00 $75.00 $525.00 $25.00 $175.00 226 DAUGHTERY 7 Cycles $30.40 $212.80 $40.00 $280.00 $32.42 $226.94 $35.00 $245.00 $60.00 $420.00 $75.00 $525.00 $35.82 $250.74 227 EDWARDS RD 7 Cycles $264.00 $1,848.00 $300.00 $2,100.00 $283.19 $1,982.33 $280.00 $1,960.00 $225.00 $1,575.00 $247.50 $1,732.50 $312.86 $2,190.02 228 H LIVELY RD 7 Cycles $136.80 $957.60 $150.00 $1,050.00 $146.20 $1,023.40 $144.00 $1,008.00 $116.00 $812.00 $128.25 $897.75 $161.52 $1,130.64 229 JAMES ST 7 Cycles $176.00 $1,232.00 $100.00 $700.00 $188.21 $1,317.47 $187.00 $1,309.00 $149.00 $1,043.00 $165.00 $1,155.00 $207.93 $1,455.51 230 JIM CHRISTAL RD 7 Cycles $990.40 $6,932.80 $920.00 $6,440.00 $1,061.02 $7,427.14 $1,052.00 $7,364.00 $842.00 $5,894.00 $928.50 $6,499.50 $1,172.20 $8,205.40 231 JOHNSON LN 7 Cycles $126.40 $884.80 $120.00 $840.00 $135.63 $949.41 $134.00 $938.00 $108.00 $756.00 $118.50 $829.50 $149.85 $1,048.95 232 MEADOW ST 7 Cycles $59.20 $414.40 $75.00 $525.00 $63.51 $444.57 $63.00 $441.00 $60.00 $420.00 $75.00 $525.00 $70.17 $491.19 233 MISSION ST 7 Cycles $32.00 $224.00 $40.00 $280.00 $34.29 $240.03 $35.00 $245.00 $60.00 $420.00 $75.00 $525.00 $37.89 $265.23 234 MYRTLE ST 7 Cycles $44.80 $313.60 $100.00 $700.00 $47.98 $335.86 $40.00 $280.00 $60.00 $420.00 $75.00 $525.00 $53.01 $371.07 235 OAK ST MEDIANS 7 Cycles $297.60 $2,083.20 $300.00 $2,100.00 $318.86 $2,232.02 $316.00 $2,212.00 $253.00 $1,771.00 $279.00 $1,953.00 $352.27 $2,465.89 236 OLD JOHN PAINE RD 7 Cycles $777.60 $5,443.20 $730.00 $5,110.00 $833.53 $5,834.71 $826.00 $5,782.00 $661.00 $4,627.00 $729.00 $5,103.00 $920.87 $6,446.09 237 POKRUS PAIGE RD 7 Cycles $56.00 $392.00 $75.00 $525.00 $59.73 $418.11 $59.00 $413.00 $60.00 $420.00 $75.00 $525.00 $65.99 $461.93 238 POST OAK BLVD 7 Cycles $222.40 $1,556.80 $200.00 $1,400.00 $237.95 $1,665.65 $236.00 $1,652.00 $189.00 $1,323.00 $208.50 $1,459.50 $262.88 $1,840.16 239 ROSELAWN DR 7 Cycles $568.80 $3,981.60 $530.00 $3,710.00 $609.01 $4,263.07 $604.00 $4,228.00 $483.00 $3,381.00 $533.25 $3,732.75 $672.82 $4,709.74 240 S. LOCUST ST 7 Cycles $224.00 $1,568.00 $175.00 $1,225.00 $240.38 $1,682.66 $182.00 $1,274.00 $191.00 $1,337.00 $210.00 $1,470.00 $265.57 $1,858.99 241 SHADY SHORES RD 7 Cycles $26.40 $184.80 $50.00 $350.00 $28.03 $196.21 $40.00 $280.00 $60.00 $420.00 $75.00 $525.00 $30.97 $216.79 242 SPRINGSIDE RD 7 Cycles $105.60 $739.20 $100.00 $700.00 $112.97 $790.79 $112.00 $784.00 $90.00 $630.00 $100.00 $700.00 $124.80 $873.60 243 SWISHER RD 1 7 Cycles $53.60 $375.20 $100.00 $700.00 $57.24 $400.68 $55.00 $385.00 $60.00 $420.00 $75.00 $525.00 $63.24 $442.68 244 SWISHER RD 2 7 Cycles $242.40 $1,696.80 $200.00 $1,400.00 $260.05 $1,820.35 $257.00 $1,799.00 $206.00 $1,442.00 $227.50 $1,592.50 $287.30 $2,011.10 245 TOM COLE RD 7 Cycles $955.20 $6,686.40 $900.00 $6,300.00 $1,023.64 $7,165.48 $776.00 $5,432.00 $812.00 $5,684.00 $895.50 $6,268.50 $1,130.89 $7,916.23 246 UNDERWOOD RD 7 Cycles $359.20 $2,514.40 $350.00 $2,450.00 $384.68 $2,692.76 $381.00 $2,667.00 $305.00 $2,135.00 $336.75 $2,357.25 $424.99 $2,974.93 247 WESTCOURT RD 7 Cycles $179.20 $1,254.40 $170.00 $1,190.00 $191.60 $1,341.20 $190.00 $1,330.00 $152.00 $1,064.00 $168.00 $1,176.00 $211.68 $1,481.76 248 WILLOWOOD 7 Cycles $51.20 $358.40 $50.00 $350.00 $54.92 $384.44 $55.00 $385.00 $60.00 $420.00 $75.00 $525.00 $60.67 $424.69 249 WYE ST 7 Cycles $56.80 $397.60 $75.00 $525.00 $60.75 $425.25 $70.00 $490.00 $60.00 $420.00 $75.00 $525.00 $67.11 $469.77 250 SANDERS RD 7 Cycles $164.00 $1,148.00 $150.00 $1,050.00 $176.13 $1,232.91 $174.00 $1,218.00 $140.00 $980.00 $153.75 $1,076.25 $194.59 $1,362.13 251 1100 South Mayhill Pecan Orchard Basins Plant Areas Brush Cut 2 Cycles $7,120.00 $14,240.00 $6,700.00 $13,400.00 $7,628.57 $15,257.14 $4,450.00 $8,900.00 $6,052.00 $12,104.00 $8,000.00 $16,000.00 $4,836.96 $9,673.92 252 Robson Ranch Rd 7 Cycles $109.60 $767.20 $150.00 $1,050.00 $117.43 $822.01 $116.00 $812.00 $93.00 $651.00 $102.75 $719.25 $129.73 $908.11 Burleson, TX Denton, TX Natures Greenery Haltom City, TX Respondent's Business Name: Principal Place of Business (City and State):Lewisville, TX Denton, TX Denton, TXDallas, TX Denton, TXProsper, TXDallas, TX Westlake, TX Exhibit 2 RFP 7788 - PARD Mowing Services - Section E Brightview Landscaping D&D Commercial Landscape Management Incircle Management Inc Southlake Landscape & Maintenance Inc. M.E.T. Lawn Care Firehouse22Yellowstone Landscape Freedom ServicesHoot's Lawn Care, LLC Classic Landscapes and Maintenance (Custom Landscapes Inc) No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid SECTION E - ROW AND ROUGH CUT Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Burleson, TX Denton, TX Natures Greenery Haltom City, TX Respondent's Business Name: Principal Place of Business (City and State):Lewisville, TX Denton, TX Denton, TXDallas, TX Denton, TXProsper, TXDallas, TX Westlake, TX Exhibit 2 RFP 7788 - PARD Mowing Services - Section E Brightview Landscaping D&D Commercial Landscape Management Incircle Management Inc Southlake Landscape & Maintenance Inc. M.E.T. Lawn Care Firehouse22Yellowstone Landscape Freedom ServicesHoot's Lawn Care, LLC Classic Landscapes and Maintenance (Custom Landscapes Inc) SECTION E - ROW AND ROUGH CUT253Fulton's Lot 7 Cycles $920.00 $6,440.00 $875.00 $6,125.00 $985.72 $6,900.04 $977.00 $6,839.00 $782.00 $5,474.00 $862.50 $6,037.50 $1,089.00 $7,623.00 254 North Lakes Park 2 -South of Windsor, encompasses Disc Golf, lake, dam, etc 7 Cycles $9,512.00 $66,584.00 $8,950.00 $62,650.00 $10,191.47 $71,340.29 $8,909.00 $62,363.00 $8,085.00 $56,595.00 $8,917.50 $62,422.50 $8,042.37 $56,296.59 255 Woodrow Open Space -Located on the south side of Monsignor King Outreach Center 7 Cycles $672.80 $4,709.60 $630.00 $4,410.00 $720.86 $5,046.02 $714.00 $4,998.00 $572.00 $4,004.00 $630.75 $4,415.25 $796.39 $5,574.73 Item # 1 2 3 4 5 6 Equipment (10 Points) Personnel (10 Points) Total Score: Evaluation Total: Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) No Bid No Bid No Bid No Bid No Bid No BidNo Bid No Bid No Bid No Bid No Bid No Bid $0.00 $0.00 $0.00$214,196.00 $187,510.00 $232,084.75 $222,619.38 $0.00 0.00 0.00 0.00 0.00 84.02 77.00 67.51 66.25 60.99 38.02 0.00 0.00 0.00 0.00 10.00 6.25 6.00 6.25 1.25 0.00 6.25 10.00 6.25 6.00 6.25 1.25 0.00 0.00 0.00 0.0010.00 10.00 93.69 27.52 28.50 4.25 9.00 8.50 15.00 8.25 5.75 5.75 5.75 1.50 0.00 0.00 3.50 2.75 0.00 0.00 0.00 0.00 M.E.T. Lawn Care Classic Landscapes and Maintenance (Custom Landscapes Inc) Firehouse22 6.00 0.00 0.00 0.00 0.00 0.004.25 3.50 3.50 3.50 Brightview Landscaping Southlake Landscape & Maintenance Inc. Incircle Management Inc Hoot's Lawn Care, LLC Yellowstone Landscape 28.50 21.00 19.50 15.00 15.00 D&D Commercial Landscape Management Natures Greenery Freedom Services 24.24 25.27 0.00 0.00 0.0025.94 24.25 26.26 30.00 0.00 $216,820.00 $204,395.00 $231,968.25 ORDINANCE NO. __________________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH WATTS ELLISON, LLC DBA D&D COMMERCIAL LANDSCAPE MANAGEMENT, FOR MOWING AND MAINTENANCE SERVICES FOR THE PARKS AND RECREATION, FIRE, COMMUNITY IMPROVEMENT SERVICES, AND THE DENTON ENTERPRISE AIRPORT DEPARTMENTS, SECTION D SOUTHWEST PUBLIC BUILDINGS, PARKS, TRAILS, AND MEDIANS AND SECTION E ROW AND ROUGH CUT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 7788 AWARDED TO WATTS ELLISON, LLC DBA D&D COMMERCIAL LANDSCAPE MANAGEMENT, FOR ONE (1) YEAR, WITH THE OPTION FOR FOUR (4) ADDITIONAL ONE (1) YEAR EXTENSIONS, IN THE TOTAL FIVE (5) YEAR NOT-TO-EXCEED AMOUNT OF $4,292,759.00). WHEREAS, the City has solicited, received, and evaluated competitive proposals for mowing and maintenance services; and WHEREAS, the City Manager, or a designated employee, has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies, Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 7788-Sec. D, E Watts Ellison, LLC dba $4,292,759.00 D&D Commercial Landscape Management SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities, and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F PARD Mowing Services RFP Erica Garcia Yes 7788 Mowing Services Contract # 7788 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND WATTS ELLISON, LLC DBA D&D COMMERCIAL LANDSCAPE MANAGEMENT (CONTRACT 7788) THIS CONTRACT is made and entered into this date ______________________, by and between WATTS ELLISON, LLC DBA D&D COMMERCIAL LANDSCAPE MANAGEMENT a Texas Limited Liability Company, whose address is 9076 FOREST LN, DALLAS, TX 75243, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide products and/or services in accordance with the City’s document RFP 7788 – PARD Mowing Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 7788 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Certificate of Interested Parties Electronic Filing (Exhibit "E"); (f) Contractor’s Proposal (Exhibit "F"); (g) Form CIQ – Conflict of Interest Questionnaire (Exhibit "G"); These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter 2252, is not ineligible to enter into this agreement and will not become ineligible to receive payments under this agreement by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY:______________________________ AUTHORIZED SIGNATURE Printed Name:_____________________ Title:____________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER CITY OF DENTON, TEXAS BY: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _______________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F 2021-832654 972-352-3402 dave@ddmowing.com Director Dave Myers Gary Packan Director of Parks and Recreation Parks and Recreation Contract # 7788 Exhibit A Special Terms and Conditions 1. Total Contract Amount The total contract for Section D & E of RFP 7788, which Section D & E only is awarded by this Contract for the supply of Section D – South West & Section E - ROW, shall not exceed $4,292,759. Pricing shall be per Exhibit F attached. 2. The Quantities The quantities indicated on Exhibit F are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 3. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional four (4) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Supplier’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 4. Price Escalation and De-escalation On Supplier’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment annually based on these special terms. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) or the manufacturer published pricing list. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. The price will be increased or decreased based upon the annual percentage change in the PPI or the percentage change in the manufacturer’s price list. Should the PPI or manufacturer price list change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the percent change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 5. Performance Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below:  Delivery beyond contracted lead times  Performance below contracted levels (services only) The Contractor shall be assessed a one (1%) percent fee each month when any one of the performance standards outlined above are not met in full. The Contractor shall be assessed a two (2%) percent profit fee each month when any two (2) or more performance standards outlined above are not met in full. At the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor’s monthly profit margin. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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. 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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. 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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. 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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. 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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, 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 solicitation as defined in the City’s Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics). Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or 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. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year’s Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 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 respondent. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply 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 DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted:  Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better.  Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.  Liability policies shall be endorsed to provide the following:  Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers.  That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability.  Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers.  Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788  Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered.  Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.  Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:  Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage.  Coverage B shall include personal injury.  Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least:  Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures.  Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for:  any auto, or  all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 ATTACHMENT 1 [ ] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Contract # 7788 Exhibit E Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F RFP 7788  DD Mowing (D&D  COMMERCIAL LANDSCAPE  MANAGEMENT)  Exhibit F Line #Description QTY UOM Unit  141 SECTION D ‐ SOUTHWEST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS 142 Denia Park ‐ 1001 Parvin ‐Includes Park and Rec Center, NOT the athletic fields 36 Cycles 648.90$                                      143 South Branch Library ‐ 3228 Teasley Ln 36 Cycles 25.00$                                        144 Wiggly Field Dog Park Only ‐ 1760 Ryan Rd ‐‐‐HAS to be mowed on Wednesdays‐‐36 Cycles 359.80$                                       145 Fire Station 7 ‐ 4201 Vintage Blvd 32 Cycles 438.90$                                      146 Fire Station Landscape Maintenance 4201 Vintage Blvd 48 Cycles 35.00$                                        147 FM1830 / Country Club Rd ‐Between Hwy377 and Brush Creek Rd 24 Cycles 490.00$                                      148 FM1830 / Country Club Rd ‐ Litter 4 Cycles 245.00$                                      149 Ryan Rd ‐Between Teasley Ln and Country Club Rd 24 Cycles 490.00$                                      150 Ryan Rd ‐ Litter ‐Between Teasley Ln and Country Club Rd 4 Cycles 245.00$                                      151 W Collins St ‐Sidewalk on west side of Ft. Worth Dr, starting at Collins St 24 Cycles 25.00$                                        152 W Collins St Litter 4 Cycles 15.00$                                        153 Hwy377 ‐From Country Club Rd to southern City limits 24 Cycles 1,540.00$                                  154 Hwy377 Litter ‐From Country Club Rd to southern City limits 12 Cycles 770.00$                                      155 Airport ‐ 5000 Airport Rd ‐ Part 1 36 Cycles 350.00$                                      156 Airport ‐ 5000 Airport Rd ‐ Part 2 24 Cycles 298.90$                                      157 Airport ‐ Brush Cutter ‐ 5000 Airport Rd 8 Cycles 620.90$                                      158 Airport ‐ Green Point 8 Cycles 165.00$                                      159 Airport ‐ Lockheed Ln 8 Cycles 246.40$                                      160 Airport ‐ Skylane north of John Carrell 24 Cycles 25.00$                                        161 Airport ‐ Westcourt South 24 Cycles 28.70$                                        162 Airport ‐ Dough ‐ Weyer Hangars 24 Cycles 40.60$                                        163 Airport ‐ Lesa Shop Grounds 24 Cycles 49.00$                                        164 Joe Skiles ‐ 1721 Stonegate Dr.24 Cycles 343.00$                                      165 Lillian Miller Pkwy Medians 24 Cycles 66.50$                                        166 Lillian Miller Pkwy Medians ‐ Litter 12 Cycles 33.25$                                        167 Owsley Park ‐ 2425 Stella 24 Cycles 25.00$                                        168 Westridge Island 24 Cycles 25.00$                                        169 Kendolph dr and Underwood St 24 Cycles 25.00$                                        170 Hobson Ln 24 Cycles 375.20$                                      171 Briercliff Park ‐ 3200 State School Rd 24 Cycles 654.50$                                      172 FM2499 and State School Road ‐Between I‐35 and first median just north of Hickory  Creek Rd 24 Cycles 1,325.80$                                   173 Wheeler Ridge Park ‐ 3101 Saddleback Dr 24 Cycles 587.30$                                      174 Robinson Rd and Berkley Dr 24 Cycles 840.00$                                      175 Crosstimbers Park ‐ 8402 Clear River ‐On the mapping, this includes Cross Timbers  North, South, and at Montecito Pond 24 Cycles 1,372.70$                                   176 Crosstimbers Park ‐ North 24 Cycles 291.20$                                      177 Crosstimbers Park ‐ South 24 Cycles 1,033.20$                                  178 Lake Forest Park ‐ 1760 Ryan Rd.24 Cycles 616.70$                                      179 Hickory Creek 24 Cycles 715.40$                                      180 Hickory Creek Litter 12 Cycles 357.70$                                      181 Bent Creek Estates 24 Cycles 78.40$                                        182 Vintage Blvd ‐Under Construction 24 Cycles 628.60$                                      183 Wisteria 24 Cycles 25.00$                                        184 Symamore and Stoud 24 Cycles 25.00$                                        DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Line #Description QTY UOM Unit  185 SECTION E ‐ ROW AND ROUGH CUT 186 BARTHOLD RD 7 Cycles 698.40$                                      187 BONNIE BRAE 7 Cycles 2,072.00$                                  188 BURGER RD 7 Cycles 180.00$                                      189 CHINN RD 7 Cycles 200.00$                                      190 COOPER CREEK RD 7 Cycles 248.00$                                      191 COOPER CREEK RD MEDIAN 7 Cycles 25.00$                                        192 COWLING RD 7 Cycles 72.00$                                        193 ELM BOTTOM CIRCLE 7 Cycles 58.40$                                        194 FARRIS RD 7 Cycles 30.40$                                        195 FISHTRAP RD 7 Cycles 157.60$                                      196 GANZER 7 Cycles 741.60$                                      197 GEESLING 7 Cycles 100.80$                                      198 GREEN VALLEY RD 7 Cycles 94.40$                                        199 GRISSOM 7 Cycles 42.40$                                        200 GRISSOM 7 Cycles 42.40$                                        201 HAMPTON RD 7 Cycles 107.20$                                      202 HARTLEE FIELD RD 7 Cycles 134.40$                                      203 HERCULES ST.7 Cycles 45.60$                                        204 Stuart Rd_Long Rd 7 Cycles 231.20$                                      205 KINGS ROW 7 Cycles 390.40$                                      206 LOVERS LN 7 Cycles 488.00$                                      207 MASCH BRANCH RD 1 7 Cycles 284.00$                                      208 MASCH BRANCH RD 2 7 Cycles 652.80$                                      209 MILLS RD 7 Cycles 296.80$                                      210 MOCKINGBIRD 7 Cycles 165.60$                                      211 PERTAIN ST 7 Cycles 25.00$                                        212 RINEY RD 7 Cycles 25.00$                                        213 S. TRINITY RD 7 Cycles 387.20$                                      214 SHEPARD DR 7 Cycles 67.20$                                        215 SILVERDOME RD 7 Cycles 90.40$                                        216 THOMAS J EAGAN RD 7 Cycles 207.20$                                      217 TRINITY RD 7 Cycles 206.40$                                      218 WARSCHUN RD 7 Cycles 84.80$                                        219 WESTERN BLVD 7 Cycles 2,028.00$                                  220 ACME ST 7 Cycles 28.00$                                        221 BRIDGES ST 7 Cycles 108.00$                                      222 BRUSH CREEK RD 7 Cycles 388.80$                                      223 C WOLFE RD 7 Cycles 271.20$                                      224 CORBIN RD 7 Cycles 66.40$                                        225 CREEKDALE DR 7 Cycles 25.00$                                        226 DAUGHTERY 7 Cycles 30.40$                                        227 EDWARDS RD 7 Cycles 264.00$                                      228 H LIVELY RD 7 Cycles 136.80$                                      229 JAMES ST 7 Cycles 176.00$                                      230 JIM CHRISTAL RD 7 Cycles 990.40$                                      231 JOHNSON LN 7 Cycles 126.40$                                      232 MEADOW ST 7 Cycles 59.20$                                        233 MISSION ST 7 Cycles 32.00$                                        234 MYRTLE ST 7 Cycles 44.80$                                        235 OAK ST MEDIANS 7 Cycles 297.60$                                      236 OLD JOHN PAINE RD 7 Cycles 777.60$                                      237 POKRUS PAIGE RD 7 Cycles 56.00$                                        DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F Line #Description QTY UOM Unit  238 POST OAK BLVD 7 Cycles 222.40$                                      239 ROSELAWN DR 7 Cycles 568.80$                                      240 S. LOCUST ST 7 Cycles 224.00$                                      241 SHADY SHORES RD 7 Cycles 26.40$                                        242 SPRINGSIDE RD 7 Cycles 105.60$                                      243 SWISHER RD 1 7 Cycles 53.60$                                        244 SWISHER RD 2 7 Cycles 242.40$                                      245 TOM COLE RD 7 Cycles 955.20$                                      246 UNDERWOOD RD 7 Cycles 359.20$                                      247 WESTCOURT RD 7 Cycles 179.20$                                      248 WILLOWOOD 7 Cycles 51.20$                                        249 WYE ST 7 Cycles 56.80$                                        250 SANDERS RD 7 Cycles 164.00$                                      251 1100 SOUTH MAYHILL PECAN ORCHARD BASINS PLANT AREAS BRUSH CUT 2 Cycles 7,120.00$                                  252 Robson Ranch Rd 7 Cycles 109.60$                                      253 Fulton's Lot 7 Cycles 920.00$                                      254 North Lakes Park 2 ‐South of Windsor, encompasses Disc Golf, lake, dam, etc 7 Cycles 9,512.00$                                  255 Woodrow Open Space ‐Located on the south side of Monsignor King Outreach Center 7 Cycles 672.80$                                       DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Exhibit DocuSign Envelope ID: FB0E00CD-3267-4759-8F1B-74AC74546B9F WATTS ELLISON, LLC DBA D&D COMMERCIAL LANDSCAPE MANAGEMENT G 12/14/2021 N/A N/A Certificate Of Completion Envelope Id: FB0E00CD326747598F1B74AC74546B9F Status: Sent Subject: Please DocuSign: City Council Contract 7788 - DD Mowing Source Envelope: Document Pages: 36 Signatures: 4 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.10 Record Tracking Status: Original 12/10/2021 2:24:27 PM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.10 Sent: 12/10/2021 3:01:44 PM Viewed: 12/10/2021 3:02:01 PM Signed: 12/10/2021 3:03:37 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/10/2021 3:03:39 PM Viewed: 12/13/2021 10:52:13 AM Signed: 12/13/2021 10:52:56 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.185.202.16 Sent: 12/13/2021 10:52:59 AM Viewed: 12/14/2021 11:09:01 AM Signed: 12/14/2021 11:11:47 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Dave Myers dave@ddmowing.com Director DD COMMERCIAL LANDSCAPE MANAGEMENT Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 162.236.29.4 Sent: 12/14/2021 11:11:52 AM Viewed: 12/14/2021 12:58:59 PM Signed: 12/14/2021 1:11:03 PM Electronic Record and Signature Disclosure: Accepted: 2/14/2018 1:10:44 PM ID: 7a5f2c6f-b972-454b-9614-8c86bf5bddc1 Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 12/14/2021 1:11:06 PM Viewed: 12/14/2021 2:04:19 PM Signed: 12/14/2021 2:04:38 PM Electronic Record and Signature Disclosure: Accepted: 12/14/2021 2:04:19 PM ID: 376f6b6c-d4d8-4a1e-b133-7e97bee4fd8b Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 2:04:42 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/15/2021 8:48:24 AM ID: 4feba34d-b3a6-43a8-9585-0ca6156b9c3a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/10/2021 3:03:40 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 2:04:42 PM Viewed: 12/15/2021 8:50:12 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/10/2021 3:01:44 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Dave Myers, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-064,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with Freedom Commercial Services,LLC,for mowing and maintenance services for the Parks and Recreation and Drainage Departments,Section G -Drainage;providing for the expenditure of funds therefor;and providing an effective date (RFP 7788 -awarded to Freedom Commercial Services,LLC,for one (1)year,with the option for four (4)additional one (1)year extensions,in the total five (5) year not-to-exceed amount of $1,548,194.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Freedom Commercial Services, LLC, for mowing and maintenance services for the Parks and Recreation and Drainage Departments, Section G – Drainage; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 – awarded to Freedom Commercial Services, LLC, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $1,548,194.00). INFORMATION/BACKGROUND The current contract, 7378, with Freedom Commercial Services, LLC, expired at the end of the calendar year 2021. The proposed contract will allow Freedom Commercial Services, LLC to continue with their mowing/maintenance services throughout all of the drainage-related areas in the City. The realistic expectation of having properly manicured turf and beds in the City, including ROW and drainage locations, is the Parks and Recreation Department’s (PARD) responsibility to negotiate and oversee. The City is expected to grow rapidly and acquire new properties, all of which need to be maintained aesthetically and economically in order to make Denton an attractive and appealing city. Staff assessed the volume needed and developed sections for the services that could be awarded to multiple vendors. Freedom Commercial Services, LLC is an established business that has the experience of working with larger entities, as well as their excellent past performance with the City of Denton, to competently perform the work required. In 2020 when PARD assumed responsibility for all City department mowing contracts, an evaluation was completed to determine if these services should be contracted out or absorbed in-house. The evaluation determined that due to the required equipment needs and staffing levels it was fiscally responsible to outsource the services. With this, the proposed contracts have no impact on the current staffing levels. Mowing is required to maintain safety and aesthetics as well as to maintain code compliance. The mowing services provide the following benefits to the City of Denton: 1. It keeps the City in compliance with Community Improvement Services. 2. It keeps the turf aesthetically pleasing and helps to thwart the growth of weeds. 3. It keeps the areas free of litter and debris. The anticipated cost breakdown is as follows. The contingency amount is to cover new properties and vendor defaults. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com FY 21-22 FY 22-23 FY 23-24 FY 24-25 FY 25-26 TOTAL Section G - Drainage $191,610 $197,358 $203,279 $209,377 $215,658 $1,017,282 Contingency $100,000 $103,000 $106,090 $109,272 $112,550 $530,912 Total $291,610 $300,358 $309,369 $318,649 $328,208 $1,548,194 Request for Proposals was sent to 138 prospective suppliers, including 17 Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Eleven (11) proposals were received, references were checked, and proposals were evaluated based upon published criteria including availability, probable performance, equipment, personnel, safety, and price. Best and Final Offers (BAFO) were requested from all firms. Based upon this evaluation, Freedom Commercial Services, LLC was ranked the highest and determined to be the best value for the City for Section G – Drainage. NIGP Code Used for Solicitation: 988 – Services, roadside, grounds, recreational, and park area services Notifications sent for Solicitation sent in IonWave: 138 Number of Suppliers that viewed Solicitation in IonWave: 17 HUB-Historically Underutilized Business Invitations sent out: 14 SBE-Small Business Enterprise Invitations sent out: 66 Responses from Solicitation: 11 Below is the information Freedom Commercial Services provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Crew Lead 1 $13.67 Laborer 3 to 5 $10.50 RECOMMENDATION Award a contract with Freedom Commercial Services, LLC, for mowing and maintenance services for the Parks and Recreation and Drainage Departments, Section G – Drainage, in a one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $1,548,194. PRINCIPAL PLACE OF BUSINESS Freedom Commercial Services, LLC Aubrey, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These services will be funded through the using department’s budget on an as-needed basis. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: LLC Members Exhibit 4: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333. Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 315 316 Front of Kings Row Pond 12 Cycles $90.00 $1,080.00 $68.00 $816.00 $100.00 $1,200.00 $55.00 $660.00 $49.73 $596.76 $151.00 $1,812.00 317 Wainwright 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $65.00 $780.00 $5.00 $60.00 $47.66 $571.92 $100.00 $1,200.00 318 702 S Locust 12 Cycles $85.00 $1,020.00 $62.40 $748.80 $100.00 $1,200.00 $50.00 $600.00 $67.71 $812.52 $139.00 $1,668.00 319 709 S Locust 12 Cycles $70.00 $840.00 $25.00 $300.00 $65.00 $780.00 $16.00 $192.00 $26.38 $316.56 $100.00 $1,200.00 320 901 E Sycamore 12 Cycles $55.00 $660.00 $25.00 $300.00 $65.00 $780.00 $10.00 $120.00 $21.92 $263.04 $100.00 $1,200.00 321 607 Skinner 12 Cycles $70.00 $840.00 $28.00 $336.00 $65.00 $780.00 $30.00 $360.00 $34.16 $409.92 $100.00 $1,200.00 322 602 Lehrman 12 Cycles $70.00 $840.00 $27.20 $326.40 $65.00 $780.00 $30.00 $360.00 $33.35 $400.20 $100.00 $1,200.00 323 514 Martin 12 Cycles $60.00 $720.00 $25.00 $300.00 $65.00 $780.00 $25.00 $300.00 $24.78 $297.36 $100.00 $1,200.00 324 Robertson Drainage Channel From 339 Robertson to Woodrow Underpass6Cycles $2,000.00 $12,000.00 $2,720.00 $16,320.00 $1,700.00 $10,200.00 $1,340.00 $8,040.00 $1,457.14 $8,742.84 $3,026.00 $18,156.00 325 Robertson Drainage Channel Concrete / rock portions 24 Cycles $600.00 $14,400.00 $1,200.00 $28,800.00 $400.00 $9,600.00 $270.00 $6,480.00 $286.75 $6,882.00 $712.00 $17,088.00 326 University at Shawnee St Drainage Channel Between University and Mingo Rd24Cycles $125.00 $3,000.00 $80.00 $1,920.00 $75.00 $1,800.00 $65.00 $1,560.00 $138.39 $3,321.36 $178.00 $4,272.00 327 University at Shawnee St Drainage Channel - Litter 12 Cycles $1.00 $12.00 $40.00 $480.00 $50.00 $600.00 $10.00 $120.00 $169.46 $2,033.52 $178.00 $2,136.00 328 University Drainage Channel 24 Cycles $230.00 $5,520.00 $160.00 $3,840.00 $200.00 $4,800.00 $135.00 $3,240.00 $169.09 $4,058.16 $356.00 $8,544.00 329 University Drainage Channel Litter 12 Cycles $1.00 $12.00 $80.00 $960.00 $50.00 $600.00 $20.00 $240.00 $163.48 $1,961.76 $356.00 $4,272.00 330 Marshall St Drainage Channel Between Locust and Oakland St24 Cycles $75.00 $1,800.00 $25.00 $600.00 $75.00 $1,800.00 $15.00 $360.00 $59.52 $1,428.48 $100.00 $2,400.00 331 Marshall St Drainage Channel - LITTER Between Locust and Oakland St12Cycles $1.00 $12.00 $25.00 $300.00 $50.00 $600.00 $5.00 $60.00 $40.85 $490.20 $100.00 $1,200.00 332 Prairie St Drainage Channel From 508 Prairie to Wainwright St24 Cycles $85.00 $2,040.00 $25.00 $600.00 $50.00 $1,200.00 $15.00 $360.00 $154.35 $3,704.40 $100.00 $2,400.00 333 Prairie St Drainage Channel -LITTER From 508 Prairie to Wainwright St12Cycles $1.00 $12.00 $25.00 $300.00 $50.00 $600.00 $5.00 $60.00 $40.85 $490.20 $100.00 $1,200.00 334 Windsor to Kings Row Drainage Channel 24 Cycles $230.00 $5,520.00 $140.00 $3,360.00 $200.00 $4,800.00 $135.00 $3,240.00 $189.50 $4,548.00 $356.00 $8,544.00 335 Windsor to Kings Row Drainage Channel - LITTER 12 Cycles $1.00 $12.00 $70.00 $840.00 $50.00 $600.00 $20.00 $240.00 $163.48 $1,961.76 $356.00 $4,272.00 336 Water Oak Drainage Channel - north side of McKinney 24 Cycles $90.00 $2,160.00 $52.50 $1,260.00 $100.00 $2,400.00 $50.00 $1,200.00 $84.87 $2,036.88 $134.00 $3,216.00 337 Water Oak Drainage Channel -LITTER 12 Cycles $1.00 $12.00 $26.25 $315.00 $50.00 $600.00 $10.00 $120.00 $81.73 $980.76 $134.00 $1,608.00 338 Stockton Drainage Channel 24 Cycles $115.00 $2,760.00 $70.00 $1,680.00 $100.00 $2,400.00 $65.00 $1,560.00 $94.70 $2,272.80 $178.00 $4,272.00 339 Stockton Drainage Channel - LITTER 12 Cycles $1.00 $12.00 $35.00 $420.00 $50.00 $600.00 $15.00 $180.00 $122.60 $1,471.20 $178.00 $2,136.00 340 Baldwin Drainage Channel 24 Cycles $125.00 $3,000.00 $100.00 $2,400.00 $125.00 $3,000.00 $85.00 $2,040.00 $75.90 $1,821.60 $223.00 $5,352.00 341 Baldwin Drainage Channel - LITTER 12 Cycles $1.00 $12.00 $50.00 $600.00 $50.00 $600.00 $10.00 $120.00 $40.85 $490.20 $223.00 $2,676.00 342 Dallas Drive Drainage Channel - 700 Dallas Dr 24 Cycles $115.00 $2,760.00 $87.50 $2,100.00 $125.00 $3,000.00 $85.00 $2,040.00 $100.40 $2,409.60 $223.00 $5,352.00 343 Dallas Drive Drainage Channel - 700 Dallas Dr - LITTER 12 Cycles $1.00 $12.00 $43.75 $525.00 $50.00 $600.00 $10.00 $120.00 $81.73 $980.76 $223.00 $2,676.00 344 Dallas Drive Drainage Channel - Duncan St 24 Cycles $85.00 $2,040.00 $87.50 $2,100.00 $75.00 $1,800.00 $25.00 $600.00 $164.35 $3,944.40 $100.00 $2,400.00 345 Dallas Drive Drainage Channel - Duncan St - LITTER 12 Cycles $1.00 $12.00 $43.75 $525.00 $50.00 $600.00 $5.00 $60.00 $81.73 $980.76 $100.00 $1,200.00 346 Mounts Congress 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $10.00 $120.00 $65.25 $783.00 $100.00 $1,200.00 347 W. Prairie (between Elm Locust)12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $10.00 $120.00 $23.96 $287.52 $100.00 $1,200.00 348 421 W. Windsor 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $20.00 $240.00 $13.75 $165.00 $100.00 $1,200.00 349 Paisley (downstream of yard)12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $10.00 $120.00 $10.08 $120.96 $100.00 $1,200.00 350 1101 Monterey 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $30.00 $360.00 $17.43 $209.16 $100.00 $1,200.00 352 Valley Creek to T 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $10.00 $120.00 $10.88 $130.56 $100.00 $1,200.00 353 8704 Seven Oaks 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $10.00 $120.00 $10.88 $130.56 $100.00 $1,200.00 354 8900 N I 35E (@ Milam Rd)12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $15.00 $180.00 $21.91 $262.92 $100.00 $1,200.00 355 Chebi 12 Cycles $85.00 $1,020.00 $39.20 $470.40 $50.00 $600.00 $35.00 $420.00 $53.80 $645.60 $100.00 $1,200.00 356 Carroll Crescent 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $40.00 $480.00 $10.00 $120.00 $10.88 $130.56 $100.00 $1,200.00 357 2126 James St 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $40.00 $480.00 $10.00 $120.00 $53.38 $640.56 $100.00 $1,200.00 358 2013 Marshall Rd 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $40.00 $480.00 $15.00 $180.00 $22.32 $267.84 $100.00 $1,200.00 359 8912 Seven Oaks 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $40.00 $480.00 $10.00 $120.00 $16.59 $199.08 $100.00 $1,200.00 360 Market Blake 12 Cycles $120.00 $1,440.00 $93.60 $1,123.20 $75.00 $900.00 $78.00 $936.00 $93.01 $1,116.12 $208.00 $2,496.00 361 Mockingbird Pond 12 Cycles $85.00 $1,020.00 $38.40 $460.80 $50.00 $600.00 $34.00 $408.00 $51.36 $616.32 $100.00 $1,200.00 362 916 Baldwin 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $40.00 $480.00 $30.00 $360.00 $31.31 $375.72 $100.00 $1,200.00 363 Spencer (Lg Gated Area)12 Cycles $85.00 $1,020.00 $40.80 $489.60 $65.00 $780.00 $39.00 $468.00 $36.21 $434.52 $100.00 $1,200.00 364 Hobson 12 Cycles $120.00 $1,440.00 $92.00 $1,104.00 $150.00 $1,800.00 $82.00 $984.00 $95.08 $1,140.96 $205.00 $2,460.00 366 3918 Lariat 12 Cycles $85.00 $1,020.00 $168.00 $2,016.00 $200.00 $2,400.00 $140.00 $1,680.00 $84.06 $1,008.72 $374.00 $4,488.00 367 Colorado Wilderness 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $10.00 $120.00 $17.81 $213.72 $100.00 $1,200.00 368 820 Abbots Ln 12 Cycles $85.00 $1,020.00 $25.00 $300.00 $50.00 $600.00 $15.00 $180.00 $20.28 $243.36 $100.00 $1,200.00 369 Lariat to University 6 Cycles $300.00 $1,800.00 $172.80 $1,036.80 $175.00 $1,050.00 $148.00 $888.00 $185.40 $1,112.40 $450.00 $2,700.00 370 Hampton to Lariat 6 Cycles $515.00 $3,090.00 $437.60 $2,625.60 $500.00 $3,000.00 $375.00 $2,250.00 $468.82 $2,812.92 $1,137.00 $6,822.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Exhibit 2 RFP 7788 - PARD Mowing Services - Section G Respondent's Business Name: Classic Landscapes and Maintenance (Custom Landscapes Inc) D&D Commercial Landscape Management Natures Greenery Brightview Landscaping Southlake Landscape & Maintenance Inc. Incircle Management IncFreedom Services Hoot's Lawn Care, LLC Firehouse22 Yellowstone Landscape M.E.T. Lawn Care Principal Place of Business (City and State):Denton, TXDallas, TX Haltom City, TX Prosper, TXLewisville, TX Westlake, TXDenton, TX Burleson, TX Denton, TX Dallas, TX Denton, TX SECTION G - DRAINAGE No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Exhibit 2 RFP 7788 - PARD Mowing Services - Section G Respondent's Business Name: Classic Landscapes and Maintenance (Custom Landscapes Inc) D&D Commercial Landscape Management Natures Greenery Brightview Landscaping Southlake Landscape & Maintenance Inc. Incircle Management IncFreedom Services Hoot's Lawn Care, LLC Firehouse22 Yellowstone Landscape M.E.T. Lawn Care Principal Place of Business (City and State):Denton, TXDallas, TX Haltom City, TX Prosper, TXLewisville, TX Westlake, TXDenton, TX Burleson, TX Denton, TX Dallas, TX Denton, TX SECTION G - DRAINAGE371Corbin @ Airport 6 Cycles $140.00 $840.00 $112.80 $676.80 $130.00 $780.00 $94.00 $564.00 $120.55 $723.30 $292.00 $1,752.00 372 Bonnie Brae and Windsor 6 Cycles $140.00 $840.00 $131.20 $787.20 $150.00 $900.00 $110.00 $660.00 $140.37 $842.22 $341.00 $2,046.00 373 University to Cordell 6 Cycles $475.00 $2,850.00 $375.20 $2,251.20 $450.00 $2,700.00 $320.00 $1,920.00 $401.84 $2,411.04 $975.00 $5,850.00 374 Hinkle to Rodeo Grounds 6 Cycles $375.00 $2,250.00 $289.60 $1,737.60 $350.00 $2,100.00 $250.00 $1,500.00 $310.48 $1,862.88 $753.00 $4,518.00 375 Windsor to Hinkle/Haggard 6 Cycles $410.00 $2,460.00 $324.00 $1,944.00 $400.00 $2,400.00 $275.00 $1,650.00 $347.01 $2,082.06 $842.00 $5,052.00 376 Behind Rodeo Grounds 6 Cycles $140.00 $840.00 $108.00 $648.00 $130.00 $780.00 $90.00 $540.00 $116.11 $696.66 $282.00 $1,692.00 377 Magnolia Pond 6 Cycles $430.00 $2,580.00 $328.00 $1,968.00 $400.00 $2,400.00 $282.00 $1,692.00 $351.33 $2,107.98 $852.00 $5,112.00 378 2500 Coffey (Boom mower)6 Cycles $95.00 $570.00 $25.00 $150.00 $150.00 $900.00 $10.00 $60.00 $5.95 $35.70 $100.00 $600.00 379 Nicosia x N Elm 6 Cycles $95.00 $570.00 $34.40 $206.40 $100.00 $600.00 $30.00 $180.00 $37.11 $222.66 $100.00 $600.00 380 Masch Branch Lovers 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $10.00 $60.00 $12.00 $72.00 $100.00 $600.00 381 Mingo x Ruddell 6 Cycles $130.00 $780.00 $101.60 $609.60 $120.00 $720.00 $84.00 $504.00 $108.98 $653.88 $264.00 $1,584.00 382 Porky's 6 Cycles $100.00 $600.00 $25.00 $150.00 $100.00 $600.00 $15.00 $90.00 $16.20 $97.20 $100.00 $600.00 383 W Hercules N to Headwall 6 Cycles $100.00 $600.00 $39.20 $235.20 $100.00 $600.00 $38.00 $228.00 $42.05 $252.30 $102.00 $612.00 384 Hercules to North Point 6 Cycles $300.00 $1,800.00 $238.40 $1,430.40 $300.00 $1,800.00 $205.00 $1,230.00 $255.53 $1,533.18 $620.00 $3,720.00 385 North Point to Detention Pond 6 Cycles $2,400.00 $14,400.00 $1,616.80 $9,700.80 $2,000.00 $12,000.00 $1,380.00 $8,280.00 $1,732.29 $10,393.74 $4,205.00 $25,230.00 386 North Point to Locust 6 Cycles $350.00 $2,100.00 $292.00 $1,752.00 $375.00 $2,250.00 $250.00 $1,500.00 $313.10 $1,878.60 $760.00 $4,560.00 387 Locust to Headwall 6 Cycles $670.00 $4,020.00 $536.00 $3,216.00 $675.00 $4,050.00 $455.00 $2,730.00 $574.27 $3,445.62 $1,394.00 $8,364.00 388 Hercules to Headwall 6 Cycles $380.00 $2,280.00 $304.80 $1,828.80 $380.00 $2,280.00 $258.00 $1,548.00 $326.24 $1,957.44 $792.00 $4,752.00 389 Headwall to Stuart 6 Cycles $550.00 $3,300.00 $424.80 $2,548.80 $530.00 $3,180.00 $365.00 $2,190.00 $455.14 $2,730.84 $1,105.00 $6,630.00 390 Olympia to Channel 6 Cycles $135.00 $810.00 $111.20 $667.20 $150.00 $900.00 $95.00 $570.00 $119.06 $714.36 $289.00 $1,734.00 391 Wolftrap to Channel 6 Cycles $95.00 $570.00 $69.60 $417.60 $100.00 $600.00 $57.00 $342.00 $74.83 $448.98 $182.00 $1,092.00 392 Stuart to Bell 6 Cycles $180.00 $1,080.00 $145.60 $873.60 $175.00 $1,050.00 $122.00 $732.00 $156.00 $936.00 $379.00 $2,274.00 393 Strickland Pond 6 Cycles $120.00 $720.00 $97.60 $585.60 $130.00 $780.00 $83.00 $498.00 $104.78 $628.68 $254.00 $1,524.00 394 Stuart Manhattan to Y 6 Cycles $115.00 $690.00 $96.00 $576.00 $125.00 $750.00 $82.00 $492.00 $102.68 $616.08 $249.00 $1,494.00 395 Stuart Windsor to Y 6 Cycles $120.00 $720.00 $99.20 $595.20 $125.00 $750.00 $84.00 $504.00 $106.31 $637.86 $258.00 $1,548.00 396 Y to Sherman Dr 6 Cycles $185.00 $1,110.00 $153.60 $921.60 $200.00 $1,200.00 $130.00 $780.00 $164.83 $988.98 $400.00 $2,400.00 397 Sherman Dr to Windsor 6 Cycles $250.00 $1,500.00 $201.60 $1,209.60 $250.00 $1,500.00 $170.00 $1,020.00 $216.22 $1,297.32 $525.00 $3,150.00 398 Kings Row Detention Pond 6 Cycles $970.00 $5,820.00 $651.20 $3,907.20 $820.00 $4,920.00 $558.00 $3,348.00 $697.31 $4,183.86 $1,692.00 $10,152.00 399 Sherman Dr to Kings Row 6 Cycles $130.00 $780.00 $108.80 $652.80 $140.00 $840.00 $92.00 $552.00 $116.36 $698.16 $282.00 $1,692.00 400 Marianne Court 6 Cycles $220.00 $1,320.00 $182.40 $1,094.40 $225.00 $1,350.00 $150.00 $900.00 $195.42 $1,172.52 $474.00 $2,844.00 401 Windsor to Y 6 Cycles $280.00 $1,680.00 $222.40 $1,334.40 $300.00 $1,800.00 $185.00 $1,110.00 $238.25 $1,429.50 $578.00 $3,468.00 402 Old North Rd to Dead End 6 Cycles $625.00 $3,750.00 $492.80 $2,956.80 $600.00 $3,600.00 $425.00 $2,550.00 $528.02 $3,168.12 $1,281.00 $7,686.00 403 Burning Tree to Old North Rd 6 Cycles $375.00 $2,250.00 $286.40 $1,718.40 $400.00 $2,400.00 $245.00 $1,470.00 $306.87 $1,841.22 $745.00 $4,470.00 404 Kingsrow and Loop 288 (Staghorn)6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $10.00 $60.00 $5.14 $30.84 $100.00 $600.00 405 Kings Row and Loop 288 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $10.00 $60.00 $13.71 $82.26 $100.00 $600.00 406 Kings Row and Loop 288 (Deerfield)6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $10.00 $60.00 $9.43 $56.58 $100.00 $600.00 407 Mockingbird Vacant Lot 6 Cycles $85.00 $510.00 $42.40 $254.40 $100.00 $600.00 $34.00 $204.00 $45.24 $271.44 $110.00 $660.00 408 Audra to Bayfield 6 Cycles $100.00 $600.00 $77.60 $465.60 $100.00 $600.00 $68.00 $408.00 $82.77 $496.62 $201.00 $1,206.00 409 Mockingbird Detention Pond 6 Cycles $200.00 $1,200.00 $172.80 $1,036.80 $225.00 $1,350.00 $148.00 $888.00 $185.05 $1,110.30 $449.00 $2,694.00 410 Oak Valley to Audra 6 Cycles $90.00 $540.00 $68.80 $412.80 $100.00 $600.00 $58.00 $348.00 $73.63 $441.78 $179.00 $1,074.00 411 Lattimore 6 Cycles $200.00 $1,200.00 $159.20 $955.20 $200.00 $1,200.00 $135.00 $810.00 $170.71 $1,024.26 $414.00 $2,484.00 412 2520 E McKinney 6 Cycles $380.00 $2,280.00 $300.80 $1,804.80 $375.00 $2,250.00 $255.00 $1,530.00 $322.06 $1,932.36 $782.00 $4,692.00 413 Mozingo x Tyler 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $15.00 $90.00 $13.04 $78.24 $100.00 $600.00 414 Mingo x Sirius 6 Cycles $150.00 $900.00 $114.40 $686.40 $150.00 $900.00 $20.00 $120.00 $122.89 $737.34 $298.00 $1,788.00 415 Woodrow to Dead End 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $20.00 $120.00 $24.14 $144.84 $100.00 $600.00 416 Spencer 6 Cycles $105.00 $630.00 $75.20 $451.20 $100.00 $600.00 $625.00 $3,750.00 $80.57 $483.42 $196.00 $1,176.00 417 Angelina Bend 6 Cycles $305.00 $1,830.00 $230.40 $1,382.40 $400.00 $2,400.00 $190.00 $1,140.00 $246.84 $1,481.04 $599.00 $3,594.00 418 Behind Bed, Bath, and Beyond 6 Cycles $150.00 $900.00 $113.60 $681.60 $250.00 $1,500.00 $85.00 $510.00 $121.41 $728.46 $295.00 $1,770.00 419 Loon Lake Culvert 6 Cycles $105.00 $630.00 $80.00 $480.00 $150.00 $900.00 $68.00 $408.00 $85.67 $514.02 $208.00 $1,248.00 420 State School Rd 6 Cycles $500.00 $3,000.00 $411.20 $2,467.20 $600.00 $3,600.00 $350.00 $2,100.00 $440.48 $2,642.88 $1,069.00 $6,414.00 421 Sally's East 6 Cycles $165.00 $990.00 $133.60 $801.60 $200.00 $1,200.00 $110.00 $660.00 $143.50 $861.00 $348.00 $2,088.00 422 Mayhill and Morse 6 Cycles $1,000.00 $6,000.00 $693.60 $4,161.60 $1,000.00 $6,000.00 $595.00 $3,570.00 $743.28 $4,459.68 $1,804.00 $10,824.00 423 Pine Hills Pond 6 Cycles $250.00 $1,500.00 $205.60 $1,233.60 $300.00 $1,800.00 $172.00 $1,032.00 $220.15 $1,320.90 $534.00 $3,204.00 424 McCormick to Willowwood 6 Cycles $315.00 $1,890.00 $248.80 $1,492.80 $350.00 $2,100.00 $210.00 $1,260.00 $266.75 $1,600.50 $647.00 $3,882.00 425 2127 West Willowwood 6 Cycles $90.00 $540.00 $76.00 $456.00 $150.00 $900.00 $63.00 $378.00 $81.69 $490.14 $198.00 $1,188.00 426 1400 Myrtle 6 Cycles $85.00 $510.00 $28.00 $168.00 $150.00 $900.00 $30.00 $180.00 $30.27 $181.62 $100.00 $600.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Exhibit 2 RFP 7788 - PARD Mowing Services - Section G Respondent's Business Name: Classic Landscapes and Maintenance (Custom Landscapes Inc) D&D Commercial Landscape Management Natures Greenery Brightview Landscaping Southlake Landscape & Maintenance Inc. Incircle Management IncFreedom Services Hoot's Lawn Care, LLC Firehouse22 Yellowstone Landscape M.E.T. Lawn Care Principal Place of Business (City and State):Denton, TXDallas, TX Haltom City, TX Prosper, TXLewisville, TX Westlake, TXDenton, TX Burleson, TX Denton, TX Dallas, TX Denton, TX SECTION G - DRAINAGE427Medpark 6 Cycles $100.00 $600.00 $69.60 $417.60 $130.00 $780.00 $54.00 $324.00 $74.42 $446.52 $181.00 $1,086.00 428 Russell Newman 6 Cycles $125.00 $750.00 $101.60 $609.60 $200.00 $1,200.00 $83.00 $498.00 $109.25 $655.50 $265.00 $1,590.00 429 901 Texas 6 Cycles $120.00 $720.00 $95.20 $571.20 $200.00 $1,200.00 $78.00 $468.00 $102.08 $612.48 $248.00 $1,488.00 430 Day Labor 6 Cycles $85.00 $510.00 $25.00 $150.00 $50.00 $300.00 $10.00 $60.00 $5.82 $34.92 $100.00 $600.00 431 Londonderry to Pond 6 Cycles $85.00 $510.00 $56.00 $336.00 $100.00 $600.00 $58.00 $348.00 $59.67 $358.02 $145.00 $870.00 432 Savanah to Pond 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $20.00 $120.00 $16.85 $101.10 $100.00 $600.00 433 Longridge to 2nd Bridge 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $20.00 $120.00 $21.90 $131.40 $100.00 $600.00 434 1421 Greenlee 6 Cycles $85.00 $510.00 $27.20 $163.20 $100.00 $600.00 $25.00 $150.00 $28.83 $172.98 $100.00 $600.00 435 Daniel x Forth Worth Dr 6 Cycles $85.00 $510.00 $25.00 $150.00 $100.00 $600.00 $15.00 $90.00 $12.44 $74.64 $100.00 $600.00 Item # 1 2 3 4 5 6 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid $347,640.00 No Bid No Bid No Bid No Bid No Bid 0.00 Yellowstone Landscape M.E.T. Lawn Care 4.25 0.00 0.00 0.00 0.003.504.25 25.50 0.00 0.00 0.00 0.00 0.00 0.0017.09 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.005.758.00 6.00 8.009.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 9.4217.96 30.00 21.8020.49 15.0028.50 19.50 21.0028.50 3.504.25 3.50 0.00 45.6772.71 71.50 69.30 6.25 10.00 6.007.75 6.25 8.758.75 10.00 6.006.25 6.25 6.25 $191,610.00 $159,839.40 $182,370.00 $109,164.00 $150,247.02 77.99 Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Personnel (10 Points) Total Score:81.84 15.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Freedom Services D&D Commercial Landscape Management Natures Greenery Southlake Landscape & Maintenance Inc. Brightview Landscaping Incircle Management Inc Hoot's Lawn Care, LLC Classic Landscapes and Maintenance (Custom Landscapes Inc) Firehouse22 Total: Evaluation ORDINANCE NO. __________________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH FREEDOM COMMERCIAL SERVICES, LLC, FOR MOWING AND MAINTENANCE SERVICES FOR THE PARKS AND RECREATION AND DRAINAGE DEPARTMENTS, SECTION G DRAINAGE; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 7788 AWARDED TO FREEDOM COMMERCIAL SERVICES, LLC, FOR ONE (1) YEAR, WITH THE OPTION FOR FOUR (4) ADDITIONAL ONE (1) YEAR EXTENSIONS, IN THE TOTAL FIVE (5) YEAR NOT-TO- EXCEED AMOUNT OF $1,548,194.00). WHEREAS, the City has solicited, received, and evaluated competitive proposals for mowing and maintenance services; and WHEREAS, the City Manager, or a designated employee, has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies, Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 7788-Sec. G Freedom Commercial Services, LLC $1,548,194.00 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities, and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 PARD Mowing Services 7788 Yes RFP Erica Garcia Contract # 7788 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND FREEDOM COMMERCIAL SERVICES, LLC (CONTRACT 7788) THIS CONTRACT is made and entered into this date ______________________, by and between Freedom Commercial Services, LLC a Texas Limited Liability Company, whose address is 317 Meadow Lane, Denton, TX 76207, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide products and/or services in accordance with the City’s document RFP 7788- PARD Mowing Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 7788 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Certificate of Interested Parties Electronic Filing (Exhibit "E"); (f) Contractor’s Proposal (Exhibit "F"); (g) Form CIQ – Conflict of Interest Questionnaire (Exhibit "G"); These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter 2252, is not ineligible to enter into this agreement and will not become ineligible to receive payments under this agreement by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY:______________________________ AUTHORIZED SIGNATURE Printed Name:_____________________ Title:____________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER CITY OF DENTON, TEXAS BY: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _______________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 940 222 7008 Louie Pancoast cleaning.freedom@yahoo.com 1295 Certificate managing member Director of Parks and Recreation Parks & Recreation Gary Packan Contract # 7788 Exhibit A Special Terms and Conditions 1. Total Contract Amount The total contract for Section G of RFP 7788, which Section G only is awarded by this Contract for the supply of Section G - Drainage, shall not exceed $1,548,194. Pricing shall be per Exhibit F attached. 2. The Quantities The quantities indicated on Exhibit F are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 3. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional four (4) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Supplier’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 4. Price Escalation and De-escalation On Supplier’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment annually based on these special terms. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) or the manufacturer published pricing list. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. The price will be increased or decreased based upon the annual percentage change in the PPI or the percentage change in the manufacturer’s price list. Should the PPI or manufacturer price list change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the percent change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 5. Performance Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below:  Delivery beyond contracted lead times  Performance below contracted levels (services only) The Contractor shall be assessed a one (1%) percent fee each month when any one of the performance standards outlined above are not met in full. The Contractor shall be assessed a two (2%) percent profit fee each month when any two (2) or more performance standards outlined above are not met in full. At the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor’s monthly profit margin. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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. 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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. 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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. 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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. 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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, 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 solicitation as defined in the City’s Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics). Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or 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. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year’s Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 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 respondent. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply 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 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted:  Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better.  Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.  Liability policies shall be endorsed to provide the following:  Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers.  That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability.  Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers.  Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788  Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered.  Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.  Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:  Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage.  Coverage B shall include personal injury.  Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least:  Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures.  Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for:  any auto, or  all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 ATTACHMENT 1 [ ] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Contract # 7788 Exhibit E Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 RFP 7788 Freedom Services / Freedom  Cleaning Services  Exhibit F  Line #Description QTY UOM Unit 315 SECTION G ‐ DRAINAGE 316 Front of Kings Row Pond 12 Cycles $90.00 317 Wainwright 12 Cycles $85.00 318 702 S Locust 12 Cycles $85.00 319 709 S Locust 12 Cycles $70.00 320 901 E Sycamore 12 Cycles $55.00 321 607 Skinner 12 Cycles $70.00 322 602 Lehrman 12 Cycles $70.00 323 514 Martin 12 Cycles $60.00 324 Robertson Drainage Channel From 339 Robertson to Woodrow Underpass 6 Cycles $2,000.00 325 Robertson Drainage Channel Concrete / rock portions 24 Cycles $600.00 326 University at Shawnee St Drainage Channel Between University and Mingo Rd 24 Cycles $125.00 327 University at Shawnee St Drainage Channel ‐ Litter 12 Cycles $1.00 328 University Drainage Channel 24 Cycles $230.00 329 University Drainage Channel Litter 12 Cycles $1.00 330 Marshall St Drainage Channel Between Locust and Oakland St 24 Cycles $75.00 331 Marshall St Drainage Channel ‐ LITTER Between Locust and Oakland St 12 Cycles $1.00 332 Prairie St Drainage Channel From 508 Prairie to Wainwright St 24 Cycles $85.00 333 Prairie St Drainage Channel ‐LITTER From 508 Prairie to Wainwright St 12 Cycles $1.00 334 Windsor to Kings Row Drainage Channel 24 Cycles $230.00 335 Windsor to Kings Row Drainage Channel ‐ LITTER 12 Cycles $1.00 336 Water Oak Drainage Channel ‐ north side of McKinney 24 Cycles $90.00 337 Water Oak Drainage Channel ‐LITTER 12 Cycles $1.00 338 Stockton Drainage Channel 24 Cycles $115.00 339 Stockton Drainage Channel ‐ LITTER 12 Cycles $1.00 340 Baldwin Drainage Channel 24 Cycles $125.00 341 Baldwin Drainage Channel ‐ LITTER 12 Cycles $1.00 342 Dallas Drive Drainage Channel ‐ 700 Dallas Dr 24 Cycles $115.00 343 Dallas Drive Drainage Channel ‐ 700 Dallas Dr ‐ LITTER 12 Cycles $1.00 344 Dallas Drive Drainage Channel ‐ Duncan St 24 Cycles $85.00 345 Dallas Drive Drainage Channel ‐ Duncan St ‐ LITTER 12 Cycles $1.00 346 Mounts  Congress 12 Cycles $85.00 347 W. Prairie (between Elm  Locust)12 Cycles $85.00 348 421 W. Windsor 12 Cycles $85.00 349 Paisley (downstream of yard)12 Cycles $85.00 350 1101 Monterey 12 Cycles $85.00 351 1101 Monterey 12 Cycles $85.00 352 Valley Creek to T 12 Cycles $85.00 353 8704 Seven Oaks 12 Cycles $85.00 354 8900 N I 35E (@ Milam Rd)12 Cycles $85.00 355 Chebi 12 Cycles $85.00 356 Carroll  Crescent 12 Cycles $85.00 357 2126 James St 12 Cycles $85.00 358 2013 Marshall Rd 12 Cycles $85.00 359 8912 Seven Oaks 12 Cycles $85.00 360 Market  Blake 12 Cycles $120.00 361 Mockingbird Pond 12 Cycles $85.00 362 916 Baldwin 12 Cycles $85.00 363 Spencer (Lg Gated Area)12 Cycles $85.00 365 Hobson 12 Cycles $120.00 366 3918 Lariat 12 Cycles $85.00 367 Colorado  Wilderness 12 Cycles $85.00 368 820 Abbots Ln 12 Cycles $85.00 369 Lariat to University 6 Cycles $300.00 370 Hampton to Lariat 6 Cycles $515.00 371 Corbin @ Airport 6 Cycles $140.00 372 Bonnie Brae and Windsor 6 Cycles $140.00 373 University to Cordell 6 Cycles $475.00 374 Hinkle to Rodeo Grounds 6 Cycles $375.00 375 Windsor to Hinkle/Haggard 6 Cycles $410.00 376 Behind Rodeo Grounds 6 Cycles $140.00 377 Magnolia Pond 6 Cycles $430.00 378 2500 Coffey (Boom mower)6 Cycles $95.00 379 Nicosia x N Elm 6 Cycles $95.00 380 Masch Branch  Lovers 6 Cycles $85.00 381 Mingo x Ruddell 6 Cycles $130.00 382 Porky's 6 Cycles $100.00 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Line #Description QTY UOM Unit 383 W Hercules N to Headwall 6 Cycles $100.00 384 Hercules to North Point 6 Cycles $300.00 385 North Point to Detention Pond 6 Cycles $2,400.00 386 North Point to Locust 6 Cycles $350.00 387 Locust to Headwall 6 Cycles $670.00 388 Hercules to Headwall 6 Cycles $380.00 389 Headwall to Stuart 6 Cycles $550.00 390 Olympia to Channel 6 Cycles $135.00 391 Wolftrap to Channel 6 Cycles $95.00 392 Stuart to Bell 6 Cycles $180.00 393 Strickland Pond 6 Cycles $120.00 394 Stuart  Manhattan to Y 6 Cycles $115.00 395 Stuart  Windsor to Y 6 Cycles $120.00 396 Y to Sherman Dr 6 Cycles $185.00 397 Sherman Dr to Windsor 6 Cycles $250.00 398 Kings Row Detention Pond 6 Cycles $970.00 399 Sherman Dr to Kings Row 6 Cycles $130.00 400 Marianne Court 6 Cycles $220.00 401 Windsor to Y 6 Cycles $280.00 402 Old North Rd to Dead End 6 Cycles $625.00 403 Burning Tree to Old North Rd 6 Cycles $375.00 404 Kingsrow and Loop 288 (Staghorn)6 Cycles $85.00 405 Kings Row and Loop 288 6 Cycles $85.00 406 Kings Row and Loop 288 (Deerfield)6 Cycles $85.00 407 Mockingbird Vacant Lot 6 Cycles $85.00 408 Audra to Bayfield 6 Cycles $100.00 409 Mockingbird Detention Pond 6 Cycles $200.00 410 Oak Valley to Audra 6 Cycles $90.00 411 Lattimore 6 Cycles $200.00 412 2520 E McKinney 6 Cycles $380.00 413 Mozingo x Tyler 6 Cycles $85.00 414 Mingo x Sirius 6 Cycles $150.00 415 Woodrow to Dead End 6 Cycles $85.00 416 Spencer 6 Cycles $105.00 417 Angelina Bend 6 Cycles $305.00 418 Behind Bed, Bath, and Beyond 6 Cycles $150.00 419 Loon Lake Culvert 6 Cycles $105.00 420 State School Rd 6 Cycles $500.00 421 Sally's East 6 Cycles $165.00 422 Mayhill and Morse 6 Cycles $1,000.00 423 Pine Hills Pond 6 Cycles $250.00 424 McCormick to Willowwood 6 Cycles $315.00 425 2127 West Willowwood 6 Cycles $90.00 426 1400 Myrtle 6 Cycles $85.00 427 Medpark 6 Cycles $100.00 428 Russell Newman 6 Cycles $125.00 429 901 Texas 6 Cycles $120.00 430 Day Labor 6 Cycles $85.00 431 Londonderry to Pond 6 Cycles $85.00 432 Savanah to Pond 6 Cycles $85.00 433 Longridge to 2nd Bridge 6 Cycles $85.00 434 1421 Greenlee 6 Cycles $85.00 435 Daniel x Forth Worth Dr 6 Cycles $85.00 DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Exhibit DocuSign Envelope ID: 138FC281-9DC3-494E-8A88-630F8B24F2C3 Freedom Commercial Services, LLC G 12/14/2021 na na Certificate Of Completion Envelope Id: 138FC2819DC3494E8A88630F8B24F2C3 Status: Sent Subject: Please DocuSign: City Council Contract 7788 Source Envelope: Document Pages: 35 Signatures: 4 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/13/2021 7:46:15 AM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 12/13/2021 7:55:24 AM Viewed: 12/13/2021 7:55:55 AM Signed: 12/13/2021 7:56:57 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/13/2021 7:56:59 AM Viewed: 12/13/2021 10:51:21 AM Signed: 12/13/2021 10:52:02 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.185.202.16 Sent: 12/13/2021 10:52:05 AM Viewed: 12/14/2021 11:13:05 AM Signed: 12/14/2021 11:16:47 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Louie Pancoast cleaning.freedom@yahoo.com managing member Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 107.178.6.230 Sent: 12/14/2021 11:16:51 AM Viewed: 12/14/2021 1:20:35 PM Signed: 12/14/2021 1:22:12 PM Electronic Record and Signature Disclosure: Accepted: 3/22/2019 2:51:14 PM ID: 6527dd8b-3546-4ac3-83f9-d227629de9a4 Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 12/14/2021 1:22:16 PM Viewed: 12/14/2021 2:03:46 PM Signed: 12/14/2021 2:03:58 PM Electronic Record and Signature Disclosure: Accepted: 12/14/2021 2:03:46 PM ID: e175332c-1e9a-482f-a641-733f87a8390e Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 2:04:01 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/15/2021 8:48:24 AM ID: 4feba34d-b3a6-43a8-9585-0ca6156b9c3a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/13/2021 7:57:00 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 2:04:01 PM Viewed: 12/15/2021 8:49:41 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/13/2021 7:55:25 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Louie Pancoast, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-065,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with Natures Greenery,Inc.,for mowing and maintenance services for the Parks and Recreation and Fire Departments,Section A -Northwest Public Buildings,Parks,Trails,and Medians,Section B -Northeast Public Buildings,Parks,Trails,and Medians,and Section H -Landscape Maintenance;providing for the expenditure of funds therefor;and providing an effective date (RFP 7788 - awarded to Natures Greenery,Inc.,for one (1)year,with the option for four (4)additional one (1)year extensions, in the total five (5) year not-to-exceed amount of $6,334,436.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Natures Greenery, Inc., for mowing and maintenance services for the Parks and Recreation and Fire Departments, Section A – Northwest Public Buildings, Parks, Trails, and Medians, Section B – Northeast Public Buildings, Parks, Trails, and Medians, and Section H – Landscape Maintenance; providing for the expenditure of funds therefor; and providing an effective date (RFP 7788 – awarded to Natures Greenery, Inc., for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $6,334,436.00). INFORMATION/BACKGROUND The current contract, 7378, with Natures Greenery expired at the end of the calendar year 2021. The proposed contract will allow Natures Greenery to continue with their mowing/maintenance services throughout northern portions of the City as well as landscape (perennial trimming and bed maintenance) in medians throughout the City. The realistic expectation of having properly manicured turf and beds in the City is the Parks and Recreation Department’s (PARD) responsibility to negotiate and oversee. The City continues to grow rapidly and acquire new properties, all of which need to be maintained aesthetically and economically in order to make Denton an attractive and appealing city. Staff assessed the volume needed and developed sections for the services that could be awarded to multiple vendors. Natures Greenery is an established business that has the experience of working with larger entities, as well as their excellent past performance with the City of Denton, to competently perform the work required. In 2020 when PARD assumed responsibility for all City department mowing contracts, an evaluation was completed to determine if these services should be contracted out or absorbed in-house. The evaluation determined that due to the required equipment needs and staffing levels it was fiscally responsible to outsource the services. With this, the proposed contracts have no impact on the current staffing levels. Mowing is required to maintain safety and aesthetics as well as to maintain code compliance. The mowing services provide the following benefits to the City of Denton: 1. It keeps the City in compliance with Community Improvement Services. 2. It keeps the turf aesthetically pleasing and helps to thwart the growth of weeds. 3. It keeps the areas free of litter and debris. The anticipated cost breakdown is as follows. The contingency amount is to cover new properties and vendor defaults. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com FY 21-22 FY 22-23 FY 23-24 FY 24-25 FY 25-26 TOTAL Sections A - Northwest $572,601 $589,778 $607,471 $625,696 $644,466 $3,040,012 Section B - Northeast $408,570 $420,827 $433,452 $446,455 $459,849 $2,169,153 Section H - Landscape $11,950 $12,309 $12,678 $13,058 $13,450 $63,445 Contingency $200,000 $206,000 $212,180 $218,545 $225,101 $1,061,826 Total $1,193,121 $1,228,914 $1,265,781 $1,303,754 $1,342,866 $6,334,436 Request for Proposals was sent to 138 prospective suppliers, including 17 Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Eleven (11) proposals were received, references were checked, and proposals were evaluated based upon published criteria including availability, probable performance, equipment, personnel, safety, and price. Best and Final Offers (BAFO) were requested from all firms. Based upon this evaluation, Natures Greenery, Inc. was ranked the highest and determined to be the best value for the City for Section A – Northwest Public Buildings, Parks, Trails, and Medians, Section B – Northeast Public Buildings, Parks, Trails, and Medians, and Section H – Landscape Maintenance. NIGP Code Used for Solicitation: 988 – Services, roadside, grounds, recreational, and park area services Notifications sent for Solicitation sent in IonWave: 138 Number of Suppliers that viewed Solicitation in IonWave: 17 HUB-Historically Underutilized Business Invitations sent out: 14 SBE-Small Business Enterprise Invitations sent out: 66 Responses from Solicitation: 11 Below is the information Natures Greenery provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Crew Lead 4 $25.00 Laborer 12 $15.00 to $20.00 Admin 1 $20.00 Mechanic 1 $30.00 RECOMMENDATION Award a contract with Natures Greenery, Inc., for mowing and maintenance services for the Parks and Recreation and Fire Departments, Section A – Northwest Public Buildings, Parks, Trails, and Medians, Section B – Northeast Public Buildings, Parks, Trails, and Medians, and Section H – Landscape Maintenance, in a one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $6,334,436. PRINCIPAL PLACE OF BUSINESS Natures Greenery, Inc. Haltom City, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These services will be funded through the using department’s budget on an as-needed basis. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333. Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 1 SECTION A - NORTHWEST PUBLIC BUILDINGS, PARKS, TRAILS MEDIANS 2 Roland G Vela Soccer Complex -All common areas (everything outside of field fences); Riney Road frontage mowing to extend south on Hwy 77 to entry into Animal Adoption then continue mowing 10' along shared drive to the bridge 36 Cycles $1,875.00 $67,500.00 $1,550.00 $55,800.00 $444.02 $15,984.72 $2,186.10 $78,699.60 $720.00 $25,920.00 3 Development Services Center - Bed Maintenance 52 Cycles $50.00 $2,600.00 $60.00 $3,120.00 $74.82 $3,890.64 $30.00 $1,560.00 $75.00 $3,900.00 4 Old City Hall West 36 Cycles $40.00 $1,440.00 $45.00 $1,620.00 $80.74 $2,906.64 $25.00 $900.00 $45.00 $1,620.00 5 Linda McNatt Animal Adoption Center - 3717 N. Elm St. -Two fenced-in artificial turf areas will need to be maintained each visit. This is to include weedeating in the artificial turf. Access to fenced areas will be given each time by an Adoption Center staff member 36 Cycles $160.00 $5,760.00 $175.00 $6,300.00 $237.22 $8,539.92 $175.70 $6,325.20 $300.00 $10,800.00 6 Fire Station 3 new in 2021 - 1401 Underwood 32 Cycles $65.00 $2,080.00 $135.00 $4,320.00 $153.81 $4,921.92 no bid $4,921.92 $60.00 $1,920.00 7 Fire Station 3 Landscape - 1401 Underwood 48 Cycles $50.00 $2,400.00 $30.00 $1,440.00 $119.49 $5,735.52 $30.00 $1,440.00 $75.00 $3,600.00 8 Fire Station 5 - 2230 W. Windsor 36 Cycles $75.00 $2,700.00 $60.00 $2,160.00 $100.76 $3,627.36 $87.50 $3,150.00 $75.00 $2,700.00 9 Fire Station 5 - Landscape 2230 W. Windsor 48 Cycles $50.00 $2,400.00 $30.00 $1,440.00 $43.79 $2,101.92 $30.00 $1,440.00 $50.00 $2,400.00 10 Evers Park - 3201 N. Locust -This location combines the Boy Scout area (4.12 acres) on south side of Windsor with Evers Park 36 Cycles $990.00 $35,640.00 $833.00 $29,988.00 $1,128.99 $40,643.64 $1,166.20 $41,983.20 $670.00 $24,120.00 11 North Lakes Common - 2001 W. Windsor 36 Cycles $2,470.00 $88,920.00 $2,000.00 $72,000.00 $0.01 $0.36 $2,903.60 $104,529.60 $1,870.00 $67,320.00 12 North Lakes Common - Rec Center, 2.33ac 36 Cycles $140.00 $5,040.00 $140.00 $5,040.00 $139.57 $5,024.52 $163.10 $5,871.60 $125.00 $4,500.00 13 North Lakes Common - Goldfield Tennis Center - 2005 W. Windsor, 2ac 36 Cycles $120.00 $4,320.00 $120.00 $4,320.00 $131.39 $4,730.04 $140.00 $5,040.00 $125.00 $4,500.00 14 North Lakes Common- Golf Driving Range - 2005 W. Windsor 36 Cycles $80.00 $2,880.00 $90.00 $3,240.00 $96.21 $3,463.56 $92.40 $3,326.40 $125.00 $4,500.00 15 North Lakes Common - Annex - 1.1ac -This will be the future tennis center, maintained acreage will be reduced. NOT to be confused with Goldfield Tennis Center 24 Cycles $70.00 $1,680.00 $70.00 $1,680.00 $64.97 $1,559.28 $77.00 $1,848.00 $125.00 $3,000.00 16 North Lakes Common - ROW 24 Cycles $440.00 $10,560.00 $439.00 $10,536.00 $459.76 $11,034.24 $513.10 $12,314.40 $480.00 $11,520.00 17 North Lakes Common - Rugby Field 24 Cycles $370.00 $8,880.00 $360.00 $8,640.00 $408.65 $9,807.60 $428.40 $10,281.60 $250.00 $6,000.00 18 North Lakes Common - Evers Trail Portion 24 Cycles $400.00 $9,600.00 $220.00 $5,280.00 $378.88 $9,093.12 $258.30 $6,199.20 $290.00 $6,960.00 19 North Lakes Common - Disc Golf - 2201 N. Bonnie Brae St 24 Cycles $274.00 $6,576.00 $275.00 $6,600.00 $255.83 $6,139.92 $319.90 $7,677.60 $350.00 $8,400.00 20 North Lakes Common - Playground area 24 Cycles $715.00 $17,160.00 $715.00 $17,160.00 $653.91 $15,693.84 $834.40 $20,025.60 $480.00 $11,520.00 21 North Lakes Common - Soccer Entrance, 1.1ac 24 Cycles $70.00 $1,680.00 $60.00 $1,440.00 $103.00 $2,472.00 $77.00 $1,848.00 $125.00 $3,000.00 22 North Lakes Dog Park - 808 W. Windsor -To include adjoining portion of Evers Trail --HAS to be mowed on Thursdays--36 Cycles $350.00 $12,600.00 $300.00 $10,800.00 $285.05 $10,261.80 $350.00 $12,600.00 $300.00 $10,800.00 23 US380 - Locust St to median after HWY156 -Cindy Lane maintenance to be included. Guardrails and drainage culverts to be maintained to State of Texas spec's.24 Cycles $2,700.00 $64,800.00 $2,008.00 $48,192.00 $2,288.64 $54,927.36 $2,342.20 $56,212.80 $2,175.00 $52,200.00 24 US380 - Additional litter control on medians 12 Cycles $250.00 $3,000.00 $250.00 $3,000.00 $408.68 $4,904.16 $1,171.10 $14,053.20 $540.00 $6,480.00 25 Bowling Green Park - 2200 Bowling Green 24 Cycles $690.00 $16,560.00 $685.00 $16,440.00 $756.08 $18,145.92 $802.20 $19,252.80 $460.00 $11,040.00 26 North Point Park - 1400 Hercules Ln -Maintenance to include both sides of Hercules Lane. Maintenance to also include the adjoining portion of Evers Trail (.18ac)24 Cycles $510.00 $12,240.00 $510.00 $12,240.00 $372.30 $8,935.20 $1,171.10 $28,106.40 $340.00 $8,160.00 27 N Elm St / US 77 - from Elm/N Locust split to I-35 24 Cycles $1,600.00 $38,400.00 $1,326.50 $31,836.00 $0.01 $0.24 $1,857.10 $44,570.40 $1,865.00 $44,760.00 28 N Elm St / US 77 - medians 24 Cycles $825.00 $19,800.00 $685.00 $16,440.00 $1,430.40 $34,329.60 $957.60 $22,982.40 $890.00 $21,360.00 29 N Elm St / US 77 - ROW from N Locust to Loop 288 24 Cycles $540.00 $12,960.00 $445.00 $10,680.00 $620.00 $14,880.00 $623.70 $14,968.80 $580.00 $13,920.00 30 N Elm St / US 77 - Windsor Dr.24 Cycles $40.00 $960.00 $50.00 $1,200.00 $47.02 $1,128.48 $39.90 $957.60 $80.00 $1,920.00 31 N Elm St / US 77 - North Carroll Blvd.24 Cycles $40.00 $960.00 $50.00 $1,200.00 $35.17 $844.08 $25.90 $621.60 $65.00 $1,560.00 32 N Elm St / US 77 - ROW from Loop 288 to I-35 24 Cycles $200.00 $4,800.00 $150.00 $3,600.00 $125.05 $3,001.20 $210.00 $5,040.00 $250.00 $6,000.00 33 N Elm St / US 77 - Litter 3 Cycles $275.00 $825.00 $250.00 $750.00 $531.28 $1,593.84 $928.55 $2,785.65 $540.00 $1,620.00 34 N Elm St / Riney Road 24 Cycles $1,150.00 $27,600.00 $50.00 $1,200.00 $15.50 $372.00 $1,330.00 $31,920.00 $45.00 $1,080.00 35 Windsor Dr. DO NOT MOW WILDFLOWERS -West of Bonnie Brae, between Westgate and Clarendon Dr; mow from curb to tree line on north side of Windsor 24 Cycles $50.00 $1,200.00 $50.00 $1,200.00 $30.65 $735.60 $52.50 $1,260.00 $250.00 $6,000.00 36 Malone Tulane Medians 24 Cycles $40.00 $960.00 $45.00 $1,080.00 $24.50 $588.00 $25.00 $600.00 $45.00 $1,080.00 37 Carroll Blvd / Ft. Worth Dr -Area to be maintained is between I-35 and Sherman Dr. Litter control to run mid-Dec through mid-March 24 Cycles $300.00 $7,200.00 $250.00 $6,000.00 $388.26 $9,318.24 $348.60 $8,366.40 $425.00 $10,200.00 38 Carroll Blvd / Ft. Worth Dr - Litter and Debris Removal -Area to be maintained is between I-35 and Sherman Dr. Litter control to run mid-Dec through mid-March 12 Cycles $100.00 $1,200.00 $100.00 $1,200.00 $81.73 $980.76 $174.30 $2,091.60 $500.00 $6,000.00 39 Emery St. -Maintain at dead end of Emery at Coit 24 Cycles $40.00 $960.00 $45.00 $1,080.00 $13.07 $313.68 $25.00 $600.00 $45.00 $1,080.00 40 Cordell St. -Maintain at dead end of Cordell at Coit 24 Cycles $40.00 $960.00 $45.00 $1,080.00 $14.30 $343.20 $25.00 $600.00 $45.00 $1,080.00 41 Alice St Denton St Drainage - 704 Alice 24 Cycles $65.00 $1,560.00 $60.00 $1,440.00 $109.95 $2,638.80 $71.40 $1,713.60 $200.00 $4,800.00 42 Jagoe St and Scripture St. Median 24 Cycles $40.00 $960.00 $45.00 $1,080.00 $14.30 $343.20 $25.00 $600.00 $45.00 $1,080.00 43 Eagle Dr Elm St.24 Cycles $40.00 $960.00 $45.00 $1,080.00 $11.84 $284.16 $25.00 $600.00 $45.00 $1,080.00 44 McKenna Park - 700 N. Bonnie Brae -Warning: Steep slopes on Bonnie Brae side 24 Cycles $900.00 $21,600.00 $730.00 $17,520.00 $776.49 $18,635.76 $1,020.60 $24,494.40 $720.00 $17,280.00 45 Oak St. Medians 24 Cycles $40.00 $960.00 $45.00 $1,080.00 $96.88 $2,325.12 $35.00 $840.00 $250.00 $6,000.00 46 Westgate Dr 24 Cycles $100.00 $2,400.00 $60.00 $1,440.00 $82.52 $1,980.48 $80.50 $1,932.00 $125.00 $3,000.00 47 Rayzor Ranch Park 36 Cycles $700.00 $25,200.00 $525.00 $18,900.00 $456.31 $16,427.16 $734.30 $26,434.80 $420.00 $15,120.00 48 Rayzor Ranch Park - Bed Maintenance 48 Cycles $200.00 $9,600.00 $140.00 $6,720.00 $903.92 $43,388.16 $1,100.00 $52,800.00 $400.00 $19,200.00 49 Scripture Roundabout 24 Cycles $65.00 $1,560.00 $45.00 $1,080.00 $109.95 $2,638.80 no bid $6,000.00 $250.00 $6,000.00 Item # 1 2 3 4 5 6 Exhibit 2 RFP 7788 - PARD Mowing Services - Section A Scoring Criteria Total Score: Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Personnel (10 Points) 84.00 81.75 79.83 67.5584.82 27.00 21.00 28.50 16.50 11.25 10.25 12.00 8.00 6.00 8.50 8.50 6.25 28.50 4.25 12.75 9.00 8.75 4.25 3.50 4.25 4.25 8.75 8.50 Brightview D&D Commercial 9.00 7.25 Total: Respondent's Business Name: Principal Place of Business (City and State): Brightview Landscaping Prosper, TX Dallas, TXHaltom City, TX Denton, TX Denton, TX $702,386.37$461,682.00 M.E.T. Lawn Care Classic Landscapes and Maintenance (Custom Landscapes Inc) D&D Commercial Landscape ManagementNatures Greenery $572,601.00 $488,100.00$411,635.76 Evaluation 21.57 26.75 30.00 17.58 25.30 Natures Greenery Classic Landscapes and M.E.T. Lawn Care Line #Description QTY UOM 1 SECTION A - NORTHWEST PUBLIC BUILDINGS, PARKS, TRAILS MEDIANS 2 Roland G Vela Soccer Complex -All common areas (everything outside of field fences); Riney Road frontage mowing to extend south on Hwy 77 to entry into Animal Adoption then continue mowing 10' along shared drive to the bridge 36 Cycles 3 Development Services Center - Bed Maintenance 52 Cycles 4 Old City Hall West 36 Cycles 5 Linda McNatt Animal Adoption Center - 3717 N. Elm St. -Two fenced-in artificial turf areas will need to be maintained each visit. This is to include weedeating in the artificial turf. Access to fenced areas will be given each time by an Adoption Center staff member 36 Cycles 6 Fire Station 3 new in 2021 - 1401 Underwood 32 Cycles 7 Fire Station 3 Landscape - 1401 Underwood 48 Cycles 8 Fire Station 5 - 2230 W. Windsor 36 Cycles 9 Fire Station 5 - Landscape 2230 W. Windsor 48 Cycles 10 Evers Park - 3201 N. Locust -This location combines the Boy Scout area (4.12 acres) on south side of Windsor with Evers Park 36 Cycles 11 North Lakes Common - 2001 W. Windsor 36 Cycles 12 North Lakes Common - Rec Center, 2.33ac 36 Cycles 13 North Lakes Common - Goldfield Tennis Center - 2005 W. Windsor, 2ac 36 Cycles 14 North Lakes Common- Golf Driving Range - 2005 W. Windsor 36 Cycles 15 North Lakes Common - Annex - 1.1ac -This will be the future tennis center, maintained acreage will be reduced. NOT to be confused with Goldfield Tennis Center 24 Cycles 16 North Lakes Common - ROW 24 Cycles 17 North Lakes Common - Rugby Field 24 Cycles 18 North Lakes Common - Evers Trail Portion 24 Cycles 19 North Lakes Common - Disc Golf - 2201 N. Bonnie Brae St 24 Cycles 20 North Lakes Common - Playground area 24 Cycles 21 North Lakes Common - Soccer Entrance, 1.1ac 24 Cycles 22 North Lakes Dog Park - 808 W. Windsor -To include adjoining portion of Evers Trail --HAS to be mowed on Thursdays--36 Cycles 23 US380 - Locust St to median after HWY156 -Cindy Lane maintenance to be included. Guardrails and drainage culverts to be maintained to State of Texas spec's.24 Cycles 24 US380 - Additional litter control on medians 12 Cycles 25 Bowling Green Park - 2200 Bowling Green 24 Cycles 26 North Point Park - 1400 Hercules Ln -Maintenance to include both sides of Hercules Lane. Maintenance to also include the adjoining portion of Evers Trail (.18ac)24 Cycles 27 N Elm St / US 77 - from Elm/N Locust split to I-35 24 Cycles 28 N Elm St / US 77 - medians 24 Cycles 29 N Elm St / US 77 - ROW from N Locust to Loop 288 24 Cycles 30 N Elm St / US 77 - Windsor Dr.24 Cycles 31 N Elm St / US 77 - North Carroll Blvd.24 Cycles 32 N Elm St / US 77 - ROW from Loop 288 to I-35 24 Cycles 33 N Elm St / US 77 - Litter 3 Cycles 34 N Elm St / Riney Road 24 Cycles 35 Windsor Dr. DO NOT MOW WILDFLOWERS -West of Bonnie Brae, between Westgate and Clarendon Dr; mow from curb to tree line on north side of Windsor 24 Cycles 36 Malone Tulane Medians 24 Cycles 37 Carroll Blvd / Ft. Worth Dr -Area to be maintained is between I-35 and Sherman Dr. Litter control to run mid-Dec through mid-March 24 Cycles 38 Carroll Blvd / Ft. Worth Dr - Litter and Debris Removal -Area to be maintained is between I-35 and Sherman Dr. Litter control to run mid-Dec through mid-March 12 Cycles 39 Emery St. -Maintain at dead end of Emery at Coit 24 Cycles 40 Cordell St. -Maintain at dead end of Cordell at Coit 24 Cycles 41 Alice St Denton St Drainage - 704 Alice 24 Cycles 42 Jagoe St and Scripture St. Median 24 Cycles 43 Eagle Dr Elm St.24 Cycles 44 McKenna Park - 700 N. Bonnie Brae -Warning: Steep slopes on Bonnie Brae side 24 Cycles 45 Oak St. Medians 24 Cycles 46 Westgate Dr 24 Cycles 47 Rayzor Ranch Park 36 Cycles 48 Rayzor Ranch Park - Bed Maintenance 48 Cycles 49 Scripture Roundabout 24 Cycles Item # 1 2 3 4 5 6 Exhibit 2 RFP 7788 - PARD Mowing Services - Section A Scoring Criteria Total Score: Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Personnel (10 Points) Total: Respondent's Business Name: Principal Place of Business (City and State): Evaluation Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended $395.00 $14,220.00 $1,980.00 $71,280.00 $1,374.00 $49,464.00 $2,088.25 $75,177.00 $4,000.00 $144,000.00 No bid $5,661.76 $20.00 $1,040.00 $48.00 $2,496.00 $108.88 $5,661.76 $35.00 $1,260.00 $23.00 $828.00 $24.00 $864.00 $25.00 $900.00 $185.00 $6,660.00 $180.00 $6,480.00 $110.00 $3,960.00 $197.66 $7,115.76 No bid $4,921.92 $72.50 $2,320.00 $48.00 $1,536.00 $85.84 $2,746.88 No bid $5,735.52 $20.00 $960.00 $80.00 $3,840.00 $25.00 $1,200.00 No bid $3,627.36 $90.00 $3,240.00 $55.00 $1,980.00 $98.44 $3,543.84 No bid $4,800.00 $20.00 $960.00 $48.00 $2,304.00 $25.00 $1,200.00 $575.00 $20,700.00 $1,040.00 $37,440.00 $733.00 $26,388.00 $937.11 $33,735.96 No bid $101,160.00 $2,575.00 $92,700.00 $1,825.00 $65,700.00 $2,333.22 $83,995.92 $155.00 $5,580.00 $145.00 $5,220.00 $103.00 $3,708.00 $228.68 $8,232.48 $138.00 $4,968.00 $125.00 $4,500.00 $88.00 $3,168.00 $157.50 $5,670.00 $83.00 $2,988.00 $80.00 $2,880.00 $58.00 $2,088.00 $112.99 $4,067.64 $85.00 $2,040.00 $65.00 $1,560.00 $53.00 $1,272.00 $104.70 $2,512.80 $475.00 $11,400.00 $455.00 $10,920.00 $352.00 $8,448.00 $412.31 $9,895.44 $450.00 $10,800.00 $380.00 $9,120.00 $294.00 $7,056.00 $344.25 $8,262.00 $325.00 $7,800.00 $230.00 $5,520.00 $177.00 $4,248.00 $207.56 $4,981.44 $425.00 $10,200.00 $285.00 $6,840.00 $219.00 $5,256.00 $257.06 $6,169.44 $845.00 $20,280.00 $750.00 $18,000.00 $572.00 $13,728.00 $670.49 $16,091.76 $95.00 $2,280.00 $70.00 $1,680.00 $53.00 $1,272.00 $86.62 $2,078.88 $295.00 $10,620.00 $310.00 $11,160.00 $220.00 $7,920.00 $393.74 $14,174.64 $2,491.00 $59,784.00 $2,825.00 $67,800.00 $1,606.00 $38,544.00 $2,416.84 $58,004.16 $123.00 $1,476.00 $530.00 $6,360.00 $1,338.00 $16,056.00 $1,097.89 $13,174.68 $720.00 $17,280.00 $715.00 $17,160.00 $550.00 $13,200.00 $564.04 $13,536.96 $685.00 $16,440.00 $605.00 $14,520.00 $408.00 $9,792.00 $477.56 $11,461.44 $1,600.00 $38,400.00 $1,915.00 $45,960.00 $1,273.00 $30,552.00 $1,741.01 $41,784.24 $750.00 $18,000.00 $990.00 $23,760.00 $657.00 $15,768.00 $1,459.75 $35,034.00 $482.00 $11,568.00 $655.00 $15,720.00 $428.00 $10,272.00 $701.65 $16,839.60 $55.00 $1,320.00 $40.00 $960.00 $27.00 $648.00 $44.89 $1,077.36 $55.00 $1,320.00 $25.00 $600.00 $24.00 $576.00 $29.14 $699.36 $235.00 $5,640.00 $215.00 $5,160.00 $144.00 $3,456.00 $236.25 $5,670.00 No bid $3,183.00 $430.00 $1,290.00 $1,061.00 $3,183.00 $870.50 $2,611.50 $1,275.00 $30,600.00 $13.00 $312.00 $912.00 $21,888.00 $1,496.23 $35,909.52 $125.00 $3,000.00 $50.00 $1,200.00 $36.00 $864.00 $59.06 $1,417.44 $55.00 $1,320.00 $5.00 $120.00 $24.00 $576.00 $25.00 $600.00 $475.00 $11,400.00 $355.00 $8,520.00 $239.00 $5,736.00 $392.17 $9,412.08 $95.00 $1,140.00 $165.00 $1,980.00 $199.00 $2,388.00 $163.40 $1,960.80 $45.00 $1,080.00 $10.00 $240.00 $24.00 $576.00 $25.00 $600.00 $55.00 $1,320.00 $10.00 $240.00 $24.00 $576.00 $25.00 $600.00 $78.00 $1,872.00 $70.00 $1,680.00 $49.00 $1,176.00 $80.32 $1,927.68 $795.00 $19,080.00 $10.00 $240.00 $24.00 $576.00 $25.00 $600.00 $72.00 $1,728.00 $10.00 $240.00 $24.00 $576.00 $25.00 $600.00 $767.00 $18,408.00 $1,070.00 $25,680.00 $700.00 $16,800.00 $820.11 $19,682.64 $65.00 $1,560.00 $35.00 $840.00 $24.00 $576.00 $39.37 $944.88 No bid $6,000.00 $80.00 $1,920.00 $55.00 $1,320.00 $90.56 $2,173.44 $714.00 $25,704.00 $665.00 $23,940.00 $462.00 $16,632.00 $590.05 $21,241.80 $138.00 $6,624.00 $110.00 $5,280.00 $792.00 $38,016.00 $1,299.36 $62,369.28 $68.00 $1,632.00 $70.00 $1,680.00 $49.00 $1,176.00 $80.32 $1,927.68 9.25 2.50 Exhibit 2 RFP 7788 - PARD Mowing Services - Section A 6.00 6.25 7.25 2.50 67.37 67.24 67.13 32.98 8.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Incircle Management Southlake Landscape & Freedom 0.00 19.50 19.50 15.00 6.00 4.25 3.50 3.50 2.75 8.00 0.50 7.25 7.00 7.00 Burleson, TX Yellowstone Landscape Dallas, TXWestlake, TXLewisville, TX Denton, TXDenton, TX No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Freedom Services Hoot's Lawn Care, LLC No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid $659,274.18 No Bid No Bid No Bid No Bid Firehouse22 Incircle Management Inc Southlake Landscape & Maintenance Inc. $564,581.56 $468,195.00$568,050.00 Evaluation 21.74 26.38 18.7321.87 Firehouse22 Yellowstone Landscape Hoot's Lawn Care, LLC 0.00 Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 50 51 North Branch Library - 3020 N. Locust St.36 Cycles $75.00 $2,700.00 $131.21 $4,723.56 $105.70 $3,805.20 $90.00 $3,240.00 $66.00 $2,376.00 52 North Branch Library Landscape Beds - 3020 N. Locust St.48 Cycles $75.00 $3,600.00 $345.32 $16,575.36 $55.00 $2,640.00 $30.00 $1,440.00 $192.00 $9,216.00 53 Fire Station 2 - 110 Mockingbird Ln 32 Cycles $155.00 $4,960.00 $196.78 $6,296.96 $181.30 $5,801.60 $125.00 $4,000.00 $114.00 $3,648.00 54 Fire Station 2 Landscape Maintenance 110 Mockingbird Ln 48 Cycles $50.00 $2,400.00 $98.50 $4,728.00 $75.00 $3,600.00 $30.00 $1,440.00 $56.00 $2,688.00 55 Fire Station 4 - 2116 E. Sherman Dr.32 Cycles $175.00 $5,600.00 $283.02 $9,056.64 $203.70 $6,518.40 $150.00 $4,800.00 $128.00 $4,096.00 56 Fire Station 4 Landscape Beds - 2116 E. Sherman Dr.48 Cycles $50.00 $2,400.00 $106.69 $5,121.12 $35.00 $1,680.00 $30.00 $1,440.00 $88.00 $4,224.00 57 Water Works Park and Skate Park - 2400 Long Rd -Water Works Park is 7.88ac, Skate Park is .21ac 32 Cycles $750.00 $24,000.00 $885.83 $28,346.56 $566.30 $18,121.60 $480.00 $15,360.00 $356.00 $11,392.00 58 Water Works Park and Skate Park Landscape - 2400 Long Rd 48 Cycles $100.00 $4,800.00 $460.79 $22,117.92 $55.00 $2,640.00 $200.00 $9,600.00 $360.00 $17,280.00 59 Hercules Lane - medians and right of way between Locust and Sherman -To include medians and ROW between Locust and Sherman and entry median on Meadow Lane Place 24 Cycles $95.00 $2,280.00 $168.79 $4,050.96 $107.80 $2,587.20 $75.00 $1,800.00 $74.00 $1,776.00 60 Redstone Rd (inside wall along 288)24 Cycles $40.00 $960.00 $75.61 $1,814.64 $33.60 $806.40 $45.00 $1,080.00 $24.00 $576.00 61 Cooper Glenn / Monterey Trail 24 Cycles $500.00 $12,000.00 $833.31 $19,999.44 $704.90 $16,917.60 $500.00 $12,000.00 $483.00 $11,592.00 62 Carter Park 24 Cycles $60.00 $1,440.00 $55.17 $1,324.08 $25.00 $600.00 $45.00 $1,080.00 $24.00 $576.00 63 Sherman Drive and medians at N Locust, Woodland St.,Stuart, and Windsor Road 24 Cycles $390.00 $9,360.00 $731.96 $17,567.04 $451.50 $10,836.00 $325.00 $7,800.00 $310.00 $7,440.00 64 Nette Shultz Park - 1517 Mistywood 24 Cycles $445.00 $10,680.00 $503.90 $12,093.60 $515.90 $12,381.60 $350.00 $8,400.00 $354.00 $8,496.00 65 Avondale Park - 2021 Devonshire 24 Cycles $1,025.00 $24,600.00 $1,022.94 $24,550.56 $1,193.50 $28,644.00 $850.00 $20,400.00 $818.00 $19,632.00 66 Avondale Park - 2021 Devonshire - Litter 4 Cycles $250.00 $1,000.00 $1,791.68 $7,166.72 $596.75 $2,387.00 $140.00 $560.00 $750.00 $3,000.00 67 Emerson Ln Woodhaven St 24 Cycles $40.00 $960.00 $43.29 $1,038.96 $25.00 $600.00 $45.00 $1,080.00 $24.00 $576.00 68 Churchill Circle -Medians/islands are off of Windsor and Churchill Dr 24 Cycles $40.00 $960.00 $54.34 $1,304.16 $25.00 $600.00 $45.00 $1,080.00 $24.00 $576.00 69 US380 East (Locust east to Loop 288) -verify sqft -Currently a TXDOT construction contractor is responsible for maintenance from Loop 288 east to Fishtrap Road 24 Cycles $2,700.00 $64,800.00 $3,254.76 $78,114.24 $2,352.00 $56,448.00 $1,650.00 $39,600.00 $1,613.00 $38,712.00 70 Cooper Creek median (Will be combined in 1 or 2 years with US380 after TXDOT finishes current project) -Just north of 380/University 24 Cycles $25.00 $600.00 $50.66 $1,215.84 $25.00 $600.00 $45.00 $1,080.00 $24.00 $576.00 71 Cooper Creek median (Will be combined in 1 or 2 years with US380 after TXDOT finishes current project) -Just north of 380/University 24 Cycles $25.00 $600.00 $0.01 $0.24 $25.00 $600.00 $45.00 $1,080.00 $24.00 $576.00 72 Sequoia Park - 1404 E. University 24 Cycles $320.00 $7,680.00 $437.72 $10,505.28 $371.00 $8,904.00 $265.00 $6,360.00 $254.00 $6,096.00 73 Redwood Island -Intersection of Redwood Place 24 Cycles $40.00 $960.00 $55.16 $1,323.84 $25.90 $621.60 $45.00 $1,080.00 $24.00 $576.00 74 Stuart Rd (south of Loop 288 wall)24 Cycles $40.00 $960.00 $86.61 $2,078.64 $25.00 $600.00 $45.00 $1,080.00 $24.00 $576.00 75 US380 (from Bell St to eastern City limits)24 Cycles $1,900.00 $45,600.00 $1,814.97 $43,559.28 $2,170.00 $52,080.00 $1,550.00 $37,200.00 $1,488.00 $35,712.00 76 US380 (from Bell St to eastern City limits) - Litter 4 Cycles $250.00 $1,000.00 $1,791.68 $7,166.72 $1,085.00 $4,340.00 $140.00 $560.00 $1,364.00 $5,456.00 77 FM2164 / Locust St -Elm / Locust split to Loop 288 24 Cycles $420.00 $10,080.00 $585.64 $14,055.36 $490.00 $11,760.00 $350.00 $8,400.00 $336.00 $8,064.00 78 FM2164 / Locust St - Litter 4 Cycles $250.00 $1,000.00 $565.61 $2,262.44 $245.00 $980.00 $70.00 $280.00 $308.00 $1,232.00 79 Quakertown Park - 700 Oakland -Includes Old County Tax lot, Oakland St., Bell/Mingo medians, center parking island between City Hall and Post Office, and drainage channel behind City Hall extending to Bell St 52 Cycles $1,400.00 $72,800.00 $1,068.52 $55,563.04 $1,358.70 $70,652.40 $1,200.00 $62,400.00 $854.00 $44,408.00 80 Denton Service Center - 901 B. Texas St. -Also includes N Ruddell St (0.13ac)25 Cycles $180.00 $4,500.00 $304.45 $7,611.25 $205.80 $5,145.00 $300.00 $7,500.00 $129.00 $3,225.00 81 Mingo Road - McKinney / Bell to Cooper Creek -Currently a TXDOT construction contractor is responsible for maintenance from Loop 288 east to Fishtrap Road 24 Cycles $2,525.00 $60,600.00 $2,192.19 $52,612.56 $2,355.50 $56,532.00 $1,650.00 $39,600.00 $1,615.00 $38,760.00 82 Mingo Road - Track side -dcta flagger required during work 5 Cycles $338.00 $1,690.00 $333.16 $1,665.80 $1,500.00 $7,500.00 $225.00 $1,125.00 $306.00 $1,530.00 83 Mingo Road - Litter 12 Cycles $300.00 $3,600.00 $2,095.74 $25,148.88 $1,177.75 $14,133.00 $250.00 $3,000.00 $1,346.00 $16,152.00 84 Kings Row and Calvert 24 Cycles $300.00 $7,200.00 $490.81 $11,779.44 $352.10 $8,450.40 $250.00 $6,000.00 $241.00 $5,784.00 85 909 N Loop 288 24 Cycles $200.00 $4,800.00 $293.86 $7,052.64 $171.50 $4,116.00 $120.00 $2,880.00 $118.00 $2,832.00 86 City Hall East - 215 E. McKinney 36 Cycles $150.00 $5,400.00 $295.47 $10,636.92 $142.10 $5,115.60 $140.00 $5,040.00 $97.00 $3,492.00 Item # 1 2 3 4 5 6 23.56 18.50 22.40 30.00 4.25 5.7511.25 3.50 4.25 15.0028.50 21.00 28.50 4.25 27.00 15.00 8.00 5.25 3.50 5.00 76.50 29.81 78.00 7.50 5.00 6.008.50 10.00 6.00 6.0010.00 10.00 Exhibit 2 RFP 7788 - PARD Mowing Services - Section B Respondent's Business Name: Natures Greenery Classic Landscapes and Maintenance (Custom Landscapes Inc) Brightview Landscaping D&D Commercial Landscape Management Incircle Management Inc SECTION B - NORTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS Westlake, TXHaltom City, TX Denton, TXProsper, TX Dallas, TXPrincipal Place of Business (City and State): $408,570.00 $520,228.69 $429,744.60 $320,865.00 $322,919.00 Personnel (10 Points) Total Score: Evaluation Total: Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Scoring Criteria Natures Greenery Brightview Landscaping D&D Commercial Landscape Management Classic Landscapes and Maintenance (Custom Landscapes Inc) Incircle Management Inc 76.65 66.0686.06 Line #Description QTY UOM 50 51 North Branch Library - 3020 N. Locust St.36 Cycles 52 North Branch Library Landscape Beds - 3020 N. Locust St.48 Cycles 53 Fire Station 2 - 110 Mockingbird Ln 32 Cycles 54 Fire Station 2 Landscape Maintenance 110 Mockingbird Ln 48 Cycles 55 Fire Station 4 - 2116 E. Sherman Dr.32 Cycles 56 Fire Station 4 Landscape Beds - 2116 E. Sherman Dr.48 Cycles 57 Water Works Park and Skate Park - 2400 Long Rd -Water Works Park is 7.88ac, Skate Park is .21ac 32 Cycles 58 Water Works Park and Skate Park Landscape - 2400 Long Rd 48 Cycles 59 Hercules Lane - medians and right of way between Locust and Sherman -To include medians and ROW between Locust and Sherman and entry median on Meadow Lane Place 24 Cycles 60 Redstone Rd (inside wall along 288)24 Cycles 61 Cooper Glenn / Monterey Trail 24 Cycles 62 Carter Park 24 Cycles 63 Sherman Drive and medians at N Locust, Woodland St.,Stuart, and Windsor Road 24 Cycles 64 Nette Shultz Park - 1517 Mistywood 24 Cycles 65 Avondale Park - 2021 Devonshire 24 Cycles 66 Avondale Park - 2021 Devonshire - Litter 4 Cycles 67 Emerson Ln Woodhaven St 24 Cycles 68 Churchill Circle -Medians/islands are off of Windsor and Churchill Dr 24 Cycles 69 US380 East (Locust east to Loop 288) -verify sqft -Currently a TXDOT construction contractor is responsible for maintenance from Loop 288 east to Fishtrap Road 24 Cycles 70 Cooper Creek median (Will be combined in 1 or 2 years with US380 after TXDOT finishes current project) -Just north of 380/University 24 Cycles 71 Cooper Creek median (Will be combined in 1 or 2 years with US380 after TXDOT finishes current project) -Just north of 380/University 24 Cycles 72 Sequoia Park - 1404 E. University 24 Cycles 73 Redwood Island -Intersection of Redwood Place 24 Cycles 74 Stuart Rd (south of Loop 288 wall)24 Cycles 75 US380 (from Bell St to eastern City limits)24 Cycles 76 US380 (from Bell St to eastern City limits) - Litter 4 Cycles 77 FM2164 / Locust St -Elm / Locust split to Loop 288 24 Cycles 78 FM2164 / Locust St - Litter 4 Cycles 79 Quakertown Park - 700 Oakland -Includes Old County Tax lot, Oakland St., Bell/Mingo medians, center parking island between City Hall and Post Office, and drainage channel behind City Hall extending to Bell St 52 Cycles 80 Denton Service Center - 901 B. Texas St. -Also includes N Ruddell St (0.13ac)25 Cycles 81 Mingo Road - McKinney / Bell to Cooper Creek -Currently a TXDOT construction contractor is responsible for maintenance from Loop 288 east to Fishtrap Road 24 Cycles 82 Mingo Road - Track side -dcta flagger required during work 5 Cycles 83 Mingo Road - Litter 12 Cycles 84 Kings Row and Calvert 24 Cycles 85 909 N Loop 288 24 Cycles 86 City Hall East - 215 E. McKinney 36 Cycles Item # 1 2 3 4 5 6 Exhibit 2 RFP 7788 - PARD Mowing Services - Section B Respondent's Business Name: SECTION B - NORTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS Principal Place of Business (City and State): Personnel (10 Points) Total Score: Evaluation Total: Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Equipment (10 Points) Scoring Criteria Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended $175.00 $6,300.00 No bid $6,660.00 $125.00 $4,500.00 $118.91 $4,280.76 $40.00 $1,920.00 No bid $24,000.00 $250.00 $12,000.00 $315.00 $15,120.00 $185.00 $5,920.00 No bid $6,526.72 $175.00 $5,600.00 $203.96 $6,526.72 $20.00 $960.00 No bid $4,800.00 $70.00 $3,360.00 $25.00 $1,200.00 $195.00 $6,240.00 No bid $9,056.64 $200.00 $6,400.00 $229.16 $7,333.12 $25.00 $1,200.00 No bid $5,121.12 $75.00 $3,600.00 $25.00 $1,200.00 $500.00 $16,000.00 $465.00 $14,880.00 $365.00 $11,680.00 $637.08 $20,386.56 $34.00 $1,632.00 $205.00 $9,840.00 $500.00 $24,000.00 $35.44 $1,701.12 $105.00 $2,520.00 $110.00 $2,640.00 $250.00 $6,000.00 $130.31 $3,127.44 $33.00 $792.00 $85.00 $2,040.00 $125.00 $3,000.00 $37.80 $907.20 $630.00 $15,120.00 $745.00 $17,880.00 $455.00 $10,920.00 $566.43 $13,594.32 $21.00 $504.00 $55.00 $1,320.00 $45.00 $1,080.00 $25.20 $604.80 $465.00 $11,160.00 $475.00 $11,400.00 $420.00 $10,080.00 $507.93 $12,190.32 $460.00 $11,040.00 $395.00 $9,480.00 $360.00 $8,640.00 $414.56 $9,949.44 $1,060.00 $25,440.00 $1,150.00 $27,600.00 $720.00 $17,280.00 $959.05 $23,017.20 $145.00 $580.00 $1,125.00 $4,500.00 $250.00 $1,000.00 $559.45 $2,237.80 $11.00 $264.00 $48.00 $1,152.00 $45.00 $1,080.00 $25.00 $600.00 $10.00 $240.00 $45.00 $1,080.00 $45.00 $1,080.00 $25.00 $600.00 $2,850.00 $68,400.00 $2,600.00 $62,400.00 $2,175.00 $52,200.00 $2,087.89 $50,109.36 $10.00 $240.00 $50.00 $1,200.00 $250.00 $6,000.00 $25.00 $600.00 $10.00 $240.00 $50.00 $1,200.00 $250.00 $6,000.00 $25.00 $600.00 $335.00 $8,040.00 $245.00 $5,880.00 $250.00 $6,000.00 $417.37 $10,016.88 $24.00 $576.00 $53.00 $1,272.00 $45.00 $1,080.00 $29.14 $699.36 $24.00 $576.00 $65.00 $1,560.00 $90.00 $2,160.00 $26.77 $642.48 $2,725.00 $65,400.00 No bid $78,120.00 $2,015.00 $48,360.00 $2,097.62 $50,342.88 $515.00 $2,060.00 No bid $7,166.72 $540.00 $2,160.00 $1,017.17 $4,068.68 $500.00 $12,000.00 $475.00 $11,400.00 $595.00 $14,280.00 $393.74 $9,449.76 $110.00 $440.00 $138.00 $552.00 $400.00 $1,600.00 $229.68 $918.72 $1,210.00 $62,920.00 $1,045.00 $54,340.00 $1,080.00 $56,160.00 $1,262.96 $65,673.92 $185.00 $4,625.00 $192.00 $4,800.00 $300.00 $7,500.00 $231.52 $5,788.00 $2,405.00 $57,720.00 No bid $84,840.00 $2,175.00 $52,200.00 $1,892.79 $45,426.96 $370.00 $1,850.00 $365.00 $1,825.00 $390.00 $1,950.00 $354.37 $1,771.85 $535.00 $6,420.00 $85.00 $1,020.00 $400.00 $4,800.00 $1,104.13 $13,249.56 $360.00 $8,640.00 $475.00 $11,400.00 $330.00 $7,920.00 $282.92 $6,790.08 $175.00 $4,200.00 $265.00 $6,360.00 $215.00 $5,160.00 $321.29 $7,710.96 $130.00 $4,680.00 $163.00 $5,868.00 $200.00 $7,200.00 $177.94 $6,405.84 No Bid No Bid 23.09 0.00 0.0019.21 23.78 3.50 6.25 19.50 0.00 0.008.00 1.507.75 4.25 0.00 0.004.25 2.75 0.00 0.00 6.00 1.25 62.96 36.53 Freedom Services Hoot's Lawn Care, LLC 0.00 0.00 0.00 0.00 0.00 0.0019.50 6.0016.50 23.25 6.00 1.255.006.25 5.006.25 Exhibit 2 RFP 7788 - PARD Mowing Services - Section B M.E.T. Lawn CareFirehouse22Southlake Landscape & Maintenance Inc.Yellowstone Landscape Freedom Services Hoot's Lawn Care, LLC Burleson, TX No Bid SECTION B - NORTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS No Bid Denton, TXLewisville, TX Dallas, TX Denton, TXDenton, TX No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid$416,859.00 $501,180.20 $414,030.00 $404,842.09 No Bid No Bid No Bid No Bid Evaluation Southlake Landscape & Maintenance Inc.Firehouse22 M.E.T. Lawn Care Yellowstone Landscape 61.7564.84 Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 436 437 FT. WORTH DRIVE (4777SQFT) at I-35 MIXED PERENNIAL BEDS WITH TREES 1 CYCLE $300.00 $300.00 $300.00 $300.00 $143.00 $143.00 $1,819.41 $385.00 $385.00 $1,819.41 $1,819.41 $289.35 $289.35 438 FT. WORTH DRIVE (4777SQFT) at Racetrac MIXED PERENNIAL BEDS WITH TREES 1 CYCLE $300.00 $300.00 $300.00 $300.00 $143.00 $143.00 $165.00 $165.00 $385.00 $385.00 $312.19 $312.19 $289.35 $289.35 439 FT. WORTH DRIVE (4777SQFT) at Prestige Motors MIXED PERENNIAL BEDS WITH TREES 1 CYCLE $300.00 $300.00 $300.00 $300.00 $143.00 $143.00 $165.00 $165.00 $385.00 $385.00 $1,438.45 $1,438.45 $289.35 $289.35 440 FT. WORTH DRIVE (4777SQFT) at Collins MIXED PERENNIAL BEDS 1 CYCLE $300.00 $300.00 $300.00 $300.00 $143.00 $143.00 $165.00 $165.00 $385.00 $385.00 $252.91 $252.91 $289.35 $289.35 441 Dallas Drive (9464sqft) at Rio Grande Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $381.00 $381.00 $440.00 $440.00 $770.00 $770.00 $2,843.71 $2,843.71 $771.59 $771.59 442 Dallas Drive (9464sqft) at Hopkins Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $381.00 $381.00 $440.00 $440.00 $770.00 $770.00 $1,653.43 $1,653.43 $771.59 $771.59 443 Dallas Drive (9464sqft) at Piping Rock Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $381.00 $381.00 $440.00 $440.00 $770.00 $770.00 $1,720.61 $1,720.61 $771.59 $771.59 444 Teasley Lane (38,940sqft) at Dallas Drive Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,393.40 $1,393.40 $789.13 $789.13 445 Teasley Lane (38,940sqft) at KFC Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,943.49 $1,943.49 $789.13 $789.13 446 Teasley Lane (38,940sqft) at I-35 North Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $436.28 $436.28 $789.13 $789.13 447 Teasley Lane (38,940sqft) at I-35 South Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,452.68 $1,452.68 $789.13 $789.13 448 Teasley Lane (38,940sqft) at Londonderry Mixed Perennial Bed with Trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,480.34 $1,480.34 $789.13 $789.13 449 Teasley Lane (38,940sqft) at Savannah Trail 3 mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $6,658.77 $6,658.77 $789.13 $789.13 450 Teasley Lane (38,940sqft) at Longridge Drive 2 mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $3,419.88 $3,419.88 $789.31 $789.31 451 Teasley Lane (38,940sqft) at Sandpiper Drive 3 mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $3,894.10 $3,894.10 $789.13 $789.13 452 Teasley Lane (38,940sqft) at Hobson North Mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,002.17 $1,002.17 $789.13 $789.13 453 Teasley Lane (38,940sqft) at Hobson South Mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,615.49 $1,615.49 $789.13 $789.13 454 Teasley Lane (38,940sqft) at Pennsylvania Drive Mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $663.11 $663.11 $789.13 $789.13 455 Teasley Lane (38,940sqft) at Sam Houston Elementary School 2 mixed perennial bed with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $389.00 $389.00 $450.00 $450.00 $3,150.00 $3,150.00 $1,474.81 $1,474.81 $789.13 $789.13 456 N Elm / Hwy 77 (23, 380sqft) at I-35 ROW 2 beds with 6 trees on ROW 1 CYCLE $300.00 $300.00 $300.00 $300.00 $467.00 $467.00 $540.00 $540.00 $1,890.00 $1,890.00 $2,322.86 $2,322.86 $946.96 $946.96 457 N Elm / Hwy 77 (23, 380sqft) at I-35 on median 1 bed with carpet roses and Miscanthuse 1 CYCLE $300.00 $300.00 $300.00 $300.00 $467.00 $467.00 $540.00 $540.00 $1,890.00 $1,890.00 $1,564.91 $1,564.91 $946.96 $946.96 458 N Elm / Hwy 77 (23, 380sqft) Between I-35 and Loop 288 2 beds with Muhly and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $467.00 $467.00 $540.00 $540.00 $1,890.00 $1,890.00 $4,950.02 $4,950.02 $946.96 $946.96 459 N Elm / Hwy 77 (23, 380sqft) at Loop 288 2 beds with Miscanthus and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $467.00 $467.00 $540.00 $540.00 $1,890.00 $1,890.00 $3,932.82 $3,932.82 $946.96 $946.96 460 N Elm / Hwy 77 (23, 380sqft) at UNT Discovery Park 1 bed with Muhly and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $467.00 $467.00 $540.00 $540.00 $1,890.00 $1,890.00 $3,197.00 $3,197.00 $946.96 $946.96 461 N Elm/Hwy 77 (23, 380sqft) at Windsor 2 beds with Liriope and Crapes (trim seed tops off of Liriope)1 CYCLE $300.00 $300.00 $300.00 $300.00 $467.00 $467.00 $540.00 $540.00 $1,890.00 $1,890.00 $2,475.40 $2,475.40 $946.96 $946.96 462 University / Hwy 380 (8277sqft) at Frame St 1 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $200.00 $200.00 $228.00 $228.00 $665.00 $665.00 $825.13 $825.13 $399.83 $399.83 463 University / Hwy 380 (8277sqft) at Kayewood 2 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $200.00 $200.00 $228.00 $228.00 $665.00 $665.00 $1,662.91 $1,662.91 $399.83 $399.83 464 University / Hwy 380 (8277sqft) at Shawnee 3 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $200.00 $200.00 $228.00 $228.00 $665.00 $665.00 $1,724.56 $1,724.56 $399.83 $399.83 465 University / Hwy 380 (8277sqft) at Nottingham 4 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 $300.00 $400.00 $400.00 $200.00 $200.00 $228.00 $228.00 $665.00 $665.00 $2,639.80 $2,639.80 $399.83 $399.83 466 University / Hwy 380 (8277sqft) at Loop 288 5 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 $300.00 $500.00 $500.00 $200.00 $200.00 $228.00 $228.00 $665.00 $665.00 $778.50 $778.50 $399.83 $399.83 467 Loop 288 (9932sqft) at Morse St 1 bed with Miscanthus 1 CYCLE $300.00 $300.00 $300.00 $300.00 $230.00 $230.00 $264.00 $264.00 $770.00 $770.00 $538.23 $538.23 $462.96 $462.96 468 Loop 288 (9932sqft) at Karina 1 bed with Miscanthus 1 CYCLE $300.00 $300.00 $300.00 $300.00 $230.00 $230.00 $264.00 $264.00 $770.00 $770.00 $512.15 $512.15 $462.96 $462.96 469 Loop 288 (9932sqft) at Lowes 2 beds with Salvia and Muhly 1 CYCLE $300.00 $300.00 $300.00 $300.00 $230.00 $230.00 $264.00 $264.00 $770.00 $770.00 $2,073.11 $2,073.11 $462.96 $462.96 470 Loop 288 (9932sqft) at Brinker 1 bed with Knowck Out roses and Liriope 1 CYCLE $300.00 $300.00 $300.00 $300.00 $230.00 $230.00 $264.00 $264.00 $770.00 $770.00 $268.72 $268.72 $462.96 $462.96 471 Loop 288 (9932sqft) at DCTA 2 beds with Germander, Liriope, Muhly, Miscanthus, and trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $230.00 $230.00 $264.00 $264.00 $770.00 $770.00 $4,220.51 $4,220.51 $462.96 $462.96 472 Heritage Trail Parkway (3036sqft) 10 mixes perennial beds with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $363.00 $363.00 $420.00 $420.00 $245.00 $245.00 $2,399.53 $2,399.53 $736.52 $736.52 473 Panhandle (974sqft) 2 mixed perennial beds with trees 1 CYCLE $300.00 $300.00 $300.00 $300.00 $250.00 $250.00 $120.00 $120.00 $70.00 $70.00 $769.81 $769.81 $210.43 $210.43 474 Hickory Street (8468sqft) 34 mixed perennial beds, 46 sidewalk trees 1 CYCLE $550.00 $550.00 $1,500.00 $1,500.00 $985.00 $985.00 $1,140.00 $1,140.00 $665.00 $665.00 $6,692.76 $6,692.76 $1,999.13 $1,999.13 475 Vela Athletic Complex (8468sqft) Muhly grass around parking lot 1 CYCLE $300.00 $300.00 $300.00 $300.00 $985.00 $985.00 $1,140.00 $1,140.00 $665.00 $665.00 $6,692.76 $6,692.76 $1,999.13 $1,999.13 Item # 1 2 3 4 5 6 No Bid Natures Greenery Hoot's Lawn Care, LLC M.E.T. Lawn Care Incircle Management Inc Southlake Landscape & Maintenance Inc. Brightview Landscaping Yellowstone Landscape D&D Commercial Landscape Management Freedom Services No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid SECTION H - LANDSCAPE MAINTENANCE $11,950.00 $13,200.00 $13,918.00 $17,554.41 $61,810.00 $85,716.72 $27,882.83 No Bid No Bid No Bid No Bid No Bid M.E.T. Lawn Care Principal Place of Business (City and State):Denton, TXDallas, TXHaltom City, TX Lewisville, TX Prosper, TXWestlake, TXBurleson, TX Dallas, TXDenton, TX Incircle Management Inc Hoot's Lawn Care, LLC Yellowstone Landscape Equipment (10 Points) Personnel (10 Points) Total Score: Evaluation Total: Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) 7.00 71.16 25.6167.51 59.6789.00 50.30 50.18 1.256.00 6.257.50 6.50 8.25 8.25 1.257.25 6.757.50 7.00 6.25 1.507.75 7.7511.25 8.00 2.754.25 3.504.25 3.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 27.16 15.00 3.50 10.25 7.00 0.00 0.00 0.00 0.00 0.00 0.006.0016.50 15.0028.50 19.50 21.00 0.0020.4230.00 5.80 4.18 3.50 12.8625.76 No Bid Exhibit 2 RFP 7788 - PARD Mowing Services - Section H Respondent's Business Name: Freedom Services D&D Commercial Landscape Management Natures Greenery Southlake Landscape & Maintenance Inc. Brightview Landscaping No Bid Line #Description QTY UOM 436 437 FT. WORTH DRIVE (4777SQFT) at I-35 MIXED PERENNIAL BEDS WITH TREES 1 CYCLE 438 FT. WORTH DRIVE (4777SQFT) at Racetrac MIXED PERENNIAL BEDS WITH TREES 1 CYCLE 439 FT. WORTH DRIVE (4777SQFT) at Prestige Motors MIXED PERENNIAL BEDS WITH TREES 1 CYCLE 440 FT. WORTH DRIVE (4777SQFT) at Collins MIXED PERENNIAL BEDS 1 CYCLE 441 Dallas Drive (9464sqft) at Rio Grande Mixed Perennial Bed with Trees 1 CYCLE 442 Dallas Drive (9464sqft) at Hopkins Mixed Perennial Bed with Trees 1 CYCLE 443 Dallas Drive (9464sqft) at Piping Rock Mixed Perennial Bed with Trees 1 CYCLE 444 Teasley Lane (38,940sqft) at Dallas Drive Mixed Perennial Bed with Trees 1 CYCLE 445 Teasley Lane (38,940sqft) at KFC Mixed Perennial Bed with Trees 1 CYCLE 446 Teasley Lane (38,940sqft) at I-35 North Mixed Perennial Bed with Trees 1 CYCLE 447 Teasley Lane (38,940sqft) at I-35 South Mixed Perennial Bed with Trees 1 CYCLE 448 Teasley Lane (38,940sqft) at Londonderry Mixed Perennial Bed with Trees 1 CYCLE 449 Teasley Lane (38,940sqft) at Savannah Trail 3 mixed perennial bed with trees 1 CYCLE 450 Teasley Lane (38,940sqft) at Longridge Drive 2 mixed perennial bed with trees 1 CYCLE 451 Teasley Lane (38,940sqft) at Sandpiper Drive 3 mixed perennial bed with trees 1 CYCLE 452 Teasley Lane (38,940sqft) at Hobson North Mixed perennial bed with trees 1 CYCLE 453 Teasley Lane (38,940sqft) at Hobson South Mixed perennial bed with trees 1 CYCLE 454 Teasley Lane (38,940sqft) at Pennsylvania Drive Mixed perennial bed with trees 1 CYCLE 455 Teasley Lane (38,940sqft) at Sam Houston Elementary School 2 mixed perennial bed with trees 1 CYCLE 456 N Elm / Hwy 77 (23, 380sqft) at I-35 ROW 2 beds with 6 trees on ROW 1 CYCLE 457 N Elm / Hwy 77 (23, 380sqft) at I-35 on median 1 bed with carpet roses and Miscanthuse 1 CYCLE 458 N Elm / Hwy 77 (23, 380sqft) Between I-35 and Loop 288 2 beds with Muhly and trees 1 CYCLE 459 N Elm / Hwy 77 (23, 380sqft) at Loop 288 2 beds with Miscanthus and trees 1 CYCLE 460 N Elm / Hwy 77 (23, 380sqft) at UNT Discovery Park 1 bed with Muhly and trees 1 CYCLE 461 N Elm/Hwy 77 (23, 380sqft) at Windsor 2 beds with Liriope and Crapes (trim seed tops off of Liriope)1 CYCLE 462 University / Hwy 380 (8277sqft) at Frame St 1 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE 463 University / Hwy 380 (8277sqft) at Kayewood 2 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE 464 University / Hwy 380 (8277sqft) at Shawnee 3 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE 465 University / Hwy 380 (8277sqft) at Nottingham 4 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE 466 University / Hwy 380 (8277sqft) at Loop 288 5 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE 467 Loop 288 (9932sqft) at Morse St 1 bed with Miscanthus 1 CYCLE 468 Loop 288 (9932sqft) at Karina 1 bed with Miscanthus 1 CYCLE 469 Loop 288 (9932sqft) at Lowes 2 beds with Salvia and Muhly 1 CYCLE 470 Loop 288 (9932sqft) at Brinker 1 bed with Knowck Out roses and Liriope 1 CYCLE 471 Loop 288 (9932sqft) at DCTA 2 beds with Germander, Liriope, Muhly, Miscanthus, and trees 1 CYCLE 472 Heritage Trail Parkway (3036sqft) 10 mixes perennial beds with trees 1 CYCLE 473 Panhandle (974sqft) 2 mixed perennial beds with trees 1 CYCLE 474 Hickory Street (8468sqft) 34 mixed perennial beds, 46 sidewalk trees 1 CYCLE 475 Vela Athletic Complex (8468sqft) Muhly grass around parking lot 1 CYCLE Item # 1 2 3 4 5 6 SECTION H - LANDSCAPE MAINTENANCE Principal Place of Business (City and State): Equipment (10 Points) Personnel (10 Points) Total Score: Evaluation Total: Scoring Criteria Price (30 Points) Probable Performance (30 Points) Safety (5 Points) Availability of Vendor (15 Points) Exhibit 2 RFP 7788 - PARD Mowing Services - Section H Respondent's Business Name: Unit Extended Unit Extended $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 No Bid Classic Landscapes and Maintenance (Custom Landscapes Inc) No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid SECTION H - LANDSCAPE MAINTENANCE No Bid $0.00 No Bid Denton, TX Denton, TX Classic Landscapes and Maintenance (Custom Landscapes Inc) Firehouse22 Evaluation Firehouse22 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Exhibit 2 RFP 7788 - PARD Mowing Services - Section H No Bid ORDINANCE NO. __________________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH NATURES GREENERY, INC., FOR MOWING AND MAINTENANCE SERVICES FOR THE PARKS AND RECREATION AND FIRE DEPARTMENTS, SECTION A NORTHWEST PUBLIC BUILDINGS, PARKS, TRAILS, AND MEDIANS, SECTION B NORTHEAST PUBLIC BUILDINGS, PARKS, TRAILS, AND MEDIANS, AND SECTION H LANDSCAPE MAINTENANCE; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 7788 AWARDED TO NATURES GREENERY, INC., FOR ONE (1) YEAR, WITH THE OPTION FOR FOUR (4) ADDITIONAL ONE (1) YEAR EXTENSIONS, IN THE TOTAL FIVE (5) YEAR NOT-TO-EXCEED AMOUNT OF $6,334,436.00). WHEREAS, the City has solicited, received, and evaluated competitive proposals for mowing and maintenance services; and WHEREAS, the City Manager, or a designated employee, has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies, Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 7788-Sec. A, B, H Natures Greenery, Inc. $6,334,436.00 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities, and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Erica Garcia 7788 Yes RFP PARD Mowing Services Contract # 7788 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND NATURES GREENERY INC (CONTRACT 7788) THIS CONTRACT is made and entered into this date ______________________, by and between Natures Greenery Inc. a Texas corporation, whose address is 6021 Western Creek Lane, Haltom City, TX 76137, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide products and/or services in accordance with the City’s document RFP 7788 – PARD Mowing Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 7788 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Certificate of Interested Parties Electronic Filing (Exhibit "E"); (f) Contractor’s Proposal (Exhibit "F"); (g) Form CIQ – Conflict of Interest Questionnaire (Exhibit "G"); These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter 2252, is not ineligible to enter into this agreement and will not become ineligible to receive payments under this agreement by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY:______________________________ AUTHORIZED SIGNATURE Printed Name:_____________________ Title:____________________________ __________________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER CITY OF DENTON, TEXAS BY: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _______________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Johnny Sliva 817-313-5586 Johnny Sliva Owner naturesgreenery@yahoo.com Naturesgreenery@yahoo.com Parks and Recreation Gary Packan Director of Parks and Recreation Contract # 7788 Exhibit A Special Terms and Conditions 1. Total Contract Amount The total contract for Section A,B & H of RFP 7788, which Section A,B & H only is awarded by this Contract for the supply of Section A – Northwest, Section B – Northeast & Section H – Landscape Maintenance, shall not exceed $6,334,436. Pricing shall be per Exhibit F attached. 2. The Quantities The quantities indicated on Exhibit F are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 3. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional four (4) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Supplier’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months 4. Price Escalation and De-escalation On Supplier’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment annually based on these special terms. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) or the manufacturer published pricing list. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. The price will be increased or decreased based upon the annual percentage change in the PPI or the percentage change in the manufacturer’s price list. Should the PPI or manufacturer price list change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the percent change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 5. Performance Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below:  Delivery beyond contracted lead times  Performance below contracted levels (services only) The Contractor shall be assessed a one (1%) percent fee each month when any one of the performance standards outlined above are not met in full. The Contractor shall be assessed a two (2%) percent profit fee each month when any two (2) or more performance standards outlined above are not met in full. At the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor’s monthly profit margin. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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. 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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. 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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. 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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. 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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, 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 solicitation as defined in the City’s Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics). Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or 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. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year’s Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 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 respondent. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply 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 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted:  Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better.  Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses.  Liability policies shall be endorsed to provide the following:  Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers.  That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability.  Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers.  Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788  Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered.  Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.  Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:  Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage.  Coverage B shall include personal injury.  Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least:  Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures.  Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for:  any auto, or  all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 ATTACHMENT 1 [ ] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Contract # 7788 Exhibit E Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 RFP 7788 Natures Greenery Exhibit F Line #Description QTY UOM Unit 1 SECTION A ‐ NORTHWEST PUBLIC BUILDINGS, PARKS, TRAILS  MEDIANS 2 Roland G Vela Soccer Complex ‐All common areas (everything outside of field fences); Riney Road frontage  mowing to extend south on Hwy 77 to entry into Animal Adoption then continue mowing 10' along shared  drive to the bridge 36 Cycles $1,875.00 3 Development Services Center ‐ Bed Maintenance 52 Cycles $50.00 4 Old City Hall West 36 Cycles $40.00 5 Linda McNatt Animal Adoption Center ‐ 3717 N. Elm St. ‐Two fenced‐in artificial turf areas will need to be  maintained each visit. This is to include weedeating in the artificial turf. Access to fenced areas will be given  each time by an Adoption Center staff member 36 Cycles $160.00 6 Fire Station 3 new in 2021 ‐ 1401 Underwood 32 Cycles $65.00 7 Fire Station 3 Landscape ‐ 1401 Underwood 48 Cycles $50.00 8 Fire Station 5 ‐ 2230 W. Windsor 36 Cycles $75.00 9 Fire Station 5 ‐ Landscape 2230 W. Windsor 48 Cycles $50.00 10 Evers Park ‐ 3201 N. Locust ‐This location combines the Boy Scout area (4.12 acres) on south side of Windsor  with Evers Park 36 Cycles $990.00 11 North Lakes Common ‐ 2001 W. Windsor 36 Cycles $2,470.00 12 North Lakes Common ‐ Rec Center, 2.33ac 36 Cycles $140.00 13 North Lakes Common ‐ Goldfield Tennis Center ‐ 2005 W. Windsor, 2ac 36 Cycles $120.00 14 North Lakes Common‐ Golf Driving Range ‐ 2005 W. Windsor 36 Cycles $80.00 15 North Lakes Common ‐ Annex ‐ 1.1ac ‐This will be the future tennis center, maintained acreage will be  reduced. NOT to be confused with Goldfield Tennis Center 24 Cycles $70.00 16 North Lakes Common ‐ ROW 24 Cycles $440.00 17 North Lakes Common ‐ Rugby Field 24 Cycles $370.00 18 North Lakes Common ‐ Evers Trail Portion 24 Cycles $400.00 19 North Lakes Common ‐ Disc Golf ‐ 2201 N. Bonnie Brae St 24 Cycles $274.00 20 North Lakes Common ‐ Playground area 24 Cycles $715.00 21 North Lakes Common ‐ Soccer Entrance, 1.1ac 24 Cycles $70.00 22 North Lakes Dog Park ‐ 808 W. Windsor ‐To include adjoining portion of Evers Trail ‐‐HAS to be mowed on  Thursdays‐‐36 Cycles $350.00 23 US380 ‐ Locust St to median after HWY156 ‐Cindy Lane maintenance to be included. Guardrails and drainage  culverts to be maintained to State of Texas spec's.24 Cycles $2,700.00 24 US380 ‐ Additional litter control on medians 12 Cycles $250.00 25 Bowling Green Park ‐ 2200 Bowling Green 24 Cycles $690.00 26 North Point Park ‐ 1400 Hercules Ln ‐Maintenance to include both sides of Hercules Lane. Maintenance to  also include the adjoining portion of Evers Trail (.18ac)24 Cycles $510.00 27 N Elm St / US 77 ‐ from Elm/N Locust split to I‐35 24 Cycles $1,600.00 28 N Elm St / US 77 ‐ medians 24 Cycles $825.00 29 N Elm St / US 77 ‐ ROW from N Locust to Loop 288 24 Cycles $540.00 30 N Elm St / US 77 ‐ Windsor Dr.24 Cycles $40.00 31 N Elm St / US 77 ‐ North Carroll Blvd.24 Cycles $40.00 32 N Elm St / US 77 ‐ ROW from Loop 288 to I‐35 24 Cycles $200.00 33 N Elm St / US 77 ‐ Litter 3 Cycles $275.00 34 N Elm St / Riney Road 24 Cycles $1,150.00 35 Windsor Dr. DO NOT MOW WILDFLOWERS ‐West of Bonnie Brae, between Westgate and Clarendon Dr;  mow from curb to tree line on north side of Windsor 24 Cycles $50.00 36 Malone  Tulane Medians 24 Cycles $40.00 37 Carroll Blvd / Ft. Worth Dr  ‐Area to be maintained is between I‐35 and Sherman Dr. Litter control to run mid‐ Dec through mid‐March 24 Cycles $300.00 38 Carroll Blvd / Ft. Worth Dr ‐ Litter and Debris Removal ‐Area to be maintained is between I‐35 and Sherman  Dr. Litter control to run mid‐Dec through mid‐March 12 Cycles $100.00 39 Emery St. ‐Maintain at dead end of Emery at Coit 24 Cycles $40.00 40 Cordell St. ‐Maintain at dead end of Cordell at Coit 24 Cycles $40.00 41 Alice St  Denton St Drainage ‐ 704 Alice 24 Cycles $65.00 42 Jagoe St and Scripture St. Median 24 Cycles $40.00 43 Eagle Dr  Elm St.24 Cycles $40.00 44 McKenna Park ‐ 700 N. Bonnie Brae ‐Warning: Steep slopes on Bonnie Brae side 24 Cycles $900.00 45 Oak St. Medians 24 Cycles $40.00 46 Westgate Dr 24 Cycles $100.00 47 Rayzor Ranch Park 36 Cycles $700.00 48 Rayzor Ranch Park ‐ Bed Maintenance 48 Cycles $200.00 49 Scripture Roundabout 24 Cycles $65.00 50 SECTION B ‐ NORTHEAST PUBLIC BUILDINGS, PARKS, TRAILS AND MEDIANS 51 North Branch Library ‐ 3020 N. Locust St.36 Cycles $75.00 52 North Branch Library Landscape Beds ‐ 3020 N. Locust St.48 Cycles $75.00 53 Fire Station 2 ‐ 110 Mockingbird Ln 32 Cycles $155.00 54 Fire Station 2 Landscape Maintenance 110 Mockingbird Ln 48 Cycles $50.00 55 Fire Station 4 ‐ 2116 E. Sherman Dr.32 Cycles $175.00 56 Fire Station 4 Landscape Beds ‐ 2116 E. Sherman Dr.48 Cycles $50.00 57 Water Works Park and Skate Park ‐ 2400 Long Rd ‐Water Works Park is 7.88ac, Skate Park is .21ac 32 Cycles $750.00 58 Water Works Park and Skate Park Landscape ‐ 2400 Long Rd 48 Cycles $100.00 59 Hercules Lane ‐ medians and right of way between Locust and Sherman  ‐To include medians and ROW  between Locust and Sherman and entry median on Meadow Lane Place 24 Cycles $95.00 60 Redstone Rd (inside wall along 288)24 Cycles $40.00 61 Cooper Glenn / Monterey Trail 24 Cycles $500.00 DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Line #Description QTY UOM Unit 62 Carter Park 24 Cycles $60.00 63 Sherman Drive and medians at N Locust, Woodland St.,Stuart, and Windsor Road 24 Cycles $390.00 64 Nette Shultz Park ‐ 1517 Mistywood 24 Cycles $445.00 65 Avondale Park ‐ 2021 Devonshire 24 Cycles $1,025.00 66 Avondale Park ‐ 2021 Devonshire ‐ Litter 4 Cycles $250.00 67 Emerson Ln  Woodhaven St 24 Cycles $40.00 68 Churchill Circle ‐Medians/islands are off of Windsor and Churchill Dr 24 Cycles $40.00 69 US380 East (Locust east to Loop 288) ‐verify sqft ‐Currently a TXDOT construction contractor is responsible  for maintenance from Loop 288 east to Fishtrap Road 24 Cycles $2,700.00 70 Cooper Creek median (Will be combined in 1 or 2 years with US380 after TXDOT finishes current project) ‐ Just north of 380/University 24 Cycles $25.00 71 Cooper Creek median (Will be combined in 1 or 2 years with US380 after TXDOT finishes current project) ‐ Just north of 380/University 24 Cycles $25.00 72 Sequoia Park ‐ 1404 E. University 24 Cycles $320.00 73 Redwood Island ‐Intersection of Redwood Place 24 Cycles $40.00 74 Stuart Rd (south of Loop 288 wall)24 Cycles $40.00 75 US380 (from Bell St to eastern City limits)24 Cycles $1,900.00 76 US380 (from Bell St to eastern City limits) ‐ Litter 4 Cycles $250.00 77 FM2164 / Locust St ‐Elm / Locust split to Loop 288 24 Cycles $420.00 78 FM2164 / Locust St ‐ Litter 4 Cycles $250.00 79 Quakertown Park ‐ 700 Oakland ‐Includes Old County Tax lot, Oakland St., Bell/Mingo medians, center  parking island between City Hall and Post Office, and drainage channel behind City Hall extending to Bell St 52 Cycles $1,400.00 80 Denton Service Center ‐ 901 B. Texas St. ‐Also includes N Ruddell St (0.13ac)25 Cycles $180.00 81 Mingo Road ‐ McKinney / Bell to Cooper Creek ‐Currently a TXDOT construction contractor is responsible for  maintenance from Loop 288 east to Fishtrap Road 24 Cycles $2,525.00 82 Mingo Road ‐ Track side ‐dcta flagger required during work 5 Cycles $338.00 83 Mingo Road ‐ Litter 12 Cycles $300.00 84 Kings Row and Calvert 24 Cycles $300.00 85 909 N Loop 288 24 Cycles $200.00 86 City Hall East ‐ 215 E. McKinney 36 Cycles $150.00 436 SECTION H ‐ LANDSCAPE  MAINTENANCE 437 FT. WORTH DRIVE (4777SQFT) at I‐35  MIXED PERENNIAL BEDS WITH TREES 1 CYCLE $300.00 438 FT. WORTH DRIVE (4777SQFT) at Racetrac  MIXED PERENNIAL BEDS WITH TREES 1 CYCLE $300.00 439 FT. WORTH DRIVE (4777SQFT) at Prestige Motors  MIXED PERENNIAL BEDS WITH TREES 1 CYCLE $300.00 440 FT. WORTH DRIVE (4777SQFT) at Collins  MIXED PERENNIAL BEDS 1 CYCLE $300.00 441 Dallas Drive (9464sqft)  at Rio Grande  Mixed Perennial Bed with Trees 1 CYCLE $300.00 442 Dallas Drive (9464sqft)  at Hopkins  Mixed Perennial Bed with Trees 1 CYCLE $300.00 443 Dallas Drive (9464sqft)  at Piping Rock  Mixed Perennial Bed with Trees 1 CYCLE $300.00 444 Teasley Lane (38,940sqft)  at Dallas Drive  Mixed Perennial Bed with Trees 1 CYCLE $300.00 445 Teasley Lane (38,940sqft)  at KFC  Mixed Perennial Bed with Trees 1 CYCLE $300.00 446 Teasley Lane (38,940sqft)  at I‐35 North  Mixed Perennial Bed with Trees 1 CYCLE $300.00 447 Teasley Lane (38,940sqft)  at I‐35 South  Mixed Perennial Bed with Trees 1 CYCLE $300.00 448 Teasley Lane (38,940sqft)  at Londonderry  Mixed Perennial Bed with Trees 1 CYCLE $300.00 449 Teasley Lane (38,940sqft)  at Savannah Trail  3 mixed perennial bed with trees 1 CYCLE $300.00 450 Teasley Lane (38,940sqft)  at Longridge Drive  2 mixed perennial bed with trees 1 CYCLE $300.00 451 Teasley Lane (38,940sqft)  at Sandpiper Drive  3 mixed perennial bed with trees 1 CYCLE $300.00 452 Teasley Lane (38,940sqft)  at Hobson North   Mixed perennial bed with trees 1 CYCLE $300.00 453 Teasley Lane (38,940sqft)  at Hobson South   Mixed perennial bed with trees 1 CYCLE $300.00 454 Teasley Lane (38,940sqft)  at Pennsylvania Drive  Mixed perennial bed with trees 1 CYCLE $300.00 455 Teasley Lane (38,940sqft)  at Sam Houston Elementary School  2 mixed perennial bed with trees 1 CYCLE $300.00 456 N Elm / Hwy 77 (23, 380sqft)  at I‐35 ROW  2 beds with 6 trees on ROW 1 CYCLE $300.00 457 N Elm / Hwy 77 (23, 380sqft)  at I‐35 on median  1 bed with carpet roses and Miscanthuse 1 CYCLE $300.00 458 N Elm / Hwy 77 (23, 380sqft)  Between I‐35 and Loop 288  2 beds with Muhly and trees 1 CYCLE $300.00 459 N Elm / Hwy 77 (23, 380sqft)  at Loop 288  2 beds with Miscanthus and trees 1 CYCLE $300.00 460 N Elm / Hwy 77 (23, 380sqft)  at UNT Discovery Park  1 bed with Muhly and trees 1 CYCLE $300.00 461 N Elm / Hwy 77 (23, 380sqft)  at Windsor  2 beds with Liriope and Crapes (trim seed tops off of Liriope)1 CYCLE $300.00 462 University / Hwy 380 (8277sqft)  at Frame St  1 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 463 University / Hwy 380 (8277sqft)  at Kayewood  2 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 464 University / Hwy 380 (8277sqft)  at Shawnee  3 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 465 University / Hwy 380 (8277sqft)  at Nottingham  4 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 466 University / Hwy 380 (8277sqft)  at Loop 288  5 bed with Salvia, Muhly, Miscanthus, and trees 1 CYCLE $300.00 467 Loop 288 (9932sqft)  at Morse St  1 bed with Miscanthus 1 CYCLE $300.00 468 Loop 288 (9932sqft)  at Karina  1 bed with Miscanthus 1 CYCLE $300.00 469 Loop 288 (9932sqft)  at Lowes  2 beds with Salvia and Muhly 1 CYCLE $300.00 470 Loop 288 (9932sqft)  at Brinker  1 bed with Knowck Out roses and Liriope 1 CYCLE $300.00 471 Loop 288 (9932sqft)  at DCTA  2 beds with Germander, Liriope, Muhly, Miscanthus, and trees 1 CYCLE $300.00 472 Heritage Trail Parkway (3036sqft)   10 mixes perennial beds with trees 1 CYCLE $300.00 473 Panhandle (974sqft)  2 mixed perennial beds with trees 1 CYCLE $300.00 474 Hickory Street (8468sqft)  34 mixed perennial beds, 46 sidewalk trees 1 CYCLE $550.00 475 Vela Athletic Complex (8468sqft)  Muhly grass around parking lot 1 CYCLE $300.00 476 MISCELLANEOUS 477 Please submit a separate sheet with any additional pricing you would like to submit with your proposal that  is not found in the line items above. DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Exhibit DocuSign Envelope ID: 740408E2-10FA-4E82-A2B3-5E4B4F6A07E3 Natures Greenery Inc. G 12/14/2021 X Landscape Maintenance / Mowing Services for city properties Johnny Sliva X X Certificate Of Completion Envelope Id: 740408E210FA4E82A2B35E4B4F6A07E3 Status: Sent Subject: Please DocuSign: City Council Contract 7788 Natures Greenery Source Envelope: Document Pages: 35 Signatures: 4 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/13/2021 7:57:25 AM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 12/13/2021 8:03:07 AM Viewed: 12/13/2021 8:03:18 AM Signed: 12/13/2021 8:04:55 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/13/2021 8:04:57 AM Viewed: 12/13/2021 10:50:24 AM Signed: 12/13/2021 10:51:07 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.185.202.16 Sent: 12/13/2021 10:51:10 AM Viewed: 12/14/2021 11:18:00 AM Signed: 12/14/2021 11:22:27 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Johnny Sliva naturesgreenery@yahoo.com Johnny Sliva Owner Natures Greenery Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 99.160.6.170 Sent: 12/14/2021 11:22:31 AM Viewed: 12/14/2021 12:35:20 PM Signed: 12/14/2021 5:45:33 PM Electronic Record and Signature Disclosure: Accepted: 12/14/2021 12:35:20 PM ID: ad476430-7374-496f-8c2b-3bdbcb96f20c Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 70.236.192.51 Signed using mobile Sent: 12/14/2021 5:45:37 PM Viewed: 12/14/2021 8:58:50 PM Signed: 12/14/2021 8:59:13 PM Electronic Record and Signature Disclosure: Accepted: 12/14/2021 8:58:50 PM ID: 4ae2d945-4543-4bdd-8bcd-c469b5fcd696 Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 8:59:17 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/15/2021 8:48:24 AM ID: 4feba34d-b3a6-43a8-9585-0ca6156b9c3a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/13/2021 8:04:57 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/14/2021 8:59:17 PM Viewed: 12/15/2021 8:52:19 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/13/2021 8:03:07 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Johnny Sliva, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-066,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with Infra Construction,LLC,for the replacement of the Service Center Complex fence for Facilities Management;providing for the expenditure of funds therefor;and providing an effective date (RFP 7819 - awarded to Infra Construction, LLC, in the not-to-exceed amount of $677,856.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Infra Construction, LLC, for the replacement of the Service Center Complex fence for Facilities Management; providing for the expenditure of funds therefor; and providing an effective date (RFP 7819 – awarded to Infra Construction, LLC, in the not-to- exceed amount of $677,856.00). INFORMATION/BACKGROUND The re-platting for the area surrounding the City’s Service Center Complex originated in February 2019 and was approved by the Planning & Zoning Commission in April 2019. The construction documents for the Service Center renovation were submitted to Planning in March 2020, however, due to funding issues, the project was placed on hold. In March of 2021, Facilities Management received a directive, in response to citizen complaints, to enclose the area and reduce the noise. Then, Teague Nall and Perkins (TNP) were contracted to provide a revised conceptual parking study for the Service Center Complex including replacement of the fencing surrounding the complex in May 2021. The plan includes a portion of the existing fence in the amount of 3,300 linear feet of chain link fence will be removed. The new fence will be 3,262 linear feet with the majority being a TREX composite wood fence system with enhanced masonry columns composed of a stone veneer on a CMU block column with solid slab flagstone caps. Additionally, there will be 120 linear feet of chain link installed to tie into the existing fence portion that is not being replaced. There will be a landscaped buffer zone on the east and west perimeter comprised of 6,000 square feet of decomposed granite. Request for Proposals was sent to 984 prospective suppliers, including 79 Denton firms. In addition, specifications were placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Four (4) proposals were received, with two (2) meeting specifications. References were checked, and proposals were evaluated based upon published criteria including proposal form, quality and reputation, key personnel, detailed schedule, and safety record. Best and Final Offers (BAFO) were requested from the top firm. Based upon this evaluation, Infra Construction, LLC was ranked the highest and determined to be the best value for the City. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com NIGP Code Used for Solicitation: 330, 909, 912, 913, 914, and 988 Notifications sent for Solicitation sent in IonWave: 984 Number of Suppliers that viewed Solicitation in IonWave: 22 HUB-Historically Underutilized Business Invitations sent out: 91 SBE-Small Business Enterprise Invitations sent out: 375 Responses from Solicitation: 4 Responses Meeting Specifications: 2 RECOMMENDATION Award a contract with Infra Construction, LLC, for the replacement of the Service Center Complex fence for Facilities Management, in the not-to-exceed amount of $677,856. PRINCIPAL PLACE OF BUSINESS Infra Construction, LLC Dallas, TX ESTIMATED SCHEDULE OF PROJECT This project will be started upon approval with a completion date within 230 days. FISCAL INFORMATION These services will be funded from Certificates of Obligation and General Government Project Funds. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: LLC Members Exhibit 4: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Scott Gray, 940-349-7744. Legal point of contact: Marcella Lunn at 940-349-8333. Infra Construction, LLC Swift Corporation Dallas, TX Round Rock, TX Line #Description Unit Unit 1 Total Proposal Amount $677,856.00 $728,000.00 Item #Scoring Criteria Infra Construction, LLC Swift Corporation 1 Safety - 5%4.00 3.67 2 Price, Total Cost of Ownership - 20%20.00 18.62 3 Offeror’s Key Personnel - 10%9.33 4.33 4 Quality, Reputation, and Ability to Complete Similar Projects on Schedule and Within Budget - 30%26.00 12.00 5 Detailed Schedule and Written Plan - 35%35.00 7.00 94.33 45.62 RFP 7819 - Pricing Evaluation for the Construction of Service Center Fence Exhibit 2 Total Score: Evaluation ORDINANCE NO. _________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH INFRA CONSTRUCTION, LLC, FOR THE REPLACEMENT OF THE SERVICE CENTER COMPLEX FENCE FOR FACILITIES MANAGEMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 7819 – AWARDED TO INFRA CONSTRUCTION, LLC, IN THE NOT-TO-EXCEED AMOUNT OF $677,856.00). WHEREAS, the City has solicited, received, and evaluated competitive proposals for the replacement of the Service Center Complex fence for Facilities Management; and WHEREAS, the City Manager, or a designated employee, has received, reviewed, and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies, or services shown in the “Request Proposals” on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 7819 Infra Construction, LLC $677,856.00 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities, and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-077,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the approval of a first amendment to a contract between the City of Denton and Elite Tree Service,L.L.C., amending the contract approved by City Council on November 6,2018,in the not-to-exceed amount of $350,000.00;said first amendment to continue to provide tree trimming and removal for City departments needing such work;providing for the expenditure of funds therefor;and providing an effective date (IFB 6870 - providing for an additional first amendment expenditure amount not-to-exceed $87,500.00,with the total contract amount not-to-exceed $437,500.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton ______________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the approval of a first amendment to a contract between the City of Denton and Elite Tree Service, L.L.C., amending the contract approved by City Council on November 6, 2018, in the not-to- exceed amount of $350,000.00; said first amendment to continue to provide tree trimming and removal for City departments needing such work; providing for the expenditure of funds therefor; and providing an effective date (IFB 6870 – providing for an additional first amendment expenditure amount not-to-exceed $87,500.00, with the total contract amount not-to-exceed $437,500.00). INFORMATION/BACKGROUND The current contract with Elite Tree Service, LLC, has reached the not-to-exceed threshold sooner than expected. This is predominantly due to the original contract value being based only on the estimated use from the Parks and Recreation Department (PARD), however additional departments: Streets, Engineering, Drainage, Facilities, and Community Improvement Services Departments have an operational need to utilize the contracted services. As the City of Denton continues to rapidly grow, the needs and demands of tree trimming work have increased. The proposed amendment is the maximum allowable amount of 25% of the contract value. In addition, a new solicitation for Citywide tree trimming is currently advertising and will come forward for Council consideration in the Spring of 2022. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On November 6, 2018, City Council approved a contract with Elite Tree Service, L.L.C., in the not-to- exceed amount of $350,000 (Ordinance: 18-1813). RECOMMENDATION Award Amendment No. 1 with Elite Tree Service, L.L.C., to continue to provide tree trimming and removal for City departments needing such work, in a not-to-exceed amount of $87,000, for a total amended contract amount of $437,500. PRINCIPAL PLACE OF BUSINESS Elite Tree Service, L.L.C. Plano, TX City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com ESTIMATED SCHEDULE OF PROJECT This contract will expire on November 6, 2023. FISCAL INFORMATION These services will be funded through the Parks and Recreation Operating Funds. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Original Contract and Ordinance Exhibit 3: LLC Members Exhibit 4: Ordinance and Amendment 1 Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333 1 :. R ,,... k. i R . R !' • ., , k ..,,.. ,. R , '.,. , R ..... ! !. ',. ..... . • , : 1 .,, ''. R • :, I .. .. ,., '. R .. 1 .,.. .. 1 , , l M' . ... ' I .. . i # ' / , . i • r • • #' • . .. : • ,.;.. .. R ' #1 ' '• • s '•' * i',, . * . . . , ' * # . . r ' . ! # ! ' i ` ',,# . • 4i . ! * f'' • ' #'' . ' i' `• ;• •' #' ' `•' . ! T i . #' i ! : ',, .. •' . .', ! ' r ..., ... 1 • • ` ' • ''. ' ` l. , R. " ` ` 1 ` , • BID NUMBER VENDOR AMOUNT 6870 Elite Tree Service, LLC $350,000 w .• . - . . # i. . , # w . •- ._ . . • - *- ; • - * • - , r r •' - t - . - • • - - , - - ^ , • • - - - . - • . contained in the Bid Proposal and related documents and to extend that contract as determined to be advantageous to the City of Denton, C ION„4. The City Council of the City of Denton, Texas hereby expressly delegatesS.E..... T.. the authority to take any actions that may be required or permitted to be performed by the City of Denton under IFB 6870 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids, SECTION a6. That this ordinance shall become effective immediately upon its passage g pa,g.w.. r a de byI'i a c la r c b i; r°i1 d c, r a the following vote ,W - _ : Aye Mayor Chris Watts: Gerard Hudspeth, District 1: Keely G. Briggs, District 2: Don Duff, District 3: John Ryan, District 4; Deb Armintor, At Large Place 5: Paul Meltzer, At Large Place 6: d " " „" " and seconded cr A 9wa.. r a'0°:c ,a e roved by the Nay Abstain Absent PASSED AND APPROVED this the ' day of ` _______ _______ ,, 2018. CHRIS W i"'", MA . ... ...... . . m ......m.... YOR ATTEST: JENNIFER WALTERS, CITY SECRETARY g M BY: , ° w _ ^". .1 _ APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY M ' "°; BY: [ ` . '"'.... ____ --" =' . "-p...' DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 5 /źƷǤ /ƚǒƓĭźƌ ƩğƓƭƒźƷƷğƌ / ƚǝĻƩƭŷĻĻƷC bƒĻ t /ƚƓƷğĭƷźƷǤ /ƚǒƓĭźƌ ğƩŭĻƷ 5t . ğĭƉh ƚƓƷƩğĭƷ DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 CONTRACT BYAND BETWEEN CITY OFDENTON, TEXAS ANELITE TREE SERVICE, L.L.C. CONTRACT 6870) THIS CONTRACT ismade andentered intothis date ______________________, by andbetween Elite TreeService, L.L.C., aTexaslimited liability company, whose address is6109 Westerley Dr., Plano. TX75093, hereinafter referred toas "Contractor," and theCITY OF DENTON, TEXAS, ahome rulemunicipal corporation, hereinafter referred toas "City," tobe effective upon approval oftheDenton City Council and subsequent execution ofthisContract by theDenton CityManager orhisduly authorized designee. Forandinconsideration ofthecovenants andagreements contained herein, and forthe mutual benefits tobeobtained hereby, the parties agree asfollows: SCOPE OF SERVICES Supplier shall provide products and/orservices in document IFB 6870 - TreeTrimming & Removal Services, acopy ofwhich ison file attheoffice of Purchasing Agent andincorporated hereinforallpurposes. TheContract consists ofthis written agreement andthefollowing itemswhichareattached hereto andincorporated herein byreference: a) Special Terms andConditions b) IFB6870 (onFile attheOffice ofthePurchasing Agent); c) CityofDenton Standard Terms and Conditions C d) Insurance Requirements D e) Certificate ofInterested Parties Electronic Filing (Exhibit "E"); f) (Exhibit "F"); g) House Bill89Verification G h) Senate Bill252Certification H i) Form CIQ Conflict ofInterest Questionnaire (Exhibit "I"); Thesedocuments make uptheContract documents andwhatiscalled for byone shallbe asbinding asifcalled forbyall. Inthe eventofan inconsistency orconflict inanyoftheprovisions oftheContract documents, theinconsistency orconflict shallberesolved bygiving precedence firsttothewritten agreement thentothecontract documents inthe order inwhich theyarelisted above. These doc Theparties agree totransact business electronically. Any statutory requirements thatcertain terms beinwriting willbesatisfied using electronic documents andsigning. Electronic signing ofthis document willbedeemed anoriginal foralllegal purposes. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 INWITNESS WHEREOF, theparties ofthesepresents haveexecuted thisagreement in theyear anddayfirstabove written. CONTRACTOR BY: ______________________________ AUTHORIZED SIGNATURETHISAGREEMENTHASBEEN BOTH REVIEWED ANDAPPROVED Date: _______________________________ astofinancial andoperational obligations andbusiness terms. Printed Name: ________________________ Title: _______________________________ SIGNATURE PRINTED NAME PHONE NUMBERTITLE EMAIL ADDRESSDEPARTMENT TEXAS ETHICS COMMISSION CERTIFICATE NUMBER CITY OF DENTON, TEXAS ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: TODD HILEMAN CITY MANAGER BY: __________________________________ Date: APPROVED ASTOLEGAL FORM: AARON LEAL, CITY ATTORNEY BY: __________________________________ Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 ExhibitA Special Terms andConditions 1. TotalContract Amount The contract total forservices shall notexceed $350,000. Pricing shall beperExhibit Fattached. 2. Contract Terms Itistheintention oftheCityofDenton toaward acontract for athree (3) year period. TheCityand theAwarded Contractor shallhavetheoption torenew thiscontract foranadditional two (2) one- year periods. Materials and services undertaken pursuant tothissolicitation willberequired to commence within fourteen (14) daysofdelivery ofaNotice toProceed. TheContract shallcommence upontheissuance ofaNotice ofAward bytheCityofDenton andshall automatically renew eachyear, from the date ofaward byCityCouncil, unless either party notifies theother priortothescheduled renewal dateinaccordance withtheprovision ofthesection titled ftheCity ofDenton, theContract maybefurther extended asneeded, nottoexceed atotal ofsix (6) months. 3. PriceEscalation and De-escalation TheCitywillimplement anescalation/de-escalation priceadjustment annually. Theescalation/de- escalation will bebased upon manufacturer published pricing sheets tothevendor. Theprice will beincreased ordecreased based upon theannually list. Theprice adjustment will bedetermined annually from the award date. Should thechange exceed ordecrease aminimum threshold valueof +/-1%, then thestated eligible bidprices shall beadjusted inaccordance withthepublished price change. Itisthesupplier ortheCities responsibility torequest aprice adjustment annually inwriting. Ifnorequest ismade, then itwill beassumed thatthebidpricewillbeineffect. Thesupplier must submit or make available the manufacturers pricing sheet used tocalculate thebidproposal, toparticipate inthe escalation/de-escalation clause. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 ExhibitC StandardPurchaseTermsandConditions These standard Terms andConditions and theTerms andConditions, Specifications, Drawings contracts/purchase orders issued bytheCityofDenton hereinafter referred toastheCityorBuyer andtheSeller orrespondent herein after referred toasContractor orSupplier. Anydeviations must Supplier. NoTerms and Conditions contained in statement shall serve tomodify the terms setforth herein. Ifthere isaconflict between the provisions ontheface ofthecontract/purchase order thesewritten provisions willtakeprecedence. The Contractor agrees that thecontract shall begoverned bythefollowing termsandconditions, unless exceptions aredulynotedandfully negotiated. Unless otherwise specified inthecontract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36shallapply only toasolicitation topurchase goods, and sections 9, 10, 11, 22and 32shallapplyonlytoasolicitation topurchase services tobeperformed of-way. 1. . The Contractor shallfully andtimely provide all the terms, covenants, andconditions of theContract andallapplicable Federal, State, and local laws, rules, andregulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified inthe Solicitation, thisContract shall beeffective asofthedatethecontract issigned bytheCity, andshallcontinue ineffectuntil all obligations are performed inaccordance withtheContract. 3. CONTRACTOR TOPACKAGE DELIVERABLES: TheContractor will package deliverables inaccordance withgoodcommercial practice andshallinclude apacking listshowing thedescription ofeach item, the quantity andunit price unless otherwise provided inthe Specifications orSupplemental Terms andConditions, each shipping container shallbeclearly address andpurchase orderorpurchase release number andtheprice agreement number if applicable, (c) Container number andtotalnumber ofcontainers, e.g. box 1of4boxes, and (d) the number ofthecontainer bearing thepacking list. The Contractor shallbearcostofpackaging. Deliverables shall besuitably packed tosecure lowest transportation costsandtoconform toall therequirements ofcommon carriers andanyapplicable specification. The City'scount orweight shallbe final andconclusive onshipments notaccompanied bypacking lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: TheContractor isnot authorized to ship thedeliverables under reservation andnotenderofabillofladingwill operate asatender of deliverables. 5. TITLE & RISK OFLOSS: Titletoandrisk ofloss ofthedeliverables shallpasstotheCity onlywhen theCity actually receives andaccepts thedeliverables. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point ofdelivery unless otherwise specified intheSupplemental Terms and Conditions. Unless otherwise alldelivery andtransportation charges. TheCity shall have theright todesignate whatmethod of transportation shallbeusedtoship thedeliverables. Theplace ofdelivery shallbethatsetforth thepurchase order. 7. RIGHT OFINSPECTION ANDREJECTION: The City expressly reserves allrights under law, including, but notlimited tothe Uniform Commercial Code, toinspect thedeliverables at delivery before accepting them, andtoreject defective ornon-conforming deliverables. IftheCity all furnish, orcause tobefurnished, without additional charge, allreasonable facilities andassistance totheCitytofacilitate such inspection. 8. NOREPLACEMENT OFDEFECTIVE TENDER: Every tender ordelivery ofdeliverables must fully comply withallprovisions of theContract astotimeofdelivery, quality, and quantity. Any non-complying tender shall constitute abreach andthe Contractor shallnothave therightto substitute aconforming tender; provided, where thetimeforperformance has notyetexpired, the Contractor maynotify theCityoftheintention tocureand maythen make aconforming tender within thetimeallotted inthecontract. 9. PLACE AND CONDITION OFWORK: The Cityshallprovide theContractor access tothe siteswhere theContractor istoperform theservices asrequired inorder fortheContractor to perform the services inatimely and efficient manner, inaccordance withand subject tothe applicable security laws, rules, and regulations. TheContractor acknowledges that ithassatisfied essential characteristics ofthework sites, thequality andquantity ofmaterials, equipment, labor andfacilities necessary toperform theservices, and anyothercondition orstate offactwhichcould hereby releases and holds theCity harmless from andagainst anyliability orclaimfordamages of anykindornature iftheactual siteorservice conditions differfrom expected conditions. Thecontractor shall, atalltimes, exercise reasonable precautions forthesafety oftheiremployees, cilities. 10. WORKFORCE A. The Contractor shallemploy onlyorderly and competent workers, skilledintheperformance oftheservices which they willperform under the Contract. B. TheContractor, itsemployees, subcontractors, andsubcontractor'semployees may notwhile engaged inparticipating orresponding toasolicitation orwhile inthecourse andscope of delivering goodsorservices underaCity ofDenton contract orontheCity'sproperty . i. useorpossess afirearm, including aconcealed handgun thatislicensed under statelaw, except asrequired bytheterms ofthecontract; or ii. useorpossess alcoholic orother intoxicating beverages, illegaldrugs orcontrolled substances, nor maysuch workers beintoxicated, orunder theinfluence ofalcohol ordrugs, on thejob. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 C. IftheCityortheCity'srepresentative notifies theContractor that anyworker isincompetent, disorderly ordisobedient, hasknowingly orrepeatedly violated safety regulations, haspossessed anyfirearms, orhaspossessed orwasunder theinfluence ofalcohol ordrugs onthejob, the Contractor shallimmediately remove such worker fromContract services, andmaynotemploy such worker again onContract services without theCity'sprior written consent. Immigration: The Contractor represents andwarrants thatitshall comply with therequirements ofthe Immigration Reform andControl Actof1986 and1990regarding employment verification andretention ofverification forms forany individuals hired onorafterNovember 6, 1986, who willperform any labor orservices under theContract andtheIllegal Immigration Reform and 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: TheCo comply fullywith allapplicable federal, state, and local health, safety, and environmental laws, ordinances, rules andregulations intheperformance oftheservices, including butnotlimited to those promulgated bytheCityandbytheOccupational Safetyand HealthAdministration (OSHA). Incase ofconflict, themost stringent safety requirement shall govern. TheContractor shall indemnify and holdtheCityharmless fromandagainst allclaims, demands, suits, actions, obligations under this paragraph. Environmental Protection: TheRespondent shallbeincompliance with allapplicable standards, orders, orregulations issued pursuant tothemandates oftheCleanAirAct (42U.S.C. §7401et seq.) and theFederal Water Pollution Control Act, asamended, (33U.S.C. §1251etseq.). 12. INVOICES: A. The Contractor shall submit separate invoices induplicate oneachpurchase order orpurchase release after eachdelivery. Ifpartialshipments ordeliveries areauthorized bytheCity, aseparate invoice mustbesent foreachshipment ordelivery made. B. Proper Invoices mustinclude aunique invoice number, thepurchase order ordelivery thename ofthepoint ofcontact for the Department. Invoices shall beitemized and transportation charges, ifany, shallbelisted separately. Acopy ofthebilloflading andthefreight address and, ifapplicable, thetaxidentification number ontheinvoice must exactly match the inf C. Invoices forlaborshallinclude acopyof alltime-sheets with trade labor rateanddeliverables order number clearly identified. Invoices shallalsoinclude atabulation ofwork-hours atthe appropriate ratesandgrouped bywork order number. Time billedfor labor shall belimited to hours actually worked atthework site. D. Unless otherwise expressly authorized intheContract, theContractor shallpassthrough all Subcontract andother authorized expenses atactualcostwithout markup. E. Federal excise taxes, State taxes, orCitysalestaxes must notbeincluded inthe invoiced amount. TheCitywillfurnish ataxexemption certificate upon request. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 13. PAYMENT: A. Allproper invoices need tobesent toAccounts Payable. Approved invoices willbepaidwithin oroftheinvoice being received inAccounts Payable, whichever islater. B. Ifpayment isnot timely made, (perparagraph A); interest shall accrue ontheunpaid balance atthelesserofthe ratespecified inTexas Government Code Section 2251.025orthe maximum lawful rate; except, ifpayment isnottimely madeforareason forwhich theCity maywithhold payment hereunder, interest shall notaccrue until ten (10) calendar daysafter thegrounds forwithholding payment have been resolved. C. Ifpartial shipments ordeliveries areauthorized bytheCity, theContractor will bepaidforthe partial shipment ordelivery, asstated above, provided that the invoice matches the shipment or delivery. D. The Citymaywithhold orsetofftheentirepayment orpart ofanypayment otherwise duethe Contractor tosuch extent asmaybenecessary onaccount of: i. delivery ofdefective ornon-conforming deliverables bytheContractor; ii. third party claims, which arenotcovered bytheinsurance which theContractor is required to provide, arefiled orreasonable evidence indicating probable filing ofsuch claims; iii. failure oftheContractor topay Subcontractors, orforlabor, materials orequipment; which isnotcovered byinsurance required to beprovided bytheContractor; timespecified intheContract, andthat the unpaid balance would notbeadequate to cover actual ordamages forthe anticipated delay; vi. failure ofthe Contractor tosubmit proper invoices withpurchase order number, withall required attachments andsupporting documentation; or vii. failureoftheContractor tocomply with anymaterial provision ofthe Contract Documents. E. Notice ishereby given thatany awarded firmwhoisinarrears tothe City ofDenton for delinquent taxes, the City may offsetindebtedness owed theCitythrough payment withholding. F. Payment willbemade bycheckunless theparties mutually agree topayment bycredit card or electronic transfer offunds. TheContractor agrees thatthere shallbenoadditional charges, surcharges, orpenalties totheCityfor payments made bycredit card orelectronic funds transfer. G. The awarding orcontinuation ofthiscontract isdependent upon theavailability offunding. The ppropriated andavailable for this contract. Theabsence ofAppropriated orother lawfully available funds shall render the Contract null andvoidtotheextent funds are notAppropriated oravailable andany deliverables delivered butunpaid shallbereturned totheContractor. TheCityshallprovide the Contractor written notice ofthefailure oftheCity tomake an adequate Appropriation foranyfiscal yearto paytheamounts dueunder the Contract, orthereduction ofany Appropriation toanamount insufficient topermit theCitytopay itsobligations under theContract. Intheeventofnoneor inadequate appropriation offunds, therewillbenopenalty norremoval fees charged totheCity. 14. TRAVEL EXPENSES: All travel, lodging andperdiem expenses inconnection with the Contract shall bepaid bytheContractor, unless otherwise statedinthecontract terms. During the termof thiscontract, the contractor shall billandtheCity shall reimburse contractor forall reasonable and approved outofpocket expenses which areincurred intheconnection with the performance ofdutieshereunder. Notwithstanding the foregoing, expenses forthetime spent by thecontractor intraveling toandfromCityfacilities shallnotbereimbursed, unless otherwise negotiated. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 15. FINAL PAYMENT AND CLOSE-OUT: A. IfaDBE/MBE/WBE Program Plan isagreed toand the Contractor has identified Subcontractors, theContractor isrequired tosubmit aContract Close-OutMBE/WBE Compliance Report tothePurchasing Manager nolaterthan the15th calendar dayaftercompletion ofallwork under thecontract. Finalpayment, retainage, or bothmay bewithheld iftheContractor isnotin compliance with therequirements asaccepted bytheCity. B. Themaking and acceptance offinalpayment will constitute: i. awaiver ofallclaims bytheCityagainst theContractor, except claims (1) which have been previously asserted inwriting and notyetsettled, (2) arising from defective work appearing after final inspection, (3) arising from failureoftheContractor tocomply with theContract orthe under theContract, including butnotlimited toindemnity andwarranty obligations, or (5) arising under otherthanthose previously asserted inwriting andnot yetsettled. 16. SPECIAL TOOLS & TEST EQUIPMENT: Ifthepricestated onthe Offerincludes thecost ofany special tooling orspecial testequipment fabricated orrequired bytheContractor forthe purpose offilling this order, suchspecial tooling equipment and any process sheets related thereto shall become theproperty oftheCityandshallbeidentified bytheContractor assuch. 17. RIGHT TO AUDIT: A. TheCity shall havetheright toauditandmake copies ofthe books, records andcomputations pertaining totheContract. TheContractor shall retainsuch books, records, documents andother evidence pertaining totheContract period and five yearsthereafter, except ifanauditisinprogress oraudit findings areyetunresolved, inwhich case records shall bekeptuntil allaudit tasks are completed andresolved. These books, records, documents andother evidence shall beavailable, within ten (10) business daysofwritten request. Further, the Contractor shallalsorequire all Subcontractors, material suppliers, andotherpayees toretain allbooks, records, documents and otherevidence pertaining totheContract, andtoallow theCitysimilar access tothose documents. Allbooks andrecords willbemadeavailable within a50mile radius ofthe CityofDenton. The cost oftheaudit will beborne bytheCityunless theaudit reveals anoverpayment of1% orgreater. Ifanoverpayment of1% orgreater occurs, thereasonable costoftheaudit, including any travel costs, must beborne bytheContractor which mustbe payable within five (5) business days of receipt ofaninvoice. B. Failure tocomply with theprovisions ofthis section shallbeamaterial breach oftheContract onstrued to include drafts andelectronic files, evenifsuchdrafts orelectronic filesaresubsequently used to generate orprepare afinalprinted document. 18. SUBCONTRACTORS: A. IftheContractor identified Subcontractors inaDBE/MBE/WBE agreed toPlan, theContractor shallcomply withallrequirements approved bytheCity. TheContractor shallnotinitially employ anySubcontractor identified inthe Plan, unless thesubstitute hasbeen accepted bythe Cityin writing. Noacceptance bytheCityofanySubcontractor shallconstitute awaiver ofanyrights or remedies oftheCitywith respect todefective deliverables provided byaSubcontractor. IfaPlan hasbeen approved, theContractor isadditionally required tosubmit amonthly Subcontract Awards andExpenditures Report totheProcurement Manager, nolaterthanthetenth calendar day ofeachmonth. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 B. Work performed fortheContractor byaSubcontractor shall bepursuant toawritten contract between theContractor andSubcontractor. Theterms ofthesubcontract may notconflict withthe terms ofthe Contract, andshallcontain provisions that: i. require thatalldeliverables tobeprovided bytheSubcontractor beprovided instrict accordance with theprovisions, specifications andterms oftheContract; ii. prohibit theSubcontractor from further subcontracting anyportion oftheContract without thepriorwritten consent oftheCity andtheContractor. TheCitymayrequire, as acondition tosuchfurther subcontracting, thattheSubcontractor post apayment bond in form, substance andamount acceptable totheCity; iii. require Subcontractors tosubmit allinvoices andapplications forpayments, including anyclaimsforadditional payments, damages orotherwise, totheContractor insufficient timetoenable theContractor toinclude same with itsinvoice orapplication forpayment totheCityinaccordance with the terms oftheContract; iv. require thatallSubcontractors obtain andmaintain, throughout thetermoftheir contract, insurance inthetypeandamounts specified forthe Contractor, withtheCity beinganamed insured asitsinterest shallappear; and v. require thattheSubcontractor indemnify andholdtheCityharmless tothesameextent astheContractor isrequired toindemnify theCity. C. The Contractor shall befully responsible totheCity forallactsandomissions of the Subcontractors justastheContractor isresponsible fortheContractor'sownacts andomissions. Nothing intheContract shallcreate forthebenefit ofanysuch Subcontractor anycontractual relationship between theCityand any suchSubcontractor, norshall itcreate anyobligation onthe partoftheCitytopayortosee tothepayment ofanymoneys dueanysuchSubcontractor except asmayotherwise berequired bylaw. D. TheContractor shallpayeach Subcontractor itsappropriate share ofpayments made tothe Contractor notlater thanten (10) calendar days afterreceipt ofpayment fromtheCity. 19. WARRANTY-PRICE: A. TheContractor warrants the prices quoted intheOffer are nohigher than theContractor's current pricesonorders byothers forlikedeliverables undersimilar terms ofpurchase. B. TheContractor certifies thattheprices intheOffer havebeenarrived atindependently without consultation, communication, oragreement forthepurpose of restricting competition, astoany matter relating tosuch fees withanyother firmorwith any competitor. C. Inaddition toanyotherremedy available, the Citymay deduct from anyamounts owed tothe Contractor, orotherwise recover, any amounts paidfor itemsinexcess oftheContractor'scurrent prices onorders byothers forlikedeliverables under similar terms ofpurchase. 20. WARRANTY TITLE: TheContractor warrants thatithasgood and indefeasible titletoall deliverables furnished under theContract, andthatthedeliverables arefreeandclear ofallliens, claims, security interests and encumbrances. TheContractor shallindemnify and holdtheCity harmless from andagainst alladverse titleclaimstothe deliverables. 21. WARRANTY DELIVERABLES: TheContractor warrants and represents that all deliverables sold the Cityunder theContract shall befreefrom defects indesign, workmanship or manufacture, andconform inallmaterial respects tothespecifications, drawings, and descriptions intheSolicitation, toanysamples furnished bythe Contractor, totheterms, covenants and conditions oftheContract, andtoallapplicable State, Federal orlocal laws, rules, andregulations, andindustry codesandstandards. Unless otherwise stated intheSolicitation, thedeliverables shall beneworrecycled merchandise, andnotused orreconditioned. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 A. Recycled deliverables shall beclearly identified assuch. B. TheContractor may not limit, exclude ordisclaim theforegoing warranty oranywarranty implied bylaw; and anyattempt todososhall bewithout force oreffect. C. Unless otherwise specified intheContract, thewarranty period shall beatleastone year from thedateofacceptance ofthedeliverables or fromthe date ofacceptance ofany replacement deliverables. Ifduring thewarranty period, one ormore oftheabove warranties are breached, the Contractor shallpromptly upon receipt ofdemand either repair thenon-conforming deliverables, orreplace thenon- andatnoadditional cost totheCity. Allcosts incidental tosuchrepair orreplacement, including butnotlimitedto, anypackaging and shipping costs shall beborne exclusively bytheContractor. The Cityshallendeavor togive the Contractor written notice ofthe breach ofwarranty within thirty (30) calendar days ofdiscovery ofthebreach ofwarranty, butfailure togive timely notice D. IftheContractor isunable orunwilling torepair orreplace defective ornon-conforming deliverables asrequired bytheCity, then inaddition toanyother available remedy, theCitymay reduce thequantity ofdeliverables itmayberequired topurchase under theContract from the Contractor, andpurchase conforming deliverables fromother sources. Insuch event, the Contractor shallpaytotheCity upon demand theincreased cost, ifany, incurred bythe City to procure suchdeliverables from another source. E. IftheContractor isnot themanufacturer, andthe deliverables arecovered byaseparate manufa Contractor shallassist andcooperate with theCitytothe fullest extent toenforce such 22. WARRANTY SERVICES: The Contractor warrants andrepresents that allservices tobe provided theCityunder the Contract willbefullyand timely performed inagood and workmanlike manner inaccordance with generally accepted industry standards andpractices, theterms, conditions, and covenants oftheContract, andallapplicable Federal, Stateandlocal laws, rules orregulations. A. TheContractor may notlimit, exclude ordisclaim theforegoing warranty orany warranty implied bylaw, and anyattempt todososhall bewithout force oreffect. B. Unless otherwise specified intheContract, thewarranty period shallbeatleast oneyear from theAcceptance Date. Ifduring thewarranty period, oneor moreofthe above warranties are breached, theContractor shall promptly upon receipt ofdemand perform the services again in accordance with above standard atnoadditional cost tothe City. Allcosts incidental tosuch additional performance shall beborne bytheContractor. The City shall endeavor togivethe Contractor written notice ofthebreach ofwarranty within thirty (30) calendar days ofdiscovery ofthebreach warranty, butfailure togivetimely notice shall notimp thissection. C. IftheContractor isunable orunwilling toperform itsservices inaccordance with the above standard asrequired bytheCity, then inaddition toanyother available remedy, theCity may reduce theamount ofservices itmayberequired topurchase under theContract from the Contractor, andpurchase conforming services from other sources. Insuchevent, the Contractor shall paytotheCity upondemand theincreased cost, ifany, incurred bytheCitytoprocure such services fromanother source. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 23. ACCEPTANCE OFINCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead ofrequiring immediate correction orremoval andreplacement ofdefective ornon- conforming deliverables, theCityprefers toaccept it, theCitymay doso. The Contractor shall pay accept such defective ornon-conforming deliverables. Ifany such acceptance occurs priortofinal payment, theCity may deduct suchamounts asarenecessary tocompensate theCity forthe diminished valueofthedefective ornon-conforming deliverables. Ifthe acceptance occurs after final payment, such amount willberefunded totheCitybytheContractor. 24. RIGHT TOASSURANCE: Whenever oneparty tothe Contract ingood faith hasreason to assurance oftheintenttoperform. Intheevent thatnoassurance isgivenwithin thetimespecified after demand ismade, thedemanding party maytreat thisfailure asananticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issueanimmediate StopWork Notice in theevent the Contractor isobserved performing inamanner that isinviolation ofFederal, State, orlocal guidelines, orinamanner thatisdetermined bythe Citytobeunsafe toeitherlifeorproperty. Uponnotification, theContractor willcease allwork untilnotified bytheCitythat theviolation or unsafe condition hasbeen corrected. TheContractor shallbeliable forallcosts incurred bythe Cityasaresultoftheissuance ofsuch Stop WorkNotice. 26. DEFAULT: The Contractor shallbeindefault undertheContract iftheContractor (a) fails to fully, timely and faithfully perform anyofits material obligations under theContract, (b) failsto provide adequate assurance ofperformance underParagraph 24, (c) becomes insolvent orseeks relief under thebankruptcy lawsoftheUnited States or (d) makes amaterial misrepresentation in theCity. 27. TERMINATION FOR CAUSE: Intheevent ofadefault bytheContractor, theCity shall havetheright toterminate the Contract forcause, bywritten notice effective ten (10) calendar days, unless otherwise specified, after thedateofsuchnotice, unless theContractor, within such ten (10) dayperiod, cures such default, orprovides evidence sufficient toprove reasonable satisfaction thatsuch default does not, infact, exist. Inaddition toanyother remedy available under laworinequity, the Cityshallbeentitled torecover allactual damages, costs, losses andexpenses, incurred bytheCitya judgment interest atthe maximum lawful rate. Additionally, inthe event ofadefault bythe Contractor, anyOffer submitted bytheContractor maybedisqualified for uptothree (3) years. Allrightsand remedies undertheContract arecumulative andarenotexclusive ofanyother rightorremedy provided by law. 28. TERMINATION WITHOUT CAUSE: The Cityshallhave therighttoterminate the notice. Upon receipt ofanotice oftermination, theContractor shallpromptly ceaseallfurther work pursuant totheContract, with such exceptions, ifany, specified inthenotice oftermination. The Cityshall paytheContractor, totheextent offunds Appropriated or otherwise legally available forsuchpurposes, forallgoods delivered and services performed andobligations incurred prior to thedateoftermination inaccordance with theterms hereof. 29. FRAUD: Fraudulent statements bytheContractor onany Offerorinany report ordeliverable required tobesubmitted bytheContractor totheCity shall begrounds forthetermination ofthe Contract forcause bytheCity andmayresult inlegal action. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 30. DELAYS: A. The City may delay scheduled delivery orotherduedates by written notice totheContractor if theCitydeems itisinitsbestinterest. Ifsuch delay causes anincrease inthecost ofthework under the Contract, the Cityandthe Contractor shall negotiate anequitable adjustment forcosts incurred bytheContractor intheContract price andexecute anamendment totheContract. The Contractor mustassert itsrighttoanadjustment within thirty (30) calendar days fromthe dateof receipt ofthenotice ofdelay. Failure toagree onanyadjusted price shall behandled under the Dispute Resolution process specified inparagraph 49. However, nothing inthis provision shall excuse theContractor from delaying thedelivery asnotified. B. Neither partyshallbeliable foranydefault ordelayintheperformance ofitsobligations under thisContract if, while and totheextent suchdefault ordelay iscaused byactsof God, fire, riots, civil commotion, labordisruptions, sabotage, sovereign conduct, orany other cause beyond the reasonable control ofsuchParty. Inthe eventofdefault ordelay incontract performance dueto any oftheforegoing causes, thenthetimeforcompletion oftheservices willbeextended; provided, however, insuchanevent, aconference will beheld within three (3) business days to establish amutually agreeable period oftime reasonably necessary toovercome the effect ofsuch failuretoperform. 31. INDEMNITY: A. Definitions: i. "Indemnified Claims" shall include anyand allclaims, demands, suits, causesofaction, judgments andliability ofeverycharacter, typeordescription, including allreasonable costs andexpenses oflitigation, mediation orother alternate dispute resolution mechanism, including attorney andother professional fees for: (1) damage toorlossofthe property of anyperson (including, butnotlimited tothe City, theContractor, their respective agents, officers, employees andsubcontractors; theofficers, agents, andemployees ofsuch subcontractors; and third parties); and/or (2) death, bodilyinjury, illness, disease, worker's compensation, lossofservices, orloss ofincome orwages toanyperson (including butnot subcontractors, andthird parties), ii. "Fault" shallinclude the saleofdefective ornon- conforming deliverables, negligence, willful misconduct orabreach ofanylegally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THECITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUTOF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OFTHE CONTRACTOR, OR THE CONTRACTOR'SAGENTS, EMPLOYEES OR SUBCONTRACTORS, INTHE CONTRACT. NOTHING HEREIN SHALL BEDEEMED TOLIMIT THE RIGHTS OF THECITY ORTHECONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TOSEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR ANINDEMNIFIED CLAIM. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 32. INSURANCE: Thefollowing insurance requirements areapplicable, inaddition tothe specific insurance requirements detailed inAppendix Aforservices only. The successful firmshallprocure andmaintain insurance ofthetypesand inthe minimum amounts acceptable totheCity ofDenton. Theinsurance shallbewritten byacompany licensed todobusiness intheState of Texas and satisfactory totheCityofDenton. A. General Requirements: i. TheContractor shall ataminimum carry insurance inthetypes andamounts indicated andagreed to, assubmitted totheCityandapproved bytheCity within theprocurement process, fortheduration ofthe Contract, including extension options andholdover periods, andduring anywarranty period. endorsements required totheCityasverification ofcoverage priortocontract execution and within fourteen (14) calendar daysafterwritten request from theCity. Failure to provide therequired Certificate ofInsurance maysubject theOffer todisqualification from consideration foraward. The Contractor must alsoforward aCertificate ofInsurance tothe City whenever apreviously identified policy period has expired, oranextension option or holdoverperiod isexercised, asverification ofcontinuing coverage. iii. The Contractor shall notcommence workuntiltherequired insurance isobtained and until such insurance has beenreviewed bytheCity. Approval ofinsurance bythe Cityshall notrelieve ordecrease theliability oftheContractor hereunder andshall notbe construed tobealimitation ofliability on thepart oftheContractor. iv. The Contractor must submit certificates ofinsurance totheCity forallsubcontractors priortothesubcontractors commencing work ontheproject. companies licensed todobusiness intheStateofTexas atthetimethe policies areissued andshallbewritten bycompanies withA.M. Bestratings ofA- VII orbetter. TheCity Insurance Fund. vi. All endorsements naming the City asadditional insured, waivers, andnotices of cancellation endorsements aswell asthe Certificate ofInsurance shall contain the solicitation number andthe following information: CityofDenton Materials Management Department 901B TexasStreet Denton, Texas 76209 insured shown onanypolicy. Itisintended that policies required intheContract, covering both theCityandtheContractor, shallbeconsidered primary coverage asapplicable. viii. Ifinsurance policies arenotwritten foramounts agreed towiththeCity, theContractor shallcarry Umbrella orExcess Liability Insurance foranydifferences inamounts specified. IfExcess Liability Insurance isprovided, itshallfollow theformoftheprimary coverage. ix. TheCityshallbeentitled, upon request, atanagreed upon location, and without expense, toreview certified copies ofpolicies andendorsements thereto andmaymake any reasonable requests for deletion orrevision ormodification ofparticular policyterms, conditions, limitations, orexclusions except where policy provisions areestablished bylaw orregulations binding uponeither oftheparties hereto ortheunderwriter onanysuch policies. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 x. The Cityreserves the right toreview theinsurance requirements setforth during the effective period ofthe Contract andtomake reasonable adjustments toinsurance coverage, limits, andexclusions when deemed necessary andprudent bytheCitybased upon changes instatutory law, court decisions, theclaims history oftheindustry orfinancial condition oftheinsurance company aswell asthe Contractor. xi. The Contractor shall notcause anyinsurance tobecanceled norpermit any insurance tolapseduring thetermoftheContract orasrequired intheContract. xii. The Contractor shall beresponsible forpremiums, deductibles andself-insured retentions, ifany, stated inpolicies. All deductibles orself-insured retentions shall be disclosed ontheCertificate ofInsurance. x notice oferosion oftheaggregate limits below occurrence limits forallapplicable inwithinthe solicitation and requirements are required minimums andare notintended tolimit the responsibility orliability ofthe Contractor. B. Specific Coverage Requirements: Specific insurance requirements arecontained inthe solicitation instrument. 33. CLAIMS: Ifanyclaim, demand, suit, orother actionisasserted against theContractor which arises under orconcerns theContract, orwhich could have amaterial adverse effect onthe ctorshall give written notice thereof tothe Citywithin ten (10) calendar daysafter receipt ofnotice bytheContractor. Such noticetotheCity shallstatethedateofnotification ofanysuchclaim, demand, suit, orother action; thenames and addresses of theclaimant(s); thebasis thereof; and thenameofeach person against whom such claim isbeing asserted. Suchnotice shall bedelivered personally orbymailandshallbesent to theCityandtotheDenton CityAttorney. Personal delivery totheCityAttorney shall betoCity Hall, 215EastMcKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, allnotices, requests, orother communications required orappropriate tobe given under theContract shall beinwriting andshall be deemed delivered three (3) business daysafter postmarked ifsentbyU.S. Postal Service Certified orRegistered Mail, Return Receipt Requested. Notices delivered byothermeans shallbedeemed delivered upon receipt bytheaddressee. Routine communications maybemade byfirst class mail, telefax, or othercommercially accepted means. Notices totheContractor shallbesenttotheaddress specified totheCity shall beaddressed totheCity at901B TexasStreet, Denton, Texas 76209 andmarked totheattention ofthePurchasing Manager. 35. RIGHTS TOBID, PROPOSAL AND CONTRACTUAL MATERIAL: Allmaterial submitted bytheContractor totheCityshallbecome property oftheCity upon receipt. Any portions ofsuchmaterial claimed bytheContractor tobeproprietary mustbeclearly marked as such. Determination ofthepublic nature ofthematerial issubject totheTexas Public Information Act, Chapter 552, andTexas Government Code. 36. NOWARRANTY BYCITY AGAINST INFRINGEMENTS: The Contractor represents andwarrants totheCitythat: (i) theContractor shallprovide theCitygood andindefeasible title tothedeliverables and (ii) thedeliverables supplied bytheContractor inaccordance with the Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 specifications intheContract willnot infringe, directly orcontributorily, anypatent, trademark, copyright, trade secret, oranyother intellectual property right ofanykindofanythirdparty; that noclaims havebeenmade byanyperson orentity with respect totheownership oroperation of thedeliverables andtheContractor does not know ofanyvalid basis forany such claims. The Contractor shall, atitssole expense, defend, indemnify, andholdtheCity harmless from and against allliability, damages, andcosts (including court costs andreasonable feesofattorneys and intheworld oftherights assoc anditsuseofthedeliverables infringes the intellectual property rights ofanythirdparty; or (ii) inthisContract. Inthe eventofanysuch claim, theCityshallhavethe right tomonitor such claim oratitsoption engage itsown separate counsel toactasco- rding thedeliverables shall innowaydiminish the production, development, ordelivery ofsuchdeliverables willnotimpact such warranties of Contractor. 37. CONFIDENTIALITY: Inorder toprovide thedeliverables totheCity, Contractor may inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which theCityoritslicensors consider confidential) Confidential Information isthevaluable property ofthe Cityand/oritslicensors andany unauthorized use, disclosure, dissemination, orother release ofthe Confidential Information will substantially injuretheCity and/oritslicensors. TheContractor (including itsemployees, subcontractors, agents, orrepresentatives) agrees thatitwillmaintain theConfidential Information instrictconfidence andshallnotdisclose, disseminate, copy, divulge, recreate, orotherwise use theConfidential Information without the prior written consent ofthe Cityorinamanner not expressly permitted under thisAgreement, unless theConfidential Information isrequired tobe disclosed bylaworanorder ofanycourtorothergovernmental authority with proper jurisdiction, provided theContractor promptly notifies theCitybefore disclosing such information soasto permit the Cityreasonable time toseek anappropriate protective order. The Contractor agrees to useprotective measures noless stringent thantheContractor useswithinitsownbusiness toprotect itsownmost valuable information, which protective measures shallunder allcircumstances beat leastreasonable measures toensure the continued confidentiality oftheConfidential Information. 38. OWNERSHIP AND USEOFDELIVERABLES: TheCity shallown allrights, titles, and interests throughout the world inandtothe deliverables. A. Patents. Astoanypatentable subject matter contained inthedeliverables, the Contractor agrees todisclose suchpatentable subject matter tothe City. Further, ifrequested bytheCity, the Contractor agrees toassignand, ifnecessary, causeeachofits employees toassign theentire right, title, andinterest tospecific inventions under suchpatentable subject matter totheCityand to execute, acknowledge, anddeliver and, ifnecessary, causeeachofitsemployees toexecute, acknowledge, and deliver anassignment ofletters patent, inaform tobereasonably approved by theCity, totheCityupon request bytheCity. B. Copyrights. Astoanydeliverables containing copyrightable subject matter, the Contractor agrees thatupontheir creation, suchdeliverables shallbeconsidered aswork made-for-hirebythe Contractor fortheCity andtheCity shall ownallcopyrights inandtosuch deliverables, provided Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 however, thatnothing in Should byoperation oflaw, suchdeliverables notbeconsidered works made-for-hire, the Contractor hereby assigns totheCity (and agrees tocause each ofitsemployees providing services totheCityhereunder toexecute, acknowledge, anddeliver anassignment totheCityof) all worldwide right, title, andinterest inandtosuchdeliverables. With respect tosuchwork made- for-hire, the Contractor agrees toexecute, acknowledge, anddeliver and cause each ofits employees providing services totheCityhereunder toexecute, acknowledge, anddeliver awork- made-for-hire agreement, inaform tobereasonably approved bytheCity, totheCityupon delivery ofsuch deliverables totheCity oratsuchothertime astheCitymayrequest. C. Additional Assignments. The Contractor further agrees to, andifapplicable, cause eachofits employees to, execute, acknowledge, and deliver allapplications, specifications, oaths, assignments, and allother instruments which theCitymight reasonably deem necessary inorder toapply forand obtaincopyright protection, maskwork registration, trademark registration and/or protection, letters patent, oranysimilar rights inany and allcountries and inorder toassign and convey totheCity, itssuccessors, assigns andnominees, thesole and exclusive right, title, and interest inandtothe deliverables. deliver (orcause tobeexecuted, acknowledged, anddelivered) instruments orpaperssuchasthose described inthisParagraph 38a., b., andc. shallcontinue after thetermination ofthis Contract withrespect tosuch deliverables. IntheeventtheCityshould notseek toobtain copyright protection, mask work registration orpatent protection forany ofthedeliverables, butshould desire tokeepthesamesecret, theContractor agrees totreatthesame asConfidential Information undertheterms ofParagraph 37above. 39. PUBLICATIONS: Allpublished material andwritten reports submitted under theContract mustbeoriginally developed material unless otherwise specifically provided intheContract. When material notoriginally developed isincluded inareport inanyform, thesource shallbe identified. 40. ADVERTISING consent, the factthat the City hasentered intotheContract, except totheextent required bylaw. 41. NOCONTINGENT FEES: The Contractor warrants thatno person orselling agency has been employed orretained tosolicitorsecure theContract uponany agreement orunderstanding forcommission, percentage, brokerage, orcontingent fee, excepting bona fideemployees ofbona fideestablished commercial orselling agencies maintained bythe Contractor forthe purpose of securing business. Forbreach orviolation ofthiswarranty, theCityshall have theright, inaddition toany other remedy available, tocancel theContract without liability andtodeduct fromany amounts owedtotheContractor, orotherwise recover, thefull amount ofsuch commission, percentage, brokerage orcontingent fee. 42. GRATUITIES: TheCitymay, bywritten notice totheContractor, cancel theContract without liability ifitisdetermined bytheCity that gratuities wereoffered orgiven bytheContractor or anyagent orrepresentative oftheContractor toanyofficer oremployee oftheCityofDenton with aview toward securing theContract orsecuring favorable treatment with respect totheawarding oramending orthemaking ofanydeterminations withrespect totheperforming ofsuchcontract. Intheeventthe Contract iscanceled bythe City pursuant tothisprovision, the Cityshall be entitled, inaddition to anyotherrights and remedies, torecover orwithhold theamount ofthecost incurred bytheContractor inproviding suchgratuities. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 43. PROHIBITION AGAINST PERSONAL INTEREST INCONTRACTS: Noofficer, employee, independent consultant, orelected official oftheCity who isinvolved inthe development, evaluation, ordecision-making process of theperformance ofany solicitation shall have afinancial interest, direct orindirect, inthe Contract resulting from that solicitation. Any willful violation ofthissection shallconstitute impropriety inoffice, andanyofficer oremployee guilty thereof shall besubject todisciplinary action uptoandincluding dismissal. Any violation ofthisprovision, with the knowledge, expressed or implied, ofthe Contractor shall render the Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: TheContract shallnotbeconstrued ascreating an bethoseofanindependent contractor. TheContractor agrees and understands that theContract does notgrantanyrights orprivileges established foremployees of theCityofDenton, Texas for thepurposes ofincome tax, withholding, social security taxes, vacation orsickleave benefits, havesupervision and control oftheContractor oranyemployee oftheContractor, and itisexpressly understood that Contractor shallperform theservices hereunder according totheattached specifications atthegeneral direction oftheCity Manager oftheCity ofDenton, Texas, orhisdesignee under thisagreement. The contractor isexpressly freetoadvertise andperform services forother parties while performing services fortheCity. 45. ASSIGNMENT-DELEGATION: The Contract shallbebinding upon and ensure tothe benefit oftheCityandtheContractor andtheir respective successors andassigns, provided however, thatnoright orinterest intheContract shall beassigned and noobligation shallbe delegated bytheContractor without theprior written consent oftheCity. Any attempted assignment ordelegation bytheContractor shall bevoid unlessmade inconformity with this paragraph. TheContract isnot intended toconfer rightsorbenefits onanyperson, firmorentity notaparty hereto; itbeing theintention ofthe parties thatthere are nothirdpartybeneficiaries to the Contract. 46. WAIVER: Noclaim orright arising out ofabreach oftheContract can bedischarged inwhole orinpartbyawaiver orrenunciation oftheclaim orrightunless thewaiver orrenunciation is supported byconsideration andisinwriting signed bytheaggrieved party. Nowaiver byeither theContractor ortheCity ofanyoneormore events ofdefault bytheotherparty shalloperate as, orbeconstrued tobe, apermanent waiver ofanyrights orobligations under theContract, oran express orimplied acceptance ofanyother existing orfuture default ordefaults, whether ofa similar ordifferent character. 47. MODIFICATIONS: TheContract canbemodified oramended only byawriting signed by bothparties. Nopre-printed orsimilar terms onany theContractor invoice, orderorother document shall haveanyforce oreffect tochange theterms, covenants, andconditions of the Contract. 48. INTERPRETATION: TheContract is intended bytheparties asafinal, complete and exclusive statement oftheterms oftheiragreement. Nocourse ofprior dealing between theparties orcourse ofperformance orusage ofthetrade shall berelevant tosupplement orexplain any term used intheContract. Although theContract mayhavebeensubstantially drafted byone party, it Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 isthe intent oftheparties thatallprovisions beconstrued inamanner tobefairtoboth parties, reading noprovisions morestrictly against oneparty ortheother. Whenever aterm defined bythe Uniform Commercial Code, asenacted bytheStateofTexas, isused inthe Contract, theUCC definition shall control, unless otherwise defined intheContract. 49. DISPUTE RESOLUTION: A. Ifadispute arises out oforrelates totheContract, orthebreach thereof, theparties agree to negotiate prior toprosecuting asuit fordamages. However, thissection doesnotprohibit thefiling ofalawsuit totolltherunning ofastatute oflimitations ortoseekinjunctive relief. Either party may makeawritten request for ameeting between representatives ofeachparty within fourteen 14) calendar days after receipt oftherequest orsuch later periodasagreed bytheparties. Each partyshall include, ataminimum, one (1) senior level individual with decision-making authority regarding thedispute. Thepurpose ofthisandanysubsequent meeting istoattempt ingood faith tonegotiate aresolution ofthedispute. If, within thirty (30) calendar daysaftersuchmeeting, the parties have notsucceeded innegotiating aresolution ofthe dispute, they will proceed directly to mediation as described below. Negotiation may bewaived byawritten agreement signed byboth parties, inwhicheventtheparties may proceed directly tomediation asdescribed below. B. Iftheefforts toresolve thedispute through negotiation fail, ortheparties waive the negotiation process, theparties mayselect, within thirty (30) calendar days, amediator trained inmediation skills toassist withresolution ofthedispute. Should they choose thisoption; theCity and the Contractor agreetoactingood faith intheselection ofthemediator and togive consideration to qualified individuals nominated toactasmediator. Nothing intheContract prevents theparties from relying ontheskills ofapersonwhoistrained inthesubject matter ofthedispute oracontract interpretation expert. Iftheparties failtoagree onamediator within thirty (30) calendar daysof initiation ofthemediation process, themediator shallbeselected bytheDenton County Alternative Dispute Resolution Program (DCAP). Theparties agree toparticipate inmediation ingoodfaith for uptothirty (30) calendar days fromthe date ofthe firstmediation session. TheCity and the participation such asfeesforanyconsultants orattorneys theymayutilize torepresent them or otherwise assisttheminthemediation. 50. JURISDICTION AND VENUE: The Contract ismade under andshall begoverned bythe lawsoftheState ofTexas, including, when applicable, theUniform Commercial Code asadopted inTexas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding anyrule orprinciple that would refertoandapply thesubstantive law ofanother stateorjurisdiction. Allissuesarising from this Contract shallberesolved inthecourts ofDenton County, Texasandthe parties agreetosubmit totheexclusive personal jurisdiction ofsuch courts. The foregoing, however, shall not be construed orinterpreted tolimit orrestrict theright orability oftheCitytoseek and secure injunctive relief from anycompetent authority ascontemplated herein. 51. INVALIDITY: Theinvalidity, illegality, orunenforceability ofanyprovision oftheContract shall innoway affect thevalidity orenforceability ofany other portion orprovision ofthe Contract. Anyvoid provision shallbedeemed severed from the Contract and thebalance ofthe Contract shall beconstrued andenforced asifthe Contract did notcontain theparticular portion orprovision heldtobevoid. The parties further agreetoreform theContract toreplace any stricken provision with avalid provision thatcomes ascloseaspossible tothe intent ofthestricken provision. The provisions ofthis section shallnotprevent this entireContract from being void should aprovision which isthe essence oftheContract bedetermined tobevoid. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 52. HOLIDAYS: Thefollowing holidays areobserved bytheCity: MLKDay Memorial Day 4thofJuly Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) IfaLegalHoliday fallsonSaturday, itwill beobserved onthepreceding Friday. IfaLegal Holiday falls onSunday, itwill beobserved onthefollowing Monday. Normal hours ofoperation shallbe between 8:00amand 4:00pm, Monday through Friday, excluding CityofDenton Holidays. Any scheduled deliveries orwork performance notwithin thenormal hours ofoperation must be approved bytheCity Manager ofDenton, Texas orhisauthorized designee. 53. SURVIVABILITY OFOBLIGATIONS: Allprovisions ofthe Contract thatimpose continuing obligations ontheparties, including butnotlimited tothewarranty, indemnity, and confidentiality obligations oftheparties, shall survivetheexpiration ortermination oftheContract. 54. NON-SUSPENSION ORDEBARMENT CERTIFICATION: TheCityofDenton isprohibited from contracting withormaking prime orsub-awards toparties that aresuspended ordebarred orwhose principals aresuspended ordebarred from Federal, State, orCity ofDenton Contracts. Byaccepting aContract withthe City, theVendor certifies that its firm anditsprincipals arenotcurrently suspended ordebarred fromdoing business with the Federal Government, asindicated bytheGeneral Services Administration ListofParties Excluded fromFederal Procurement andNon-Procurement Programs, theState ofTexas, ortheCity of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: discriminatory employment practice. Noperson shall, onthe grounds ofrace, sex, sexual orientation, age, disability, creed, color, genetic testing, ornational origin, berefused the benefits of, orbeotherwise subjected todiscrimination under anyactivities resulting from thisRFQ. B. Americans with Disabilities Act (ADA) Compliance: engage inanydiscriminatory employment practice against individuals withdisabilities asdefined intheADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) Thefollowing federally funded requirements are applicable. A. Definitions. Asused inthis paragraph i. "Component" meansanarticle, material, orsupply incorporated directly into anendproduct. ii. "Costofcomponents" means Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 1) Forcomponents purchased bytheContractor, theacquisition cost, including transportation coststotheplaceofincorporation intotheendproduct (whether ornotsuchcosts arepaidtoa domestic firm), andany applicable duty (whether ornotaduty-freeentrycertificate isissued); or 2) Forcomponents manufactured bytheContractor, allcostsassociated with themanufacture of thecomponent, including transportation costs asdescribed inparagraph (1) ofthisdefinition, plus allocable overhead costs, butexcluding profit. Cost ofcomponents does notinclude any costs associated withthemanufacture oftheendproduct. iii. "Domestic end product" means- 1) Anunmanufactured endproduct mined orproduced intheUnited States; or 2) Anend product manufactured inthe United States, ifthecostofitscomponents mined, produced, ormanufactured intheUnited States exceeds 50 percent ofthecostofallits components. Components offoreign origin ofthesameclass orkind asthose that theagency determines arenot mined, produced, ormanufactured insufficient andreasonably available commercial quantities ofasatisfactory quality aretreated asdomestic. Scrap generated, collected, andprepared forprocessing intheUnited States isconsidered domestic. iv. "End product" means those articles, materials, andsupplies tobeacquired under thecontract forpublic use. v. "Foreign endproduct" means anendproduct other thanadomestic endproduct. vi. "United States" means the50States, theDistrict ofColumbia, and outlying areas. B. TheBuy American Act (41U.S.C. 10a - 10d) provides apreference fordomestic end products forsupplies acquired foruseintheUnited States. C. TheCity does not maintain alistofforeign articles that willbetreated asdomestic forthis Contract; butwillconsider for approval foreign articles asdomestic forthis product ifthearticles areonalistapproved byanother Governmental Agency. The Offeror shallsubmit documentation withtheirOffer demonstrating thatthearticle isonanapproved Governmental list. D. The Contractor shall deliver only domestic endproducts except totheextent that itspecified delivery offoreign endproducts inthe provision oftheSolicitation entitled "BuyAmerican Act Certificate". 57. RIGHT TOINFORMATION: The CityofDenton reserves therighttouseanyand all information presented inanyresponse tothiscontract, whether amended ornot, except as prohibited bylaw. Selection ofrejection ofthesubmittal doesnotaffect this right. 58. LICENSE FEES ORTAXES: Provided the solicitation requires anawarded contractor or supplier tobelicensed bythe StateofTexas, anyand allfeesandtaxes aretheresponsibility ofthe respondent. 59. PREVAILING WAGE RATES: The contractor shallcomply with prevailing wagerates as defined by theUnited States Department ofLabor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htmandatthe Wage Determinations website www.wdol.gov forDenton County, Texas (WD-2509). 60. COMPLIANCE WITH ALLSTATE, FEDERAL, AND LOCAL LAWS: The contractor orsupplier shall comply withallState, Federal, andLocal lawsand requirements. TheRespondent mustcomply with allapplicable lawsatalltimes, including, without limitation, thefollowing: (i) 36.02ofthe Texas PenalCode, which prohibits bribery; (ii) §36.09oftheTexas Penal Code, which prohibits theoffering orconferring ofbenefits topublic servants. The Respondent shall give allnotices andcomply with alllaws andregulations applicable tofurnishing and performance of the Contract. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shalldemonstrate on- sitecompliance withtheFederal TaxReform Actof1986, Section 1706, amending Section 530 oftheRevenue Actof1978, dealing with issuance ofForm W-2'stocommon lawemployees. Respondent isresponsible for bothfederal and State unemployment insurance coverage and allfederalandStatetaxlawsand withholding requirements. TheCity ofDenton shallnotbeliable toRespondent oritsemployees foranyUnemployment orWorkers' Compensation coverage, or federal orState withholding requirements. Contractor shall indemnify theCityofDenton and shall payallcosts, penalties, orlosses resulting from Respondent'somission orbreach ofthisSection. 62. DRUG FREE WORKPLACE: The contractor shall comply with theapplicable provisions oftheDrug-Free Work PlaceActof1988 (Public Law100-690, TitleV, Subtitle D; 41U.S.C. 701 ET SEQ.) and maintain adrug-freework environment; andthefinal rule, government-wide requirements fordrug-free work place (grants), issued bytheOffice ofManagement andBudget and theDepartment ofDefense (32CFR Part280, Subpart F) toimplement the provisions ofthe Drug-FreeWork Place Act of1988 isincorporated byreference and the contractor shall comply with the relevant provisions thereof, including anyamendments tothefinal rule thatmay hereafter beissued. 63. RESPONDENT LIABILITY FOR DAMAGE TOGOVERNMENT PROPERTY: The Respondent shallbeliable foralldamages togovernment-owned, leased, oroccupied property and equipment caused bytheRespondent anditsemployees, agents, subcontractors, andsuppliers, including anydelivery orcartage company, inconnection with anyperformance pursuant tothe Contract. TheRespondent shall notify theCity ofDenton Procurement Manager inwriting ofany suchdamage withinone (1) calendar day. 64. FORCE MAJEURE: TheCityofDenton, any Customer, and theRespondent shallnot be responsible forperformance under theContract should itbeprevented fromperformance byanact ofwar, order oflegalauthority, actofGod, orotherunavoidable cause notattributable tothefault ornegligence ofthe CityofDenton. Intheeventofanoccurrence under this Section, the Respondent will beexcused from any further performance orobservance ofthe requirements so affected foraslong assuch circumstances prevail and theRespondent continues touse commercially reasonable efforts torecommence performance orobservance whenever and to whatever extent possible without delay. The Respondent shallimmediately notifythe Cityof Denton Procurement Manager bytelephone (tobeconfirmed inwriting within five (5) calendar days oftheinception ofsuch occurrence) anddescribe atareasonable levelofdetail the circumstances causing thenon-performance ordelayinperformance. 65. NON-WAIVER OFRIGHTS: Failure ofaParty torequire performance byanother Party under theContract willnotaffecttheright ofsuchPartytorequire performance inthefuture. No delay, the Contract shalloperate tolimit, impair, preclude, cancel, waiveorotherwise affectsuchright orremedy. Awaiver byaParty ofanybreach ofanyterm oftheContract willnot beconstrued as awaiver ofanycontinuing orsucceeding breach. 66. NOWAIVER OFSOVEREIGN IMMUNITY: TheParties expressly agree thatnoprovision oftheContract isinanyway intended toconstitute awaiver bythe CityofDenton ofany immunities fromsuitorfrom liability thattheCityofDenton mayhave byoperation oflaw. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 67. RECORDS RETENTION: TheRespondent shall retain allfinancial records, supporting documents, statistical records, andanyother records orbooks relating totheperformances called forintheContract. TheRespondent shall retain allsuchrecords foraperiod offour (4) years after theexpiration oftheContract, oruntiltheCPAorStateAuditor'sOffice issatisfied thatallaudit andlitigation matters areresolved, whichever period islonger. TheRespondent shallgrant access toallbooks, records and documents pertinent tothe Contract tothe CPA, theState Auditor of Texas, andanyfederal governmental entitythat hasauthority to review records duetofederal fundsbeingspent under theContract. Should aconflict arisebetween any ofthecontract documents, itshallberesolved with the following order ofprecedence (ifapplicable). Inany event, thefinalnegotiated contract shall takeprecedence over any andallcontract documents totheextent ofsuch conflict. 1. Final negotiated contract 2. RFP/Biddocuments 3. 4. Purchase order 5. Supplier terms and conditions Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 ExhibitD INSURANCE REQUIREMENTS AND COMPENSATION REQUIREMENTS Upon contract execution, allinsurance requirements shallbecome contractual obligations, which the successful contractor shall haveaduty tomaintain throughout the course ofthiscontract. STANDARD PROVISIONS: Without limiting anyoftheotherobligations orliabilities oftheContractor, theContractor shallprovide andmaintain untilthecontracted work has been completed and accepted by theCity ofDenton, Owner, theminimum insurance coverage asindicated hereinafter. Contractor shallfilewiththePurchasing Department satisfactory certificates ofinsurance including anyapplicable addendum orendorsements, containing thecontract numberand titleoftheproject. Contractor may, upon written request tothePurchasing Department, askforclarification ofanyinsurance requirements atanytime; however, Contractor shall notcommence anywork ordeliver anymaterial untilheorshereceives notification that thecontract hasbeen accepted, approved, andsigned bytheCityofDenton. Allinsurance policies proposed orobtained insatisfaction ofthese requirements shall comply withthefollowing general specifications, andshallbemaintained incompliance with these general specifications throughout theduration oftheContract, orlonger, ifso noted: EachpolicyshallbeissuedbyacompanyauthorizedtodobusinessintheStateofTexas withanA.M. BestCompanyratingofatleastAorbetter. Anydeductiblesorself-insuredretentionsshallbedeclaredintheproposal. Ifrequested bytheCity, theinsurershallreduceoreliminatesuchdeductiblesorself-insuredretentions withrespecttotheCity, itsofficials, agents, employeesandvolunteers; or, thecontractor shallprocureabondguaranteeingpaymentoflossesandrelatedinvestigations, claim administrationanddefenseexpenses. Liabilitypoliciesshallbeendorsedtoprovidethefollowing: NameasAdditionalInsured theCityofDenton, itsOfficials, Agents, Employees andvolunteers. ThatsuchinsuranceisprimarytoanyotherinsuranceavailabletotheAdditional Insured withrespecttoclaimscoveredunderthepolicyandthatthisinsurance appliesseparatelytoeachinsuredagainstwhomclaimismadeorsuitisbrought. Theinclusionofmorethanoneinsuredshallnotoperatetoincreasetheinsurer's limitofliability. ProvideaWaiverofSubrogationinfavoroftheCityofDenton, itsofficials, agents, employees, andvolunteers. Cancellation: City requires 30day written noticeshould anyofthepolicies described onthecertificate becancelled ormaterially changed before the expiration date. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Shouldanyoftherequiredinsurancebeprovidedunderaclaimsmadeform, Contractor shallmaintainsuchcoveragecontinuously throughoutthetermofthiscontractand, withoutlapse, foraperiodofthreeyearsbeyondthecontractexpiration, suchthat occurrences arisingduringthecontracttermwhichgiverisetoclaimsmadeafter expirationofthecontractshallbecovered. Shouldanyoftherequiredinsurancebeprovidedunderaformofcoveragethatincludes ageneralannualaggregatelimitprovidingforclaimsinvestigation orlegaldefensecosts tobeincludedinthegeneralannualaggregatelimit, theContractorshalleitherdoublethe occurrencelimitsorobtainOwnersandContractors ProtectiveLiabilityInsurance. Shouldanyrequiredinsurancelapseduringthecontractterm, requestsforpayments originatingaftersuchlapseshallnotbeprocesseduntiltheCityreceivessatisfactory evidenceofreinstatedcoverageasrequiredbythiscontract, effectiveasofthelapsedate. Ifinsuranceisnotreinstated, Citymay, atitssoleoption, terminatethisagreement effectiveonthedateofthelapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: Allinsurance policies proposed orobtained insatisfaction ofthisContract shall additionally comply withthefollowing marked specifications, andshallbemaintained in compliance withthese additional specifications throughout theduration oftheContract, orlonger, ifsonoted: X\] A. General Liability Insurance: GeneralLiabilityinsurancewithcombinedsinglelimitsofnotlessthan $1,000,000.00 shallbeprovidedandmaintainedbytheContractor. Thepolicyshallbewrittenonan occurrencebasiseitherinasinglepolicyorinacombinationofunderlying and umbrellaorexcesspolicies. IftheCommercialGeneralLiabilityform (ISOFormCG0001currentedition) isused: CoverageAshallincludepremises, operations, products, andcompleted operations, independentcontractors, contractual liabilitycoveringthis contractandbroadformpropertydamagecoverage. CoverageBshallincludepersonalinjury. CoverageC, medicalpayments, isnotrequired. IftheComprehensiveGeneralLiabilityform (ISOFormGL0002CurrentEdition andISOFormGL0404) isused, itshallincludeatleast: BodilyinjuryandPropertyDamageLiabilityforpremises, operations, products andcompletedoperations, independentcontractorsandpropertydamage resultingfromexplosion, collapseorunderground (XCU) exposures. Broadformcontractualliability (preferablybyendorsement) coveringthis contract, personalinjuryliabilityandbroadformpropertydamageliability. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 X\] Automobile Liability Insurance: Contractor shallprovideCommercialAutomobileLiabilityinsurancewithCombinedSingle Limits (CSL) ofnotlessthan $500,000 eitherinasinglepolicyorinacombinationofbasic andumbrellaorexcesspolicies. Thepolicywillincludebodilyinjuryandpropertydamage liabilityarisingoutoftheoperation, maintenanceanduseofallautomobilesandmobile equipmentusedinconjunctionwiththiscontract. Satisfaction oftheaboverequirementshallbeintheformofapolicyendorsement for: anyauto, or allownedhiredandnon-ownedautos. X\] Workers Compensation Insurance ContractorshallpurchaseandmaintainWorkers Compensationinsurancewhich, in additiontomeetingtheminimumstatutoryrequirements forissuanceofsuchinsurance, hasEmployer'sLiabilitylimitsofatleast $100,000foreachaccident, $100,000pereach employee, anda $500,000policylimitforoccupational disease. TheCityneednotbe namedasan "Additional Insured" buttheinsurershallagreetowaiveallrightsof subrogationagainsttheCity, itsofficials, agents, employeesandvolunteers foranywork performedfortheCitybytheNamedInsured. Forbuildingorconstruction projects, the Contractor shallcomplywiththeprovisionsofAttachment 1inaccordance with §406.096 oftheTexasLaborCodeandrule28TAC110.110oftheTexasWorkersCompensation Commission (TWCC). Owner'sand Contractor'sProtective Liability Insurance TheContractorshallobtain, payforandmaintainatalltimesduringtheprosecutionofthe workunderthiscontract, anOwner'sandContractor'sProtectiveLiabilityinsurancepolicy namingtheCityasinsuredforpropertydamageandbodilyinjurywhichmayariseinthe prosecution oftheworkorContractor'soperationsunderthiscontract. Coverageshallbe thatcarriestheContractor'sliabilityinsurance. Policylimitswillbeatleast $500,000.00 combined bodilyinjuryandpropertydamageperoccurrencewitha $1,000,000.00 aggregate. Fire Damage Legal Liability Insurance CoverageisrequiredifBroadformGeneralLiabilityisnotprovidedorisunavailabletothe contractororifacontractorleasesorrentsaportionofaCitybuilding. Limitsofnotless than eachoccurrencearerequired. Professional Liability Insurance Professionalliabilityinsurancewithlimitsnotlessthan $1,000,000.00 perclaimwith respecttonegligentacts, errorsoromissionsinconnectionwithprofessional servicesis requiredunderthisAgreement. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Builders' Risk Insurance Builders' RiskInsurance, onanAll-Riskformfor100% ofthecompleted valueshallbe provided. Suchpolicyshallincludeas "NamedInsured" theCityofDentonandall subcontractors astheirinterestsmayappear. Environmental Liability Insurance Environmental liabilityinsurancefor $1,000,000tocoverallhazardscontemplatedbythis contract. Riggers Insurance Saidcoveragemaybe tingCGLcoverage; throughand Installation Floatercoveringriggingcontractors; orthroughISOformIH00911211, Saidcoverageshallmirrorthelimitsprovidedbythe CGLcoverage Commercial Crime Providescoverageforthetheftordisappearance ofcashorchecks, robberyinside/outside thepremises, burglaryofthepremises, andemployeefidelity. Theemployeefidelity ployees, includingnewhires. Thistypeinsuranceshouldberequiredifthecontractorhasaccess toCityfunds. Limitsofnotlessthan $ eachoccurrencearerequired. Additional Insurance Otherinsurancemayberequiredonanindividual basisforextrahazardouscontractsand specificserviceagreements. Ifsuchadditionalinsurance isrequiredforaspecific contract, thatrequirementwillbedescribedinthe "SpecificConditions" ofthecontract specifications. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 ATTACHMENT 1 X\] GovernmentalEntities A. Definitions: Certificate ofcoverage ("certificate")-Acopyofacertificate ofinsurance, a certificate ofauthoritytoself-insureissuedbythe commission, oracoverage agreement (TWCC-81, TWCC-82, TWCC-83, orTWCC-84), showingstatutory workers' compensation insurance coverage fortheperson'sorentity's employees providing services onaproject, fortheduration oftheproject. Duration oftheproject - includes thetimefromthebeginning ofthework on theprojectuntilthecontractor's/person'sworkontheprojecthasbeen completed andaccepted bythegovernmental entity. Persons providing services ontheproject ("subcontractor" in §406.096) - includes allpersons orentitiesperforming allorpartoftheservices the contractor hasundertaken toperform ontheproject, regardless ofwhether thatperson contracted directly withthecontractor andregardless ofwhether that person has employees. This includes, withoutlimitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees ofanysuchentity, oremployees ofanyentity which furnishes persons toprovide services ontheproject. "Services" include, without limitation, providing, hauling, ordelivering equipment ormaterials, or providing labor, transportation, orotherservice related toaproject. "Services" doesnot include activities unrelated totheproject, suchasfood/beverage vendors, officesupply deliveries, anddelivery ofportable toilets. B. The contractor shallprovide coverage, basedon proper reporting of classification codesandpayroll amounts and filing ofany overage agreements, whichmeetsthestatutory requirements ofTexasLaborCode, Section 401.011(44) forallemployees oftheContractor providing serviceson theproject, fortheduration oftheproject. C. TheContractor mustprovide acertificate ofcoverage tothegovernmental entitypriortobeing awardedthecontract. D. Ifthecoverageperiodshown onthecontractor'scurrentcertificate ofcoverage ends during theduration oftheproject, thecontractor must, prior totheendof thecoverage period, fileanewcertificate ofcoverage withthegovernmental entityshowing thatcoverage hasbeenextended. E. Thecontractor shallobtain fromeachpersonproviding services onaproject, andprovide tothegovernmental entity: Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 1. acertificate ofcoverage, priortothatperson beginning workonthe project, sothe governmental entity willhave onfilecertificates of coverage showing coverage forallpersons providing services onthe project; and 2. nolater thansevendaysafterreceipt bythe contractor, anewcertificate ofcoverage showing extension ofcoverage, ifthe coverage period shown onthecurrentcertificate ofcoverage endsduring theduration of the project. F. Thecontractor shall retain allrequired certificates ofcoverage fortheduration oftheproject andforoneyearthereafter. G. Thecontractor shallnotifythegovernmental entity inwritingbycertifiedmail orpersonal delivery, within 10daysafter thecontractor kneworshouldhave known, ofanychange thatmaterially affects theprovision ofcoverage ofany person providing services ontheproject. H. Thecontractor shallpostoneachprojectsiteanotice, inthetext, formand mannerprescribed bytheTexas Workers' Compensation Commission, informing allpersons providing services ontheprojectthattheyarerequired tobecovered, andstating how aperson mayverifycoverage andreport lack ofcoverage. I. Thecontractor shallcontractually require eachperson withwhom itcontracts toprovide services onaproject, to: 1. provide coverage, based onproper reporting ofclassification codesand payroll amounts andfilingofanycoverage agreements, whichmeets the statutoryrequirements ofTexasLaborCode, Section401.011(44) forallof itsemployees providing services ontheproject, fortheduration ofthe project; 2. providetothecontractor, priortothatperson beginning workontheproject, acertificate ofcoverage showingthatcoverage isbeingprovided forall employees oftheperson providing services ontheproject, fortheduration oftheproject; 3. provide thecontractor, priortotheendofthecoverage period, anew certificate ofcoverage showingextension ofcoverage, ifthecoverage period shownonthecurrent certificate ofcoverage endsduringtheduration oftheproject; 4. obtain fromeachotherpersonwithwhomitcontracts, andprovide tothe contractor: a. acertificate ofcoverage, priortotheother person beginning work onthe project; and Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 b. anewcertificate ofcoverage showing extension ofcoverage, priortothe endofthecoverageperiod, ifthecoverage periodshownonthecurrent certificate ofcoverage ends during theduration ofthe project; 5. retainallrequired certificates ofcoverage onfilefortheduration ofthe projectandforoneyearthereafter; 6. notifythegovernmental entity inwriting bycertified mailorpersonal delivery, within10daysafterthepersonkneworshould haveknown, ofany change that materially affectstheprovision ofcoverage ofanyperson providing servicesontheproject; and 7. Contractually require eachperson withwhom itcontracts, to perform as required byparagraphs (1) - (7), with thecertificates ofcoverage tobe provided tothepersonforwhomtheyareproviding services. J. Bysigningthiscontract orproviding orcausingtobeprovided acertificate of coverage, thecontractor is representing tothegovernmental entitythatall employees ofthecontractor who willprovide services ontheprojectwill be covered byworkers' compensation coverage fortheduration oftheproject, thatthecoverage willbebased onproperreporting ofclassification codes and payrollamounts, andthat allcoverage agreements willbefiledwith the appropriate insurance carrier or, inthecase ofaself-insured, with the commission'sDivision ofSelf-Insurance Regulation. Providing falseor misleading information maysubject thecontractor toadministrative penalties, criminal penalties, civil penalties, orothercivilactions. K. Th contract bythecontractor whichentitles thegovernmental entitytodeclare the contract voidifthecontractor does notremedythebreach within tendaysafter receipt ofnoticeofbreach fromthegovernmental entity. Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Exhibit E Certificate ofInterested Parties Electronic Filing In2015, theTexas Legislature adopted House Bill1295, whichadded section 2252.908ofthe Government Code. Thelawstates thatthe Citymay notenter intothiscontract unless the Contractor submits adisclosure ofinterested parties (Form1295) totheCityatthe timethe Contractor submits thesigned contract. The TexasEthicsCommission hasadopted rulesrequiring thebusiness entity tofileForm1295 electronically with theCommission. Contractor will berequired tofurnish aCertificate ofInterest Parties before thecontract is awarded, inaccordance withGovernment Code 2252.908. The contractor shall: 1. Log onto the StateEthics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2. Register utilizing thetutorial provided bytheState 3. Printacopyofthecompleted Form 1295 4. EntertheCertificate Number onpage 2ofthiscontract. 5. Complete andsigntheForm 1295 6. Email theform topurchasing@cityofdenton.comwiththecontract number inthesubject line. EX: Contract 1234 Form1295) The City mustacknowledge thereceipt ofthefiledForm 1295not laterthan the 30thdayafter Council award. Once aForm 1295isacknowledged, itwillbeposted tothe Texas Ethics Contract # 6870 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 EXHIBIT F IFB6870PricingSheetforTreeTrimming & RemovalServices w .ǒƭźƓĻƭƭbƒĻEliteTreeService LLCtt ƚŅ .ǒƭźƓĻƭƭΛ/źƷǤ ğƓķ {ƷğƷĻΜPlano TXARO numberofEst. CostofServiceITEMAnnual UOM(Days) to comingoutPruningaccodingtoANSIA300standardsCrewQuantityto Jobsite Iw a /ƩĻǞў ΛЊΜƩĻĻ ĭƌźƒĬĻƩ Ώ ΛЊΜ D a ЉЉЋ Iw a /ƩĻǞ ў ΛЋΜ ƩĻĻ /ƌźƒĬĻƩƭ Ώ ΛЊΜ DaЉЉЋ AROnumber of (Days) Est. tocomingouttoITEMAnnualUOMTreeRemovalaccordingtoANSIZ133.1 standardsCostof Service Jobsite Quantity Iwa /ƩĻǞ ў ΛЊΜƩĻĻ ĭƌźƒĬĻƩ Ώ ΛЊΜ D a ЉЉЋIw a /ƩĻǞ ўΛЋΜƩĻĻ /ƌźƒĬĻƩƭ ΏΛЊΜD aЉЉЋ AROnumberof (Days) Est. to comingout toITEMAnnualUOM Emergency Response Cost of ServiceQuantityJobsite Iw a /ƩĻǞўΛЊΜ ƩĻĻ ĭƌźƒ ĬĻƩ Ώ ΛЊΜ Da ЉЉЊ Iw a /ƩĻǞў ΛЋΜ ƩĻĻ / ƌźƒĬĻƩƭΏ ΛЊΜD aЉЉЊAROnumberof (Days) Est. tocomingouttoITEMAnnual UOMCost of ServiceGeneral Services - Optional Jobsite QuantityL{ƷǒƒƦ D DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Exhibit House Bill89 - Government Code 2270 VERIFICATION I, _______________________________________________, theundersigned representativeof ______________________________CompanyorBusinessname hereafterreferredtoascompany), being anadultovertheageofeighteen (18) yearsofage, verifythatthecompanynamed-above, undertheprovisionsof SubtitleF, Title10, GovernmentCodeChapter2270: 1. DoesnotboycottIsraelcurrently; and 2. WillnotboycottIsraelduringthetermofthecontracttheabove-named Company, businessorindividualwithCityofDenton. Pursuant toSection 2270.001, Texas Government Code: 1. with, orotherwise taking anyaction that isintended topenalize, inflict economic harm on, orlimit commercial relations specifically withIsrael, or withaperson orentity doing business inIsrael orinan Israeli-controlled territory, butdoes notinclude anaction made forordinary business purposes; and 2. -profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, oranylimited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate ofthose entities orbusiness associations that exist tomake aprofit. NameofCompanyRepresentative (Print) SignatureofCompanyRepresentative Date DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Exhibit Senate Bill 252 -Government Code 2252 CERTIFICATION I, ______________________________________________, theundersigned representativeof ________________________________________________ Companyorbusinessname) beinganadultovertheageofeighteen (18) yearsof age, pursuanttoTexasGovernmentCode, Chapter2252, Section2252.152and Section2252.153, certifythatthecompanynamedaboveisnotlistedonthe websiteoftheComptrolleroftheStateofTexasconcerningthelistingof companiesthatareidentifiedunderSection806.051, Section807.051orSection 2253.153. Ifurthercertifythatshouldtheabove-namedcompanyenterintoa contractthatisonsaidlistingofcompaniesonthewebsiteoftheComptrollerof theStateofTexaswhichdobusinesswithIran, SudanoranyForeignTerrorist ManagementDepartment. NameofCompanyRepresentative (Print) SignatureofCompanyRepresentative Date DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Exhibit CONFLICTOFINTERESTQUESTIONNAIRE - FORMCIQ Forvendororotherpersondoingbusinesswithlocalgovernmentalentity Thisquestionnaire reflectschangesmadetothelawbyH.B. 23, 84thLeg., RegularSession. This questionnaire isbeing filed inaccordance withChapter 176, Local Government Code, byavendor whohasabusiness relationship as defined bySection 176.001(1-a) with alocal governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must befiled with therecords administrator ofthelocal government entity notlater than the 7thbusiness day after the date thevendor becomes aware offacts that require thestatement tobefiled. SeeSection 176.006(a-1), Local Government Code. Avendor commits anoffense ifthevendor knowingly violates Section 176.006, Local Government Code. Anoffense under thissection isa misdemeanor. Nameofvendor whohasabusiness relationship withlocalgovernmental entity. 1 2 Check thisboxifyouarefilinganupdatetoapreviously filedquestionnaire. thThelawrequiresthatyoufileanupdatedcompletedquestionnairewiththeappropriatefilingauthoritynotlaterthanthe7business dayafterthedateonwhichyoubecame aware thattheoriginally filedquestionnaire was incomplete orinaccurate.) 3 Name oflocalgovernment officer about whom theinformation inthissection isbeingdisclosed. Name ofOfficer Thissection, (item 3including subparts A, B, C & D), must becompleted foreach officer with whom thevendor hasanemployment orother business relationship asdefined bySection 176.001(1-a), Local Government Code. Attachadditional pages tothisFormCIQ asnecessary. A. Isthelocalgovernment officer named inthissection receiving orlikelytoreceive taxable income, other than investment income, from thevendor? Yes No B. Isthevendor receiving orlikely toreceive taxable income, other than investment income, from oratthedirection ofthelocalgovernment officer named inthis section AND thetaxable income isnot received from thelocal governmental entity? Yes No C. Isthefiler ofthisquestionnaire employed byacorporation orother business entitywithrespect towhich thelocal government officer serves asan officer ordirector, orholdsanownership ofonepercent ormore? Yes No D. Describe eachemployment orbusiness andfamily relationship withthelocal government officer named inthis section. 4 IhavenoConflictofInterest todisclose. 5 Signature ofvendor doing business withthegovernmental entity Date Certificate OfCompletion Envelope Id: A4AAEC2804FD46EEA0FF561B6E7853A8Status: Completed Subject: Please DocuSign: City Council Contract 6870 Source Envelope: Document Pages: 35Signatures: 8Envelope Originator: Certificate Pages: 6Initials: 0Jody Word AutoNav: Enabled901B Texas Street EnvelopeId Stamping: EnabledDenton, TX 76209 Time Zone: (UTC-08:00) Pacific Time (US & Canada)jody.word@cityofdenton.com IPAddress: 129.120.6.150 Record Tracking Status: OriginalHolder: Jody WordLocation: DocuSign 10/16/2018 11:07:23AM jody.word@cityofdenton.com Signer EventsSignatureTimestamp Jody WordSent: 10/16/2018 11:10:31 AMCompleted jody.word@cityofdenton.comViewed: 10/16/2018 11:10:44 AM BuyerSigned: 10/16/2018 11:12:45 AM Using IPAddress: 129.120.6.150CityofDenton Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Mack ReinwandSent: 10/16/2018 11:12:48 AM mack.reinwand@cityofdenton.comViewed: 10/16/2018 11:21:12 AM City of DentonSigned: 10/16/2018 11:22:09 AM Security Level: Email, Account Authentication Signature Adoption: Pre-selected StyleNone) Using IPAddress: 129.120.6.150 ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Brent VaughanSent: 10/16/2018 11:22:11 AM brentvaughan@tx.rr.comViewed: 10/16/2018 11:38:41 AM PresidentSigned: 10/16/2018 11:48:11 AM EliteTree Service LLC Signature Adoption: Drawn onDeviceSecurityLevel: Email, Account Authentication Using IPAddress: 76.182.216.127None) ElectronicRecordandSignatureDisclosure: Accepted: 10/16/2018 11:38:41AM ID: 8e705f89-2d83-4c83-a0a6-64175fa1d235 Gary PackanSent: 10/16/2018 11:48:13 AM Gary.packan@cityofdenton.comViewed: 10/16/2018 11:56:50 AM Director of Parks and RecreationSigned: 10/16/2018 11:57:38 AM Security Level: Email, Account Authentication Signature Adoption: Drawn onDeviceNone) Using IPAddress: 47.190.47.120 Signed using mobile ElectronicRecordandSignatureDisclosure: Accepted: 10/16/2018 11:56:50AM ID: 24269a46-40f6-4b12-b348-3519aaead46f Signer EventsSignatureTimestamp Tabitha MillsopSent: 10/16/2018 11:57:40 AMCompleted tabitha.millsop@cityofdenton.comViewed: 11/7/2018 8:11:21 AM City of DentonSigned: 11/7/2018 8:11:38 AM Using IPAddress: 129.120.6.150SecurityLevel: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Todd HilemanSent: 11/7/2018 8:11:42 AM Todd.Hileman@cityofdenton.comViewed: 11/7/2018 8:48:24 AM City ManagerSigned: 11/7/2018 8:48:32 AM City ofDenton Signature Adoption: Pre-selected StyleSecurityLevel: Email, Account Authentication Using IPAddress: 47.190.47.120None) Signed using mobile ElectronicRecordandSignatureDisclosure: Accepted: 7/25/2017 9:02:14AM ID: 57619fbf-2aec-4b1f-805d-6bd7d9966f21 Jennifer WaltersSent: 11/7/2018 8:48:34 AM jennifer.walters@cityofdenton.comViewed: 11/8/2018 11:36:58 AM City SecretarySigned: 11/8/2018 11:37:21 AM City ofDenton Signature Adoption: Pre-selected StyleSecurityLevel: Email, Account Authentication Using IPAddress: 129.120.6.150None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign InPerson Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Sherri ThurmanSent: 10/16/2018 11:12:47 AM sherri.thurman@cityofdenton.com City ofDenton Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Jane RichardsonSent: 11/7/2018 8:11:41 AM jane.richardson@cityofdenton.com Assistant CitySecretary City ofDenton Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Carbon Copy EventsStatusTimestamp Jennifer BridgesSent: 11/8/2018 11:37:24 AM jennifer.bridges@cityofdenton.com Procurement Assistant City ofDenton Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Jane RichardsonSent: 11/8/2018 11:37:25 AM jane.richardson@cityofdenton.comViewed: 11/9/2018 2:03:57 PM Assistant CitySecretary City ofDenton Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Russell KochSent: 11/8/2018 11:37:26 AM Russell.Koch@cityofdenton.comViewed: 11/9/2018 5:18:33 AM Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Marshall McGeeSent: 11/8/2018 11:37:27 AM Marshall.McGee@cityofdenton.comViewed: 11/8/2018 1:09:41 PM Security Level: Email, Account Authentication None) ElectronicRecordandSignatureDisclosure: Not Offered viaDocuSign Notary EventsSignatureTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted11/8/2018 11:37:27 AM Certified DeliveredSecurity Checked11/8/2018 11:37:27 AM Signing CompleteSecurity Checked11/8/2018 11:37:27 AM CompletedSecurity Checked11/8/2018 11:37:27 AM Payment EventsStatusTimestamps Electronic Record andSignature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE Fromtimetotime, CityofDenton (we, usorCompany) mayberequired bylawtoprovide to youcertainwritten noticesordisclosures. Described belowarethetermsandconditions for providing toyousuchnoticesanddisclosures electronically throughyourDocuSign, Inc. DocuSign) Express useraccount. Pleasereadtheinformation belowcarefullyandthoroughly, andifyoucanaccessthisinformation electronically toyoursatisfactionandagreetotheseterms andconditions, pleaseconfirmyouragreement byclickingthe 'Iagree' button atthebottomof thisdocument. Getting paper copies Atanytime, youmayrequestfromusapapercopyofanyrecordprovided ormadeavailable electronically toyoubyus. Forsuchcopies, aslongasyouareanauthorized userofthe DocuSignsystemyouwillhavetheabilitytodownloadandprintanydocuments wesendtoyou throughyourDocuSignuseraccountforalimitedperiod oftime (usually 30days) aftersuch documents arefirstsenttoyou. Aftersuchtime, ifyouwishforustosendyoupapercopiesof anysuchdocuments fromourofficetoyou, youwillbechargeda $0.00per-pagefee. Youmay requestdeliveryofsuchpapercopiesfromusbyfollowing theprocedure describedbelow. Withdrawing your consent Ifyoudecide toreceivenoticesanddisclosures fromuselectronically, youmayatanytime changeyourmindandtellusthatthereafter youwanttoreceive required noticesanddisclosures onlyinpaperformat. Howyoumustinformusofyourdecisiontoreceivefuturenoticesand disclosure inpaperformatandwithdrawyourconsenttoreceive noticesanddisclosures electronically isdescribed below. Consequences ofchanging your mind Ifyouelecttoreceiverequirednotices anddisclosuresonlyinpaperformat, itwillslowthe speedatwhichwecancompletecertainstepsintransactionswithyouanddelivering servicesto youbecausewewillneedfirsttosendtherequirednoticesordisclosures toyouinpaperformat, andthenwaituntilwereceivebackfromyouyour acknowledgment ofyourreceiptofsuch papernotices ordisclosures. Toindicatetousthatyouarechanging yourmind, youmust withdrawyourconsentusingtheDocuSign 'WithdrawConsent' formonthesigningpageofyour DocuSign account. Thiswillindicate tousthatyouhavewithdrawn yourconsent toreceive required noticesanddisclosureselectronically fromusandyouwillnolongerbeabletouseyour DocuSignExpress useraccounttoreceiverequirednotices andconsentselectronically fromus ortosignelectronically documents fromus. Allnotices and disclosures will be sent toyou electronically Unlessyoutellusotherwise inaccordance withtheproceduresdescribed herein, wewillprovide electronically toyouthroughyourDocuSignuseraccount allrequired notices, disclosures, authorizations, acknowledgements, andotherdocuments thatarerequiredtobeprovided or madeavailabletoyouduringthecourseofourrelationship withyou. Toreducethechanceof youinadvertently notreceivinganynoticeordisclosure, weprefertoprovidealloftherequired noticesanddisclosures toyoubythesamemethodandtothesameaddressthatyouhavegiven us. Thus, youcanreceiveallthedisclosuresandnoticeselectronicallyorinpaperformatthrough thepapermaildeliverysystem. Ifyoudonotagreewiththisprocess, pleaseletusknowas describedbelow. Pleasealsoseetheparagraph immediately abovethatdescribes the consequences ofyourelectingnottoreceivedeliveryofthenoticesanddisclosures electronically fromus. How to contact City ofDenton: Youmaycontactustoletusknowofyourchanges astohowwemaycontactyouelectronically, torequestpapercopiesofcertaininformation fromus, andtowithdrawyourpriorconsentto receivenoticesanddisclosures electronically asfollows: Tocontactusbyemailsendmessages to: purchasing@cityofdenton.com To advise City ofDenton of your new e-mailaddress Toletusknowofachangeinyoure-mailaddresswhere weshouldsendnoticesanddisclosures electronically toyou, youmustsendanemailmessagetousatmelissa.kraft@cityofdenton.com andinthebodyofsuchrequest youmuststate: yourprevious e-mailaddress, yournewe-mail address. Wedonotrequire anyotherinformationfromyoutochangeyouremailaddress.. Inaddition, youmustnotifyDocuSign, Inctoarrange foryournewemailaddress tobereflected inyourDocuSign accountbyfollowingtheprocess forchanging e-mailinDocuSign. To request paper copies from City ofDenton Torequestdelivery fromusofpapercopies ofthenoticesanddisclosures previouslyprovided byustoyouelectronically, youmustsendusane-mailtopurchasing@cityofdenton.comandin thebodyofsuchrequestyoumuststateyoure-mailaddress, fullname, USPostaladdress, and telephonenumber. Wewillbillyouforanyfeesatthattime, ifany. Towithdraw your consent with City ofDenton Toinformusthatyounolongerwant toreceivefuturenoticesanddisclosuresinelectronic formatyoumay: i. decline tosignadocumentfromwithinyourDocuSign account, andonthesubsequent page, selectthecheck-boxindicating youwishtowithdrawyourconsent, oryoumay; ii. sendusane-mailtopurchasing@cityofdenton.comandinthebodyofsuchrequestyou muststateyoure-mail, fullname, ISPostalAddress, telephone number, andaccount number. Wedonotneedanyotherinformation fromyoutowithdraw consent.. The consequences ofyourwithdrawing consentforonline documentswillbethattransactions maytakealonger timetoprocess.. Required hardware and software OperatingSystems: Windows2000? orWindowsXP? Browsers (forSENDERS): Internet Explorer 6.0? orabove Browsers (forSIGNERS): Internet Explorer6.0?, MozillaFireFox 1.0, NetScape 7.2 (orabove) Email: Accesstoavalidemailaccount Screen Resolution: 800x600minimum EnabledSecuritySettings: Allowpersessioncookies Usersaccessing theinternetbehindaProxy ServermustenableHTTP1.1settingsvia proxyconnection Theseminimum requirements aresubject tochange. Iftheserequirements change, wewill provideyouwithanemailmessage attheemailaddresswehaveonfileforyouatthattime providingyouwiththerevised hardwareandsoftwarerequirements, atwhichtimeyouwill havetherighttowithdraw yourconsent. Acknowledging your access andconsent toreceive materials electronically Toconfirmtousthatyoucanaccessthisinformation electronically, whichwillbesimilarto otherelectronic noticesanddisclosures thatwewillprovidetoyou, pleaseverifythatyou wereabletoreadthiselectronic disclosureandthatyoualsowereabletoprintonpaperor electronically savethispageforyourfuture referenceandaccessorthatyouwereableto e-mailthisdisclosureandconsenttoanaddresswhereyouwillbeabletoprintonpaperor saveitforyourfuturereference andaccess. Further, ifyouconsenttoreceiving noticesand disclosuresexclusively inelectronicformat onthetermsandconditions describedabove, pleaseletusknowbyclickingthe 'Iagree' button below. Bychecking the 'IAgree' box, Iconfirm that: IcanaccessandreadthisElectronicCONSENT TOELECTRONIC RECEIPTOF ELECTRONIC RECORDANDSIGNATURE DISCLOSURES document; and Icanprintonpaperthedisclosure orsaveorsendthedisclosure toaplacewhereIcan printit, forfuturereferenceandaccess; and UntilorunlessInotifyCityofDentonasdescribed above, Iconsenttoreceive from exclusively through electronic meansallnotices, disclosures, authorizations, acknowledgements, andotherdocuments thatarerequiredtobeprovidedormade availabletomeby CityofDenton duringthecourseofmyrelationship withyou. Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8  $ ! !! #!#"     "  #!     Contract # 6870 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AN ELITE TREE SERVICE, L.L.C. (CONTRACT 6870) THIS CONTRACT is made and entered into this date ______________________, by and between Elite Tree Service, L.L.C., a Texas limited liability company, whose address is 6109 Westerley Dr., Plano. TX 75093, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or 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 and/or services in accordance with the City’s document IFB 6870 - Tree Trimming & Removal Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s IFB 6870 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Certificate of Interested Parties Electronic Filing (Exhibit "E"); (f) Contractor’s Proposal (Exhibit "F"); (g) House Bill 89 Verification (Exhibit “G”) (h) Senate Bill 252 Certification (Exhibit “H”) (i) Form CIQ – Conflict of Interest Questionnaire (Exhibit "I"); 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.” The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8   Contract # 6870 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY: ______________________________ AUTHORIZED SIGNATURE Date: _______________________________ Printed Name: ________________________ Title: _______________________________ ___________________________________ PHONE NUMBER ___________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER CITY OF DENTON, TEXAS ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: TODD HILEMAN CITY MANAGER BY: __________________________________ Date: APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY BY: __________________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8      " $% " $&% $'""! "# $   "$!"!"# "$! "# "$!  "(   Contract # 6870 Exhibit A Special Terms and Conditions 1. Total Contract Amount The contract total for services shall not exceed $350,000. Pricing shall be per Exhibit F attached. 2. Contract Terms It is the intention of the City of Denton to award a contract for a three (3) year period. The City and the Awarded Contractor shall have the option to renew this contract for an additional two (2) one- year periods. Materials and services undertaken pursuant to this solicitation will be required to commence within fourteen (14) days of delivery of a Notice to Proceed. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date in accordance with the provision of the section titled “price adjustments”, or the section(s) titled “termination” in Exhibit 2. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. 3. Price Escalation and De-escalation The City will implement an escalation/de-escalation price adjustment annually. The escalation/de- escalation will be based upon manufacturer published pricing sheets to the vendor. The price will be increased or decreased based upon the annually percentage change in the manufacturer’s price list. The price adjustment will be determined annually from the award date. Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the published price change. It is the supplier or the Cities responsibility to request a price adjustment annually in writing. If no request is made, then it will be assumed that the bid price will be in effect. 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY – TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21. WARRANTY – DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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. 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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, 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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 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 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 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 DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator’s fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 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 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 – DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 (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 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. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: x Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better. x Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. x Liability policies shall be endorsed to provide the following: ƒ Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. ƒ That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. ƒ Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers. x Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 x Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. x Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. x Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: x Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. x Coverage B shall include personal injury. x Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: x Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. x Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: x any auto, or x all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 ATTACHMENT 1 [X] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 1. a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Contract # 6870 Exhibit E Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 Respondent's Business Name Principal Place of Business (City and State) ITEM Est. Annual Quantity UOM Pruning accoding to ANSI A300 standards Cost of Service Crew ARO number of (Days) to coming out to Jobsite 1 120 HR 2 Man Crew = (1) Tree climber - (1) Ground Man $98.00 2 2 120 HR 3 Man Crew = (2) Tree Climbers - (1) Ground Man $147.00 2 ITEM Est. Annual Quantity UOM Tree Removal according to ANSI Z133.1 standards Cost of Service ARO number of (Days) to coming out to Jobsite 3 75 HR 2 Man Crew = (1) Tree climber - (1) Ground Man $98.00 2 4 75 HR 3 Man Crew = (2) Tree Climbers - (1) Ground Man $147.00 2 ITEM Est. Annual Quantity UOM Emergency Response Cost of Service ARO number of (Days) to coming out to Jobsite 5 30 HR 2 Man Crew = (1) Tree climber - (1) Ground Man $98.00 1 6 30 HR 3 Man Crew = (2) Tree Climbers - (1) Ground Man $147.00 1 ITEM Est. Annual Quantity UOM General Services - Optional Cost of Service ARO number of (Days) to coming out to Jobsite 1 400 Inch Stump Grinding $2.50 2 2 400 CuYd. Disposal Fee $4.64 na IFB 6870 Pricing Sheet for Tree Trimming & Removal Services Elite Tree Service LLC Plano TX EXHIBIT F DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8 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. “Boycott Israel” means refusing to deal with, terminating business activities 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. “Company” means a for-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: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8       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 Organization, I will immediately notify the City of Denton’s Materials Management Department. ___________________________________ Name of Company Representative (Print) ________________________________ Signature of Company Representative _________________________________ Date DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8       Exhibit CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date DocuSign Envelope ID: A4AAEC28-04FD-46EE-A0FF-561B6E7853A8            Certificate Of Completion Envelope Id: A4AAEC2804FD46EEA0FF561B6E7853A8 Status: Completed Subject: Please DocuSign: City Council Contract 6870 Source Envelope: Document Pages: 35 Signatures: 8 Envelope Originator: Certificate Pages: 6 Initials: 0 Jody Word AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 901B Texas Street Denton, TX 76209 jody.word@cityofdenton.com IP Address: 129.120.6.150 Record Tracking Status: Original 10/16/2018 11:07:23 AM Holder: Jody Word jody.word@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Jody Word jody.word@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 129.120.6.150 Sent: 10/16/2018 11:10:31 AM Viewed: 10/16/2018 11:10:44 AM Signed: 10/16/2018 11:12:45 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Mack Reinwand mack.reinwand@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 129.120.6.150 Sent: 10/16/2018 11:12:48 AM Viewed: 10/16/2018 11:21:12 AM Signed: 10/16/2018 11:22:09 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Brent Vaughan brentvaughan@tx.rr.com President Elite Tree Service LLC Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 76.182.216.127 Sent: 10/16/2018 11:22:11 AM Viewed: 10/16/2018 11:38:41 AM Signed: 10/16/2018 11:48:11 AM Electronic Record and Signature Disclosure: Accepted: 10/16/2018 11:38:41 AM ID: 8e705f89-2d83-4c83-a0a6-64175fa1d235 Gary Packan Gary.packan@cityofdenton.com Director of Parks and Recreation Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 47.190.47.120 Signed using mobile Sent: 10/16/2018 11:48:13 AM Viewed: 10/16/2018 11:56:50 AM Signed: 10/16/2018 11:57:38 AM Electronic Record and Signature Disclosure: Accepted: 10/16/2018 11:56:50 AM ID: 24269a46-40f6-4b12-b348-3519aaead46f Signer Events Signature Timestamp Tabitha Millsop tabitha.millsop@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 129.120.6.150 Sent: 10/16/2018 11:57:40 AM Viewed: 11/7/2018 8:11:21 AM Signed: 11/7/2018 8:11:38 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Todd Hileman Todd.Hileman@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 47.190.47.120 Signed using mobile Sent: 11/7/2018 8:11:42 AM Viewed: 11/7/2018 8:48:24 AM Signed: 11/7/2018 8:48:32 AM Electronic Record and Signature Disclosure: Accepted: 7/25/2017 9:02:14 AM ID: 57619fbf-2aec-4b1f-805d-6bd7d9966f21 Jennifer Walters jennifer.walters@cityofdenton.com City Secretary City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 129.120.6.150 Sent: 11/7/2018 8:48:34 AM Viewed: 11/8/2018 11:36:58 AM Signed: 11/8/2018 11:37:21 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Ierson Signer Events Signature Timestamp Editor DeliverI Events Status Timestamp Igent DeliverI Events Status Timestamp IntermediarI DeliverI Events Status Timestamp Certified DeliverI Events Status Timestamp CarIon CopI Events Status Timestamp Sherri Thurman sherri.thurman@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Sent: 10/16/2018 11:12:47 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 11/7/2018 8:11:41 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign CarIon CopI Events Status Timestamp Jennifer Bridges jennifer.bridges@cityofdenton.com Procurement Assistant City of Denton Security Level: Email, Account Authentication (None) Sent: 11/8/2018 11:37:24 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 11/8/2018 11:37:25 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Russell Koch Russell.Koch@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 11/8/2018 11:37:26 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee Marshall.McGee@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 11/8/2018 11:37:27 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign IotarI Events Signature Timestamp Envelope SummarI Events Status Timestamps Envelope Sent Hashed/Encrypted 11/8/2018 11:37:27 AM Certified Delivered Security Checked 11/8/2018 11:37:27 AM Signing Complete Security Checked 11/8/2018 11:37:27 AM Completed Security Checked 11/8/2018 11:37:27 AM IaIment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. %#"!"#!!%&# $"$&##%"!      #%$#%"  #!%&!#'!" ! 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. ORDINANCE NO. __________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE APPROVAL OF A FIRST AMENDMENT TO A CONTRACT BETWEEN THE CITY OF DENTON AND ELITE TREE SERVICE, L.L.C., AMENDING THE CONTRACT APPROVED BY CITY COUNCIL ON NOVEMBER 6, 2018, IN THE NOT-TO-EXCEED AMOUNT OF $350,000.00; SAID FIRST AMENDMENT TO CONTINUE TO PROVIDE TREE TRIMMING AND REMOVAL FOR CITY DEPARTMENTS NEEDING SUCH WORK; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (IFB 6870 PROVIDING FOR AN ADDITIONAL FIRST AMENDMENT EXPENDITURE AMOUNT NOT-TO-EXCEED $87,500.00, WITH THE TOTAL CONTRACT AMOUNT NOT-TO-EXCEED $437,500.00). WHEREAS, on November 6, 2018, City Council awarded a contract to Elite Tree Service, L.L.C. in the amount of $350,000.00, for tree trimming and removal services for Parks and Recreation and other City of Denton Departments; and WHEREAS, the additional fees under the proposed First Amendment are fair and reasonable and are consistent with, and not higher than, the recommended practices and fees applicable to the , and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The First Amendment, increasing the amount of the contract between the City and Elite Tree Service, L.L.C., which is on file in the office of the Purchasing Agent, in the amount of Eighty-Seven Thousand Five Hundred and 0/100 ($87,500.00) Dollars, is hereby approved, and the expenditure of funds therefor is hereby authorized in accordance with said amendment which shall be effective upon the execution of the amendment attached hereto. The total contract amount increases to $437,500.00. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: ________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: 50ACB6E0-76F8-447D-B166-C06A44FE2CE2 Tree Trimming & Removal Services IFB Erica Garcia Yes 6870 1 THE STATE OF TEXAS § § COUNTY OF DENTON § FIRST AMENDMENT TO CONTRACT BY AND BETWEEN THE CITY OF DENTON, TEXAS AND ELITE TREE SERVICE, L.L.C. 6870 THIS FIRST AMENDMENT TO CONTRACT 6870 (this “Amendment”) by and between the City of Denton, Texas (“City”) and ELITE TREE SERVICE, L.L.C. (“Contractor”) to that certain contract executed on November 6, 2018, in the original not- to-exceed amount of $350,000 (the “Agreement”); for services related to the Tree Trimming & Removal Services WHEREAS, the City deems it necessary to further expand the services provided by Contractor to the City pursuant to the terms of the Agreement, and to provide an additional not-to-exceed amount $87,500 with this First Amendment for an aggregate not-to-exceed amount of $437,500; and WHEREAS, the City deems it necessary to further expand the goods/services provided by Contractor to the City; and WHEREAS, the original not-to-exceed amount may not be increased by more than 25.0% as provided in Texas Local Government Code Sec. 252.048; and NOW THEREFORE, the City and Contractor (hereafter collectively referred to as the “Parties”), in consideration of their mutual promises and covenants, as well as for other good and valuable considerations, do hereby AGREE to the following First Amendment, which amends the following terms and conditions of the said Agreement, to wit: 1. This Amendment modifies the Agreement amount to provide an additional $87,500 for additional services and materials to be provided in accordance with the terms of the Agreement with a revised aggregate not-to-exceed total of $437,500. The Parties hereto agree, that except as specifically provided for by this Amendment, that all of the terms, covenants, conditions, agreements, rights, responsibilities, and obligations of the Parties, set forth in the Agreement remain in full force and effect. IN WITNESS WHEREOF, the City and the Contractor, have each executed this Amendment, by and through their respective duly authorized representatives and officers on this date_______________________________________. DocuSign Envelope ID: 50ACB6E0-76F8-447D-B166-C06A44FE2CE2 2 “CONTRACTOR” ELITE TREE SERVICE, L.L.C. By: _____________________________ AUTHORIZED SIGNATURE, TITLE “CITY” CITY OF DENTON, TEXAS A Texas Municipal Corporation By: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY By: _________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY By: _________________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: 50ACB6E0-76F8-447D-B166-C06A44FE2CE2 Parks & Recreation Director of Parks and Recreation Gary Packan Certificate Of Completion Envelope Id: 50ACB6E076F8447DB166C06A44FE2CE2 Status: Sent Subject: Please DocuSign: City Council Contract 6870 Amendment 1 Source Envelope: Document Pages: 3 Signatures: 3 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/21/2021 6:55:48 AM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 12/21/2021 7:00:43 AM Viewed: 12/21/2021 7:00:51 AM Signed: 12/21/2021 7:01:55 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/21/2021 7:01:57 AM Viewed: 12/21/2021 7:52:57 AM Signed: 12/21/2021 7:53:16 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/21/2021 7:53:17 AM Viewed: 12/21/2021 2:34:43 PM Signed: 12/21/2021 2:36:35 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Brent Vaughan brentvaughan@tx.rr.com President Elite Tree Service LLC Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 76.187.195.210 Signed using mobile Sent: 12/21/2021 2:36:38 PM Viewed: 12/22/2021 7:20:13 AM Signed: 12/22/2021 7:21:22 AM Electronic Record and Signature Disclosure: Accepted: 10/16/2018 1:38:41 PM ID: 8e705f89-2d83-4c83-a0a6-64175fa1d235 Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 70.236.192.51 Sent: 12/22/2021 7:21:24 AM Viewed: 12/22/2021 9:36:55 AM Signed: 12/22/2021 9:37:16 AM Electronic Record and Signature Disclosure: Accepted: 12/22/2021 9:36:55 AM ID: e3851d76-6b6a-4fb4-a11c-30f962ac04a7 Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/22/2021 9:37:19 AM Viewed: 12/27/2021 8:12:46 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/28/2021 2:42:27 PM ID: 0b3390f8-09ae-46ee-a62f-d0a63d0bd15c In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/21/2021 7:01:57 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/22/2021 9:37:19 AM Viewed: 12/29/2021 9:20:19 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/21/2021 7:00:43 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Brent Vaughan, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-078,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a Professional Services Agreement with Parkhill,Smith &Cooper,Inc.,for professional design services for Fire Station No.9 for the Facilities Management Department;providing for the expenditure of funds therefor;and providing an effective date (RFQ 7818-002 -awarded to Parkhill,Smith & Cooper, Inc., in the not-to-exceed amount of $1,011,665.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with Parkhill, Smith & Cooper, Inc., for professional design services for Fire Station No. 9 for the Facilities Management Department; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7818-002 – awarded to Parkhill, Smith & Cooper, Inc., in the not-to-exceed amount of $1,011,665.00). INFORMATION/BACKGROUND The Fire Department continues to see an increase in the overall call for service volume, specifically in the northwest portion of the City. Data and response trends allow staff to conservatively predict the workload of future years. Staff ran a response analysis and compared call response times based on National Fire Protection Association Standard 1710, Standard for the Organization and Deployment of Fire Suppression Operations, Emergency Medical Operations, and Special Operations to the Public by Career Fire Departments. A proposed Airport/Fire Station 9, when constructed, will reduce extended response times west of Interstate 35 including Denton Enterprise Airport and industrial area, as well as assist with the coverage of the western portion of the City. On August 2, 2021, staff requested direction regarding Fire Station 9 from City Council and were directed to proceed as presented. Certificate of Obligation Bonds were issued under the Fiscal Year 2021-2022 Reimbursement Ordinance in the amount of $750,000 to provide the initial site surveying and design costs. Staff anticipates receiving a firmer estimated cost of construction in June of 2022 and coordinating funding solutions with the Finance Department for construction costs as part of the Fiscal Year 2022-2023 budget. Statements of qualifications were sent to the City’s prequalified list of architects. Upon ranking the received information, staff found Parkhill, Smith & Cooper, Inc. to have the most relevant fire station design experience for both multi-story structures, and Airport Rescue and Firefighting (ARFF) compliant structures, has current in progress in Texas, and available staff to complete the project within the schedule. Parkhill, Smith & Cooper, Inc. has provided design and construction phase services for many projects similar in size and cost to Fire Station No. 9. Based on Parkhill, Smith & Cooper, Inc.’s knowledge, project team experience, and availability, staff has selected Parkhill, Smith & Cooper Inc.’s, Inc. as the best choice for Fire Station No. 9 design. Request for Qualifications for vertical construction services for Facilities Management was solicited using the City’s formal solicitation process. City Council approved a pre-qualified list of professional service firms on November 16, 2021 (Ordinance 21-2435). City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On November 16, 2021, Council approved RFQ 7818 for a prequalified list of firms for vertical construction projects (Ordinance 21-2435). RECOMMENDATION Award a contract with Parkhill, Smith & Cooper, Inc for professional design services for Fire Station No. 9 at the Denton Enterprise Airport for the Facilities Management Department, in a not-to-exceed amount of $1,011,665. SUSTAINABILITY MEASURES New building construction and renovations focus on Energy Conservation and Efficiency including the pursuit of renewable technologies, energy conservation, and adherence to the International Energy Conservation Code (IECC). PRINCIPAL PLACE OF BUSINESS Parkhill, Smith & Cooper, Inc. Frisco, TX ESTIMATED SCHEDULE OF PROJECT This project will be started upon approval with an estimated completion date of August 23, 2023. We anticipate the conclusion of Design Development documents by May of 2022 and 100% Construction Drawings by September of 2022. FISCAL INFORMATION These services will be funded from Certificates of Obligation Funds. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Scott Gray, 940-349-7744. Legal point of contact: Marcella Lunn at 940-349-8333. ORDINANCE NO. _________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARKHILL, SMITH & COOPER, INC., FOR PROFESSIONAL DESIGN SERVICES FOR FIRE STATION NO. 9 FOR THE FACILITIES MANAGEMENT DEPARTMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFQ 7818-002 – AWARDED TO PARKHILL, SMITH & COOPER, INC., IN THE NOT-TO-EXCEED AMOUNT OF $1,011,665.00). WHEREAS, on November 16, 2021, the City Council approved a pre-qualified professional services list of state certified firms to provide architectural, engineering, and other services as customarily provided for municipal and vertical construction projects for the Facilities Management Department (Ordinance 21-2435), and the professional services provider (the “Provider”) mentioned in this ordinance is being selected as the most highly qualified on the basis of its demonstrated competence and qualifications to perform the proposed professional services; and WHEREAS, the fees under the proposed contract are fair and reasonable and are consistent with, and not higher than, the recommended practices and fees published by the professional associations applicable to the Provider’s profession, and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The City Manager, or their designee, is hereby authorized to enter into an agreement with to Parkhill, Smith & Cooper, Inc., to provide professional design services for the City of Denton, a copy of which is attached hereto and incorporated by reference herein. SECTION 2. The City Manager, or their designee, is authorized to expend funds as required by the attached contract. SECTION 3. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 4. The findings in the preamble of this ordinance are incorporated herein by reference. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD Not Applicable Design of Fire Station 9 7818-002 Christa Christian PSA City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 1 of 17 STANDARD AGREEMENT FOR ARCHITECTURAL RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Denton, a Texas home-rule municipality ("CITY"), and Parkhill, Smith & Cooper, Inc., with its corporate office at and authorized to do business in Texas, ("ARCHITECT"), for a PROJECT generally described as: Design of Fire Station #9 (the "PROJECT"). SECTION 1 Scope of Services A. The CITY hereby agrees to retain the ARCHITECT, and the ARCHITECT hereby agrees to perform, professional architectural services set forth in the Scope of Services attached hereto as Exhibit A. These services shall be performed in connection with the PROJECT. B. Additional services, if any, will be requested in writing by the CITY. CITY shall not pay for any work performed by ARCHITECT or its consultants, subcontractors and/or suppliers that has not been ordered in advance and in writing. It is specifically agreed that ARCHITECT shall not be compensated for any additional work resulting from oral orders of any person. SECTION 2 Compensation and Term of Agreement A. The ARCHITECT shall be compensated for all services provided pursuant to this AGREEMENT in an amount not to exceed $1,011,665 in the manner and in accordance with the fee schedule as set forth in Exhibit B. Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Exhibit B. B. Unless otherwise terminated pursuant to Section 6. D. herein, this AGREEMENT shall be for a term beginning upon the effective date, as described below, and shall continue for a period which may reasonably be required for the completion of the PROJECT, until the expiration of the funds, or completion of the PROJECT and acceptance by the CITY, whichever occurs first. ARCHITECT shall proceed diligently with the PROJECT to completion as described in the PROJECT schedule as set forth in Exhibit A. SECTION 3 Terms of Payment Payments to the ARCHITECT will be made as follows: DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 2 of 17 A. Invoice and Payment (1) The Architect shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in the PROJECT schedule as set forth in Exhibit A to reasonably substantiate the invoices. (2) The ARCHITECT will issue monthly invoices for all work performed under this AGREEMENT. Invoices for the uncontested performance of the particular services are due and payable within 30 days of receipt by City. (3) Upon completion of services enumerated in Section 1, the final payment of any balance for the uncontested performance of the services will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ARCHITECT for billings contested in good faith within 60 days of the amount due, the ARCHITECT may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ARCHITECT shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. SECTION 4 Obligations of the ARCHITECT A. General The ARCHITECT will serve as the CITY's professional architect representative under this AGREEMENT, providing professional architectural consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ARCHITECT shall perform its services: (1) with the professional skill and care ordinarily provided by competent architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 3 of 17 (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent architect. C. Subsurface Investigations (1) The ARCHITECT shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and architectural work to be performed hereunder. The ARCHITECT shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Exhibit A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ARCHITECT. D. Preparation of Architectural Drawings The ARCHITECT will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ARCHITECT shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Architect's Personnel at Construction Site (1) The presence or duties of the ARCHITECT 's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ARCHITECT or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the AGREEMENT Documents and any health or safety precautions required by such construction work. The ARCHITECT and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 4 of 17 Exhibit A, the ARCHITECT or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the AGREEMENT Documents, nor shall anything in the AGREEMENT Documents or this AGREEMENT between CITY and ARCHITECT be construed as requiring ARCHITECT to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ARCHITECT makes on-site observation(s) of a deviation from the AGREEMENT Documents, the ARCHITECT shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ARCHITECT shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the AGREEMENT Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ARCHITECT shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Exhibit A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ARCHITECT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ARCHITECT makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ARCHITECT 's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ARCHITECT to the CITY for periodic construction progress payments to the construction contractor will be based on the ARCHITECT 's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ARCHITECT to ascertain that the construction contractor has completed the work in exact accordance with the AGREEMENT Documents; that the final work will be acceptable in all respects; that the DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 5 of 17 ARCHITECT has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ARCHITECT is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Right to Audit (1) ARCHITECT agrees that the CITY shall, until the expiration of five (5) years after final payment under this AGREEMENT, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ARCHITECT involving transactions relating to this AGREEMENT. ARCHITECT agrees that the CITY shall have access during normal working hours to all necessary ARCHITECT facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ARCHITECT reasonable advance notice of intended audits. (2) ARCHITECT further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this section together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ARCHITECT and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ARCHITECT for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 6 of 17 J. INSURANCE (1) ARCHITECT’S INSURANCE a. Commercial General Liability – the ARCHITECT shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this AGREEMENT. b. Business Auto – the ARCHITECT shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of “any auto”, including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the architect owns no vehicles, coverage for hired or non-owned is acceptable. i. ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ARCHITECT pursuant to this AGREEMENT or under any applicable auto physical damage coverage. c. Workers’ Compensation – ARCHITECT shall maintain workers DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 7 of 17 compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ARCHITECT waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer’s liability or commercial umbrella insurance obtained by ARCHITECT pursuant to this AGREEMENT. d. Professional Liability – ARCHITECT shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the AGREEMENT or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the AGREEMENT. An annual certificate of insurance specifically referencing this PROJECT shall be submitted to the CITY for each year following completion of the AGREEMENT. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ARCHITECT has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this AGREEMENT are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Denton, 901 Texas Street, Denton, Texas 76209. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 8 of 17 f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ARCHITECT 's insurance policies including endorsements thereto and, at the CITY's discretion; the ARCHITECT may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the AGREEMENT. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. l. The CITY shall not be responsible for the direct payment of any insurance premiums required by this AGREEMENT. m. Sub consultants and subcontractors to/of the ARCHITECT shall be required by the ARCHITECT to maintain the same or reasonably equivalent insurance coverage as required for the ARCHITECT. When sub consultants/subcontractors maintain insurance coverage, ARCHITECT shall provide CITY with documentation thereof on a certificate of insurance. K. Independent Consultant DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 9 of 17 The ARCHITECT agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. L. Disclosure The ARCHITECT acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ARCHITECT further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this AGREEMENT and prior to final payment under the AGREEMENT. M. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ARCHITECT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ARCHITECT to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. N. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current architectural practice standards which the ARCHITECT should have been aware of at the time this AGREEMENT was executed, the ARCHITECT shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this AGREEMENT which the ARCHITECT could not have been reasonably aware of, the ARCHITECT shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. O. Schedule ARCHITECT shall manage the PROJECT in accordance with the schedule developed per Exhibit A to this AGREEMENT. P. Equal Opportunity (1) Equal Employment Opportunity: ARCHITECT and ARCHITECT’s agents shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual orientation, age, disability, creed, color, genetic DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 10 of 17 testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this AGREEMENT. (2) Americans with Disabilities Act (ADA) Compliance: ARCHITECT and ARCHITECT’s agents shall not engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. SECTION 5 Obligations of the City A. City-Furnished Data ARCHITECT may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ARCHITECT as required for the ARCHITECT 's performance of its services. The CITY will perform, at no cost to the ARCHITECT, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ARCHITECT 's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ARCHITECT 's services or PROJECT construction. D. Timely Review The CITY will examine the ARCHITECT 's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the PROJECT schedule prepared in accordance with Exhibit A. E. Prompt Notice The CITY will give prompt written notice to the ARCHITECT whenever CITY observes or becomes aware of any development that affects the scope or timing of the ARCHITECT 's DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 11 of 17 services or of any defect in the work of the ARCHITECT or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ARCHITECT will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ARCHITECT had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ARCHITECT from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ARCHITECT’s negligence or if ARCHITECT brings such hazardous substance, contaminant or asbestos onto the PROJECT. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ARCHITECT 's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ARCHITECT for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ARCHITECT, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the architectural services performed. Only the CITY will be the beneficiary of any undertaking by the ARCHITECT." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ARCHITECT and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this AGREEMENT. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ARCHITECT. I. CITY's Insurance DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 12 of 17 (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY may secure Builders Risk/Installation insurance at the replacement cost value of the PROJECT. The CITY may provide ARCHITECT a copy of the policy or documentation of such on a certificate of insurance. J. Litigation Assistance The Scope of Services does not include costs of the ARCHITECT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ARCHITECT, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ARCHITECT 's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. SECTION 6 General Legal Provisions A. Authorization to Proceed ARCHITECT shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ARCHITECT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ARCHITECT will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 13 of 17 C. Force Majeure The ARCHITECT is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ARCHITECT that prevent ARCHITECT’s performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated: a. by the City for its convenience upon 30 days' written notice to ARCHITECT. b. by either the CITY or the ARCHITECT for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days’ written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ARCHITECT will be paid for termination expenses as follows: a. Cost of reproduction of partial or complete studies, plans, specifications or other forms of ARCHITECT 'S work product; b. Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c. The time requirements for the ARCHITECT 'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ARCHITECT will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ARCHITECT for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ARCHITECT s personnel and subcontractors, and ARCHITECT 's compensation will be made. F. Indemnification DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 14 of 17 IN ACCORDANCE WITH TEXAS LOCAL GOVERNMENT CODE SECTION 271.904, THE ARCHITECT SHALL INDEMNIFY OR HOLD HARMLESS THE CITY AGAINST LIABILITY FOR ANY DAMAGE COMMITTED BY THE ARCHITECT OR ARCHITECT’S AGENT, CONSULTANT UNDER CONTRACT, OR ANOTHER ENTITY OVER WHICH THE ARCHITECT EXERCISES CONTROL TO THE EXTENT THAT THE DAMAGE IS CAUSED BY OR RESULTING FROM AN ACT OF NEGLIGENCE, INTENTIONAL TORT, INTELLECTUAL PROPERTY INFRINGEMENT, OR FAILURE TO PAY A SUBCONTRACTOR OR SUPPLIER. CITY IS ENTITLED TO RECOVER ITS REASONABLE ATTORNEY’S FEES IN PROPORTION TO THE ARCHITECT’S LIABILITY. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Denton County, Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Sections 5.F., 6.B., 6.D., 6.F., 6.H., and 6.I. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ARCHITECT shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ARCHITECT AGREES TO DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ALL OF ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ALL CLAIMS OR LIABILITY ARISING OUT OF THE VIOLATION OF ANY SUCH ORDER, LAW, ORDINANCE, OR REGULATION, WHETHER IT BE BY ITSELF OR ITS EMPLOYEES. K. Immigration Nationality Act DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 15 of 17 ARCHITECT shall verify the identity and employment eligibility of its employees who perform work under this AGREEMENT, including completing the Employment Eligibility Verification Form (I-9). Upon request by CITY, ARCHITECT shall provide CITY with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this AGREEMENT. ARCHITECT shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ARCHITECT employee who is not legally eligible to perform such services. ARCHITECT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ARCHITECT, ARCHITECT’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ARCHITECT, shall have the right to immediately terminate this AGREEMENT for violations of this provision by ARCHITECT. L. Prohibition On Contracts With Companies Boycotting Israel ARCHITECT acknowledges that in accordance with Chapter 2270 of the Texas Government Code, CITY is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this AGREEMENT, ARCHITECT certifies that ARCHITECT’S signature provides written verification to the CITY that ARCHITECT: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the AGREEMENT. Failure to meet or maintain the requirements under this provision will be considered a material breach. M. Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this AGREEMENT, ARCHITECT certifies that ARCHITECT’S signature provides written verification to the CITY that ARCHITECT, pursuant to Chapter 2252, is not ineligible to enter into this AGREEMENT and will not become ineligible to receive payments under this AGREEMENT by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. N. 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 DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 16 of 17 at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. O. Agreement Documents This AGREEMENT, including its Exhibits and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following Exhibits and schedules are hereby made a part of this AGREEMENT: Exhibit A - Scope of Services Exhibit B – Fee Proposal Exhibit C – Hourly Rate Schedule Exhibit D – Conflict of Interest Questionnaire These documents make up the AGREEMENT 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 AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD City of Denton, Texas Professional Services Agreement Revised Date: 9/6/18 Page 17 of 17 BY: CITY OF DENTON, TEXAS BY: Parkhill, Smith & Cooper, Inc City Manager Date:__________________ Scott Nelson, AIA Date:____________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _________________________ Signature _________________________ Title _________________________ Department Date Signed: ______________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY By: ATTEST: CITY SECRETARY By:______________________________ ___2022-________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD 2021-834696 12/21/2021 12/21/2021 Facilities Management Director - Airport & Facilities 3000 Internet Blvd, Suite 550 | Frisco, Tx 75034 REVISED December 3, 2021 Ms. Marissa Barrett Administration Manager Airport & Facilities Management City of Denton RE: EXHIBIT A,B,C,D | Proposal for Professional Services Denton Fire Station No. 9 Dear Ms. Barrett Parkhill (A/E) is pleased to submit this proposal for professional services to the City of Denton; Denton, Texas (CLIENT) for the Fire Station No. 9 (PROJECT). PROJECT SCOPE The scope of services to provide professional architectural and engineering services as follows: Architecture Parkhill + Martinez Architects Interior Design Parkhill + Martinez Architects Mechanical & Electrical Engineering Parkhill Structural Engineering Alpha Consulting Engineers Storm Shelter Peer Review Parkhill Civil Engineering MJ Thomas Landscape Architect Parkhill Surveying Coleman & Associates IT/Data/AV Design DataCom Design Group Security Design DataCom Design Group Sustainable Design Sustainable Concepts Cost Estimating OCMI Scope of Services Geotechnical Engineering D&S Engineering Labs Site Location Site (approximately 1.09 acres) is located east of the existing Denton Enterprise Airport building (5000 Airport Road, Denton, TX 76207) is anticipated to include the following: Two outside aprons with one fueling area; Small visitor parking (12 spaces); Secured employee parking with 12 parking spaces; and An emergency generator & fuel tank with 72 hours fuel capacity at full load. EXHIBIT A DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD Denton Fire Station No. 09 Parkhill Page 2 of 4 Building Scope New Fire Station / Aircraft Rescue & Fire Fighting (ARFF) facility (approximately 13,640 sf) is anticipated to include the following: Two-Story building with an observation deck on the second floor. Four (4) bays, one of which will meet the FAA’s applicable ARFF guidelines Level 1 will have the standard support services for a fire station of this type. This includes a bunker gear room, foam storage, dry chemical storage, decontamination room, utility room, workshop, self-contained breathing apparatus (SCBA) room, laundry room and PD satellite office. Level 2 will have an observation deck; kitchen & dining; exercise area; day room; six (6) sleeping quarters supported by three single restrooms/showers; and a Captain’s office supported by private sleeping quarters and a private bathroom/shower. Location Area First Floor Restrooms 156 NSF Fleet Bay 5,194 NSF Decontamination 435 NSF First Aid/EMS 125 NSF Lockers 299 NSF Hose/SCBA 411 NSF Shop 291 NSF Subtotal First Floor 6,911 NSF Second Floor Bedrooms 772 NSF Captains Office/Quarters 291 NSF Restrooms 500 NSF Laundry 181 NSF Day Room 444 NSF Kitchen/Dining 816 NSF Watch Office 128 NSF Observation Deck 343 NSF Foam on Mezzanine 268 NSF Storage 167 NSF DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD Denton Fire Station No. 09 Parkhill Page 3 of 4 Janitor 58 NSF Gym 535 NSF Subtotal Second Floor 4,503 NSF Subtotal of Net Assignable SF 11,414 NSF IT/Mechanical 170 NSF Circulation 2,056 NSF Total Gross Building SF 13,640 GSF Budget Construction Budget (Hard Cost) is approximately: Base Building & Site $7,000,000.00 Schedule Notice to Proceed Jan. 12, 2022 Design Jan. 13, 2022 – Sept. 9, 2022 Bid & Permit Sept. 12, 2022 – Oct. 5, 2022 Construction Oct. 5, 2022 – Aug. 28, 2023 SCOPE OF SERVICES A/E will provide professional services according to Exhibit A – Scope of Services. COMPENSATION A/E will provide professional services on a lump sum basis plus reimbursable expenses. Refer to Exhibit B – Fee Proposal, for a breakdown of associated fees. Invoices shall be issued monthly based on a percent complete basis. Changes to the scope of work including, changes to previously approved documents, project schedule, project scope, or scope of services may, as mutually agreed to result in additional services. The additional services will be performed as a mutually agreed to lump sum authorized in advance and in writing, or if agreed to by the City, at the hourly rates contained in Exhibit C – Hourly Rate Schedule. REIMBURSABLE EXPENSES Reimbursable expenses will be billed at invoice cost and include local travel, normal postage/shipping, reproductions/copies and color plots/prints. EXISTING CONDITIONS A/E will make no representations regarding the suitability for reuse of the existing structures on the site and is not responsible for the condition of the existing structures. TERMS AND CONDITIONS The Texas Board of Architectural Examiners, P. O. Box 12337, Austin, Texas 78711‐2337 or 333 Guadalupe, Suite 2‐350, Austin, Texas 78701‐3942, (512) 305‐9000, has jurisdiction over complaints regarding the professional practices of persons registered as Architects, Interior Designers and Landscape Architects in Texas. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD Denton Fire Station No. 09 Parkhill Page 4 of 4 If this proposal is not executed within 30 days from the issue date, A/E reserves the right to review Compensation, Payment Schedule and Staffing Commitments. Sincerely, Parkhill By_________________ Scott Nelson, AIA EXHIBITS: Exhibit A – Scope of Services Exhibit B – Fee Proposal Exhibit C – Hourly Rate Schedule DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 1 of 8 EXHIBIT A – Scope of Services REVISED December 3, 2021 PROJECT DELIVERY SYSTEM A/E’s services, compensation and time schedule for performance of services are based on the use of the Construction Manager at Risk (CMAR) with one prime construction contract project delivery system and are subject to adjustment if another delivery system is utilized. DESIGN SERVICES A/E proposes to provide professional architecture and engineering services for the project scope as stated in the proposal, and as normally and reasonably required on projects of similar size and scope. In the event of a conflict between any Exhibit and the City’s Professional Service Agreement, the Agreement shall rule. I – PRE-DESIGN SERVICES Prior to commencement of the work, the A/E assumes the Client has furnished the following information as to their design requirements, operational standards and guidelines, preliminary program, project schedule, total budget broken down for all areas, and all such information which shall be pertinent to the creation and carrying out of the project’s design intent. A/E will review the program furnished by the Client to ascertain the requirements of the Project and will arrive at mutual understanding of such requirements with the Client. The A/E will develop concept design documents consisting of diagrams, drawings and other documents illustrating the scale and relationship of the project components. Based on the mutually agreed upon program, schedule and construction budget requirements, A/E will proceed to Schematic Design Phase Services. Deliverables Square Foot Building Program Space Flow/ Relationship Adjacency Diagrams for up to three (3) concept design options Meetings Design Team Meetings (3) Additional Services Master Plan of future building(s) & site amenities II – SCHEMATIC DESIGN PHASE SERVICES The Schematic Design Documents will include the design for the total build out of the Project based on the Conceptual Design Package. The A/E’s architectural plans will be prepared using Autodesk Revit (BIM Software). The A/E will develop the one (1) approved concept design option into a refined document and provide supporting documents illustrating the architectural style of the façade and floor plan to allow City Council to approve one (1) option to move into Design Development. Deliverables 50% Schematic Design Review 100% Schematic Design Presentation Site Plan, Floor Plans and Exterior Elevations. Narrative of Mechanical, Electrical & Plumbing (MEP) Systems. Narrative of Structural Systems. Meetings Design Team Meetings (3) Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Presentation Renderings DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 2 of 8 Presentation Animation Detailed Cost Estimating III – DESIGN DEVELOPMENT PHASE SERVICES A/E will provide Design Development documents based on approved Schematic Design documents and updated Project budget. The documents will illustrate and describe refinement of the design of the Project establishing the scope, relationships, forms, size, and appearance of the Project by means of plans, elevations, and sections, typical construction details, and equipment layouts. The documents will identify major systems and materials and in general their quality levels. A/E will prepare two (2) color schemes for the Client’s selection. The schemes will identify basic floor, wall and ceiling colors, finishes and textures; it will not be a detailed selection of all materials. After a selection of the schematic scheme by the Client, A/E will proceed to develop an in-depth color, finish and texture submittal for the Client’s approval. A maximum of two (2) meetings for development of the final scheme is included in this Agreement. After approval of the color scheme, a digital presentation board will be prepared in PDF format for use by the Client. Deliverables Drawings: Floor Plans, Elevations, Building Sections, Wall Sections Reflected Ceiling Plans, Finish Plan, Interior Elevations of key components Specifications: Table of Contents Outline narrative of key building components and products. Schedules: Typical Room Finish Schedule. One (1) Physical Sample Presentation Board of the approved color scheme. Meetings Design Team Meetings (2) Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Additional Color Scheme’s beyond those listed above. Additional Physical Sample Presentation Board beyond those listed above. IV – CONSTRUCTION DOCUMENTS PHASE SERVICES A/E will provide Construction Documents based on approved Design Development documents and updated Project budget. The documents will be based on the use of AIA A201‐2017 General Conditions and will include detailed requirements for construction and include drawings and specifications that establish in detail the quality level of systems and materials. A/E will assist the Client in the preparation of supplementary conditions for AIA A201‐2017 General Conditions and other standard AIA contract forms. Deliverables Drawings and Specifications setting forth the requirements for the construction of the Project. Construction Phasing Construction documents will be produced in one package. Entitlements and Permitting DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 3 of 8 Documents will be produced per Authority Having Jurisdiction requirements to procure the proper entitlements and permits for the project and will be produced in two (2) packages (site plan and building package). Meetings Design Team Meetings (2) Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Preparation of Construction Documents for more than two (2) Alternates. Preparation of Construction Documents for more than two (2) bid packages. V – BIDDING OR NEGOTIATION & PERMITTING PHASE SERVICES A/E will assist the Client and the CMAR in the preparation of necessary bidding information, bidding forms, the Conditions of the Contract, and the form of Agreement between the Client and the Contractor. A/E will inform the Client, to the best of their knowledge, and will assist the Client in connection with the Client’s responsibility for filing documents required for approval of governmental authorities having jurisdiction over the Project. Services limited to: Hold one (1) Pre‐Bid Conference on site. Respond to Bidder’s Request for Clarifications. Meetings Design Team Meetings (1) Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Attend multiple Pre‐Bid Conferences on site or at the Client’s office. VI – CONSTRUCTION PHASE SERVICES A/E will be the representative of and will advise and consult with the Client during construction until ninety (90) days after the Date of Substantial Completion. A/E will have authority to act on behalf of the Client only to the extent provided in this Agreement unless otherwise modified by written instrument. A/E will visit the site at intervals appropriate to the stage of construction or as otherwise agreed by the Client and A/E in writing to become familiar with the progress and quality of the Work completed and to determine in general if the Work is being performed in a manner indicating that the Work when completed will be in accordance with the Contract Documents. However, A/E will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. On the basis of on-site observation as a design professional, A/E will keep the Client informed of the overall progress and quality of the Work. Based on the A/E’s observations and evaluations of the Contractor’s Applications for Payment, A/E will review and certify the amounts due the Contractor. A/E shall not supervise, direct or have control over the Contractor’s work nor have any responsibility for the construction means, methods, techniques, sequences or procedures selected by the Contractor nor for the Contractor’s safety precautions or programs in connection with the Work. These rights and responsibilities are solely those of the Contractor. The Client agrees that the Contractor shall be solely responsible for jobsite and worker safety and warrants that this intent shall be carried out in the Client’s contract with the Contractor. If, due to an error or an omission by A/E, any required item or component of the project is omitted from the Construction Documents, A/E shall not be responsible for paying the cost to add such item or component to the extent that such item or component would have been otherwise necessary to the project or otherwise add value or betterment to the project. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 4 of 8 Services limited to: Two (2) reviews of each Shop Drawing, Product Data item, sample and similar submittals of the Contractor Visits to the site by A/E over the duration of the Project during construction shall be limited to the number of months of construction time established by the Contractor during the bidding/proposal phase times two (2). Two (2) site observations for any portion of the Work to determine whether such portion of the Work is substantially complete in accordance with the requirements of the Contract Documents Two (2) site observations for any portion of the Work to determine final completion. Construction Period Base Proposal is predicated on Nine (9) month construction period to Substantial Completion. Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Attend multiple Pre‐Bid Conferences on site or at the Client’s office. Supplement CA services will allow for weekly CA site observations. SPECIALTY SCOPE OF SERVICES 1. SURVEY Boundary Survey for approximately 1.09 acres will describe physical characteristics, legal limitations and utility locations for the site of the Project, and a written legal description of the site. Topographical Survey will document the property’s contours at one-foot intervals and observed utilities. Deliverables will include preparing existing conditions drawing with contours and significant spot grades. Tree Survey to include tagging 6” specimen trees and larger would be considered an Additional Service. 2. CIVIL ENGINEERING SERVICES (On-Site) A/E to provide on-site development services including utilities (water, sewer), parking lots, sidewalks, drainage and vehicle circulation. Special conditions to include: Relocate existing gate. Relocate existing appurtenance (vault?) within south concrete approach to Fire Station Coordinate possible electrical x-former and rack near south concrete approach to Fire Station Sewer service will connect to the east, approximately 400 feet. Provide plan/profile and appurtenances. Drainage to comply with the Denton Development Code and Stormwater Design Criteria Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: On-site Drainage detention required to mitigate 100 yr rain event for this development Analysis of any existing drainage issues beyond the project site. Off-site drainage design, detention design easement acquisition or grade-to drain permission. Construction staking. Changes in the site plan, scope of work, or other items, which result in redesign of the civil drawings. Preliminary Plating Downstream Drainage Assessment Traffic Impact Analysis TXDOT Permits Flood Studies/Wetland Studies Environmental Services Applications or presentation to the Board of Adjustments for Variances. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 5 of 8 Zoning Change Request Retaining wall design. Re-design, re-study and/or revisions to recommended directives, conceptual or final studies, drawings, specifications or other documents after same have been previously approved by the owner in order to accomplish changes requested by the Owner. Lift Station Design 3. CIVIL ENGINEERING SERVICES (Off-Site) A/E to provide engineering services to remove and relocate existing 6” water line for an assumed length of 400 linear feet to meet city of Denton requirements. Any other public infrastructure required to be designed will be considered additional services and negotiated with the client prior to proceeding. 4. LANDSCAPE ARCHITECTURE SERVICES A/E to provide planting and irrigation design services. 5. SITE ENTITLEMENT SERVICES Services include assisting with the process of Entitlements in obtaining discretionary approvals for the right to develop and/or construct on a property for its desired use(s). A/E services during Entitlements shall include preparation and/or submittal of the following: Final Engineered Site Design Refined Definition of Project Scope of Work Engineered Site Plan Preliminary and Final Plat Architectural Elevations / Renderings One (1) Planning and Zoning Hearing(s) and Preliminary Site Plan Approval One (1) City Council Hearing(s) and Final Site Plan Approval Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Variance Requests Special Use Permits Driveway Access Permits Public Hearing(s) 6. AUDIO/VIDEO/ACOUSTIC DESIGN Audio/Video infrastructure and active equipment design for the presentation and teaching spaces, to include: Audio/Video design to include infrastructure to support AV spaces and any ADA required audio systems. Evaluation of relevant AV active equipment to determine the infrastructure needs of the presentation spaces, specifications and drawings associated with the AV infrastructure system. Develop AV room layouts and assist with power requirements, screen locations, conduit, floor boxes, speaker locations, and lectern location. Architectural Acoustical consultation and analysis to address sound propagation, speech intelligibility, speech and music enhancement, and noise mitigation within the new / renovated space. This may include consultation on partition and glazing type, space planning, room shaping, finish selections, and construction methods. Establish the appropriate acoustical design criteria, such as Reverberation Time (RT), Noise Criteria (NC) and Sound Transmission Class (STC). 7. IT/DATA/SECURITY DESIGN Information Transport Systems infrastructure design services shall include: DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 6 of 8 Technology infrastructure design to support voice and data. Main MDF / Server Room layout, design and power/cooling coordination. Telecom Rooms design, layout and connectivity. Infrastructure design to support wireless access connectivity in specific building areas. Electronic Security systems design shall include: Access Control Intrusion Detection Electronic Surveillance Emergency Notification and Duress 8. FOOD SERVICE DESIGN Food Service design shall include preliminary design of residential kitchen equipment. Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Consultation and review for full-service design of commercial kitchen including equipment plan with schedule, food service utility rough-ins, elevations, sections and details will be prepared. Utensils, tabletop supplies and equipment otherwise known as Small wares. Point of Sale and IT systems 9. FF&E DESIGN Services include assisting in selections relating to movable furniture, furnishings and equipment. These tasks shall include: Evaluate client FF&E needs, including inventory of existing furniture to be repurposed. Develop FF&E budgets. Evaluate and select products. Prepare cost estimates and specifications. Solicit bids or negotiate pricing. Review and track orders. Plan and oversee installation. Prepare punch list. 10. GEOTECHNICAL ENGINEERING The objective of this geotechnical investigation will be to obtain subsurface data and to develop foundation and earthwork recommendations for the design of the proposed building and associated pavements. Field Services to include a total of six (6) borings will be advanced across the site. Four (4) borings will be drilled within the footprints of the proposed fire station facility and generator pad areas to depths of about 40 feet, or 15 feet into competent bedrock, whichever occurs first. Two (2) borings will be advanced within the proposed parking areas to depths of about 10 feet. Laboratory Services to include selected laboratory testing of the samples will be performed to evaluate soil index properties, strength, volume change potential, and chemical characteristics of the subsurface materials to provide data for analysis. Engineering Analysis & Report Additional Services Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: Additional Borings Construction Material Testing DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 7 of 8 OPTIONAL ADDITIONAL SCOPE OF SERVICES Not included in Base Proposal, A/E will provide the following as Additional Services when authorized by Client: 1. ENVELOPE CONSULTANT Services to include building envelope design recommendations and analysis of proposed assemblies. These tasks my include: Recommendations for general conformance with material manufacturers’ requirements and industry standards Review of project design for general conformance to the project team’s design and materials selection decisions. Review of envelope construction specifications for conformance with industry practice, coordination with project detail drawings, and manufacture’s understood requirements. 2. ACCESSIBILITY CONSULTANT Services include design review and recommendations to comply with the requirements of the Americans with Disabilities Act (ADA) and the Texas Accessibility Standards (TAS) for projects in the State of Texas. These tasks include: Preliminary Plan review at 100% SD Preliminary Plan review at 100% DD TDLR review at 100% CD TDLR Registration TDLR inspection at substantial completion 3. COMMISSIONING (MEP) Services include basic commissioning requirements per 2018 IECC, Section C408, of mechanical, service water heating, and lighting control systems. 4. SWPPP Services include the development and documentation of the Stormwater Pollution Prevention Plan excluding inspections during construction. 5. Artwork Selection Services include coordination/selection of printing, framing and installation of art pieces. QUALIFICATIONS The Client shall designate a representative authorized to act in the Client’s behalf who shall make decisions with respect to the Project. The Client, or such authorized representative, shall examine the design documents submitted by A/E and shall render decisions pertaining thereto promptly, to avoid unreasonable delay in the process of A/E’s design services. Client warrants that in transmitting existing documents prepared by other designers or design professionals, or any other information, Client is the copyright Client of such information or has permission from the copyright Client to transmit such information for its use on the Project. OPINIONS OF PROBABLE CONSTRUCTION COST In providing estimates or opinions of probable construction cost, the Client understands that the A/E has no control over the cost or availability of labor, equipment or materials, or over market conditions or the CMAR’s method of pricing, and that the A/E’s estimates or opinions of probable construction costs are made on the basis of the A/E’s professional judgment and experience. The A/E makes no warranty, express or implied, that the bids or the negotiated construction cost will not vary from the A/E’s estimates or opinions of probable construction cost. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT A Parkhill Page 8 of 8 ACCESSIBILITY The Client acknowledges that the requirements of the Americans with Disabilities Act (ADA), Texas Accessibility Standards (TAS) for projects in the State of Texas, and other federal, state and local accessibility laws, rules, codes, ordinances, and regulations will be subject to various and possibly contradictory interpretations. The Client further acknowledges that the ADA is a Civil Rights law and not a building code and does not have prescriptive language. A/E, therefore, will use its reasonable professional efforts and judgements, in working alongside the Accessibility Consultant’s direction & recommendations, to interpret applicable accessibility requirements in effect as of the date of the execution of this Agreement, and as they apply to the Project. A/E, however, cannot and does not warrant or guarantee that the Client’s Project will comply with all interpretations of the accessibility requirements and/or the requirements of other federal, state and local laws, rules, codes, ordinances and regulations as they apply to the Project. All projects in the State of Texas must be submitted to the Texas Department of Licensing and Regulations (TDLR) – Elimination of Architectural Barriers (EAB) Division for plan review for compliance with TAS requirements. A/E will include in the design of the Project all changes that are the result of the TDLR plan review. After construction of the project TDLR requires an inspection of the project for compliance confirmation. However, A/E cannot and does not warrant or guarantee that different rules and or interpretation may be applied to the Client’s Project at the time of the final TDLR inspection. Compliance with changes required by the TDLR final inspection that were not mentioned in the TDLR plan may be required. HAZARDOUS MATERIALS As used in this Proposal, the term hazardous materials shall mean any substances, including without limitation asbestos, toxic or hazardous waste, PCBs, combustible gases and materials, petroleum or radioactive materials (as each of these is defined in applicable federal statutes) or any other substances under any conditions and in such quantities as would pose a substantial danger to persons or property exposed to such substances at or near the project site. All parties acknowledge that the A/E’s scope of services does not include any services related to the presence of any hazardous or toxic materials. In the event A/E or any other person or entity involved in the project encounters any hazardous or toxic materials, or should it become known to A/E that such materials may be present on or about the jobsite or any adjacent areas that may affect the performance of A/E’s services, A/E may, at its sole option and without liability for consequential or any other damages, suspend performance of its services under this Agreement until the Client retains appropriate qualified consultants and/or CMARs to identify and abate or remove the hazardous or toxic materials and warrants that the jobsite is in full compliance with all applicable laws and regulations. SERVICES BY CLIENT Client will provide access to work site, obtain applicable permits, provide appropriate legal services in connection with the project, and provide environmental impact reports and energy assessments unless specifically included in the Scope of Work. Client shall pay the costs of checking and inspection fees, zoning application fees, soils engineering fees, testing fees, surveying fees, and all other fees, permits, bond premiums, and all other charges not specifically covered by the terms of this Agreement. Services specifically excluded from our scope of services include, but are not limited to, the following: Asbestos and Hazardous Materials Studies Third-party Independent Construction Inspection Services Construction Material Testing Texas Department of Health Demolition Notification Commissioning and Special Inspections Traffic Impact Analysis Furniture, Fixture, Equipment Procurement END OF SCOPE OF SERVICES DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT B Parkhill Page 1 of 1 EXHIBIT B – Fee Proposal REVISED December 3, 2021 Description Architectural Structural Mechanical & Electrical Survey Civil Eng. (On-Site) Civil Eng. (Off-Site) Landscape Design Interior Design (Fixed) Interior Design (FF&E) IT, Teledata, Telecomm & AV Security Cost Estimating Sustainable Design Geotechnical Engineering Storm Shlt. Peer Review Total Comments Design and Engineering Fees Masterplanning & Programming 24,400.00$ 12,500.00$2,000.00$ 600.00$ 1,000.00$ 4,940.00$ 9,800.00$ 55,240.00$ Schematic Design 73,200.00$ 8,600.00$ 15,100.00$ 5,900.00$ 1,800.00$ 2,800.00$ 4,400.00$ 1,800.00$ 1,600.00$ 960.00$ 6,920.00$ 4,000.00$ 127,080.00$ Design Development 146,300.00$ 12,800.00$ 22,600.00$ 11,700.00$ 3,500.00$ 5,600.00$ 6,500.00$ 3,500.00$ 2,560.00$ 1,280.00$ 7,260.00$ 4,000.00$ 227,600.00$ Construction Documents 121,900.00$ 10,700.00$ 18,800.00$ 9,800.00$ 2,900.00$ 4,700.00$ 5,400.00$ 5,100.00$ 4,480.00$ 1,920.00$ 4,725.00$ 8,000.00$ 8,000.00$ 206,425.00$ Bidding & Negotiation 24,400.00$ 2,200.00$ 3,800.00$ 2,000.00$ 600.00$ 1,000.00$ 1,100.00$ 800.00$ 320.00$ 320.00$ 36,540.00$ Contract Administration 97,500.00$ 8,600.00$ 15,100.00$ 7,800.00$ 2,300.00$ 3,800.00$ 4,300.00$ 3,200.00$ 2,560.00$ 1,280.00$ 16,000.00$ 162,440.00$ Subtotal Design Fees 487,700.00$ 42,900.00$ 75,400.00$ 12,500.00$39,200.00$ 11,700.00$ 18,900.00$ 21,700.00$ 14,400.00$ 11,520.00$ 5,760.00$ 23,845.00$32,000.00$ 9,800.00$ 8,000.00$ 815,325.00$ Reimbursable Expenses -$ Reproduction & Printing Costs -$ Shipping/Overnight Services & Postage -$ Mileage, Airfare, Lodging, Meals, & Travel Costs -$ Reimbursable Contingency 18,700.00$ 18,700.00$ Subtotal Reimbursable Expenses 18,700.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 18,700.00$ Alternates (Value Added Services at the Owner's Option)-$ Alternate #01 - Energy Modelling 19,000.00$ 19,000.00$ Alternate #02 - LEED Certification (Lowest Level)22,000.00$ 22,000.00$ Alternate #03 - FF&E Procurement Management -$ Alternate #04 - Electronic As-Builts from GC's Redlines $ 3,500.00 $ 400.00 $ 600.00 $ - $ 300.00 $ 100.00 $ 200.00 $ 200.00 $ 320.00 $ 320.00 5,940.00$ Alternate #05 - Site Entitlement Services $ 15,600.00 $ 4,000.00 $ 9,600.00 29,200.00$ Alternate #06 - Preliminary & Final Plat (74 ac) $ 7,500.00 $ 4,000.00 11,500.00$ Alternate #06 - Owners Allowance for Off-Site Engineering & Other Changes $ 90,000.00 90,000.00$ Subtotal Alternates 19,100.00$ 400.00$ 600.00$ 7,500.00$ 8,300.00$ 90,100.00$ 9,800.00$ 200.00$ -$ 320.00$ 320.00$ -$ 41,000.00$ -$ -$ 177,640.00$ -$ Total of Fees, Reimbursable & Alternates 525,500.00$ 43,300.00$ 76,000.00$ 20,000.00$47,500.00$ 101,800.00$ 28,700.00$ 21,900.00$ 14,400.00$ 11,840.00$ 6,080.00$ 23,845.00$73,000.00$ 9,800.00$ 8,000.00$ 1,011,665.00$ DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD EXHIBIT C Parkhill Page 1 of 1 EXHIBIT C – Hourly Rate Schedule REVISED December 3, 2021 Foregoing Schedule of Changes is incorporated into the Agreement for Services provided, effective January 1, 2022 through December 31, 2022. After December 31, 2022, invoices will reflect the Schedule of Changes currently in effect. DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A.Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B.Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C.Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D.Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Parkhill, Smith & Cooper, Inc. N/A X October 12, 2021 EXHIBIT D DocuSign Envelope ID: EE742462-66DD-4788-9CF3-73238CB4FBFD Certificate Of Completion Envelope Id: EE74246266DD47889CF373238CB4FBFD Status: Sent Subject: Please DocuSign: City Council Contract 7818-002 Design of FS 9 Source Envelope: Document Pages: 33 Signatures: 3 Envelope Originator: Certificate Pages: 6 Initials: 1 Christa Christian AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 Christa.Christian@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/16/2021 10:56:00 AM Holder: Christa Christian Christa.Christian@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Christa Christian christa.christian@cityofdenton.com Senior Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 12/16/2021 11:20:40 AM Viewed: 12/16/2021 11:21:21 AM Signed: 12/16/2021 11:23:42 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/16/2021 11:23:45 AM Viewed: 12/16/2021 3:41:55 PM Signed: 12/16/2021 3:42:55 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/16/2021 3:42:59 PM Viewed: 12/17/2021 9:02:22 AM Signed: 12/17/2021 9:10:13 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Scott Nelson snelson@parkhill.com Principal Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 12.70.161.203 Sent: 12/17/2021 9:10:16 AM Viewed: 12/19/2021 5:00:41 PM Signed: 12/21/2021 11:26:21 AM Electronic Record and Signature Disclosure: Accepted: 12/19/2021 5:00:41 PM ID: 6497eac7-8e93-46aa-93ed-ab8ccd36a77f Signer Events Signature Timestamp Scott Gray scott.gray@cityofdenton.com Director - Airport & Facilities x Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 47.38.255.16 Signed using mobile Sent: 12/21/2021 11:26:24 AM Viewed: 12/21/2021 11:27:19 AM Signed: 12/21/2021 11:28:13 AM Electronic Record and Signature Disclosure: Accepted: 12/21/2021 11:27:19 AM ID: 8bf5a8e7-6e09-4321-8f05-7791d5f03996 Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/21/2021 11:28:16 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/20/2021 12:15:18 PM ID: 762d2506-e9d7-4d2f-875c-6a9b0401d597 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/16/2021 11:23:45 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Chris Squadra csquadra@peakprogramvalue.com Security Level: Email, Account Authentication (None) Sent: 12/16/2021 3:42:59 PM Electronic Record and Signature Disclosure: Carbon Copy Events Status Timestamp Accepted: 12/22/2021 2:29:57 PM ID: c36fa98a-f839-48e6-b5f3-701ffea4343d David Boots David.Boots@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 12/16/2021 3:43:00 PM Viewed: 12/17/2021 8:01:31 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Gaila Barnett gbarnett@peakprogramvalue.com Security Level: Email, Account Authentication (None) Sent: 12/16/2021 3:43:00 PM Viewed: 12/20/2021 9:32:24 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Kenneth Hedges Kenneth.Hedges@cityofdenton.com Fire Chief Security Level: Email, Account Authentication (None) Sent: 12/21/2021 11:26:25 AM Viewed: 12/21/2021 11:27:38 AM Electronic Record and Signature Disclosure: Accepted: 8/20/2021 2:11:02 PM ID: 27cec36c-26bb-4cc1-960e-217d7204f217 Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/21/2021 11:28:16 AM Viewed: 12/27/2021 3:36:12 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marissa Barrett marissa.barrett@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/16/2021 11:20:40 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Scott Nelson, Scott Gray, Rosa Rios, Chris Squadra, Kenneth Hedges 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-079,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the City Manager to execute a contract with BWI Companies,Inc.,through the Buy Board Cooperative Purchasing Network Contract #611-20,for the purchase of ryegrass seed,specialty landscape,turf,and grower supplies for the Parks and Recreation,Drainage,and Streets Departments;providing for the expenditure of funds therefor;and providing an effective date (File 7910 -awarded to BWI Companies,Inc.,for one (1)year, with the option for two (2)additional one (1)year extensions,in the total three (3)year not-to-exceed amount of $200,000.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with BWI Companies, Inc., through the Buy Board Cooperative Purchasing Network Contract # 611-20, for the purchase of ryegrass seed, specialty landscape, turf, and grower supplies for the Parks and Recreation, Drainage, and Streets Departments; providing for the expenditure of funds therefor; and providing an effective date (File 7910 – awarded to BWI Companies, Inc., for one (1) year, with the option for two (2) additional one (1) year extensions, in the total three (3) year not-to-exceed amount of $200,000.00). INFORMATION/BACKGROUND The Parks Department purchases specialty landscape, turf, tree, athletic field, and grower supplies for the Parks, Drainage, Water, Wastewater, and Streets Departments. Maintenance staff uses a variety of seeds from over-seeding athletic fields to applying erosion control over-seeds athletic fields. The departments also purchase other industry supplies throughout the year to ensure that departmental and industry standards are met. The Parks Department is requesting to utilize Buy Board Cooperative Purchasing Agreement. Projected Spend Purchase Category Parks Water/Wastewater Streets/Drainage Total Seed 50,000 2,500 2,500 55,000 Supplies & Tools 25,000 2,500 2,500 30,000 Compost 10,000 - - 10,000 Athletic Supplies 105,000 - - 105,000 Total $ 190,000 $ 5,000 $ 5,000 $ 200,000 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. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On February 1, 2005, Council approved the interlocal agreement with the Buy Board Cooperative Purchasing Network (Ordinance 2005-034). City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com RECOMMENDATION Award a contract with BWI Companies, Inc., for the purchase of ryegrass seed, specialty landscape, turf, and grower supplies for the Parks and Recreation, Drainage, and Streets Departments, in a one (1) year, with the option for two (2) additional one (1) year extensions, in the total three (3) year not-to-exceed amount of $200,000. PRINCIPAL PLACE OF BUSINESS BWI Companies, Inc. Carrolton, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for two (2) additional one (1) year periods, with all terms and conditions remaining the same. This Buy Board contract expires on May 31, 2023. FISCAL INFORMATION These items will be funded from the using department’s operating budget. Requisitions will be entered on an as-needed basis. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Price Sheet Exhibit 3: Ordinance Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Drew Huffman, 940-349-7464. Legal point of contact: Marcella Lunn at 940-349-8333. Product Desciption Manufacturer Name UOM Discount Price Vendor Category 13-0-5 Fertilizer with 0.15% DIM and 25% XCU - 50 lb Agri-Nutrients BG 21.81$ Fertilizers:Combination:Granular 13-0-5 Fertilizer with 0.29% PS and 25% XCU - 50 lb Agri-Nutrients BG 19.91$ Fertilizers:Combination:Granular 15-0-30 Fertilizer - 50 lb Agri-Nutrients BG 29.24$ Fertilizer:Lawn:Granular 18-0-5 Fertilizer with 50% UFLEXX, 3% FE HUM - 50 lb Agri-Nutrients BG 30.21$ Fertilizers:Fairway Grade:Granular 21-7-14 Fertilizer with 25% XCU and 3% FE 6S - 50 lb Agri-Nutrients BG 31.97$ Fertilizers:General Turf 24-0-0 Fertilizer with 30% UFLEXX and 2% FE - 50 lb Agri-Nutrients BG 23.43$ Fertilizers:Fairway Grade:Granular 10-5-20 Fertilizer with 50% UFLEXX, 50% AM N, 2% FeSucrate, 1% Mg, MOP, 100 DG, Procote - 50 lb Agri-Nutrients BG 29.70$ Fertilizers:Fairway Grade:Granular 13-13-13 Fertilizer with Procote - 50 lb Agri-Nutrients BG 25.79$ Fertilizers:Fairway Grade:Granular 21-0-0 100% Ammonium Sulfate Fertilizer with Procote - 50 lb Agri-Nutrients BG 22.79$ Fertilizers:Fairway Grade:Granular 21-7-14 Fertilizer with 25% XCU, 6% S, 3% Fe, Am Sulfate, Procote - 50 lb Agri-Nutrients BG 33.47$ Fertilizers:Fairway Grade:Granular 28-0-10 Fertilizer with 50% XCU, Procote Fe - 50 lb Agri-Nutrients BG 27.37$ Fertilizers:Fairway Grade:Granular 25-0-10 Fertilizer with 50% UFLEXX, 2% FE, 2% MG - 50 lb Agri-Nutrients BG 32.21$ Fertilizers:Fairway Grade:Granular 28-3-8 Fertilizer with 50% UFLEXX and 2% FE - 50 lb Agri-Nutrients BG 33.11$ Fertilizers:Fairway Grade:Granular 40-0-0 Fertlizer with 50% UFLEXX and 5% FE - 50 lb Agri-Nutrients BG 38.00$ Fertilizers:Fairway Grade:Granular 100% UFLEXX - 50 lb Agri-Nutrients BG 46.25$ Fertilizers:General Turf 46-0-0 UMAXX SRN - 50 lb Agri-Nutrients BG 51.33$ Fertilizers:Fairway Grade:Granular 24-2-12 Fertilizer with 55% SRN and 1% FE TRC - 50 lb Agri-Nutrients BG 36.47$ Fertilizers:Fairway Grade:Granular 18-0-0 Fertilizer with 1% OXASHIELD - 50 lb Agri-Nutrients BG 41.69$ Fertilizers:Combination:Granular 20-5-10 25% XCU 0.22% Dimension - 50 lb Agri-Nutrients BG 37.68$ Fertilizers:Combination:Granular 10-20-10 Fertilizer - 50 lb Agri-Nutrients BG 15.33$ Fertilizers:Fairway Grade:Granular 19-0-6 .15%DIM 25%XCU 50#Agri-Nutrients, Inc.BG 20.57$ Fertilizers:Combination:Granular 19-0-6 .29 PS 25%XCU 50#Agri-Nutrients, Inc.BG 15.71$ Fertilizers:Combination:Granular 34-3-11 30% UFLEX 50#Agri-Nutrients, Inc.BG 35.33$ Fertilizers:Fairway Grade:Granular 5-10-31 Fertilizer with 10% Iron Sucrate - 50 lb Agri-Nutrients, Inc.BG 32.87$ Fertilizer:Lawn:Granular Quickgrass Pro Erosion Control Blanket American Excelsior Company DI 129.43$ Professional Turf:Erosion Control Curlex I Erosion Control Blanket - 4' x 112.5', Natural American Excelsior Company RL 30.92$ Professional Turf:Erosion Control Curlex II Erosion Control Blanket - 4' x 112.5', Natural American Excelsior Company RL 31.68$ Professional Turf:Erosion Control Curlex II Erosion Control Blanket - 4' x 112.5', Green American Excelsior Company RL 37.81$ Professional Turf:Erosion Control Curlex I Erosion Control Blanket - 8' x 112.5', Green American Excelsior Company RL 75.62$ Professional Turf:Erosion Control Curlex II Erosion Control Blanket - 8' x 112.5', Green American Excelsior Company RL 58.78$ Professional Turf:Erosion Control Curlex I Erosion Control Blanket - 8' x 112.5', Natural American Excelsior Company RL 52.97$ Professional Turf:Erosion Control Curlex II Erosion Control Blanket - 8' x 112.5', Natural American Excelsior Company RL 55.24$ Professional Turf:Erosion Control Recyclex Turf Mat - 8' x 90'American Excelsior Company RL 182.88$ Professional Turf:Erosion Control Curlex Sediment Log - 12" x 10'American Excelsior Company EA 21.49$ Professional Turf:Erosion Control Curlex Sediment Log - 9" x 25'American Excelsior Company EA 38.95$ Professional Turf:Erosion Control Straw Erosion Control Blanket - 8' x 112.5'American Excelsior Company RL 37.46$ Professional Turf:Erosion Control Curlex Double Net (Curlex II) Erosion Control Blanket - 4' x 112.5', Green American Excelsior Company RL 27.85$ Professional Turf:Erosion Control Curlex Erosion Control Blanket - 4' x 150', Natural American Excelsior Company RL 34.23$ Professional Turf:Erosion Control Curlex Erosioin Control Blanket - 8' x 112.5', Green American Excelsior Company RL 54.05$ Professional Turf:Erosion Control Curlex I Erosion Control Blanket - 8' x 150', Natural American Excelsior Company RL 68.47$ Professional Turf:Erosion Control 10-20-20 Professional Fertilizer - 50 lb American Plant Food Corp.BG 26.29$ Fertilizers:Fairway Grade:Granular 18-24-12 Fertilize wtih 3% Sulfur - 50 lb American Plant Food Corp.BG 27.93$ Fertilizer:Garden:Granular 15-15-15 Fertilizer with 9% Sulfur - 50 lb American Plant Food Corp.BG 29.13$ Fertilizer:Garden:Granular K-8 Lawn Plant Food 15-5-10 - 40 lb American Plant Food Corp.BG 18.28$ Fertilizer:Garden:Granular N-Rich Ammonium Sulfate 21-0-0 - 50 lb American Plant Food Corp.BG 21.02$ Fertilizer:Lawn:Granular N-Rich Ammonium Sulfate 21-0-0 - 2000 lb American Plant Food Corp.BG 661.43$ Fertilizers:Fairway Grade:Granular S-Sul Sprayable Ammonium Sulfate 21-0-0 Herbicide Adjuvant - 51 lb American Plant Food Corp.BG 20.04$ Fertilizers:Greens Grade:Granular SoluGreen Ammonium Sulfate 21-0-0 Greens Grade - 50 lb American Plant Food Corp.BG 19.33$ Fertilizers:Greens Grade:Granular 21-7-14 Professional Fertilizer with 25% SCU, 3% Iron, & Trace Elements - 50 lb American Plant Food Corp.BG 19.78$ Fertilizers:General Turf 11-17-7 Belgium Garden Formula - 50 lb American Plant Food Corp.BG 6.11$ Fertilizer:Garden:Granular Deadline Ornamental Snail Bait - 25 lb Amvac BG 93.67$ Insecticides:Granular Orthene Turf Tree Ornamental 97 Spray - 0.773 lb Amvac EA 16.30$ Insecticides:Miscellaneous Orthene Turf Tree Ornamental 97 Spray - 7.73 lb Amvac EA 127.51$ Insecticides:Miscellaneous Orthene Turf Tree Ornamental WSP - 3 x 1/3 lb Amvac EA 15.18$ Insecticides:Miscellaneous Nuvan Prostrips - 3 x 65 g Amvac EA 35.00$ Insecticides Nuvan Prostrips - 12 x 16 g Amvac EA 48.53$ Insecticides Nuvan Directed Spray Aerosol - 17 oz Amvac EA 36.71$ Insecticides:Aerosols Basamid G Soil Fumigant - 50 lb Amvac BG 520.98$ Professional Turf:Soil Amendments Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Cutrine-Plus Liquid - 2.5 gal Applied Biochemists EA 86.20$ Pond Management:Weed and Algae Control Cutrine-Plus Granular - 12 lb Applied Biochemists EA 42.44$ Pond Management:Weed and Algae Control Aquashade Dye - 1 gal Applied Biochemists EA 52.18$ Pond Management:Weed and Algae Control Cutrine-Plus Liquid - 1 gal Applied Biochemists EA 36.19$ Pond Management:Weed and Algae Control Weedtrine-D Aquatic Herbicide - 1 gal Applied Biochemists EA 62.48$ Pond Management:Weed and Algae Control Cutrine-Plus Granular - 30 lb Applied Biochemists BG 91.53$ Pond Management:Weed and Algae Control AcidipHy Liquid Irrigation Water Acidifier - 2.5 gal Aqua-Aid EA 135.82$ Adjuvants and Markers:Wetting Agents Aquifer Pellet - 8oz Aqua-Aid EA 13.23$ Adjuvants and Markers:Wetting Agents AQM Tougher Turf Pellets (12 pack)Aqua-Aid EA 307.23$ Adjuvants and Markers:Wetting Agents OARS Soil Hydrating Surfactant - 2.5 gal Aqua-Aid EA 230.00$ Adjuvants and Markers:Wetting Agents OARS HS Soil Hydrating Surfactant - 2.5 gal Aqua-Aid EA 237.69$ Adjuvants and Markers:Wetting Agents OARS Pellets (12 pack)Aqua-Aid EA 175.67$ Adjuvants and Markers:Wetting Agents OARS PS Soil Penetrating Surfactant - 2.5 gal Aqua-Aid EA 232.69$ Adjuvants and Markers:Wetting Agents PBS150 - 2.5 gal Aqua-Aid EA 233.85$ Adjuvants and Markers:Wetting Agents Aqua-Aid Surfactant - 2.5 gal Aqua-Aid EA 87.31$ Adjuvants and Markers:Wetting Agents Aquifer Surfactant - 2.5 gal Aqua-Aid EA 189.23$ Adjuvants and Markers:Wetting Agents Worm Power Turf - 2.5 gal Aqua-Aid EA 69.32$ Fertilizers:General Turf:Liquid Worm Power Turf - 55 gal Aqua-Aid DM 1,370.41$ Fertilizers:General Turf:Liquid Verde-Cal G Greens Grade - 50 lb Aqua-Aid BG 30.77$ Fertilizers:Micronutrients Verde-Cal Greens Grade - 50 lb Aqua-Aid BG 27.62$ Professional Turf:Soil Amendments Verde-Cal K Plus - 50 lb Aqua-Aid BG 60.00$ Fertilizers:Micronutrients Verde-Cal G Course Grade - 50 lb Aqua-Aid BG 26.57$ Professional Turf:Soil Amendments Verde-Lawn - 50 lb Aqua-Aid BG 21.05$ Professional Turf:Soil Amendments AquaGro 2000 - 120 lb Aquatrols DM 770.00$ Adjuvant:Wetting Agents Primer Select Soil Surfactant - 50 lb Aquatrols BG 108.46$ Adjuvants and Markers:Wetting Agents Aqua-Gro 2000 - 44 lb Aquatrols DM 267.67$ Adjuvant:Wetting Agents Primer Select Soil Surfactant - 2.5 gal Aquatrols EA 191.92$ Adjuvants and Markers:Wetting Agents Sixteen 90 - 2.5 gal Aquatrols EA 183.85$ Adjuvants and Markers:Wetting Agents Primer Select Soil Surfactant - 30 gal Aquatrols DM 2,284.62$ Adjuvants and Markers:Wetting Agents Blast Injectable Agency - 30 gal Aquatrols DM 1,013.08$ Adjuvants and Markers:Wetting Agents Dispatch Sprayable - 2.5 gal Aquatrols EA 248.13$ Adjuvants and Markers:Wetting Agents Aqueduct Soil Surfactant - 2.5 gal Aquatrols EA 184.88$ Adjuvants and Markers:Wetting Agents Aqueduct Soil Surfactant - 30 gal Aquatrols DM 2,028.00$ Adjuvants and Markers:Wetting Agents Aqueduct Flex Granular - 44 lb Aquatrols BG 165.00$ Adjuvants and Markers:Wetting Agents Aqua-Gro L with PsiMatric Technology - 2.5 gal Aquatrols EA 254.38$ Adjuvant:Wetting Agents Revolution Soil Surfactant - 30 gal Aquatrols DM 3,268.50$ Adjuvants and Markers:Wetting Agents Revolution Soil Surfactant - 2.5 gal Aquatrols EA 278.00$ Adjuvants and Markers:Wetting Agents Zipline Soil Surfactant - 2.5 gal Aquatrols EA 283.38$ Adjuvants and Markers:Wetting Agents Zipline Soil Surfactant - 30 gal Aquatrols DM 3,348.00$ Adjuvants and Markers:Wetting Agents CapSil Surfactant - 1 gal Aquatrols EA 187.92$ Adjuvant:Wetting Agents Dispatch Sprayable - 30 gal Aquatrols DM 2,847.00$ Adjuvants and Markers:Wetting Agents Advantage Applicator Aquatrols EA 187.53$ Applicators:Sprayers:Miscellaneous Advantage Plus Pellets Aquatrols EA 15.86$ Adjuvants and Markers:Wetting Agents Blast Spray - 2.5 gal Aquatrols Corp Of Am EA 179.23$ Adjuvants and Markers:Wetting Agents Tree I.V. F12 Kit Arbor Jet EA 1,515.15$ Professional Turf:Miscellaneous Chemicals CLEAN-jet - 1 L Arborjet EA 14.00$ Professional Turf:Miscellaneous Chemicals NutriRoot - 1 qt Arborjet EA 29.99$ Professional Turf:Miscellaneous Chemicals PALM-jet Mg - 4 L Arborjet EA 129.00$ Professional Turf:Miscellaneous Chemicals Shortstop - 1 gal Arborjet EA 399.00$ Professional Turf:Miscellaneous Chemicals IMA-jet - 1 L Arborjet EA 299.00$ Professional Turf:Miscellaneous Chemicals ACE-jet - 20 x 15 g Arborjet EA 213.50$ Professional Turf:Miscellaneous Chemicals PHOSPHO-jet - 1 L Arborjet EA 79.99$ Professional Turf:Miscellaneous Chemicals Propizol - 4 L Arborjet EA 69.99$ Professional Turf:Miscellaneous Chemicals Arbor-OTC - 28 g Arborjet EA 140.00$ Professional Turf:Miscellaneous Chemicals TREE I.V. 2-Pack Kit Arborjet EA 849.00$ Professional Turf:Miscellaneous Chemicals Arborplugs #3 - 9/32" - (100 pack)Arborjet EA 48.05$ Professional Turf:Miscellaneous Chemicals Arborplugs #4 - Black, 3/8" (100 pack)Arborjet EA 48.05$ Professional Turf:Miscellaneous Chemicals QUIK-jet Air Kit Arborjet EA 2,299.00$ Professional Turf:Miscellaneous Chemicals Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Tree Diameter Tape Arborjet EA 26.00$ Professional Turf:Miscellaneous Equipment Mn-jet Fe - 1 L Arborjet, Inc.EA 118.48$ Professional Turf:Miscellaneous Chemicals Drill Bits - 3/8"Arborjet, Inc.EA 22.00$ Professional Turf:Miscellaneous Equipment DRILL BITS 9/32" PK/2 Arborjet, Inc.EA 22.00$ Professional Turf:Miscellaneous Equipment Ryegrass, Jumbo - 50 lb Barenbrug BG 41.99$ Field Seed:Forage Ryegrasses:Proprietary Ryegrass, Maximus - 50 lb Barenbrug BG 44.29$ Field Seed:Forage Ryegrasses:Proprietary Water Saver with RTF Turf Type Tall Fescue - 10 lb Barenbrug EA 30.62$ Lawn Seed:Turf Type Fescue Water Saver with RTF Turf Type Tall Fescue - 5 lb Barenbrug EA 15.75$ Lawn Seed:Turf Type Fescue Neches Clover with Yellow Jacket - 25 lb Barenbrug BG 87.50$ Field Seed:Legumes:Clovers Water Saver with RTF Turf Type Tall Fescue - 25 lb Barenbrug BG 73.07$ Lawn Seed:Turf Type Fescue Pebble Beach Fairway Blend Golf Course Quality Grass Seed - 10 lb Barenbrug EA 27.25$ Lawn Seed:Perennial Ryegrass Pebble Beach Sun & Shade Golf Course Quality Grass Seed Mixture - 3 lb Barenbrug EA 9.13$ Lawn Seed:Perennial Ryegrass Pebble Beach Fairway Blend Golf Course Quality Grass Seed - 20 lb Barenbrug BG 46.67$ Lawn Seed:Perennial Ryegrass Forb Feast Chicory - 25 lb Barenbrug BG 91.33$ Wildlife:Seed Winter Wonderlawn Grass Seed - 25 lb Barenbrug BG 43.07$ Lawn Seed:Turf Type Fescue Winter Wonderlawn Grass Seed - 50 lb Barenbrug BG 78.29$ Lawn Seed:Turf Type Fescue Baralfa X42 with Yellow Jacket - 25 lb Barenbrug BG 116.99$ Field Seed:Legumes:Alfalfa Daikon Radish with Yellow Jacket - 25 lb Barenbrug BG 48.65$ Field Seed:Legumes:Miscellaneous Barduro Red Clover with Yellow Jacket - 10 lb Barenbrug EA 23.57$ Field Seed:Legumes:Clovers Clover, Regalgraze Ladino - 25 lb Barenbrug BG 95.89$ Field Seed:Legumes:Clovers Clover, White, Barblanca, Coated - 25 lb Barenbrug BG 97.35$ Field Seed:Legumes:Clovers Panterra SOS 400 Turf Type Annual Ryegrass - 50 lb Barenbrug BG 68.40$ Grass Seed:Annual Ryegrass Panterra SOS 400 Turf Type Annual Ryegrass - 25 lb Barenbrug BG 36.64$ Grass Seed:Annual Ryegrass Clover, Barduro with Yellow Jacket - 25 lb Barenbrug BG 79.50$ Field Seed:Legumes:Clovers Fescue, Baroptima + E34 - 25 lb Barenbrug BG 84.86$ Field Seed:Forage Fescues Mojo Crabgrass Seed - 25 lb Barenbrug BG 129.50$ Field Seed:Miscellaneous Grasses Teff Grass Moxie - 50 lb Barenbrug BG 126.32$ Field Seed:Miscellaneous Grasses Turf Saver RTF Rhizomatous Tall Fescue - 10 lb Barenbrug EA 33.08$ Lawn Seed:Turf Type Fescue Turf Saver RTF Rhizomatous Tall Fescue - 25 lb Barenbrug BG 77.20$ Lawn Seed:Turf Type Fescue Turf Saver RTF Rhizomatous Tall Fescue - 50 lb Barenbrug BG 154.40$ Lawn Seed:Turf Type Fescue Turnips, Barkant Forage - 25 lb Barenbrug BG 50.93$ Field Seed:Legumes:Miscellaneous Turf Blue HGT with Yellow Jacket - 50 lb Barenbrug Usa-Mktng Divis BG 247.86$ Lawn Seed:Miscellaneous Barisca Forage Rape with Yellow Jacket - 25 lb Barenbrug Usa-Mktng Divis BG 27.90$ Field Seed:Legumes:Miscellaneous SOS Turf-Type Annual Ryegrass Blend (SOS 211) - 50 lb Barenbrug Usa-Mktng Divis BG 114.00$ Grass Seed:Perennial Ryegrass High Leaf Ratio (HLR) Orchardgrass Blend - 25 lb Barenbrug Usa-Mktng Divis BG 95.58$ Field Seed:Miscellaneous Grasses Pendulum 3.3EC Herbicide - 2.5 gal Basf EA 76.92$ Herbicides:Pre Emergent:Liquid Pendulum 2G Herbicide - 40 lb Basf BG 75.35$ Herbicides:Pre Emergent:Granular System III Large Pouch Basf EA 34.44$ Applicators:Parts Advance Station Replacement Caps (25 Pack)Basf EA 38.36$ Traps, Monitors, Stations The Spider Station Access Tool Basf EA 30.44$ Applicators:Parts System III Gun & Hose Assembly Basf EA 232.17$ Applicators System III Hose Assembly - Red Basf EA 34.88$ Applicators:Parts Termidor Dry Applicator Basf EA 177.78$ Applicators Trinity Fungicide - 2.5 gal Basf EA 629.51$ Fungicides and Algaecides:Liquid Siesta Insecticide Fire Ant Bait - 15 lb Basf BG 246.62$ Insecticides:Granular:Ant Bait Honor Intrinsic Brand Fungicide WDG - 3 lb Basf EA 468.00$ Fungicides and Algaecides:Liquid Pendulum AquaCap Herbicide - 15 gal Basf DM 765.00$ Herbicides:Post Emergent:Selective Liquid Stature SC Fungicide - 25 oz Basf EA 261.68$ Fungicide and Algaecide:Liquid Freehand 1.75G Herbicide - 50 lb Basf BG 97.50$ Herbicides:Post Emergent:Selective Granular Basagran T&O Herbicide - 1 gal Basf EA 86.86$ Herbicides:Post Emergent:Selective Liquid Cy-Kick CS Controlled Release Insecticide - 1 pt Basf EA 49.28$ Insecticides:Liquids Cy-Kick CS Controlled Release Insecticide - 120 oz Basf EA 283.20$ Insecticides:Liquids Instant Soap 'N Water Foaming Cleanser - 9 oz Basf EA 9.13$ Cleaners, Sanitizers Advance Granular Carpenter Ant Bait - 8 oz Basf EA 26.97$ Insecticides:Insect Baits Advance Granular Carpenter Ant Bait - 2 lb Basf EA 91.67$ Insecticides:Insect Baits PermaCap CS Controlled Release Insecticide - 120 oz Basf EA 108.80$ Insecticides:Liquids Advance 360A Dual Choice Ant Bait Stations (4 Pack)Basf EA 5.38$ Insecticides:Insect Baits Pylon Miticide-Insecticide - 1 pt Basf EA 579.84$ Insecticides:Liquid Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Pageant Intrinsic Brand Fungicide - 1 lb Basf EA 95.60$ Fungicides and Algaecides:Water Soluble Pageant Intrinsic Brand Fungicide - 12 lb Basf EA 1,062.00$ Fungicides and Algaecides:Water Soluble Pylon TR Total Release Miticide/Insecticide - 2 oz Basf EA 26.09$ Insecticides:Aerosol Orvego Fungicide - 28 oz Basf EA 202.00$ Fungicide and Algaecide:Liquid Pageant TR Intrinsic Brand Fungicide - 3 oz Basf EA 40.43$ Fungicide and Algaecide:Liquid Trinity TR Total Release Fungicide - 3 oz Basf EA 40.43$ Fungicide and Algaecide:Liquid Pillar G Intrinsic Brand Fungicide - 30 lb Basf BG 80.67$ Fungicides and Algaecides:Granular Termidor Foam Termiticide / Insecticide - 20 oz Basf EA 27.47$ Insecticides:Aerosols Empress Intrinsic Brand Fungicide - 24 oz Basf EA 210.71$ Fungicide and Algaecide:Liquid Honor Intrinsic Brand Fungicide - 36 lb Basf DM 4,176.00$ Fungicides and Algaecides:Granular Pylex Herbicide - 8 oz Basf EA 553.36$ Herbicides:Post Emergent:Selective Liquid Shake Down Antifoaming Agent - 1 qt Basf EA 20.11$ Adjuvants and Markers:Defoaming Agent Xzemplar Fungicide - 114 oz Basf EA 1,488.84$ Fungicides and Algaecides:Liquid Lexicon Intrinsic Brand Fungicide - 21 oz Basf EA 525.00$ Fungicides and Algaecides:Liquid PT Alpine Pressurized Fly Bait - 16 oz Basf EA 24.32$ Insecticides:Aerosols Alpine Cockroach Gel Bait Rotation 2 Reservoir - 4 x 30 g Basf EA 27.69$ Insecticides:Insect Baits Sultan Miticide - 1 pt Basf EA 158.00$ Insecticides:Liquid Xzemplar Fungicide - 11.4 oz Basf EA 171.00$ Fungicides and Algaecides:Liquid Insignia SC Intrinsic Brand Fungicide - 30.5 oz Basf EA 458.72$ Fungicides and Algaecides:Liquid Insignia SC Intrinsic Brand Fungicide - 2.5 gal Basf EA 3,110.00$ Fungicides and Algaecides:Liquid Pylon Miticide-Insecticide - 0.5 gal Basf EA 1,552.50$ Insecticides:Liquid Alpine WSG Water Soluble Granule Insecticide - 200 g Basf EA 75.00$ Insecticides:Wettable Powder Tower Herbicide - 2.5 gal Basf EA 802.50$ Herbicides:Pre Emergent:Liquid Orkestra Intrinsic Brand Fungicide - 16 oz Basf EA 147.20$ Fungicide and Algaecide:Liquid Segment II Herbicide - 2.5 gal Basf EA 650.07$ Herbicide:Post Emergent:Liquid Selontra Rodent Bait - 8 lb Basf EA 77.33$ Rodenticides Pillar G Intrinsic Brand Fungicide - 15 lb Basf BG 45.23$ Fungicides and Algaecides:Granular Termidor SC Termiticide / Insecticide - 20 oz Basf EA 79.73$ Insecticides:Liquids Phantom Termiticide-Insecticide - 75 oz Basf EA 276.00$ Insecticides:Liquids Phantom Termiticide-Insecticide - 21 oz Basf EA 82.88$ Insecticides:Liquids Pendulum AquaCap Herbicide - 2.5 gal Basf EA 179.04$ Herbicides:Pre Emergent:Liquid Amdro Pro Fire Ant Bait - 25 lb Basf BG 427.46$ Insecticides:Granular:Ant Bait Drive XLR8 Herbicide - 0.5 gal Basf EA 62.82$ Herbicides:Post Emergent:Selective Liquid Admiral Lake & Pond Colorant - 1 gal Basf EA 51.50$ Pond Management:Weed and Algae Control Black Onyx Lake Colorant - 1 gal Basf EA 93.68$ Adjuvants and Markers:Colorant and Marker All-Weather Foam Concentrate - 1 gal Basf EA 64.83$ Adjuvants and Markers:Wetting Agents Green Lawnger Turf Colorant - 1 gal Basf EA 72.06$ Adjuvants and Markers:Colorant and Marker Green Lawnger Turf Colorant - 2.5 gal Basf EA 180.15$ Adjuvants and Markers:Colorant and Marker Hi-Light Blue Spray Pattern Indicator - 1 gal Basf EA 56.62$ Adjuvants and Markers:Colorant and Marker Neutralize Spray Tank Cleaner - 2 lb Basf EA 17.12$ Professional Turf:Miscellaneous Chemicals Sprint 138 Turf & Greenhouse Nutrients - 5 lb Basf EA 106.60$ Fertilizers:Micro Nutrients Sprint 330 Turf & Greenhouse Nutrients - 50 lb Basf EA 502.73$ Fertilizers:Micro Nutrients Sprint 330 Turf & Greenhouse Nutrients - 5 lb Basf EA 56.96$ Fertilizers:Micro Nutrients Turf Mark Blue Spray Pattern Indicator - 1 qt Basf EA 19.65$ Adjuvants and Markers:Colorant and Marker Turf Mark Blue Spray Pattern Indicator - 1 gal Basf EA 57.65$ Adjuvants and Markers:Colorant and Marker Turf Mark Blue Spray Pattern Indicator - 2.5 gal Basf EA 133.31$ Adjuvants and Markers:Colorant and Marker Turf Mark Blue Spray Pattern Indicator - 30 gal Basf DM 1,513.24$ Adjuvants and Markers:Colorant and Marker Turf Mark Green Spray Pattern Indicator - 2.5 gal Basf EA 160.34$ Adjuvants and Markers:Colorant and Marker Transition HC Turf Colorant - 1 gal Basf EA 188.79$ Adjuvants and Markers:Colorant and Marker Vision Pro HD Turf Colorant - 1 gal Basf EA 169.34$ Adjuvants and Markers:Colorant and Marker Pendulum AquaCap Herbicide - 110 gal Basf DM 5,500.00$ Herbicides:Pre Emergent:Liquid Orthene PCO Pellets - 10 x 1.4 oz Basf EA 63.98$ Insecticides:Wettable Powder Ultra Pure Oil Horticultural Insecticide, Miticide & Fungicide - 2.5 gal Basf EA 74.41$ Insecticides:Natural Ultra Pure Oil Horticultural Insecticide, Miticide & Fungicide - 30 gal Basf DM 756.62$ Insecticides:Natural Pyrethrum TR Total Release Insecticide - 2 oz Basf EA 26.09$ Insecticides:Aerosol DuraGuard ME Microencapsulated Insecticide - 1 gal Basf EA 326.67$ Insecticides:Liquid Attain TR Total Release Insecticide - 2 oz Basf EA 26.09$ Insecticides:Aerosol Duraplex TR Total Release Insecticide - 2 oz Basf EA 24.29$ Insecticides:Aerosol Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Green-Shield II Disinfectant & Algicide - 1 gal Basf EA 46.28$ Fungicide and Algaecide:Liquid Green-Shield II Disinfectant & Algicide - 30 gal Basf DM 1,204.58$ Fungicide and Algaecide:Liquid Sensor Yellow Pest Monitoring Cards - 3" x 5"Basf EA 25.63$ Professional Grower:Miscellaneous Chemicals Beethoven TR Total Release Miticide/Insecticide - 2 oz Basf EA 23.65$ Insecticides:Liquid 1300 Orthene TR Total Release Insecticide - 6 oz Basf EA 29.74$ Insecticides:Aerosol Hi-Light Red Spray Pattern Indicator - 1 qt Basf Corporation EA 34.72$ Adjuvant:Spray Indicators Nemasys Benefical Nematodes (50 million)Basf Corporation EA 36.35$ Insecticides:Lawn and Garden:Granular Bayleton 50 WSP Fungicide - 4 x 5.5 oz Bayer EA 140.68$ Fungicides and Algaecides:Water Soluble Merit 2F Insecticide - 1 gal Bayer EA 67.57$ Insecticides:Liquid Compass 50 WG Fungicide - 1 lb Bayer EA 458.31$ Fungicide and Algaecide:WDG Forbid 4F Miticide - 8 oz Bayer EA 248.41$ Insecticides:Liquid Acclaim Extra Herbicide - 1 gal Bayer EA 641.00$ Herbicides:Post Emergent:Selective Liquid Acclaim Extra Herbicide - 1 pt Bayer EA 86.37$ Herbicides:Post Emergent:Selective Liquid Banol Fungicide - 1 gal Bayer EA 570.31$ Fungicides and Algaecides:Liquid Prograss EC Herbicide - 2.5 gal Bayer EA 427.65$ Herbicides:Post Emergent:Selective Liquid Proxy Growth Regulator - 2.5 gal Bayer EA 107.19$ Professional Turf:Plant Growth Regulators 26GT Fungicide - 2.5 gal Bayer EA 511.28$ Fungicides and Algaecides:Liquid Ronstar G Herbicide - 50 lb Bayer BG 91.03$ Herbicide:Pre Emergent:Granular Chipco Signature Fungicide - 5.5 lb Bayer EA 193.87$ Fungicides and Algaecides:Water Soluble Sencor 75 Herbicide - 5 lb Bayer EA 506.78$ Herbicides:Post Emergent:Selective Miscellaneous Merit 75 WSP Insecticide - 4 x 1.6 oz Bayer EA 23.03$ Insecticides:Miscellaneous Revolver Herbicide - 1 qt Bayer EA 285.91$ Herbicides:Post Emergent:Selective Liquid Dylox 420 SL Insecticide - 2.5 gal Bayer EA 236.49$ Insecticides:Liquid Merit 75 WSP Insecticide - 110 x 1.6 oz Bayer DM 1,254.00$ Insecticides:Liquid CoreTect Tree & Shrub Tablets Insecticide - 1.38 lb Bayer EA 92.18$ Insecticides:Granular Revolver Herbicide - 87 oz Bayer EA 626.30$ Herbicides:Post Emergent:Selective Liquid Sevin SL Insecticide - 2.5 gal Bayer EA 144.70$ Insecticides:Liquid Celsius WG Herbicide - 10 oz Bayer EA 107.65$ Herbicides:Post Emergent:Selective Liquid Banol Fungicide - 2.5 gal Bayer EA 999.20$ Fungicides and Algaecides:Liquid TopChoice Insecticide - 50 lb Bayer BG 84.37$ Insecticides:Granular Armada 50 WDG Fungicide - 2 lb Bayer EA 116.25$ Fungicides and Algaecides:Water Soluble Specticle FLO Herbicide - 1 gal Bayer EA 1,730.00$ Herbicides:Pre Emergent:Liquid Specticle FLO Herbicide - 18 oz Bayer EA 254.25$ Herbicides:Pre Emergent:Liquid Ronstar FLO Herbicide - 2.5 gal Bayer EA 447.80$ Herbicides:Pre Emergent:Liquid Esplanade EZ Herbicide - 2.5 gal Bayer EA 222.30$ Herbicides:Post Emergent:Non selective Liquid Fiata Stressgard Fungicide - 2.5 gal Bayer EA 142.38$ Fungicides and Algaecides:Liquid Chipco Signature Fungicide - 44 lb Bayer CS 1,317.04$ Fungicides and Algaecides:Water Soluble Specticle Total Herbicide - 144 oz Bayer EA 80.01$ Herbicides:Pre Emergent:Liquid Mirage Stressgard Fungicide - 2.5 gal Bayer EA 417.00$ Fungicides and Algaecides:Liquid Interface Stressgard Fungicide - 2.5 gal Bayer EA 472.50$ Fungicides and Algaecides:Liquid Tribute Total Herbicide - 6 oz Bayer EA 372.60$ Herbicides:Post Emergent:Selective Liquid Tartan Stressgard - 2.5 gal Bayer EA 850.00$ Fungicides and Algaecides:Liquid Cimarron Max Herbicide Co-Pack Bayer EA 36.04$ Herbicides:Post Emergent:Non selective Liquid Specticle G Herbicide - 50 lb Bayer BG 101.00$ Herbicides:Pre Emergent:Granular Exteris Stressgard Fungicide - 2.5 gal Bayer EA 286.00$ Fungicides and Algaecides:Liquid Signature XTRA Stressgard - 5.5 lb Bayer EA 175.00$ Fungicides and Algaecides:Water Soluble Indemnify Insecticide - 17.1 oz Bayer EA 1,700.00$ Insecticides:Liquid Trigo Fungicide - 1 lb Bayer EA 105.77$ Fungicide and Algaecide:WDG Savate SC Insecticide - 8 oz Bayer EA 326.00$ Insecticides:Water Soluble Kontos Insecticide - 250 mL Bayer EA 181.90$ Insecticides:Water Soluble Marengo G Herbicide - 50 lb Bayer BG 95.00$ Herbicide:Pre Emergent:Granular Marengo Herbicide - 18 oz Bayer EA 360.33$ Herbicide:Post Emergent:Liquid Aliette WDG Fungicide - 5 lb Bayer EA 171.86$ Fungicide and Algaecide:WDG Esplanade EZ Herbicide - 1 qt Bayer EA 31.42$ Herbicides:Post Emergent:Non selective Liquid Marengo Herbicide - 64 oz Bayer EA 923.50$ Herbicides:Pre Emergent:Liquid Fenstop Fungicide - 1 qt Bayer EA 339.49$ Fungicide and Algaecide:Liquid Altus Insecticide - 64 oz Bayer EA 332.25$ Insecticides:Liquid Broadform Fungicide - 12 oz Bayer EA 199.33$ Fungicides and Algaecides:Water Soluble Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Dylox 6.2 Insecticide - 30 lb Bayer BG 49.34$ Insecticides:Granular Merit 0.5 G Insecticide - 30 lb Bayer BG 26.84$ Insecticides:Granular Merit 75WP Insecticide - 2 oz Bayer EA 31.71$ Insecticides:Miscellaneous Prokoz Zenith 0.5G Insecticide - 30 lb Bayer BG 26.45$ Insecticides:Granular Prokoz Zenith 75WSP Insecticide - 1.6 oz Bayer EA 21.79$ Insecticides:Miscellaneous Prokoz Zenith 2F Insecticide - 1 gal Bayer EA 65.88$ Insecticides:Liquid Pastora Herbicide - 20 oz Bayer EA 396.80$ Herbicides:Forage Herbicide Pastora Herbicide - 5 oz Bayer EA 114.40$ Herbicides:Forage Herbicide Cimarron Plus Herbicide - 10 oz Bayer EA 76.65$ Herbicides:Forage Herbicide Cimarron Plus Herbicide - 2 oz Bayer EA 23.07$ Herbicides:Forage Herbicide Velpar L VU - 2.5 gal Bayer EA 384.00$ Herbicides:Forage Herbicide SPRAYER E50 LEESON MTR Bell EA 3,226.67$ Applicators-Sprayers 21-7-14 Private Label Fertilizer J & N Feed & Seed - 40 lb Bonus Crop BG 23.00$ Fertilizer:Private Label Ranchers Supply 19-5-9 Private Label Fertilizer with 25% XCU, 20% HOU, 5% S, 2% FE - 40 lb Bonus Crop Fertilizer BG 18.99$ Fertilizer:Private Label 21-0-3 Smith's Private Label Fertilzer - 20 lb Bonus Crop Fertilizer BG 10.57$ Fertilizer:Private Label 21-0-21 Fertilizer with 50% XCU and 3% Iron - 50 lb Bonus Crop Fertilizer BG 30.71$ Fertilizers:Fairway Grade:Granular 24-2-12 Fertilizer with 50% SRN, 0.8% Iron and Trace Elements - 50 lb Bonus Crop Fertilizer BG 35.04$ Fertilizers:Fairway Grade:Granular 24-6-12/FWY 90 50% XCU/5S/2Fe/F700G Bonus Crop Fertilizer BG 26.54$ Fertilizers:Fairway Grade:Granular 25-0-0 50% UFLEXX Fertilizer with 2% Iron and 2% Magnesium - 50 lb Bonus Crop Fertilizer BG 16.73$ Fertilizers:Fairway Grade:Granular 25-0-10 Fertilizer with 50% Uflexx, 2% Iron and 2% Magnesium - 50 lb Bonus Crop Fertilizer BG 27.47$ Fertilizers:Fairway Grade:Granular 28-0-0 Fertilizer with 50% Uflexx - 50 lb Bonus Crop Fertilizer BG 29.14$ Fertilizers:Fairway Grade:Granular 28-3-10 Turf Fertilizer with 50% XCU and 5% Iron - 50 lb Bonus Crop Fertilizer BG 33.57$ Fertilizers:Fairway Grade:Granular 32-3-7 Fertilizer with 30% XCU and 2% Iron - 50 lb Bonus Crop Fertilizer BG 24.70$ Fertilizers:Fairway Grade:Granular 5-10-31 Fertilizer - 50 lb Bonus Crop Fertilizer BG 18.67$ Fertilizers:General Turf:Miscellaneous Hou-Actinite 6-3-0 Fairway Granules - 50 lb Bonus Crop Fertilizer BG 8.65$ Fertilizers:Natural 10-18-22 Starter Fertilizer - 50 lb Bonus Crop Fertilizer BG 29.71$ Fertilizers:Fairway Grade:Granular Hou-Actinite 6-3-0 Greens Grade - 50 lb Bonus Crop Fertilizer BG 11.76$ Fertilizers:Natural Turf Fertilizer 0-0-7 Plus 0.38% Barricade Herbicide - 50 lb Bonus Crop Fertilizer BG 16.21$ Fertilizers:Combination:Granular 0-0-7 Fertilizer with 0.22% Dimension - 50 lb Bonus Crop Fertilizer BG 25.68$ Fertilizers:Combination:Granular Professional Weed and Feed 0-0-7 with 0.86% Pendimethalin - 50 lb Bonus Crop Fertilizer BG 13.62$ Fertilizers:Combination:Granular 15-5-10 Fertilizer with .86 Pendimethalin - 50 lb Bonus Crop Fertilizer BG 21.45$ Fertilizers:Combination:Granular 15-5-10 Fertilizer with 0.75% Surflan - 50 lb Bonus Crop Fertilizer BG 22.28$ Fertilizers:Combination:Granular Turf Fertilizer 18-0-18 with .86% Pendimethalin and Trace Elements - 50 lb Bonus Crop Fertilizer BG 23.08$ Fertilizers:Combination:Granular Turf Fertilizer 18-0-18 Plus 0.43% Barricade Herbicide - 50 lb Bonus Crop Fertilizer BG 26.51$ Fertilizers:Combination:Granular 19-0-6 Fertilizer with 30% XCU and .069% Bifenthrin - 50 lb Bonus Crop Fertilizer BG 20.75$ Fertilizers:Insecticide:Granular Turf Fertilizer 22-0-6 Plus 0.38% Barricade Herbicide - 50 lb Bonus Crop Fertilizer BG 23.34$ Fertilizers:Combination:Granular Turf Fertilizer 25-0-5 with 1.15% Atrazine Mini Prill - 50 lb Bonus Crop Fertilizer BG 23.60$ Fertilizers:Combination:Granular 25-5-10 Fertilizer with 0.172% Dimension and 25% XCU - 50 lb Bonus Crop Fertilizer BG 29.22$ Fertilizers:Combination:Granular Turf Fertilizer 5-5-25 Plus 0.38% Barricade Herbicide - 50 lb Bonus Crop Fertilizer BG 25.27$ Fertilizers:Combination:Granular 14-14-14 Fertilizer with 7% Sulfur - 50 lb Bonus Crop Fertilizer BG 25.71$ Fertilizers:General Turf:Miscellaneous 17-6-6 Fertilizer with 3% Iron - 50 lb Bonus Crop Fertilizer BG 22.34$ Fertilizer:Lawn 0-0-22 Turf Fertilizer with Potassium, Magnesium, and Sulfur - 50 lb Bonus Crop Fertilizer BG 16.04$ Fertilizer:Garden:Granular Gardenline Lawn & Garden 15-5-10 Fertilizer - 20 lb Bonus Crop Fertilizer BG 7.81$ Fertilizer:Combination General Purpose 8-8-8 Fertilizer - 50 lb Bonus Crop Fertilizer BG 10.84$ Fertilizer:Garden:Granular Slo-Cote Starter-Finisher 12-5-9 Fertilizer - 50 lb Bonus Crop Fertilizer BG 29.75$ Fertilizers:Time Release Slo-Cote General Purpose 14-14-14 (4 Month) Fertilizer - 50 lb Bonus Crop Fertilizer BG 44.54$ Fertilizers:Time Release 5-10-31 Fertilizer with 10% Iron - 50 lb Bonus Crop Fertilizer BG 17.13$ Fertilizer:Lawn:Granular Slo-Cote Top Dress/Premix 21-6-11 (4-5 Month) Fertilizer - 50 lb Bonus Crop Fertilizer BG 44.75$ Fertilizers:Time Release Gardenline 10-20-10 - 40 lb Bonus Crop Fertilizer BG 18.44$ Fertilizer:Garden:Granular Green Diamond Winterizer 18-6-12 Fertilizer - 40 lb Bonus Crop Fertilizer BG 16.57$ Fertilizer:Lawn:Granular Gardenline Lawn & Garden 13-13-13 Fertilizer - 40 lb Bonus Crop Fertilizer BG 17.83$ Fertilizer:Lawn:Granular General Purpose 13-13-13 Fertilizer - 50 lb Bonus Crop Fertilizer BG 25.16$ Fertilizer:Garden:Granular 18-18-18 Hydromulch Special Fertilizer - 50 lb Bonus Crop Fertilizer BG 32.73$ Fertilizer:Garden:Granular Gardenline Lawn & Garden 15-5-10 Fertilizer - 40 lb Bonus Crop Fertilizer BG 15.07$ Fertilizer:Lawn:Granular Gardenline Lawn & Garden 19-5-9 Fertilizer - 40 lb Bonus Crop Fertilizer BG 19.49$ Fertilizer:Lawn:Granular Green Diamond Supreme 21-7-14 Fertilizer - 40 lb Bonus Crop Fertilizer BG 22.84$ Fertilizer:Lawn:Granular Green Diamond Hibiscus 10-4-12 Fertilizer - 20 lb Bonus Crop Fertilizer BG 10.85$ Fertilizer:Garden:Granular Green Diamond Tree & Shrub 16-4-10 Fertilizer - 20 lb Bonus Crop Fertilizer BG 8.73$ Fertilizer:Garden:Granular Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Master Gardener's Delight - 20 lb Bonus Crop Fertilizer BG 12.49$ Fertilizer:Garden:Granular 15-5-10 Fertilizer with 3% Iron - 50 lb Bonus Crop Fertilizer BG 25.21$ Fertilizer:Lawn:Granular MCDADES PRIVATE LABEL 16-4-12/.85Mg/12S/.05C u/2Fe/.06Mn/.05Zn 40#Bonus Crop Fertilizer Inc BG 20.10$ Fertilizer:Private Label CANTU 18-7-13 W/FE 40/50#Bonus Crop Fertilizer Inc BG 22.98$ Fertilizer:Private Label 21-7-14 Fertilizer 4-D Private Label 40#Bonus Crop Fertilizer Inc BG 23.29$ Fertilizer:Private Label ARCHIE PVT LBL 16-4-8 120/20#Bonus Crop Fertilizer Inc BG 9.20$ Fertilizer:Private Label ARCHIE PVT LBL 18-0-0 60/40#Bonus Crop Fertilizer Inc BG 17.44$ Fertilizer:Private Label ARCHIE PVT LBL 19-5-9 60/40#Bonus Crop Fertilizer Inc BG 21.23$ Fertilizer:Private Label 21-7-14 ARROW TREE LBL 60/40#Bonus Crop Fertilizer Inc BG 14.96$ Fertilizer:Private Label 21-7-14 Bedrock Private Label Fertilizer 40#Bonus Crop Fertilizer Inc BG 21.33$ Fertilizer:Private Label COULTER GARDENS "BIG IRON" PRIVATE LABEL 3-0-0 - 50#Bonus Crop Fertilizer Inc BG 26.23$ Fertilizer:Private Label BOYSCOUT 25-0-0/25%SCU 50/40#Bonus Crop Fertilizer Inc BG 13.45$ Fertilizer:Private Label COULTER GARDENS "COULTER" PRIVATE LABEL 18-2-2 - 40#Bonus Crop Fertilizer Inc BG 13.89$ Fertilizer:Private Label COVINGTN PVT 21-7-14 60/40#Bonus Crop Fertilizer Inc BG 23.03$ Fertilizer:Private Label COVINGTON PVT 25-0-0 120/20#Bonus Crop Fertilizer Inc BG 8.10$ Fertilizer:Private Label FORMANS 20-5-10 60/40#Bonus Crop Fertilizer Inc BG 21.72$ Fertilizer:Private Label SK SVC 7-0-15 PVT LBL 40/50#Bonus Crop Fertilizer Inc BG 26.46$ Fertilizer:Private Label GDN DEP PVT 20-10-10 60/40#Bonus Crop Fertilizer Inc BG 13.22$ Fertilizer:Private Label 20-5-10 HOMESLEYS 60/40#Bonus Crop Fertilizer Inc BG 21.71$ Fertilizer:Private Label HOMESLEY 14-6-6 120/20#Bonus Crop Fertilizer Inc BG 8.86$ Fertilizer:Private Label HOMESLEY 14-6-6 60/40#Bonus Crop Fertilizer Inc BG 17.76$ Fertilizer:Private Label JIMS PVT LBL 18-3-3 60/40#Bonus Crop Fertilizer Inc BG 18.35$ Fertilizer:Private Label JIMS PVT LBL 21-7-14 60/40#Bonus Crop Fertilizer Inc BG 23.18$ Fertilizer:Private Label LAURIE PVT 13-13-13 120/20#Bonus Crop Fertilizer Inc BG 6.60$ Fertilizer:Private Label COULTER GARDENS "LAWN" PRIVATE LABEL 16-0-0 - 50#Bonus Crop Fertilizer Inc BG 13.92$ Fertilizer:Private Label 21-2-5 MANKIN PVT LBL 60/40#Bonus Crop Fertilizer Inc BG 18.49$ Fertilizer:Private Label SMITHS PVT LBL 21-0-3 60/40#Bonus Crop Fertilizer Inc PL 1,067.64$ Fertilizer:Private Label STRONGS PVT LBL 19-5-9 60/40#Bonus Crop Fertilizer Inc BG 20.67$ Fertilizer:Private Label STRONG 28-3-10 50%XCU 60/40#Bonus Crop Fertilizer Inc BG 22.08$ Fertilizer:Private Label 24-6-12 TEX-SCAPES 120/20#Bonus Crop Fertilizer Inc BG 10.42$ Fertilizer:Private Label 24-6-12 TEX-SCAPES 60/40#Bonus Crop Fertilizer Inc BG 20.85$ Fertilizer:Private Label 16-20-0/5FE THOMAS MIX 60/40#Bonus Crop Fertilizer Inc BG 25.96$ Fertilizer:Private Label WEAVER 24-6-12 120/20#Bonus Crop Fertilizer Inc BG 13.12$ Fertilizer:Private Label WEAVER 25-0-0 120/20#Bonus Crop Fertilizer Inc BG 11.97$ Fertilizer:Private Label 13-1-0 50% AS 50% HOU 50#Bonus Crop Fertilizer Inc BG 13.50$ Fertilizers:Fairway Grade:Granular 24-6-12/FWY 45 5S/2Fe/F700G Bonus Crop Fertilizer Inc BG 22.09$ Fertilizers:Fairway Grade:Granular 24-6-12/FWY 120 50% NUT/5S/2Fe/F700G Bonus Crop Fertilizer Inc BG 30.40$ Fertilizers:Fairway Grade:Granular 6-3-0 Fertilizer with Houactinite and 5% FE - 50 lb Bonus Crop Fertilizer Inc BG 10.61$ Fertilizers:Fairway Grade:Granular AMP TURF MIX 150 SGN 50#Bonus Crop Fertilizer Inc BG 44.62$ Fertilizers:Micronutrients 0-0-7 Fertilizer with 1.15% Atrazine - 50 lb Bonus Crop Fertilizer Inc BG 12.82$ Fertilizers:Combination:Granular 24-0-0 1%FE TRACE 20#Bonus Crop Fertilizer Inc BG 10.08$ Fertilizer:Garden:Granular 15-5-10 .53% Trimec Weed & Feed 50#Bonus Crop Fertilizer Inc BG 21.03$ Fertilizers:Combination:Granular 24-6-12 Fertilizer with 2% Iron and 50% Sulfur Coated Urea - 50 lb Bumper Crop BG 23.69$ Fertilizers:Fairway Grade:Granular Potash 0-0-60 Fertilizer - 50 lb Bumper Crop BG 27.71$ Fertilizer:Garden:Granular General Purpose 19-19-19 Fertilizer - 50 lb Bumper Crop BG 28.73$ Fertilizer:Garden:Granular Super Phosphate 0-18-0 Fertilizer - 50 lb Bumper Crop BG 12.39$ Fertilizer:Garden:Granular Super Triple Phosphate 0-46-0 Fertilizer - 50 lb Bumper Crop BG 32.48$ Fertilizer:Garden:Granular General Purpose 0-20-20 Fertilizer - 50 lb Bumper Crop BG 19.56$ Fertilizer:Garden:Granular General Purpose 10-20-10 Fertilizer - 50 lb Bumper Crop BG 24.25$ Fertilizer:Garden:Granular General Purpose 13-13-13 Fertilizer - 50 lb Bumper Crop BG 23.13$ Fertilizer:Garden:Granular General Purpose 15-5-10 Fertilizer - 50 lb Bumper Crop BG 24.44$ Fertilizer:Garden:Granular 15-5-10 with 2% FE Pro Use - 50 lb Bumper Crop BG 12.69$ Fertilizers:Fairway Grade:Granular General Purpose Lawn Fertilizer 16-8-8 - 50 lb Bumper Crop BG 21.31$ Fertilizer:Garden:Granular General Purpose 16-20-0 Fertilizer - 50 lb Bumper Crop BG 23.08$ Fertilizer:Garden:Granular DAP General Purpose 18-46-0 Fertilizer - 50 lb Bumper Crop BG 31.74$ Fertilizer:Garden:Granular Nitrogen 33-0-0 Fertilizer - 50 lb Bumper Crop BG 21.38$ Fertilizer:Garden:Granular General Purpose 12-24-12 Fertilizer - 50 lb Bumper Crop BG 20.13$ Fertilizer:Garden:Granular Mavrik Aquaflow - 1 qt Central Life Sciences EA 106.00$ Insecticides:Liquid Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Enstar AQ IGR - 1 qt Central Life Sciences EA 132.00$ Insecticides:Liquid Enstar AQ IGR - 1 gal Central Life Sciences EA 494.67$ Insecticides:Liquid Extinguish Plus Fire Ant Bait - 4.5 lb Central Life Sciences EA 53.45$ Insecticides:Lawn and Garden:Granular Extinguish Plus Fire Ant Bait - 25 lb Central Life Sciences BG 217.11$ Insecticides:Granular:Ant Bait Extinguish Plus Fire Ant Bait - 1.5 lb Central Life Sciences EA 21.39$ Insecticides:Lawn and Garden:Granular Multi-Purpose Sprayer - 48 oz Chapin EA 11.97$ Applicators:Hand Sprayers ProSeries XP Poly Sprayer - 1 gal Chapin EA 42.69$ Applicators:Compression Sprayers ProSeries XP Poly Sprayer - 2 gal Chapin EA 45.93$ Applicators:Compression Sprayers ProSeries XP Poly Sprayer - 3 Gallon Chapin EA 58.13$ Applicators:Compression Sprayers SureSpray Select Sprayer - 1 Gallon Chapin EA 28.42$ Applicators:Compression Sprayers SureSpray Select Sprayer - 2 Gallon Chapin EA 30.76$ Applicators:Compression Sprayers SureSpray Select Sprayer - 3 Gallon Chapin EA 36.50$ Applicators:Compression Sprayers Professional All Purpose Hose End Sprayer with Metering Dial Chapin EA 22.93$ Applicators:Hose End Insecticide Hose End Sprayer - 6 gal Chapin EA 5.58$ Applicators:Hose End Lawn Hose End Sprayer - 20 gal Chapin EA 5.58$ Applicators:Hose End Rose & Plant Duster - 16 oz Chapin EA 7.26$ Applicators:Dusters Deluxe Backpack Sprayer - 4 gal Chapin EA 74.36$ Applicators:Compression Sprayers Seal and Gasket Kit Chapin EA 12.85$ Applicators:Miscellaneous XP Viton Sprayer Repair Kit Chapin EA 17.52$ Applicators:Miscellaneous Extension Wand - Brass Curved Male - 18"Chapin EA 15.11$ Applicators:Miscellaneous Extension Wand - Poly with Viton Curved - 18"Chapin EA 8.63$ Applicators:Miscellaneous Battery Powered Wide Mouth Backpack Sprayer 24 Volt - 4 gal Chapin International EA 223.72$ Applicators:Compression Sprayers Brass Adjustable Cone Nozzle with Viton Chapin International EA 8.07$ Applicators:Miscellaneous Brass Nozzle Adjustable Cone for Poly Shut-Off Chapin International EA 9.87$ Applicators:Miscellaneous Concentrate Tank for 15 gal ATV Sprayer (97361)Chapin Manufacturing EA 23.52$ Applicators:Miscellaneous Concentrate Tank for 25 gal ATV Sprayer (97561)Chapin Manufacturing EA 34.15$ Applicators:Miscellaneous ATV Spot Sprayer Promotional - 15 gal Chapin Manufacturing DI 874.25$ Applicators:Compression Sprayers EZ Mount ATV Sprayer w/MOE System - 15 gal Chapin Manufacturing EA 235.21$ Applicators:Compression Sprayers EZ Mount ATV Sprayer w/MOE System - 25 gal Chapin Manufacturing EA 282.83$ Applicators:Compression Sprayers Pramitol 25E - 1 gal Control Solutions EA 53.63$ Herbicides:Post Emergent:Non selective Liquid Pramitol 25E - 2.5 gal Control Solutions EA 131.10$ Herbicides:Post Emergent:Non selective Liquid Pramitol 5PS - 25 lb Control Solutions BG 93.82$ Herbicides:Post Emergent:Non selective Granular Cyper WSP Insecticide - 4 x 9.5 g Control Solutions EA 6.33$ Insecticides:Household:Other Martin's FLEE Flea & Tick Collar for Dogs - Pk/3 Control Solutions EA 16.89$ Pet Supplies:Remedies Pramitol 25E - 1 qt Control Solutions EA 20.15$ Herbicides:Post Emergent:Non selective Liquid Martin's TVC Total Vegetation Control - 1 qt Control Solutions EA 58.17$ Herbicides:Post Emergent:Selective Liquid Martin's FLEE Plus IGR Carpet Spray - 16 oz Control Solutions EA 11.98$ Pet Supplies:Remedies Martin's FLEE Plus IGR Trigger Spray - 8 oz Control Solutions EA 10.84$ Pet Supplies:Remedies Martin's FLEE Plus IGR Trigger Spray - 16 oz Control Solutions EA 14.04$ Pet Supplies:Remedies Martin's Stryker Farm & Dairy Aerosol - 20 oz Control Solutions EA 10.18$ Insecticides:Household:Aerosol Martin's Pystol Farm & Dairy Aerosol - 20 oz Control Solutions EA 11.64$ Insecticides:Household:Aerosol Lice-Ban Pour-On - 0.5 gal Control Solutions EA 56.73$ Livestock Supplies:Cattle Supplies Lice-Ban Pour-On - 2.5 gal Control Solutions EA 280.92$ Livestock Supplies:Cattle Supplies Martin's Surrender Fire Ant Killer Insecticide - 1 lb Control Solutions EA 10.91$ Insecticides:Lawn and Garden:Other Quali-Pro MSM Turf Herbicide - 2 oz Control Solutions EA 14.47$ Herbicides:Forage Herbicide Quali-Pro MSM Turf Herbicide - 8 oz Control Solutions EA 43.27$ Herbicides:Forage Herbicide Martin's FLEE Flea, Tick & Mange Dip - 1 pt Control Solutions EA 8.51$ Pet Supplies:Remedies Cyzmic CS Controlled Release Insecticide - 8 oz Control Solutions EA 30.71$ Insecticides:Lawn and Garden:Concentrate Martin's FLEE Plus IGR for Dogs (4-22 Pounds)Control Solutions EA 15.39$ Pet Supplies:Remedies Martin's FLEE Plus IGR for Dogs (23-44 Pounds)Control Solutions EA 15.39$ Pet Supplies:Remedies Martin's FLEE Plus IGR for Dogs (45-88 Pounds)Control Solutions EA 15.30$ Pet Supplies:Remedies Martin's FLEE Plus IGR for Dogs (89-132 Pounds)Control Solutions EA 15.39$ Pet Supplies:Remedies Martin's FLEE Plus IGR for Cats Control Solutions EA 15.39$ Pet Supplies:Remedies Martin's FLEE RTU Yard Spray - 1 qt Control Solutions EA 13.12$ Pet Supplies:Remedies Martin's Eraser Max Super Concentrate Herbicide - 1 qt Control Solutions EA 26.18$ Herbicides:Post Emergent:Glyphosate:Special Martin's Eraser Max Super Concentrate Herbicide - 1 gal Control Solutions EA 72.87$ Herbicides:Post Emergent:Glyphosate:Special Martin's Eraser Max Super Concentrate Herbicide - 2.5 gal Control Solutions EA 147.68$ Herbicides:Post Emergent:Glyphosate:Special Martin's Dominion Tree & Shrub Insecticide Concentrate - 1 qt Control Solutions EA 15.59$ Insecticides:Lawn and Garden:Concentrate Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Martin's Viper RTU Insecticide - 1 gal Control Solutions EA 12.36$ Insecticides:Household:Ready To Use Martin's Permethrin 1% Synergized Pour-On - 1 gal Control Solutions EA 18.94$ Livestock Supplies:Cattle Supplies Martin's Permethrin 1% Pour-On - 1 gal Control Solutions EA 17.60$ Livestock Supplies:Cattle Supplies Martin's Cyonara Plus Pour-On Topical Insecticide - 1 gal Control Solutions EA 166.41$ Livestock Supplies:Cattle Supplies Cyonara 9.7 Insecticide - 8 oz Control Solutions EA 29.70$ Insecticides:Lawn and Garden:Concentrate Martin's Cyonara Lawn & Garden Insect Control Concentrate - 1qt Control Solutions EA 14.98$ Insecticides:Lawn and Garden:Concentrate Martin's Cyonara Lawn & Garden RTS Mosquito & Insect Control - 1 qt Control Solutions EA 16.20$ Insecticides:Lawn and Garden:Concentrate Martin's Viper Insect Dust - 4lb Control Solutions EA 6.43$ Insecticides:Lawn and Garden:Other Martin's Eraser A/P Herbicide - 2.5 gal Control Solutions EA 112.73$ Herbicides:Post Emergent:Glyphosate Bifen I/T Insecticide / Termiticide - 4 oz Control Solutions EA 16.37$ Insecticides:Household:Concentrate Bifen I/T Insecticide / Termiticide - 1 pt Control Solutions EA 21.16$ Insecticides:Household:Concentrate Bifen I/T Insecticide / Termiticide - 1 qt Control Solutions EA 28.06$ Insecticides:Household:Concentrate Martin's Malathion 57% Organophosphate - 1 qt Control Solutions EA 25.10$ Insecticides:Lawn and Garden:Concentrate Martin's Malathion 57% Organophosphate - 1 gal Control Solutions EA 69.09$ Insecticides:Lawn and Garden:Concentrate Martin's Permethrin 13.3% Multi-Purpose Insecticide - 8 oz Control Solutions EA 8.71$ Insecticides:Lawn and Garden:Concentrate Martin's Permethrin 13.3% Multi-Purpose Insecticide - 1 qt Control Solutions EA 22.71$ Insecticides:Lawn and Garden:Concentrate Martin's Permethrin 10% Multi-Purpose Insecticide - 8 oz Control Solutions EA 7.83$ Livestock Supplies:Cattle Supplies Martin's Permethrin 10% Multi-Purpose Insecticide - 1 pt Control Solutions EA 11.03$ Livestock Supplies:Cattle Supplies Martin's Permethrin 10% Multi-Purpose Insecticide - 1 qt Control Solutions EA 17.45$ Livestock Supplies:Cattle Supplies Martin's Permethrin 10% Multi-Purpose Insecticide - 1 gal Control Solutions EA 63.49$ Livestock Supplies:Cattle Supplies Permethrin SFR Termiticide / Insecticide - 1 pt Control Solutions EA 20.33$ Insecticides:Household:Concentrate Permethrin SFR Termiticide / Insecticide - 1 qt Control Solutions EA 32.95$ Insecticides:Household:Concentrate Martin's Horse & Stable Multi-Use Spray - 1 qt Control Solutions EA 7.24$ Livestock Supplies:Equine Supplies Martin's Permethrin 1% Synergized Pour-On - 2.5 gal Control Solutions EA 45.72$ Livestock Supplies:Cattle Supplies Martin's Gopher Bait 50 - 1 lb Control Solutions EA 10.78$ Rodenticides:Gopher and Mole:Controls Martin's Gopher Bait 50 - 4 lb Control Solutions EA 34.98$ Rodenticides:Gopher and Mole:Controls Martin's Gopher Bait 50 - 45 lb Control Solutions DM 185.33$ Rodenticides:Gopher and Mole:Controls Excluded Martin's Viper Insecticide Concentrate - 1 oz Control Solutions EA 6.25$ Insecticides:Household:Concentrate Martin's Viper Insecticide Concentrate - 4 oz Control Solutions EA 15.35$ Insecticides:Household:Concentrate Martin's Viper Insecticide Concentrate - 1 pt Control Solutions EA 34.33$ Insecticides:Household:Concentrate Martin's I.G. Regulator - 1 oz Control Solutions EA 6.55$ Insecticides:Household:Concentrate Martin's I.G. Regulator - 4 oz Control Solutions EA 15.93$ Insecticides:Household:Concentrate Martin's Eraser Weed & Grass Killer Concentrate - 1 pt Control Solutions EA 12.52$ Herbicides:Post Emergent:Non selective Liquid Martin's Eraser Weed & Grass Killer Concentrate - 1 qt Control Solutions EA 20.04$ Herbicides:Post Emergent:Non selective Liquid Martin's Eraser Weed & Grass Killer Concentrate - 1 gal Control Solutions EA 43.14$ Herbicides:Post Emergent:Non selective Liquid Stryker Insecticide Concentrate - 8 oz Control Solutions EA 30.84$ Insecticides:Liquids Quali-Pro Strobe 50WG Broad Spectrum Fungicide - 1 lb Control Solutions EA 118.00$ Fungicide and Algaecide:WP Quali-Pro Strobe 50WG Broad Spectrum Fungicide - 6 lb Control Solutions EA 694.67$ Fungicide and Algaecide:WP Quali-Pro Strobe 2L Broad Spectrum Fungicide - 1 gal Control Solutions EA 469.44$ Fungicide and Algaecide:Liquid Quali-Pro Negate 37WG Herbicide- 1.5 oz Control Solutions EA 55.00$ Herbicides:Post Emergent:Selective Miscellaneous Quali-Pro Prodiamine 65 WDG Herbicide - 5 lb Control Solutions EA 82.24$ Herbicides:Pre Emergent:Miscellaneous Quali-Pro Propiconazole 14.3 Fungicide - 1 gal Control Solutions EA 80.90$ Fungicide and Algaecide:Liquid Quali-Pro Oxadiazon SC Flowable Herbicide - 2.5 gal Control Solutions EA 376.60$ Herbicides:Pre Emergent:Liquid Quali-Pro Mefenoxam 2 AQ Fungicide - 1 gal Control Solutions EA 469.44$ Fungicide and Algaecide:Liquid Quali-Pro Ipro 2 Fungicide - 2.5 gal Control Solutions EA 208.33$ Fungicide and Algaecide:Liquid Taurus Trio G Insecticide - 30 lb Control Solutions BG 70.00$ Insecticides:Granular Quali-Pro Prodiamine 4L Pre-emergent Herbicide - 2.5 gal Control Solutions EA 246.79$ Herbicides:Pre Emergent:Liquid Quali-Pro Fipronil 0.0143G Broadcast Insecticide Granules - 30 lb Control Solutions BG 41.12$ Insecticides:Granular Martin's Bed Bug Eliminator - 15 oz Control Solutions Inc.EA 8.24$ Insecticides:Aerosols Strobe Pro G - 30 lb Control Solutions Inc.BG 51.28$ Fungicide and Algaecide:Granular Fly-Ban Pour-On - .5 gal Control Solutions, Inc.EA 58.09$ Livestock Supplies:Cattle Supplies Fly-Ban Pour-On - 1 gal Control Solutions, Inc.EA 103.08$ Livestock Supplies:Cattle Supplies Chlorothalonil 720 Fungicide - 2.5 gal Control Solutions, Inc.EA 102.43$ Fungicide and Algaecide:Liquid Quali-Pro Quinclorac 75 DF - 1 lb Control Solutions, Inc.EA 56.09$ Herbicides:Post Emergent:Selective Liquid Pro Matrix EFM - 50 lb Conwed Fibers BG 36.35$ Professional Turf:Erosion Control Long Straight Snip Tempered Steel - 1-3/4"Corona EA 8.02$ Tools:Pruners and Loppers Long Straight Snip Stainless Steel - 1-3/4"Corona EA 9.05$ Tools:Pruners and Loppers Forged Hedge Shear - 10.5"Corona EA 53.02$ Tools:Pruners and Loppers Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Forged High-Torque Bypass Lopper - 26"Corona EA 80.63$ Tools:Pruners and Loppers Push Broom - 24"Corona EA 50.56$ Tools:Specialty Tools Forged Classic Cut Bypass Pruner - 7"Corona EA 20.87$ Tools:Pruners and Loppers Bypass Pruner - 8"Corona EA 21.83$ Tools:Pruners and Loppers Forged Classic Cut Bypass Pruner - 9"Corona EA 25.63$ Tools:Pruners and Loppers Forged Aluminum Bypass Pruner - 1"Corona EA 36.03$ Tools:Pruners and Loppers Garden Trowel Corona EA 6.11$ Tools:Hand Tools Garden Transplanter Corona EA 6.11$ Tools:Hand Tools Garden Cultivator Corona EA 6.11$ Tools:Hand Tools eGrip Trowel Corona EA 7.70$ Tools:Hand Tools eGrip Transplanter Corona EA 7.70$ Tools:Hand Tools eGrip Cultivator Corona EA 7.70$ Tools:Hand Tools eGrip Weeder Corona EA 7.70$ Tools:Hand Tools Cultivator - 4 Prongs Corona EA 18.49$ Tools:Long Handle Tools Digging Fork - 4 Tines Corona EA 52.78$ Tools:Long Handle Tools Easy Cut Extendable Bypass Lopper - 21" to 33"Corona EA 35.48$ Tools:Pruners and Loppers Floral Scissors Corona EA 8.81$ Tools:Pruners and Loppers Forged Thinning Shears - 8"Corona EA 20.87$ Tools:Pruners and Loppers Forged Classic Cut Grass Shears - 12"Corona EA 25.63$ Tools:Pruners and Loppers ExtendaHANDLE Rake Corona EA 9.92$ Tools:Hand Tools ExtendaHANDLE Hoe Corona EA 9.92$ Tools:Hand Tools ExtendaHANDLE Trowel Corona EA 9.92$ Tools:Hand Tools Extended Reach ComfortGEL 4-Tine Rake Corona EA 13.89$ Tools:Long Handle Tools Extended Reach ComfortGEL Hoe/Cultivator Corona EA 13.89$ Tools:Long Handle Tools Corona SoilRIPPER Corona EA 37.70$ Tools:Specialty Tools Corona DiscCULTIVATOR Corona EA 35.63$ Tools:Specialty Tools WeedSLAYER Corona EA 29.05$ Tools:Specialty Tools EdgeMASTER Corona EA 35.63$ Tools:Long Handle Tools QuickCOLLECTOR Corona EA 41.43$ Tools:Long Handle Tools RootIRRIGATOR Corona EA 25.79$ Tools:Specialty Tools SodPLUGGER Corona EA 24.68$ Tools:Specialty Tools Atlas Pattern Post Hole Digger Corona EA 29.60$ Tools:Long Handle Tools Bow Head Rake Light Duty Corona EA 12.78$ Tools:Long Handle Tools Bow Head Rake - 16"Corona EA 22.86$ Tools:Long Handle Tools Spring Brace Rake - 24"Corona EA 15.40$ Tools:Long Handle Tools Aluminum Landscape Rake - 36"Corona EA 64.05$ Tools:Long Handle Tools Fixed Tine Shrub Rake - 8"Corona EA 10.08$ Tools:Long Handle Tools RazorTOOTH Folding Saw - 7"Corona EA 20.71$ Tools:Saws #2 Caprock Shovel Forged Corona EA 95.71$ Tools:Long Handle Tools Garden Hoe Light Duty - 6.25" Long Handle Corona EA 11.90$ Tools:Long Handle Tools Garden Hoe Corona EA 18.89$ Tools:Long Handle Tools #2 Round Point Shovel Light-Duty Corona EA 12.06$ Tools:Long Handle Tools #2 Square Point Shovel Light Duty Corona EA 12.06$ Tools:Long Handle Tools #2 Round Point Shovel - 48" Fiberglass Handle Corona EA 18.73$ Tools:Long Handle Tools #2 Round Point Shovel Corona EA 20.08$ Tools:Long Handle Tools #2 Square Point Shovel - 48" Fiberglass Handle Corona EA 18.73$ Tools:Long Handle Tools Drain Spade - 48" Long Ash Handle Corona EA 23.25$ Tools:Long Handle Tools Drain Spade - 30" Ash Wood Handle with D Grip Corona EA 26.98$ Tools:Long Handle Tools Trench Shovel General Purpose - 4"Corona EA 23.33$ Tools:Long Handle Tools #2 Round Point Shovel Corona EA 31.51$ Tools:Long Handle Tools #2 Square Point Shovel Corona EA 31.51$ Tools:Long Handle Tools Dual Compound Action Tree Pruner - 6' to 12'Corona EA 61.27$ Tools:Saws PRUNER LR ROPELESS EA Corona Clipper Inc EA 47.38$ Tools:Pruners and Loppers Chaparral WG Herbicide - 1.25 lb Corteva Agriscience EA 146.21$ Herbicides:Forage Herbicide Chaparral WG Herbicide - 5 lb Corteva Agriscience EA 584.80$ Herbicides:Forage Herbicide GrazonNext HL - 250 gal Corteva Agriscience EA 16,575.96$ Herbicides:Forage Herbicide GrazonNext HL - 30 gal Corteva Agriscience DM 1,989.12$ Herbicides:Forage Herbicide GrazonNext HL - 2 gal Corteva Agriscience EA 139.11$ Herbicides:Forage Herbicide Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Grazon P+D - 30 gal Corteva Agriscience DM 1,125.82$ Herbicides:Forage Herbicide Grazon P+D Specialty Herbicide - 2.5 gal Corteva Agriscience EA 93.82$ Herbicides:Forage Herbicide PastureGard HL - 2.5 gal Corteva Agriscience EA 378.40$ Herbicides:Forage Herbicide PastureGard HL - 1 qt Corteva Agriscience EA 43.52$ Herbicides:Forage Herbicide PastureGard HL - 1 gal Corteva Agriscience EA 151.36$ Herbicides:Forage Herbicide Sendero - 1 gal Corteva Agriscience EA 197.02$ Herbicides:Forage Herbicide Surmount - 2.5 gal Corteva Agriscience EA 193.89$ Herbicides:Forage Herbicide Tordon 22K - 1 gal Corteva Agriscience EA 87.56$ Herbicides:Forage Herbicide Remedy Ultra Herbicide - 1 gal Corteva Agriscience EA 89.44$ Herbicides:Forage Herbicide Remedy Ultra Herbicide - 2.5 gal Corteva Agriscience EA 223.60$ Herbicides:Forage Herbicide Remedy Ultra Herbicide - 30 gal Corteva Agriscience DM 2,645.67$ Herbicides:Forage Herbicide Spike 20P Herbicide - 5 lb Corteva Agriscience EA 93.67$ Herbicides:Post Emergent:Non selective Granular Spike 20P Herbicide - 25 lb Corteva Agriscience BG 284.36$ Herbicides:Post Emergent:Non selective Granular Tordon RTU - 1 qt Corteva Agriscience EA 17.83$ Herbicides:Forage Herbicide Earth Lawn Edging Coiled with Connector - 60'Dewitt EA 39.86$ Landscape Supplies:Edging:Vinyl DeWitt Mighty Diamond Classic Lawn Edging - 15' x 5"Dewitt BN 68.84$ Landscape Supplies:Edging:Vinyl Metal Stake Kits with Connectors - 9"Dewitt EA 8.88$ Landscape Supplies:Edging:Vinyl Garden Edging Box with Stakes and Connectors Dewitt EA 18.75$ Landscape Supplies:Edging:Vinyl Atlas Edge - 20' Coil Dewitt Company EA 4.65$ Landscape Supplies:Edging:Vinyl Contractor's Select Landscape Fabric - 3' x 300'Dewitt Company RL 73.12$ Landscape Supplies:Weed Barrier Contractor's Select Landscape Fabric - 4' x 300'Dewitt Company RL 96.56$ Landscape Supplies:Weed Barrier Contractor's Select Landscape Fabric - 6' x 300'Dewitt Company RL 144.64$ Landscape Supplies:Weed Barrier Woven Stock Tarp - 47% Shade - 8' x 12'Dewitt Company EA 46.59$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 63% Shade - 10' x 10'Dewitt Company EA 56.29$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 47% Shade - 10' x 12'Dewitt Company EA 54.90$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 47% Shade - 10' x 20'Dewitt Company EA 80.60$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 55% Shade - 10' x 20'Dewitt Company EA 84.79$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 63% Shade - 10' x 20'Dewitt Company EA 92.96$ Greenhouse Covering:Shade Cloth Sudden Shade - 60% Shade - 12' x 12'Dewitt Company EA 56.12$ Greenhouse Covering:Shade Cloth Pro-5 Weed Barrier - 12' x 250'Dewitt Company RL 484.51$ Landscape Supplies:Weed Barrier Woven Stock Tarp - 63% Shade - 16' x 30'Dewitt Company EA 156.16$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 63% Shade - 20' x 20'Dewitt Company EA 135.80$ Greenhouse Covering:Shade Cloth Woven Stock Tarp - 47% Shade - 20' x 40'Dewitt Company EA 192.91$ Greenhouse Covering:Shade Cloth Tree Rope 3500' - Black Dewitt Company RL 68.42$ Landscape Supplies:Miscellaneous Weed-Barrier 20 Year - 3' x 24'Dewitt Company EA 14.87$ Landscape Supplies:Weed Barrier Pro-5 Weed Barrier - 3' x 250'Dewitt Company RL 140.58$ Landscape Supplies:Weed Barrier Weed-Barrier 20 Year - 3' x 50'Dewitt Company EA 29.75$ Landscape Supplies:Weed Barrier Weed-Barrier 3 Year - 3' x 50'Dewitt Company EA 7.12$ Landscape Supplies:Weed Barrier Pro-5 Weed Barrier - 4' x 250'Dewitt Company RL 187.46$ Landscape Supplies:Weed Barrier Pro-5 Weed Barrier - 5' x 250'Dewitt Company RL 234.33$ Landscape Supplies:Weed Barrier Pro-5 Weed Barrier - 6' x 250'Dewitt Company RL 281.18$ Landscape Supplies:Weed Barrier Pro-5 Weed Barrier - 8' x 250'Dewitt Company RL 374.89$ Landscape Supplies:Weed Barrier Burlap Bag - 24" x 39.5"Dewitt Company EA 2.38$ Plant Care:Miscellaneous Anchor Pins Dewitt Company CS 66.69$ Greenhouse Covering:Miscellaneous Bulk Knitted Shade Cloth 60% Green - 6' x 100'Dewitt Company EA 141.40$ Greenhouse Covering:Shade Cloth Weed-Barrier 6 Year - 3' x 50'Dewitt Company EA 10.30$ Landscape Supplies:Weed Barrier Natural Burlap - 4' x 250' Bulk Dewitt Company RL 116.17$ Landscape Supplies:Miscellaneous Natural Burlap - 6' x 250' Bulk Dewitt Company RL 166.40$ Landscape Supplies:Miscellaneous N-Sulate - 1.5 oz 12' x 10'Dewitt Company EA 15.46$ Plant Care:Miscellaneous N-Sulate - 1.5 oz 12' x 250'Dewitt Company RL 223.61$ Plant Care:Miscellaneous Weed-Barrier Pro Black - 3' x 100'Dewitt Company EA 37.65$ Landscape Supplies:Weed Barrier Weed-Barrier Pro Black - 3' x 300'Dewitt Company RL 101.31$ Landscape Supplies:Weed Barrier Weed-Barrier Pro Black - 4' x 300'Dewitt Company RL 134.51$ Landscape Supplies:Weed Barrier Weed-Barrier Pro Black - 4' x 50'Dewitt Company EA 24.42$ Landscape Supplies:Weed Barrier Weed-Barrier Pro Black - 6' x 300'Dewitt Company RL 200.72$ Landscape Supplies:Weed Barrier Weed-Barrier Pro Black - 8' x 300'Dewitt Company RL 271.04$ Landscape Supplies:Weed Barrier Tree Stake Kit Dewitt Company EA 7.34$ Plant Care:Stakes and Plant Supports Sunbelt Woven Ground Cover - 10' x 300'Dewitt Company RL 169.71$ Ground Cover Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Sunbelt Woven Ground Cover - 12' x 300'Dewitt Company RL 203.66$ Ground Cover Sunbelt Woven Ground Cover - 15.5' x 300'Dewitt Company RL 263.06$ Ground Cover Sunbelt Woven Ground Cover - 3' x 300'Dewitt Company RL 50.91$ Ground Cover Sunbelt Ground Cover - 4' x 300'Dewitt Company RL 67.89$ Ground Cover Sunbelt Woven Ground Cover - 6' x 300'Dewitt Company RL 101.83$ Ground Cover Anchor Pins - 6" x 1" x 6" 11 Gauge - 12 pack Dewitt Company EA 2.74$ Landscape Supplies:Miscellaneous 20 YEAR WB 4' X 250' ROLL Dewitt Company, Inc RL 171.70$ Landscape Supplies:Weed Barrier 20 YEAR WB 5' X 250' ROLL Dewitt Company, Inc RL 214.61$ Landscape Supplies:Weed Barrier SUP WNTR PROT 1.5OZ 6X25 PK28 Dewitt Company, Inc EA 7.77$ Plant Care:Miscellaneous Diamond Pro Infield Conditioner - Red, 50 lb Diamond Pro BG 9.89$ Professional Turf:Soil Amendments Diamond Pro Infield Conditioner - Gray, 50 lb Diamond Pro BG 8.70$ Professional Turf:Soil Amendments Green Divot Sand - 50 lb Diamond Pro BG 9.75$ Professional Turf:Soil Amendments Double Play Infield Conditioner - 50 lb Diamond Pro BG 11.85$ Professional Turf:Soil Amendments Mound/Home Plate Clay Bricks Diamond Pro EA 1.90$ Professional Turf:Soil Amendments Professional Calcined Clay - 50 lb Diamond Pro BG 13.17$ Professional Turf:Soil Amendments Mound/Home Plate Clay - 50 lb Diamond Pro BG 10.87$ Professional Turf:Soil Amendments Calcined Clay Drying Agent - 50 lb Diamond Pro BG 12.62$ Professional Turf:Soil Amendments Professional Mound Clay - 50 lb Diamond Pro BG 11.15$ Professional Turf:Soil Amendments Premium Kentucky Bluegrass Blend - 50 lb Dlf Pick Seed BG 279.03$ Lawn Seed:Miscellaneous Major League Ryegrass, Gulf Annual - 5 lb Dlf Pickseed EA 7.95$ Field Seed:Forage Ryegrasses Transist 2600 Ryegrass - 50 lb Dlf Pickseed BG 81.33$ Grass Seed:Perennial Ryegrass Futura Ease Ryegrass Blend - 50 lb Dlf Pickseed BG 103.83$ Lawn Seed:Miscellaneous Major League Fescue, Kentucky 31 - 5 lb Dlf Pickseed EA 11.45$ Field Seed:Forage Fescues Annual Rye Mix Fescue - 50 lb Dlf Pickseed BG 56.43$ Lawn Seed:Turf Type Fescue SOS400/Trifecta TR 70/30 - 50 lb Dlf Pickseed BG 109.29$ Grass Seed:Poa Trivialis Major League 5% Creeping Red Fescue / 5% Chewings Fescue - 5 lb Dlf Pickseed EA 14.21$ Lawn Seed:Turf Type Fescue Futura 2000 (Treated) - 50 lb Dlf Pickseed BG 142.76$ Grass Seed:Perennial Ryegrass Futura 2000 - 50 lb Dlf Pickseed BG 136.07$ Grass Seed:Perennial Ryegrass Futura 2000/Trifecta 60/40 TR - 50 lb Dlf Pickseed BG 120.00$ Grass Seed:Poa Trivialis Trifecta Poa Trivialis - 50 lb Dlf Pickseed BG 249.19$ Grass Seed:Poa Trivialis Futura 3000 Perennial Ryegrass Blend - 50 lb Dlf Pickseed BG 140.61$ Grass Seed:Perennial Ryegrass Futura 2000/Poa Triv 80/20 (Treated) - 50 lb Dlf Pickseed BG 249.18$ Grass Seed:Perennial Ryegrass Crossfire 4 Tall Fescue - 50 lb Dlf Pickseed BG 131.32$ Lawn Seed:Turf Type Fescue Crossfire 3 Tall Fescue - 25 lb Dlf Pickseed BG 66.39$ Lawn Seed:Turf Type Fescue Esquire Perenial Ryegrass - 50 lb Dlf Pickseed BG 124.19$ Grass Seed:Perennial Ryegrass Major League Kentucky Bluegrass - 5 lb Dlf Pickseed EA 17.60$ Lawn Seed:Miscellaneous Forage Type Tall Fescue - 50 lb Dlf Pickseed BG 97.14$ Field Seed:Forage Fescues Quickdraw Annual Ryegrass - 50 lb Dlf Pickseed BG 63.47$ Grass Seed:Annual Ryegrass 3-Way Tall Fescue - 50 lb Dlf Pickseed BG 131.32$ Grass Seed:Turf Type Fescue Five Star Turf Type Fescue - 5 lb Dlf Pickseed EA 15.13$ Lawn Seed:Turf Type Fescue Five Star Turf Type Fescue - 10 lb Dlf Pickseed EA 28.69$ Lawn Seed:Turf Type Fescue Five Star Turf Type Fescue - 25 lb Dlf Pickseed BG 68.18$ Lawn Seed:Turf Type Fescue Five Star Turf Type Fescue - 50 lb Dlf Pickseed BG 134.89$ Lawn Seed:Turf Type Fescue Five Star Extreme Shade Mix - 10 lb Dlf Pickseed EA 29.27$ Lawn Seed:Turf Type Fescue Five Star Extreme Shade Mix - 50 lb Dlf Pickseed BG 137.76$ Lawn Seed:Turf Type Fescue Five Star Plus Fescue - 25 lb Dlf Pickseed BG 75.31$ Lawn Seed:Turf Type Fescue Five Star Plus Fescue - 50 lb Dlf Pickseed BG 149.19$ Lawn Seed:Turf Type Fescue Kerb 3.3 SC Turf & Ornamental Specialty Herbicide - 2.5 gal Dow Agrosciences EA 728.00$ Herbicides:Pre Emergent:Liquid Snapshot DG Herbicide - 25 lb Dow Agrosciences BG 43.50$ Herbicide:Pre Emergent:Granular Defendor Herbicide - 1 qt Dow Agrosciences EA 184.00$ Herbicides:Pre Emergent:Liquid Gallery SC Herbicide - 1 qt Dow Agrosciences EA 170.25$ Herbicides:Pre Emergent:Liquid Dimension 2EW with Defendor Value Pack - 5 gal Dow Agrosciences CS 1,122.00$ Herbicides:Pre Emergent:Liquid Gallery SC Herbicide - 2 gal Dow Agrosciences EA 1,362.00$ Herbicides:Pre Emergent:Liquid Lontrel Specialty Herbicide - 1 qt Dow Agrosciences EA 182.37$ Herbicides:Post Emergent:Selective Liquid Dimension 2EW Herbicide - 30 gal Dow Agrosciences DM 5,698.50$ Herbicides:Pre Emergent:Liquid Dimension Ultra 40 WP - 8 x 5 oz Dow Agrosciences EA 117.00$ Herbicides:Pre Emergent:Miscellaneous Dithane 75DF Rainshield Specialty Fungicide - 12 lb Dow Agrosciences EA 65.34$ Fungicides and Algaecides:Water Soluble Fore 80WP Rainshield Specialty Fungicide - 4 x 1.5 lb Dow Agrosciences EA 58.74$ Fungicides and Algaecides:Water Soluble Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Eagle 20EW Fungicide - 1 pt Dow Agrosciences EA 33.79$ Fungicides and Algaecides:Liquid Gallery 75 DF Herbicide - 1 lb Dow Agrosciences EA 128.50$ Herbicides:Pre Emergent:Miscellaneous Snapshot 2.5 TG Herbicide - 50 lb Dow Agrosciences BG 83.00$ Herbicide:Pre Emergent:Granular Intrepid 2F Insecticide - 1 gal Dow Agrosciences EA 284.28$ Insecticides:Liquid Eagle 20EW Fungicide - 1 gal Dow Agrosciences EA 184.93$ Fungicides and Algaecides:Liquid Dimension 2EW Herbicide - 0.5 gal Dow Agrosciences EA 116.75$ Herbicides:Pre Emergent:Liquid Dimension 2EW Herbicide - 2.5 gal Dow Agrosciences EA 538.75$ Herbicides:Pre Emergent:Liquid Confront Specialty Herbicide - 1 gal Dow Agrosciences EA 150.29$ Herbicides:Post Emergent:Selective Liquid Conserve SC Turf & Ornamental Insect Control - 1 qt Dow Agrosciences EA 148.12$ Insecticides:Liquid Turflon Ester Ultra - 1 gal Dow Agrosciences EA 115.38$ Herbicides:Post Emergent:Selective Liquid Sapphire Herbicide - 1 gal Dow Agrosciences EA 600.00$ Herbicides:Post Emergent:Selective Liquid Shatter Termite Bait Cartridge - 6 Pack Dow Agrosciences EA 92.31$ Insecticides:Insect Baits Hex-Pro Termite Bait System (10 pack)Dow Agrosciences EA 76.39$ Traps, Monitors, Stations Hex-Pro Wood Monitor Replacements Dow Agrosciences EA 1.25$ Traps, Monitors, Stations Hex-Pro Replacement Parts Kit Dow Agrosciences EA 62.50$ Traps, Monitors, Stations Damoil - 2.5 gal Drexel Chemical EA 34.01$ Insecticides:Natural Damoil - 5 gal Drexel Chemical EA 68.01$ Insecticides:Natural Damoil - 55 gal Drexel Chemical DM 667.28$ Insecticides:Natural De-Amine 4 LC 2,4-D - 2.5 gal Drexel Chemical EA 58.18$ Herbicides:Forage Herbicide:Specialty De-Amine 4 LC 2,4-D - 30 gal Drexel Chemical DM 687.27$ Herbicides:Forage Herbicide:Specialty F.M. - 160 Foam Marker Concentrate - 1 gal Drexel Chemical EA 24.23$ Adjuvants and Markers:Wetting Agents Fome-Kil Defoamer - 1 qt Drexel Chemical EA 7.50$ Adjuvants and Markers:Defoaming Agent Surf-AC 820 Non-Ionic Surfactant - 1 gal Drexel Chemical EA 14.17$ Adjuvant:Spreader Sticker Surf-AC 820 Non-Ionic Surfactant - 2.5 gal Drexel Chemical EA 33.33$ Adjuvant:Spreader Sticker Surf-AC 910 - 2.5 gal Drexel Chemical EA 40.63$ Adjuvant:Spreader Sticker AMS-Supreme - 2.5 gal Drexel Chemical EA 28.91$ Adjuvants and Markers:Spreader and Sticker Malathion 5EC - 2.5 gal Drexel Chemical EA 123.64$ Insecticides:Lawn and Garden:Concentrate MES-100 Spray Adjuvant - 2.5 gal Drexel Chemical EA 42.97$ Adjuvants and Markers:Spreader and Sticker MSMA 6 Plus - 2.5 gal Drexel Chemical EA 93.44$ Herbicides:Post Emergent:Selective Liquid Peptoil - 1 gal Drexel Chemical EA 16.67$ Adjuvant:Spreader Sticker Pin-Dee 3.3 T&O - 1.25 gal Drexel Chemical EA 44.72$ Herbicides:Pre Emergent:Liquid Atrazine 4L - 2.5 gal Drexel Chemical EA 63.46$ Herbicides:Pre Emergent:Liquid Diuron 4L Herbicide - 2.5 gal Drexel Chemical EA 63.46$ Herbicides:Post Emergent:Non selective Miscellaneous Precision Garden Seeder Standard Seed Plate Set Earthway Products EA 36.66$ Applicators:Miscellaneous Precision Garden Seeder Square Belt Earthway Products EA 7.23$ Applicators:Miscellaneous Estate Residential Broadcast Spreader - 80 lb Earthway Products EA 173.75$ Applicators:Granule Spreader Deluxe Residential Broadcast Spreader - 80 lb Earthway Products EA 109.91$ Applicators:Granule Spreader Estate Tow Broadcast Spreader - 80 lb Earthway Products EA 177.88$ Applicators:Granule Spreader Nylon Bag Seeder/Spreader Earthway Products EA 57.53$ Applicators:Granule Spreader High Wheel Cultivator Earthway Products EA 143.30$ Applicators:Miscellaneous Precision Garden Seeder Earthway Products EA 169.46$ Applicators:Miscellaneous Prizelawn Commercial Spreader - 70 lb Earthway Products, Inc.EA 431.45$ Applicators:Spreaders Replenish 10-2-5 Greens Grade - 50 lb Earthworks BG 37.00$ Fertilizers:Natural Replenish 5-4-5 Greens Grade - 50 lb Earthworks BG 33.00$ Fertilizers:Natural Replenish 5-4-5 Standard Grade - 50 lb Earthworks BG 31.00$ Fertilizers:Natural Replenish 8-2-2 Standard Grade - 50 lb Earthworks BG 25.00$ Fertilizers:Natural Cal Vantage - 2.5 gal Earthworks EA 112.50$ Fertilizers:General Turf:Liquid Kick - 2.5 gal Earthworks EA 112.50$ Fertilizers:General Turf:Liquid Mag Vantage - 2.5 gal Earthworks EA 120.00$ Fertilizers:General Turf:Liquid Mikronite - 2.5 gal Earthworks EA 112.50$ Fertilizers:General Turf:Liquid Myco-Replenish 3-3-3 Greens Grade - 50 lb Earthworks BG 38.00$ Fertilizers:Greens Grade:Granular Protein Plus - 2.5 gal Earthworks EA 107.50$ Fertilizers:General Turf:Liquid Renovate Plus - 50 lb Earthworks BG 42.00$ Fertilizers:Greens Grade:Granular Sea 3 - 2.5 gal Earthworks EA 105.00$ Fertilizers:General Turf:Liquid Trilogy TBS - 2.5 gal Earthworks EA 117.50$ Fertilizers:General Turf:Liquid CytoGro Hormone Biostimulant - 1 gal Ecologel Solutions EA 136.54$ Fertilizers:Micronutrients Hydretain ES Plus - 2.5 gal Ecologel Solutions EA 110.77$ Adjuvants and Markers:Wetting Agents Hydretain ES Plus - 55 gal Ecologel Solutions DM 2,081.54$ Adjuvants and Markers:Wetting Agents Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Hydretain ES Plus Granular OC - 15 lb Ecologel Solutions DI 1,006.57$ Soil Amendments:Organic Hydretain ES Plus Granular OC 15 lb Ecologel Solutions BG 33.57$ Soil Amendments:Organic Hydretain ES Plus RTS - 1 qt Ecologel Solutions EA 22.12$ Adjuvants/Agents:Soil Amendments Hydretain ES Plus Retail Display - 1 qt Ecologel Solutions DI 1,061.73$ Adjuvants/Agents:Soil Amendments Hydretain ES Plus Granular OC - 40 lb Ecologel Solutions BG 61.92$ Adjuvants and Markers:Wetting Agents SquareOne Herbicide - 0.5 lb F M C Corporation EA 64.42$ Herbicides:Post Emergent:Selective Granular TRANSPORT *D (50WP) 4/30OZ F M C Corporation EA 13.33$ Insecticides:Liquids Florikan 12-2-14 180 Day - 50 lb Florikan BG 43.44$ Fertilizers:Time Release Florikote Top Dress 12-4-12 90 Day - 50 lb Florikan BG 37.19$ Fertilizers:Time Release Florikan 12-6-8 60 Day - 50 lb Florikan BG 30.31$ Fertilizers:Time Release Florikan 12-6-8 90 Day - 50 lb Florikan BG 41.56$ Fertilizers:Time Release Florikan 12-6-8-FS 90 Day - 50 lb Florikan BG 28.13$ Fertilizers:Time Release Florikan 13-5-11 360 Day 3 Stage - 50 lb Florikan BG 67.19$ Fertilizers:Time Release Florikan with Nutricote Total 14-4-14 100 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan with Nutricote Total 14-4-14 180 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan 14-5-14 180 Day - 50 lb Florikan BG 65.33$ Fertilizers:General Turf Florikan 15-5-8 150 Day - 50 lb Florikan BG 45.94$ Fertilizers:Time Release Florikan 16-5-11 270 Day CORE - 50 lb Florikan BG 62.19$ Fertilizers:Time Release Florikan 16-5-11 MPK Core 360 Day - 50 lb Florikan BG 62.81$ Fertilizers:Time Release Florikan 16-6-8 180 Day 2 Stage - 50 lb Florikan BG 72.50$ Fertilizers:Time Release Florikan with Nutricote Total 17-6-8 360 Day 2 Stage - 50 lb Florikan BG 75.94$ Fertilizers:Time Release Florikan with Nutricote Total 17-7-8 180 Day 2 Stage - 50 lb Florikan BG 75.94$ Fertilizers:Time Release Florikan with Nutricote Total 17-7-8 270 Day 2 Stage - 50 lb Florikan BG 75.94$ Fertilizers:Time Release Florikan 18-6-11 150 Day - 50 lb Florikan BG 49.69$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 70 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 100 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 140 Day - 50 lb Florikan BG 69.06$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 180 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 270 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 270 Day 3 Stage - 50 lb Florikan BG 69.56$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 360 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan with Nutricote Total 18-6-8 360 Day 2 Stage - 50 lb Florikan BG 69.56$ Fertilizers:Time Release Florikan 18-8-8 360 Day - 50 lb Florikan BG 75.31$ Fertilizers:Time Release Florikan 19-4-9 180 Day - 50 lb Florikan BG 50.94$ Fertilizers:Time Release Florikan 19-5-7 270 Day - 50 lb Florikan BG 62.19$ Fertilizers:Time Release Florikan 19-5-9 300 Day - 50 lb Florikan BG 60.31$ Fertilizers:Time Release Florikan 20-4-9-NV 180 Day - 50 lb Florikan BG 55.94$ Fertilizers:Time Release Florikan 26-2-9 180 Day - 50 lb Florikan BG 66.06$ Fertilizers:General Turf Florikan 27-0-9 90 Day - 50 lb Florikan BG 36.13$ Fertilizers:General Turf Florikan 39-0-0 180 Day - 50 lb Florikan BG 48.93$ Fertilizers:Fairway Grade:Granular Florikan 8-2-12 180 Day Palm Blend - 50 lb Florikan BG 55.84$ Fertilizers:General Turf Florikan MEG-IRON V - 50 lb Florikan BG 33.44$ Fertilizers:Time Release 12-6-6 TPDRSS 2-3MO 40/50#Florikan E.S.A. Corp PL 1,270.07$ Fertilizers:General Turf Florikan 14-4-14 NANO 90 Day Florikan E.S.A. Corp BG 75.94$ Fertilizers:Time Release 16-6-8 NTRT TL 3S T270 50#Florikan E.S.A. Corp BG 71.56$ Fertilizers:Time Release Florikan Aluminum Sulphate 90-Day Release - 50 lb Florikan E.S.A. Corp BG 57.19$ Fertilizers:Time Release Avalon Golf & Nursery Insecticide - 1 gal Fmc EA 46.17$ Insecticides:Liquid Avalon Insecticide - 1 gal Fmc EA 46.17$ Insecticides:Liquid Talstar Select Insecticide - 1 gal Fmc Corporation EA 65.00$ Insecticides:Liquid Talstar P Professional Insecticide - 0.75 gal Fmc Corporation EA 49.00$ Insecticides:Liquids Talstar P Professional Insecticide - 1 gal Fmc Corporation EA 65.88$ Insecticides:Liquid Talstar P Professional Insecticide - 1 qt Fmc Corporation EA 43.24$ Insecticides:Liquid Talstar P Professional Insecticide - 1 pt Fmc Corporation EA 31.42$ Insecticides:Liquid Echelon 4SC Herbicide - 1 gal Fmc Corporation EA 367.50$ Herbicides:Post Emergent:Selective Liquid Dismiss South Herbicide - 1 pt Fmc Corporation EA 193.59$ Herbicides:Post Emergent:Selective Liquid Triple Crown T&O Insecticide - 1 gal Fmc Corporation EA 278.25$ Insecticides:Liquid Triple Crown Golf Insecticide - 1 gal Fmc Corporation EA 278.25$ Insecticides:Liquid Fame + T Fungicide - 1 gal Fmc Corporation EA 1,125.00$ Fungicides and Algaecides:Liquid Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Fame Granular Fungicide - 25 lb Fmc Corporation BG 63.46$ Fungicides and Algaecides:Granular Fame SC Fungicide - 64 oz Fmc Corporation EA 1,356.75$ Fungicides and Algaecides:Liquid Triple Crown T&O Insecticide - 35 oz Fmc Corporation EA 93.24$ Insecticides:Liquid Dismiss NXT Herbicide - 10 oz Fmc Corporation EA 96.50$ Herbicides:Post Emergent:Selective Liquid Dismiss NXT Herbicide - 60 oz Fmc Corporation EA 575.00$ Herbicides:Post Emergent:Selective Liquid Xonerate 2SC Herbicide - 12 oz Fmc Corporation EA 467.25$ Herbicides:Post Emergent:Selective Liquid Aria Insecticide - 160 g Fmc Corporation EA 175.00$ Insecticides:Water Soluble Astro Insecticide - 1 gal Fmc Corporation EA 86.82$ Insecticides:Liquid Blindside Herbicide - 0.5 lb Fmc Corporation EA 133.97$ Herbicides:Post Emergent:Selective Liquid Dismiss Turf Herbicide - 6 oz Fmc Corporation EA 89.74$ Herbicides:Post Emergent:Selective Liquid Dismiss Turf Herbicide - 64 oz Fmc Corporation EA 612.82$ Herbicides:Post Emergent:Selective Liquid Onyx Pro Insecticide - 1 qt Fmc Corporation EA 161.00$ Insecticides:Liquid QuickSilver T&O Herbicide - 8 oz Fmc Corporation EA 197.76$ Herbicides:Post Emergent:Selective Liquid Solitare Herbicide - 1 lb Fmc Corporation EA 173.49$ Herbicides:Post Emergent:Selective Miscellaneous Solitare WSL Herbicide - 0.75 gal Fmc Corporation EA 103.21$ Herbicides:Post Emergent:Selective Liquid Solitare 75 WSP Herbicide - 4 lb Fmc Corporation EA 468.00$ Herbicides:Post Emergent:Selective Miscellaneous Talstar NG 0.2 Nursery - 50 lb Fmc Corporation BG 27.86$ Insecticides:Fire Ant Talstar PL Granules - 25 lb Fmc Corporation BG 26.32$ Insecticides:Granular Talstar Xtra Granules - 25 lb Fmc Corporation BG 36.51$ Insecticides:Granular Cynoff EC Insecticide - 1 qt Fmc Corporation EA 51.33$ Insecticides:Liquids Transport GHP Insecticide - 24 x 0.3 oz Fmc Corporation EA 88.00$ Insecticides:Liquids Cynoff Insecticide Dust - 1 lb Fmc Corporation EA 17.19$ Insecticides:Wettable Powder Purge III Insecticide - 7.3 oz Fmc Corporation EA 13.00$ Insecticides:Aerosols Pyrethrin Fogger - 5 oz Fmc Corporation EA 6.67$ Insecticides:Aerosols Residual Fogger - 5 oz Fmc Corporation EA 6.67$ Insecticides:Aerosols Transport Mikron Insecticide - 1 qt Fmc Corporation EA 74.33$ Insecticides:Liquids BaseLine Insecticide - 1 gal Fmc Corporation EA 185.67$ Insecticides:Liquids EndZone Insecticide Sticker (20 Pack)Fmc Corporation EA 45.51$ Insecticides:Insect Baits Totality Wood Treatment - 1 qt Fmc Corporation EA 322.00$ Insecticides:Liquids D-Force Insecticide (Aerosol) - 14 oz Fmc Corporation EA 12.33$ Insecticides:Aerosols CB-80 Insecticide (Aerosol) - 17 oz Fmc Corporation EA 22.00$ Insecticides:Aerosols Dos Flea and Crawling Insect Spray - 17 oz Fmc Corporation EA 13.00$ Insecticides:Aerosols Classic Metered Dispenser Fmc Corporation EA 48.26$ Applicators Do It All Mag 1 Kit with Nozzles Gnc Industries EA 133.80$ Applicators:Sprayers Mag-2000 Lawn Spray Gun Gnc Industries EA 63.60$ Applicators:Sprayers Lawn Nozzle #2 Yellow Gnc Industries EA 17.20$ Applicators:Sprayers:Parts Lawn Nozzle #3 Green Gnc Industries EA 17.20$ Applicators:Sprayers:Parts Mag-1 Root Feeder Gnc Industries EA 374.86$ Applicators:Miscellaneous Sharpshooter Holster Gnc Industries EA 25.71$ Nitrile Gloves & Shoe Covers Sharpshooter Extension Gnc Industries EA 11.07$ Nitrile Gloves & Shoe Covers Maxforce Belt Gnc Industries EA 14.23$ Nitrile Gloves & Shoe Covers Maxforce Pouch Gnc Industries EA 12.00$ Nitrile Gloves & Shoe Covers Ammo Strap for Gel Baits Gnc Industries EA 10.74$ Nitrile Gloves & Shoe Covers Bait Gun Metal Tips Gnc Industries EA 11.13$ Nitrile Gloves & Shoe Covers Amine 400 2,4-D Weed Killer - 1 qt Gordons EA 7.68$ Herbicides:Post Emergent:Selective Liquid Scythe Herbicide - 2.5 gal Gowan EA 176.23$ Herbicide:Post Emergent:Liquid Mesurol 75-WP - 2 lb Gowan EA 235.23$ Insecticides:Water Soluble SedgeHammer Herbicide - 1.33 oz Gowan EA 58.40$ Herbicides:Post Emergent:Selective Miscellaneous SedgeHammer Plus Herbicide - 13.5 g Gowan EA 8.03$ Herbicides:Post Emergent:Selective Miscellaneous Magus SC Miticide - 1 qt Gowan EA 150.80$ Insecticides:Liquid Captiva Insecticide - 1 qt Gowan EA 65.23$ Insecticides:Liquid Captiva Prime - 1 qt Gowan EA 66.49$ Insecticides:Liquid Sanmite SC Miticide/Insecticide - 1 qt Gowan EA 452.83$ Insecticides:Liquid M-Pede - 2.5 gal Gowan EA 104.49$ Insecticides:Liquid The Classic 18-3-6 - 2.5 gal Growth Products EA 33.86$ Fertilizers:General Turf:Liquid Arbor Care 15-8-4 - 2.5 gal Growth Products EA 58.42$ Fertilizers:General Turf:Liquid Pro Balance 15-0-15 - 2.5 gal Growth Products EA 50.79$ Fertilizers:General Turf:Liquid Nitro Plus K 22-0-16 - 2.5 gal Growth Products EA 64.89$ Fertilizers:General Turf:Liquid Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Nitro-30 SRN 30-0-0 - 2.5 gal Growth Products EA 53.29$ Fertilizers:General Turf:Liquid Turf Potassium 0-0-25 - 2.5 gal Growth Products EA 58.42$ Fertilizers:General Turf:Liquid Autumn Care 6-12-12 Fertilizer - 2.5 gal Growth Products EA 54.98$ Fertilizers:General Turf:Liquid Essential Plus 1-0-1 - 1 qt Growth Products EA 19.68$ Fertilizer:Natural Essential Plus 1-0-1 for Turf - 2.5 gal Growth Products EA 146.06$ Fertilizers:Micronutrients Green-Speed Si 0-2-5 - 2.5 gal Growth Products EA 68.35$ Fertilizers:Micronutrients BioNutrients 8-0-9 - 5 x 8 oz Growth Products EA 69.72$ Fertilizers:General Turf:Liquid Companion Maxx 2.5 gal Growth Products EA 293.62$ Fertilizers:Micronutrients X-Xtra Iron 6-0-0 - 2.5 gal Growth Products EA 45.34$ Fertilizers:Micronutrients Cal-Tec 9% Calcium Glucoheptonate 6-0-0 - 2.5 gal Growth Products EA 58.66$ Fertilizers:Micronutrients Micrel Total 5-0-0 - 2.5 gal Growth Products EA 97.31$ Fertilizers:Micronutrients Magnesium Chelate 3% - 2.5 gal Growth Products EA 60.82$ Fertilizers:Micronutrients Manganese Chelate 5% - 2.5 gal Growth Products EA 60.82$ Fertilizers:Micronutrients MicroTech CT 4-0-0 - 2.5 gal Growth Products EA 32.16$ Fertilizers:Liquid Iron Max AC 6% 15-0-0 - 2.5 gal Growth Products EA 36.54$ Fertilizers:Micronutrients Iron Max AC 6% 15-0-0 - 30 gal Growth Products DM 423.47$ Fertilizers:General Turf:Liquid Iron Max AC 6% 15-0-0 - 275 gal Growth Products DM 2,750.00$ Fertilizers:Micronutrients Bloomtastic Starter Plus 8-32-5 - 2.5 gal Growth Products EA 51.08$ Fertilizers:Liquid Pro-Formance Ultra 18-3-6 - 2.5 gal Growth Products, Ltd.EA 87.65$ Fertilizers:General Turf:Liquid Nitro 22 22-0-0 + Sulfur - 2.5 gal Growth Products, Ltd.EA 34.37$ Fertilizers:General Turf:Liquid 22-0-0 NITRO-22 + AS 30GL Growth Products, Ltd.DM 334.66$ Fertilizers:General Turf:Liquid Sil-Guard Phosphite 0-2-5 - 2.5 gal Growth Products, Ltd.EA 67.27$ Fertilizers:General Turf:Liquid pH Reducer Citric Acid - 2.5 gal Growth Products, Ltd.EA 52.78$ Adjuvants and Markers:Buffer Agents Jute Mat - 4' x 225'Hanes Geo Components RL 115.56$ Landscape Supplies:Miscellaneous Heavy Commercial Silt Fence - 36" x 100' Roll Hanes Geo Components RL 54.93$ Professional Turf:Erosion Control Heavy Duty Safety Fence - 4' x 100' Rol Hanes Geo Components RL 23.19$ Professional Turf:Erosion Control Silt Fence T-Post - 4' x 8.5 Hanes Geo Components EA 3.03$ Professional Turf:Erosion Control 15-0-5 .03% LOCKUP 50#Howard Johnson, Inc BG 29.76$ Fertilizer:Lawn:Granular TRIMIC 1.81% ACTIVE 50LB Howard Johnson, Inc BG 31.99$ Fertilizers:Combination:Granular 15-0-10 Turf Fertilizer w/40% U-Flexx, 4% Fe 50 lb Howard Johnson, Inc BG 21.83$ Fertilizers:Fairway Grade:Granular 18-24-12 25%UFL 50#Howard Johnson, Inc BG 30.99$ Fertilizers:Fairway Grade:Granular 19-0-6 25% UFLEXX .13 DIM 50#Howard Johnson, Inc BG 27.99$ Fertilizers:Combination:Granular 15-0-7 .37%PRO 50#Howard Johnson, Inc BG 20.00$ Fertilizers:Combination:Granular 5-5-30 .37 PRO 50#Howard Johnson, Inc BG 24.09$ Fertilizers:Combination:Granular 19-10-6 .69 BIFENTHRIN 50#Howard Johnson, Inc BG 25.08$ Fertilizers:Combination:Granular 5.29-25-30 MAP .13 DIM 50#Howard Johnson, Inc BG 36.75$ Fertilizers:Combination:Granular 14-0-5 30%UFL .107%DIM 50#Howard Johnson, Inc BG 24.07$ Fertilizers:Combination:Granular All Purpose 10-20-10 Fertilizer - 35 lb Howard Johnson's BG 12.79$ Fertilizer:Lawn:Granular All Purpose 13-13-13 Fertilizer - 35 lb Howard Johnson's BG 12.70$ Fertilizer:Lawn:Granular 28-03-10 Professional Turf Fertilizer with 50% Uflexx, 3% Iron, with Trace Package - 50 lb Howard Johnson's BG 30.63$ Fertilizers:Fairway Grade:Granular 36-3-7 Fertilizer with 30% Uflexx - 50 lb Howard Johnson's BG 30.61$ Fertilizers:Fairway Grade:Granular Permethrin .25G Granlime - 25 lb Howard Johnson's BG 7.24$ Insecticides:Granular 36-3-7 Fertilizer - 50 lb Howard Johnson's BG 28.06$ Fertilizers:Fairway Grade:Granular 00-00-07 Turf Fertilizer Plus .067% Acelepryn Insecticide - 50 lb Howard Johnson's BG 35.54$ Fertilizers:Insecticide:Granular 5-5-20 Fertilizer with .37% Barricade - 50 lb Howard Johnson's BG 23.48$ Fertilizers:Combination:Granular 00-00-07 Crabgrass Control Plus with 0.37% Prodiamine - 50 lb Howard Johnson's BG 14.26$ Fertilizers:Combination:Granular Viper Weed & Feed 15-3-5 Fertilizer - 50 lb Howard Johnson's BG 22.11$ Fertilizers:Combination:Granular 14-0-5 Fertilizer with 30% Uflexx and 0.172% Dimension - 50 lb Howard Johnson's BG 28.17$ Fertilizers:Combination:Granular Mallet Granular Insect Control 15-0-5 - 50 lb Howard Johnson's BG 26.58$ Fertilizers:Insecticide:Granular Zero Ice - Ice & Snow Melter - 20 lb Howard Johnson's BG 6.93$ Landscape Supplies:Ice Melt Zero Ice - Ice & Snow Melter - 50 lb Howard Johnson's BG 12.84$ Landscape Supplies:Ice Melt Bifenthrin PL Granules 0.20% Active - 25 lb Howard Johnson's BG 13.01$ Insecticides:Granular Peters Professional 21-7-7 Acid Special - 25 lb Icl Specialty Fertilizers BG 25.57$ Fertilizers:Water Soluble Peters Professional 20-20-20 General Purpose - 25 lb Icl Specialty Fertilizers BG 32.14$ Fertilizers:Water Soluble Peters Peat Lite Special 20-10-20 - 25 lb Icl Specialty Fertilizers BG 32.14$ Fertilizers:Water Soluble Peters Professional 20-10-20 General Purpose - 25 lb Icl Specialty Fertilizers BG 31.16$ Fertilizers:Water Soluble Peters Professional 24-8-16 Foliage Specials - 25 lb Icl Specialty Fertilizers BG 28.20$ Fertilizers:Water Soluble Peters Peat Lite Special 15-0-15 Dark Weather Feed - 25 lb Icl Specialty Fertilizers BG 30.50$ Fertilizers:Water Soluble Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Peters Peat Lite Special 15-5-25 Flowering Crop Special - 25 lb Icl Specialty Fertilizers BG 34.45$ Fertilizers:Water Soluble Peters Peat Lite Special 15-16-17 - 25 lb Icl Specialty Fertilizers BG 39.71$ Fertilizers:Water Soluble Peters Peat Lite Special 10-30-20 Plant Starter - 25 lb Icl Specialty Fertilizers BG 40.37$ Fertilizers:Water Soluble Peters Professional S.T.E.M. Fertilizer - 25 lb Icl Specialty Fertilizers BG 64.71$ Fertilizers:Water Soluble Peters Excel 13-2-13 Plug & Bedding Plant Special - 25 lb Icl Specialty Fertilizers BG 30.83$ Fertilizers:Water Soluble Peters Peat Lite Special (17-3-17) Neutral Cal-Mag - 25 lb Icl Specialty Fertilizers BG 29.18$ Fertilizers:Water Soluble Peters Peat Lite Special 18-8-17 High Mag - 25 lb Icl Specialty Fertilizers BG 31.82$ Fertilizers:Water Soluble Peters Professional 5-11-26 Hydroponic Special - 25 lb Icl Specialty Fertilizers BG 37.08$ Fertilizers:Water Soluble Peters Excel 19-11-21 Multi-Purpose - 25 lb Icl Specialty Fertilizers BG 35.43$ Fertilizers:Water Soluble Peters Excel 15-2-20 Pansy, Salvia & Vinca - 25 lb Icl Specialty Fertilizers BG 34.78$ Fertilizers:Water Soluble Peters Excel 21-5-20 Multi Purpose - 25 lb Icl Specialty Fertilizers BG 33.46$ Fertilizers:Water Soluble Peters Professional Liquid S.T.E.M. Fertilizer - 2.64 gal Icl Specialty Fertilizers EA 87.32$ Fertilizers:Water Soluble K-Mag Standard 0-0-22 - 50 lb Intrepid Potash New Mexico Llc BG 18.03$ Fertilizers:Greens Grade:Granular Sandtrapper I - 56" x 240'Ivi-Golf RL 406.49$ Professional Turf:Erosion Control Sandtrapper II - 56" x 120'Ivi-Golf RL 429.19$ Professional Turf:Erosion Control ROOTS endoROOTS 3-3-4 Fine Granular - 50 lb Lebanon BG 69.69$ Fertilizers:Biostimulants 9-3-6 TurfVigor - 2.5 gal Lebanon EA 68.34$ Fertilizers:Biostimulants ROOTS Tree Saver - 3 oz pail Lebanonturf EA 467.25$ Fertilizers:General Turf:Liquid ROOTS BioPak Plus 3-0-20 - 1 lb Lebanonturf EA 76.01$ Fertilizers:General Turf ROOTS Trees 27-9-9 - 8 lb Lebanonturf EA 40.98$ Fertilizers:General Turf ROOTS Trees 11-22-22 - 8 lb Lebanonturf EA 47.34$ Fertilizers:General Turf ROOTS Trees 27-9-9 - 40 lb Lebanonturf BG 152.85$ Fertilizers:General Turf ROOTS Trees 11-22-22 - 40 lb Lebanonturf BG 177.88$ Fertilizers:General Turf ProScape 16-0-8 43% MESA .43 Barricade SGN200 - 50 lb Lebanonturf BG 37.38$ Fertilizers:Combination:Granular ProScape 25-0-5 - 50 lb Lebanonturf BG 42.06$ Fertilizers:Fairway Grade:Granular PennMulch Seed Accelerator - 40 lb Lebanonturf BG 26.12$ Professional Turf:Erosion Control 19-0-19 ProScape 62% Mesa 3% Iron - 50 lb Lebanonturf BG 51.31$ Fertilizers:Fairway Grade:Granular ProScape 32-0-6 - 50 lb Lebanonturf BG 45.51$ Fertilizers:Fairway Grade:Granular LTCC BLEND 17-0-17 100MTX - 50 lb Lebanonturf BG 53.09$ Fertilizers:Greens Grade:Granular Pro Scape 16-4-8, 1% Iron - 50 lb Lebanonturf BG 33.81$ Fertilizers:Greens Grade:Granular Jet Spray Gun Master Manufacturing EA 116.43$ Nitrile Gloves & Shoe Covers EverFlo 1.0 GPM 12 Volt Diaphragm Pump Master Manufacturing EA 29.61$ Applicators:Compression Sprayers EverFlo 2.2 GPM 12 Volt Diaphragm Pump Master Manufacturing EA 67.64$ Applicators:Compression Sprayers EverFlo 3.0 GPM 12 Volt Diaphragm Pump Master Manufacturing EA 89.08$ Applicators:Compression Sprayers Directional Trailer Kit Master Manufacturing EA 163.55$ Applicators:Miscellaneous Master Gardener Rechargeable Sprayer 9 Gallon - 1 GPM Master Manufacturing EA 313.72$ Applicators:Compression Sprayers Spray Gun with Pistol Grip - 18"Master Manufacturing EA 21.49$ Applicators:Miscellaneous Spray Gun - 30"Master Manufacturing EA 7.59$ Applicators:Miscellaneous Spray Gun with Hose - 30"Master Manufacturing EA 29.96$ Applicators:Miscellaneous Spray Gun - 18"Master Manufacturing EA 24.10$ Applicators:Miscellaneous Spot Sprayer 15 Gallon - Shurflo 1 GPM Master Manufacturing EA 166.06$ Applicators:Compression Sprayers Boom Kit - 10'Master Manufacturing EA 174.03$ Applicators:Miscellaneous Boom Kit - 7'Master Manufacturing EA 72.39$ Applicators:Miscellaneous Dual No-Boom Kit Master Manufacturing EA 160.98$ Applicators:Miscellaneous Spot Sprayer 15 Gallon - Shurflo 1.8 GPM Master Manufacturing EA 217.85$ Applicators:Compression Sprayers Spot Sprayer 25 Gallon - Shurflo 1.8 GPM Master Manufacturing EA 238.53$ Applicators:Compression Sprayers Spot Sprayer 9 Gallon - 1 GPM with Straps Master Manufacturing EA 118.63$ Applicators:Compression Sprayers Shurflo Pump 1.8 GPM Master Manufacturing EA 104.76$ Applicators:Compression Sprayers ICE MELT 3-WAY 50#Mears Fertilizer, Inc.BG 10.65$ Landscape Supplies:Ice Melt ICE MELT 3-WAY 20#Mears Fertilizer, Inc.BG 5.03$ Landscape Supplies:Ice Melt Pelletized Ultra Gypsum - 40 lb Mk Minerals, Inc.BG 8.51$ Soil Amendments:Soil Builders Pelletized Hi-Calcium Limestone - 40 lb Mk Minerals, Inc.BG 8.00$ Soil Amendments:Soil Builders Pelletized Ultra Dolomitic Lime - 40 lb Mk Minerals, Inc.BG 8.75$ Soil Amendments:Soil Builders MK Minerals Gypsum Ultra Mini GG - 50 lb Mk Minerals, Inc.BG 10.64$ Professional Turf:Soil Amendments Cal-Sul Gypsum Fairway - 50 lb Mk Minerals, Inc.BG 9.31$ Professional Turf:Soil Amendments Pelletized Hi-Calcium Limestone (Greens Grade) - 50 lb Mk Minerals, Inc.BG 9.41$ Professional Turf:Soil Amendments Pelletized Hi-Calcium Limestone (Fairway Grade) - 50 lb Mk Minerals, Inc.BG 8.04$ Professional Turf:Soil Amendments Dolomitic Lime Greens - 50 lb Mk Minerals, Inc.BG 10.99$ Professional Turf:Soil Amendments Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Outrider Herbicide - 20 oz Monsanto EA 430.55$ Herbicides:Forage Herbicide Roundup PRO Concentrate - 30 gal Monsanto DM 1,302.55$ Herbicides:Post Emergent:Glyphosate Roundup PRO Concentrate - 2.5 gal Monsanto EA 115.83$ Herbicides:Post Emergent:Glyphosate Roundup PROMAX - 30 gal Monsanto DM 1,539.49$ Herbicides:Post Emergent:Glyphosate Roundup PROMAX - 1.67 gal Monsanto EA 90.72$ Herbicides:Post Emergent:Glyphosate Roundup QuikPRO Herbicide - 6.8 lb Monsanto EA 131.94$ Herbicides:Post Emergent:Non selective Granular Roundup QuikPRO Herbicide- 5 x 1.5 oz Monsanto EA 20.61$ Herbicides:Post Emergent:Non selective Granular Roundup PROMAX - 2.5 gal Monsanto EA 133.86$ Herbicides:Post Emergent:Glyphosate Roundup Custom Herbicide - 2.5 gal Monsanto EA 107.13$ Herbicides:Aquatic Ranger Pro Herbicide - 2.5 gal Monsanto EA 85.00$ Herbicides:Post Emergent:Glyphosate Ranger Pro Herbicide - 30 gal Monsanto DM 972.00$ Herbicides:Post Emergent:Glyphosate NutriStar 9-13-11 Azalea Food - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular NutriStar Bougainvillea & Flowering Vines Plant Food 17-7-10 - 15 lb Nelson Plant Food BG 30.34$ Fertilizer:Garden:Granular NutriStar 17-7-10 Bougainvillea - 2 lb Nelson Plant Food EA 7.86$ Fertilizer:Garden:Granular NutriStar Bougainvillea & Flowering Vines Plant Food for All Flowering Vines 17-7-10 - 25 lb Nelson Plant Food BG 35.77$ Fertilizer:Garden:Granular NutriStar 17-7-10 Bougainvillea - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular NutriStar Citrus, Fruit, and Avocado Food 12-10-10 - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular NutriStar 10-15-9 Crepe Myrtle - 2 lb Nelson Plant Food EA 7.86$ Fertilizer:Garden:Granular NutriStar Crepe Myrtle & All Flowering Trees 10-15-19 - 25 lb Nelson Plant Food BG 35.77$ Fertilizer:Garden:Granular NutriStar Crepe Myrtle & All Flowering Trees 10-15-19 - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular Colorstar 19-13-6 - 12.5 lb Nelson Plant Food BG 19.53$ Fertilizer:Garden:Granular Colorstar 19-13-6 - 2 lb Nelson Plant Food EA 7.86$ Fertilizer:Garden:Granular Colorstar 19-13-6 - 25 lb Nelson Plant Food BG 35.77$ Fertilizer:Garden:Granular Colorstar 19-13-6 - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular Colorstar 19-13-6 - 50 lb Nelson Plant Food BG 69.69$ Fertilizer:Garden:Granular Colorstar Plus with Fungicide - 25 lb Nelson Plant Food BG 46.95$ Fertilizer:Lawn:Other NutriStar Hibiscus Food 10-4-12 - 15 lb Nelson Plant Food EA 30.34$ Fertilizer:Garden:Granular NutriStar 10-4-12 Hibiscus - 2 lb Nelson Plant Food EA 7.86$ Fertilizer:Garden:Granular NutriStar 10-4-12 Hibiscus - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular NutriStar Plumeria Star 5-30-5 - 2 lb Nelson Plant Food EA 7.86$ Fertilizer:Garden:Granular NutriStar Plumeria Food 5-30-5 - 25 lb Nelson Plant Food BG 35.77$ Fertilizer:Garden:Granular NutriStar for Palm Trees & Tropical Grasses 11-4-6 - 4 lb Nelson Plant Food EA 12.73$ Fertilizer:Garden:Granular Clean Slate Selective Herbicide - 64 oz Nufarm EA 50.91$ Herbicides:Forage Herbicide E-2 Herbicide - 2.5 gal Nufarm EA 170.18$ Herbicides:Forage Herbicide Tahoe 3A Herbicide - 2.5 gal Nufarm EA 137.45$ Herbicides:Pre Emergent:Garden Liquid Transom 4.5 Fungicide - 2.5 gal Nufarm EA 137.99$ Fungicides and Algaecides:Liquid 3336 EG Turf & Ornamental Fungicide - 5 lb Nufarm EA 59.75$ Fungicide and Algaecide:WP 3336 DG Lite Turf & Ornamental Fungicide - 30 lb Nufarm BG 62.14$ Fungicide and Algaecide:Granular 3336 F Turf & Ornamental Fungicide - 1 qt Nufarm EA 53.75$ Fungicide and Algaecide:Liquid 3336 F Turf & Ornamental Fungicide - 2.5 gal Nufarm EA 295.14$ Fungicides and Algaecides:Liquid Affirm WDG Fungicide - 2.4 lb Nufarm EA 248.16$ Fungicides and Algaecides:Liquid Affirm WDG Fungicide - 0.5 lb Nufarm EA 55.45$ Fungicides and Algaecides:Water Soluble Alude Fungicide - 2.5 gal Nufarm EA 91.67$ Fungicides and Algaecides:Liquid Protect DF Fungicide - 6 lb Nufarm EA 45.60$ Fungicide and Algaecide:WP Spectro 90 WDG Fungicide - 5 lb Nufarm EA 81.73$ Fungicide and Algaecide:WDG Spotrete F Fungicide - 2.5 gal Nufarm EA 118.06$ Fungicides and Algaecides:Liquid Torque Fungicide - 1 gal Nufarm EA 176.88$ Fungicides and Algaecides:Liquid TriStar 8.5 SL Insecticide - 1 qt Nufarm EA 155.20$ Insecticides:Liquid TriStar 8.5 SL Insecticide - 1 gal Nufarm EA 530.45$ Insecticides:Liquid TriStar 8.5 SL Insecticide - 4 oz Nufarm EA 23.95$ Insecticides:Liquid Credit 41 Extra Non Selective Herbicide - 30 gal Nufarm DM 1,114.91$ Herbicides:Post Emergent:Glyphosate Credit 41 Extra Non Selective Herbicide - 2.5 gal Nufarm EA 99.27$ Herbicides:Post Emergent:Glyphosate Escalade 2 Herbicide - 2.5 gal Nufarm EA 245.19$ Herbicides:Post Emergent:Selective Liquid Horsepower Selective Herbicide - 2.5 gal Nufarm EA 206.41$ Herbicides:Post Emergent:Selective Liquid Cool Power Herbicide - 2.5 gal Nufarm EA 235.90$ Herbicides:Post Emergent:Selective Liquid Millennium Ultra 2 Herbicide - 2.5 gal Nufarm EA 210.75$ Herbicides:Post Emergent:Selective Liquid Certainty Turf Herbicide - 1.25 oz Nufarm EA 105.03$ Herbicides:Post Emergent:Selective Miscellaneous Champ Dry Prill Agricultural Fungicide/Bactericide - 8 lb Nufarm BG 41.54$ Fungicide and Algaecide:WDG Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Mallet 0.5 G Insecticide - 30 lb Nufarm BG 31.58$ Insecticides:Granular Diquat SPC 2L Herbicide - 2.5 gal Nufarm EA 140.80$ Herbicides:Aquatic T-Methyl SPC 4.5F Fungicide - 2.5 gal Nufarm EA 138.00$ Fungicides and Algaecides:Liquid T-Methyl E-Pro 50 WSB Fungicide - 4 x 8 oz Nufarm EA 19.81$ Fungicide and Algaecide:WP ProDeuce Herbicide - 2.5 gal Nufarm EA 173.97$ Herbicides:Pre and Post Emergent RiteWay Plant Growth Regulator - 1 gal Nufarm EA 196.82$ Professional Grower:Plant Growth Regulators Weedar 64 Broadleaf Herbicide - 30 gal Nufarm DM 940.36$ Herbicides:Forage Herbicide:Specialty Weedar 64 Broadleaf Herbicide - 2.5 gal Nufarm EA 79.82$ Herbicides:Forage Herbicide:Specialty Weedone LV6 EC - 2.5 gal Nufarm EA 133.27$ Herbicides:Forage Herbicide:Specialty Imazuron Herbicide - 10 lb Nufarm EA 111.27$ Herbicides:Post Emergent:Non selective Granular Verve Plant Growth Regulator - 2.5 gal Nufarm EA 47.64$ Professional Grower:Plant Growth Regulators Cuproxat Fungicide - 1 gal Nufarm EA 35.28$ Fungicide and Algaecide:Liquid Change Up - 2.5 gal Nufarm EA 252.00$ Herbicides:Post Emergent:Selective Liquid Anuew Plant Growth Regulator - 4 x 1.5 lb Nufarm EA 112.65$ Professional Turf:Plant Growth Regulators Stellar Fungicide - 104 oz Nufarm EA 509.95$ Fungicides and Algaecides:Liquid Emblem Fungicide - 1 pt Nufarm EA 210.15$ Fungicide and Algaecide:Liquid Minx 2 Miticide/Insecticide - 1 qt Nufarm EA 64.87$ Insecticides:Liquid Minx 2 Miticide/Insecticide - 1 gal Nufarm EA 233.27$ Insecticides:Liquid Aloft GC Granular Insecticide - 30 lb Nufarm BG 61.97$ Insecticides:Granular Aloft LC Granular Insecticide - 30 lb Nufarm BG 58.50$ Insecticides:Granular Aloft LC SC Insecticide - 64 oz Nufarm EA 586.40$ Insecticides:Liquid Aloft GC SC Insecticide - 64 oz Nufarm EA 586.40$ Insecticides:Liquid Clipper SC Aquatic Herbicide - 1 gal Nufarm EA 409.72$ Herbicides:Aquatic Cuproxat Fungicide - 1 gal Nufarm EA 143.61$ Fungicide and Algaecide:Liquid SureGuard SC Herbicide - 64 oz Nufarm EA 567.50$ Herbicide:Pre Emergent:Root Control SureGuard SC Herbicide - 1 pt Nufarm EA 166.45$ Herbicide:Pre Emergent:Root Control Celero Herbicide- 1 lb Nufarm EA 182.60$ Herbicides:Post Emergent:Selective Miscellaneous Agri-Mycin 50 - 3 lb Nufarm EA 102.60$ Fungicide and Algaecide:WP Sure Power - 2.5 gal Nufarm EA 182.75$ Herbicides:Post Emergent:Selective Liquid Spirato GHN Fungicide - 1 pt Nufarm EA 225.10$ Fungicide and Algaecide:Liquid Cheetah Pro Non-Selective Herbicide - 30 gal Nufarm DM 2,980.00$ Herbicides:Post Emergent:Non-Selective Liquid Cheetah Pro Non-Selective Herbicide - 1 gal Nufarm EA 120.00$ Herbicides:Post Emergent:Non-Selective Liquid Cheetah Pro Non-Selective Herbicide - 2.5 gal Nufarm EA 250.00$ Herbicides:Post Emergent:Non-Selective Liquid Cheetah Pro Non-Selective Herbicide - 64 oz Nufarm EA 66.67$ Herbicides:Post Emergent:Non-Selective Liquid AquaNeat Aquatic Herbicide - 2.5 gal Nufarm EA 124.31$ Herbicides:Aquatic Chlorpyrifos SPC 4 Insecticide - 2.5 gal Nufarm EA 140.00$ Insecticides:Liquid Mallet 2F Insecticide - 1 gal Nufarm EA 76.82$ Insecticides:Liquid Mallet 2F Insecticide - 2.5 gal Nufarm EA 184.30$ Insecticides:Liquid Patriot WDG Herbicide - 16 oz Nufarm EA 46.39$ Herbicides:Post Emergent:Selective Miscellaneous Polaris Herbicide - 2.5 gal Nufarm EA 196.73$ Herbicides:Forage Herbicide:Specialty ProDeuce Herbicide - 64 oz Nufarm EA 37.47$ Professional Turf:Herbicides Spyder WDG Selective Herbicide - 3 lb Nufarm EA 107.56$ Herbicides:Forage Herbicide:Specialty Arena 50 WDG Insecticide - 40 oz Nufarm EA 615.75$ Insecticides:Liquid Arena 0.25 G Insecticide - 30 lb Nufarm BG 57.00$ Insecticides:Granular Adorn Fungicide - 1 qt Nufarm EA 365.50$ Fungicide and Algaecide:Liquid Tourney Fungicide - 5 lb Nufarm EA 735.00$ Fungicides and Algaecides:Granular SureGuard Herbicide - 5 lb Nufarm EA 765.00$ Herbicide:Pre Emergent:Root Control Broadstar Herbicide - 50 lb Nufarm BG 102.50$ Herbicide:Pre Emergent:Granular Fascination Plant Growth Regulator - 0.5 gal Nufarm EA 476.55$ Professional Grower:Plant Growth Regulators Dipel Pro DF Insecticide - 1 lb Nufarm EA 19.34$ Insecticides:Natural Distance Insect Growth Regulator - 1 qt Nufarm EA 292.53$ Insecticides:Liquid Gnatrol WDG Biological Larvicide - 16 lb Nufarm EA 471.47$ Insecticides:Water Soluble Overture Insecticide - 8 x 2 oz Nufarm EA 129.87$ Insecticides:Water Soluble Safari 20 SG Insecticide - 3 lb Nufarm EA 353.70$ Insecticides:Water Soluble Safari 20 SG Insecticide - 12 oz Nufarm EA 118.67$ Insecticides:Water Soluble Sumagic Plant Growth Regulator - 1 gal Nufarm EA 354.80$ Professional Grower:Plant Growth Regulators Tame 2.4 EC Spray Insecticide/Miticide - 1 qt Nufarm EA 174.53$ Insecticides:Liquid TetraSan Miticide - 8 x 2 oz Nufarm EA 115.25$ Insecticides:Water Soluble Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Weedone LV4 EC Broadleaf Herbicde - 2.5 gal Nufarm EA 106.00$ Herbicides:Forage Herbicide:Specialty Weedmaster Herbicide - 2.5 gal Nufarm EA 102.18$ Herbicides:Forage Herbicide CREDIT 41 EXTRA 2/2.5 GL PK36 Nufarm Americas, Inc.EA 106.56$ Herbicides:Post Emergent:Glyphosate CREDIT 41 EXTRA 265 GL Nufarm Americas, Inc.EA 9,809.82$ Herbicides:Post Emergent:Glyphosate Abamectin 0.15 EC Insecticide - 1 qt Nufarm Americas, Inc.EA 58.12$ Insecticides:Liquid Purestand Selective Herbicide - 8 oz Nufarm Americas, Inc.EA 24.16$ Herbicides:Post Emergent:Selective Miscellaneous Menace GC 7.9% Flowable - 1 gal Nufarm Americas, Inc.EA 6.76$ Insecticides:Liquid Sumagic PGR - 15 gal Nufarm Americas, Inc.DM 4,841.55$ Professional Grower:Plant Growth Regulators Decathlon 20 WP - 8 oz Ohp EA 102.40$ Insecticides:Water Soluble Cycocel - 1 qt Ohp EA 51.35$ Professional Grower:Plant Growth Regulators Cycocel - 1 gal Ohp EA 110.81$ Professional Grower:Plant Growth Regulators Applause SC - 1 pt Ohp EA 270.00$ Insecticides:Liquid Notavo SC Ovicide & Miticide - 1 pt Ohp EA 296.00$ Insecticides:Liquid Areca Fungicide - 5 lb Ohp EA 115.00$ Fungicide and Algaecide:WDG Astun SC Fungicide 1 qt Ohp EA 179.00$ Fungicide and Algaecide:Liquid Azatin O IGR - 1 qt Ohp EA 237.25$ Insecticides:Natural Biathlon - 50 lb Ohp BG 105.77$ Herbicide:Pre Emergent:Granular OHP Chipco 26019 - 2 lb Ohp EA 157.00$ Fungicide and Algaecide:WP Discus L Insecticide - 1 gal Ohp EA 226.67$ Insecticides:Liquid Floramite SC - 1 qt Ohp EA 264.60$ Insecticides:Liquid Fortress Granular Herbicide - 50 lb Ohp BG 111.50$ Herbicide:Pre Emergent:Granular Fulcrum - 1 qt Ohp EA 260.00$ Insecticides:Liquid Marathon II - 8.45 oz Ohp EA 124.00$ Insecticides:Liquid Marathon 1% G - 50 lb Ohp DM 600.00$ Insecticides:Granular Marathon 1% G - 5 lb Ohp EA 63.33$ Insecticides:Granular OHP 6672 4.5 F - 2.5 gal Ohp EA 175.35$ Fungicide and Algaecide:Liquid OHP 6672 50 WP - 4 x 8 oz Ohp EA 20.00$ Fungicide and Algaecide:WP Pac O - 1 gal Ohp EA 110.81$ Professional Grower:Plant Growth Regulators Pycana Insecticide / Miticide - 1 gal Ohp EA 135.36$ Insecticides:Liquid Segway O SC - 1 pt Ohp EA 195.50$ Fungicide and Algaecide:Liquid Segway O SC - 64 oz Ohp EA 750.00$ Fungicide and Algaecide:Liquid Shuttle O Miticide - 1 pt Ohp EA 174.08$ Insecticides:Liquid Sirocco - 8 oz Ohp EA 202.24$ Insecticides:Liquid Terrazole L - 1 qt Ohp EA 167.67$ Fungicide and Algaecide:Liquid Triact 70 - 2.5 gal Ohp EA 230.40$ Insecticides:Liquid Triathlon BA - 1 gal Ohp EA 89.33$ Fungicide and Algaecide:Liquid ANCORA WDG * AGNCY* 10/1 #Ohp CS 840.00$ Insecticides:Natural Hormodin 1 - 1 lb Ohp EA 20.91$ Professional Grower:Fertilizers:Rooting Hormones Hormodin 2 - 1 lb Ohp EA 24.69$ Professional Grower:Fertilizers:Rooting Hormones Hormodin 3 - 8 oz Ohp EA 20.57$ Professional Grower:Fertilizers:Rooting Hormones Terraclor 400 - 1 gal Ohp EA 130.00$ Fungicide and Algaecide:Liquid Adept - 16 x 1 oz Ohp EA 215.47$ Insecticides:Water Soluble B-Nine WSG - 5 lb Ohp EA 229.73$ Professional Grower:Plant Growth Regulators B-Nine WSG - 1 lb Ohp EA 48.65$ Professional Grower:Plant Growth Regulators Pedestal Insect Growth Regulator (IGR) - 1 qt Ohp EA 296.00$ Insecticides:Liquid Terrazole 35WP - 2 lb Ohp EA 104.53$ Fungicide and Algaecide:WP Terraguard SC - 1 qt Ohp EA 397.78$ Fungicide and Algaecide:Liquid Conquer Liquid Insecticide - 1 pt Paragon EA 15.29$ Insecticides:Liquids Paragon Blue Bait Gun Paragon EA 27.36$ Nitrile Gloves & Shoe Covers SERIES 6 BRN TEMP VENT PK12 Paragon Professional Pc EA 34.87$ Mattress Covers & Tyvex Suits C&C STRAW FOR AEROSOLS 3/BG Paragon Professional Pc BG 0.55$ Applicators:Parts Vexis Herbicide Granular - 2 lb Pbi/Gordon Corp.EA 14.70$ Professional Turf@Herbicides:Post Emergent:Selective Misc Vexis Herbicide Granular - 15 lb Pbi/Gordon Corp.EA 21.65$ Professional Turf@Herbicides:Post Emergent:Selective Misc Spred-Rite G Gravity Flow Granule Spreader Pbi-Gordon EA 28.67$ Applicators:Spreaders:Broadcast Katana - 5 oz Pbi-Gordon EA 194.40$ Herbicides:Post Emergent:Selective Miscellaneous Pre-San Granular 12.5G - 50 lb Pbi-Gordon BG 288.96$ Herbicides:Pre Emergent:Granular Tekken SC Broad Spectrum Fungicide - 2.5 gal Pbi-Gordon EA 375.00$ Fungicides and Algaecides:Liquid Segway SC T&L - 39.2 oz Pbi-Gordon EA 415.00$ Fungicides and Algaecides:Liquid Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Kabuto Fungicide SC - 1 gal Pbi-Gordon EA 576.45$ Fungicides and Algaecides:Liquid SpeedZone Lawn Concentrate - 20 oz Pbi-Gordon EA 28.95$ Herbicides:Post Emergent:Selective Liquid SpeedZone Broadleaf Killer - 1 gal Pbi-Gordon EA 90.58$ Herbicides:Post Emergent:Selective Liquid SpeedZone Lawn Weed Killer Concentrate - 2.5 gal Pbi-Gordon EA 223.24$ Herbicides:Post Emergent:Selective Liquid Surge Herbicide - 2.5 gal Pbi-Gordon EA 163.50$ Herbicides:Post Emergent:Selective Liquid SpeedZone Southern Herbicide - 1 gal Pbi-Gordon EA 78.33$ Herbicides:Post Emergent:Selective Liquid SpeedZone Southern Herbicide - 2.5 gal Pbi-Gordon EA 186.86$ Herbicides:Post Emergent:Selective Liquid Atrimmec - 1 gal Pbi-Gordon EA 367.05$ Professional Grower:Plant Growth Regulators Atrimmec - 1 qt Pbi-Gordon EA 105.90$ Professional Grower:Plant Growth Regulators Ornamec 170 - 1 qt Pbi-Gordon EA 27.50$ Herbicides:Post Emergent:Selective Liquid Q4 Plus Herbicide - 1 gal Pbi-Gordon EA 120.55$ Herbicides:Post Emergent:Selective Liquid Q4 Plus Herbicide - 1 qt Pbi-Gordon EA 38.14$ Herbicides:Post Emergent:Selective Liquid Q4 Plus Herbicide - 2.5 gal Pbi-Gordon EA 296.88$ Herbicides:Post Emergent:Selective Liquid Tupersan WP - 4 lb Pbi-Gordon EA 140.96$ Herbicides:Pre Emergent:Miscellaneous Zylam Liquid Systemic Insecticide - 1 qt Pbi-Gordon EA 123.25$ Insecticides:Liquid Trimec Crabgrass Plus Lawn Weed Killer RTU - 1 qt Pbi-Gordon EA 9.60$ Herbicides:Post Emergent:Selective Liquid Trimec Crabgrass Plus Lawn Weed Killer Concentrate -1 qt Pbi-Gordon EA 14.39$ Herbicides:Post Emergent:Selective Liquid Trimec Encore - 2.5 gal Pbi-Gordon EA 134.46$ Herbicides:Post Emergent:Selective Liquid Brushmaster - 1 gal Pbi-Gordon EA 78.62$ Herbicides:Post Emergent:Selective Liquid Brushmaster - 1 qt Pbi-Gordon EA 25.32$ Herbicides:Post Emergent:Selective Liquid Ornamec Over-The-Top Herbicide - 1 qt Pbi-Gordon EA 61.45$ Herbicides:Post Emergent:Selective Liquid Launch Biostimulant - 2.5 gal Pbi-Gordon EA 64.19$ Fertilizers:Biostimulants Trimec Lawn Weed Killer Concentrate -1 pt Pbi-Gordon EA 10.34$ Herbicides:Post Emergent:Selective Liquid Trimec Lawn Weed Killer Concentrate -1 qt Pbi-Gordon EA 12.27$ Herbicides:Post Emergent:Selective Liquid Hi-Dep Broadleaf Herbicide - 2.5 gal Pbi-Gordon EA 54.49$ Herbicides:Post Emergent:Selective Liquid Pasture Pro Herbicide - 1 qt Pbi-Gordon EA 15.92$ Herbicides:Forage Herbicide Trimec Ready Spray Lawn Weed Killer RTS - 1 qt Pbi-Gordon EA 13.34$ Herbicides:Post Emergent:Selective Liquid TZone SE Broadleaf Herbicide - 1 gal Pbi-Gordon EA 77.25$ Herbicides:Post Emergent:Selective Liquid TZone SE Broadleaf Herbicide - 2.5 gal Pbi-Gordon EA 186.88$ Herbicides:Post Emergent:Selective Liquid Bensumec 4LF - 2.5 gal Pbi-Gordon EA 366.51$ Herbicides:Pre Emergent:Liquid Acreage Pro Large Property Lawn Weed Killer - 1 gal Pbi-Gordon EA 43.78$ Herbicides:Forage Herbicide Acreage Pro Large Property Lawn Weed Killer - 1 qt Pbi-Gordon EA 14.94$ Herbicides:Forage Herbicide Avenue South - 2.5 gal Pbi-Gordon EA 201.13$ Herbicides:Post Emergent:Selective Liquid SpeedZone Southern EW Herbicide - 2.5 gal Pbi-Gordon EA 177.50$ Herbicides:Post Emergent:Selective Liquid Trimec Classic - 1 gal Pbi-Gordon EA 48.85$ Herbicides:Post Emergent:Selective Liquid Trimec Classic - 2.5 gal Pbi-Gordon EA 115.71$ Herbicides:Post Emergent:Selective Liquid Trimec Southern - 1 gal Pbi-Gordon EA 69.36$ Herbicides:Post Emergent:Selective Liquid Trimec Southern - 1 qt Pbi-Gordon EA 23.76$ Herbicides:Post Emergent:Selective Liquid Trimec Southern - 2.5 gal Pbi-Gordon EA 166.99$ Herbicides:Post Emergent:Selective Liquid FeRROMEC AC - 30 gal Pbi-Gordon DM 350.77$ Fertilizers:Micronutrients FeRROMEC AC - 2.5 gal Pbi-Gordon EA 34.23$ Fertilizers:Micronutrients Liquid Edger RTU - 1 gal Pbi-Gordon EA 6.97$ Herbicides:Post Emergent:Non selective Liquid Trimec 992 Broadleaf Herbicide - 2.5 gal Pbi-Gordon EA 74.68$ Herbicides:Post Emergent:Selective Liquid Vessel 30.56% 2, 4-D - 2.5 gal Pbi-Gordon EA 70.83$ Herbicides:Post Emergent:Selective Liquid Vessel 30.56% 2, 4-D - 30 gal Pbi-Gordon DM 830.77$ Herbicides:Post Emergent:Selective Liquid 46-0-0 Urea - 50 lb Pcs Sales BG 31.08$ Fertilizer:Garden:Granular Mirage 2 Hulled Bermuda - 25 lb Pickseed BG 232.74$ Lawn Seed:Bermuda, Common:Hulled LADINO CLOVER COATED 50#Pickseed West, Inc BG 107.50$ Field Seed:Legumes:Clovers ProPlus Tacking Agent 3 - 50 lb Profile BG 234.39$ Professional Turf:Erosion Control Conwed Fibers Hydro Mulch 1000 with TriFlo - 50 lb Profile BA 16.61$ Professional Turf:Erosion Control Conwed Fibers Hydro Mulch 2000 - 50 lb Profile BG 20.34$ Professional Turf:Erosion Control Conwed Fibers Cellulose - 50 lb Profile BG 15.20$ Professional Turf:Erosion Control Conwed Fibers Seed Aide CoverGrow Mulching Granules - 40 lb Profile BG 21.76$ Professional Turf:Erosion Control ProPlus JumpStart 5 - 40 lb Profile BG 107.03$ Professional Turf:Erosion Control ProPlus NeutraLime Liquid - 2.5 gal Profile EA 34.81$ Professional Turf:Erosion Control Second Nature Cellulose Fiber Hydraulic Mulch - 50 lb Profile Products BG 14.64$ Professional Turf:Erosion Control FlocLoc - 40 lb Profile Products BG 229.45$ Professional Turf:Erosion Control ProGanics Biotic Soil Media - 50 lb Profile Products BA 41.73$ Professional Turf:Erosion Control Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Southern Athletic Fields 5 Star Packing Clay - 50lb Profile Products BG 12.38$ Professional Turf:Soil Amendments Southern Athletic Fields 516 Field Conditioner - 50 lb Profile Products BG 15.17$ Professional Turf:Soil Amendments Southern Athletic Fields 816 Field Conditioner - 50 lb Profile Products BG 12.10$ Professional Turf:Soil Amendments Turface Athletics Professional Mound Clay Red - 50 lb Profile Products BG 13.15$ Professional Turf:Soil Amendments Turface Athletics MVP - 50 lb Profile Products BG 11.33$ Professional Turf:Soil Amendments Pro-Plus Aqua-pHix Spray Formula - 2.5 gal Profile Products EA 137.76$ Professional Turf:Soil Amendments Turface Athletics Pro League - 50 lb Profile Products BG 12.21$ Professional Turf:Soil Amendments Turface Athletics Pro League Heritage Red - 50 lb Profile Products BG 15.36$ Professional Turf:Soil Amendments Turface Athletics Pro League Red - 50 lb Profile Products BG 15.36$ Professional Turf:Soil Amendments Profile Porous Ceramic Greens Grade - 50 lb Profile Products BG 17.06$ Professional Turf:Soil Amendments Turface Athletics Quick Dry - 50 lb Profile Products BG 11.33$ Professional Turf:Soil Amendments Echo 720 Fungicide - 2.5 gal Prokoz, Inc EA 118.06$ Fungicides and Algaecides:Liquid Lazer Spray Pattern Indicator Green - 1 gal Sanco Industries EA 35.19$ Adjuvants and Markers:Colorant and Marker Lazer Spray Pattern Indicator Green - 1 qt Sanco Industries EA 18.54$ Adjuvants and Markers:Colorant and Marker Crystal Blue Royal Blue Throw Packs Sanco Industries EA 9.46$ Pond Management:Weed and Algae Control Tsunami DQ Pond Herbicide - 1 qt Sanco Industries EA 48.86$ Pond Management:Weed and Algae Control Root Destroyer - 2 lb Sanco Industries EA 12.14$ Herbicides:Septic Blazer Spray Tank Cleaner - 16 oz Sanco Industries EA 5.66$ Adjuvant:Tank Cleaner Stock Plex Stock Tank Algae Control - 1 qt Sanco Industries EA 10.22$ Pond Management:Weed and Algae Control Crystal Blue Blue Pond Dye - 1 gal Sanco Industries EA 34.91$ Pond Management:Weed and Algae Control Ocean Blue Turquoise Pond Dye - 1 gal Sanco Industries EA 34.03$ Pond Management:Weed and Algae Control Crystal Blue Natural Pond Cleaner - 1 gal Sanco Industries EA 38.63$ Pond Management:Weed and Algae Control Catt Plex Pond Herbicide - 1 qt Sanco Industries EA 26.41$ Pond Management:Weed and Algae Control Plex Mate Aquatic Surfactant - 1 qt Sanco Industries EA 13.57$ Pond Management:Weed and Algae Control Plex Mate Aquatic Surfactant - 8 oz Sanco Industries EA 6.66$ Pond Management:Weed and Algae Control Crystal Blue Copper Sulfate - 15 lb Sanco Industries EA 68.61$ Pond Management:Weed and Algae Control Black Out Black Pond Dye - 1 gal Sanco Industries EA 42.55$ Pond Management:Weed and Algae Control Crystal Blue Copper Sulfate - 5 lb Sanco Industries EA 24.09$ Pond Management:Weed and Algae Control Crystal Plex Pond Algaecide - 1 gal Sanco Industries EA 34.92$ Pond Management:Weed and Algae Control SensiPro Blue Granules Spray Indicator & Pond Colorant Tilt & Pour - 24 oz Sensient Colors EA 42.44$ Adjuvants and Markers:Colorant and Marker SensiPro Blue Granular Pond Colorant WSB SoluPack - 10 x 5 oz Sensient Colors EA 67.69$ Adjuvants and Markers:Colorant and Marker SensiPro Blue Granules Spray Indicator & Pond Colorant - 4.4 lb Sensient Colors EA 90.66$ Adjuvants and Markers:Colorant and Marker SensiPro Green Granular Spray Pattern Indicator Tilt & Pour - 24 oz Sensient Colors EA 42.91$ Adjuvants and Markers:Colorant and Marker SensiPro Green Granular Spray Pattern Indicator WSB SoluPack - 10 x 5 oz Sensient Colors EA 84.15$ Adjuvants and Markers:Colorant and Marker SensiPro Green Granular Spray Pattern Indicator - 4.4 lb Sensient Colors EA 104.65$ Adjuvants and Markers:Colorant and Marker SensiPro Black Granules Pond Colorant Tilt & Pour - 24 oz Sensient Colors EA 42.91$ Adjuvants and Markers:Colorant and Marker SensiPro Black Granular Pond Colorant WSB SoluPack - 10 x 5 oz Sensient Colors EA 72.88$ Adjuvants and Markers:Colorant and Marker SensiPro Black Granules Pond Colorant - 4.4 lb Sensient Colors EA 89.50$ Adjuvants and Markers:Colorant and Marker SensiPro Green Links Premier Turf Colorant - 1 gal Sensient Colors EA 119.82$ Adjuvants and Markers:Colorant and Marker SensiPro Green Links Medalist Plus - 2.5 gal Sensient Colors EA 172.51$ Adjuvants and Markers:Colorant and Marker Obtego Fungicide and Plant Symbiont - 1 lb Sepro BG 75.00$ Fungicide and Algaecide:WP Obtego Fungicide and Plant Symbiont - 5 lb Sepro BG 325.00$ Fungicide and Algaecide:WP Musketeer Turf Growth Regulator - 2.5 gal Sepro EA 842.15$ Professional Turf:Plant Growth Regulators Rycar Insecticide - 8 oz Sepro EA 173.36$ Insecticides:Liquid Hachi-Hachi SC Insecticide - 0.5 gal Sepro EA 216.68$ Insecticides:Liquid A-Rest Plant Growth Regulator - 2.5 gal Sepro EA 563.00$ Professional Turf:Plant Growth Regulators Cutless MEC Turf Growth Regulator - 2.5 gal Sepro EA 1,128.75$ Professional Turf:Plant Growth Regulators Legacy Turf Growth Regulator - 2.5 gal Sepro EA 1,133.25$ Professional Turf:Plant Growth Regulators Topflor Ornamental Plant Growth Regulator - 2 L Sepro EA 265.00$ Professional Turf:Plant Growth Regulators Topflor Ornamental Plant Growth Regulator Propak - 5 gal Sepro DM 1,975.00$ Professional Grower:Plant Growth Regulators DM A-REST PGR ** 30GA Sepro Corporation DM 5,431.80$ Professional Turf:Plant Growth Regulators Lucid Miticide/Insecticide - 1 qt Sipcam Agro EA 37.33$ Insecticides:Liquid Solo Replacement Hose - 48"Solo EA 5.72$ Applicators:Miscellaneous Solo Diaphragm Pump Repair Kit Solo EA 14.39$ Applicators:Miscellaneous Solo Piston Pump Repair Kit Solo EA 19.21$ Applicators:Miscellaneous Solo Piston, Rod And Collar Kit Solo EA 19.21$ Applicators:Miscellaneous Solo Brass Adjustable Nozzle Kit Solo EA 8.60$ Applicators:Miscellaneous Solo Wand/Shut-Off Valve Repair Kit Solo EA 9.58$ Applicators:Miscellaneous Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Solo Starter Complete Solo EA 50.72$ Applicators:Miscellaneous Solo Tank Cap Gasket Solo EA 3.80$ Applicators:Miscellaneous Solo Speed Tip Multiple Spray Pattern Nozzle Solo EA 8.61$ Applicators:Miscellaneous Solo 420 One-Handed Pressure Sprayer - 2 Liter Solo EA 19.85$ Applicators:Compression Sprayers Solo Tank Cap with Valve Assembly Solo EA 5.72$ Applicators:Miscellaneous Solo 421-S Portable Spreader Solo EA 60.47$ Applicators:Spreaders:Fertilizer Dispenser Solo Carry Strap with Hook Solo EA 4.76$ Applicators:Miscellaneous Solo Shut-Off Valve Solo EA 13.01$ Applicators:Miscellaneous Solo Universal Wand Assembly - 28"Solo EA 19.21$ Applicators:Miscellaneous Solo Replacement Sprayer Wand - 20"Solo EA 8.61$ Applicators:Miscellaneous Solo Elbow Nozzle Assembly Solo EA 6.70$ Applicators:Miscellaneous Solo Drift Guard Solo EA 18.95$ Applicators:Miscellaneous Solo 416 12 Volt Cordless Electric 5-Gallon Backpack Solo EA 525.50$ Applicators:Compression Sprayers Solo Professional Piston Pump Backpack Sprayer - 4 gal Solo EA 92.70$ Applicators:Compression Sprayers Solo 451 Mist Blower Solo EA 719.96$ Applicators-Sprayers Solo Professional Diaphragm Pump Backpack Sprayer - 4 gal Solo EA 95.47$ Applicators:Compression Sprayers 3/8" 600 PSI Hose - 300'Stinger RL 321.33$ Applicators:Parts Stinger Power Sprayer - 50 gal Stinger Sprayer Company EA 3,900.00$ Applicators-Sprayers Stinger Power Sprayer - 100 gal Stinger Sprayer Company EA 4,026.67$ Applicators-Sprayers 1/2" 600 PSI Sprayer Hose PVC Power - 300'Stinger Sprayer Company RL 380.00$ Applicators:Parts Stinger Sprayer Systems Tank Lid Stinger Sprayer Company EA 32.67$ Applicators:Parts Hose Reel Swivel - 1/2" Stainless Steel Stinger Sprayer Company EA 61.33$ Applicators:Parts Bonzi Plant Growth Regulator - 1 qt Syngenta EA 131.68$ Professional Grower:Plant Growth Regulators Avid 0.15EC Miticide/Insecticide - 1 gal Syngenta EA 545.75$ Insecticides:Liquid Monument 75WG Herbicide - 5 x 5 g Syngenta EA 257.50$ Herbicides:Post Emergent:Selective Granular Heritage TL Fungicide - 1 gal Syngenta EA 545.90$ Fungicides and Algaecides:Liquid Heritage TL ME LinkPak - 10 gal Syngenta DM 5,356.00$ Fungicides and Algaecides:Liquid Endeavor Insecticide - 2.5 oz Syngenta CS 173.76$ Insecticides:Water Soluble Primo Maxx Plant Growth Regulator - 1 gal Syngenta EA 298.70$ Professional Turf:Plant Growth Regulators Primo Maxx Plant Growth Regulator LinkPak - 10 gal Syngenta DM 2,822.00$ Professional Turf:Plant Growth Regulators Meridian 0.33G Insecticide - 40 lb Syngenta BG 96.00$ Insecticides:Granular Avid 0.15EC Miticide/Insecticide - 8 oz Syngenta EA 93.69$ Insecticides:Liquid Instrata Fungicide - 2.5 gal Syngenta EA 417.25$ Fungicides and Algaecides:Liquid Headway Fungicide - 1 gal Syngenta EA 451.15$ Fungicides and Algaecides:Liquid Ardent Miticide/Insecticide - 1 qt Syngenta EA 89.27$ Insecticides:Liquid Bonzi Plant Growth Regulator - 2.5 gal Syngenta EA 442.75$ Professional Turf:Plant Growth Regulators Flagship 25WG Insecticide - 2 lb Syngenta EA 401.00$ Insecticides:Granular Headway EC LinkPak - 10 gal Syngenta DM 4,388.00$ Fungicides and Algaecides:Liquid Daconil ZN Flowable - 2.5 gal Syngenta EA 180.25$ Fungicides and Algaecides:Liquid Daconil Ultrex Fungicide - 5 lb Syngenta EA 65.00$ Fungicides and Algaecides:Liquid Daconil Weatherstik Fungicide - 2.5 gal Syngenta EA 164.75$ Fungicides and Algaecides:Liquid Fusilade II Turf & Ornamental Herbicide - 1 qt Syngenta EA 80.45$ Herbicide:Post Emergent:Liquid Podium Plant Growth Regulator (Generic Primo Maxx) - 1 gal Syngenta EA 157.52$ Professional Turf:Plant Growth Regulators Scimitar CS Insecticide - 1 qt Syngenta EA 183.08$ Insecticides:Liquid Resolute 65WG Herbicide - 5 lb Syngenta EA 59.21$ Herbicides:Pre Emergent:Miscellaneous Reward Landscape & Aquatic Herbicide - 1 gal Syngenta EA 109.86$ Herbicides:Aquatic Barricade 4FL Herbicide - 1 gal Syngenta EA 147.30$ Herbicides:Pre Emergent:Liquid Barricade 4FL Herbicide - 10 gal Syngenta DM 1,421.50$ Herbicides:Pre Emergent:Liquid Barricade 4FL Herbicide - 30 gal Syngenta DM 3,676.50$ Herbicides:Pre Emergent:Liquid Meridian 25WG Insecticide - 102 oz Syngenta EA 525.30$ Insecticides:Liquid Renown Fungicide - 2.5 gal Syngenta EA 574.25$ Fungicides and Algaecides:Liquid Heritage G Fungicide - 30 lb Syngenta BG 60.92$ Fungicides and Algaecides:Granular Palladium Fungicide - 2 lb Syngenta EA 318.50$ Fungicides and Algaecides:Liquid Pennant Magnum Herbicide - 1 gal Syngenta EA 238.33$ Herbicides:Pre Emergent:Liquid Trimmit 2SC Plant Growth Regulator - 2.5 gal Syngenta EA 1,094.40$ Professional Turf:Plant Growth Regulators Banner Maxx II Fungicide - 1 gal Syngenta EA 224.50$ Fungicides and Algaecides:Liquid Banner Maxx II LinkPak Fungicide - 10 gal Syngenta DM 2,163.00$ Fungicides and Algaecides:Liquid Concert II Fungicide - 2.5 gal Syngenta EA 208.50$ Fungicides and Algaecides:Liquid Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Resolute 4FL Herbicide - 1 gal Syngenta EA 76.92$ Herbicides:Pre Emergent:Liquid Tenacity Herbicide - 8 oz Syngenta EA 72.59$ Herbicides:Pre and Post Emergent Daconil Action Fungicide - 2.5 gal Syngenta EA 208.65$ Fungicides and Algaecides:Liquid Briskway Fungicide - 1 gal Syngenta EA 1,283.40$ Fungicides and Algaecides:Liquid Caravan G Insecticide - 30 lb Syngenta BG 76.36$ Professional Turf:Miscellaneous Chemicals Secure Fungicide - 2.5 gal Syngenta EA 1,588.75$ Fungicides and Algaecides:Liquid Micora Fungicide - 1 qt Syngenta EA 290.00$ Fungicide and Algaecide:Liquid Daconil Action + Heritage Multipak Syngenta CS 738.00$ Fungicides and Algaecides:Liquid Medallion WDG Fungicide - 8 oz Syngenta EA 157.60$ Fungicide and Algaecide:WP Secure Fungicide - 0.5 gal Syngenta EA 317.50$ Fungicides and Algaecides:Liquid Barricade Herbicide - 5 lb Syngenta EA 105.50$ Herbicides:Pre Emergent:Miscellaneous Appear Fungicide - 2 gal Syngenta EA 278.00$ Fungicides and Algaecides:Liquid Daconil Action + Appear Multipak Syngenta CS 335.00$ Fungicides and Algaecides:Liquid Acelepryn Insecticide - 0.5 gal Syngenta EA 1,011.51$ Insecticides:Liquid Medallion SC Fungicide - 1 gal Syngenta EA 587.10$ Fungicides and Algaecides:Liquid Citation Insecticide - 6 x 2.66 oz Syngenta EA 354.89$ Insecticides:Water Soluble Subdue GR Fungicide - 25 lb Syngenta BG 149.14$ Fungicide and Algaecide:Granular Subdue Maxx Fungicide - 1 qt Syngenta EA 195.00$ Fungicide and Algaecide:Liquid Subdue Maxx Fungicide - 1 gal Syngenta EA 554.15$ Fungicides and Algaecides:Liquid Acelepryn G Insecticide - 25 lb Syngenta BG 94.74$ Insecticides:Granular Advion Fire Ant Bait - 25 lb Syngenta BG 325.26$ Insecticides:Granular:Ant Bait Advion Fire Ant Bait - 2 lb Syngenta EA 39.03$ Insecticides:Granular:Ant Bait Provaunt WDG Insecticide - 12 oz Syngenta EA 107.62$ Insecticides:Granular Provaunt WDG Insecticide - 120 oz Syngenta EA 3,408.00$ Insecticides:Granular Velista Fungicide - 22 oz Syngenta EA 226.60$ Fungicides and Algaecides:Water Soluble Ference Insecticide - 96 oz Syngenta EA 1,720.00$ Insecticides:Liquid Heritage Action Fungicide - 6 lb Syngenta EA 1,980.00$ Fungicides and Algaecides:Water Soluble Mural Fungicide - 1 lb Syngenta EA 207.50$ Fungicide and Algaecide:WDG Heritage Action Fungicide - 1 lb Syngenta EA 343.00$ Fungicides and Algaecides:Water Soluble Acelepryn Insecticide - 0.5 gal Syngenta EA 1,072.75$ Insecticides:Liquid Primo Maxx + Trimmit Multipak Syngenta CS 660.00$ Professional Turf:Plant Growth Regulators Daconil Action + Heritage Action Multipak Syngenta CS 769.00$ Fungicides and Algaecides:Liquid Segovis Fungicide - 1 pt Syngenta EA 638.93$ Fungicide and Algaecide:Liquid Princep Liquid - 2.5 gal Syngenta EA 58.62$ Herbicides:Pre Emergent:Liquid Heritage Action + Velista Multipak Syngenta CS 1,538.00$ Fungicides and Algaecides:Water Soluble Heritage Action + Secure Multipak Syngenta CS 1,486.00$ Fungicides and Algaecides:Liquid Avid + Mainspring GNL Multipak Syngenta CS 1,485.00$ Insecticides:Granular Mural + Mainspring GNL Multipak Syngenta CS 1,080.00$ Insecticides:Granular Downey Mildew/Phytophthora Multipak Syngenta CS 1,545.00$ Fungicide and Algaecide:Liquid Divanem Insecticide - 0.5 gal Syngenta EA 1,622.25$ Insecticides:Liquid Divanem + Heritage Action Multipak Syngenta CS 3,003.00$ Insecticides:Liquid Heritage G Fungicide - 10 lb Syngenta BG 28.73$ Fungicides:Lawn:Granule Secure Action Fungicide - 2.5 Gal Syngenta EA 1,673.75$ Fungicides and Algaecides:Liquid Secure Action Fungicide - 0.5 Gal Syngenta EA 394.50$ Fungicides and Algaecides:Liquid Heritage G Fungicide - 30 lb Syngenta BG 59.08$ Fungicides and Algaecides:Granular Manuscript Liquid Herbicide With Adigor Adjuvant PK Syngenta CS 636.00$ Herbicides:Post Emergent:Selective Liquid Posterity SC Fungicide - 105 oz Syngenta EA 1,545.00$ Fungicides and Algaecides:Liquid Provaunt WDG Insecticide - 72 oz Syngenta EA 396.00$ Insecticides:Granular Manuscript Liquid Herbicide with Adigor Adjuvant Pack Syngenta CS 688.00$ Herbicides:Post Emergent:Selective Liquid Reward Landscape & Aquatic Herbicide - 2.5 gal Syngenta EA 197.50$ Herbicides:Post Emergent:Non selective Liquid Heritage Fungicide - 1 lb Syngenta EA 332.70$ Fungicides and Algaecides:Liquid Heritage WDG Fairway Pack - 6 lb Syngenta EA 1,996.20$ Fungicides and Algaecides:Liquid Trimmit 2SC Plant Growth Regulator - 1 gal Syngenta EA 477.90$ Professional Turf:Plant Growth Regulators Avid 0.15EC Miticide/Insecticide - 1 qt Syngenta EA 219.52$ Insecticides:Liquid Headway G Fungicide - 30 lb Syngenta Crop Protection, Llc BG 59.08$ Fungicides and Algaecides:Granular Temp-Vent Automatic Foundation Vents - Series 6 Temp-Vent EA 34.87$ Mattress Covers & Tyvex Suits Contec DG 12-24-8 Fertilizer - 40 lb The Andersons BG 54.10$ Fertilizers:Contec DG Rotary Spreader (Model 2000)The Andersons EA 916.59$ Applicators:Spreaders:Drop Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Rotary Spreader (Model 2000 - AccuPro)The Andersons EA 707.25$ Applicators:Spreaders:Broadcast DG Gypsum Soil Enhancer, SGN100 - 50 lb The Andersons BG 23.40$ Professional Turf:Fertilizers Contec DG 0-0-12 Mag-tec Fertilizer - 40 lb The Andersons BG 47.40$ Fertilizers:Contec DG Turf Fertilizer 14-7-7 with 2% Fe, Micros, 50% MUtech, SGN215 - 50 lb The Andersons BG 37.29$ Fertilizers:Fairway Grade:Granular Turf Fertilizer 18-12-6 with 25% NS-54, Avail, SGN215 - 50 lb The Andersons BG 30.36$ Fertilizers:Fairway Grade:Granular Turf Fertilizer 18-0-4 with 0.426% Barricade Herbicide, 25% NS-54, SGN215 - 50 lb The Andersons BG 24.97$ Fertilizers:Combination:Granular Turf Fertilizer 20-0-4 with 0.86% ProPendi Herbicide, 30% Fortify-N, SGN215 - 50 lb The Andersons BG 25.88$ Fertilizers:Combination:Granular Turf Fertilizer 21-0-10 with 0.25% Dimension Herbicide, 50% Fortify-N, SGN215 - 50 lb The Andersons BG 36.05$ Fertilizers:Combination Turf Fertilizer 24-0-8 with 50% Fortify-N, 2% Fe, SGN215 - 50 lb The Andersons BG 28.21$ Fertilizers:Fairway Grade:Granular UltraMate LQ Liquid Humic Solution 0-0-3 - 2.5 gal The Andersons EA 38.50$ Fertilizers:Natural Turf Fertilizer 22-0-4 with 50% HCU, 43% Black Gypsum DG, SGN240 - 50 lb The Andersons BG 26.90$ Professional Turf:Soil Amendments HCU 44-0-0 Humic Coated Urea - 50 lb The Andersons BG 34.00$ Professional Turf:Fertilizers Drop Spreader (Model SSD)The Andersons EA 1,089.87$ Applicators:Spreaders:Drop Biomend DG Black Gypsum, SGN75 - 50 lb The Andersons BG 44.20$ Professional Turf:Soil Amendments Turf Fertilizer 16-4-8 with 2% Fe, 40% NS-54, SGN135 - 50 lb The Andersons BG 27.50$ Fertilizers:Fairway Grade:Granular Turf Fertilizer 18-24-12 with 48% NS-54, SGN240 - 50 lb The Andersons BG 36.29$ Fertilizers:Fairway Grade:Granular Turf Fertilizer 22-0-3 with 50% Fortify-N, 2% Fe, SGN215 - 50 lb The Andersons BG 24.43$ Fertilizers:Fairway Grade:Granular Turf Fertilizer 24-5-11 with 3% Fe, 50% NS-54, SGN240 - 50 lb The Andersons BG 31.36$ Fertilizers:Fairway Grade:Granular Turf Fertilizer 5-0-31 with 10% Fe, 20% NS-54, SGN215 - 50 lb The Andersons BG 31.21$ Fertilizers:Fairway Grade:Granular 20-5-10 Fertilizer with 50% NS-52, 2% FE - 50 lb The Andersons BG 29.93$ Fertilizers:Fairway Grade:Granular Contec DG 10-5-20 Fertilizer - 40 lb The Andersons BG 53.10$ Fertilizers:Contec DG 10-20-20 Fertilizer with 50% MUtech - 50 lb The Andersons BG 51.19$ Fertilizers:Greens Grade:Granular Contec DG Generation 3 12-3-12 Fertilizer - 40 lb The Andersons BG 52.20$ Fertilizers:Contec DG Contec DG 13-0-26 Fertilizer - 40 lb The Andersons BG 59.70$ Fertilizers:Contec DG Tee Time 13-2-13 Fertilizer with 100% AS, 2% Fe, SGN 100 - 50 lb The Andersons BG 45.22$ Fertilizers:Greens Grade:Granular Tee Time 14-28-10 Fertilizer with 1% Fe, Micros, 50% MUtech, SGN100 - 50 lb The Andersons BG 51.51$ Fertilizers:General Turf:Miscellaneous Contec DG Generation 3 17-0-17 Fertilizer - 40 lb The Andersons BG 58.00$ Fertilizers:Contec DG 18-3-18 Contec DG 93% - 40 lb The Andersons BG 59.10$ Fertilizers:Contec DG Contec DG Generation 3 18-9-18 Fertilizer - 40 lb The Andersons BG 57.60$ Fertilizers:Contec DG Tee Time 18-6-15 Fertilizer with 2% Fe, Micros, 65% MUtech, SGN100 - 50 lb The Andersons BG 54.78$ Fertilizers:Greens Grade:Granular Contec DG 19-0-15 Fertilizer - 40 lb The Andersons BG 58.30$ Fertilizers:Contec DG Tee Time 22-0-22 Fertilizer with 1% Fe, Micros, 65% MUtech, SGN100 - 50 lb The Andersons BG 55.82$ Fertilizers:Greens Grade:Granular Tee Time 25-5-15 Fertilizer with 1% Fe, Micros, 50% MUtech, SGN125 - 50 lb The Andersons BG 52.39$ Fertilizers:Greens Grade:Granular Contec DG Generation 3 6-0-12 Fertilizer - 40 lb The Andersons BG 53.50$ Fertilizers:Contec DG Contec DG 7-14-14 Fertilizer - 40 lb The Andersons BG 50.10$ Fertilizers:Contec DG A-TEP Hi Mag Trace Element Package, SGN125 - 50 lb The Andersons BG 81.23$ Fertilizers:Micronutrients Tee Time 8-0-16 Ultradwarf Special Fertilizer with 100% AS, 2% Fe, 5% Mn, 3% Mg, SGN100 - 50 lb The Andersons BG 52.39$ Fertilizers:Greens Grade:Granular Biomend DG 9-4-9 Fertilizer with 4.26% Ca, 6% Humic Acid, 50% MUtech, SGN75 - 40 lb The Andersons BG 46.46$ Fertilizers:Contec DG Contec DG 0-0-13 Kal-tec Fertilizer - 40 lb The Andersons BG 40.10$ Fertilizers:Contec DG Contec DG 0-0-25 Fertilizer - 40 lb The Andersons BG 54.40$ Fertilizers:Contec DG Tee Time 0-0-28 Fertilizer with 3% Fe, 5% Mg, Micros, SGN100 - 50 lb The Andersons BG 55.22$ Fertilizers:Greens Grade:Granular Humic DG Greens, SGN75 - 40 lb The Andersons BG 59.70$ Fertilizers:Contec DG Goosegrass/Crabgrass Control, SGN80 - 28.8 lb The Andersons BG 131.40$ Herbicides:Pre Emergent:Granular Crabgrass Preventer with 2.5% Balan Herbicide (Dispersible Granules), SGN150 - 40 lb The Andersons BG 29.16$ Herbicides:Pre Emergent:Granular Weed & Grass Preventer with 5% Treflan Herbicide (Dispersible Granules) - 40 lb The Andersons BG 33.38$ Herbicides:Pre Emergent:Granular Crabgrass Preventer with 2% Team Herbicide (Dispersible Granules), SGN150 - 40 lb The Andersons BG 24.87$ Herbicides:Pre Emergent:Granular 15-0-15 Fertilizer with 0.067% Acelepryn Insecticide, SGN150 - 50 lb The Andersons BG 50.84$ Fertilizers:Insecticide:Granular Insecticide III with DG Pro, SGN 100 - 28.1 lb The Andersons BG 49.74$ Insecticides:Granular Turf Fertilizer 21-0-7 with 0.225% Allectus Insecticide, 40% NS-54, SGN215 - 50 lb The Andersons BG 36.77$ Fertilizers:Insecticide:Granular 22-0-7 Fertilizer with 0.067% Acelepryn Insecticide, 50% NS-54 , SGN215 - 50 lb The Andersons BG 54.50$ Fertilizers:Combination:Granular Nursery Choice 12-6-6 Fertilizer with 100% MUtech, Micros, SGN215 - 50 lb The Andersons BG 31.81$ Fertilizers:Time Release Turf Fertilizer 22-0-10 with 1% Ronstar Herbicide, 100% NS-54, SGN240 150 - 50 lb The Andersons BG 64.41$ Fertilizers:Combination:Granular Turf Fertilizer 5-0-15 with 1% Ronstar Herbicide, SGN150 - 50 lb The Andersons BG 48.76$ Fertilizers:Combination:Granular Turf Fertilizer 22-0-6 with 0.75% ProPendi Herbicide, 40% NS-54, SGN215 - 50 lb The Andersons BG 33.31$ Fertilizers:Combination:Granular Turf Fertilizer 11-3-11 with 0.86% ProPendi Herbicide, 40% Poly-S, SGN150 - 50 lb The Andersons BG 30.70$ Fertilizers:Combination:Granular Turf Fertilizer 15-5-10 with 1% Ronstar Herbicide, 40% NS-54, SGN215 - 50 lb The Andersons BG 56.58$ Fertilizers:Combination:Granular Turf Fertilizer 5-5-20 with 1% Ronstar Herbicide, SGN215 - 50 lb The Andersons BG 49.15$ Fertilizers:Combination:Granular Turf Fertilizer 0-0-20 with 0.164% Dithiopyr Herbicide, SGN100 - 50 lb The Andersons BG 83.20$ Fertilizers:Combination:Granular Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Turf Fertilizer 13-3-7 with 0.86% ProPendi Herbicide, 40% NS-54, SGN215 - 50 lb The Andersons BG 26.40$ Fertilizers:Combination:Granular Turf Fertilizer 15-0-8 with 0.869% Millennium Ultra Herbicide, SGN150 - 40 lb The Andersons BG 27.44$ Fertilizers:Combination:Granular Turf Fertilizer 16-0-8 with Escalade Herbicide, SGN150 - 40 lb The Andersons BG 27.57$ Fertilizers:Combination:Granular Turf Fertilizer 21-3-8 with 0.426% Barricade Herbicide, 25% NS-54, SGN215 - 50 lb The Andersons BG 33.31$ Fertilizers:Combination:Granular Turf Fertilizer 5-5-25 with 0.426% Barricade Herbicide, SGN215 - 50 lb The Andersons BG 25.10$ Fertilizers:Combination Turf Fertilizer 0-0-7 with 0.426% Barricade Herbicide, SGN215 - 50 lb The Andersons BG 19.23$ Fertilizers:Combination 0.48% Barricade on DG Pro, SGN150 - 50 lb The Andersons BG 46.06$ Fertilizers:General Turf:Liquid Turf Fertilizer 5-5-30 with 0.48% Barricade Herbicide, SGN150 - 50 lb The Andersons BG 40.68$ Fertilizers:Combination:Granular Foltec Cytozorb-S 4-0-1 Fertilizer with 2% Fe, Micros - 2.5 gal The Andersons EA 111.39$ Fertilizers:General Turf:Liquid Foltec Chlorofast-S 6-0-0 - 2.5 gal The Andersons EA 248.44$ Fertilizers:General Turf:Liquid Foltec SG 16-0-16 Fertilizer - 13.6 lb The Andersons EA 76.00$ Fertilizers:General Turf:Miscellaneous Foltec SG 24-0-8 Fertilizer - 13.6 lb The Andersons EA 76.00$ Fertilizers:General Turf:Miscellaneous Foltec SG 8-0-24 Fertilizer - 13.6 lb The Andersons EA 76.00$ Fertilizers:General Turf:Miscellaneous Foltec SG Minors - 2.25 lb The Andersons EA 22.80$ Fertilizers:General Turf:Miscellaneous Foltec SG 8-24-8 Fertilizer - 13.6 lb The Andersons EA 76.00$ Fertilizers:General Turf:Miscellaneous Golden Eagle Fungicide on DG Pro - 44 lb The Andersons BG 93.33$ Fungicides and Algaecides:Granular Slicky Sticky Tackifier - 15 lb Turfmaker EA 108.78$ Professional Turf:Erosion Control Acephate 97Up - 10 lb Upl Na Inc.EA 78.95$ Insecticides:Miscellaneous Surflan AS Herbicide - 2.5 gal Upl Na Inc.EA 159.23$ Herbicides:Pre Emergent:Liquid Surflan XL 2G Herbicide - 50 lb Upl Na Inc.BG 71.43$ Herbicides:Pre Emergent:Granular Evergreen Crop Protection EC 60-6 - 1 gal Valent, Usa Corporation EA 421.51$ Insecticides:Liquid SPRAYER UNI AG PART PK/111 Valley Industries DI 1,066.16$ Applicators:Direct Ship Laser Poa Trivialis Treated - 50 lb Vista Seed Partners BG 180.37$ Grass Seed:Poa Trivialis Vista Pro Edge - 50 lb Vista Seed Partners BG 59.28$ Grass Seed:Perennial Ryegrass Amity Turf Type Tall Fescue - 50 lb Vista Seed Partners BG 79.29$ Grass Seed:Turf Type Fescue GameOn specialty herbicide, a cutting-edge formulation, delivers exceptional broad-spectrum postemergence broadleaf weed control. GameOn includes a new active ingredient Arylex active, as well as 2,4-D choline and fluroxypyr. CORTEVA AGRISCIENCE LLC EA 132.50$ Herbicides:Post Emergent:Selective Liquid Specially designed for native and naturalized areas, NativeKlean herbicide provides a low-maintenance solution for consistent control of broadleaf weeds. CORTEVA AGRISCIENCE LLC EA 109.95$ Herbicides:Post Emergent:Selective Liquid XXpire insecticide combines two active ingredients to control more than 39 insects, including seven of the top 10 chewing and sap-feeding insects. Two different modes of action reduce the likelihood of insecticide resistance, making XXpire an effective option in your Integrated Pest Management program. CORTEVA AGRISCIENCE LLC EA 253.00$ Insecticides:Water Soluble Crew specialty herbicide combines the power and proven safety of Dimension and Gallery specialty herbicides to offer a 2-in- 1 solution for turfgrasses and landscape beds. Crew is safe to use on warm- and cool-season turfgrasses and over the top of more than 410 ornamentals. CORTEVA AGRISCIENCE LLC BG 99.00$ Herbicide:Pre Emergent:Granular Combines the power and proven safety of Dimension and Gallery specialty herbicides to offer a 2-in-1 solution for turfgrasses and landscape beds. Crew is safe to use on warm and cool season turfgrasses and over the top of more than 410 ornamentals. CORTEVA AGRISCIENCE LLC EA 29.00$ Herbicide:Pre Emergent:Granular AI: 11.6% Spinosad. Conserve SC specialty insecticide is an excellent choice for nursery and greenhouse operators, as well as arborists, lawn care operators and golf course superintendents. Spinosad is derived from the fermentation of a naturally occurring organism, uniquely combining the efficacy of synthetic insecticides with the benefits of biological insect pest control products. CORTEVA AGRISCIENCE LLC EA 154.37$ Insecticides:Liquid Gallery 75DF is the only selective pre-emergence herbicide that prevents the growth of broadleaf weeds for up to eight months. Gallery is labeled for use on all established cool and warm-season turfgrasses. It can be used on 440 field-grown and 230 container-grown ornamentals, ground covers, nursery stock, non-bearing fruit and nut crops, non-bearing vineyards and non-cropland areas. The active ingredient in Gallery is 75.0% Isoxaben. CORTEVA AGRISCIENCE LLC EA 128.50$ Herbicides:Pre Emergent:Miscellaneous Monaco elite bermudagrass is Yellow Jacket enhanced for fast 'SuperCharged' germination, early establishment, and ease of handling when seeded. BARENBRUG USA-MKTNG DIVIS BG 136.11$ Lawn Seed:Turf Type Bermuda Monaco elite bermudagrass is Yellow Jacket enhanced for fast 'SuperCharged' germination, early establishment, and ease of handling when seeded. BARENBRUG USA-MKTNG DIVIS BG 33.79$ Lawn Seed:Turf Type Bermuda Monaco elite bermudagrass is Yellow Jacket enhanced for fast 'SuperCharged' germination, early establishment, and ease of handling when seeded. BARENBRUG USA-MKTNG DIVIS BG 379.50$ Lawn Seed:Turf Type Bermuda Turf Saver RTF is the most advanced tall fescue blend on the market, featuring a unique combination of high quality turf - type tall fescues, RTF, Rhizomatous Tall Fescue, and Yellow Jacket, Barenbrugs super absorbent proprietary seed coating. RTF provides Turf Saver the added benefit of repairing damaged or worn turf with the added value of improved uniformity and density. BARENBRUG USA-MKTNG DIVIS EA 22.14$ Lawn Seed:Turf Type Fescue Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies Turf Saver RTF is the most advanced tall fescue blend on the market, featuring a unique combination of high quality turf - type tall fescues, RTF, Rhizomatous Tall Fescue, and Yellow Jacket, Barenbrugs super absorbent proprietary seed coating. RTF provides Turf Saver the added benefit of repairing damaged or worn turf with the added value of improved uniformity and density. BARENBRUG USA-MKTNG DIVIS BG 57.39$ Lawn Seed:Turf Type Fescue Turf Saver RTF is the most advanced tall fescue blend on the market, featuring a unique combination of high quality turf - type tall fescues, RTF, Rhizomatous Tall Fescue, and Yellow Jacket, Barenbrugs super absorbent proprietary seed coating. RTF provides Turf Saver the added benefit of repairing damaged or worn turf with the added value of improved uniformity and density. BARENBRUG USA-MKTNG DIVIS BG 110.57$ Lawn Seed:Turf Type Fescue BARENBRUG USA-MKTNG DIVIS BG 47.44$ Lawn Seed:Miscellaneous BARENBRUG USA-MKTNG DIVIS BG 116.27$ Lawn Seed:Miscellaneous Water Saver with RTF is a special blend of Turf Type Tall Fescues selected for superb color, texture, disease resistance and mobility. Its deep rooting system enables Water Saver to tolerate drought and heat exceptionally well. Your Water Saver lawn will grow beautifully in sun or shade allowing you to mow close and decrease your lawn maintenance. Best of all, you'll use substantially less water to maintain the richness of your Water Saver lawn. BARENBRUG USA-MKTNG DIVIS EA 5.24$ Lawn Seed:Turf Type Fescue Water Saver with RTF is a special blend of Turf Type Tall Fescues selected for superb color, texture, disease resistance and mobility. Its deep rooting system enables Water Saver to tolerate drought and heat exceptionally well. Your Water Saver lawn will grow beautifully in sun or shade allowing you to mow close and decrease your lawn maintenance. Best of all, you'll use substantially less water to maintain the richness of your Water Saver lawn. BARENBRUG USA-MKTNG DIVIS BG 95.87$ Lawn Seed:Turf Type Fescue BARENBRUG USA-MKTNG DIVIS BG 18.64$ Lawn Seed:Turf Type Fescue BARENBRUG USA-MKTNG DIVIS BG 44.27$ Lawn Seed:Turf Type Fescue The only regenerating perennial rye with determinate stolons, developed for traffic tolerance and recovery. Ideal for sports areas where perennial rye is the turf of choice. BARENBRUG USA-MKTNG DIVIS BG 101.43$ Lawn Seed:Perennial Ryegrass BARENBRUG USA-MKTNG DIVIS BG 35.44$ Lawn Seed:Turf Type Fescue BARENBRUG USA-MKTNG DIVIS BG 86.27$ Lawn Seed:Turf Type Fescue BARENBRUG USA-MKTNG DIVIS BG 169.87$ Lawn Seed:Turf Type Fescue 27.55% Annual Ryegrass, 14.25% Perennial Ryegrass, 5.15% Bermuda unhulled, 1.35% other crop and 50% coated. No nox weeds. BARENBRUG USA-MKTNG DIVIS BG 72.14$ Lawn Seed:Turf Type Fescue 90% SOS Panterra Rye, 10% unhulled Bermuda. No noxious weed.BARENBRUG USA-MKTNG DIVIS BG 77.86$ Lawn Seed:Turf Type Fescue Esplanade 200 SC offers broad-spectrum weed control for large hardscapes, roadways and railroad sites. Just one pre- emergent application offers season-long control of more than 75 weed species. AI: Indaziflam 19.05%. RED RIVER SPECIALTIES EA 348.80$ Herbicides:Post Emergent:Selective Liquid Viewpoint herbicide delivers the broadest brush control spectrum of any single product on the market. This translates to less batching, storage, container disposal and retreats, so vegetation managers can achieve increased productivity and cost savings. RED RIVER SPECIALTIES BG 369.13$ Herbicides:Post Emergent:Selective Miscellaneous Method herbicide gives vegetation managers the ultimate control and flexibility to manage vegetation in roadway, railway, bareground or utility corridor settings. Use Method in combination with Esplanade for the ultimate bareground solution. RED RIVER SPECIALTIES EA 823.95$ Herbicides:Post Emergent:Non selective Miscellaneous Method herbicide gives vegetation managers the ultimate control and flexibility to manage vegetation in roadway, railway, bareground or utility corridor settings. Use Method in combination with Esplanade for the ultimate bareground solution. RED RIVER SPECIALTIES EA 91.53$ Herbicides:Post Emergent:Non selective Miscellaneous Preemergent Herbicide fot the Control of Annual Grasses and Broadleaf Weeds in Non-Residental Non-Crop Areas, Railroad and Rail Yards, Managed Roadsides, Fence Rows, Utilities, Hardscapes, Industrial, Municipal, and Government Sites. RED RIVER SPECIALTIES EA 3,168.00$ Herbicides:Post Emergent:Non selective Liquid A selective aquatic herbicide that controls water Milfoil, Bladderwort, Coontail and others. Water use for drinking and irrigation is restricted after application. SEPRO CORPORATION BG 280.29$ Pond Management:Weed and Algae Control For control of bacterial and fungal diseases of foliage, flowers and stems on ornamentals in greenhouses, shadehouses, outdoor nurseries, and outdoor landscape plantings. For ornamental crops in dormancy, apply as a thorough cover spray at rates ranging from 1.5 to 5 lbs per acre. When new growth is present, apply as a thorough cover spray at rates ranging from 1.5 to 2 lbs per acre. Begin application at first sign of disease and repeat at 7 to 14 day intervals. For ball moss/lichen control- use 9-12# in 100 gallons with non-ionic surfactant. Use 1.5 gallons of spray per foot of tree height. Thoroughly wet the moss. Use caution around metal roofs, lawn furniture, and vehicles. SEPRO CORPORATION EA 37.60$ Fungicide and Algaecide:WP For edging and banding applications to control growth and reduce trimming requirements of perennial, warm, and cool season turfgrass species. Do not apply to turf used for livestock production. Applications should be made to turfgrass actively growing. Turf growth regulator application rate: 20-80 oz/A Active Ingredients: Flurprimidol...13.26%, Trinexapac- ethyl...5.0% EPA Reg. No.:67690-46 SEPRO CORPORATION EA 96.21$ Professional Turf:Plant Growth Regulators Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies AI: 0.33% flurprimidol. Cutless is a foliar applied and root absorbed turf growth regulator that reduces internode elongation of a broad range of both monocotyledonous and dicotyledonous plants. It has demonstrated desirable growth regulation of plants requiring routine mowing, pruning or edging as well as those subject to lodging, without phytotoxic effects. SEPRO CORPORATION BG 287.58$ Professional Turf:Plant Growth Regulators Improves water clarity and reduces phosphorus levels. Controls algae along shorelines, docks, beaches, boat launches, and fishing areas. Easy to apply as granules or dissolve in application tank and surface spray. No drinking, swimming, irrigation or fishing restrictions. SEPRO CORPORATION BG 112.78$ Herbicides:Aquatic SeClear is for use in aquatic sites including: ponds, lakes, reservoirs, rivers, streams, irrigation and drainage canals, laterals, and ditches; including potable water sources. Intended for commercial use only. SeClear Algaecide is effective in controlling a broad range of green and blue-green (cyanobacteria) algae, including filamentous, planktonic and macrophytic. SeClear Algaecide can improve water quality by: decreasing phosphorus concentrations from the water column through binding and precipitation of dissolved phosphorus; and aiding in the binding and precipitation of suspended solids, thereby reducing turbidity and unwanted coloration. SEPRO CORPORATION EA 41.88$ Herbicides:Aquatic Cutless Shrub and Tree Sculptor (Cutless STS) is the strongest granular growth regulator available, giving it the ability to regulate those tough-to-manage large shrubs/hedges and small trees. Trimming large plants are the most expensive and dangerous. Cutless STS reduces the need to trim up to 70% for an entire year (or more) with one application. SEPRO CORPORATION EA 174.84$ Professional Turf:Plant Growth Regulators Cutless QuickStop is a foliar landscape plant growth regulator that reduces trimming requirements 30-70% and improves aesthetic appeal of landscapes. Additionally, treated plants will demonstrate darker green foliage. Cutless QuickStop saves labor and beautifies landscapes. SEPRO CORPORATION EA 201.70$ Professional Turf:Plant Growth Regulators Junction is a unique combination of two chemistries combined to create a broad-spectrum fungicide/bactericide. Junction, a high-quality WSP formulation proving a convenient solution to disease control in a wide array of greenhouse nursery crops, sod farms, golf courses and for professional application to industrial and municipal turf. Not for home owner use. SEPRO CORPORATION EA 125.12$ Fungicide and Algaecide:WP Junction DF is a new, highly-soluble formulation for ornamental and turf use. It provides broad-spectrum control of many foliar diseases. SEPRO CORPORATION EA 111.54$ Fungicide and Algaecide:WDG Clearcast effectively controls floating, emergent and shoreline weed species, including Cattails and Phragmites, while allowing desirable plants to colonize. Control the entire plant, including the root system. Clearcast carries minimal irrigation restrictions allowing Clearcast to be applied in a large variety of aquatic environments, including golf course ponds. AI: Ammonium salt of imazamox 2...12.1% SEPRO CORPORATION EA 112.49$ Herbicides:Aquatic AI: 3.79% Fluridone. SePRO Sonar RTU Auatic Weed Herbicide is a specially formulated aquatic herbicide that s designed to help control troublesome weeds in ponds. This Ready-To-Use liquid formula contains Fluridone which is very effective in controlling unwanted aquatic vegetation including duckweeds. It s very easy to use, simply pour it directly into the water from the shoreline without the need for boat or spray equipment and it also doesn t require any mixing. There are NO fishing, swimming, livestock and pet consumption restrictions for Sonar RTU. SEPRO CORPORATION EA 110.61$ Herbicides:Aquatic Delivers Sonar's active ingredient on a fast-releasing, easy to use pellet, allowing more accurate placement and targereted contact with undesired plants. Rapid pellet expansion allows the product to remain buoyant on sandy or firm bottoms, avoiding complications from organic tie-up. SEPRO CORPORATION EA 422.11$ Herbicides:Aquatic Captain XTR Aquatic Algaecide is the best available technology for the control of all types of algae. Captain XTR is optimized to increase the penetration of copper (INFUSION) into algae cells and enhance efficacy. This formulation feature is especially impactful when targeting tough to control mat forming, colonial and mucilaginous species. SEPRO CORPORATION EA 104.63$ Herbicides:Algaecides Ideal for control of submersed, emersed, and floating plants in and around ponds, lakes, reservoirs, non-irrigation canals, ditches, marshes and wetlands. Renovate provides rapid, systemic control of susceptible plants. SEPRO CORPORATION EA 58.21$ Herbicides:Aquatic Active ingredient Fluridone: 5.0% is selective systemic aquatic management of aquatic vegetation in fresh water ponds, lakes, reservoirs, drainage canlas, irrigation canals, and rivers. Absorbed from water by plant shoots and from hydrosoil by the roots of aquatic vascular plants. Symptoms of SonarOne appear in 7-10 days and appear as white (chlorotic)or pink growing points. SEPRO CORPORATION EA 687.80$ Herbicides:Aquatic AI: 0.33% flurprimidol. Cutless is a foliar applied and root absorbed turf growth regulator that reduces internode elongation of a broad range of both monocotyledonous and dicotyledonous plants. It has demonstrated desirable growth regulation of plants requiring routine mowing, pruning or edging as well as those subject to lodging, without phytotoxic effects. SEPRO CORPORATION EA 174.86$ Professional Turf:Plant Growth Regulators AI: 8.0% copper as elemental. K-Tea algaecide is the best choice for eliminating standing or slow-moving water of unsightly and troublesome planktonic and filamentous algae. K-Tea offers minimum restrictions for its use on a broad spectrum of algae. SEPRO CORPORATION EA 90.32$ Fungicides and Algaecides:Liquid Active Ingredient is Buprofezin-70.0% It is effective against the nymph stages of whitefly, scales, psylla, mealybugs, planthoppers, and leafhoppers by inhibiting chitin biosynthesis, suppressing oviposition of adults, and reducing viability of eggs. Treated susceptible pests may remain alive on the plant for 3-7 days, but feeding damage during this time is typically very low. Talus 70DF is not disruptive to beneficial insects and mites. SEPRO CORPORATION EA 349.20$ Insecticides:Water Soluble Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies For organic production. Active ingredient is Copper Octanoate-10.0%. Directions for use on Ornamentals- Camelot O can be used for controlling deseases on ornamentals grown under field conditions, in nurseries, greenhouses, interior landscapes and other sites. For control of these deseases on plants grown on a large scale, mix 0.5 to 2.0 gallons in 100 gallons of water, and apply to 1 acre. For plants grown on a small scale, mix .05 to 2.0 fluid ounces in 1 gallon of water, and spray all plant surfaces thoroughly. When necessary, repeat sprays every 7 to 10 days. Directions for use on Turf- Camelot O is suitable for controlling diseases of turf in golf courses, turf farms, home lawns and other sites. SEPRO CORPORATION EA 121.51$ Fungicide and Algaecide:Liquid AI: 5.0% tert-butyl. Immediately after an application, Akari 's unique "stop-feeding action" not only stops further damage to your plants, but also halts the laying of eggs. So you have peace of mind that the mites are not eating further into precious profits while they die in 4 to 7 days. Provides residual action of 21-28 days. With an EPA reduced-risk classification, excellent plant safety, a 12 hour REI, and activity gentle to beneficial insects. SEPRO CORPORATION EA 140.43$ Insecticides:Liquid AI: 50.0% fenhexamid. Decree fungicide is the new standard for Botrytis. 12-hour REI allows for Botrytis control in propagation and at retail, while 7-14 day residual control gives growers the best value per application. "Reduced-Risk" classification means Decree is safe and easy for all employees to apply. Decree can be applied to flowers in bloom and poinsettias in full color with little detectable residue and no phytotoxicity. SEPRO CORPORATION EA 294.87$ Fungicide and Algaecide:WDG AI: 84.4% piperalin. The industry standard for fast, reliable control of powdery mildew for greenhouse ornamentals... Pipron is a contact fungicide, which provides excellent eradication activity on powdery mildew. A proven product that has been utilized effectively in the cut rose market for over 20 years, Pipron is fast acting, reliable, and non-phytotoxic to most species. Pipron boasts a visible mildew kill the same day as it is used, but has no residual activity. SEPRO CORPORATION EA 472.22$ Fungicide and Algaecide:Liquid AI: 41.7% fluridone. Sonar A.S. is available for immediate uptake into the target plants. Sonar A.S. provides the most efficient concentration level and is the ideal choice in waterbodies with minimal water flow and when targeting strands of emersed vegetation. SEPRO CORPORATION EA 992.46$ Herbicides:Aquatic AI: 0.0264 ancymidol. A-Rest is a plant growth regulator which is used on container grown bedding plants, flowers and foliage plants. A-Rest produces a plant that is more compact by inhibiting gibberellin biosynthesis, which results in shorter stem length. A-rest helps growers produce high quality plants that are more compact, uniform in height, darker in color, more able to withstand shipping, require less water... and best of all, plants that are more attractive to the consumer. SEPRO CORPORATION EA 84.46$ Professional Grower:Plant Growth Regulators For use in nurseries and ornamental plantings; sodfarms; Christmas trees; and established ornamental turf. AI: Pyraflufen ethyl 2%. Rapid kill. Results are evident within 24-48 hours of application. Soil half-life of less than one day. Octane can be tank-mixed with any broadleaf herbicide to boost its performance. Rainfast in only one hour. Cool season turfgrasses (creeping bentgrass, Kentucky bluegrass, Rough bluegrass, tall fescue, perennial ryegrass.) Warm season turfgrasses (common and hybrid bermudagrass, centipedegrass, St. Augustinegrass, zoysiagrass.) SEPRO CORPORATION EA 77.44$ Herbicides:Post Emergent:Selective Liquid Coastal Herbicide is a comprehensive herbicide with pre and post-emergent control. Safe for use on all 4 major warm season turf grass varieties controlling crabgrass and Poa annua. An excellent resistance management tool. PROKOZ, INC EA 363.72$ Herbicides:Post Emergent:Selective Liquid Vessel is a broad spectrum postemergent broadleaf herbicide containing Trimec developed for use by turf management professionals. Vessel can be used on cool-season and warm-season turf grasses including, Kentucky bluegrass, perennial ryegrass, fescue, creeping bentgrass, common bermudagrass, hybrid bermudagrass, bahiagrass, zoysiagrass, and St. Augustinegrass. PROKOZ, INC DM 1,484.29$ Herbicides:Post Emergent:Selective Liquid A highly yielding annual legume that is high in protein, calcium and phosperous which aids in antler development. 20 lbs per acre. BARENBRUG USA-MKTNG DIVIS EA 50.44$ Wildlife:Seed For an establishment of an aggressive, dense Bermudagrass turf where a low growing fine textured appearance is desired. Excellent for lawns, parks, golf courses (fairways, tees, and roughs), and sports turf. Outstanding overall turf performance. Excellent drought tolerance. Tolerates low mowing. Early spring green up. Medium fine texture with dark green color. BARENBRUG USA-MKTNG DIVIS EA 8.50$ Lawn Seed:Turf Type Bermuda For an establishment of an aggressive, dense Bermudagrass turf where a low growing fine textured appearance is desired. Excellent for lawns, parks, golf courses (fairways, tees, and roughs), and sports turf. Outstanding overall turf performance. Excellent drought tolerance. Tolerates low mowing. Early spring green up. Medium fine texture with dark green color. BARENBRUG USA-MKTNG DIVIS EA 41.78$ Lawn Seed:Turf Type Bermuda For an establishment of an aggressive, dense Bermudagrass turf where a low growing fine textured appearance is desired. Excellent for lawns, parks, golf courses (fairways, tees, and roughs), and sports turf. Outstanding overall turf performance. Excellent drought tolerance. Tolerates low mowing. Early spring green up. Medium fine texture with dark green color. BARENBRUG USA-MKTNG DIVIS BG 202.15$ Lawn Seed:Turf Type Bermuda Non GMO. Some of the ingredients have shown to increase Omega-3 fatty acids in eggs. Developed for free range chickens but can also be used for other backyard game birds, goats and sheep. BARENBRUG USA-MKTNG DIVIS EA 6.61$ Livestock Supplies:Poultry Supplies Contains a wide variety of seed species, it wil grow into a smorgasbord of greens for your small animals to forage on. Ideal for chickens, game birds, goats and sheep. Plant in a plot of soil in your yard, fenced pasture or in trays. 7-14 days for full germination. BARENBRUG USA-MKTNG DIVIS EA 6.61$ Livestock Supplies:Poultry Supplies Product Desciption Manufacturer Name UOM Discount Price Vendor Category Exhibit 2 File 7910 - Price Sheet for Turf Grass Seeds, Tools and Landscape Supplies For the control of most kinds of unwanted trees and brush, as well as annual and perennial broadleaf weeds on rangeland, permanent grass pastures, conservation reserve program (CRP) acres, fence rows, non-irrigation ditchbanks, roadsides, other non-crop areas and industrial sites. Low Volatile Weed and Brush Herbicide MFA INCORPORATED EA 125.45$ Herbicides:Forage Herbicide For the control of most kinds of unwanted trees and brush, as well as annual and perennial broadleaf weeds on rangeland, permanent grass pastures, conservation reserve program (CRP) acres, fence rows, non-irrigation ditchbanks, roadsides, other non-crop areas and industrial sites. Low Volatile Weed and Brush MFA INCORPORATED EA 52.07$ Herbicides:Forage Herbicide For control of certain grasses and broadleaf weeds in certain agricultural crops and established Bermudagrass turf.MFA INCORPORATED EA 183.33$ Herbicides:Post Emergent:Selective Liquid Nematode Suppression/Control. Quillaja Extract ?8% Chitosan ?2%. 1-2 pints per acre. See label for mixing instructions.ORGANISAN COPORATION EA 500.00$ Insecticides:Liquid ORDINANCE NO. ___________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH BWI COMPANIES, INC., THROUGH THE BUY BOARD COOPERATIVE PURCHASING NETWORK CONTRACT # 611-20, FOR THE PURCHASE OF RYEGRASS SEED, SPECIALTY LANDSCAPE, TURF, AND GROWER SUPPLIES FOR THE PARKS AND RECREATION, DRAINAGE, AND STREETS DEPARTMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (FILE 7910 AWARDED TO BWI COMPANIES, INC., FOR ONE (1) YEAR, WITH THE OPTION FOR TWO (2) ADDITIONAL ONE (1) YEAR EXTENSIONS, IN THE TOTAL THREE (3) YEAR NOT-TO-EXCEED AMOUNT OF $200,000.00). WHEREAS, pursuant to Ordinance 2005-034, the Buy Board Cooperative Purchasing Network has solicited, received, and tabulated competitive bids for the purchase of necessary materials, equipment, supplies, or services in accordance with the procedures of state law on behalf of the City of Denton; and WHEREAS, the City Manager, or a designated employee, has reviewed and recommended that the herein described materials, equipment, supplies, or services can be purchased by the City through the Buy Board Cooperative Purchasing Network programs at less cost than the City would expend if bidding these items individually; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. nd on file in office of the Purchasing Agent, are hereby accepted and approved as being the lowest responsible bids for such items: FILE NUMBER VENDOR AMOUNT 7910 BWI Companies, Inc. $200,000.00 SECTION 2. By the acceptance and approval of the items set forth in the referenced file number, the City accepts the offer of the persons submitting the bids to the Buy Board Cooperative Purchasing Network for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, conditions, specifications, standards, quantities, and for the specified sums contained in the bid documents and related documents filed with the Buy Board Cooperative Purchasing Network and the purchase orders issued by the City. SECTION 3. Should the City and persons submitting approved and accepted items set forth in the referenced file number wish to enter into a formal written agreement as a result of the ids awarded by the Buy Board Cooperative Purchasing Network, the City Manager, or their designated representative, is hereby authorized to execute the written contract which shall be referenced herein; provided that the written contract is in accordance with the terms, conditions, specifications, and standards contained in the Proposal submitted to the Buy Board Cooperative Purchasing Network, and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or their designee. SECTION 5. By the acceptance and approval of the items set forth in the referenced file number, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approval purchase orders or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________.This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: ________________________________ City of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 22-092,Version:1 AGENDA CAPTION Consider adoption of an ordinance of the City of Denton,a Texas home-rule municipal corporation,authorizing the approval of a second amendment to a contract between the City of Denton and Maintaining the Common Ground,LLC,amending the contract approved by City Council on July 17,2018,in the not-to-exceed amount of $575,000.00;amended by Amendment 1 approved by Purchasing;said second amendment to provide mowing and maintenance services for the Parks and Recreation Department;providing for the expenditure of funds therefor;and providing an effective date (File 6627 -providing for an additional second amendment expenditure amount not-to-exceed $56,135.00, with the total contract amount not-to-exceed $680,135.00). City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: January 11, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the approval of a second amendment to a contract between the City of Denton and Maintaining the Common Ground, LLC, amending the contract approved by City Council on July 17, 2018, in the not- to-exceed amount of $575,000.00; amended by Amendment 1 approved by Purchasing; said second amendment to provide mowing and maintenance services for the Parks and Recreation Department; providing for the expenditure of funds therefor; and providing an effective date (File 6627 – providing for an additional second amendment expenditure amount not-to-exceed $56,135.00, with the total contract amount not-to-exceed $680,135.00). INFORMATION/BACKGROUND The proposed amendment will add additional funds necessary to pay the remaining invoices due for services through the term of the contract ending January 15, 2022. Maintaining the Common Ground (MET) was not awarded any portions of the new contract, so this one-time request will be considered final payments for their services. The work performed by MET Lawn Care has been critical to maintaining the aesthetics of City property and in keeping the City compliant with Community Improvement standards. On August 5, 2021, an amendment was executed to add an additional $49,000 to the contract for mowing and maintenance services. Then on July 14, 2021, the contract was extended for six months to coincide with the start of the new City-wide mowing contract (RFP 7788), expected to begin at that time. PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On July 17, 2018, City Council approved a contract with Maintaining the Common Ground, LLC, in the not-to-exceed amount of $575,000 (Ordinance 18-1066). RECOMMENDATION Award Amendment No. 2 with Maintaining the Common Ground, LLC, to provide mowing and maintenance services for the Parks and Recreation Department, in a not-to-exceed amount of $56,135, for a total amended contract amount of $680,135. PRINCIPAL PLACE OF BUSINESS Maintaining the Common Ground, LLC Denton, TX City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com ESTIMATED SCHEDULE OF PROJECT This contract will expire on January 16, 2022. FISCAL INFORMATION These services will be funded from Parks and Recreation Operating Funds. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Original Ordinance and Contract Exhibit 3: Amendment 1 Exhibit 4: LLC Members Exhibit 5: Ordinance and Amendment 2 Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Marshall McGee, 940-349-8430. Legal point of contact: Marcella Lunn at 940-349-8333. i •# r R - i '" r r • . r• ` `` . r c ` . . ; . , R * '., R * .'.. # .'.: . • : . ' . . . . , . L, 1. : . . . . , `. . .,.. '. 1 1 . • ', , .. . 1 ...... ... ..' . ',,. ! . * .. ' ...... # ... 1. ...... . '. . . ' 1 / . / / . • 1. ,.. 1 '.. , ...... ........ : , ',. I 1 •: . . # ..... ,. ' ' ,. .' . . . . .. ,. 1 . / / . • l. . . . 1 ', . . * .,... ' .. * ........ , ,,,. . 1 ::: . .' . 1. 1 .,. . !. . , ' . , . .. ' . 1. . . 1 ....... ! .... ,,,, # / . '., , * , * ........ * •:. *. 1 1. • ....... .... . .. .. 1 / ,' / • '. , . . WHEREAS, the City has solicited, received, and evaluated competitive sealed proposals for mowing services and maintenance for various Park lacations, Fire Stations, DME Substations, Water Reclamation, Facilities Management, Beneficial Reuse, and Airport in accordance with the procedures of State law and City ordinances; and r . . - - * . . ,;-• - •- r - - - . . w . w-• - - . r r a - . • • •'- - R w:'. • " .f''R• .'' w •'; 1 ' • . ' '!: t ........ # . ! * ;. . 1 l ':. . .'. .: 1 ' • '. • #, .... '. , .. . .. ,. .. r s:.'# # '. cansidering the relative impartance of price and the other evaluation factors included in the request far proposals. C '' #; T r t, . . ' .r- , . . i i . i • 6627 15-40, 192, 193 6627 44-46, 197-210 6627 9-14, 70-93 Greener Pastures Landscape, LLC Maintaining the Common Ground, LLC Weldon's Lawn and Tree, LLC Rene Saldivar dba Firehouse22 Lawn/Landscape 11 111 111 1 111 SECTION 2. By the acceptance and approval ofthe above numbered items afthe submitted proposals, the City accepts the offer of the persons submitting the propasals for such items, and agrees to purchase the materials, equipment, supplies ar services in accordance with the terms, specifications, standards, quantities, and far the specified sums contained in the Propasal Invitations, Proposals, and related documents. SECTION 3. Should the City and person submitting approved and accepted items and ofthe submitted propasals wish to enter into a formal written agreement as a result af the acceptance, appraval, and awarding ofthe propasals, the City Manager or his designated representative is hereby authorized to execute the written cantract; provided that the written contract is in accordance with the terms, conditions, specificatians, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. This will be 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. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the autharity to take any actions that may be required or permitted to be perfarmed by the City of Denton under RFP 6627 to the City Manager af the City of Denton, Texas, or his designee. SECTIONmmS. By the acceptance and approval of the above enumerated proposals, the City Cauncil hereby autharizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION ,6. This ordinance shall become effective immediately upon its passage and approval. a I"i II"11("C 'IVJs1:'e IT1 1 t(: OC.ll irl1 " " ' 0. .. " " ..` .,., alll: 1":e 1,a wz : °°c tN. ., b secand,:l . ,... ti w x: , x ci ,.rr~r c:r:11;v M, following vote [ J - ; i a Nay Abstain Absent Mayor Chris Watts: Gerard Hudspeth, District 1: Keely G. Briggs, District 2: _ 'r _ Don Duff, District 3: °` John Ryan, District 4: '' Deb Armintor, At Large Place 5: t' Paul Meltzer, At Large Place 6: v PASSED AND APPROVED this the da of "' ' „ 2018. Y ... ......... ......................................A. MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: .. . . ..:. ', r' , ' *. APPROVED AS TO LEGAL FORM; AARON LEAL, CITY ATTORNEY BY: C /17'. Docusign City Council Transmittal Coversheet File Name Purchasing Contact PUB Target Date City Council Target Date Contract Value Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538   %+!$!$($$&*!' '  !$(!$( %##%$&%)$ %,%&    )",    Contract # 6627 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND MAINTAINING THE COMMON GROUND, LLC (CONTRACT 6627) THIS CONTRACT is made and entered into this date ______________________, by and between Maintaining the Common Ground, LLC, whose address is P.O. Box 1152, hereinafter referred to as "Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or 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 and/or services in accordance with the City’s document RFP 6627-Mowing & Maintenance Services, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 6627 (Exhibit “B” on File at the Office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Insurance Requirements (Exhibit “D”); (e) Certificate of Interested Parties Electronic Filing (Exhibit "E"); (f) Contractor’s Proposal (Exhibit "F"); (g) House Bill 89 Verification (Exhibit “G”) (h) Senate Bill 252 Certification (Exhibit “H”) (i) Form CIQ – Conflict of Interest Questionnaire (Exhibit "I"); 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.” The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538   Contract # 6627 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CONTRACTOR BY: ______________________________ AUTHORIZED SIGNATURE Date: _______________________________ Name: ______________________________ Title: _______________________________ ___________________________________ PHONE NUMBER ___________________________________ EMAIL ADDRESS 2018-367963 TEXAS ETHICS COMMISSION CERTIFICATE NUMBER CITY OF DENTON, TEXAS ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: TODD HILEMAN CITY MANAGER BY: __________________________________ Date: APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY BY: __________________________________ DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538            Contract # 6627 Exhibit A Special Terms and Conditions 1. Total Contract Amount The contract total for services shall not exceed $575,000. Pricing shall be per Exhibit F attached. 2. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional two (2) one-year periods. The contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date. 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. 3. Price Escalation and De-escalation The City will implement an escalation/de-escalation price adjustment annually. The escalation/de- escalation will be based upon manufacturer published pricing sheets to the vendor. The price will be increased or decreased based upon the annually percentage change in the manufacturer’s price list. The price adjustment will be determined annually from the award date. Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the published price change. It is the supplier or the Cities responsibility to request a price adjustment annually in writing. If no request is made, then it will be assumed that the bid price will be in effect. 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. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 Exhibit C Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: 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. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 13. PAMENT: 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 the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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. 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 DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 standard as required by the City, then in addition to any other available remedy, the City may DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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. 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 DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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, DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR’S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 interests throughout the world in and to the deliverables. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 shall be resolved in the courts of Denton County, Texas and the parties agree to submit DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 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. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 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 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 DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on- site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply 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. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order 5. Supplier terms and conditions DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 Exhibit D INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: x Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better. x Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. x Liability policies shall be endorsed to provide the following: ƒ Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. ƒ That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. ƒ Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers. x Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 x Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. x Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. x Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: x Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. x Coverage B shall include personal injury. x Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: x Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. x Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: x any auto, or x all owned hired and non-owned autos. [X] Workers’ Compensation Insurance Contractor shall purchase and maintain Workers’ Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers’ Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an “occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger’s Liability. Said coverage may be provided by a Rigger’s Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger’s Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 ATTACHMENT 1 [X] Workers’ Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 Contract # 6627 Exhibit E Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/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. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 RFP 6627 - Pricing Sheet for Mowing & Maintenance Services Respondent's Business Name:M.E.T. Lawn Care Principal Place of Business (City and State)Denton, TX Item #Classification Cycles Acreage Product Description Unit Price 15 B 20 15.7 AVONDALE PARK $500.00 16 B 20 11.46 BOWLING GREEN PARK $200.00 17 B 20 5.84 CARL YOUNG PARK $200.00 18 B 20 0.69 CROSS TIMBERS PARK/MONTECITO POND $55.00 19 B 20 4.16 CROSS TIMBERS PARK-NORTH $200.00 20 B 20 14.76 CROSS TIMBERS PARK-SOUTH $460.00 21 B 20 9.42 DENIA PARK 2 $285.00 22 B 20 2.7 ERNEST DALLAS PARK $175.00 23 B 20 4.1 EVERS PARK (BOY SCOUT)$175.00 24 B 20 4.07 FRED MOORE PARK (South of Creek)$300.00 25 B 20 8.81 LAKE FOREST PARK $590.00 26 B 20 5.07 MACK PARK-NORTH $200.00 27 B 20 4.66 MACK PARK-SOUTH $200.00 28 B 20 14.58 McKENNA PARK $500.00 29 B 20 1.69 MILAM PARK $100.00 30 B 20 7.37 NETTIE SCHULTZ PARK $255.00 31 B 20 1.11 NORTH LAKES-ANNEX $70.00 32 B 20 4.57 NORTH LAKES-DISC GOLF $250.00 33 B 20 1.11 NORTH LAKES-SOCCER ENTRANCE $140.00 34 B 20 6.12 NORTH LAKES RUGBY $140.00 35 B 20 11.92 NORTH LAKES-PLAYGROUND AREA $440.00 36 B 20 3.68 NORTH POINTE PARK 1 $175.00 37 B 20 0.28 OWSLEY PARK $70.00 38 B 20 5.3 SEQUOIA PARK $155.00 39 A 32 8.39 WHEELER RIDGE PARK $400.00 40 B 20 0.32 CARTER PARK $70.00 192 B 20 41.70 South Lakes Park 1 $1,470.00 193 A 32 22.37 South Lakes Park 2 $775.00 K. SOUTH LAKES PARK C. PARKS & RECREATION - PARKS (CLASS B) Exhibit F DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538 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. “Boycott Israel” means refusing to deal with, terminating business activities 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. “Company” means a for-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: CB15123D-246F-4587-95FB-97D0161A5538               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 Organization, I will immediately notify the City of Denton’s Materials Management Department. ___________________________________ Name of Company Representative (Print) ________________________________ Signature of Company Representative _________________________________ Date DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538               Exhibit CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date DocuSign Envelope ID: CB15123D-246F-4587-95FB-97D0161A5538      Certificate Of Completion Envelope Id: CB15123D246F458795FB97D0161A5538 Status: Completed Subject: Please DocuSign: City Council Contract 6627-Maintaining the Common Ground LLC Source Envelope: Document Pages: 35 Signatures: 7 Envelope Originator: Certificate Pages: 6 Initials: 0 Jody Word AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 901B Texas Street Denton, TX 76209 jody.word@cityofdenton.com IP Address: 129.120.6.150 Record Tracking Status: Original 7/10/2018 8:46:46 AM Holder: Jody Word jody.word@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Jody Word jody.word@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 129.120.6.150 Sent: 7/10/2018 8:49:23 AM Viewed: 7/10/2018 8:49:51 AM Signed: 7/10/2018 8:51:36 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Aaron Campbell aaron@metlawncare.com Owner Aaron Campbell Security Level: Email, Account Authentication (None) Using IP Address: 47.184.124.86 Sent: 7/10/2018 8:51:38 AM Viewed: 7/10/2018 9:09:20 AM Signed: 7/10/2018 9:10:22 AM Electronic Record and Signature Disclosure: Accepted: 7/10/2018 9:09:20 AM ID: 10930897-5bf8-4136-ac8a-c1393d745d8a Larry Collister larry.collister@cityofdenton.com First Assistant City Attorney City of Denton Security Level: Email, Account Authentication (None) Using IP Address: 129.120.6.150 Sent: 7/10/2018 9:10:26 AM Viewed: 7/10/2018 12:02:07 PM Signed: 7/10/2018 12:02:15 PM Electronic Record and Signature Disclosure: Accepted: 9/26/2017 12:27:28 PM ID: 01f5f868-f109-4e29-ad49-21db9046c882 Tabitha Millsop tabitha.millsop@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 129.120.6.150 Sent: 7/10/2018 12:02:19 PM Viewed: 7/18/2018 2:35:43 PM Signed: 7/18/2018 2:36:05 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Signer Events Signature Timestamp Todd Hileman Todd.Hileman@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (None) Using IP Address: 129.120.6.150 Sent: 7/18/2018 2:36:12 PM Viewed: 7/18/2018 3:17:42 PM Signed: 7/18/2018 3:17:51 PM Electronic Record and Signature Disclosure: Accepted: 7/25/2017 9:02:14 AM ID: 57619fbf-2aec-4b1f-805d-6bd7d9966f21 Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Using IP Address: 129.120.6.150 Sent: 7/18/2018 3:17:55 PM Viewed: 7/19/2018 7:54:27 AM Signed: 7/19/2018 7:54:39 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Ierson Signer Events Signature Timestamp Editor DeliverI Events Status Timestamp Igent DeliverI Events Status Timestamp IntermediarI DeliverI Events Status Timestamp Certified DeliverI Events Status Timestamp CarIon CopI Events Status Timestamp Sherri Thurman sherri.thurman@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Sent: 7/10/2018 9:10:25 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Jennifer Walters jennifer.walters@cityofdenton.com City Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 7/18/2018 2:36:10 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Jennifer Bridges jennifer.bridges@cityofdenton.com Procurement Assistant City of Denton Security Level: Email, Account Authentication (None) Sent: 7/19/2018 7:54:43 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign CarIon CopI Events Status Timestamp Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 7/19/2018 7:54:44 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Russell Koch Russell.Koch@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 7/19/2018 7:54:45 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign IotarI Events Signature Timestamp Envelope SummarI Events Status Timestamps Envelope Sent Hashed/Encrypted 7/19/2018 7:54:45 AM Certified Delivered Security Checked 7/19/2018 7:54:45 AM Signing Complete Security Checked 7/19/2018 7:54:45 AM Completed Security Checked 7/19/2018 7:54:45 AM IaIment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. %#! !#  %&#$!$&##%!      #%$#%!  #!  "##' !$%#! 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. 1 THE STATE OF TEXAS § § COUNTY OF DENTON § FIRST AMENDMENT TO CONTRACT BY AND BETWEEN THE CITY OF DENTON, TEXAS AND MAINTAINING THE COMMON GROUND, LLC 6627 THIS FIRST AMENDMENT TO CONTRACT 6627 (this “Amendment”) by and between the City of Denton, Texas (“City”) and Common Ground, LLC (“Contractor”) to that certain contract executed on July 17, 2018, in the original not-to-exceed amount of $575,000 (the “Agreement”); for services related to mowing & maintenance services. WHEREAS, the City deems it necessary to further expand the services provided by Contractor to the City pursuant to the terms of the Agreement, and to provide an additional not-to-exceed amount $49,000 with this First Amendment for an aggregate not-to-exceed amount of $624,000; and WHEREAS, the City deems it necessary to further expand the goods/services provided by Contractor to the City; and WHEREAS, the original not-to-exceed amount may not be increased by more than 25.0% as provided in Texas Local Government Code Sec. 252.048; and NOW THEREFORE, the City and Contractor (hereafter collectively referred to as the “Parties”), in consideration of their mutual promises and covenants, as well as for other good and valuable considerations, do hereby AGREE to the following First Amendment, which amends the following terms and conditions of the said Agreement, to wit: 1. This Amendment modifies the Agreement amount to provide an additional $49,000 for additional services and materials to be provided in accordance with the terms of the Agreement with a revised aggregate not-to-exceed total of $624,000. The Parties hereto agree, that except as specifically provided for by this Amendment, that all of the terms, covenants, conditions, agreements, rights, responsibilities, and obligations of the Parties, set forth in the Agreement remain in full force and effect. IN WITNESS WHEREOF, the City and the Contractor, have each executed this Amendment, by and through their respective duly authorized representatives and officers on this date_______________________________________. DocuSign Envelope ID: 3A3EE47B-F214-459C-9415-5FDDD7ADAEAA 8/5/2021 2 “CONTRACTOR” Maintaining the Common Ground, LLC. By: _____________________________ AUTHORIZED SIGNATURE, TITLE “CITY” CITY OF DENTON, TEXAS A Texas Municipal Corporation By: _____________________________ DocuSign Envelope ID: 3A3EE47B-F214-459C-9415-5FDDD7ADAEAA ORDINANCE NO. __________ AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE APPROVAL OF A SECOND AMENDMENT TO A CONTRACT BETWEEN THE CITY OF DENTON AND MAINTAINING THE COMMON GROUND, LLC, AMENDING THE CONTRACT APPROVED BY CITY COUNCIL ON JULY 17, 2018, IN THE NOT-TO-EXCEED AMOUNT OF $575,000.00; AMENDED BY AMENDMENT 1 APPROVED BY PURCHASING; SAID SECOND AMENDMENT TO PROVIDE MOWING AND MAINTENANCE SERVICES FOR THE PARKS AND RECREATION DEPARTMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (FILE 6627 PROVIDING FOR AN ADDITIONAL SECOND AMENDMENT EXPENDITURE AMOUNT NOT-TO-EXCEED $56,135.00, WITH THE TOTAL CONTRACT AMOUNT NOT-TO-EXCEED $680,135.00). WHEREAS, on July 17, 2018, by Ordinance No. 18-1066, the City awarded a contract to Maintaining the Common Ground, LLC, in the amount of $575,000.00, to provide mowing and maintenance services for the Parks and Recreation Department; and WHEREAS, on August 5, 2021, Purchasing awarded a First Amendment to Maintaining the Common Ground, LLC, in the amount of $49,000.00, for additional mowing and maintenance services; and WHEREAS, the additional fees under the proposed Second Amendment are fair and reasonable and are consistent with, and not higher than, the recommended practices and fees , and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The Second Amendment, increasing the amount of the contract between the City and Maintaining the Common Ground, LLC, which is on file in the office of the Purchasing Agent, in the amount of Fifty-Six Thousand One Hundred Thirty-Five ($56,135.00) Dollars, is hereby approved and the expenditure of funds therefor is hereby authorized in accordance with said amendment which shall be attached hereto. The total contract amount increases to $680,135.00. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by __________________________ and seconded by _________________________________. This ordinance was passed and approved by the following vote [___ - ___]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ ______ Vicki Byrd, District 1: ______ ______ ______ ______ Brian Beck, District 2: ______ ______ ______ ______ Jesse Davis, District 3: ______ ______ ______ ______ Alison Maguire, District 4: ______ ______ ______ ______ Deb Armintor, At Large Place 5: ______ ______ ______ ______ Paul Meltzer, At Large Place 6: ______ ______ ______ ______ PASSED AND APPROVED this the _______ day of ___________________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _________________________________ Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: 7B6DE29D-C93D-48E3-B9E2-CC67D8D7287A Yes RFP Erica Garcia Mowing & Maintenance Services 6627 1 THE STATE OF TEXAS § § COUNTY OF DENTON § SECOND AMENDMENT TO CONTRACT BY AND BETWEEN THE CITY OF DENTON, TEXAS AND MAINTAINING THE COMMON GROUND, LLC 6627 THIS SECOND AMENDMENT TO CONTRACT 6627 (this “Amendment”) by and between the City of Denton, Texas (“City”) and Maintaining the Common Ground, LLC (“Contractor”) to that certain contract executed on July 17, 2018, in the original not- to-exceed amount of $575,000 (the “Original Agreement”); amended on August 5, 2021 in the additional amount of $49,000 aggregating a not-to-exceed amount of $624,000 (the “First Amendment”); (collectively, the Original Agreement and the First Amendment are the “Agreement”) for services related to mowing & maintenance services. WHEREAS, the City deems it necessary to further expand the services provided by Contractor to the City pursuant to the terms of the Agreement, and to provide an additional not-to-exceed amount $56,135 with this Amendment for an aggregate not-to-exceed amount of $680,135; and WHEREAS, the City deems it necessary to further expand the goods/services provided by Contractor to the City; and WHEREAS, the original not-to-exceed amount may not be increased by more than 25.0% as provided in Texas Local Government Code Sec. 252.048; and NOW THEREFORE, the City and Contractor (hereafter collectively referred to as the “Parties”), in consideration of their mutual promises and covenants, as well as for other good and valuable considerations, do hereby AGREE to the following Amendment, which amends the following terms and conditions of the said Agreement, to wit: 1. This Amendment modifies the Agreement amount to provide an additional $56,135 for additional services and materials to be provided in accordance with the terms of the Agreement with a revised aggregate not-to-exceed total of $680,135. The Parties hereto agree, that except as specifically provided for by this Amendment, that all of the terms, covenants, conditions, agreements, rights, responsibilities, and obligations of the Parties, set forth in the Agreement remain in full force and effect. IN WITNESS WHEREOF, the City and the Contractor, have each executed this Amendment, by and through their respective duly authorized representatives and officers on this date_______________________________________. DocuSign Envelope ID: 7B6DE29D-C93D-48E3-B9E2-CC67D8D7287A 2 “CONTRACTOR” Maintaining the Common Ground, LLC By: _____________________________ AUTHORIZED SIGNATURE, TITLE “CITY” CITY OF DENTON, TEXAS A Texas Municipal Corporation By: _____________________________ ATTEST: ROSA RIOS, CITY SECRETARY By: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY By: ___________________________________ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT DocuSign Envelope ID: 7B6DE29D-C93D-48E3-B9E2-CC67D8D7287A Director of Parks and Recreation Parks and Recreation Gary Packan Certificate Of Completion Envelope Id: 7B6DE29DC93D48E3B9E2CC67D8D7287A Status: Sent Subject: Please DocuSign: City Council Contract 6627 Amendment #2 Source Envelope: Document Pages: 3 Signatures: 3 Envelope Originator: Certificate Pages: 6 Initials: 1 Erica Garcia AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 erica.garcia@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 12/27/2021 3:55:45 PM Holder: Erica Garcia erica.garcia@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Erica Garcia erica.garcia@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 12/27/2021 4:04:46 PM Viewed: 12/27/2021 4:05:02 PM Signed: 12/27/2021 4:05:31 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/27/2021 4:05:33 PM Viewed: 12/27/2021 4:23:16 PM Signed: 12/27/2021 4:23:23 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Catherine Clifton, Interim City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/27/2021 4:23:25 PM Viewed: 12/27/2021 4:23:42 PM Signed: 12/27/2021 4:26:18 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Aaron Campbell aaron@metlawncare.com Owner Aaron Campbell Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 107.77.233.58 Signed using mobile Sent: 12/27/2021 4:26:20 PM Viewed: 12/27/2021 6:16:38 PM Signed: 12/27/2021 8:00:59 PM Electronic Record and Signature Disclosure: Accepted: 7/28/2021 3:29:44 PM ID: 253c6968-55f0-46b8-880e-571ce145819c Signer Events Signature Timestamp Gary Packan Gary.Packan@cityofdenton.com Director of Parks and Recreation Parks and Recreation Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 12/27/2021 8:01:01 PM Resent: 12/29/2021 8:53:05 AM Viewed: 12/29/2021 10:52:12 AM Signed: 12/29/2021 10:53:12 AM Electronic Record and Signature Disclosure: Accepted: 12/29/2021 10:52:12 AM ID: 7c812c05-7d7f-49c7-b0a8-f1ddb6c334e5 Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/29/2021 10:53:14 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 12/28/2021 2:42:27 PM ID: 0b3390f8-09ae-46ee-a62f-d0a63d0bd15c In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 12/27/2021 4:05:33 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 12/29/2021 10:53:14 AM Viewed: 12/29/2021 11:00:28 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Marshall McGee marshall.mcgee@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 8/26/2021 7:47:18 AM ID: 68609e18-6efb-4da3-8dfc-f1caf18e5574 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/27/2021 4:04:46 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Aaron Campbell, Gary Packan, Rosa Rios, Marshall McGee 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 of Denton Legislation Text City Hall 215 E. McKinney St. Denton, Texas 76201 www.cityofdenton.com File #:ID 21-2733,Version:1 AGENDA CAPTION Consider approval of a resolution of the City of Denton adopting the Americans with Disabilities Act Transition Plan; and declaring an effective date. City of Denton Printed on 1/7/2022Page 1 of 1 powered by Legistar™ City of Denton AGENDA INFORMATION SHEET DEPARTMENT: Parks & Recreation / Facilities Management CM: Sara Hensley, Interim City Manager DATE: January 11, 2022 SUBJECT Consider approval of a resolution of the City of Denton adopting the Americans with Disabilities Act transition plan; and declaring an effective date. BACKGROUND The City of Denton is committed to a city-wide ADA compliance. In September of 2018, the City contracted with Kimley Horn Associates Inc., for Phase I of the ADA Self-Evaluation and Transition Plan. Phase I included the review of sidewalks, corridors, curb ramps, pedestrian equipment at traffic signals, and pedestrian street crossings and was completed in 2019. Phase II of the ADA Transition Plan reviewed all City buildings and associated Park properties. This analysis included, but was not limited to, evaluations of accessible parking, path of travel to building entrances, and building interior elements for public areas; as well as accessible parking, all sidewalks/paths/trails within parks, and all amenities within parks (including restrooms, buildings, playgrounds, etc.) to assess their condition with respect to compliance with ADA requirements. This plan provides the City of Denton a list of improvements that are required to be completed to meet current standards along with projected cost and hierarchy of priorities. Staff provided updates on the project to the Committee on Persons with Disabilities on March 18, 2021, and November 18, 2021. In addition, an update was provided on July 12, 2021 and December 6, 2022to the Parks, Recreation and Beautification Board. Staff also presented the planned approach to the Planning and Zoning Committee on June 23, 2021. The ADA Transition Plan will be an integral component in the overall planning within Parks, Recreation and Trails Master Plan. In addition, this study is a requirement in the accreditation process in which the Parks and Recreation Department has been working to achieve. DISCUSSION Kimley Horn completed their field assessments on June 30, 2021 and completed a draft report for Phase II of the ADA Transition Plan. The report highlights areas of non-compliance, estimated cost and assigns priority to the items that should be addressed. Staff is reviewing the report and developing a plan over the next five to 10 years to complete the items based on priority and available funding. During this work session, staff will give an overview of the report findings. ESTIMATED SCHEDULE OF PROJECT • November 18, 2021 – Present final draft to Committee on Persons with Disabilities (Recommended to move forward with receiving plan adoption. Feedback included sidewalk, City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com detectable warning pavers, bus stop concerns, public access to individual reports, potential inflationary costs and the transition timeline. • December 6, 2021: Presented final draft to Parks, Recreation and Beautification Board (Approved 5-0) • January: Present plan to City Council for input and adoption. EXHIBITS Exhibit 1- Agenda Information Sheet Exhibit 2- Resolution Exhibit 3- Recommendations and Priorities Exhibit 4- Facility Maps Exhibit 5- ADA Transition Plan Exhibit 6- ADA Transition Plan Appendix Exhibit 7- Presentation Respectfully submitted: Gary Packan Director of Parks & Recreation -and- Scott Gray Director of Airport, Facilities and Real Estate Prepared by: Carin Zeman, Recreation Coordinator, Parks & Recreation Stuart Birdseye, Assistant to the City Manager RESOLUTION NO. ________________ A RESOLUTION OF THE CITY OF DENTON ADOPTING THE AMERICANS WITH DISABILITIES ACT TRANSITION PLAN; AND DECLARING AN EFFECTIVE DATE. WHEREAS, The American with Disabilities Act (ADA) prohibits discrimination in access to jobs, public accommodations, government services, public transportation, and telecommunications; and WHEREAS, Title II of the ADA requires all programs, services, and activities (PSAs) of public entities provide equal access for individuals with disabilities; and WHEREAS, The City of Denton has undertaken a comprehensive self-evaluation of its PSAs to determine the extent that individuals with disabilities may be restricted in their access and developed a transition plan; and WHEREAS, the ADA Transition Plan will serve as a guide to the path of compliance for City of Denton sidewalks, facilities, parks, trails and will provide possible solutions to remove programmatic barriers; and WHEREAS, the ADA Transition Plan will be used for the planning and implementation of necessary program and facility modifications over the next 30 years; and WHEREAS, the City Council deems it in the public’s best interest to adopt the ADA Transition Plan; NOW THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY RESOLVES: SECTION 1. The findings and recitation contained in the preamble of this Resolution are incorporated herein by reference. SECTION 2. The City of Denton ADA Transition Plan, which is attached hereto and made a part hereof, is hereby adopted as an official master plan of the City of Denton. SECTION 3. This Resolution shall be effective immediately upon its passage and approval. The motion to approve this resolution was made by __________________________ and seconded by _____________________________, the resolution was passed and approved by the following vote [____-____]: Aye Nay Abstain Absent Mayor Gerard Hudspeth: ______ ______ ______ _____ Vicki Byrd, District 1: ______ ______ ______ _____ Brian Beck, District 2: ______ ______ ______ _____ Jesse Davis, District 3: ______ ______ ______ _____ Alison Maguire, District 4: ______ ______ ______ _____ Deb Armintor, At Large Place 5: ______ ______ ______ _____ Paul Meltzer, At Large Place 6: ______ ______ ______ _____ PASSED AND APPROVED this the _________ day of ___________________, 2022. __________________________________ GERARD HUDSPETH, MAYOR ATTEST: ROSA RIOS, CITY SECRETARY BY: __________________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: __________________________________ City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Building, Park, and Trail Prioritization Factors Priority Criteria 1 (high) Grievance or severe access limitations 2 (high) • Element is more than twice the allowable requirement. No known complaint. • AND (for exterior conditions) location is near a hospital, school, transit stop, government building, or other pedestrian attractor. 3 (high) • Element is more than twice the allowable requirement. No known complaint. • AND (for exterior conditions) location is not near a hospital, school, transit stop, government building, or other pedestrian attractor. 4 (high) Issues with parking or exterior conditions (DOJ level 1) – moderately out of compliance 5 (medium) Issues with access to goods and services (DOJ level 2) – severely out of compliance 6 (medium) Issues with: • Access to goods and services (DOJ level 2) – moderately out of compliance; • Parking or exterior conditions (DOJ level 1) – minimally out of compliance; OR • Restrooms (DOJ level 3) – severely out of compliance 7 (medium) Issues with: • Access to goods and services (DOJ level 2) – minimally out of compliance; • Restrooms (DOJ level 3) – moderately out of compliance; OR • Drinking fountains or public phones (DOJ level 4 & 5) – severely out of compliance 8 (medium) Issues with drinking fountains or public phones (DOJ level 4 & 5) – moderately out of compliance 9 (low) Issues with restrooms (DOJ level 3) – minimally out of compliance 10 (low) Issues with drinking fountains or public phones (DOJ level 4 & 5) – minimally out of compliance 11 (low) • Client is a Title II agency; AND • Elements out of compliance, but may be able to be handled programmatically or do not need to be handled unless or until the agency hires a person with a disability 12 (low) Element is fully compliant with an older standard (safe-harbored), but will need to be brought into compliance with current standards if altered City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Estimated Cost of Improvements for Building Facilities Grouped by Priority Level (Page 1) Building Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low)Total Cost Airport Control Tower -$ -$ -$ -$ 675$ -$ -$ -$ -$ -$ 19,913$ -$ 20,588$ Airport LESA -$ -$ -$ -$ 878$ 9,788$ -$ -$ -$ -$ 14,850$ -$ 25,515$ Airport Terminal and Admin Building -$ -$ 4,050$ 12,150$ 14,648$ 37,800$ 3,713$ -$ 2,565$ -$ -$ -$ 74,925$ Alternative Fuel Island -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 13,500$ -$ 13,500$ American Legion Hall Senior Center -$ 6,075$ -$ 19,575$ 23,288$ 26,325$ 16,200$ -$ 2,633$ -$ -$ -$ 94,095$ Center for Visual Arts -$ -$ 4,050$ 17,550$ 31,725$ 76,275$ 15,255$ -$ 3,645$ -$ 4,050$ -$ 152,550$ City Hall -$ -$ -$ 26,325$ 18,968$ 85,793$ 13,905$ -$ 8,910$ -$ 16,200$ -$ 170,100$ City Hall East (Municipal Complex)-$ 13,500$ 4,050$ 28,755$ 51,773$ 81,945$ 38,914$ -$ 1,485$ -$ 39,488$ -$ 259,909$ City Hall West -$ 15,525$ -$ 23,962$ -$ 3,713$ -$ -$ -$ -$ 675$ -$ 43,875$ Civic Center -$ -$ -$ 7,898$ 23,085$ 71,078$ 28,553$ 2,025$ 3,983$ -$ 5,873$ -$ 142,493$ Civic Center Pool -$ -$ -$ 9,855$ 16,875$ 42,053$ 10,125$ -$ 6,210$ -$ 11,779$ -$ 96,896$ Denia Recreation Center -$ -$ -$ 6,750$ 32,940$ 37,673$ 18,765$ -$ 3,983$ -$ 2,025$ -$ 102,135$ Denton Development Center -$ 6,750$ -$ 4,050$ 5,738$ 16,470$ -$ -$ 1,620$ -$ 7,763$ -$ 42,390$ Denton Energy Center -$ -$ 2,025$ 4,050$ 4,725$ 7,425$ -$ -$ -$ -$ 17,280$ -$ 35,505$ Denton Senior Center -$ 2,025$ -$ 56,768$ 26,055$ 110,295$ 23,760$ -$ 5,535$ -$ 3,375$ -$ 227,813$ ECO-W.E.R.C.S at Pecan Creek -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 10,125$ -$ 10,125$ Electric Administration Building -$ -$ -$ 8,100$ 14,513$ 15,390$ 6,750$ -$ 1,013$ -$ 24,638$ -$ 70,403$ Emily Fowler Library -$ -$ 2,025$ 31,725$ 9,923$ 51,368$ 8,100$ -$ 1,350$ -$ 1,620$ -$ 106,110$ Engineering and Systems Operations -$ -$ -$ 2,025$ 2,700$ 11,678$ 7,560$ -$ -$ -$ 7,425$ -$ 31,388$ Facilities Management -$ -$ -$ -$ 8,100$ 42,525$ 7,493$ 2,025$ 675$ -$ 14,850$ -$ 75,668$ Fire Drill Tower (Fire Station #7)-$ -$ -$ -$ -$ 4,050$ -$ -$ -$ -$ -$ -$ 4,050$ Fire Outdoor Classroom (Fire Station #7)-$ -$ -$ -$ -$ 1,688$ -$ -$ -$ -$ 8,505$ -$ 10,193$ Fire Station #2 -$ -$ 4,050$ -$ 2,363$ 13,433$ 4,118$ 2,025$ -$ 1,013$ 22,073$ -$ 49,073$ Fire Station #3 -$ -$ -$ 4,050$ 743$ 13,163$ 338$ -$ -$ -$ 17,685$ -$ 35,978$ Fire Station #4 -$ -$ 2,025$ 10,125$ 5,738$ 23,288$ -$ -$ -$ 473$ 20,048$ -$ 61,695$ Fire Station #5 -$ 2,025$ 4,050$ 7,493$ 35,505$ 9,450$ 6,210$ 3,038$ -$ -$ 35,978$ -$ 103,748$ Fire Station #6 -$ -$ -$ 4,050$ 31,961$ 24,975$ 12,960$ -$ -$ -$ 24,131$ -$ 98,078$ Fire Station #7 -$ -$ -$ -$ 10,800$ 19,913$ 338$ -$ -$ -$ 53,663$ -$ 84,713$ Fire Station #8 -$ -$ 4,050$ 405$ 3,038$ 12,150$ 338$ -$ -$ -$ 17,213$ -$ 37,193$ Fire Station Annex (Old #4)-$ -$ -$ 4,050$ 5,130$ 9,450$ -$ -$ -$ -$ 5,738$ -$ 24,368$ Fleet Service Center -$ -$ -$ 405$ 11,813$ 3,038$ 6,818$ -$ 4,050$ -$ 12,825$ -$ 38,948$ Household Hazardous Waste Building -$ -$ -$ -$ 1,688$ 6,075$ 338$ -$ 338$ -$ 338$ -$ 8,775$ Landfill Weigh Station -$ -$ -$ -$ 8,775$ -$ 1,013$ -$ -$ -$ 3,713$ -$ 13,500$ Linda McNatt Animal Care and Adoption Center -$ -$ -$ 4,050$ 16,335$ 16,875$ 10,800$ -$ 7,898$ -$ 6,683$ -$ 62,640$ LL WTP - Blower Building -$ -$ -$ -$ 675$ -$ -$ -$ -$ -$ -$ -$ 675$ City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Estimated Cost of Improvements for Building Facilities Grouped by Priority Level (Page 2) Building Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low)Total Cost LL WTP - Maintenance Building -$ -$ -$ 5,400$ 3,375$ 13,163$ 405$ -$ -$ -$ 3,375$ -$ 25,718$ LL WTP - Operations Building -$ -$ 4,050$ -$ 26,325$ 26,393$ 3,375$ -$ 2,093$ -$ 18,225$ -$ 80,460$ LL WTP - Ozone Generator Building -$ -$ -$ -$ 4,050$ 5,400$ -$ -$ -$ -$ 1,013$ -$ 10,463$ LRR WTP - Admin Building -$ -$ 4,050$ 2,025$ 8,843$ 28,350$ -$ -$ 4,995$ -$ 21,398$ -$ 69,660$ LRR WTP - Ozone Generation Building -$ -$ -$ 3,375$ 4,050$ -$ -$ -$ -$ -$ 2,700$ -$ 10,125$ Master Recycling Services - Building 101 -$ -$ 4,050$ -$ 2,430$ 4,725$ 338$ -$ -$ -$ 19,238$ -$ 30,780$ Metering Pit -$ -$ -$ -$ 1,013$ -$ -$ -$ -$ -$ -$ -$ 1,013$ MLK Jr Recreation Center -$ -$ -$ 43,943$ 57,983$ 87,750$ 33,143$ -$ 7,830$ -$ 4,388$ -$ 235,035$ Monsignor King Outreach Center -$ 3,375$ -$ 17,888$ 16,875$ 56,363$ 23,524$ -$ 3,375$ -$ -$ -$ 121,399$ Natatorium -$ -$ 8,100$ 2,025$ 30,173$ 56,835$ 7,999$ -$ 12,083$ -$ 11,813$ -$ 129,026$ New Central Fire Station -$ -$ -$ 2,025$ 9,450$ 50,963$ 23,288$ -$ 1,350$ -$ 57,578$ -$ 144,653$ North Branch Library -$ 10,125$ -$ 8,775$ 29,768$ 61,290$ 25,583$ -$ 7,020$ -$ 8,708$ -$ 151,268$ North Lakes Annex -$ 14,175$ 2,025$ 14,175$ 12,994$ 28,958$ 15,660$ -$ -$ -$ -$ -$ 87,986$ North Lakes Recreation Center -$ -$ -$ -$ 36,923$ 82,013$ 17,111$ -$ 7,965$ -$ -$ -$ 144,011$ PCRP - Administration -$ -$ 4,050$ 5,400$ 37,463$ 38,475$ 10,260$ -$ -$ -$ 38,070$ -$ 133,718$ PCRP - Belt Press Building -$ -$ -$ 4,725$ 506$ 2,363$ -$ -$ -$ -$ 35,168$ -$ 42,761$ PCRP - Beneficial Reuse Building -$ -$ -$ -$ 506$ -$ -$ -$ -$ -$ 4,050$ -$ 4,556$ PCRP - Electronics Office -$ -$ 2,025$ 6,750$ 8,606$ 5,738$ -$ -$ -$ -$ -$ -$ 23,119$ PCRP - New Administration Building -$ -$ -$ 5,400$ 2,295$ 3,713$ -$ -$ 2,025$ -$ 18,765$ -$ 32,198$ PCRP - Old Blower Building -$ -$ -$ -$ 3,881$ -$ -$ -$ -$ -$ 5,063$ -$ 8,944$ PCRP - Operations Building -$ -$ -$ 7,425$ 8,944$ 1,350$ -$ -$ -$ -$ 7,493$ -$ 25,211$ PCRP - Pretreatment Building -$ -$ -$ 1,013$ 4,894$ 10,800$ 5,265$ -$ -$ -$ 11,138$ -$ 33,109$ Police Firing Range -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 12,150$ -$ 12,150$ Quebec Hangars -$ -$ 8,100$ 1,350$ 18,563$ 25,313$ -$ -$ 1,215$ -$ -$ -$ 54,540$ Service Center -$ -$ -$ 1,013$ 45,563$ 85,995$ 22,275$ -$ 3,038$ -$ 72,360$ -$ 230,243$ Solid Waste Fleet/Maintenance Shop -$ -$ -$ -$ -$ 675$ -$ -$ -$ -$ 19,980$ -$ 20,655$ Solid Waste Maintenance Building -$ -$ -$ -$ 3,375$ -$ -$ -$ -$ -$ -$ -$ 3,375$ Solid Waste Services Building -$ -$ 4,725$ 4,725$ 33,413$ 56,363$ 6,480$ -$ -$ -$ 14,513$ -$ 120,218$ South Branch Library -$ -$ -$ 9,450$ 12,218$ 49,343$ 12,420$ -$ 810$ -$ 2,363$ -$ 86,603$ SW Triple Wide -$ -$ -$ -$ 11,813$ 16,538$ -$ -$ -$ -$ 11,205$ -$ 39,555$ Traffic Control -$ -$ 4,050$ 8,100$ 4,050$ 4,050$ 338$ -$ 338$ -$ 12,150$ -$ 33,075$ Transmission Engineering Department Building -$ -$ -$ 3,375$ 7,763$ 9,113$ -$ -$ -$ -$ 4,995$ -$ 25,245$ Truck Wash -$ -$ -$ -$ -$ -$ 338$ -$ -$ -$ 2,025$ -$ 2,363$ Utility Office/Field Operations -$ -$ -$ -$ 21,161$ 11,610$ 5,130$ -$ 338$ -$ 15,863$ -$ 54,101$ Total -$ 73,575$ 75,600$ 452,520$ 890,426$ 1,708,770$ 455,288$ 9,113$ 110,363$ 1,485$ 879,795$ -$ 4,656,934$ City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Estimated Cost of Improvements for Park Facilities Grouped by Priority Level Park Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low)Total Cost Avondale Park -$ 3,375$ 3,375$ 13,500$ 6,278$ 9,788$ 11,880$ 1,013$ -$ -$ -$ -$ 49,208$ Bowling Green Park -$ -$ -$ 14,175$ 6,750$ -$ 10,274$ 1,013$ -$ -$ -$ -$ 32,211$ Briercliff Park -$ -$ -$ 4,050$ 1,013$ 9,450$ 12,150$ -$ -$ -$ -$ -$ 26,663$ Carl Young, Sr. Park -$ -$ -$ 12,150$ 15,863$ 17,888$ 23,288$ -$ -$ -$ -$ -$ 69,188$ Carnegie Ridge Park -$ -$ -$ 15,525$ 2,025$ 2,025$ 7,088$ -$ -$ -$ -$ -$ 26,663$ Clear Creek Natural Heritage Center -$ -$ 10,800$ 4,050$ 6,244$ 35,775$ 338$ -$ 3,105$ -$ 2,025$ -$ 62,336$ Cooper Creek Linear Park -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Cooper Glen Park -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Cross Timbers Park North -$ -$ -$ 2,768$ 3,038$ 13,500$ 19,238$ -$ -$ -$ -$ -$ 38,543$ Cross Timbers Park South -$ -$ -$ 4,050$ 8,100$ 12,825$ -$ -$ -$ -$ -$ -$ 24,975$ Denia Park -$ -$ 4,050$ 25,313$ 49,748$ 78,638$ 11,070$ -$ 675$ 4,050$ 3,375$ -$ 176,918$ Evers Park -$ -$ 12,150$ 79,650$ 141,818$ 94,230$ 35,336$ 4,050$ 7,088$ -$ -$ -$ 374,321$ Fred Moore Park -$ 6,750$ -$ 12,488$ 34,088$ 39,825$ 15,863$ -$ -$ -$ -$ -$ 109,013$ Frontier Park -$ -$ -$ -$ 2,025$ -$ 473$ -$ -$ -$ -$ -$ 2,498$ Goldfield Tennis Center -$ -$ -$ 9,450$ 27,675$ 27,000$ 10,260$ -$ -$ -$ -$ -$ 74,385$ Industrial Park -$ -$ -$ -$ 2,025$ 4,050$ -$ -$ -$ -$ -$ -$ 6,075$ IOOF Cemetery -$ -$ -$ -$ -$ -$ 15,188$ -$ -$ -$ 2,025$ -$ 17,213$ Jimmy Carter Park -$ 8,100$ 4,725$ 20,925$ -$ 13,500$ 7,560$ -$ -$ -$ -$ -$ 54,810$ Joe Skiles Park -$ -$ -$ 2,025$ 12,960$ 12,555$ 10,125$ -$ -$ -$ -$ -$ 37,665$ Lake Forest Park -$ -$ -$ 4,050$ 20,993$ 55,418$ 38,408$ -$ -$ -$ -$ -$ 118,868$ Mack Park -$ -$ -$ 14,175$ 79,988$ 47,723$ 26,325$ 4,050$ 1,688$ -$ -$ -$ 173,948$ Martin Luther King Jr. Park -$ -$ -$ 6,075$ 9,113$ 11,475$ 2,025$ -$ -$ -$ -$ -$ 28,688$ McKenna Park -$ 4,050$ -$ 33,075$ 16,200$ 70,943$ 5,063$ -$ -$ -$ -$ -$ 129,330$ Milam Park -$ -$ 4,050$ 10,125$ 3,375$ 15,458$ 3,713$ 1,013$ -$ -$ -$ -$ 37,733$ Nette Shultz Park -$ -$ -$ 17,550$ 7,088$ 6,413$ 20,993$ 1,013$ -$ -$ -$ -$ 53,055$ North Lakes Park -$ -$ 49,275$ 119,138$ 154,136$ 273,105$ 58,590$ -$ 2,700$ 2,025$ 16,200$ -$ 675,169$ North Pointe Park -$ -$ -$ 6,750$ -$ -$ 7,641$ 1,013$ -$ -$ -$ -$ 15,404$ Oakwood Cemetery -$ -$ -$ -$ -$ -$ 16,943$ -$ -$ -$ -$ -$ 16,943$ Owsley Park -$ -$ -$ 2,025$ 5,063$ 13,635$ 1,013$ -$ -$ -$ -$ -$ 21,735$ Quakertown Park -$ -$ -$ 4,725$ 59,400$ 28,013$ 14,513$ -$ -$ -$ -$ -$ 106,650$ Sequoia Park -$ -$ -$ 9,450$ -$ 2,025$ -$ -$ -$ -$ -$ -$ 11,475$ Sherman Park -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Skate Works -$ -$ -$ 1,013$ -$ 2,700$ 2,025$ -$ -$ -$ -$ -$ 5,738$ South Lakes Park -$ -$ 4,050$ 11,475$ 42,525$ 125,550$ 33,683$ -$ -$ -$ -$ -$ 217,283$ Spc. Ernest W. Dallas Jr. Veterans Memorial Park -$ -$ -$ 8,100$ 8,775$ 15,525$ 2,498$ -$ -$ -$ -$ -$ 34,898$ Water Works Park -$ -$ -$ 14,175$ 51,300$ 118,125$ 13,298$ -$ 3,645$ -$ 8,910$ -$ 209,453$ Wheeler Ridge Park -$ -$ -$ 2,025$ -$ 3,038$ 6,075$ -$ -$ -$ -$ -$ 11,138$ Total -$ 22,275$ 92,475$ 484,043$ 777,600$ 1,160,190$ 442,928$ 13,163$ 18,900$ 6,075$ 32,535$ -$ 3,050,183$ City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Estimated Cost of Improvements for Paved Trail Facilities Grouped by Priority Level Estimated Cost of Improvements for Unpaved Trail Facilities Grouped by Priority Level Paved Trail Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low)Total Cost Avondale Trail -$ -$ 5,400$ -$ 7,088$ 8,775$ 3,375$ -$ -$ -$ -$ -$ 24,638$ Bowling Green Trail -$ -$ 2,025$ -$ -$ 31,388$ 675$ -$ -$ -$ -$ -$ 34,088$ Carl Young Park Trail -$ -$ 2,700$ -$ -$ 11,138$ -$ -$ -$ -$ -$ -$ 13,838$ Cooper Creek Trail -$ -$ 20,250$ -$ 2,025$ 80,663$ 338$ -$ -$ -$ -$ -$ 103,275$ Cross Timbers Trail -$ -$ 14,850$ -$ -$ 36,788$ -$ -$ -$ -$ -$ -$ 51,638$ Denia Trail -$ -$ 2,025$ -$ 4,050$ 24,300$ 2,025$ -$ -$ -$ -$ -$ 32,400$ Evers Park Trail -$ -$ 19,913$ -$ -$ 93,488$ -$ -$ -$ -$ -$ -$ 113,400$ Fred Moore Trail -$ -$ 20,250$ -$ -$ 67,838$ -$ -$ -$ -$ -$ -$ 88,088$ Frontier Park Trail -$ -$ 7,425$ -$ -$ 10,868$ -$ -$ -$ -$ -$ -$ 18,293$ Katy Trail (Denton Rail Trail)-$ -$ 6,075$ -$ 4,725$ 247,388$ -$ -$ -$ -$ -$ -$ 258,188$ Lake Forest Trail -$ -$ 5,400$ -$ -$ 29,363$ 7,088$ -$ -$ -$ -$ -$ 41,850$ Nette Shultz Trail -$ 13,500$ 10,800$ -$ 1,013$ 38,813$ 1,688$ -$ -$ -$ -$ -$ 65,813$ North Lakes Trail -$ -$ 27,000$ -$ 1,013$ 106,650$ 2,700$ -$ -$ -$ -$ -$ 137,363$ North Pointe Trail -$ -$ 9,450$ -$ -$ 24,975$ -$ -$ -$ -$ -$ -$ 34,425$ Northwest Denton Trail -$ -$ -$ -$ -$ 21,600$ 1,013$ -$ -$ -$ -$ -$ 22,613$ Preserve at Pecan Creek -$ -$ 17,550$ -$ 4,725$ 21,263$ -$ -$ -$ -$ -$ -$ 43,538$ Quakertown Trail -$ -$ 21,263$ -$ -$ 83,700$ 1,013$ -$ -$ -$ -$ -$ 105,975$ Sequoia Trail -$ -$ 2,025$ -$ 1,013$ 24,975$ 1,013$ -$ -$ -$ 2,025$ -$ 31,050$ South Lakes Trail -$ -$ 10,125$ -$ 13,163$ 150,863$ 6,750$ -$ -$ -$ -$ -$ 180,900$ Special Ernest W Dallas Jr Trail -$ -$ -$ -$ -$ 20,250$ -$ -$ -$ -$ -$ -$ 20,250$ Unicorn Lake / Briercliff Trail -$ -$ -$ -$ -$ 26,190$ -$ -$ -$ -$ -$ -$ 26,190$ Wheeler Ridge Trail -$ -$ 7,425$ -$ -$ 24,300$ -$ -$ -$ -$ -$ -$ 31,725$ Total -$ 13,500$ 211,950$ -$ 38,813$ 1,185,570$ 27,675$ -$ -$ -$ 2,025$ -$ 1,479,533$ Unpaved Trail Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low)Total Cost Clear Creek Trail -$ -$ -$ 6,075$ -$ 5,063$ 338$ -$ -$ -$ -$ -$ 11,475$ IOOF Cemetery Trail -$ -$ -$ 17,550$ -$ -$ -$ -$ -$ -$ -$ -$ 17,550$ Oakwood Cemetery Trail -$ -$ -$ 19,575$ -$ -$ -$ -$ -$ -$ -$ -$ 19,575$ Total -$ -$ -$ 43,200$ -$ 5,063$ 338$ -$ -$ -$ -$ -$ 48,600$ City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Signalized Intersection and Curb Ramp Prioritization Factors (Page 1) Priority Criteria 1 (high) Grievance filed on curb ramp or intersection or known accident/injury at the site 2 (high) Existing curb ramp with any of the following conditions: • Running slope > 12% • Cross slope > 7% • Obstruction to or in the curb ramp or landing • Level change > ¼ inch at the bottom of the curb ramp • No detectable warnings AND within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 3 (high) • No curb ramp where sidewalk or pedestrian path exists AND within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 4 (high) No curb ramps, but a striped crosswalk exists 5 (medium) Existing curb ramp with any of the following conditions: • Running slope > 12% • Cross slope > 7% • Obstruction to or in the curb ramp or landing • Level change > ¼ inch at the bottom of the curb ramp • No detectable warnings AND NOT within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 6 (medium) • No curb ramp where sidewalk or pedestrian path exists AND NOT within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Signalized Intersection and Curb Ramp Prioritization Factors (Page 2) Priority Criteria 7 (medium) Existing diagonal curb ramp (serving both crossing directions on the corner) is non-compliant and should be replaced with two curb ramps, one serving each crossing direction on the corner. 8 (medium) Existing curb ramp with any of the following conditions: • Cross slope > 5% • Width < 36 inches • Median/island crossings that are inaccessible 9 (low) Existing curb ramp with either running slope between 8.3% and 11.9% or insufficient turning space 10 (low) Existing diagonal curb ramp without a 48-inch extension into the crosswalk 11 (low) Existing pedestrian push button is not accessible from the sidewalk and/or curb ramp 12 (low) Existing curb ramp with returned curbs where pedestrian travel across the curb is not protected 13 (low) All other intersections not prioritized above Estimated Cost of Improvements for Signalized Intersections and Curb Ramps Grouped by Priority Level Type Compliant Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low) Level 13 (Low)Total Signalized Intersection Count 7 0 31 2 2 47 1 7 0 23 0 1 1 1 123 Estimated Total Cost of Signalized Intersection Improvements $ - -$ 1,512,700$ 47,800$ 78,900$ 2,156,300$ 20,400$ 328,300$ -$ 569,700$ -$ 23,100$ 85,500$ 7,900$ 4,830,600$ City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Sidewalk and Unsignalized Intersection Curb Ramp Prioritization Factors Criteria Description Priority 1 (Severe) 2 (Moderate) 3 (Slight) Heave Sidewalk/ramp or multiple slabs have uplifted over a short length > 5" over 5' (> 8%) 2.5" to 5" over 5' (4% to 8%) 0" to 2.5" over 5' (4%) Sag Sidewalk/ramp or multiple slabs have settled over a short length > 5" over 5' (> 8%) Will pond up to 2.5" 2.5" to 5" over 5' (4% to 8%) May pond up to 5" 0" to 2.5" over 5' (4%) May pond up to 2.5" Tilt Sidewalk/ramp or multiple slabs have tilted over a short length > 4% (> 1" over 2') 2% to 4% (1/2" to 1" over 2') 0% to 2% (1/2" over 2') Shattered Slab Slab/walk/ramp has two or more cracks and may be associated with settlement Cracks > 1", noticeable settlement Cracks 1/4" to 1", slight settlement Slab still flat, cracks < 1/4" Transverse Crack A crack across the width of a slab/walk/ramp Cracks > 1", noticeable displacement Cracks 1/4" to 1", slight displacement Slab still flat, cracks < 1/4" Longitudinal Crack A crack along the length of a slab/walk/ramp Cracks > 1", noticeable displacement Cracks 1/4" to 1", slight displacement Slab still flat, cracks < 1/4" Fault Vertical displacement at a joint or crack (either up or down) > 1" 1/2" to 1" < 1/2" Texture Loss of fines, crazing, pop-outs, or scaling of the sidewalk/ramp surface The surface texture is rough - aggregate exposed almost like gravel, small wheels stop rolling Surface has lost its fines, aggregate exposed, small wheels will jam while rolling Surface is just starting to lose its smooth texture, slight exposing of aggregate - still suitable for small wheels Corner Break The corner of a slab/ramp (greater than a 6-square inch area) has broken off or the edge of walk has become ragged Cracks > 1", noticeable settlement, edge is jagged and failed Cracks 1/4" to 1", slight settlement, edge noticeably deteriorated Slab still flat, cracks < 1/4", edge slightly deteriorated Joint Damage The joints have opened or loss of joint sealant Joint is opened > 2" and weeded Joint is opened 1" to 2" and weeded Joint is opened up to 1" Patching The sidewalk/ramp has been patched or cut and patched Patch has dropped or heaved, failed, very rough, and will trap small wheels Patch is starting to fail, rough or made from dissimilar material Patch is smooth matching sidewalk surface and made of similar material Slope The sidewalk/ramp has excessive slope > 12.5% slope 3" in 2’ 8.33% to 12.5% 2" to 3" in 2' Up to 8.33% slope Up to 2" in 2' City of Denton ADA Transition Plan Update Exhibits for City Council Meeting – January 11, 2022 Sidewalk and Unsignalized Intersection Curb Ramp Condition Rating (Calculated Based on Frequency of Low, Medium, and High Priority Issues from Previous Table) Condition Rating (Priority) Condition Index Range Excellent 90 ≤ Condition Index ≤ 100 Very Good 80 ≤ Condition Index < 90 Good 70 ≤ Condition Index < 80 Fair 60 ≤ Condition Index < 70 Marginal 40 ≤ Condition Index < 60 Poor 20 ≤ Condition Index < 40 Very Poor 0 ≤ Condition Index < 20 Estimated Cost of Improvements for Sidewalk Corridors Grouped by Condition Rating (Priority) Estimated Cost of Improvements for Unsignalized Intersection Curb Ramps Grouped by Condition Rating (Priority) Type Very Poor (High) Poor (High) Marginal (Medium) Fair (Medium) Good (Low) Very Good (Low) Excellent (Low)Total Sidewalk Corridors Length (miles) 4 15 54 47 52 69 131 372 Estimated Total Cost of Signalized Intersection Improvements 362,320$ 1,106,480$ 3,330,290$ 2,368,710$ 1,854,280$ 1,541,260$ 796,020$ 11,359,360$ Type Ramp Required where Not Present (High) Very Poor (High)Poor (High) Marginal (Medium)Fair (Medium)Good (Low) Very Good (Low) Excellent (Low)Total Curb Ramp Count 711 87 255 775 44 3,320 1,992 352 7,536 Estimated Total Cost of Unsignalized Curb Ramp Improvements 2,137,887$ 281,356$ 805,177$ 2,289,710$ 118,794$ 7,848,242$ 4,207,573$ 656,962$ 18,345,700$ !( !( !( !(!(!(!(!( !(!(!(!(!( !(!(!(!(!( !( !( !( !( !(!( !( !( !( !(!( !(!(!(!(!(!(!(!(!(!(!(!( !( !( !(!(!( !( !( !(!( !( !(!(!(!(!( !(!( !(!( !( !( !(!( !( !(!( !( !(!( !( Buildings !(City of Denton Buildings Denton City Limits 0 2 41Miles September 2021 City of DentonADA Transition PlanBuildings Map GpsID Building Name Address1Airport Control Tower 5003 Airport Rd2Airport LESA 5000 Airport Rd3Airport Terminal and Admin Building and T-Hanger 5000 Airport Rd4Alternative Fuel Island 1527 S Mayhill Rd5American Legion Hall 629 Lakey St6Monsignor King Outreach Center 300 Woodrow Ln7Center for Visual Arts 400 E Hickory St8City Hall 215 E McKinney St9City Hall East (Municipal Complex)601 E Hickory St10City Hall West (vacant)221 North Elm St11Civic Center 321 E McKinney St12Civic Center Pool 515 N Bell Ave13Denia Recreation Center 1001 Parvin St14Denton Development Center 401 N Elm St15Denton Energy Center 8161 Jim Christal Rd16Denton Senior Center 509 N Bell Ave17DME Garage 1701 Spencer Rd18DME Parking Facility 1701 D. Spencer Rd19ECO W.E.R.C.S at Pecan Creek 651 Mayhill Rd20Electric Administration Building 1659 Spencer Rd21Emily Fowler Library 406 Oakland St22Engineering and Systems Operations 1685 Spencer Rd23Facilities Management 869 S Woodrow Ln24Fire Drill Tower (Fire Station #7)4201 Vintage Blvd25Fire Outdoor Classroom (Fire Station #7)4111 Vintage Blvd26Fire Station #2 110 Mockingbird Ln27Fire Station #3 1204 McCormick St28Fire Station #4 2116 E Sherman Dr29Fire Station #5 2230 W Windsor Dr30Fire Station #6 3232 Teasley Ln31Fire Station #7 4201 Vintage Blvd32Fire Station #8 3131 Colorado Blvd33Fire Station Annex (Old #4)2110 E Sherman Dr34Fleet Service Center 801 Texas St35Household Hazardous Waste Building 1527 S Mayhill Rd36Landfill Weigh Station 1527 S Mayhill Rd37Linda McNatt Animal Care and Adoption Center 3717 N Elm St38LL WTP - Blower Building 1701 Spencer Rd39LL WTP - Maintenance Building 1701 Spencer Rd40LL WTP - Operations Building 1701 Spencer Rd41LL WTP - Ozone Generator Building 1701 Spencer Rd42LRR WTP - Admin Building 16525 Lake Ray Roberts Dam Rd43LRR WTP - Ozone Generation Building 16525 Lake Ray Roberts Dam Rd44Master Recycling Services - Building 101 1001 S Mayhill Rd45Metering Pit 1701 Spencer Rd46MLK Jr Recreation Center 1300 Wilson St47Natatorium2400 Long Rd48New Central Fire Station 332 E Hickory St49North Branch Library 3020 N Locust St50North Lakes Annex 1117 Riney Rd51North Lakes Recreation Center 2001 W Windsor Dr52PCRP - Administration 1100 S Mayhill Rd53PCRP - Belt Press Building 1100 S Mayhill Rd54PCRP - Beneficial Reuse Building 1100 S Mayhill Rd55PCRP - Electronics Office 1100 S Mayhill Rd56PCRP - New Administration Building 1100 S Mayhill Rd57PCRP - Old Blower Building 1100 S Mayhill Rd58PCRP - Operations Building 1100 S Mayhill Rd59PCRP - Pretreatment Building 1100 S Mayhill Rd60Police Firing Range Airport Rd61Quebec Hangars 2031 Skylane62Service Center 801 Texas St63Solid Waste Fleet/Maintenance Shop 1527 S Mayhill Rd64Solid Waste Maintenance Building 1527 S Mayhill Rd65Solid Waste Services Building 1527 S Mayhill Rd66South Branch Library 3228 Teasley Ln67SW Triple Wide 1527 S Mayhill Rd69Traffic Control 801 Texas St70Transmission Engineering Department Building 1671 Spencer Rd71Truck Wash 1527 S Mayhill Rd72Utility Office/Field Operations 1701 Spencer Rd 1 2 3 4 5 6 7 8 9 10 11 13 14 15 16 17 18 19 20 21 2223 24 25 26 27 28 30 31 33 34 35 36 29 32 12 37 Parks !(1 - Goldfield Tennis Center and NorthLakes Park Driving Range !(2 - Avondale Park !(3 - Bowling Green Park !(4 - Briercliff Park !(5 - Carl Young Sr Park !(6 - Carnegie Ridge Park !(7 - Cross Timbers Park North !(8 - Cross Timbers Park South !(9 - Cooper Creek Linear Park !(10 - Denia Park !(11 - Evers Park !(12 - Fred Moore Park !(13 - Frontier Park !(14 - Industrial Park !(15 - Jimmy Carter Park !(16 - Joe Skiles Park !(17 - Lake Forest Park !(18 - Mack Park !(19 - MLK Jr Park !(20 - McKenna park !(21 - Milam Park !(22 - Nette Schultz Park !(23 - North Lakes Park !(24 - North Pointe Park !(25 - Owsley Park !(26 - Quakertown Park !(27 - Sequoia Park !(28 - Sherman Park !(29 - Skate Works !(30 - South Lakes Park !(31 - Spc Ernest W Dallas Jr VeteransMemorial Park !(32 - Water Works Park !(33 - Wheeler Ridge Park !(34 - Clear Creek Natural Heritage Center !(35 - IOOF Cemetery !(36 - Oakwood Cemetery !(37 - Cooper Glen Park Denton City Limits *Note: Katy Trail Linear Park included with Paved Trails01.5 30.75 Miles January 2022 City of DentonADA Transition PlanParks Map 1998 18161215 3 61710124 2 0 141151 3 7Paved Trails 1 - Avondale Trail 2 - Bowling Green Trail 3 - Carl Young Park Trail 4 - Cooper Creek Trail 5 - Cross Timbers Trail 6 - Denia Trail 7 - Evers Park Trail 8 - Fred Moore Trail 9 - Frontier Park Trail 10 - Katy Trail 11 - Lake Forest Trail 12 - Nette Schultz Trail 13 - North Lakes Trail 14 - Preserve at Pecan Creek 15 - Quakertown Trail 16 - Sequoia Trail 17 - South Lakes Trail 18 - Special Ernest W Dallas Jr 19 - Unicorn Lake/Briercliff Trail 20 - Wheeler Ridge Trail Denton City Limits 0 1.5 30.75 Miles September 2021 City of DentonADA Transition PlanPaved Trails Map 32 1 Unpaved Trails 1 - Clear Creek Trail 2 - IOOF Cemetery Trail 3 - Oakwood Cemetery Trail Denton City Limits 0 0.75 1.50.375 Miles January 2022 City of DentonADA Transition PlanUnpaved Trails Map ! ! ! ! ! ! !!!! !!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!! !!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!! !!!!!!!!!!!!!!!!!!!!!!!! !!!!! ! ! ! ! ! ! ! ! ! !US 377UNIVERSITY DRN I 35I 35 WBONNIE BRAE STELM ST I 35 E MCKINNEY ST MAYHILL RDLOOP 288OAK ST TEASLEY LNWINDSOR DR LOCUST STBELL AVEFM 2449 E SHERMAN DRFM1830HICKORY ST N LOCUST STAIRPORT RD CARROLL BLVDEAGLE DR JIM CHRISTAL RD COUNTRY CLUB RDFM 1173 SCRIPTURE ST ROSELAW N DRHOBSON LN C O L O R A DOBLVDBERNARD STSWISHER RDWOODROW LNNOTTINGHAM DRAUDRA LNRINEY RD STUART RDWILLOWWOOD ST DALLAS DR PENNSYLVANIADRMASCH BRANCH RDSHERMAN DR COUNTRY CLUB RD!Signalized Intersection GpsID Intersection Name1Intersection of Teasley Ln and Old Alton Rd2Intersection of Teasley Ln and Montecito Dr3Intersection of Teasley Ln and Hickory Creek Rd4Intersection of Teasley Ln and Wheeler Ridge Dr5Intersection of Teasley Ln and Robinson Rd6Intersection of Teasley Ln and Ryan Rd7Intersection of S Mayhill Rd and I-35E Frontage Rd NB8Intersection of Teasley Ln and Lillian Miller Pkwy10Intersection of Teasley Ln and Nobson Ln11Intersection of Fort Worth Dr and Country Club Rd12Intersection of Colorado Blvd and Edwards Rd13Intersection of Colorado Blvd and Medpark Dr14Intersection of Lillian Miller Pkwy and Southridge Dr15Intersection of Colorado Blvd and Brinker Rd16Intersection of Brinker Rd and Medpark Dr17Intersection of Lillian Miller Pkwy and shopping entrance (Lat. 33.1849; Long. -97.1087)18 Intersection of Fort Worth Dr and Daniels St19Intersection of Lillian Miller Pkwy and I-35E Frontage Rd NB20Intersection of Loop 288 and shopping entrance (Lat. 33.1881; Long. -97.1061)21 Intersection of Loop 288 and Colorado Blvd22Intersection of Teasley Ln and Londonderry Ln23Intersection of Londonderry Ln and Jason Dr24Intersection of Brinker Rd and shopping entrance (Lat. 33.1905; Long. -97.0958)25 Intersection of Teasley Ln and shopping entrance (Lat. 33.1914; Long. -97.1244)26 Intersection of Loop 288 and shopping entrance (Lat. 33.1915; Long. -97.0993)27 Intersection of Loop 288 and Brinker Rd28Intersection of Colorado Blvd and San Jacinto Blvd29Intersection of Teasley Ln and I-35E Frontage Rd NB30Intersection of S Mayhill Rd and Spencer Rd31Intersection of Loop 288 and Spencer Rd32Intersection of Fort Worth Dr and I-35E Frontage Rd NB33Intersection of Teasley Ln and US Hwy 7734Intersection of S Woodrow Ln and Spencer Rd35Intersection of S Woodrow Ln and Shady Oaks Dr36Intersection of Shady Oaks Dr and Kerley St37Intersection of McCormick St and I-35E Frontage Rd NB38Intersection of S Carroll Blvd / Fort Worth Dr and Collins St39Intersection of Loop 288 and Shady Oaks Dr / Morse St40Intersection of N Texas Blvd and I-35E Frontage Rd NB41Intersection of S Bell Ave and Eagle Dr42Intersection of N Texas Blvd and Eagle Dr43Intersection of Fort Worth Dr / S Elm St and Eagle Dr44Intersection of S Carroll Blvd and Eagle Dr45Intersection of Eagle Dr and Bernard St46Intersection of S Welch St and Eagle Dr47Intersection of Eagle Dr and Ave A48Intersection of Eagle Dr and Ave C49Intersection of E McKinney St and Billy Ryan High School (Lat. 33.2088; Long. -97.0778)50 Intersection of S Welch St and W Highland St51Intersection of S Bonnie Brae St and I-35E Frontage Rd NB52Intersection of N Mayhill Rd and E McKinney St53Intersection of S Welch St and W Prairie St / Union Cir54Intersection of S Bell Ave and E Prairie St55Intersection of S Welch St and W Chestnut St / Union Cir56Intersection of S Bell Ave and E Sycamore St57Intersection of S Locust St and E Sycamore St58Intersection of S Elm St and W Sycamore St59Intersection of Loop 288 and E McKinney St60Intersection of S Carroll Blvd and W Mulberry St61Intersection of E McKinney St and Mockingbird Ln62Intersection of N Bell Ave and E Hickory St GpsID Intersection Name63Intersection of S Locst St and E Hickory St64Intersection of S Elm St and W Hickory St65Intersection of Carroll Blvd and W Hickory St66Intersection of N Welch St and W Hickory St67Intersection of W Hickory St and Fry St / Ave A68Intersection of W Hickory St and Ave B69Intersection of S Bonnie Brea St and W Hickory St70Intersection of N Locust St and E Oak St71Intersection of S Elm St and W Oak St72Intersection of N Carroll Blvd and W Oak St73Intersection of W Oak St and Fry St74Intersection of W Oak St and Jagoe St / Ave C75Intersection of N Woodrow Ln and E McKinney St76Intersection of N Bonnie Brea St and W Oak St77Intersection of E McKinney St and N Wood St78Intersection of N Bell Ave and E McKinney St79Intersection of N Locust St and E McKinney St80Intersection of S Elm St and W McKinney St81Intersection of N Elm St and W Parkway St82Intersection of N Locust St and E Parkway St83Intersection of Mingo Rd and N Bell Ave / Bell Pl84Intersection of N Carroll Blvd and E Parkway St85Intersection of N Carroll Blvd and W Congress St86Intersection of N Carroll Blvd and Crescent St88Intersection of N Bell St and Administration Dr89Intersection of N Bell Ave and Chapel Dr90Intersection of W University Dr and Malone St91Intersection of W University Dr and Fulton St92Intersection of W University Dr and N Bonnie Brae St93Intersection of W University Dr and Town Center Tr94Intersection of W University Dr and I-35 Frontage Rd NB95Intersection of W University Dr and Alice St96Intersection of E University Dr and N Bell Ave97Intersection of E University Dr and N Locust St98Intersection of W University Dr and N Elm St99Intersection of W University Dr and Masch Branch Rd100Intersection of W University Dr and N Carroll Blvd101Intersection of Mingo Rd and Nottingham Dr102Intersection of N Elm St and Sherman Dr103Intersection of N Locust St and Sherman Dr104Intersection of N Carroll Blvd and W Sherman Dr105Intersection of E University Dr and N Ruddell St / Robinwood Ln106Intersection of E University Dr and Loop 288 Frontage Rd SB107Intersection of E University Dr and N Mayhill Rd / Cooper Creek Rd108Intersection of N Bell Ave and E Sherman Dr109Intersection of E University Dr and Mockingbird Ln110Intersection of E University Dr and Nottingham Dr111Intersection of N Elm St and FM 2164112Intersection of N Locust St and FM 2164113Intersection of N Elm St and W Windsor Dr114Intersection of N Locust St and Windsor Dr115Intersection of E Windsor Dr and E Sherman Dr116Intersection of Loop 288 and Kings Row117Intersection of I-35 Frontage Rd NB and N Elm St118Intersection of State of School Rd and I-35E Frontage Rd SB119Intersection of Lillian Miller Pkwy and I-35E Frontage Rd SB120Intersection of Teasley Ln and I-35E Frontage Rd SB121Intersection of Fort Worth Dr and I-35E Frontage Rd SB122Intersection of McCormick St and I-35E Frontage Rd SB123Intersection of S Bonnie Brae St and I-35E Frontage Rd SB124Intersection of W University Dr and I-35 Frontage Rd SB125Intersection of Noth Texas Blvd and I-35E Frontage Rd SB July 2019 City of DentonADA Transition PlanSignalized Intersection Map 0 1 20.5 Miles UNIVERSITY DR US 377I 35 WBONNIE BRAE STELM ST I 35 EN I 35MCKINNEY ST FM 2449 MAYHILL RDLOOP 288OAK ST TEASLEY LNWINDSOR DR E SHERMAN DRLOCUST STFM1830BELL AVEJIM CHRISTAL RD N LOCUST STHICKORY ST EDR OBSON B L V D AIRPORT RD CARROLL BLVDEAGLE DR COUNTRY CLUB RDFM 1173 SCRIPTURE ST ROSELAW N DRHOBSON LN CO L O R A DOBLVDBERNARD STSWISHER RDWOODROW LNNOTTINGHAM DRAUDRA LNRINEY RD STUART RDWILLOWWOOD ST DALLAS DR PENNSYLVANIADRROBSON RANCH RD MASCH BRANCH RDSHERMAN DR COUNTRY CLUB RDEvaluated Sidewalk Corridors July 2019 City of DentonADA Transition PlanSidewalk Corridor Map 0 1 20.5 Miles GPS ID Building Name 1 Airport Control Tower 2 Airport LESA 3 Airport Terminal and Admin Building and T-Hanger 4 Alternative Fuel Island 5 American Legion Hall 6 Monsignor King Outreach Center 7 Center for Visual Arts 8 City Hall 9 City Hall East (Municipal Complex) 10 City Hall West (vacant) 11 Civic Center 12 Civic Center Pool 13 Denia Recreation Center 14 Denton Development Center 15 Denton Energy Center 16 Denton Senior Center 17 DME Garage 18 DME Parking Facility 19 ECO W.E.R.C.S at Pecan Creek 20 Electric Administration Building 21 Emily Fowler Library 22 Engineering and Systems Operations 23 Facilities Management 24 Fire Drill Tower (Fire Station #7) 25 Fire Outdoor Classroom (Fire Station #7) 26 Fire Station #2 27 Fire Station #3 28 Fire Station #4 29 Fire Station #5 30 Fire Station #6 31 Fire Station #7 32 Fire Station #8 33 Fire Station Annex (Old #4) 34 Fleet Service Center 35 Household Hazardous Waste Building 36 Landfill Weigh Station 37 Linda McNatt Animal Care and Adoption Center 38 LL WTP - Blower Building 39 LL WTP - Maintenance Building City of Denton ADA Self-Evaluation and Transition Plan Building Listing 11/9/2021 GPS ID Building Name City of Denton ADA Self-Evaluation and Transition Plan Building Listing 11/9/2021 40 LL WTP - Operations Building 41 LL WTP - Ozone Generator Building 42 LRR WTP - Admin Building 43 LRR WTP - Ozone Generation Building 44 Master Recycling Services - Building 101 45 Metering Pit 46 MLK Jr Recreation Center 47 Natatorium 48 New Central Fire Station 49 North Branch Library 50 North Lakes Annex 51 North Lakes Recreation Center 52 PCRP - Administration 53 PCRP - Belt Press Building 54 PCRP - Beneficial Reuse Building 55 PCRP - Electronics Office 56 PCRP - New Administration Building 57 PCRP - Old Blower Building 58 PCRP - Operations Building 59 PCRP - Pretreatment Building 60 Police Firing Range 61 Quebec Hangars 62 Service Center 63 Solid Waste Fleet/Maintenance Shop 64 Solid Waste Maintenance Building 65 Solid Waste Services Building 66 South Branch Library 67 SW Triple Wide 69 Traffic Control 70 Transmission Engineering Department Building 71 Truck Wash 72 Utility Office/Field Operations GPS ID Intersection Name 1 Intersection of Teasley Ln and Old Alton Rd 2 Intersection of Teasley Ln and Montecito Dr 3 Intersection of Teasley Ln and Hickory Creek Rd 4 Intersection of Teasley Ln and Wheeler Ridge Dr 5 Intersection of Teasley Ln and Robinson Rd 6 Intersection of Teasley Ln and Ryan Rd 7 Intersection of S Mayhill Rd and I-35E Frontage Rd NB 8 Intersection of Teasley Ln and Lillian Miller Pkwy 10 Intersection of Teasley Ln and Nobson Ln 11 Intersection of Fort Worth Dr and Country Club Rd 12 Intersection of Colorado Blvd and Edwards Rd 13 Intersection of Colorado Blvd and Medpark Dr 14 Intersection of Lillian Miller Pkwy and Southridge Dr 15 Intersection of Colorado Blvd and Brinker Rd 16 Intersection of Brinker Rd and Medpark Dr 17 Intersection of Lillian Miller Pkwy and shopping entrance (Lat. 33.1849; Long. - 97.1087) 18 Intersection of Fort Worth Dr and Daniels St 19 Intersection of Lillian Miller Pkwy and I-35E Frontage Rd NB 20 Intersection of Loop 288 and shopping entrance (Lat. 33.1881; Long. -97.1061) 21 Intersection of Loop 288 and Colorado Blvd 22 Intersection of Teasley Ln and Londonderry Ln 23 Intersection of Londonderry Ln and Jason Dr 24 Intersection of Brinker Rd and shopping entrance (Lat. 33.1905; Long. - 97.0958) 25 Intersection of Teasley Ln and shopping entrance (Lat. 33.1914; Long. - 97.1244) 26 Intersection of Loop 288 and shopping entrance (Lat. 33.1915; Long. -97.0993) 27 Intersection of Loop 288 and Brinker Rd 28 Intersection of Colorado Blvd and San Jacinto Blvd 29 Intersection of Teasley Ln and I-35E Frontage Rd NB 30 Intersection of S Mayhill Rd and Spencer Rd 31 Intersection of Loop 288 and Spencer Rd 32 Intersection of Fort Worth Dr and I-35E Frontage Rd NB 33 Intersection of Teasley Ln and US Hwy 77 City of Denton ADA Self-Evaluation and Transition Plan Signalized Intersection Listing 11/9/2021 GPS ID Intersection Name City of Denton ADA Self-Evaluation and Transition Plan Signalized Intersection Listing 11/9/2021 34 Intersection of S Woodrow Ln and Spencer Rd 35 Intersection of S Woodrow Ln and Shady Oaks Dr 36 Intersection of Shady Oaks Dr and Kerley St 37 Intersection of McCormick St and I-35E Frontage Rd NB 38 Intersection of S Carroll Blvd / Fort Worth Dr and Collins St 39 Intersection of Loop 288 and Shady Oaks Dr / Morse St 40 Intersection of N Texas Blvd and I-35E Frontage Rd NB 41 Intersection of S Bell Ave and Eagle Dr 42 Intersection of N Texas Blvd and Eagle Dr 43 Intersection of Fort Worth Dr / S Elm St and Eagle Dr 44 Intersection of S Carroll Blvd and Eagle Dr 45 Intersection of Eagle Dr and Bernard St 46 Intersection of S Welch St and Eagle Dr 47 Intersection of Eagle Dr and Ave A 48 Intersection of Eagle Dr and Ave C 49 Intersection of E McKinney St and Billy Ryan High School (Lat. 33.2088; Long. - 97.0778) 50 Intersection of S Welch St and W Highland St 51 Intersection of S Bonnie Brae St and I-35E Frontage Rd NB 52 Intersection of N Mayhill Rd and E McKinney St 53 Intersection of S Welch St and W Prairie St / Union Cir 54 Intersection of S Bell Ave and E Prairie St 55 Intersection of S Welch St and W Chestnut St / Union Cir 56 Intersection of S Bell Ave and E Sycamore St 57 Intersection of S Locust St and E Sycamore St 58 Intersection of S Elm St and W Sycamore St 59 Intersection of Loop 288 and E McKinney St 60 Intersection of S Carroll Blvd and W Mulberry St 61 Intersection of E McKinney St and Mockingbird Ln 62 Intersection of N Bell Ave and E Hickory St 63 Intersection of S Locst St and E Hickory St 64 Intersection of S Elm St and W Hickory St 65 Intersection of Carroll Blvd and W Hickory St 66 Intersection of N Welch St and W Hickory St 67 Intersection of W Hickory St and Fry St / Ave A 68 Intersection of W Hickory St and Ave B 69 Intersection of S Bonnie Brea St and W Hickory St GPS ID Intersection Name City of Denton ADA Self-Evaluation and Transition Plan Signalized Intersection Listing 11/9/2021 70 Intersection of N Locust St and E Oak St 71 Intersection of S Elm St and W Oak St 72 Intersection of N Carroll Blvd and W Oak St 73 Intersection of W Oak St and Fry St 74 Intersection of W Oak St and Jagoe St / Ave C 75 Intersection of N Woodrow Ln and E McKinney St 76 Intersection of N Bonnie Brea St and W Oak St 77 Intersection of E McKinney St and N Wood St 78 Intersection of N Bell Ave and E McKinney St 79 Intersection of N Locust St and E McKinney St 80 Intersection of S Elm St and W McKinney St 81 Intersection of N Elm St and W Parkway St 82 Intersection of N Locust St and E Parkway St 83 Intersection of Mingo Rd and N Bell Ave / Bell Pl 84 Intersection of N Carroll Blvd and E Parkway St 85 Intersection of N Carroll Blvd and W Congress St 86 Intersection of N Carroll Blvd and Crescent St 88 Intersection of N Bell St and Administration Dr 89 Intersection of N Bell Ave and Chapel Dr 90 Intersection of W University Dr and Malone St 91 Intersection of W University Dr and Fulton St 92 Intersection of W University Dr and N Bonnie Brae St 93 Intersection of W University Dr and Town Center Tr 94 Intersection of W University Dr and I-35 Frontage Rd NB 95 Intersection of W University Dr and Alice St 96 Intersection of E University Dr and N Bell Ave 97 Intersection of E University Dr and N Locust St 98 Intersection of W University Dr and N Elm St 99 Intersection of W University Dr and Masch Branch Rd 100 Intersection of W University Dr and N Carroll Blvd 101 Intersection of Mingo Rd and Nottingham Dr 102 Intersection of N Elm St and Sherman Dr 103 Intersection of N Locust St and Sherman Dr 104 Intersection of N Carroll Blvd and W Sherman Dr 105 Intersection of E University Dr and N Ruddell St / Robinwood Ln 106 Intersection of E University Dr and Loop 288 Frontage Rd SB 107 Intersection of E University Dr and N Mayhill Rd / Cooper Creek Rd GPS ID Intersection Name City of Denton ADA Self-Evaluation and Transition Plan Signalized Intersection Listing 11/9/2021 108 Intersection of N Bell Ave and E Sherman Dr 109 Intersection of E University Dr and Mockingbird Ln 110 Intersection of E University Dr and Nottingham Dr 111 Intersection of N Elm St and FM 2164 112 Intersection of N Locust St and FM 2164 113 Intersection of N Elm St and W Windsor Dr 114 Intersection of N Locust St and Windsor Dr 115 Intersection of E Windsor Dr and E Sherman Dr 116 Intersection of Loop 288 and Kings Row 117 Intersection of I-35 Frontage Rd NB and N Elm St 118 Intersection of State of School Rd and I-35E Frontage Rd SB 119 Intersection of Lillian Miller Pkwy and I-35E Frontage Rd SB 120 Intersection of Teasley Ln and I-35E Frontage Rd SB 121 Intersection of Fort Worth Dr and I-35E Frontage Rd SB 122 Intersection of McCormick St and I-35E Frontage Rd SB 123 Intersection of S Bonnie Brae St and I-35E Frontage Rd SB 124 Intersection of W University Dr and I-35 Frontage Rd SB 125 Intersection of Noth Texas Blvd and I-35E Frontage Rd SB City of Denton ADA Self-Evaluation & Transition Plan January 5, 2022 Prepared by: 801 Cherry St Suite 1300, Unit 11 Fort Worth, TX 76102 i Table of Contents Abbreviations ..................................................................................................................... iii 1.0 Introduction.............................................................................................................. 1 1.1 Purpose ............................................................................................................................... 1 1.2 Legislative Mandate ............................................................................................................. 1 1.3 ADA Self-Evaluation and Transition Plan Development Requirements and Process .......... 1 1.4 Discrimination and Accessibility ........................................................................................... 2 1.4.1 Physical Barriers ................................................................................................................... 2 1.4.2 Programmatic Barriers .......................................................................................................... 2 1.4.3 Ongoing Accessibility Improvements .................................................................................... 3 1.4.4 City of Denton Approach ....................................................................................................... 3 1.4.5 Exceptions and Exemptions .................................................................................................. 3 1.5 New Construction and Alterations ....................................................................................... 4 1.6 Maintenance Versus Alterations .......................................................................................... 5 1.7 FHWA Guidance on Closing Pedestrian Crossings ............................................................. 6 1.8 Existing City Programs that Support ADA Compliance ........................................................ 6 2.0 Committee on Persons with Disabilities and Public Outreach Summary ........... 9 2.1 Web Survey ......................................................................................................................... 9 2.2 Web Map ............................................................................................................................. 9 3.0 Self-Evaluation and Summary of Findings .......................................................... 11 3.1 Programs, Procedures, and Policies Review ..................................................................... 11 3.1.1 ADA/504 Coordinator (Title I / Title II) ................................................................................. 11 3.1.2 Roles and Responsibilities of the ADA/504 Coordinator ..................................................... 12 3.1.3 ADA Grievance Policy, Procedure, and Form with Appeals Process for the ADA .............. 12 3.1.4 Public Notice Under the ADA .............................................................................................. 13 3.2 Programs, Services, and Activities Review ........................................................................ 13 3.3 Facilities Self-Evaluation Action Plan ................................................................................ 14 3.4 Existing Facility Inventory .................................................................................................. 14 3.4.1 Buildings and Facilities ........................................................................................................ 15 3.4.2 Parks ................................................................................................................................... 17 3.4.3 Signalized Intersections ...................................................................................................... 19 3.4.4 Sidewalk Corridors .............................................................................................................. 19 3.4.5 Facility Inventory Summary ................................................................................................. 19 3.5 Prioritization ....................................................................................................................... 20 3.5.1 Prioritization Factors for Facilities ....................................................................................... 20 3.6 Facilities Review ................................................................................................................ 24 3.7 Conclusion ......................................................................................................................... 25 4.0 Facility Costs ......................................................................................................... 27 4.1 Facilities Cost Projection Overview ................................................................................... 27 4.2 Implementation Schedule .................................................................................................. 28 4.3 Funding Opportunities ....................................................................................................... 28 4.3.1 Federal and State Funding .................................................................................................. 28 4.3.2 Local Funding ...................................................................................................................... 31 ii 4.3.3 Private Funding ................................................................................................................... 31 4.4 Next Steps ......................................................................................................................... 31 Appendix ........................................................................................................................... 33 Appendix A: Public Outreach Public Meeting Notes and Agenda Public Comments Summary Appendix B: Grievance Procedure Title II Grievance Procedure Appendix C: FHWA ADA Transition Plan Process Memo Appendix D: Facility Maps Buildings Parks Paved Trails Unpaved Trails Signalized Intersections Public Rights-of-Way Sidewalk Corridors Appendix E: Facility Reports E1: Buildings E2: Parks and Trails E3: Signalized Intersections and Public Rights-of-Way Sidewalk Corridors Appendix F: ADA Action Log Appendix G: Programs, Services, and Activities Review iii List of Tables Table 1. City Buildings .............................................................................................................................. 15 Table 2a. City Parks ................................................................................................................................... 17 Table 2b. City Park Trails .......................................................................................................................... 18 Table 3. Prioritization Factors for Buildings, Parks, and Trails ............................................................. 21 Table 4. Prioritization Factors for Signalized Intersections ................................................................... 22 Table 5. Prioritization Factors for Sidewalk Corridors and Curb Ramps .............................................. 23 Table 6. Condition Index Rating for Sidewalk Corridors and Unsignalized Intersection Curb Ramps ......................................................................................................................................................... 24 Table 7. Summary of Facility Costs ......................................................................................................... 27 Table 8. Implementation Schedule ........................................................................................................... 28 Table 9. Funding Opportunities ................................................................................................................ 30 List of Figures Figure 1. Maintenance versus Alteration Projects .................................................................................... 6 Abbreviations ADA – Americans with Disabilities Act CFR – Code of Federal Regulations CIP – Capital Improvement Program DOJ – United States Department of Justice EITA – Electronic and Information Technology Accessibility FHWA – Federal Highway Administration MUTCD – Manual on Uniform Traffic Control Devices PROWAG – Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way PSA – Programs, Services, and Activities TxDOT – Texas Department of Transportation WAVE – Web Accessibility Evaluation Tool iv [Page intentionally left blank] 1 1.0 Introduction 1.1 Purpose The purpose of this Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan is to summarize the current state of ADA accessibility compliance and to provide a roadmap for the City of Denton to execute, monitor, and update their ADA Transition Plan. Prioritization methodology for evaluating and implementing improvements was developed based on the applicable 2010 ADA Standards and 2011 Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way (PROWAG), and the details are provided in this document. This document includes an overview of the ADA and provides recommendations for the City of Denton based on guidance from the Federal Highway Administration (FHWA) and U.S. Department of Justice (DOJ) to improve accessibility for the public. 1.2 Legislative Mandate The Americans with Disabilities Act (ADA) is a civil rights law that mandates equal opportunity for individuals with disabilities. The ADA is comprised of five titles as described below, with Title II having the broadest impact on state and local governments. Additional information about the five titles of the ADA can be found at https://adata.org/learn- about-ada. Title I: Employment, requiring equal employment opportunity for individuals with disabilities. Title II: State and Local Government, requiring non-discrimination on the basis of disability for members of the public served by state and local governments. Title III: Public Accommodations, requiring non-discrimination on the basis of disabilities by non-government providers of public accommodations and in commercial facilities. Title IV: Telecommunications, requiring telephone and internet companies to provide a nationwide system of telecommunications relay services that allow individuals with hearing and speech disabilities to communicate over the telephone. Title V: Miscellaneous Provisions, including a variety of provisions relating to the ADA. The ADA prohibits discrimination in access to jobs, public accommodations, government services, public transportation, and telecommunications. Title II of the ADA also requires that all programs, services, and activities (PSAs) of public entities provide equal access for individuals with disabilities. The City of Denton has prepared this Transition Plan to identify barriers to accessibility and plan for implementation of strategies for barrier removal. 1.3 ADA Self-Evaluation and Transition Plan Development Requirements and Process The City of Denton is obligated to observe all requirements of Title I in its employment practices; Title II in its policies, programs, and services; any parts of Titles IV and V that apply to the City and its programs, services, or facilities; and all requirements specified in the 2010 ADA Standards and 2011 Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way (PROWAG) that apply to facilities and other physical holdings. Title II has the broadest impact on the City. Included in Title II are administrative requirements for all government entities employing more than 50 people. These administrative requirements are: 2 • Completion of a Self-Evaluation; • Development of an ADA complaint procedure; • Designation of at least one (1) person who is responsible for overseeing Title II compliance; and • Development of a Transition Plan to schedule the removal of the barriers uncovered by the Self-Evaluation process. The Transition Plan will become a working document until all barriers have been addressed. This document describes the process developed to complete the evaluation of the City of Denton’s PSAs and facilities, provides possible solutions to remove programmatic barriers, and presents a Transition Plan for the modification of facilities and public rights-of way to improve accessibility, which will guide the planning and implementation of necessary program and facility modifications over the next 30 years. The ADA Self-Evaluation and Transition Plan is significant in that it establishes the City’s ongoing commitment to the development and maintenance of PSAs and facilities that accommodate all its citizenry. 1.4 Discrimination and Accessibility Program accessibility means that, when viewed in its entirety, each program is readily accessible to and usable by individuals with disabilities. A person with a disability is defined as someone who has a physical or mental impairment that substantially limits one or more major life activity. More information regarding what defines a disability can be found at https://adata.org/faq/what-definition-disability-under-ada. Program accessibility is necessary not only for individuals with mobility needs, but also to individuals with sensory and cognitive disabilities. Accessibility applies to all aspects of a program or service, including but not limited to physical access, advertisement, orientation, eligibility, participation, testing or evaluation, provision of auxiliary aids, transportation, policies, and communication. The following are examples of elements that should be evaluated for barriers to accessibility: 1.4.1 Physical Barriers • Parking • Path of travel to, throughout, and between buildings and amenities • Access to amenities such as swimming pools, playgrounds, elevators benches, and trash cans • Doors • Service counters • Restrooms • Drinking fountains • Public telephones • Path of travel along sidewalk corridors within the public rights-of-way • Access to pedestrian equipment at signalized intersections 1.4.2 Programmatic Barriers • Building signage • Customer communication and interaction • Emergency notifications, alarms, and visible signals • Participation opportunities for City sponsored events 3 1.4.3 Ongoing Accessibility Improvements City PSAs and facilities evaluated during the Self-Evaluation will continue to be evaluated on an ongoing basis, and the ADA Transition Plan will be revised to account for changes that have been or will be completed since the initial Self-Evaluation. This Plan will be made available to the public through posting on the City's website. 1.4.4 City of Denton Approach The purpose of the Transition Plan is to provide the framework for achieving equal access to the City of Denton’s PSAs within a reasonable timeframe. The City's elected officials and staff believe that accommodating persons with disabilities is essential to good customer service, ensures the quality of life Denton residents seek to enjoy, and guides future improvements. This Plan has been prepared after careful evaluation of all City facilities. Additionally, the City plans to complete a full evaluation of all programs, services, and activities in a future project phase. The City of Denton is committed to making reasonable modifications in PSAs when the modifications are necessary to avoid discrimination based on disability, unless the City can demonstrate that making the modifications will fundamentally alter the nature of the program, service, or activity. The City of Denton will not place surcharges on individuals with disabilities to cover the cost involved in making PSAs accessible. 1.4.5 Exceptions and Exemptions A municipality is not required to take any action that would create any undue financial or administrative burden for the public entity, create a hazardous condition for other people, or threaten or destroy the historic significance of a historic property. In determining whether an alteration would impose an undue financial or administrative burden on a covered entity, factors to be considered include: (i) the nature and cost of the alteration needed; (ii) the overall financial resources of the facility or facilities involved in the provision of the reasonable accommodation; the number of persons employed at such facility; the effect on expenses and resources, or the impact otherwise of such accommodation upon the operation of the facility; (iii) the overall financial resources of the covered entity; the overall size of the business of a covered entity with respect to the number of its employees; the number, type, and location of its facilities; and (iv) the type of operation or operations of the covered entity, including the composition, structure, and functions of the workforce of such entity; the geographic separateness, administrative, or fiscal relationship of the facility or facilities in question to the covered entity. In determining whether an alteration would threaten or destroy the historic significance of a historic property, the City should first confirm if the property is on the National Register of Historic Places. Based on a search of the National Register of Historic Places NPGallery Database (https://npgallery.nps.gov/nrhp) and the associated geodatabase (https://irma.nps.gov/DataStore/Reference/Profile/2210280), there are eight (8) historical places within the City of Denton including the Cranston Site, Denton County Courthouse, Denton County Courthouse Square Historic District, the J. C. Lambert Site, Rector Road Bridge, the Rock-Griffith Site, the A. H. Serren Site, and the Wilson-Donaldson Site. There may be other documentation available not provided on these websites. A municipality is not necessarily required to make each of its existing facilities accessible to and usable by individuals with disabilities. In the event the City determines a proposed action would generate undue financial or administrative burden, create a hazardous condition for other people, or threaten or destroy the historic significance of a historic property, a municipality has a responsibility to communicate and document the decision and the methodology used to reach it. If an action would result in such an alteration or such burdens, a municipality shall take any other actions that would not result in such an alteration or such burdens but would nevertheless ensure that individuals with disabilities receive the benefits or services provided by the City. 4 1.5 New Construction and Alterations If the start date for construction is on or after March 15, 2012, all newly constructed or altered state and local government facilities must comply with the 2010 ADA Standards for Accessible Design. Before that date, the 1991 Standards (without the elevator exemption), the Uniform Federal Accessibility Guidelines, or the 2010 ADA Standards may be used for such projects when the start of construction commences on or after September 15, 2010. The most recent standard is the 2010 ADA Standards for Accessible Design, which sets the minimum requirements – both scoping and technical – for newly designed and constructed or altered state and local government facilities, public accommodations, and commercial facilities to be readily accessible to and usable by individuals with disabilities. It is effectuated from 28 Code of Federal Regulations (CFR) 35.151 and the 2004 Americans with Disabilities Act Accessibility Guidelines (ADAAG). However, the FHWA and DOJ recommend using PROWAG for designing facilities within the public rights-of-way as a best practice until it is adopted at the federal level. Additionally, the Texas Department of Transportation (TxDOT) has adopted PROWAG and incorporated the guidelines into design standards for pedestrian facilities. The Manual on Uniform Traffic Control Devices (MUTCD) is also incorporated by reference within PROWAG. The City of Denton has generally adopted PROWAG and incorporated the guidelines into the City’s design criteria. This allows for enforcement of these guidelines for all City projects within the public rights- of-way, regardless of the adoption status at the state and federal level. 2010 ADA Standards for Accessible Design The Department of Justice’s revised regulations for Titles II and III of the Americans with Disabilities Act of 1990 were published in the Federal Register on September 15, 2010. These regulations adopted revised, enforceable accessibility standards called the 2010 ADA Standards for Accessible Design, "2010 Standards." On March 15, 2012, compliance with the 2010 Standards was required for new construction and alterations under Titles II and III. March 15, 2012 is also the compliance date for using the 2010 Standards for program accessibility and barrier removal. PROWAG The U.S. Access Board is developing new guidelines for public rights-of-way that will address various accessibility issues, including access for blind pedestrians at street crossings, wheelchair access to on- street parking, and various constraints posed by space limitations, roadway design practices, slope, and terrain. The new guidelines will cover pedestrian access to sidewalks and streets, including crosswalks, curb ramps, street furnishings, pedestrian signals, parking, and other components of public rights-of-way. The Board’s aim in developing these guidelines is to ensure that access for persons with disabilities is provided wherever a pedestrian way is newly built or altered, and that the same degree of convenience, connection, and safety afforded the public generally is available to pedestrians with disabilities. Once these guidelines are adopted by the Department of Justice, they will become enforceable standards under Title II of the ADA. However, in a memorandum date January 23, 2006 from the Federal Highway Administration, the draft PROWAG is the recommended best practice and can be considered the state of the practice that could be followed for areas not fully addressed by the 2010 ADA Standards for Accessible Design. In the state of Texas, the Texas Administrative Code (TAC) references PROWAG compliance for elimination of barriers for public rights-of-way projects. Similarly, the Texas Department of Licensing and Regulation (TDLR) has incorporated PROWAG into their Texas Accessibility Standards (TAS) and site review process. As projects are completed, TDLR inspections are required to review compliance with these standards. MUTCD Traffic control devices shall be defined as all signs, signals, markings, and other devices used to regulate, warn, or guide traffic. These devices are placed on, over, or adjacent to a street, highway, pedestrian facility, bikeway, or private road open to public travel by authority of a public agency or official having 5 jurisdiction, or, in the case of a private road, by authority of the private owner or private official having jurisdiction. The Manual on Uniform Traffic Control Devices is incorporated by reference in 23 CFR Part 655, Subpart F and shall be recognized as the national standard for all traffic control devices installed on any street, highway, bikeway, or private road open to public travel in accordance with 23 U.S.C. 109(d) and 402(a). The policies and procedures of the FHWA to obtain basic uniformity of traffic control devices shall be as described in 23 CFR 655, Subpart F. It should be noted that the Texas Manual on Uniform Traffic Control Devices (TMUTCD) is incorporated by reference in the TAC and shall be recognized as the Texas standard for all traffic control devices installed on any public street, highway, bikeway, or private road open to public travel. 1.6 Maintenance Versus Alterations The DOJ has issued a briefing memorandum on clarification of maintenance versus alteration projects. Information contained in the briefing memorandum is below. We recommend this clarification be distributed to the appropriate City of Denton staff regarding when curb ramp installations (where curb ramps are missing) or curb ramp improvements (where existing curb ramps are non-compliant) are required within the limits of a project. The Americans with Disabilities Act of 1990 (ADA) is a civil rights statute prohibiting discrimination against persons with disabilities in all aspects of life, including transportation, based on regulations promulgated by the United States Department of Justice (DOJ). DOJ’s regulations require accessible planning, design, and construction to integrate people with disabilities into mainstream society. Further, these laws require that public entities responsible for operating and maintaining the public rights-of-way do not discriminate in their programs and activities against persons with disabilities. FHWA’s ADA program implements the DOJ regulations through delegated authority to ensure that pedestrians with disabilities have the opportunity to use the transportation system’s pedestrian facilities in an accessible and safe manner. FHWA and DOJ met in March 2012 and March 2013 to clarify guidance on the ADA’s requirements for constructing curb ramps on resurfacing projects. Projects deemed to be alterations must include curb ramps within the scope of the project. This clarification provides a single Federal policy that identifies specific asphalt and concrete-pavement repair treatments that are considered to be alterations – requiring installation of curb ramps within the scope of the project – and those that are considered to be maintenance, which do not require curb ramps at the time of the improvement. Figure 1 provides a summary of the types of projects that fall within maintenance versus alterations. This approach clearly identifies the types of structural treatments that both DOJ and FHWA agree require curb ramps (when there is a pedestrian walkway with a prepared surface for pedestrian use and a curb, elevation, or other barrier between the street and the walkway) and furthers the goal of the ADA to provide increased accessibility to the public right-of-way for persons with disabilities. This single Federal policy will provide for increased consistency and improved enforcement. 6 Figure 1. Maintenance versus Alteration Projects Source: DOJ Briefing Memorandum on Maintenance versus Alteration Projects 1.7 FHWA Guidance on Closing Pedestrian Crossings An alteration that decreases or has the effect of decreasing the accessibility of a facility below the requirements for new construction at the time of the alternation is prohibited. For example, the removal of an existing curb ramp or sidewalk (without equivalent replacement) is prohibited. However, the FHWA has indicated a crossing may be closed if an engineering study (performed by the City and not included in the scope of this Transition Plan) determines the crossing is not safe for any user. The crossing should be closed by doing the following: • A physical barrier is required to close a crossing at an intersection. FHWA has determined that a strip of grass between the sidewalk and the curb IS acceptable as a physical barrier. • A sign should be used to communicate the closure. Agencies wishing to close certain intersection crossings should have a reasonable and consistent policy on when to do so. If safety concerns are established by an engineering study, a pedestrian crossing should not be accommodated for any user. The City will consider closing an existing pedestrian crossing, including those that are accommodated based on the existing conditions at the crossing location (e.g., existing sidewalk leading up to the curb in the direction of the crossing or existing curb ramp or crosswalk serving the crossing), if it is determined to be unsafe by an engineering study. 1.8 Existing City Programs that Support ADA Compliance The City of Denton currently implements ADA compliant designs and improvements through the following efforts: ADA Maintenance ADA Alterations Crack Filling and Sealing Surface Sealing Chip Seals Slurry Seals Fog Seals Scrub Sealing Joint Crack Seals Joint repairs Dowel Bar Retrofit Spot High-Friction Treatments Diamond Grinding Pavement Patching Open-graded Surface Course Cape Seals Mill & Fill / Mill & Overlay Hot In-Place Recycling Microsurfacing/Thin Lift Overlay Addition of New Layer of Asphalt Asphalt and Concrete Rehabilitation and Reconstruction New Construction 7 • City Streets Department performs maintenance and repairs to existing sidewalks, ramps, and traffic signals to achieve ADA compliance for non-compliant features. • City Capital Projects and Engineering Department provides specifications and standards for installation of new sidewalks and curb ramps being constructed by the City or any entity constructing improvements in the public rights of way. • City Public Works Inspections Department inspects and accepts recent improvements to ensure compliance with relevant standards and ADA criteria. • City Parks and Recreation Department has completed the following actions: o Installation of new benches and associated clear space in parks o Inspection of recently constructed projects to ensure compliance with relevant standards o Hiring of Adapted and Inclusive Recreation Coordinator to help grow Park and Recreation programming o Coordinating with the Denton Parks Foundation to develop a fundraising program for a future inclusive playground o Integration of the City’s ADA Transition Plan into the Parks, Recreation, and Trails System Master Plan o Presentation of City’s ADA Transition Plan to Parks, Recreation, and Beautification Board in December 2021. [Remainder of page intentionally left blank] 8 [Page intentionally left blank] 9 2.0 Committee on Persons with Disabilities and Public Outreach Summary The City of Denton has received public input on the development of the Transition Plan through public meetings which were hosted on April 18, 2019, at 6:00 PM and March 18, 2021 at 3:00 PM. The meeting was attended by members of the City’s Committee on Persons with Disabilities as well as other members of the general public. The City will continue to solicit feedback from the public on the Transition Plan. Public meeting materials and summaries are provided in Appendix A. 2.1 Web Survey The City also developed a web survey that was open to the public. The survey was designed to help the City locate areas of greatest concern to the public and help provide better access to the community. Survey comment response have been summarized in the bullets below, and all comments received have been provided in Appendix A. Survey response feedback summary: • The City is generally accepting and accommodating of persons with disabilities, though there are still improvements to be made. • Sidewalk with obstructions such as utility poles, broken panels, utility boxes, and trees limit access. • Construction limits access, ensure adequate alternate routes are provided during periods of construction. • Connectivity of the pedestrian sidewalk network and the frequency of “missing sidewalk” sections should be considered where there are small gaps in the sidewalk. While not specifically a barrier based on accessibility, the gaps are problematic for all users. 2.2 Web Map The City also developed an online map to allow the public to identify specific locations where they experience issues related to accessibility, safety, connectivity, or suggestions for accessibility improvements that are needed in Denton. The web survey and map were sent out through social media and emailed to members of the Committee on Persons with Disabilities for redistribution. Opportunities for public feedback were publicized during the summer of 2019 and again during the spring and summer of 2021. These resources will continue to serve as a tool to solicit feedback from the public on the Transition Plan. 10 [Page intentionally left blank] 11 3.0 Self-Evaluation and Summary of Findings The City of Denton’s ADA Transition Plan currently reflects a comprehensive review of City-maintained building facilities, parks, signalized intersections, public rights-of-way sidewalks, and associated curb ramps. The Transition Plan will be updated to include the results of a comprehensive review of the programs, services, and activities provided to employees and the public once these elements are completed in a future phase. 3.1 Programs, Procedures, and Policies Review Under the ADA, the City of Denton is required to complete a Self-Evaluation of the City’s facilities, programs, policies, and practices. The Self-Evaluation identifies and provides possible solutions to those policies and practices that are inconsistent with Title II requirements. To be compliant, the Self-Evaluation should consider all the City’s PSAs, as well as the policies and practices the City uses to implement its various programs and services. Strategies to achieve program accessibility include but are not limited to: (1) Relocation of programs to accessible facilities; (2) Modifications to existing programs so they are offered in an accessible manner; (3) Structural alteration of an existing facility; (4) Policy modifications to ensure nondiscrimination; and (5) Auxiliary aids provided to produce effective communication. 3.1.1 ADA/504 Coordinator (Title I / Title II) Under the ADA Title II, when a public entity has 50 or more employees based on an entity-wide employee total count, the entity is required to designate at least one (1) qualified responsible employee to coordinate compliance with ADA requirements. The name, office address, and telephone number of this individual must be available and advertised to employees and the public. This allows for someone to assist with questions and concerns regarding disability discrimination to be easily identified. ADA/504 Coordinator: Self-Evaluation Findings The City of Denton has appointed three separate ADA Coordinators, each serving a different area of responsibility for the City. Below is their contact information. Deby Skawinski, ADA Coordinator Human Resources Scott Gray, ADA Coordinator City Facilities Nathan George, AICP, ADA Coordinator Capital Projects and Engineering 601 E. Hickory St., Suite A, Human Resources Denton, TX 76205 12 Office: 940-349-7810 Relay: 1-800-735-2989 Main Line: 940-349-8200 ada@cityofdenton.com This information is posted on the Americans with Disabilities Act Notice page on the City website (here: https://www.cityofdenton.com/499/Americans-with-Disabilities-Act-ADA-Noti). The City may consider having only a single official ADA coordinator, and have representatives from other City departments serve as ADA Liaisons. The ADA Liaisons would be responsible for tasks that are specific to their department, and all information would be funneled through the single ADA Coordinator. This format allows for a single point of contact when member of the public is seeking the City’s ADA Coordinator to file a grievance or ask a question. The ADA Coordinator’s information should be prominently displayed in common areas that are accessible to all employees and areas open to the public. Also, the ADA Coordinator contact information should be included in materials that are distributed from the City as part of the public notice under the ADA described in Section 4.1.4. This includes posting this information on the website. More information is available in Chapter 2 of the ADA best practice toolkit here: https://www.ada.gov/pcatoolkit/chap2toolkit.htm. 3.1.2 Roles and Responsibilities of the ADA/504 Coordinator Below is a list of qualifications for ADA Coordinators that are recommended by U.S. Department of Justice: • Familiarity with the entity’s structures, activities, and employees; • Knowledge of the ADA and other laws addressing the rights of people with disabilities, such as Section 504 of the Rehabilitation Act; • Experience with people with a broad range of disabilities; • Knowledge of various alternative formats and alternative technologies that enable individuals with disabilities to communicate, participate, and perform tasks; • Ability to work cooperatively with local entities and people with disabilities; • Familiarity with any local disability advocacy groups or other disability groups; • Skills and training in negotiation and mediation; and • Organizational and analytical skills. 3.1.3 ADA Grievance Policy, Procedure, and Form with Appeals Process for the ADA Local governments with 50 or more employees are required to adopt and publish procedures for resolving grievances in a prompt and fair manner that may arise under Title II of the ADA. Neither Title II nor its implementing regulations describe what ADA grievance procedures must include; however, the U.S. Department of Justice suggests the follow content: • A description of how and where a compliant under Title II may be filed with the government entity; • If a written compliant is required, a statement notifying potential complainants that alternative means of filing will be available to people with disabilities who require such an alternative; • A description of the time frames and processes to be followed by the complainant and the government entity; • Information on how to appeal an adverse decision; and • A statement of how long compliant files will be retained. ADA Grievance Policy, Procedure, and Form with Appeals Process for the ADA (Title II): Completed Actions 13 • The City has established a Title II ADA grievance policy, procedure, and form with an appeals process, that is available in alternative formats so that it is accessible to all people with disabilities. • A copy of the Title II Grievance Procedure which includes a link to the City’s online grievance form have been provided in Appendix B. 3.1.4 Public Notice Under the ADA The ADA public notice requirement applies to all state and local governments covered by Title II, including entities with fewer than 50 employees. The target audience for the public notice includes applicants, beneficiaries, and other people interested in the entity’s programs, services, and activities. This notice is required to include information regarding Title II of the ADA and how it applies to the programs, services, and activities of the public entity. The Department of Justice suggests including brief statements about: • Employment; • Effective communication; • Making reasonable modifications to policies and programs; • Not placing surcharges on modifications or auxiliary aids and services; and • Filing complaints. Public Notice Under the ADA: Completed Actions • The City has published an ADA Public Notice, which is available on the Americans with disabilities act notice page on the City’s website (here: https://www.cityofdenton.com/499/Americans-with-Disabilities-Act-ADA-Noti). 3.2 Programs, Services, and Activities Review The City of Denton will compile a list of all City programs, services, and activities for compliance with Title II of the ADA in a future phase. The City will evaluate current status regarding ADA requirements including eligibility requirements, participation requirements, facilities used, staff training, tours, transportation, communication, notifications, public meetings, the use of contracted services, purchasing, maintenance of accessible features, and emergency procedures. The inventory and Self-Evaluation of these PSAs will be completed in a future project phase and updates to the City’s Transition Plan will be made to include findings and possible solutions for identified barriers. Detailed information related to the status of the City’s programs, services, and activities will be contained in Appendix G. When choosing a method of providing program access, the City should attempt to give priority to the method that promotes inclusion among all users, including individuals with disabilities. PSAs offered by the City to the public must be accessible. Accessibility applies to all aspects of a program, services, or activity, including advertisement, orientation, eligibility, participation, testing or evaluation, physical access, provision of auxiliary aids, transportation, policies, and communication. However, the City does not have to take any action that will result in a fundamental alteration in the nature of a program or activity, create a hazardous condition for other people, or result in an undue financial and/or administrative burden. This determination can only be made by the ADA/504 Coordinators and/or an authorized designee of the City, such as the City Manager or their designee and must be accompanied by a written statement detailing the reasons for reaching the determination. 14 The determination of undue burden must be based on an evaluation of all resources available for use. If a barrier removal action is deemed unduly burdensome, the City must consider all other options for providing access that will ensure that individuals with disabilities receive the benefits and services of the program or activity. This process must be fully documented. 3.3 Facilities Self-Evaluation Action Plan The Federal Highway Administration (FHWA) has provided guidance on the ADA Transition Plan process in their “INFORMATION AND ACTION: ADA Transition Plan Process” memo dated November 17, 2015 (see Appendix C). While this memo specifically addresses State Departments of Transportation, FHWA also recommends this guidance for local municipalities until municipality-specific guidance is developed by FHWA. The memo includes a checklist for elements to be included in an ADA Transition Plan and other ADA requirements that agencies must fulfill. Items included in the FHWA checklist related to the public rights-of-way are: • Inventory of Barriers (identification of physical obstacles) o Identify intersection information, including curb ramps and other associated accessibility elements. o Require an Action Plan to develop an inventory of sidewalks (slopes, obstructions, protruding objects, changes in level, etc.), signals (including accessible pedestrian signals), bus stops (bus pads), buildings, parks and amenities, parking, rest areas (tourist areas, picnic areas, visitor centers, etc.), mixed use trails, linkages to transit. o Discuss jurisdictional issues/responsibilities for sidewalks. • Schedule o Show a strong commitment toward upgrading ADA elements identified in the inventory of barriers in the short-term (planned capital improvement projects and maintenance activities). o Show a strong commitment over time toward prioritizing curb ramps at walkways serving entities covered by the ADA. o Schedule should include prioritization information, planning, and investments directed at eliminating other identified barriers over time. Dedicate resources to eliminate identified ADA deficiencies. • Implementation Methods o Describe the methods that will be used to make the facilities accessible and include the governing standard (e.g., 2010 ADA Standards, 2011 PROWAG). The City of Denton has evaluated all City-owned and/or maintained facilities for compliance with 2010 ADA Standards for Accessible Design, the 2012 Texas Accessibility Standards, and 2011 Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way (PROWAG). 3.4 Existing Facility Inventory The first step in completing a Self-Evaluation Action Plan is understanding what facilities the City is responsible for maintaining and where each of these facilities is located. The existing facility inventory includes City-owned or maintained buildings, parks, signalized intersections, and sidewalk corridors that existed at the time this Transition Plan was developed (2019 for intersections and sidewalks and 2021 for building and park facilities). Inventories for buildings, parks, signalized intersections, and sidewalk corridors have been developed and are summarized in the following sections. 15 3.4.1 Buildings and Facilities All City-maintained buildings and facilities have been inventoried through coordination with City staff and documented in a map and ArcGIS-based geodatabase. The inventory resulted in documentation of 72 City-maintained buildings that are listed in Table 1 and shown on a map in Appendix D. If a City of Denton employee requests an accommodation to work at an employee-only area in one of the buildings where all requirements for public access have not been met, the City will evaluate the associated elements at that property at the time of the request per ADA Title I requirements for employers. Table 1. City Buildings Buildings Location Name Property Address 1. Civic Center 321 E McKinney St. 2. Civic Center Pool 515 N Bell Ave. 3. Denton Senior Center 509 N Bell Ave. 4. Natatorium 2400 Long Rd. 5. Denia Recreation Center 1001 Parvin St. 6. MLK Jr Recreation Center 1300 Wilson St. 7. American Legion Hall Senior Center 629 Lakey St. 8. North Lakes Recreation Center 2001 W Windsor Dr. 9. Airport Control Tower 5003 Airport Road 10. Airport LESA 4550 Schweizer 11. Airport Terminal & Admin Building 5000 Airport Road 12. Quebec Hangars 2031 - 2241 Skylane 13. T-Hanger 5000 Airport Road 14. Monsignor King Outreach Center 300 Woodrow Lane 15. Electric Administration Building 1659 Spencer Rd 16. Engineering and Systems Operations 1685 Spencer Road 17. Transmission Engineering Department Building 1671 Spencer Road 18. Metering Pit 1701 Spencer Road 19. DME Garage 1701 Spencer Road 20. Utility Office/Field Operations 1701-C Spencer Road 21. DME Parking Facility 1701 D. Spencer Road 22. Facilities Management 869 S. Woodrow 23. New Central Fire Station 332 E. Hickory 24. Fire Station #2 110 Mockingbird Lane 25. Fire Station #3 1204 McCormick 26. Fire Station Annex (Old #4) 2110 Sherman Drive 27. New Fire Station #4 2116 E. Sherman Drive 28. Fire Station #5 2230 Windsor 29. Fire Station #6 3232 Teasley Lane 30. Fire Station #7 4201 Vintage Blvd. 16 Table 1. City Buildings (continued) Buildings 31. Fire Drill Tower (Fire Station #7) 4201 Vintage Blvd. 32. Fire Outdoor Classroom (Fire Station #7) 4111 Vintage Blvd. 33. Fire Station #8 3131 Colorado Boulevard 34. City Hall 215 East McKinney Street 35. Emily Fowler Library 405 Oakland 36. North Branch Library 3020 N. Locust 37. South Branch Library 3228 Teasley Lane 38. Fleet Service Center 801 Texas Street 39. Service Center 801 Texas Street 40. Traffic Control 801 Texas Street 41. Center for Visual Arts 400 E. Hickory Street 42. North Lakes Annex 1117 Riney Road 43. Linda McNatt Animal Care & Adoption Center 3717 N. Elm Street 44. Police Firing Range Airport Road 45. SW Triple Wide 527 S. Mayhill Road 46. ECO-W.E.R.C.S. @ Pecan Creek 651 Mayhill Road 47. Master Recycling Svcs - Building 101 1001 S. Mayhill Road 48. Landfill Weigh Station 1527 S. Mayhill Road, #104 49. Household Hazardous Waste Building 1527 S. Mayhill, Building 300 50. Solid Waste Maintenance Building 1527 S. Mayhill Road 51. Solid Waste Services Building 1527 S. Mayhill Road 52. Truck Wash 1521 S. Mayhill Road 53. Alternative Fuel Island 1521 S. Mayhill Road 54. City Hall East (Municipal Complex) 601 East Hickory 55. City Hall West (vacant) 221 North Elm Street 56. Denton Development Center 401 N. Elm Street 57. PCRP - Administration 1100 Mayhill Road 58. PCRP - Belt Press Building 1100 Mayhill Road 59. PCRP - Beneficial Reuse Building 1100 Mayhill Road 60. PCRP - Electronics Office 1100 Mayhill Road 61. PCRP - New Administration Building 1100 Mayhill Road 62. PCRP - Old Blower Building 1100 Mayhill Road 63. PCRP - Operations Building 1100 Mayhill Road 64. PCRP - Pretreatment Building 1100 Mayhill Road 65. LL WTP - Blower Building 1701-B Spencer Road 66. LL WTP - Maintenance Building 1701-B Spencer Road 67. LL WTP - Operations Building 1701-B Spencer Road 68. LL WTP - Ozone Generator Building 1701-B Spencer Road 69. LRR WTP - Admin Building 16525 Lake Ray Roberts Road 17 Table 1. City Buildings (continued) Buildings 70. LRR WTP - Ozone Generation Building 16525 Lake Ray Roberts Road 71. Denton Energy Center 8161 Jim Christal Road 72. Solid Waste Fleet/Maintenance Shop 1527 S. Mayhill Road 3.4.2 Parks All City-maintained parks have been inventoried and documented in a map and ArcGIS-based geodatabase. 38 City- maintained parks are listed in Table 2a and shown on a map in Appendix D. Within the parks, 22 paved trails and three (3) unpaved trails were identified as part of the facility inventory. These trails are listed in Table 2b and shown on a map in Appendix D. Table 2a. City Parks Parks Location Name Property Address 1. Goldfield Tennis Center and North Lakes Park Driving Range 2005 W Windsor Dr. 2. Briercliff Park 3200 State School Road 3. Industrial Park 108 Industrial St 4. Nette Shultz Park 1517 Mistywood Lane 5. North Lakes Park Soccer Office and Concession Stand #3 Pavillion Football Concession Stand Softball Concession Stand Soccer Concession Stand Vela Concession Stand 2001 W Windsor Dr 6. Quakertown Park 700 Oakland St 7. South Lakes Park 556 Hobson Lane 8. IOOF Cemetery 711 S Carroll Blvd 9. Oakwood Cemetery 500 S Bradshaw 10. Avondale Park 2021 Devonshire Dr 11. Carl Young, Sr. Park 327 S Wood St 12. Cross Timbers Park South 8402 Clear River Ln 13. Denia Park Concession Stand 1001 Parvin St 14. Evers Park North Baseball Concession Stand South Baseball Concession Stand 3201 N Locust St 15. Fred Moore Park 500 S Bradshaw St 16. Lake Forest Park 1760 E. Ryan Rd 17. Mack Park Baseball Concession Stand 1700 E. McKinney St. 18. Martin Luther King Jr. Park 1300 Wilson St 18 Table 2a. City Parks (continued) Parks Location Name Property Address 19. McKenna Park 700 N Bonnie Brae 20. Skate Works 2400 Long Road 21. Spc. Ernest W. Dallas Jr. Veterans Memorial Park 6100 Sunray Dr 22. Water Works Park 2400 Long Road 23. Bowling Green Park 2200 Bowling Green St 24. Carnegie Ridge Park (Patrick) 6500 Ridglea Court 25. Cross Timbers Park North 7601 Waterside Pl 26. Cooper Creek Linear Park 1511 Stuart Rd 27. Cooper Glen Park 3330 N Locust St 28. Sherman Park 1400 Stuart Rd 29. Frontier Park 3001 Frontier Drive 30. Jimmy Carter Park 2603 N Bell Ave Tx 31. Joe Skiles Park 1721 Stonegate Dr 32. Milam Park 256 Mockingbird Lane 33. North Pointe Park 1400 W. Hercules Lane 34. Owsley Park 2425 Stella St 35. Sequoia Park 1404 E University Dr 36. Wheeler Ridge Park 3100 Lipizzan Dr 37. Clear Creek Natural Heritage Center 3310 Collins Road 38. Greenbelt (open space) East University Table 2b. City Park Trails Paved Park Trails Location Name Property Address 1. Katy Trail (Denton Rail Trail) N/A 2. Nette Shultz Trail 1517 Mistywood 3. North Lakes Trail 2001 W Windsor 4. Quakertown Trail 321 E McKinney 5. South Lakes Trail 501 Hobson 6. Avondale Trail 2021 Devonshire 7. Evers Park Trail 3201 N Locust 8. Fred Moore Trail 500 S Bradshaw 9. Lake Forest Trail 1760 E. Ryan Rd 10. Northwest Denton Trail Evers Pkwy to W Windsor 11. Preserve at Pecan Creek 4701 Lakeview Blvd 12. Special Ernest W Dallas Jr 1400 LF Loop 13. Unicorn Lake / Briercliff Trail 3000 State School Road 19 Table 2b. City Park Trails (continued) Paved Park Trails Location Name Property Address 14. Bowling Green Trail 2200 Bowling Green 15. Carl Young Park Trail 327 S Wood 16. Cooper Creek Trail 1511 Stuart Rd 17. Cross Timbers Trail 7601 Waterside Pl 18. Denia Trail 1001 Parvin 19. Frontier Park Trail 600 LF Loop 20. North Pointe Trail West Hercules Lane 21. Sequoia Trail 1400 E University Dr 22. Wheeler Ridge Trail 3100 Lipizzan Dr Unpaved Park Trails Location Name Property Address 1. IOOF Cemetery Trail 2520 LF Loop 2. Oakwood Cemetery Trail 1535 LF Loop 3. Clear Creek Trail 3310 Collins Road 3.4.3 Signalized Intersections All City-maintained signalized intersections have been inventoried and documented in a map and ArcGIS-based geodatabase. A portion of the signalized intersections fall along TxDOT roadways, however, the maintenance agreement between the City of Denton and TxDOT states that it is the City of Denton’s responsibility to maintain these signalized intersections. Based on the inventory, the City maintains 125 signalized intersections which are shown on a map in Appendix D. 3.4.4 Sidewalk Corridors Using aerial imagery and existing inventory information, an updated GIS-based inventory of City-maintained sidewalk corridors and cross street locations was developed in 2019. Based on the inventory, the City of Denton maintains approximately 374 miles of sidewalk corridors, including pedestrian street and driveway crossings. There are approximately 7,500 curb ramps that exist at unsignalized cross street intersections and driveways and alleys along the City-maintained sidewalk corridors. A map of the inventoried sidewalk corridors has been evaluated in Appendix D. 3.4.5 Facility Inventory Summary Based on the completed inventory for facilities in the public right-of-way, the City has identified the following facilities for future evaluation: • 72 buildings; • 38 parks which include 22 paved trails and 4 unpaved trails; • 139 signalized intersections; and • 374 miles of sidewalk and approximately 7,500 curb ramps at unsignalized intersections, driveways, and alleys along the sidewalk corridors. 20 3.5 Prioritization The following sections outline the prioritization factors and results of the prioritization for buildings, parks, signalized intersections, sidewalks, and unsignalized intersections. Each facility type has a different set of parameters to establish the prioritization for improvements. These prioritization factors were taken into consideration when developing the implementation plan for the proposed improvements. 3.5.1 Prioritization Factors for Facilities To aid in the development of the implementation plan, prioritization and condition index information has been provided for each building, park, signalized intersection, sidewalk, and unsignalized intersections with identified compliance issues. Tables 3-6 provide the prioritization criteria for the evaluated facilities. All compliance elements included in the prioritization schedule are based on requirements from the 2010 ADA Standards for Accessible Design, PROWAG, and the Texas Accessibility Standards. While every effort will be made to design and implement improvements to be consistent with these standards, the City will provide access to the maximum extent feasible where full compliance is technically infeasible. Priorities were assigned based on DOJ priorities for facility access, previous project experience, and case law with respect to the severity of non-compliance. FHWA and DOJ have not provided any guidance on how to prioritize issues, only that prioritization information should be included as part of the schedule; however, best practices suggest that the prioritization methodology and resulting thresholds be first based on the severity of non-compliance (i.e., dangerous condition) and then second based on the barrier’s proximity to pedestrian attractors (e.g., adjacent to a hospital or governmental facility with high daily pedestrian traffic). Since raw data has been collected during the Self-Evaluation, all data needed for prioritization is contained in the database except for known complaints. Any complaints received by the City will be reviewed, and associated prioritization updates will be incorporated into the database. Buildings, Parks, and Trails were prioritized on a 12-point scale, which is defined in Table 3. This prioritization methodology was developed by the Consultant Team to aid the City in determining how the building should be prioritized for improvements based on the severity of non-compliance with ADA. Signalized intersections were prioritized on a 13-point scale. The 13-point scale, which is used to prioritize signalized intersections, is defined in Table 4. This prioritization methodology was developed by the Consultant Team to aid the City in determining which signalized intersections should be prioritized for improvements over other signalized intersections based on the severity of non-compliance with ADA. Sidewalk corridors and curb ramps were prioritized on a 3-point scale and were given a priority of either High/Severe, Medium/Moderate, or Low/Slight based on the severity of non-compliance, which is defined in Table 5. After the identification of priorities for individual sidewalk segments, a sidewalk condition index is used to represent the overall condition of the sidewalk corridor based on the frequency and severity of issues. The sidewalk condition index is broken into subcategories as shown in Table 6. Additionally, the City of Denton is developing a sidewalk Pedestrian Potential Index to help guide the prioritization of improvements along City sidewalk corridors. 21 Table 3. Prioritization Factors for Buildings, Parks, and Trails Priority Criteria 1 (high) Grievance known or severe access limitations 2 (high) • Element is more than twice the allowable requirement. No known complaint. • AND (for exterior conditions) location is near a hospital, school, transit stop, government building, or other pedestrian attractor. 3 (high) • Element is more than twice the allowable requirement. No known complaint. • AND (for exterior conditions) location is not near a hospital, school, transit stop, government building, or other pedestrian attractor. 4 (high) Issues with parking or exterior conditions (DOJ level 1) – moderately out of compliance 5 (medium) Issues with access to goods and services (DOJ level 2) – severely out of compliance 6 (medium) Issues with: • Access to goods and services (DOJ level 2) – moderately out of compliance; • Parking or exterior conditions (DOJ level 1) – minimally out of compliance; OR • Restrooms (DOJ level 3) – severely out of compliance 7 (medium) Issues with: • Access to goods and services (DOJ level 2) – minimally out of compliance; • Restrooms (DOJ level 3) – moderately out of compliance; OR • Drinking fountains or public phones (DOJ level 4 & 5) – severely out of compliance 8 (medium) Issues with drinking fountains or public phones (DOJ level 4 & 5) – moderately out of compliance 9 (low) Issues with restrooms (DOJ level 3) – minimally out of compliance 10 (low) Issues with drinking fountains or public phones (DOJ level 4 & 5) – minimally out of compliance 11 (low) • Client is a Title II agency; AND • Elements out of compliance, but may be able to be handled programmatically or do not need to be handled unless or until the agency hires a person with a disability 12 (low) Element is fully compliant with an older standard (safe-harbored), but will need to be brought into compliance with current standards if altered 22 Table 4. Prioritization Factors for Signalized Intersections Priority Criteria 1 (high) Grievance filed on curb ramp or intersection or known accident/injury at site 2 (high) Existing curb ramp with any of the following conditions: • Running slope > 12% • Cross slope > 7% • Obstruction to or in the curb ramp or landing • Level change > ¼ inch at the bottom of the curb ramp • No detectable warnings AND within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 3 (high) • No curb ramp where sidewalk or pedestrian path exists AND within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 4 (high) No curb ramps, but striped crosswalk exists 5 (medium) Existing curb ramp with any of the following conditions: • Running slope > 12% • Cross slope > 7% • Obstruction to or in the curb ramp or landing • Level change > ¼ inch at the bottom of the curb ramp • No detectable warnings AND NOT within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 6 (medium) • No curb ramp where sidewalk or pedestrian path exists AND NOT within a couple of blocks of a hospital, retirement facility, medical facility, parking garage, major employer, disability service provider, event facility, bus/transit stop, school, government facility, public facility, park, library, or church, based on field observations. 7 (medium) Existing diagonal curb ramp (serving both crossing directions on the corner) is non- compliant and should be replaced with two curb ramps, one serving each crossing direction on the corner. 8 (medium) Existing curb ramp with any of the following conditions: • Cross slope > 5% • Width < 36 inches • Median/island crossings that are inaccessible 9 (low) Existing curb ramp with either running slope between 8.3% and 11.9% or insufficient turning space 10 (low) Existing diagonal curb ramp without a 48-inch extension into the crosswalk 11 (low) Existing pedestrian push button is not accessible from the sidewalk and/or curb ramp 12 (low) Existing curb ramp with returned curbs where pedestrian travel across the curb is not protected 13 (low) All other intersections not prioritized above 23 Table 5. Prioritization Factors for Sidewalk Corridors and Curb Ramps Criteria Description Priority 1 (Severe) 2 (Moderate) 3 (Slight) Heave Sidewalk/ramp or multiple slabs have uplifted over a short length > 5" over 5' (> 8%) 2.5" to 5" over 5' (4% to 8%) 0" to 2.5" over 5' (4%) Sag Sidewalk/ramp or multiple slabs have settled over a short length > 5" over 5' (> 8%) Will pond up to 2.5" 2.5" to 5" over 5' (4% to 8%) May pond up to 5" 0" to 2.5" over 5' (4%) May pond up to 2.5" Tilt Sidewalk/ramp or multiple slabs have tilted over a short length > 4% (> 1" over 2') 2% to 4% (1/2" to 1" over 2') 0% to 2% (1/2" over 2') Shattered Slab Slab/walk/ramp have two or more cracks and may be associated with settlement Cracks > 1", noticeable settlement Cracks 1/4" to 1", slight settlement Slab still flat, cracks < 1/4" Transverse Crack A crack across the width of a slab/walk/ramp Cracks > 1", noticeable displacement Cracks 1/4" to 1", slight displacement Slab still flat, cracks < 1/4" Longitudinal Crack A crack along the length of a slab/walk/ramp Cracks > 1", noticeable displacement Cracks 1/4" to 1", slight displacement Slab still flat, cracks < 1/4" Fault Vertical displacement at a joint or crack (either up or down) > 1" 1/2" to 1" < 1/2" Texture Loss of fines, crazing, pop outs or scaling of the sidewalk/ramp surface The surface texture is rough - aggregate exposed almost like gravel, small wheels stop rolling Surface has lost its fines, aggregate exposed, small wheels will jam while rolling Surface is just starting to lose its smooth texture, slight exposing of aggregate - still suitable for small wheels Corner Break The corner of a slab/ramp (greater than a 6 square inch area) has broken off or edge of walk has become ragged Cracks > 1", noticeable settlement, edge is jagged and failed Cracks 1/4" to 1", slight settlement, edge noticeably deteriorated Slab still flat, cracks < 1/4", edge slightly deteriorated Joint Damage The joints have opened up or loss of joint sealant Joint is opened > 2" and weeded Joint is opened 1" to 2" and weeded Joint is opened up to 1" Patching The sidewalk/ramp has been patched or cut and patched Patch has dropped or heaved, failed, very rough and will trap small wheels Patch is starting to fail, rough or made from dissimilar material Patch is smooth matching sidewalk surface and made of similar material Slope The sidewalk/ramp has excessive slope > 12.5% slope 3" in 2’ 8.33% to 12.5% 2" to 3" in 2' Up to 8.33% slope Up to 2" in 2' 24 Table 6. Condition Index Rating for Sidewalk Corridors and Unsignalized Intersection Curb Ramps Condition Rating Condition Index Range Excellent 90 ≤ Condition Index ≤ 100 Very Good 80 ≤ Condition Index < 90 Good 70 ≤ Condition Index < 80 Fair 60 ≤ Condition Index < 70 Marginal 40 ≤ Condition Index < 60 Poor 20 ≤ Condition Index < 40 Very Poor 0 ≤ Condition Index < 20 3.6 Facilities Review The City’s Self-Evaluation Action Plan outlines a proposed prioritization and schedule for public facilities to be evaluated for compliance. Based on this plan, the facility assessments were completed in both 2019 and 2021. Facility assessments were completed through in-person inspection for buildings, parks, and signalized intersections. Sidewalk corridors assessments were completed through a combination of automated measurements from an ATV- mounted gyroscope slope analysis system, issue locations extracted from high-resolution video, and in-person inspection. All City buildings with public access have been evaluated for compliance with the 2010 ADA Standards for Accessible Design and the 2012 Texas Accessibility Standards, including parking lots, path of travel from the parking lot to the building, access into the building, signage, building interiors where public access is provided, drinking fountains, telephones, bathrooms, and counter heights. A summary of the building evaluations and the associated detailed project reports are included in Appendix E1. All existing parks and trails have been evaluated for compliance with the 2010 ADA Standards for Accessible Design and the 2012 Texas Accessibility Standards, including parking lots, path of travel from the parking lot to the park amenities, access into facilities, signage, drinking fountains and restrooms. City-owned or maintained paved trails, unpaved-trails and pedestrian bridges within these parks have also been evaluated for ADA compliance. A summary of the park evaluations and the associated detailed project reports are included in Appendix E2. All City-owned or maintained signalized intersections have been evaluated for compliance with PROWAG. Signalized intersection evaluations document the conditions and measurements along the pedestrian path of travel, which includes street crossings, curb ramps, sidewalk adjacent to the curb ramps, and pedestrian signal equipment and adjacent clear spaces. A summary of the signalized intersection evaluations and the associated detailed project reports are included in Appendix E3. All City-maintained pedestrian paths of travel have been evaluated for compliance with PROWAG based on the conditions and measurements along the pedestrian path of travel, which includes the sidewalk, curb ramps, and pedestrian crossings at driveway openings. At intersections where existing sidewalk does not cross the curb, and curb ramps are not installed, no evaluations are needed. Locations where curb ramps are missing, but are required, have also be identified and included in the Transition Plan. The ADA of 1990, Section 35.150, Existing Facilities, requires that the Transition Plan include a schedule for providing curb ramps or other sloped areas at existing pedestrian walkways, which applies to all facilities constructed before 1992. For any sidewalk installations constructed from 1992 to March 15, 2012, the curb ramps should have been installed as part of the sidewalk construction project per the 1991 Standards for Accessible Design, Section 4.7 Curb 25 Ramp, which states, “curb ramps complying with 4.7 shall be provided wherever an accessible route crosses a curb.” For sidewalk installations constructed on or after March 15, 2012, similar guidance is provided in the 2010 Standards for Accessible Design, Section 35.151 of 28 CFR Part 35, New Construction and Alterations, which states, “newly constructed or altered street level pedestrian walkways must contain curb ramps or other sloped areas at any intersection having curb or other sloped areas at intersections to streets, roads, or highways.”. A summary of the sidewalk corridor and unsignalized intersection curb ramp evaluations and the associated detailed project reports are included in Appendix E3. A listing of evaluated facilities and summary of the associated Self-Evaluation findings and possible solutions is provided in Appendices E1-E3. 3.7 Conclusion This document serves as the ADA Transition Plan for the City of Denton. In developing the Transition Plan, City facilities were reviewed for compliance with ADA guidelines and a Self-Evaluation was conducted on the following facilities: • 72 buildings; • 38 parks including 22 paved trails and four (4) unpaved trails; • 123 signalized intersections; and • 374 miles of sidewalk and driveways along the sidewalk corridors. The possible solutions were prioritized, and an implementation plan was developed to provide guidance for the City’s improvement projects in the coming years. Public outreach was also conducted to aid in the development of the plan. The City is taking the actions referenced below and will continue to look for and remedy, barriers to access to ensure that Denton citizens who are disabled are given access to the City's facilities and PSAs. To confirm follow-up on corrective actions required under the Transition Plan, the City will institute an ADA Action Log, documenting its efforts at compliance with the ADA. It is anticipated that the ADA Action Log and associated corrective actions will be tracked through the City’s asset management platform. See the initial ADA Action Log provided in Appendix F. [The remainder of this page intentionally left blank.] 26 [Page intentionally left blank] 27 4.0 Facility Costs 4.1 Facilities Cost Projection Overview To identify funding sources and develop a reasonable implementation schedule, cost projection summaries for only the facilities evaluated were developed for each facility type. To develop these summaries, recent bid tabulations from the Texas Department of Transportation (TxDOT) construction projects, the Means ADA Compliance Pricing Guide, and Consultant Team experience with similar types of projects were the basis for the unit prices used to calculate the improvement costs. A contingency percentage (20%) was added to the subtotal to account for increases in unit prices in the future in addition to an engineering design percentage (15%). All costs for building and park facilities are in 2021 and all costs for intersections and sidewalk corridors are in 2019 dollars. Table 7 provides a summary of the estimated costs to bring each facility into compliance. Table 7. Summary of Facility Costs Facility Type Priority High Medium Low Total* Buildings $601,700 $3,063,600 $991,650 $4,656,950 Parks $598,800 $2,393,890 $57,510 $3,050,200 Park Paved Trails $225,450 $1,252,060 $2,030 $1,479,540 Park Unpaved Trails $43,200 $5,400 $0 $48,600 Signalized Intersections $1,639,400 $2,505,000 $686,200 $4,830,600 Public Rights-of-Way Sidewalk $1,468,800 $5,699,000 $4,191,560 $11,359,360 Public Rights-of-Way Unsignalized Intersection Curb Ramps $3,227,700 $2,408,510 $12,709,500 $18,345,700 City Totals $7,805,050 $17,327,460 $18,638,450 $43,770,950 *Table values are rounded for simplification It is important to note that the facility cost estimates in Table 7 only include the costs to remediate accessibility compliance issues as determined by a visual inspection of the facilities. Additional budget considerations should be given to the following: • Aesthetic upgrades, such as remodeling/upgrading of outdated facilities; • Current market conditions that may affect pricing of construction materials and labor, such as COVID-19; • Construction challenges not visible during inspection, such as underground or in-wall utilities and acquisition of right-of-way; and • Other factors that may affect costs. It is recommended that a design professional assist the City in determining the best overall design solutions with respect to various factors, including but not limited to, existing conditions, available construction budget, and consideration for all elements that are out of compliance in a particular area of a facility. 28 4.2 Implementation Schedule Table 8 details the barrier removal costs and proposed implementation schedule by facility type for all City-owned facilities evaluated. Buildings that were evaluated, but are not owned by the City, are excluded from the implementation schedule. This 30-year will serve as the implementation schedule for the Transition Plan. The City of Denton reserves the right to change the barrier removal priorities on an ongoing basis to allow flexibility in accommodating community requests, petitions for reasonable modifications from persons with disabilities, and changes in City programs. It is the intent of the City to have its ADA Coordinators work together with department heads and budget staff to determine the funding sources for barrier removal projects. Once funding is identified, the ADA Coordinators will coordinate the placement of the projects in the Capital Improvement Program (CIP) to be addressed on a fiscal year basis. Table 8. Implementation Schedule Facility Type Estimated Cost Implementation Schedule (years) Approximat e Annual Budget Buildings $4,656,950 30 $155,230 Parks $3,050,200 30 $101,670 Park Paved Trails $1,479,540 30 $49,320 Park Unpaved Trails $48,600 30 $1,620 Signalized Intersections $4,830,600 30 $161,020 Public Rights-of-Way Sidewalk $11,359,360 30 $378,650 Public Rights-of-Way Unsignalized Intersection Curb Ramps $18,345,700 30 $611,520 City Total $43,770,950 Total Annual Budget $1,459,030 4.3 Funding Opportunities Several alternative funding sources are available to the City to complete the improvements in this Transition Plan. The funding opportunities include applying for resources at the federal and state level, consideration of local options, and leveraging private resources. The following sections detail some different funding source options. 4.3.1 Federal and State Funding Table 9 depicts the various types of federal and state funding available for the City to apply for funding for various improvements. The following agencies and funding options are represented in the chart. • RAISE – Rebuilding American Infrastructure with Sustainability and Equity Discretionary Grants • INFRA – Infrastructure for Rebuilding America Discretionary Grant Program • TIFIA – Transportation Infrastructure Finance and Innovation Act (loans) • FTA – Federal Transit Administration Capital Funds • CMAQ – Congestion Mitigation and Air Quality Improvement Program • HSIP – Highway Safety Improvement Program • NHPP – National Highway Performance Program • STBG – Surface Transportation Block Grant Program 29 • TA – Transportation Alternatives Set-Aside (formerly Transportation Alternatives Program) • RTP – Recreational Trails Program • SRTS – Safe Routes to School Program / Activities • PLAN – Statewide Planning and Research (SPR) or Metropolitan Planning funds • NHTSA 405 – National Priority Safety Programs (Nonmotorized safety) • FLTTP – Federal Lands and Tribal Transportation Programs (Federal Lands Access Program, Federal Lands Transportation Program, Tribal Transportation Program, Nationally Significant Federal Lands and Tribal Projects) Most of these programs are competitive type grants; therefore, the City of Denton is not guaranteed to receive these funds. It will be important for the City to track these programs to apply for the funds. Federal-aid funding programs have specific requirements that projects must meet, and eligibility must be determined on a case-by-case basis. [The remainder of this page intentionally left blank.] 30 Table 9. Funding Opportunities ACTIVITY RAISE INFRA TIFIA FTA CMAQ HSIP NHPP STBG TA RTP SRTS PLAN NHTSA FLTTP Access enhancements to public transportation X X X X X X X X X ADA/504 Self-Evaluation / Transition Plan X X X X X Bus shelters and benches X X X X X X X X X Coordinator positions (state or local) X X X X Crosswalks (new or retrofit) X X X X X X X X X X X X Curb cut and ramps X X X X X X X X X X X X Paved shoulders for pedestrian use X X X X X X X X X X Pedestrian plans X X X X X X Recreational trails X X X X X X X Shared use paths / transportation trails X X X X X X X X X X X X Sidewalk (new or retrofit) X X X X X X X X X X X X Signs / signals / signal improvements X X X X X X X X X X X Signed pedestrian routes X X X X X X X X X X Spot improvement programs X X X X X X X X X X X Stormwater impacts related to pedestrian projects X X X X X X X X X X X Trail bridges X X X X X X X X X X X Trail / highway intersections X X X X X X X X X X X Trailside and trailhead facilities X X X X X X X Training X X X X X X X X Tunnels / undercrossings for pedestrians X X X X X X X X X X X X Adapted from FHWA Pedestrian and Bicycle Funding Opportunities, Revised August 9, 2018: https://www.fhwa.dot.gov/environment/bicycle_pedestrian/funding/funding_opportunities.cfm 31 4.3.2 Local Funding There are several local funding options for the City to consider, including: • Community Development Block Grants (CDBG) • Community Improvement District (CID) – A geographically defined district in which commercial property owners vote to impose a self-tax. Funds are then collected by the taxing authority and given to a board of directors elected by the property owners. • General fund (sales tax and bond issue) • Scheduled/funded CIP projects that are funded through bonds • Sidewalk or Access Improvement Fee • Special tax districts – A district with the power to provide some governmental or quasi-governmental service and to raise revenue by taxation, special assessment, or charges for services. • Tax Allocation District (TAD) – A defined area where real estate property tax monies gathered above a certain threshold for a certain period of time (typically 25 years) is to be used for a specified improvement. The funds raised from a TAD are placed in a tax-free bond (finance) where the money can continue to grow. These improvements are typically for revitalization and especially to complete redevelopment efforts. • Tax Increment Financing District (TIF) – A TIF allows cities to create special districts and to make public improvements within those districts that will generate private-sector development. During the development period, the tax base is frozen at the predevelopment level. Property taxes continue to be paid, but taxes derived from increases in assessed values (the tax increment) resulting from new development either go into a special fund created to retire bonds issued to originate the development, or leverage future growth in the district. • Transportation Reinvestment Zone • Transportation User Fee / Street Maintenance Fee 4.3.3 Private Funding Private funding may include local and national foundations, endowments, private development, and private individuals. While obtaining private funding to provide improvements along entire corridors might be difficult, it is important for the City to require private developers to improve pedestrian facilities to current ADA requirements, whether it by new development or redevelopment of an existing property. 4.4 Next Steps The City will begin internal coordination to address the programmatic barriers identified in the Transition Plan. The City will develop a budget to include the next 30 fiscal years. Projects identified in the ADA Transition Plan will be programmed within the 30-year budget based prioritization provided (see Section 3.5 Prioritization) and other factors determined by the City, such as how barrier removal can be incorporated into existing City projects identified for capital improvements. The City also intends to adopt 2011 PROWAG to enable City enforcement of these guidelines throughout the design and construction process of pedestrian facilities in the public rights-of-way. The City will plan to budget for the review of programs, services, and activities in a future project phase. This phase will also include development of policies and procedures to address accessibility responsibilities associated with lease agreements, closing pedestrian crossings that are unsafe, and employment-related requests and responsibilities that fall under ADA Title I. 32 [Page intentionally left blank] 33 Appendix Appendix A: Public Outreach Public Meeting Notes and Agenda Public Comments Summary Appendix B: Grievance Procedure Title II Grievance Procedure Appendix C: FHWA ADA Transition Plan Process Memo Appendix D: Facility Maps Buildings Parks Paved Trails Unpaved Trails Signalized Intersections Public Rights-of-Way Sidewalk Corridors Appendix E: Facility Reports E1: Buildings E2: Parks and Trails E3: Signalized Intersections and Public Rights-of-Way Sidewalk Corridors Appendix F: ADA Action Log Appendix G: Programs, Services, and Activities Review City of Denton ADA Self-Evaluation and Transition Plan Council Presentation Agenda •Goals and Objectives •ADA Background •Scope of Services Review •Self-Evaluation ➢Sample Facility Review Findings •Transition Plan Development ➢Facility Reports, Improvement Prioritization, and Costing of Improvements •Questions & Comments 2 Goals and Objectives •ADA Transition Plan –master plan for Citywide accessibility •Improve accessibility for all citizens •Encourage participation from public and disabled community •Educate City staff and the public on the requirements of the ADA •Develop a comprehensive list of barriers to access •Provide detailed outline of methods to remove barriers to access •Provide a realistic schedule with cost projections for the removal of barriers to access •Identify funding sources and opportunities to implement a barrier removal program 3 Background on the ADA Title II (state and local governments) •Non-discrimination based on disability •Requires local governments to: ➢Develop a grievance procedure ➢Designate someone to oversee Title II compliance (ADA Coordinator) ➢Perform and retain a Self-Evaluation ➢Develop a Transition Plan if structural changes are necessary for achieving program accessibility 4 Scope of Services Review Self-Evaluation •Evaluate existing City facilities ➢Buildings ➢Parks ➢Trails ➢Sidewalk Corridors and Curb Ramps (completed in project Phase 1 in 2019) ➢Signalized Intersections (completed in project Phase 1 in 2019) •Prepare Facility reports and GIS database that identify barriers to access 5 Scope of Services Review Transition Plan Development •Develop prioritized plan for barrier removal •Establish facility improvement schedules •Integrate Feedback from City Committee on Persons with Disabilities and members of the public 6 Facility Review Status 7 Facility Type # in Project # Completed % Complete Buildings and Associated Sidewalk 72 72 100% Parks and Associated Sidewalk 40 40 100% Paved Trails 33 miles 33 miles 100% Unpaved Trails 5 miles 5 miles 100% Signalized Intersections 125 125 100% Sidewalk Corridors 374 374 100% CURB RAMP SLOPE EXCEEDS 8.33% (15.2%) NORTH LAKES ANNEX (TENNIS CENTER) Self-Evaluation Findings 8 TRANSACTION COUNTER TOO HIGH (42”) CITY HALL –DEVELOPMENT SERVICES Self-Evaluation Findings 9 EXPANSION JOINT +1/2” AND CHANGE IN LEVEL MCKENNA PARK EXCESSIVE CROSS SLOPE SAGEWOODST AND PLUM HOLLOW ST Facility Reports 10 Prioritization Schedule 11 Priority Criteria 1 (high)Grievance or severe access limitations 2 (high) •Element is more than twice the allowable requirement. No known complaint. •AND (for exterior conditions) location is near a hospital, school, transit stop, government building, or other pedestrian attractor. 3 (high) •Element is more than twice the allowable requirement. No known complaint. •AND (for exterior conditions) location is not near a hospital, school, transit stop, government building, or other pedestrian attractor. 4 (high)Issues with parking or exterior conditions (DOJ level 1) –moderately out of compliance 5 (medium)Issues with access to goods and services (DOJ level 2)–severely out of compliance 6 (medium) Issues with: •Access to goods and services (DOJ level 2) –moderately out of compliance; •Parking or exterior conditions (DOJ level 1) –minimally out of compliance; OR •Restrooms (DOJ level 3) –severely out of compliance Prioritization Schedule 12 Priority Criteria 7 (medium) Issues with: •Access to goods and services (DOJ level 2)–minimally out of compliance; •Restrooms (DOJ level 3) –moderately out of compliance; OR •Drinking fountains or public phones (DOJ level 4 & 5) –severely out of compliance 8 (medium)Issues with drinking fountains or public phones (DOJ level 4 & 5) -moderately out of compliance 9 (low)Issues with restrooms (DOJ level 3) –minimally out of compliance 10 (low)Issues with drinking fountains or public phones (DOJ level 4 & 5) -minimally out of compliance 11 (low) •Client is a Title II agency; AND •Elements out of compliance, but may be able to be handled programmatically or do not need to be handled unless or until the agency hires a person with a disability 12 (low)Element is fully compliant with an older standard (safe-harbored), but will need to be brought into compliance with current standards if altered Parks -Cost Estimate of Prioritized Improvements 13 Park Level 1 (High) Level 2 (High) Level 3 (High) Level 4 (High) Level 5 (Medium) Level 6 (Medium) Level 7 (Medium) Level 8 (Medium) Level 9 (Low) Level 10 (Low) Level 11 (Low) Level 12 (Low)Total Cost Avondale Park -$ 3,375$ 3,375$ 13,500$ 6,278$ 9,788$ 11,880$ 1,013$ -$ -$ -$ -$ 49,208$ Bowling Green Park -$ -$ -$ 14,175$ 6,750$ -$ 10,274$ 1,013$ -$ -$ -$ -$ 32,211$ Briercliff Park -$ -$ -$ 4,050$ 1,013$ 9,450$ 12,150$ -$ -$ -$ -$ -$ 26,663$ Carl Young, Sr. Park -$ -$ -$ 12,150$ 15,863$ 17,888$ 23,288$ -$ -$ -$ -$ -$ 69,188$ Carnegie Ridge Park -$ -$ -$ 15,525$ 2,025$ 2,025$ 7,088$ -$ -$ -$ -$ -$ 26,663$ Clear Creek Natural Heritage Center -$ -$ 10,800$ 4,050$ 6,244$ 35,775$ 338$ -$ 3,105$ -$ 2,025$ -$ 62,336$ Cooper Creek Linear Park -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Cooper Glen Park -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Cross Timbers Park North -$ -$ -$ 2,768$ 3,038$ 13,500$ 19,238$ -$ -$ -$ -$ -$ 38,543$ Cross Timbers Park South -$ -$ -$ 4,050$ 8,100$ 12,825$ -$ -$ -$ -$ -$ -$ 24,975$ Denia Park -$ -$ 4,050$ 25,313$ 49,748$ 78,638$ 11,070$ -$ 675$ 4,050$ 3,375$ -$ 176,918$ Evers Park -$ -$ 12,150$ 79,650$ 141,818$ 94,230$ 35,336$ 4,050$ 7,088$ -$ -$ -$ 374,321$ Fred Moore Park -$ 6,750$ -$ 12,488$ 34,088$ 39,825$ 15,863$ -$ -$ -$ -$ -$ 109,013$ Frontier Park -$ -$ -$ -$ 2,025$ -$ 473$ -$ -$ -$ -$ -$ 2,498$ Goldfield Tennis Center -$ -$ -$ 9,450$ 27,675$ 27,000$ 10,260$ -$ -$ -$ -$ -$ 74,385$ Industrial Park -$ -$ -$ -$ 2,025$ 4,050$ -$ -$ -$ -$ -$ -$ 6,075$ IOOF Cemetery -$ -$ -$ -$ -$ -$ 15,188$ -$ -$ -$ 2,025$ -$ 17,213$ Jimmy Carter Park -$ 8,100$ 4,725$ 20,925$ -$ 13,500$ 7,560$ -$ -$ -$ -$ -$ 54,810$ Joe Skiles Park -$ -$ -$ 2,025$ 12,960$ 12,555$ 10,125$ -$ -$ -$ -$ -$ 37,665$ Lake Forest Park -$ -$ -$ 4,050$ 20,993$ 55,418$ 38,408$ -$ -$ -$ -$ -$ 118,868$ Mack Park -$ -$ -$ 14,175$ 79,988$ 47,723$ 26,325$ 4,050$ 1,688$ -$ -$ -$ 173,948$ Martin Luther King Jr. Park -$ -$ -$ 6,075$ 9,113$ 11,475$ 2,025$ -$ -$ -$ -$ -$ 28,688$ McKenna Park -$ 4,050$ -$ 33,075$ 16,200$ 70,943$ 5,063$ -$ -$ -$ -$ -$ 129,330$ Milam Park -$ -$ 4,050$ 10,125$ 3,375$ 15,458$ 3,713$ 1,013$ -$ -$ -$ -$ 37,733$ Nette Shultz Park -$ -$ -$ 17,550$ 7,088$ 6,413$ 20,993$ 1,013$ -$ -$ -$ -$ 53,055$ North Lakes Park -$ -$ 49,275$ 119,138$ 154,136$ 273,105$ 58,590$ -$ 2,700$ 2,025$ 16,200$ -$ 675,169$ North Pointe Park -$ -$ -$ 6,750$ -$ -$ 7,641$ 1,013$ -$ -$ -$ -$ 15,404$ Oakwood Cemetery -$ -$ -$ -$ -$ -$ 16,943$ -$ -$ -$ -$ -$ 16,943$ Owsley Park -$ -$ -$ 2,025$ 5,063$ 13,635$ 1,013$ -$ -$ -$ -$ -$ 21,735$ Quakertown Park -$ -$ -$ 4,725$ 59,400$ 28,013$ 14,513$ -$ -$ -$ -$ -$ 106,650$ Sequoia Park -$ -$ -$ 9,450$ -$ 2,025$ -$ -$ -$ -$ -$ -$ 11,475$ Sherman Park -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Skate Works -$ -$ -$ 1,013$ -$ 2,700$ 2,025$ -$ -$ -$ -$ -$ 5,738$ South Lakes Park -$ -$ 4,050$ 11,475$ 42,525$ 125,550$ 33,683$ -$ -$ -$ -$ -$ 217,283$ Spc. Ernest W. Dallas Jr. Veterans Memorial Park -$ -$ -$ 8,100$ 8,775$ 15,525$ 2,498$ -$ -$ -$ -$ -$ 34,898$ Water Works Park -$ -$ -$ 14,175$ 51,300$ 118,125$ 13,298$ -$ 3,645$ -$ 8,910$ -$ 209,453$ Wheeler Ridge Park -$ -$ -$ 2,025$ -$ 3,038$ 6,075$ -$ -$ -$ -$ -$ 11,138$ Total -$ 22,275$ 92,475$ 484,043$ 777,600$ 1,160,190$ 442,928$ 13,163$ 18,900$ 6,075$ 32,535$ -$ 3,050,183$ Park Level 1 (High) Level 2 (High) Avondale Park -$ 3,375$ Bowling Green Park -$ -$ Briercliff Park -$ -$ Carl Young, Sr. Park -$ -$ Carnegie Ridge Park -$ -$ Clear Creek Natural Heritage Center -$ -$ Cooper Creek Linear Park -$ -$ Cooper Glen Park -$ -$ Cross Timbers Park North -$ -$ Cross Timbers Park South -$ -$ Denia Park -$ -$ Evers Park -$ -$ Fred Moore Park -$ 6,750$ Frontier Park -$ -$ Goldfield Tennis Center -$ -$ Industrial Park -$ -$ IOOF Cemetery -$ -$ Jimmy Carter Park -$ 8,100$ Joe Skiles Park -$ -$ Lake Forest Park -$ -$ Mack Park -$ -$ Martin Luther King Jr. Park -$ -$ McKenna Park -$ 4,050$ Facility Improvement Cost Summary* 14 Facility Priority High Medium Low Total (sum) Buildings $515,300 $2,897,310 $974,840 $4,387,450 Parks $598,800 $2,393,890 $57,510 $3,050,200 Park Paved Trails $225,450 $1,252,060 $2,030 $1,479,540 Park Unpaved Trails $43,200 $5,400 $0 $48,600 Signalized Intersections**$1,639,400 $2,505,000 $686,200 $4,830,600 Public Rights-of-Way Sidewalk**$1,468,800 $5,699,000 $4,191,560 $11,359,360 Unsignalized Intersections**$3,227,700 $2,408,510 $12,709,500 $18,345,700 Total $7,718,650 $17,161,170 $18,621,640 $43,504,450 *All costs include 15% design contingency and 20% construction contingency **Costs were developed as part of 2019 Phase 1 project Action Items •Begin addressing action items from Self- Evaluation findings as described in the Transition Plan •Consider strategies for allocation of funding as implementation of improvements occurs over next 20+ years. 15 Questions? 16