Loading...
2016-138ORDINANCE NO. 2� 16-13 g AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A CONTRACT FOR ELECTRIC SUBSTATION RELAY PANELS FOR DENTON MUNICIPAL ELECTRIC; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 6056—AWARDED TO SCHWEITZER ENGINEERING LABORATORIES, 1NC. IN THE THREE (3) YEAR NOT-TO-EXCEED AMOLJNT OF $860,000). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the supply of substation relay panels in accordance with the procedures of State law and City ordinances; 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 or services, shown in the "Request for Proposals" on file in the ofiice 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 6056 Schweitzer Engineering Laboratories, Inc. $860,000 SECTION 2. 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. 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 his designated representative is hereby authorized to execute the written contract; 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. 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 authority to take any actions that may be required or permitted to be performed by the City of Denton under File 6056 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 proposals. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the y��,��, .� day of �"V��� ,�'u�ww_m�, 2016. � �rATTS, �,�,�"OR ATTEST: JENNIFER WALTERS, CITY SECRETARY � ��� � M� � � � BY: � �� � � �� � �. � ��� �� �.� ...� �. r�l�'�'��C �� �����`� AS � ""�.:��) LEGAL FORMa ANITA BURGESS, CITY ATTORNEY �r BY: ��"" ��.�����,�"".�"��� ���� ��� �. �, � ��� DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND SCHWEITZER ENGINEERING LABS (FILE 6056) THIS CONTRACT is made and entered into this date __________________________, by and between Schweitzer Engineering Laboratories, Inc. a corporation, whose address is 2350 NE Hopkins Court, Pullman, WA 99163, hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES RFP # 6056- Supply of Protective Relay Panels in response thereto, a copy of which is attached hereto and incorporated herein for all purposes as Exhibit "C". 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 (b) City of Denton Standard Terms and Conditions B, (c) City of D C Agent) (d) Certificate of Interested Parties Electronic Filing (e) (Exhibit "E"); These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. SUPPLIER BY: AUTHORIZED SIGNATURE Date: Name: Title: PHONE NUMBER FAX NUMBER ______________________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER CITY OF DENTON, TEXAS ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: _____________________________ GEORGE C. CAMPBELL CITY MANAGER BY: __________________________________ Date: ________________________ APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: _______________________________ Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Exhibit A Special Terms and Conditions Total Contract Amount The contact total for services shall not exceed $860,000. Pricing shall be per Exhibit E attached. 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. 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. Delivery Product or services shall be delivered to the City per the days/weeks noted in Exhibit E after receipt of the order. Price Escalation and De-escalation Prices must be firm for a period of one year from date of contract award. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) for other electrical equipment manufacturing (PCU33593359). The price will be increased or decreased based upon the annual percentage change in the PPI. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. Should the PPI change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the PPI 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. Supply must also provide supporting documentation as justification for the request. 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. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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. Product Changes during Contract Term The supplier shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to dentonpurchasing@cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed specifications without notification, and acceptance, will be returne Rights to Data, Documents and Computer Software (Government Entity Ownerships) Exhibit C (Original RFP Exhibit 2, Section 12), shall be revised to read: Any software, research, reports studies, data, photographs, negatives or other documents, drawings All such materials shall be delivered to the City by the contractor upon completion, or, to the extent completed upon termination, or cancellation of this contract. Contractor may, at its own expense, keep copies of all documents and information (City Materials) provided by the City to Contractor Contractor while performing the project is integrated into the project, Contractor hereby grants a perpetual, worldwide, non-exclusive, non-transferable, personal, revocable, limited license to use, Product and/or designs for other projects shall not be used for any purpose except the applicable hold harmless Contractor and all related parties from and against any unauthorized use or reuse of Work Product furnished by Contractor. Contractor shall not use, willingly allow, or cause to have under this contract without the prior written consent of the City. Performance Liquidated Damages Exhibit C (Original RFP Exhibit 2, Section 18), shall be revised to read: 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 half of one (.5%) percent fee each week or a pro-rated part thereof when any one of the performance standards outlined above are not met in full. In no event will the total fees and or penalties assessed for late delivery exceed five percent (5%) of the total contract price. At the end of each month, the City will review the monthly reports Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 and determine the percentage of penalty to be assessed. Shipping Delivery and Packaging Section 1, Item 22 Delivery Delays shall be revised to read: Delivery Delays: If delay is foreseen, Contractor shall give written notice to the City and must keep the City advised at all times of status of order. Default in promised delivery (without accepted reasons) or failure to meet specifications authorizes the City to impose the following for the specific fault: i) For unaccepted delay in promised delivery City shall impose the liquidated damages fees indicated in Section 18 of the RFP; ii) for failure to meet specifications the City shall provide Contractor written notice to submit a plan to correct any such failures within ten (10) days the failures. The City may purchase goods and services of this RFP elsewhere and charge Contractor for costs associated to such purchase as agreed upon between Contractor and City. In no event shall the costs for such purchase exceed the amount of this Contract. Failure to pay a damage assessment is cause for Contract cancellation and/or removal of the Respondent from the Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Exhibit B City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Bidder, Contractor or Supplier. Any deviations must be in writing and signed by a representative n the Sellers 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. By submitting an Offer in response to the Solicitation, the Contractor agrees that the Contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. 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 and 22 shall apply only to a Solicitation to purchase -of-way. 1. . The Contractor shall fully and timely provide all deliverables described in 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 name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, 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- Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 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 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. 10. WORKFORCE A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. C. If the City or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City's prior written consent. Immigration: The Contractor represents and warrants that it shall comply with the requirements of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Immigration Reform and Immigrant Respons 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Contractor, 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 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 ame, 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 Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Unless otherwise instructed in writing, the City may rely on the rem 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 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; covered by insurance required to be provided by the Contractor; 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. Any such amounts withheld shall be limited to the Purchase Order that is not in compliance, and shall be paid within thirty (30) days of correction and acceptance by the City of the non-complying Purchase Order. 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 availab 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. 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. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 y 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, uch drafts or electronic files are subsequently used to generate or prepare a final printed document. The City shall have the right to audit and copy only those records of Contractor relating to time and expenses or non- fixed price projects. 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 substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including 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 Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21. WARRANTY DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Contractor warrants that products are free from defects in material and workmanship for ten (10) years after shipment for all Contractor products, including Contractor-manufactured control enclosure structures and panels. This warranty is conditioned upon proper storage, installation, connection, operation and maintenance of products, prompt written notice to Contractor of any defects and, if required, prompt availability of products to Contractor for correction. This warranty shall be void in its entirety if the City fails to implement required product upgrades, modifies products without prior written consent to and subsequent approval of any such modifications by Contractor or uses products for any applications that require product listing or qualification not specifically included in the Contractor written quotation or proposal. If any product fails to conform to this warranty, the City properly notifies Contractor of such failure and the City returns the product to Contractor factory for diagnosis (and pays all expenses for such return), Contractor shall correct any such failure by, at its sole discretion, either repairing any defective or damaged product part(s) or making available, freight prepaid, by Contractor (Carriage Paid To (CPT) upgrade shall be covered by this warranty for the longer of one (1) year from date of repair or the remainder of the original warranty period. 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. warranty cannot be fully transferred to the City, the Contractor shall assist and cooperate with the City to the fullest 22. WARRANTY SERVICES: The Contractor warrants and represents that all services to be provided the City Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 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. D. DELIVERABLES AND SERVICES SHALL BE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER STATUTORY, EXPRESS OR IMPLIED (INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PARTICULAR PURPOSE AND WARRANTIES ARISING FROM COURSE OF PERFORMANCE OR DEALING OR USAGE OF TRADE), EXCEPT TITLE AND PATENT INFRINGEMENT. Contractor shall, whenever possible, pass the original manufacturer warranty to Buyer for non-Contractor products. Contractor does not warrant non- Contractor products, including non- Contractor control enclosure structures, and non- Contractor products within Contractor panels, control enclosure structures and systems, and products or prototypes provided by Contractor for testing, marketing, or loan purposes. 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 attributabl 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 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 erable 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 other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 -judgment interest at the maximum lawful rate. 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 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 Contrac 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, OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF 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. In no event, whether as a result of breach of contract, indemnity, warranty, tort (including negligence), strict liability or otherwise, shall Contractor be liable for any special, consequential, incidental, or liquidated damages, including without limitation any loss of profit or revenues, loss of use of products or associated equipment, damage to associated equipment, cost of capital, cost of substitute products, facilities, services or replacem customers for such damages. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 loss or damage regarding this Contract shall be limited as follows: i) for those claims covered by for all o contract, indemnity, warranty, tort (including negligence), strict liability or otherwise. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Attachment A. The successful firm shall procure and maintain insurance of the types and in the minimum 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. 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. 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 vi. In the event that the Contractor performs services on-site, 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 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. 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. the aggregate limits belo Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 Cont 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 be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or 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- 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 confidential know-how, confidential business information, and other information which the City or its licensors 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. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 38. OWNERSHIP AND USE OF DELIVERABLES: Contractor retains all its intellectual property rights. All documents, designs, drawings, plans, specifications and other prepared by Contractor in performing services for the City shall not be performing the Project, Contractor hereby grants the City a perpetual, worldwide, non-exclusive, non-transferable, personal, revocable, limited license to use, copy and modify such Work Product for internal business purposes only 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 City has entered into the Contract, except to the extent required by law. 41. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and Exhibit C). 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee f 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 control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. 45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and 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 Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 wil bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 y (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be 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: practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: 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, in addition to the specific federally funded requirements. 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. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 solicitation, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent. 59. PREVAILING WAGE RATES: All respondents will be required to comply with Provision 5159a discrimination in the employment practices. http://www.access.gpo.gov/davisbacon/tx.html 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on-site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Worker's Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or 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 Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 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 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. Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Exhibit D Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish an original notarized Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2. Register utilizing the tutorial provided by the State 3. Print a copy of the completed Form 1295 4. Enter the Certificate Number on the signature page of this contract. 5. Sign and notarize the Form 1295 6. Email the notarized form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Contract 6056 DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E RFP 6056 RFP For Supply of Electric Substation Protective Relay Panels Schweitzer Engineering Laboratories 2401 Whitehall park Drive, Suite 950 Charlotte, NC 28273-3590, USA Nathan Adams Phone: 704-587-3603 Fax: 704-504-5969 www.selinc.com nathan_adams@selinc.com DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E RFP 6056 Pricing Sheet for Supply of Electric Substation Protective Relay Panels Proposer's Name:Nathan Adams Principal Place of Business:Pullman, WA The respondent shall complete the following section, which directly corresponds to requirements in the Technical Specification. The contractor shall not make changes to this format. SECTION I - Unit Pricing - PRICING SHALL BE QUOTED TO INCLUDE ALL COSTS, WITH SHIPPING FOB DESTINATION. Pricing Note: The owner will supply SEL protective relays and other SEL devices. Estimated 3 YR Delivery ITEM #UOMDrawing Number Series/Part Number Description Unit Price 1 Quantity (Weeks ARO) Costs for Fully Assembled Standard Relay Panels (with wiring verification) 411L / 311L Line Relay and Breaker Control Panel 1EALINE PANEL22$9,945.0012 2EABREAKER PANEL351S Breaker Control Panel26$6,230.0012 Bus & Breaker Control Panel 3EABUS-BREAKER4$11,080.0012 Bus Differential Panel 4EABUS PANEL8$10,205.0012 T1M Transformer Meter Panel 5EAXFMR METER T1M14$5,100.0012 6EAXFMR T1ST1S Transformer/Bus Differential Panel14$9,490.0012 7EAHMIHMI Panel7$4,675.0012 Transformer Differential and Breaker Control Panel 8EAXFMR-BKR4$11,115.0012 Subtotal for all Fully Assembled Standard Relay Panels: Costs for Addition or Removal of SEL Protective Relays and Incon LTC Position Indicators Provided by DME (including panel blank and wiring) 9EA0311L13DD4254X2XXSEL 311L Line Current Differential Relay2$390.00 10EA0351S6X3D4E5421SEL 351S Overcurrent and Control Relay2$640.00 SEL387-6 Transformer Differential Relay 11EA0387604X53XX4XX2$390.00 12EA0411L0X6X5XXDDX357424XXSEL 411L Line Current Differential Relay2$640.00 SEL487B Bus Differential Relay 13EA0487B1X6X52XXXXE37EPXXX2$640.00 14EA0551C0BX533XSEL 551C Overcurrent Relay2$300.00 15EA0587Z0X325312XXSEL 587Z Bus Differential Relay2$300.00 SEL 734 Meter 16EA0734P09V1D1216E5X7D3A8$345.00 17EA751A51ACA0X0X850000SEL 751A Overcurrent Relay2$345.00 SEL 2032 Communication Processor 18EA203233X40XG0XX1$200.00 19EA2100XX4443SEL 2100 Logic Processor8$370.00 20EA240700013SEL 2407 Satellite-Synchronized Clock4$140.00 21EA241101AA0BA1A0X0000SEL 2411 Programmable Automation Controller7$540.00 22EA241421ABACACA850000SEL 2414 Transformer Monitor2$540.00 SEL 2440 Discrete Programmable Automation Controller 23EA24402311A1A116302$640.00 tğŭĻ Њ ƚŅ Ѝ DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E RFP 6056 Pricing Sheet for Supply of Electric Substation Protective Relay Panels Proposer's Name:Nathan Adams Principal Place of Business:Pullman, WA The respondent shall complete the following section, which directly corresponds to requirements in the Technical Specification. The contractor shall not make changes to this format. SECTION I - Unit Pricing - PRICING SHALL BE QUOTED TO INCLUDE ALL COSTS, WITH SHIPPING FOB DESTINATION. Pricing Note: The owner will supply SEL protective relays and other SEL devices. Estimated 3 YR Delivery ITEM #UOMDrawing Number Series/Part Number Description Unit Price 1 Quantity (Weeks ARO) SEL 2488 Satellite Synchronized Network Clock 24EA2488PRAX1381AX2XX2$135.00 25EA2505434XXSEL 2505 Remote I/O Module2$135.00 26EA2725S23XXSEL 2725 Port Switch 4$135.00 SEL 2730 Ethernet Switch 27EA2730U0ARAX1111AAAAX08$135.00 28EA335=BGN9SEL 3355 Automation Computing Platform2$345.00 SEL 3530 Real-Time Automation Controller with HMI Run-Time License & I/O board 29EA35303A0D1211X02$370.00 30EA35303A0XX211X0SEL 3530 Real-Time Automation Controller4$220.00 31EA3610X3A0XXX0SEL 3610 Serial Port Server4$135.00 SEL 3620 Ethernet Security Gateway 32EA3620X3A0XXX04$135.00 33EA951031B2Control Switch Module with pushbutton guards2$210.00 19" LCD Touch Screen Monitor 34EA916100282$135.00 35EA91610050-LKeyboard Rack with mouse and locking tray2$125.00 Incon Load Tap Changer Position Indicator 36EA1250-LTC-1-I-S-1202$300.00 Subtotal for installation/removal of additional SEL and Incon devices: Cost for Installation of Miscellaneous Items (including unit cost and wiring all in accordance with DME drawings) 37EA129A514G01AABBType FT Test Switch, 10-Pole Arrangement4$410.00 38EAFMS-10EStatesType FMS Test Switch, 10-Pole Arrangement4$365.00 39EAFMS-10AStatesType FMS Test Switch, 10-Pole Arrangement4$360.00 40EAFMS-10BStatesType FMS Test Switch, 10-Pole Arrangement1$365.00 41EAFMS-10ABStatesType FMS Test Switch, 10-Pole Arrangement2$365.00 Type FMS-19, without plate, FMS-10E in positions 1 & 2, FMS-10A in position 3, 42EAP/N 330FPStates4$755.00 single black cover 43EAP/N 330SStatesType FMS-19, without plate, FMS-10A in all three positions, single black cover2$750.00 44EAP/N 330DCStatesType FMS-19, without plate, FMS-10E in all three positions, single black cover2$760.00 tğŭĻ Ћ ƚŅ Ѝ DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E RFP 6056 Pricing Sheet for Supply of Electric Substation Protective Relay Panels Proposer's Name:Nathan Adams Principal Place of Business:Pullman, WA The respondent shall complete the following section, which directly corresponds to requirements in the Technical Specification. The contractor shall not make changes to this format. SECTION I - Unit Pricing - PRICING SHALL BE QUOTED TO INCLUDE ALL COSTS, WITH SHIPPING FOB DESTINATION. Pricing Note: The owner will supply SEL protective relays and other SEL devices. Estimated 3 YR Delivery ITEM #UOMDrawing Number Series/Part Number Description Unit Price 1 Quantity (Weeks ARO) Type FMS-19, without plate, FMS-10E in positions 1 & 2, FMS-10AB in position 3, 45EAP/N 330Z6States1$765.00 single black cover Type FMS-19, without plate, FMS-10B in positions 1 & 2, FMS-10E in position 3, 46EAP/N 330(10B/10B/10E)States1$765.00 single black cover 47EA800T-QSTH13 GAllen BradleyGreen Indicating Light, LED, 125 VDC, push to test.6$165.00 48EA800T-QSTH13 RAllen BradleyRed Indicating Light, LED, 125 VDC, push to test.12$165.00 49EA800T-QSTH13 AAllen BradleyAmber Indicating Light, LED, 125 VDC, push to test.4$175.00 50EA800T-QSTH13 WAllen BradleyWhite Indicating Light, LED, 125 VDC, push to test.4$175.00 51EA7810DElectroswitchSeries 24 Lockout Relay, manual reset, 10 stage, 125V DC control voltage 4$1,050.00 Series 24 control switch, detent action, oval handle, 3 stage, 2 position, 1-ENABLED, 2- 52EA24203BElectroswitch4$385.00 DISABLED 53EAUSCC3GouldFuse Block, 3-pole, 30 Amp, screw terminal type, clip with reinforced spring12$120.00 54EAUSCC2GouldFuse Block, 2-pole, 30 Amp, screw terminal type, clip with reinforced spring10$110.00 55EAUSCC1GouldFuse Block, 1-pole, 30 Amp, screw terminal type, clip with reinforced spring4$105.00 56EAATMR15GouldType NON fuses, 15 Amp20$95.00 57EAATMR6GouldType NON fuses, 6 Amp40$90.00 Molded CT Shorting Terminal Block, one piece, phenolic, 6 circuits, shorting brass 58EAEB27B06SGE10$95.00 screws w/ strap 59EA30TB12PMConcentricPanel Mount Molded Terminal Block, one piece, phenolic, 12 circuits, 30 ampere, 30$105.00 60EAENSP1F5Woodhead/BradDual pass-through Ethernet receptacle.2$105.00 N/A 61EAN/A2' fluorescent light fixture mounted at the top of a relay panel with switch20$150.00 Subtotal for all Miscellaneous Items: tğŭĻ Ќ ƚŅ Ѝ DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E RFP 6056 Pricing Sheet for Supply of Electric Substation Protective Relay Panels Proposer's Name:Nathan Adams Principal Place of Business:Pullman, WA The respondent shall complete the following section, which directly corresponds to requirements in the Technical Specification. The contractor shall not make changes to this format. SECTION I - Unit Pricing - PRICING SHALL BE QUOTED TO INCLUDE ALL COSTS, WITH SHIPPING FOB DESTINATION. Pricing Note: The owner will supply SEL protective relays and other SEL devices. Estimated 3 YR Delivery ITEM #UOMDrawing Number Series/Part Number Description Unit Price 1 Quantity (Weeks ARO) Estimated Total for all Relay Panels and Accessories - TOTAL 1 Quantities are shown for evaluation purposes only and may vary by project. The quantities shown are believed to represent a reasonable average of all projects over the three year contact term. SECTION II - Qualifications Schweitzer Engineering Fabricator Name Laboratories, Inc San Luis Potosi, SLP Location of Fabricating Facility? City and State Mexico If the fabricator is foreign, state the name and location of the facility in the US that will be used in the event that repairs or corrections are necessary:SEL - Charlotte, NC Relay Panel fabrication experience: _________ years11 Shipping performance for the past 18 months: a. Number of similar relay panel projects shipped in the last 18 months:400 b. Percentage of shipments that did not ship on time:10 c. Average delay for shipments that did not ship on time: 5 tğŭĻ Ѝ ƚŅ Ѝ DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E XXXXXXXXX DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E XXXXXXXXX DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E ATTACHMENT D-REFERENCES XXXXXXXXX Please list three (3) Government references, other than the City of Denton, who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work to this solicitation. REFERENCE ONE GOVERNMENT/COMPANY NAME: Santee Cooper LOCATION: South Carolina CONTACT PERSON AND TITLE: Brian Parks, Engineer TELEPHONE NUMBER: 843-302-6147 SCOPE OF WORK: Relay Racks CONTRACT PERIOD: Not applicable REFERENCE TWO GOVERNMENT/COMPANY NAME: City Public Service LOCATION: San Antonio, Texas CONTACT PERSON AND TITLE: Glenda Dean, Procurement Analyst TELEPHONE NUMBER: 210-353-2628 SCOPE OF WORK: Switchboard Relay Panels CONTRACT PERIOD: 2014-2019 REFERENCE THREE GOVERNMENT/COMPANY NAME: City of Ocala LOCATION: Florida CONTACT PERSON AND TITLE: Lisa Crouthamel TELEPHONE NUMBER: 352-629-8260 SCOPE OF WORK:Relay Panels CONTRACT PERIOD: Not applicable DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E XXXXXXXXX DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E XXXXXXXXX DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E DocuSign Envelope ID: C4BD5F51-20A3-41AB-BE8D-747E9005B618 Contract 6056 -Exhibit E Certificate Of Completion Envelope Id: C4BD5F5120A341ABBE8D747E9005B618Status: Completed Subject: City Council Docusign Item - 6056 Source Envelope: Document Pages: 61Signatures: 5Envelope Originator: Certificate Pages: 6Initials: 0Karen E. Smith AutoNav: Enabledkaren.smith@cityofdenton.com EnvelopeId Stamping: EnabledIP Address: 129.120.6.150 Time Zone: (UTC-06:00) Central Time (US & Canada) Record Tracking Status: OriginalHolder: Karen E. SmithLocation: DocuSign 4/12/2016 2:32:31 PM karen.smith@cityofdenton.com Signer EventsSignatureTimestamp Karen E. SmithSent: 4/12/2016 2:36:26 PM Completed karen.smith@cityofdenton.comViewed: 4/12/2016 2:36:36 PM Assistant Purchasing ManagerSigned: 4/12/2016 2:38:06 PM Using IP Address: 129.120.6.150 City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Elena ShafferSent: 4/12/2016 2:38:08 PM elena_shaffer@selinc.comViewed: 4/14/2016 12:58:44 PM Director of Business OperationsSigned: 4/14/2016 1:00:44 PM Schweitzer Engineering Laboratorie Using IP Address: 208.87.234.202 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Accepted: 4/13/2016 3:46:07 PM ID: 08a4ba20-7d0d-4f0a-89e3-e5d9352da783 John KnightSent: 4/14/2016 1:00:48 PM john.knight@cityofdenton.comViewed: 4/14/2016 2:14:15 PM Deputy City AttorneySigned: 4/14/2016 2:14:26 PM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Julia WinkleySent: 4/14/2016 2:14:29 PM Completed julia.winkley@cityofdenton.comViewed: 4/14/2016 3:52:25 PM Contracts Administration SupervisorSigned: 5/4/2016 11:05:12 AM Using IP Address: 129.120.6.150 City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Signer EventsSignatureTimestamp George C. CampbellSent: 5/4/2016 11:05:18 AM george.campbell@cityofdenton.comViewed: 5/4/2016 3:54:10 PM City ManagerSigned: 5/4/2016 3:54:32 PM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jennifer WaltersSent: 5/4/2016 3:54:36 PM jennifer.walters@cityofdenton.comViewed: 5/6/2016 1:39:23 PM City SecretarySigned: 5/6/2016 1:39:40 PM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Julia WinkleySent: 4/14/2016 1:00:46 PM julia.winkley@cityofdenton.comViewed: 4/14/2016 1:05:42 PM Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Sherri ThurmanSent: 4/14/2016 1:00:46 PM sherri.thurman@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Robin FoxSent: 5/4/2016 11:05:16 AM Robin.fox@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Accepted: 10/9/2015 1:39:51 PM ID: 04463961-03db-4c4d-9228-d660d6146ed6 Jane RichardsonSent: 5/4/2016 11:05:19 AM jane.richardson@cityofdenton.comViewed: 5/4/2016 4:01:20 PM Security Level: Email, Account Authentication (Optional) Carbon Copy EventsStatusTimestamp Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jennifer BridgesSent: 5/6/2016 1:39:42 PM jennifer.bridges@cityofdenton.comViewed: 5/9/2016 8:16:32 AM Procurement Assistant City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: laura cheekSent: 5/6/2016 1:39:43 PM laura.cheek@cityofdenton.comViewed: 5/6/2016 2:47:24 PM Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Accepted: 2/2/2016 1:20:50 PM ID: d579a165-212b-468c-86ab-6e6bd30611a3 Jane RichardsonSent: 5/6/2016 1:39:45 PM jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Notary EventsTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted5/6/2016 1:39:45 PM Certified DeliveredSecurity Checked5/6/2016 1:39:45 PM Signing CompleteSecurity Checked5/6/2016 1:39:45 PM CompletedSecurity Checked5/6/2016 1:39:45 PM 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: kevin.gunn@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at kevin.gunn@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to kevin.gunn@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to kevin.gunn@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: •I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and •I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and •Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you.