Loading...
2016-176ox�rnrANCE No. �'� � �- � �"� AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A CONTRACT FOR VETERINARY AND ANIMAL HEALTH SUPPLIES FOR THE CITY OF DENTON'S ANIMAL SERVICES SHELTER; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 6048-AWARDED TO MIDWEST VETERINARY SUPPLY INC., IN A THREE (3) YEAR NOT-TO-EXCEED AMOUNT OF $225,000 AND TO MERCK ANIMAL HEALTH 1N A THREE (3) YEAR NOT-TO- EXCEED AMOUNT OF $105,000 FOR A TOTAL AWARD NOT-TO-EXCEED $330,000). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the supply of veterinary and animal health supplies for the City of Denton's Animal Health Services 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 recammended 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 propasals; 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 office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous ta the City considering the relative importance of price and the other evaluation factars included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 6048 Midwest Veterinary Supply, Inc. $225,000 6048 Merck Animal Health $105,000 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) yeax 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 RFP 6048 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. ���, w������ �!11�1I:� �l'f�����:�'�����:� �1���, �Y�� �� �,����� �����y ��s:�` �"�� � � , w.....�........�, "�t.�l.�. ��� � �' , �� ... � �.�, _�............� ��ee �_ ._ ...... . ... ____eP CHRIS "�i�"I'°l"�;, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: � . � w � � � ���` �_ µ . � � � � ����,...n ....... �1�I��1�� � ������k� AS ��" (�) LEGAL FORM: ANITA BURGESS, CITY ATTORNEY �... � � � , �k ..� ��� �� �, �� � . � BY: mm ��� �,�, ��'� ����°" ��', ��., � DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND MIDWEST VETERINARY SUPPLY, INC Contract #6048 THIS CONTRACT is made and entered into this date June 21, 2016, by and between Midwest Veterinary Supply Inc, a corporation, whose address is 21467 Holyoke Ave, Lakeville, MN, hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Supplier shall provide products in accordance with the 6048- Animal Health Products a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit ; (b) 6048 (on file at the office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions C; (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 RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 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: ___________ Email ________________________ _________________________________ 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: _______________________________ RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 Exhibit A Special Terms and Conditions 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. 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 Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The representative as needed by the City. 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. Price Escalation and De-escalation The City will implement an escalation/de-escalation price adjustment semi-annually. The escalation/de-escalation will be based upon manufacturer published pricing sheets to the vendor. The price will be increased or decreased based upon the semi-annual percentage change in the termined quarterly from the award date. Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the published price change. It is the suppliers responsibility to request a price adjustment semi-annually in writing. If no request is made, then it will be assumed that the bid price will be in effect. The supplier must submit or make available the manufacturers pricing sheet used to calculate the bid proposal, to participate in the escalation/de-escalation clause. Total Contract Amount The contract total shall not exceed $225,000, over three years. Pricing shall be per Exhibit E attached. RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 Delivery Lead Time Product or services shall be delivered to the City within one business day, following order being placed, as noted in Exhibit E. RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 Exhibit C City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must Supplier. No Terms and Conditions contained in statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed -of-way. 1. . The Contractor shall fully and timely provide all the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 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 all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. The contractor shall, at all times, exercise reasonable precautions for the safety of their employees, es. 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. RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 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 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Contractor, comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, obligations under this paragraph. Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12. INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique invoice number, the purchase order or delivery the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight address and, if applicable, the tax identification number on the invoice must exactly match the informa 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: RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within the invoice being received in Accounts Payable, whichever is later. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; or contractors, which is not covered by insurance required to be provided by the Contractor; time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the term of this contract, the contractor shall bill and the City shall reimburse contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by the contractor in traveling to and from City facilities whall not be reimbursed, unless otherwise RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 negotiated. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21. WARRANTY DELIVERABLES: The Contractor warrants and represents that all RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non- and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufac 22. WARRANTY SERVICES: The Contractor warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non- conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in the City. 27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, s default, including, without - judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Contractor, the City may remove the Cont 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. RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31. INDEMNITY: A. Definitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non- conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse affect on the 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. 33. 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 to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 34. 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. 35. 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 and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co- is paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 36. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require acc inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 37. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided such deliverables ari Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made- for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 37 above. 38. 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. 39. ADVERTISING consent, the fact that the City has entered into the Contract, except to the extent required by law. 40. 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. 41. 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. 42. 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 RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 Interest Questionnaire. 43. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 44. 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. 45. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 46. 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. 47. 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. 48. 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 RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 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 costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 49. 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. 50. 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. 51. HOLIDAYS: The following holidays are observed by the City: Ne MLK Day Memorial Day 4th of July Labor Day RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 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. 52. 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. 53. 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. 54. EQUAL OPPORTUNITY A. Equal Employment Opportunity: discriminatory employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 55. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 56. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 57. 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. 589. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 59. 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. 60. 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 insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 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. 61. 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. 62. 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. 63. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 64. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, 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. 65. 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. 66. 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 RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. 4. Purchase order 5. Supplier terms and conditions RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT 3 Exhibit D Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish an original notarized Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2. Register utilizing the tutorial provided by the State 3. Print a copy of the completed Form 1295 4. Enter the Certificate Number on page 2 of this contract. 5. Sign and notarize the Form 1295 6. Email the notarized form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics RFP #6048 DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXXXXXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXXXXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXX XXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXXXXXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXXXXXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXXXXXXXXXX XXXXXXXXXXXXXXX DocuSign Envelope ID: 9A71ECB7-6F8A-43AB-AE0A-B8991A63729F EXHIBIT E XXXXXXXXXXXXXXXX Certificate Of Completion Envelope Id: 9A71ECB76F8A43ABAE0AB8991A63729FStatus: Completed Subject: City Council Docusign Item -6048 MIDWEST VETERINARY SUPPLY INC Source Envelope: Document Pages: 37Signatures: 5Envelope Originator: Certificate Pages: 6Initials: 0Robyn Forsyth AutoNav: Enabledrobyn.forsyth@cityofdenton.com EnvelopeId Stamping: EnabledIP Address: 129.120.6.150 Time Zone: (UTC-08:00) Pacific Time (US & Canada) Record Tracking Status: OriginalHolder: Robyn ForsythLocation: DocuSign 6/15/2016 6:55:56 AM robyn.forsyth@cityofdenton.com Signer EventsSignatureTimestamp Robyn ForsythSent: 6/15/2016 7:01:58 AM Completed robyn.forsyth@cityofdenton.comViewed: 6/15/2016 7:02:09 AM BuyerSigned: 6/15/2016 7:02:58 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: Jeff BurkhamerSent: 6/15/2016 7:03:01 AM jeff.burkhamer@midwestvet.netResent: 6/16/2016 6:22:36 AM Jeff BurkhamerResent: 6/16/2016 12:20:37 PM Security Level: Email, Account Authentication Viewed: 6/15/2016 7:41:10 AM Using IP Address: 72.21.229.234 (Optional) Signed: 6/16/2016 12:59:01 PM Electronic Record and Signature Disclosure: Accepted: 6/15/2016 7:41:10 AM ID: 5491145a-9f01-41dc-b769-b3708f35e2ee John KnightSent: 6/16/2016 12:59:07 PM john.knight@cityofdenton.comViewed: 6/16/2016 1:21:46 PM Deputy City AttorneySigned: 6/16/2016 1:22:01 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: Karen E. SmithSent: 6/16/2016 1:22:04 PM karen.smith@cityofdenton.comResent: 6/22/2016 6:12:17 AM Assistant Purchasing ManagerViewed: 6/21/2016 2:17:06 PM City of DentonSigned: 6/22/2016 6:14:42 AM Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication Freeform Signing (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Signer EventsSignatureTimestamp George C. CampbellSent: 6/22/2016 6:14:47 AM george.campbell@cityofdenton.comViewed: 6/22/2016 1:48:14 PM City ManagerSigned: 6/22/2016 1:49:05 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: 6/22/2016 1:49:09 PM jennifer.walters@cityofdenton.comViewed: 6/23/2016 7:08:18 AM City SecretarySigned: 6/23/2016 7:08:30 AM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Julia WinkleySent: 6/16/2016 12:59:05 PM julia.winkley@cityofdenton.comViewed: 6/16/2016 12:59:55 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: 6/16/2016 12:59:05 PM sherri.thurman@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jane RichardsonSent: 6/22/2016 6:14:46 AM jane.richardson@cityofdenton.comViewed: 6/22/2016 6:18:17 AM Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Robin FoxSent: 6/22/2016 6:14:46 AM Robin.fox@cityofdenton.com Security Level: Email, Account Authentication (Optional) Carbon Copy EventsStatusTimestamp Electronic Record and Signature Disclosure: Accepted: 10/9/2015 11:39:51 AM ID: 04463961-03db-4c4d-9228-d660d6146ed6 Jennifer BridgesSent: 6/23/2016 7:08:34 AM jennifer.bridges@cityofdenton.comViewed: 6/23/2016 11:18:03 AM Procurement Assistant City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jane RichardsonSent: 6/23/2016 7:08:35 AM jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: David HildebrandSent: 6/23/2016 7:08:37 AM David.hildebrand@cityofdenton.comViewed: 6/23/2016 7:09:37 AM Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Notary EventsTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted6/23/2016 7:08:37 AM Certified DeliveredSecurity Checked6/23/2016 7:08:37 AM Signing CompleteSecurity Checked6/23/2016 7:08:37 AM CompletedSecurity Checked6/23/2016 7:08:37 AM Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. 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. DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND INTERVET, INC., DBA MERCK ANIMAL HEALTH Contract 6048 THIS CONTRACT is made and entered into this date June 21, 2016 by and between INTERVET, INC., DBA MERCK ANIMAL HEALTH a corporation, whose address is 10488 th South 136 St, Omaha Nebraska 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 # 6048, Animal Health Products, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) Special Terms and Conditions ; (b) 6048 (on file at the office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions C; (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 RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 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: ___________ Email ________________________ _________________________________ 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: _______________________________ RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 Exhibit A Special Terms and Conditions 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. 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 Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The representative as needed by the City. 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. Price Escalation and De-escalation The City will implement an escalation/de-escalation price adjustment semi-annually. The escalation/de-escalation will be based upon on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) for medical equipment and supplies manufacturing (PCU3391). The price will be increased or decreased based upon the semi-annual percentage price list. The price adjustment will be determined quarterly from the award date. Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the published price change. It is the suppliers responsibility to request a price adjustment semi-annually in writing. If no request is made, then it will be assumed that the bid price will be in effect. The supplier must submit or make available the manufacturers pricing sheet used to calculate the bid proposal, to participate in the escalation/de-escalation clause. Total Contract Amount The contract total shall not exceed $105,000, over three years. Pricing shall be per Exhibit E attached. RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 Delivery Lead Time Product or services shall be delivered to the City within three business days, following order being placed, as noted in Exhibit E. RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 Exhibit C City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must Supplier. No Terms and Conditions contained in statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed -of-way. 1. . The Contractor shall fully and timely provide all the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 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 all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. The contractor shall, at all times, exercise reasonable precautions for the safety of their employees, es. 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. RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 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 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Contractor, comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, obligations under this paragraph. Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12. INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique invoice number, the purchase order or delivery the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight address and, if applicable, the tax identification number on the invoice must exactly match the C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty (30) calendar days o in Accounts Payable, whichever is later. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; iv. damage to the propert which is not covered by insurance required to be provided by the Contractor; time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The and available for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the term of this contract, the contractor shall bill and the City shall reimburse contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by the contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 negotiated. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under 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 d to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21. WARRANTY DELIVERABLES: The Contractor warrants and represents that all RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverabl and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate , the Contractor shall assist and cooperate with the City to the fullest extent to enforce such 22. WARRANTY SERVICES: The Contractor warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non- conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in the City. 27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) d reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, - judgment interest at the maximum lawful rate. Additionally, in the event of a default by the any Offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause any time upon thi notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31. INDEMNITY: A. Definitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Contractor, the Con subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non- conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse affect on the 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. 33. 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 to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 34. 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. 35. 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 and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co- is paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 36. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require acc inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 37. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided such deliverables ari Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made- for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 37 above. 38. 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. 39. ADVERTISING consent, the fact that the City has entered into the Contract, except to the extent required by law. 40. 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. 41. 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. 42. 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 RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 Interest Questionnaire. 43. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 44. 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. 45. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 46. 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. 47. 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. 48. 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 RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 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 wn costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 49. 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. 50. 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. 51. HOLIDAYS: The following holidays are observed by the City: MLK Day Memorial Day 4th of July Labor Day RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 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. 52. 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. 53. 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. 54. EQUAL OPPORTUNITY A. Equal Employment Opportunity: discriminatory employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 55. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 56. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 57. 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. 58. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 59. 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. 60. 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 insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 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. 61. 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. 62. 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. 63. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 64. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 65. 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. 66. 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 RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. 4. Purchase order 5. Supplier terms and conditions RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit 4 Exhibit D Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish an original notarized Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2. Register utilizing the tutorial provided by the State 3. Print a copy of the completed Form 1295 4. Enter the Certificate Number on page 2 of this contract. 5. Sign and notarize the Form 1295 6. Email the notarized form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics RFP #6048 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E RFP 6048- Supply of Animal Health Products for City of DentonÓs Animal Services Shelter Merck Animal Health Lauren Odum 616 Truman Rd Lantana, TX 76226 (214) 693-2218 (940) 725-3086 www.merck-animal-health-usa.com Lauren.Odum@merck.com DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price Veterinary Clinic Supplies: SECTION A - Otics OTI SOOTHE EAR CLEAN+CUCUMBER MELON CEVA ANIMAL HEALTH INC. 15EA 16OZ $ - OTOMAX OINTMENT BOTTLE (RX) 215GM/8OZMERCK ANIMAL HEALTH 21EA $ - SECTION B - Cleaners CLIPPER DISTRIBUTING CO LLC (Accel ACCEL CONCENTRATE 55GAL 39EA brand only) $ - SECTION C - Surgical ACEPROMAZINE INJ 10MG (RX) 50MLPHOENIX PHARM INC. 426EA$ - APPOSE STAPLER 35WIDE 8886803712COVIDIEN 51EA $ - AUTOCLAVE BAG 3.5"X9" 200S MPP100520GSMEDLINE INDUSTRIES 61EA $ - AUTOCLAVE BAG 5.25"X10" 200S MPP100525GSMEDLINE INDUSTRIES 71EA $ - AUTOCLAVE CLEANER SPEEDCLEAN 16OZMIDMARK 86EA $ - BOSTON ROUND+YORKER CAP 16OZ EACHVIAPAC 91EA $ - CANINE HEARTWORM RAPID TST 100S 200-1502ABAXIS INC ("Anigen" brand only) 101EA $ - CHLORADINE SCRUB 2% GALASPEN VET 115EA $ - CHLORHEXIDINE SOLUTION 2% GALASPEN VET 127EA $ - COMPLY LEADFREE STEAM INDICATR TAPE 1/2"3-M 133EA $ - DIP QUICK STAIN #2 500ML J0322A2JORGENSEN LABORATORIES 141EA $ - DRAPE SURGICAL DISP BLUE 36"X100YD J0258JORGENSEN LABORATORIES 154EA $ - ENDO TUBE PVC CUFFED 10.5MM J0149LJORGENSEN LABORATORIES 161EA $ - ENDOTRACH TUBE AIRCARE CUFFED 10.0MMSMITHS MEDICAL ASD INC. 172EA $ - ENDOTRACH TUBE AIRCARE CUFFED 3.0MMSMITHS MEDICAL ASD INC. 183EA $ - ENDOTRACH TUBE AIRCARE CUFFED 3.5MMSMITHS MEDICAL ASD INC. 193EA $ - ENDOTRACH TUBE AIRCARE CUFFED 4.0MMSMITHS MEDICAL ASD INC. 203EA $ - ENDOTRACH TUBE AIRCARE CUFFED 4.5MMSMITHS MEDICAL ASD INC. 212EA $ - ENDOTRACH TUBE AIRCARE CUFFED 5.0MMSMITHS MEDICAL ASD INC. 223EA $ - DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E XXXXXXXXX Exhibit 1 Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price ENDOTRACH TUBE AIRCARE CUFFED 5.5MMSMITHS MEDICAL ASD INC. 232EA $ - ENDOTRACH TUBE AIRCARE CUFFED 6.0MMSMITHS MEDICAL ASD INC. 243EA $ - ENDOTRACH TUBE AIRCARE CUFFED 6.5MMSMITHS MEDICAL ASD INC. 252EA $ - ENDOTRACH TUBE AIRCARE CUFFED 7.0MMSMITHS MEDICAL ASD INC. 263EA $ - ENDOTRACH TUBE AIRCARE CUFFED 7.5MMSMITHS MEDICAL ASD INC. 272EA $ - ENDOTRACH TUBE AIRCARE CUFFED 8.0MMSMITHS MEDICAL ASD INC. 283EA $ - ENDOTRACH TUBE AIRCARE CUFFED 8.5MMSMITHS MEDICAL ASD INC. 292EA $ - ENDOTRACH TUBE AIRCARE CUFFED 9.0MMSMITHS MEDICAL ASD INC. 302EA $ - F/AIR CANISTER 80120A. M. BICKFORD INC. 3124EA $ - FECASOL GALLON 411470VETOQUINOL USA 321EA $ - HYDROGEN PEROXIDE 3% GALASPEN VET 336EA $ - IMMERSION OIL MED VISCOSITY 120ML J0326AJORGENSEN LABORATORIES 341EA $ - INSTRUMENT MILK CONCENTRATE GAL J0648JORGENSEN LABORATORIES 351EA $ - ISOFLURANE (RX) 250MLCLIPPER DISTRIBUTING CO LLC 3624EA $ - ISOPROPYL ALCOHOL 70% GALASPEN VET 373EA $ - IV SET SER A PRIM 78" 15DR 32065-46ABBOTT LABORATORIES 381EA $ - KIMWIPES 280SKIMBERLY-CLARK INC 395EA $ - LACTATED RINGER INJ AAH BAG(RX)14X1000MLABBOTT LABORATORIES 402EA $ - SODA LIME BUCKET 5GAL J0553BJORGENSEN LABORATORIES 412EA $ - SODIUM CHLORIDE INJ .9% AAH (RX) 250MLABBOTT LABORATORIES 421EA $ - STERILE SALINE SOLUTION .9% (RX) 250MLASPEN VET 436EA $ - STERILE WATER FOR INJECTION (RX) 250MLASPEN VET 446EA $ - SURGICAL BLADE CARBON STRL#10 50S 371110BARD PARKER 458EA $ - SURGICAL BLADE CARBON STRL#15 50S 371115BARD PARKER 468EA $ - URINE SEDIMENT STAIN 15ML J0326UJORGENSEN LABORATORIES 471EA $ - VET-10 URINE REAGENT STRIP 100S J0630XJORGENSEN LABORATORIES 481EA $ - VETBOND TISSUE ADHESIVE 3ML 1469SB3-M 493EA $ - DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price VIAL PLASTIC REV CAP 8DR GREEN 410SFIVE STAR SUPPLIES CORPORATION 501EA $ - SECTION D - Grooming BLADE WASH 18OZ 076300-103-000JARDEN CONSUMER/SUNBEAM 511EA$ - CLIPPER AID SPRAY DISINFECTANT 16OZJARDEN CONSUMER/SUNBEAM 521EA$ - KOOL LUBE SPRAY 14OZ 076300-101-004JARDEN CONSUMER/SUNBEAM 531EA$ - KWIK STOP STYPTIC POWDER 14GM 0.5OZGIMBORN PET SPECIALTIES 543EA$ - SECTION E - Antibiotics AMOXI CLAV POTAS TAB 200MG;28.5MG(RX)20STEVA PHARMACEUTICALS USA INC 555EA$ - AMOXI CLAV POTASS TAB 400MG;57MG(RX)20STEVA PHARMACEUTICALS USA INC 565EA$ - AMOXI CLAV POTASS TAB 875MG;125MG(RX)20SAUROBINDO PHARMA LIMITED 575EA$ - AMOXICILLIN CAPSULE 250MG (RX) 500SVIRTUS PHARMACEUTICALS LLC 582EA$ - AMOXICILLIN CAPSULE 500MG (RX) 500SAUROBINDO PHARMA LIMITED 592EA$ - GENTACALM SPRAY (RX) 120MLDECHRA VETERINARY PRODUCTS, LLC 603EA$ - PEN AQUEOUS (PEN G) 250MLASPEN VET 616EA$ - CEFPODOXIME PROXET TAB 100MG(RX)100S VETPUTNEY, INC. 621EA$ - CEFPODOXIME PROXET TAB 200MG(RX)100S VETPUTNEY, INC. 631EA$ - CEPHALEXIN CAPSULE 250MG (RX) 500SVIRTUS PHARMACEUTICALS LLC 642EA$ - CEPHALEXIN CAPSULE 500MG (RX) 500SWEST-WARD PHARMACEUTICAL CORP 652EA$ - POLYFLEX INJ (RX) 25GMBOEHRINGER INGELHEIM 662EA$ - CIPROFLOXACIN TABLET 250MG (RX) 100SPACK PHARMACEUTICALS LLC 671EA$ - CIPROFLOXACIN TABLET 500MG (RX) 100SPACK PHARMACEUTICALS LLC 681EA$ - CLINDA GUARD DROPS (RX) 20MLASPEN VET 693EA$ - CLINDAMYCIN HCL CAPSULE 75MG (RX) 200SLANNETT COMPANY INC. 701EA$ - SECTION F - Other Veterinary Pharmaceuticals ATROPINE INJ SML ANIMAL 0.5MG(RX)100MLCLIPPER DISTRIBUTING CO LLC 715EA$ - BUPIVACAINE HCL INJ 5MG/ML (RX) 50MLHOSPIRA INC 726EA$ - CARPROFEN CAPLET 100MG (RX) 180SPUTNEY, INC. 733EA$ - DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxXXXXXXXXXX XXXXXXXXXX E Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price CARPROFEN CAPLET 25MG (RX) 180SPUTNEY, INC. 743EA$ - CARPROFEN CAPLET 75MG (RX) 180SPUTNEY, INC. 753EA$ - COUGH TABLET 1000SCREATIVE SCIENCE LLC 762EA$ - DEPO MEDROL 20MG/ML (RX) 20MLZOETIS, INC. 772EA$ - DERMA VET OINTMENT 2.5MG (RX) 30MLMED-PHARMEX INC. 782EA$ - DEXASONE INJECTION 4MG/ML (RX) 100MLASPEN VET 792EA$ - EPINEPHRINE INJECTION 1MG/ML (RX) 30MLAMPHASTAR PHARMACEUTICALS INC. 801EA$ - KETOCONAZOLE PLUS FLUSH 12OZCLINICS CHOICE 8110EA$ - KETOCONAZOLE TABLET 200MG (RX) 100STARO PHARMACEUTICALS USA, INC. 821EA$ - LIDOCAINE HCL 2% (RX) 100MLASPEN VET 832EA$ - MELOXIDYL ORAL SUSP 1.5MG/ML (RX) 100MLCEVA ANIMAL HEALTH INC. 843EA$ - METRONIDAZOLE TABLET 250MG (RX) 500SHERITAGE PHARMACEUTICALS INC 852EA$ - METRONIDAZOLE TABLET 500MG (RX) 500SHERITAGE PHARMACEUTICALS INC 862EA$ - DOXYCYCLINE HCL CAPSULE 100MG (RX) 500SRANBAXY PHARMACEUTICALS *see note 872EA$ - NON SPERMICIDAL STERILE LUBE JELLY 5OZFIRST PRIORITY INC. 881EA$ - PANACUR SUSPENSION 10% (RX) LITERMERCK ANIMAL HEALTH 891EA$ - PILL POCKETS CHICKEN CAP 7.9OZ 10085268NUTRO COMPANY 9012EA$ - PRAZIQUANTEL INJ 56.8MG/ML (RX) 50MLTEVA ANIMAL HEALTH INC 913EA$ - PYRANTEL PAMOATE SUSP 50MG 32OZNEOGEN CORPORATION 924EA$ - VITA JEC B COMPLEX FORTIFIED 250MLASPEN VET 931EA$ - VITA JEC B12 3000MCG (RX) 100MLASPEN VET 941EA$ - Activyl Large Dog 6pkMERCK ANIMAL HEALTH 9510EA$ - VITA JEC K1 INJ 10MG/ML (RX) 100MLASPEN VET 961EA$ - SECTION G - Bandage, Tape, Gauze, and Needles COTTON BALL N/S MEDIUM 2000S 801DUKAL CORPORATION 971EA$ - COTTON TIP APPLICATR+WD STEM 100S J0195JORGENSEN LABORATORIES 983EA$ - NEEDLE HYPO 18X1 100S AH+1825NIPRO MEDICAL CORP 996EA$ - DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxxxxxx Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price NEEDLE HYPO 20X1 100S AH+2025NIPRO MEDICAL CORP 1006EA$ - NEEDLE HYPO 22X3/4 100S AH+2219NIPRO MEDICAL CORP 1016EA$ - NEEDLE HYPO 25X5/8 100S AH+2516NIPRO MEDICAL CORP 1026EA$ - SYRINGE 10CC LS 100S JD+10S-WEINIPRO MEDICAL CORP 1033EA$ - SYRINGE 3CC+22X1 LS 100S JD+03S2225NIPRO MEDICAL CORP 10485EA$ - SYRINGE 5CC LS LF 100S JD+05SNIPRO MEDICAL CORP 1055EA$ - SYRINGE DISP 12CC LL 80S 8881512878COVIDIEN 1061EA$ - SYRINGE DISP 20CC LL 50S 8881520657COVIDIEN 1071EA$ - SYRINGE TB 1CC+25X5/8 100S JD+01T2516NIPRO MEDICAL CORP 10824EA$ - Gauze 4X4 Case (10 bags of 200 sheets) 10910EA$ - ZONAS POROUS TAPE 1"X10YD 12S 005104ASSOCIATED MARKET SERVICES INC. 1101EA$ - SECTION H - Suture MONOSWIFT PS SUTURE 3/0 PFS-1 12S PS0942CLIPPER DISTRIBUTING CO LLC 11120EA$ - POLY DOX CASSETTE 0 25M SMC10CLIPPER DISTRIBUTING CO LLC 1121EA$ - POLY DOX CASSETTE 2/0 25M SMC20CLIPPER DISTRIBUTING CO LLC 1132EA$ - SECTION I - Opthalmic NEO POLY B BACIT ZN OPHTH OINT(RX)3.5GMAKORN, INC. 11410EA$ - NEO POLY DEX OPHTH SUSP (RX) 5MLFALCON PHARMACEUTICALS 1154EA$ - PROPARACAINE HCL OPHTH SOL 0.5%(RX) 15MLAKORN, INC. 1161EA$ - PURALUBE VET OPHTHALMIC OINTMENT 3.5GMDECHRA VETERINARY PRODUCTS, LLC 11710EA$ - SECTION J - Miscellaneous MICROSCOPE COVER SLIP 22x22CM 100S J0336JORGENSEN LABORATORIES 1183EA$ - MICROSCOPE SLIDE CLEAR 72S J0335JORGENSEN LABORATORIES 1192EA$ - SHARPS CONTAINER MEDIUM 8 QUART 676285COVIDIEN 1206EA$ - SECTION K - Vaccines NOBIVAC 3-RABIES 5X10MLMERCK ANIMAL HEALTH 12140EA$ - NOBIVAC CANINE 1-DAPPV 25X1DSMERCK ANIMAL HEALTH 122140EA$ - DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxxxxx xxxxxxxxx Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price TRI HEART PLUS 136MCG GREEN (RX) 10X6TABMERCK ANIMAL HEALTH 12312EA$ - TRI HEART PLUS 272MCG BROWN (RX) 10X6TABMERCK ANIMAL HEALTH 12412EA$ - TRI HEART PLUS 68MCG BLUE (RX) 10X6TABMERCK ANIMAL HEALTH 12512EA$ - SECTION L - Indentification Microchips Microchip with ShelterPro Interface, including user- HOME AGAIN brand only$ 9.99 1263,500EA friendly applicator $34,965.003 days Kennel Supplies: SECTION K - Kennel Veterinary Supplies ACEPROMAZINE INJ 10 MG (RX) 50 MLPHOENIX PHARM INC. 12716EA $ - ACTIVYL CAT <9LB ORANGE 6X6MERCK ANIMAL HEALTH 1284EA $ - ACTIVYL TICK PLUS DOG 88-132LB GRN 6X6MERCK ANIMAL HEALTH 1294EA $ - ANASED INJECT 100MG/ML (RX) 50 MLAKORN, INC. 13016EA $ - GOWN ISOLATION OS NS XL YEL 50S 301XLDUKAL CORPORATION 13114EA $ - GOWN ISOLATION OS NS YEL 50S 301DUKAL CORPORATION 13220EA $ - NEEDLE 18X1 TW 100S NN 1825RNIPRO MEDICAL CORP 1336EA $ - NEEDLE 18X1.5" TW 100S NN 1838RNIPRO MEDICAL CORP 1346EA $ - NEEDLE 20X1" RW SUR-VET 100S 100204NIPRO MEDICAL CORP 1356EA $ - NOBIVAC CANINE 1-DAPPV 25X1DSMERCK ANIMAL HEALTH 136125EA $ - NOBIVAC FELINE 1-HCP 25X1DSMERCK ANIMAL HEALTH 137125EA $ - DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxxxxxx xxxxxxxxx Respondent's Business Name:Merck Animal Health Principal Place of Business (City and State) Madison, NJ RFP 6048 - Pricing Sheet for Supply of Animal Health Products for City of Denton Animal Shelter The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. Product Proposal Pricing (PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED F.O.B DESTINATION): Estimated ESTIMATED ANNUAL Delivery ARO Item # UOMProduct DescriptionPreferred Brand, or equal QUANTITY (Days) Unit Price Extended Price NOBIVAC INTRA TRAC 3 25X1MLMERCK ANIMAL HEALTH 13865EA $ - SHARPS CONTAINER+HINGED LID 8 GAL 8980COVIDIEN 13912EA $ - SHOE COVER NON CONDUCTIVE 150 PAIR 2131DYNAREX 14010EA $ - SHOE COVER NON SKID BLUE XL 100SMEDLINE INDUSTRIES 14114EA $ - SYRINGE 3CC+22X1 LL LF 100S JD+03L2225NIPRO MEDICAL CORP 142110EA $ - SYRINGE 10CC LL 100S SS-10LNIPRO MEDICAL CORP 14310EA $ - SYR TB 1CC W/O NEEDLE LS 100S SS-01TNIPRO MEDICAL CORP 14495EA $ - SYRINGE ORAL MED 3CC 100S 8881903002NIPRO MEDICAL CORP 14560EA $ - TOTAL$ 34,965.00 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E City of Denton RFP for Supply of Animal Health Products SOLICITATION CHECKLIST Check when Task to be Completed by Respondent Completed X Exhibit 1 Î Pricing sheet X Review Exhibit 2 Î General Provisions and Terms and Conditions X Review Exhibit 3 Î Scope of Work/Technical Specifications X Review Exhibit 4 Î Technical Drawings and Plans (if applicable) X Submission of Exhibit 5 Î FTP Site Form (if applicable) X Review Exhibit 6 Î Federal Grant Requirements (if applicable) X Cover sheet X Solicitation number X Solicitation name X Firm name X Firm address X Contact name X Contact phone X Contact fax X Website address X Contact email address X Solicitation Checklist X Attachment A- Business Overview Questionnaire X Document how firm meets minimum qualifications (Section 3) X Detail to support evaluation criteria X Attachment B Î Exception Form X Attachment C Î Safety Record Questionnaire (if applicable) X Attachment D Î Reference Form X Attachment E Î Conflict of Interest Questionnaire Form Î with signature X Attachment F - Acknowledgment X Acknowledgment of Addenda X Submission signed by authorized officer, in the order specified below Hard Copy Submission: If submitting a hard copy, the City requires one (1) original and three (3) copies, with the pricing sheet submitted electronically in excel or emailed in excel to Ebids@cityofdenton.com with the Solicitation # and name in the subject line. X Electronic Submission: If submitting an electronic proposal only, email to Ebids@cityofdenton.com with the Solicitation # and name in the subject line. The pricing sheet (Exhibit 1) must be in excel format. Submit response, with tabs marking each section, in the following order: Order for Document Submission 1 Cover Sheet 2 Pricing Sheet Î Exhibit 1 3 Solicitation Checklist 4 Attachment A- Business Overview Questionnaire 5 Attachment B Î Exception Form 6 Attachment C Î Safety Record Questionnaire (if applicable) 7 Attachment D Î Reference Form 8 Attachment E Î Conflict of Questionnaire Form 9 Attachment F - Acknowledgment RFP 6048 - Main Document Page 11 of 20 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E City of Denton RFP for Supply of Animal Health Products A-BUSINESS OVERVIEW QUESTIONNAIRE AND FORMS 1. Contract Information (for formal contracting purposes): The following information will be used to write a contract, should your firm be selected for award. FirmÓs Legal Name: Intervet Inc dba Merck Animal Health th Address: 10488 S 136 St Omaha, NE 68138 Agent Authorized to sign contract (Name): Lauren Odum AgentÓs email address: lauren.odum@merck.com 2. Subsidiary of: Merck 3. Organization Class (circle): Partnership Corporation Individual Association 4. Tax Payer ID#: 36-4119108 5. Date Established: 1891 6. Historically Underutilized Business: Yes or No 7. Does your company have an established physical presence in the State of Texas, or the City of Denton? Yes or No, in which? No, No 8. Please provide a detailed listing of all products and/or services that your company provides. See attachment 9. Has your company filed or been named in any litigation involving your company and the Owner on a contract within the last five years under your current company name or any other company name? If so provide details of the issues and resolution if available. Include lawsuits where Owner was involved. (Notice: Failure to disclose this information during proposal submission, and later discovered, may result in contract termination at the OwnerÓs option.) NA 10. Have you ever defaulted on or failed to complete a contract under your current company name or any other company name? If so, where and why? Give name and telephone number of Owner. NA RFP 6048 - Main Document Page 12 of 20 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E City of Denton RFP for Supply of Animal Health Products 11. Have you ever had a contract terminated by the Owner? If so, where and why? Give name and telephone number (s) of Owner (s). NA 12. Has your company implemented an Employee Health and Safety Program compliant with 29 CFR 1910 ÐGeneral Industry StandardsÑ and/or 29 CFR 1926 ÐGeneral Construction StandardsÑ as they apply to your CompanyÓs customary activities? http://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=STANDARDS&p_toc _level=1&p_keyvalue=1926 Yes 13. .Resident/Non-Resident Bidder Determination: Texas Government Code Section 2252.002: Non-resident bidders. Texas law prohibits cities and other governmental units from awarding contracts to a non-resident firm unless the amount of such a bid is lower than the lowest bid by a Texas resident by the amount the Texas resident would be required to underbid in the non-resident biddersÓ state. In order to make this determination, please provide the name, address and phone number of: a. Responding firms principle place of business: 2 Giralda Farms Madison, NJ 07940 b. CompanyÓs majority owner principle place of business: th 10488 S 136 St Omaha, NE 68138 c. Ultimate Parent CompanyÓs principle place of business: th 10488 S 136 St Omaha, NE 68138 RFP 6048 - Main Document Page 13 of 20 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E City of Denton RFP for Supply of Animal Health Products 14. Provide details to support the evaluation criteria, including experience and delivery. Merck Animal Health currently provides microchips to the City of Denton Animal Services. HomeAgain automatically uploads registration information through the Shelter Pro software eliminating paperwork and ensuring all adopted animals that leave the shelter are registered in our database should they become lost. 15. Provide details on how firm meets the minimum qualifications stated in this Main document Section 3. a. The details must be completed on this form, and shall not point to another document in the respondentÓs proposal. b. Sign below and return form with final submission. Home Again has over 25 years experience providing microchips to veterinarians and shelters. References include: GOVERNMENT/COMPANY NAME: City of Plano Animal Services LOCATION: 4028 W Plano Pkwy Plano, TX 75093 CONTACT PERSON AND TITLE: Sherry Smith, Supervisor TELEPHONE NUMBER: 972-769-4360 SCOPE OF WORK: microchips, vaccines, pharmaceutical products CONTRACT PERIOD: 2008 to present GOVERNMENT/COMPANY NAME: City of Richardson Animal Services LOCATION: 1330 Columbia Rd Richardson, TX 75081 CONTACT PERSON AND TITLE: Dennis Wooten, director TELEPHONE NUMBER: 972-744-4111 SCOPE OF WORK: microchips, vaccines, pharmaceutical products CONTRACT PERIOD: 2009 to present GOVERNMENT/COMPANY NAME: Dallas Animal Services LOCATION: 1818 N Westmoreland Dallas, TX 75212 CONTACT PERSON AND TITLE: Jody Jones, Director TELEPHONE NUMBER: 214-670-8246 SCOPE OF WORK: microchips, vaccines, pharmaceutical products CONTRACT PERIOD: 2012 to present Merck Animal Health is a sole source provider of Home Again microchips and has all licensure to sell in the state of Texas, see attached letter. RFP 6048 - Main Document Page 14 of 20 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxxxxxxxxxxxxx DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E City of Denton RFP for Supply of Animal Health Products xxxxxxxxxxxxxxx ATTACHMENT C-SAFETY RECORD QUESTIONNAIRE xxxxxxxxxxxxxxxx Not Applicable RFP 6048 - Main Document Page 17 of 20 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E City of Denton RFP for Supply of Animal Health Products xxxxxxxxxxxxxxx ATTACHMENT D-REFERENCES xxxxxxxxxxxxxxxx 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: City of Plano Animal Services LOCATION: 4028 W Plano Pkwy Plano, TX 75093 CONTACT PERSON AND TITLE: Sherry Smith, Supervisor TELEPHONE NUMBER: 972-769-4360 SCOPE OF WORK: microchips, vaccines, pharmaceutical products CONTRACT PERIOD: 2008 to present REFERENCE TWO GOVERNMENT/COMPANY NAME: City of Richardson Animal Services LOCATION: 1330 Columbia Rd Richardson, TX 75081 CONTACT PERSON AND TITLE: Dennis Wooten, director TELEPHONE NUMBER: 972-744-4111 SCOPE OF WORK: microchips, vaccines, pharmaceutical products CONTRACT PERIOD: 2009 to present REFERENCE THREE GOVERNMENT/COMPANY NAME: Dallas Animal Services LOCATION: 1818 N Westmoreland Dallas, TX 75212 CONTACT PERSON AND TITLE: Jody Jones, Director TELEPHONE NUMBER: 214-670-8246 SCOPE OF WORK: microchips, vaccines, pharmaceutical products CONTRACT PERIOD: 2012 to present RFP 6048 - Main Document Page 18 of 20 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxxxxxxxxxxxx DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E xxxxxxxxxxxxxxx DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E Merck Animal Health (MAH) Shelter Account Agreement - Special Agreement Effective 03/01/2016 - 02/28/2017 CITY OF DENTON001032230002/08/2016 Account NameAccount NumberDate Created 3717 N ELM , DENTON, TX 76209Lauren Odum Street Address, City, State, ZIPSales Rep Name Linked Accounts: Linked AccountShipping AddressCityStatePostal CodeSap# No Linked Accounts Available Products UINFeline VaccinesPresentationPer DosePer UnitUINRabies VaccinesPresentationPer DosePer Unit 065264NOBIVAC® FELINE 1-HCP25 ds2.38 *59.50 *065441NOBIVAC® 1-RABIES5x10 ml1.4673.00 065266NOBIVAC® FELINE 1-HCPCh25 ds3.2280.50065448NOBIVAC® 3-RABIES50x1 ml1.5979.50 065265NOBIVAC® FELINE 1-HCP+FeLV25 ds8.09202.25065440NOBIVAC® 3-RABIES5x10 ml1.28 *64.00 * 065267NOBIVAC® FELINE 1-HCPCh+FeLV25 ds8.78219.50065447NOBIVAC® 3-RABIES CA50x1 ml1.5979.50 065277NOBIVAC® FELV25 ds8.00200.00065444NOBIVAC® 3-RABIES CA5x10 ml1.5979.50 054219NOBIVAC® FELINE-Bb25 ds4.10102.50077665RABIES TAG WIRE100/wire33.50 031664NOBIVAC® FELINE 3-HCP25 ds8.43210.75067631RABIES FORM NASPHV #50100/book14.70 UINCanine VaccinesPresentationPer DosePer UnitUINPharmaceuticalPresentationCategoryPer Unit 065288NOBIVAC® CANINE 1-DAPPv25 ds2.84 *71.00 *055219ORBAX® ORAL SUSPENSION6x20 mLAntibiotic138.06 065289NOBIVAC® CANINE 1-DAPPv+Cv25 ds5.27131.75058809ORBAX® Tablets (orbifloxacin)22.7 mgx250Antibiotic222.55 065290NOBIVAC® CANINE 1-DAPPvL225 ds4.16104.00058811ORBAX® Tablets (orbifloxacin)68 mgx100Antibiotic223.04 065293NOBIVAC® CANINE 1-DAPPvL2+Cv25 ds5.98149.50119750INCURIN™ (estriol) Tablets10 x blister (30 xEndocrine88.18 1mg) 099336NOBIVAC® CANINE 1-DAPPv+L425 ds4.10 *102.50 * 039457LEVENTA® (levothyroxine sodium)30 mLEndocrine20.77 068616NOBIVAC® LEPTO425 ds4.23105.75 127260VETSULIN®(porcine insulin zinc suspension)10 mLEndocrine23.25 099895NOBIVAC® LYME25 ds12.03300.75 067906BEUTHANASIA®-D SPECIAL100 mL vialOther49.16 065300NOBIVAC® CANINE 1-Pv25 ds3.4887.00 055134GENTOCIN DURAFILM10 X 5mLOphthalmic84.80 065284NOBIVAC® CANINE 1-Cv25 ds3.9799.25 058804OPTIMMUNE® Ophthalmic Ointment6 x 3.5 g tubesOphthalmic131.46 053260NOBIVAC® PUPPY-DPv25 ds3.7794.25 058671MOMETAMAX® Otic Suspension12 x 7.5 gOtic116.52 006772NOBIVAC® CANINE 3-DAPv25 ds8.16204.00 058669MOMETAMAX® Otic Suspension12 x 15 gOtic174.36 UINCanine Respiratory VaccinesPresentationPer DosePer Unit 058675MOMETAMAX® Otic Suspension215 gOtic166.99 054097NOBIVAC® INTRA-TRAC® KC10 ds3.4834.80 058678MOMETAMAX® Otic Suspension6 x 30 gOtic156.72 054215NOBIVAC® INTRA-TRAC® KC25 ds3.4887.00 058817OTOMAX® Ointment12 x 15 g bottlesOtic152.88 065314NOBIVAC® INTRA-TRAC®32X5 ds3.4834.80 058820OTOMAX® Ointment12 x 15 g tubesOtic152.28 065313NOBIVAC® INTRA-TRAC®325 ds2.99 *74.75 * 058821OTOMAX® Ointment12 x 7.5 g tubesOtic93.48 065310NOBIVAC® INTRA-TRAC®3150 ds3.41511.50 058824OTOMAX® Ointment215 g bottlesOtic132.86 065316NOBIVAC® INTRA-TRAC®3 ADT25 x 0.5ml3.5488.50 058825OTOMAX® Ointment6 x 30 g bottlesOtic132.30 065315NOBIVAC® INTRA-TRAC®3 ADT150 x 0.5ml3.48522.00 117223POSATEX® Otic Suspension12 x 7.5 gOtic139.92 084987NOBIVAC® CANINE FLU H3N825 ds3.6591.25 094137POSATEX® Otic Suspension12 x 15 gOtic209.52 151609Canine Influenza Vaccine H3N225 ds3.6591.25 116772POSATEX® Otic Suspension6 x 30 gOtic188.16 UINFlea Spot On for Cats and DogsPresentationMonthlyPer Unit 069269PANACUR® GRANULES1 pound jarParasitide297.33 104482Activyl® Toy Dogs/Puppies6X6X0.51 ML6.60237.59 004110PANACUR® C 1 gram10 packetsx1x3x1gParasitide35.53 112173Activyl® Small Dogs/Puppies6X6X0.77 ML6.60237.59 004111PANACUR® C 2 gram10 packetsx1x3x2gParasitide54.04 107502Activyl® Medium Dogs/Puppies6X6X1.54 ML6.60237.59 004112PANACUR® C 4 gram10 packetsx1x3x4gParasitide85.83 116338Activyl® Large Dogs/Puppies6X6X3.08 ML6.60237.59 105546SCALIBOR® Protector Band1 x 12 collarsParasitide294.00 115627Activyl® Extra Large Dogs/Puppies6X6X4.62 ML6.60237.59 052716TRI-HEART® PLUS Chew Tabs - Blue6 x 68 mgParasitide13.13 115236Activyl® Toy Dogs/Puppies22X1X0.51 ML6.60145.15 049636TRI-HEART® PLUS Chew Tabs - Green6 x 136 mgParasitide17.62 113603Activyl® Small Dogs/Puppies22X1X0.77 ML6.60145.15 073919TRI-HEART® PLUS Chew Tabs - Brown6 x 272 mgParasitide22.97 104695Activyl® Medium Dogs/Puppies22X1X1.54 ML6.60145.15 UINBravecto®PresentationPer DosePer Unit 099646Activyl® Large Dogs/Puppies22X1X3.08 ML6.60145.15 139552BRAVECTO® Toy Dogs (FLURALANER)10 x1 x 112.5mg30.25302.52 114997Activyl® Extra Large Dogs/Puppies22X1X4.62 ML6.60145.15 143323BRAVECTO® Small Dogs (FLURALANER)10 x1 x 250mg30.25302.52 044973Activyl® Kitten6X6X0.51 ML7.15257.41 128951BRAVECTO® Medium Dogs (FLURALANER)10 X 1 X 500mg30.25302.52 118926Activyl® Cats6X6X1.00 ML7.15257.41 144000BRAVECTO® Large Dogs (FLURALANER)10 X 1 X 1000mg30.25302.52 106980Activyl® Kitten22X1X0.51 ML7.15157.22 147371BRAVECTO® Extra Large Dogs10 X 1 X 1400mg30.25302.52 026072Activyl® Cats22X1X1.00 ML7.15157.22(FLURALANER) 111632Activyl® TICK PLUS Toy Dogs/Puppies6X6X0.5 ML7.70277.17139300BRAVECTO® Toy Dogs (FLURALANER)10 x2 x 112.5mg28.60572.00 104721Activyl® TICK PLUS Small Dogs/Puppies6X6X1.0 ML7.70277.17137780BRAVECTO® Small Dogs (FLURALANER)10 X 2 X 250mg28.60572.00 108760Activyl® TICK PLUS Medium Dogs/Puppies6X6X2.0 ML7.70277.17148922BRAVECTO® Medium Dogs (FLURALANER)10 X 2 X 500mg28.60572.00 117105Activyl® TICK PLUS Large Dogs/Puppies6X6X4.0 ML7.70277.17133223BRAVECTO® Large Dogs (FLURALANER)10 X 2 X 1000mg28.60572.00 024682Activyl® TICK PLUS Extra Large6X6X6.0 ML7.70277.17147265BRAVECTO® Extra Large Dogs10 X 2 X 1400mg28.60572.00 Dogs/Puppies(FLURALANER) 090869Activyl® TICK PLUS Toy Dogs/Puppies22X1X0.5 ML7.70169.29 113314Activyl® TICK PLUS Small Dogs/Puppies22X1X1.0 ML7.70169.29* Represents the Exception Price 119643Activyl® TICK PLUS Medium Dogs/Puppies22X1X2.0 ML7.70169.29 113408Activyl® TICK PLUS Large Dogs/Puppies22X1X4.0 ML7.70169.29 114162Activyl® TICK PLUS Extra22X1X6.0 ML7.70169.29 LargeDogs/Puppies -The Account agrees to purchase a minimum of doses during the Term. (Prorated) -The prices in this Agreement are valid only for purchases of the above products when ordered from an MAH authorized distributor or directly from MAH. -The Account agrees to adhere to MAH Sales Policy - no resale to other veterinarians, no resale through catalogs, the internet, farm stores and similar outlets and no resale through any other distribution channel. -The Account confirms that these products are used for patients under the direct care of a veterinarian with the Account. -Accounts not meeting volume commitments or other terms & conditions will revert to regular veterinary retail pricing. Volume compliance will be evaluated at Merck Animal Health discretion. -Accounts participating in this Agreement are not eligible for any other special offers on MAH product listed on this Agreement and cannot particate in any other plan or agreement. -MAH reserves the right to amend or terminate this Agreement, at any time and for any reason at its sole discretion. -MAH reserves the right to change prices to this Agreement. Copyright (c) 2015 Intervet Inc., subsidiary of Merck & Co., Inc. All rights reserved CONFIDENTIAL - DO NOT COPY OR DISTRIBUTELast updated 02/09/2016 Page: 1 DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E Employee Name Legal entity name Employee title Number and Street Address Department name City, State, Postal Code Country T phone number F fax number merck-animal-health.com April 7, 2016 HomeAgain Microchip Specifications 1.HomeAgain microchips are 134kHz frequency and ISO compliant. ISO is the International Organization for Standardization. 2. HomeAgain microchip has a patented Bio Bond anti-migration technology that forms a bond with an animal’s subcutaneous tissues to help prevent migration – 3. HomeAgain microchip is loaded in a 1 piece beveled sterile single use syringe – 4. HomeAgain microchip is a single use syringe in a peel pack, fully disposable – 25 per package/box. – 5. HomeAgain microchip packaging includes a yellow plastic ID tag that is embossed with the pet’s unique microchip number and the phone number to contact the national database at HomeAgain 888- 466-3242 6. Included in the cost of the HomeAgain microchip is lifetime registration in the HomeAgain National Pet Recovery system. The pet owner can access their information after adoption from City of Denton Animal Services any time 24 hours a day/ 7 days a week at www.homeagain.com at no cost for the life of the canine or feline. 7. Each box of HomeAgain microchips is scanned prior to shipment to the customer, i.e. DENTON ANIMAL SERVICES and that information is linked to each microchip number making the chips traceable to DENTON ANIMAL SERVICES. 8. HomeAgain microchips are packaged to contain: a. The syringe to implant the chip with the chip in the needle. b. The collar ring and yellow tag that is embossed with the microchip number and HomeAgain pet recovery phone number. c. Enrollment information form d. Pet information file card 9. HomeAgain microchip is detected and read by the latest industry standard scanners when used by shelters and clinics–subcutaneous and inter scapular. DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E 10. Included with the HomeAgain microchip in this bid is an annual membership for the pet owner that includes the following at no additional cost to the pet owner for one year – brochure attached a) Personalized “Lost Pet” posters are emailed or faxed by HomeAgain to shelters and veterinary clinics within a 25 mile radius of where the pet was lost b) 24/7 Emergency Medical Hotline ($60 value free with the annual membership) Emergency medical assistance through The American Society for the Prevention of Cruelty to Animals (ASPCA). c) Travel Assistance for Found Pets (Pet must be found 500 miles or more from home with a $500 limit on travel expenses paid by HomeAgain ) d) 24/7 Lost Pet Specialist at 888HomeAgain (888-466-3242) 11. HomeAgain microchips with prepaid registration are able to automatically upload registrations through Shelter Pro software. Other programs/services associated with the HomeAgain Microchip and database include: 1. HomeAgain utilizes several methods to keep the national database updated. The HomeAgain Data Hygiene list is attached 2. HomeAgain has an in-house pet recovery database and 24/7 phone line. We do not contract with 3rd parties to do our pet recovery. 3. Pet owners or clients information is kept private. HomeAgain is part of Intervet, Inc (dba Merck Animal Health) a global firm. As such the pet owner’s contact information is private information and never sold or released to any private citizen and only used in the recovery process. 4. The pet owners contact information for pet recovery through the HomeAgain database can be collected when the pet is adopted from City of Denton Animal Services and once the pet is enrolled in the HomeAgain database the contact information is in the database for the life of the pet. The Pet owner can update the contact information online at www.homeagain.com at anytime at no cost. Recovery System Network Description 1. When an animal is found to have a microchip embedded the animal care and control group shelter, clinic or rescue group calls the national database at 888-HomeAgain or 888-466- 3242. HomeAgain provides the numbers for other manufacturers as well. A laminated card with telephone numbers, frequencies, and how the scanner reads the chips is available in quantity at no cost and attached 2. When the pet owner’s information has been located DENTON ANIMAL SERVICES is given the latest contact information for the pet to be returned. It is vital that at least annually the pet owner updates the contact information to return the pet home quickly and safely and help DENTON ANIMAL SERVICES return the pet to the owner as quickly as possible. Training 1. Staff education is available online at no cost through American Animal Hospital Association Website at http://www.aahanet.org/education/microchip_scanning.aspx See attachment 2. DENTON ANIMAL SERVICES staff and animal control officer education is also done onsite at DENTON ANIMAL SERVICES facility by the Merck Animal Health (HomeAgain) Shelter Manager, Lauren Odum as requested By DENTON ANIMAL SERVICES on microchipping, proper scanning techniques and protocol on microchipping. DocuSign Envelope ID: 8C09A8E5-E0BB-4E0F-A386-03F4AD3D3F13 Exhibit E Delivery Information: 1. FOB Destination 2. Delivery can be made in 2-3 business days if the stock is available 3. Payment Terms are Net 30 with no charge for shipping. Certificate Of Completion Envelope Id: 8C09A8E5E0BB4E0FA38603F4AD3D3F13Status: Completed Subject: City Council Docusign Item - 6048 Source Envelope: Document Pages: 47Signatures: 5Envelope Originator: Certificate Pages: 6Initials: 0Robyn Forsyth AutoNav: Enabledrobyn.forsyth@cityofdenton.com EnvelopeId Stamping: EnabledIP Address: 129.120.6.150 Time Zone: (UTC-08:00) Pacific Time (US & Canada) Record Tracking Status: OriginalHolder: Robyn ForsythLocation: DocuSign 6/8/2016 7:20:33 AM robyn.forsyth@cityofdenton.com Signer EventsSignatureTimestamp Robyn ForsythSent: 6/8/2016 7:25:03 AM Completed robyn.forsyth@cityofdenton.comViewed: 6/8/2016 7:25:12 AM BuyerSigned: 6/8/2016 7:25:29 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: Lauren OdumSent: 6/8/2016 7:25:32 AM lauren.odum@merck.comResent: 6/9/2016 2:01:11 PM Security Level: Email, Account Authentication Resent: 6/9/2016 2:01:22 PM (Optional) Viewed: 6/10/2016 8:58:26 AM Using IP Address: 155.91.45.231 Signed: 6/10/2016 8:59:53 AM Electronic Record and Signature Disclosure: Accepted: 6/10/2016 8:58:26 AM ID: f65a687f-0669-448a-9770-6cc19b74cc01 John KnightSent: 6/10/2016 8:59:58 AM john.knight@cityofdenton.comViewed: 6/10/2016 9:04:04 AM Deputy City AttorneySigned: 6/10/2016 9:04:44 AM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Karen E. SmithSent: 6/10/2016 9:04:47 AM karen.smith@cityofdenton.comResent: 6/22/2016 7:02:53 AM Assistant Purchasing ManagerViewed: 6/10/2016 1:03:21 PM City of DentonSigned: 6/22/2016 7:03:24 AM Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication Freeform Signing (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Signer EventsSignatureTimestamp George C. CampbellSent: 6/22/2016 7:03:29 AM george.campbell@cityofdenton.comViewed: 6/22/2016 1:53:34 PM City ManagerSigned: 6/22/2016 1:53:44 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: 6/22/2016 1:53:47 PM jennifer.walters@cityofdenton.comViewed: 6/23/2016 6:51:27 AM City SecretarySigned: 6/23/2016 6:51:41 AM City of Denton Using IP Address: 129.120.6.150 Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Julia WinkleySent: 6/10/2016 8:59:56 AM julia.winkley@cityofdenton.comViewed: 6/10/2016 1:01:15 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: 6/10/2016 8:59:56 AM sherri.thurman@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jane RichardsonSent: 6/22/2016 7:03:27 AM jane.richardson@cityofdenton.comViewed: 6/22/2016 7:07:09 AM Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Robin FoxSent: 6/22/2016 7:03:27 AM Robin.fox@cityofdenton.com Security Level: Email, Account Authentication (Optional) Carbon Copy EventsStatusTimestamp Electronic Record and Signature Disclosure: Accepted: 10/9/2015 11:39:51 AM ID: 04463961-03db-4c4d-9228-d660d6146ed6 Jennifer BridgesSent: 6/23/2016 6:51:44 AM jennifer.bridges@cityofdenton.comViewed: 6/23/2016 8:44:24 AM Procurement Assistant City of Denton Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jane RichardsonSent: 6/23/2016 6:51:45 AM jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: David HildebrandSent: 6/23/2016 6:51:47 AM david.hildebrand@cityofdenton.comViewed: 6/23/2016 6:54:31 AM Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Notary EventsTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted6/23/2016 6:51:47 AM Certified DeliveredSecurity Checked6/23/2016 6:51:47 AM Signing CompleteSecurity Checked6/23/2016 6:51:47 AM CompletedSecurity Checked6/23/2016 6:51:47 AM Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. 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.