Loading...
19-825WHEREAS, pursuant to Ordinance 2005-034, the Buy Board Cooperative Purchasing Network has solicited, received, and tabulated competitive bids for the purchase of necessary equipment,or services in accordance procedures of state law • behalf of the City of Denton; and WHEREAS, the City Manager, or a designated employee, has reviewed and recommended that the herein described materials, equipment, supplies, or services can be purchased by •ugh the Buy Board to • • . Purchasing ' " • programs cost than the City would expend if bidding these items individually; and WHEREAS, the City Councilprovided Budget for appropriation • funds to be used for the purchase of the materials, equipment, supplies, or services approved and accepted THEREFORE, shownSECTION 1. The items Number".• herein r • on file in the office of the Purchasing Agent, are hereby accepted and approved as being the lowest responsible bids for such iteins: FILE NUMBER VENDOR AMOUNT 6998 Sciens, LLC $102,860 S-E('71JON 21, By the acceptance and approval of the items set forth in the referenced file number, the City accepts the offer of the persons submitting the bids to the Buy Board Cooperative Purchasing Network for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, conditions, specifications, standards, quantities and for the specified sums contained in the bid documents and related documents filed with the Buy Board Cooperative Purchasing Network and the purchase orders issued by the City. SECTION 3. Should the City and persons submitting approved and accepted items set forth in the referenced file number wish to enter into a formal written agreement as a result of the City's ratification of bids awarded by the Buy Board Cooperative Purchasing Network, the City Manager or his designated ♦ - - - r - •y authorized to execute the written contract which shall be attached - Drovided that the written contractaccordance conditions, specifications and standards contained in the Proposal submitted to the Buy Board Cooperative Purchasing Network, and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or his designee. SECTION 5. By the acceptance and approval of the items set forth in the referenced file number, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approval purchase orders or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. C1()1Nt111 t4E al115(, (Iiis INdNINrN"N cks NN1ade by'the ordinance ✓d Hof .... ... sN1{l the following vot _. .. AL ... ,r....., way lNcd M�.Ntl �al�;r�vc�a i��y w Aye Nay Abstain Absent Mayor Chris Watts: Gerard Hudspeth, District 1: Keely G. Briggs, District 2:,., Don Duff, District 3:� John Ryan, District 4: �. Deb Armintor, At Large Place 5: Paul Meltzer, At Large Place 6: PASSED AND APPROVED this they s day of CHRIS WATTS. MANOR ATTEST: ROSA RIOS, CITY SECRETARY w APPROVED AS TO LEGAL FORM: AARON i sl ,A ., C ] "IN ATTORNEY � y BY: 2019. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Docusign City Council Transmittal Coversheet COOP 6998 File Name Land Management Software Consultant Purchasing Contact Adrian Brown City Council Target Date April 16, 2019 Piggy Back Option Not Applicable Contract Expiration NSA Ordinance 19-825 DS D DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND SCIENS, LLC. (File #6998) THIS CONTRACT is made and entered into this date 4/16/2019 , by and between Sciens, LLC., a Texas Corporation, whose address is 5900 S. Lake Forest Drive, Suite 300, McKinney, Texas 75070, 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 Supplier's quote, a copy of which is attached hereto and incorporated herein for all purposes as Exhibit "A". The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) Sciens, LLC. Agreement (Exhibit "A") (b) BuyBoard Cooperative Purchasing Contract 9579-19 with Sciens, LLC. (Exhibit `B" on file at the office of the Purchasing Agent) (c) Special Terms and Conditions (Exhibit "C") (d) Certificate of Insurance and Insurance Requirements (Exhibit "D") (e) Sciens, LLC. Proposal (Exhibit "E") (f) Form CIQ — Conflict of Interest Questionnaire (Exhibit "F") These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as "Contract Documents." Prohibition on Contracts with Companies Boycotting Israel Supplier acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this agreement, Supplier certifies that Supplier's signature provides written verification to the City that Supplier: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the agreement. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this agreement, Supplier certifies that Supplier's signature provides written verification to the City that Supplier, pursuant to Chapter File 6998 DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 2252, is not ineligible to enter into this agreement and will not become ineligible to receive payments under this agreement by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. SUPPLIER DocuSignetl by: THIS AGREEMENT HAS BEEN BY: s41�. G.,re BOTH REVIEWED AND APPROVED AUTHORIZED SIGNATURE as to financial and operational obligations Stephen Gousi e and business terms. Printed Name: Docu Signed : D ..- �.d byu a( SIGNATURE Director Scott McDonald PRINTED NAME TITLE Development Services DEPARTMENT ATTEST: ROSA RIOS, CITY SECRETARY DocuSigned by: BY: ,�aan.t. APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY ocuSigned by: ri" .Fe;Aw.Ad BY•ng aaFmnaF9 Partner Title: 469-424-3415 PHONE NUMBER sgousie@sciens.com EMAIL ADDRESS 2018-432965 TEXAS ETHICS COMMISSION CERTIFICATE NUMBER CITY OF DENTON, TEXAS DocuSigned by: BY: 8776C71 IBAOD454... TODD HILEMAN CITY MANAGER File 6998 DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 EXHIBIT A 1 Agreement No. AGREEMENT FOR CONSULTING SERVICES This Agreement for Consulting Services ("Agreement") is made and entered into in the State of Texas this 16 day of Apra 10 19 by and between the City of Denton, a municipal corporation ("City"), and Sciens LLC ("Consultant"). WHEREAS, the City desires to hire the Consultant to perform certain consulting services specified herein; and WHEREAS, the Consultant represents that the Consultant and/or the Consultant's personnel have the qualifications and experience to properly perform such services: NOW, THEREFORE, the City and the Consultant hereby agree as follows: 1. Scope of Services Consultant shall furnish the City with professional consulting services as more particularly set forth in Exhibit E, Sciens' proposal, attached hereto and incorporated by this reference in full herein. 2. Method of Performing Services Subject to the terms and conditions of this Agreement, the Consultant may determine the method, details, and means of performing the services described herein. 3. Standard of Performance Consultant agrees to undertake and complete these services to conclusion, using that standard of care, skill, and diligence normally provided by a professional person in the performance of similar consulting services. Non -Exclusive Services This Agreement shall not be interpreted to prevent or preclude Consultant from rendering any services for Consultant's own account or to any other person or entity as Consultant in its sole discretion shall determine. Consultant agrees that performing such services will not materially interfere with services to be performed for the City. 5. Coordination of Services All services are to be coordinated with the City Manager or designee ("Project Manager") and shall be performed under the general direction of the Project Manager. 6. Place of Work Consultant shall perform the services provided for in this Agreement at any place or location and at such times as the Consultant shall determine. 7. Principal in Charge Consultant will designate one of its Partners as its principal -in -charge and person responsible for necessary coordination with Project Manager. "4/' 0 Page 1 (sciens U I�l 1;J I 'f I N G DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 8. Permits. Licenses. Certificates Consultant, at Consultant's sole expense, shall obtain and maintain during the term of this Agreement, all permits, licenses, and certificates required in connection with the performance of services under this Agreement, including a City business license. 9. City's Responsibility City shall cooperate with Consultant as may be reasonably necessary for Consultant to perform its services. Project Manager agrees to provide direction to Consultant as requested regarding particular project requirements. 10. Term of Agreement This Agreement shall begin upon approval by the City. 11. Termination a. This Agreement may be terminated by City if Project Manager notifies Consultant, in writing, of Project Manager's desire to terminate the Agreement. Such termination shall be effective ten calendar days from the date of delivery or mailing of such notice. City agrees to pay Consultant in full for all amounts due Consultant as of the effective date of termination, including any expenditures incurred on City's behalf, whether for the employment of third parties or otherwise. b. This Agreement may be terminated by Consultant if Consultant notifies Project Manager, in writing, of Consultant's desire to terminate the Agreement. Such termination shall be effective ten calendar days from the date of delivery or mailing of such notice and only if all assignments accepted by Consultant have been completed prior to the date of termination. 12. Compensation a. City agrees to pay Consultant in a not -to -exceed amount for services, including expenses, provided under this Agreement at rates provided in Exhibit E, Sciens' proposal, attached hereto and incorporated by this reference in full herein. b. The acceptance by Consultant of the final payment made under this Agreement shall constitute a release of City from all claims and liabilities for compensation to Consultant for anything completed, finished or relating to Consultant's services. c. Consultant shall provide Project Manager with a completed Request for Taxpayer Identification Number and Certification as issued by the Internal Revenue Service (IRS Form W-9). d. If any sales tax is due for services performed by Consultant or materials or products provided to City by Consultant, Consultant shall pay the sales tax. City shall not reimburse Consultant for sales taxes paid by Consultant. 13. Method of Payment a. City agrees to pay Consultant for the completion of each work element as identified in the Exhibit E, Sciens' proposal, attached hereto and incorporated by this reference in full herein. 14. Responsibility for Expenses Except as otherwise expressly provided in this Agreement, City shall not be responsible for expenses incurred by Consultant in performing services under this Agreement. All expenses incident to the performance of services under this Agreement shall be borne by the Consultant, including, but not limited to rent, vehicle, and travel, entertainment and promotion, general liability and health insurance, workers' compensation insurance, and all compensation and benefits of employees or agents engaged by Consultant. Consultant shall, at its own cost and expense, supply all personal property necessary or appropriate to perform the services provided for under this Agreement, including, but not limited to any personal property used by employees and agents of Consultant in the performance of such services. ";0 Page 2 (Sciens U I�l S J I 'f I N G DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 15. Non -Appropriation of Funds Payments to be made to Consultant by City for services performed within the current fiscal year are within the current fiscal budget and within an available, unexhausted and unencumbered appropriation of City. In the event City does not appropriate sufficient funds for payment of Consultant's services beyond the current fiscal year, this Agreement shall cover payment for Consultant's services only up to the conclusion of the last fiscal year in which City appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. 16. Records a. At City's request, City shall be entitled to immediate possession of, and Consultant shall furnish to Project Manager within ten days, all of the project deliverables. Consultant may retain copies of these documents. b. Any substantive modification of the documents and materials by City staff or any use of the completed documents and materials for other City projects, or any use of uncompleted documents and materials, without the written consent of Consultant, shall be at City's sole risk and without liability or legal exposure to Consultant. City agrees to hold Consultant harmless from all damages, claims, expenses and losses arising out of any reuse of the documents and materials for purposes other than those described in this Agreement, unless Consultant consents in writing to such reuse. 17. Confidentiality of Information Any documents and materials given to or prepared or assembled by Consultant under this Agreement shall be confidential and shall not be made available to any third person or organization by Consultant without prior written approval of the Project Manager. 18. INDEMNITY CONSULTANT AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS CITY COUNCIL, AND EACH MEMBER THEREOF, AND EVERY OFFICER, EMPLOYEE, REPRESENTATIVE OR AGENT OF CITY, FROM ANY AND ALL LIABILITY, CLAIMS, DEMANDS, ACTIONS, DAMAGES (WHETHER IN CONTRACT OR TORT, INCLUDING PERSONAL INJURY, DEATH AT ANY TIME, OR PROPERTY DAMAGE), COSTS AND FINANCIAL LOSS, INCLUDING ALL COSTS AND EXPENSES AND FEES OF LITIGATION OR ARBITRATION, THAT ARISE DIRECTLY OR INDIRECTLY FROM ANY ACTS OR OMISSIONS RELATED TO THIS AGREEMENT PERFORMED BY CONSULTANT OR ITS AGENTS, EMPLOYEES, SUBCONSULTANTS, SUBCONTRACTORS, CONSULTANTS AND OTHER PERSONS ACTING ON CONSULTANT'S BEHALF. THIS AGREEMENT TO INDEMNIFY, HOLD HARMLESS AND DEFEND SHALL APPLY WHETHER SUCH ACTS OR OMISSIONS ARE THE PRODUCT OF ACTIVE NEGLIGENCE, PASSIVE NEGLIGENCE, OR ACTS FOR WHICH CONSULTANT OR ITS AGENTS, EMPLOYEES, SUBCONSULTANTS, SUBCONTRACTORS, CONSULTANTS AND OTHER PERSONS ACTING ON CONSULTANT'S BEHALF WOULD BE HELD STRICTLY LIABLE. 19. Insurance a. Consultant shall obtain and maintain during the performance of any services under this Agreement the insurance coverages as specified in Exhibit F, attached hereto and incorporated herein by this reference, issued by a company satisfactory to the City's Risk Manager, unless the Risk Manager waives, in writing, the requirement that Consultant obtain and maintain such insurance coverages. b. Consultant shall, prior to performance of any services, file with the Risk Manager evidence of insurance coverage as specified in Exhibit F. Evidence of insurance coverage shall be forwarded to the Risk Manager, addressed as specified in Exhibit F. c. Maintenance of proper insurance coverages by Consultant is a material element of this Agreement. Consultant's failure to maintain or renew insurance coverages or to provide evidence of renewal may be considered as a material breach of this Agreement. 20. Independent Contractor a. City and Consultant agree that in the performance of the services, Consultant shall be, and is, an independent contractor, and that Consultant and its employees are not employees of City. Consultant has ";0 Page 3 (sciens U I�l S J I 'f I N G DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons assisting Consultant. b. Consultant shall be solely responsible for, and shall save City harmless from, all matters relating to the payment of Consultant's employees, agents, subcontractors and subconsultants, including compliance with social security requirements, federal and State income tax withholding and all other regulations governing employer -employee relations. c. Consultant acknowledges that Consultant and Consultant's employees are not entitled to receive from City any of the benefits or rights afforded employees of City, including but not limited to reserve leave, sick leave, vacation leave, holiday leave, compensatory leave, Public Employees Retirement System benefits, or health, life, dental, long-term disability and workers' compensation insurance benefits. 21. Consultant Not Agent Except as Project Manager may specify in writing, Consultant, and its agents, employees, subcontractors and subconsultants shall have no authority, expressed or implied, to act on behalf of City in any capacity, as agents or otherwise, or to bind City to any obligation. 22. Conflict of Interest Consultant shall promptly inform Project Manager of any contract, agreement, arrangement, or interest that Consultant may enter into or have during the performance of this Agreement that may conflict with City's interests. This requirement includes contracts, agreements and arrangements with manufacturers, suppliers, contractors or other clients whose interests might be served by the services performed under this Agreement and Consultant's or Consultant's clients' interest in land that might be affected by the services. Consultant shall take such measures as are necessary in the performance of this Agreement to prevent actual or appearances of conflicts of interest. 23. Assignability of Agreement Consultant agrees that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's personnel's unique competence, experience and specialized personal knowledge. Assignments of any or all rights, duties, or obligations of Consultant under this Agreement will be permitted only with the express written consent of Project Manager, which consent may be withheld for any reason. 24. Successors and Assigns Consultant and City agree that this Agreement shall be binding upon and inure to the benefit of the heirs, executors, administrators, successors and assigns of Consultant and City. 25. Fair Employment Practices a. Consultant agrees that all persons employed by Consultant shall be treated equally by Consultant without regard to or because of race, color, religion, ancestry, national origin, disability, sex, marital status, age, or any other status protected by law, and in compliance with all antidiscrimination laws of the United States of America, the State of Texas, and City of Denton. b. Consultant agrees that, during the performance of this Agreement, Consultant and any other parties with whom Consultant may subcontract shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, color, religion, ancestry, national origin, disability, sex, marital status, age, or any other status protected by law. c. Consultant agrees to state in all of its solicitations or advertisements for applicants for employment that all qualified applicants shall receive consideration for employment without regard to their race, color, religion, ancestry, national origin, disability, sex, marital status, age, or any other status protected by law. 26. Force Maleure ";0 Page 4 (sciens U I�l I;J I 'f I N G DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Consultant and City agree that neither City nor Consultant shall be responsible for delays or failures in performance resulting from acts beyond the control of either party. Such acts shall include, but not be limited to acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations imposed after this Agreement was executed, fire, communication line failures, tornado, earthquakes, or other disasters. 27. Covenants and Conditions Consultant and City agree that each term and each provision of this Agreement to be performed by Consultant shall be construed to be both a covenant and a condition. 28. Governing Law City and Consultant agree that the construction and interpretation of this Agreement and the rights and duties of City and Consultant hereunder shall be governed by the laws of the State of Texas and venue for any dispute arising under this Agreement is Denton County, Texas. 29. Compliance with Laws Consultant agrees to comply with all City, State, and federal laws, rules, and regulations, now or hereafter in force, pertaining to the services performed by Consultant pursuant to this Agreement. 30. Severability City and Consultant agree that the invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision. 31. Waiver City and Consultant agree that no waiver of a breach of any provision of this Agreement by either Consultant or City shall constitute a waiver of any other breach of the same provision or any other provision of this Agreement. Failure of either City or Consultant to enforce at any time, or from time to time, any provision of this Agreement, shall not be construed as a waiver of such provision or breach. 32. Counterparts City and Consultant agree that this Agreement may be executed in two or more counterparts, each of which shall be deemed an original. 33. Arbitration Consultant and City agree that in the event of any dispute with regard to the provisions of this Agreement, the services rendered or the amount of Consultant's compensation, the dispute may be submitted to arbitration upon the mutual agreement of the parties, under such procedures as the parties may agree upon, or, if the parties cannot agree, then under the Rules of the American Arbitration Association. 34. Expenses of Enforcement Consultant and City agree that the prevailing party's reasonable costs, attorneys' fees (including the reasonable value of the services rendered by the City Attorney Office) and expenses, including investigation fees and expert witness fees, shall be paid by the non -prevailing party in any dispute involving the terms and conditions of this Agreement. 35. Authority to Execute a. City acknowledges that the person executing this Agreement has been duly authorized by the City Council to do so on behalf of City. b. Consultant acknowledges that the person executing this Agreement has been duly authorized by Consultant to do so on behalf of Consultant. ";0 Page 5 (sciens U I�l I;J I 'f I N G DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 36. Notices a. Any notices to Consultant may be delivered personally or by mail addressed to Sciens LLC, 1719 Angel Parkway, Suite 400-130, Allen, Texas 75002. b. Any notices to City may be delivered personally or by mail addressed to City of City Manager , located at 215 E.MCKinney, Denton, TX 76201 attention Todd Hi 1 eman 37. Amendment City and Consultant agree that the terms and conditions of the Agreement may be reviewed or modified at any time. Any modifications to this Agreement, however, shall be effective only when agreed to in writing by both Project Manager and Consultant. 38. Entire Agreement City and Consultant agree that this Agreement constitutes the entire agreement of the parties regarding the subject matter described herein and supersedes all prior communications, agreements, and promises, either oral or written. 17 Apri 1 EXECUTED this day of 1 20 . Denton TX City of By: ID—Sign.d by: CU (signature) Todd Hileman (printed) City Manager (title) 17 Apri 19 EXECUTED this day of 1 20. Sciens LLC D—.ignea by: S�%pG.en Gas(e By: (signature) Stephen Gousie (printed) Partner (title) Page 6 sciens U I�l S J I 'f I N G DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Exhibit C Special Terms and Conditions 1. Contract Term The Contract shall commence upon the issuance of a Notice to Proceed or Purchase Order by the City of Denton and shall automatically expire upon completion of the work and acceptance by the City of Denton. 2. Total Contract Amount The contract total shall not exceed $102,860.00. Pricing shall be per Exhibit E attached. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1ln BIT D f"1tL.J. L.+► CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 2/5/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Nancy Munoz Brown & Brown of Florida, Inc. HONN Ext: (305) 247-5121 FAX No): (305)248-8543 L-MAlL s: nmunoz@bbinsfl.com ADDRE dba T.R. Jones & Co. 1780 N Krome Ave INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Hartford Accident & Indemnity 22357 Homestead FL 33030 INSURED INSURERB:Twin City Fire Insurance Co 29459 INSURER C: Philadelphia Indemnity Insurance Compar. 18058 Sciens, LLC INSURER D: 5900 South Lake Forest Drive, Suite 300 INSURER E : INSURERF: McKinney TX 75070 COVERAGES CERTIFICATE NUMBER:2018 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A CLAIMS -MADE ❑X OCCUR PREMISES Ea o currrrence $ 300,000 MED EXP (Any one person) $ 10,000 21SBABW5052 7/1/2018 7/1/2019 PERSONAL &ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY ❑ PRO- JECT ❑ LOC PRODUCTS - COMP/OP AGG $ 4,000,000 Employment Practices Liability $ 100,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000,000 BODILY INJURY (Per person) $ A ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS 21SBABW5052 7/1/2018 7/1/2019 NON -OWNED XNHIREDAUTOS AUTOS Ky PROPERTY DAMAGE Per accident $ A X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE $ EXCESS LAB CLAIMS -MADE 21SBABW5052 7/1/2018 7/1/2019 DED I X I RETENTION $ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N X PER I OTH- STATUTE ER B ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ElN/A (Mandatory in NH) 21WBCAJ4746 1/1/2019 1/1/2020 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Professional Liability PHSD1408428 1/1/2019 1/1/2020 General Aggregate 5,000,000 Each Ocurrence 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Denton THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Purchasing Department ACCORDANCE WITH THE POLICY PROVISIONS. 215 E McKinney St AUTHORIZED REPRESENTATIVE Denton, TX 76201 T Jones Jr./LOUMAR U ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 INSURANCE REQUIREMENTS AND WORKERS' COMPENSENTATION REQUIREMENTS Respondent's attention is directed to the insurance requirements below. It is highly recommended that respondents confer with their respective insurance carriers or brokers to determine in advance of Proposal/Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low respondent fails to comply strictly with the insurance requirements, that respondent may be disqualified from award of the contract. Upon contract award, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of contract award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to proposal/bid opening, since the insurance requirements may not be modified or waived after proposal/bid opening unless a written exception has been submitted with the proposal/bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better. Any deductibles or self -insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: ■ Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. Provide a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees, and volunteers. • Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. • Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned hired and non -owned autos. [X] Workers' Compensation Insurance Contractor shall purchase and maintain Workers' Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers' Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Environmental Liability Insurance Environmental liability insurance for $1,000,000 to cover all hazards contemplated by this contract. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Riggers Insurance The Contractor shall provide coverage for Rigger's Liability. Said coverage may be provided by a Rigger's Liability endorsement on the existing CGL coverage; through and Installation Floater covering rigging contractors; or through ISO form IH 00 91 12 11, Rigger's Liability Coverage form. Said coverage shall mirror the limits provided by the CGL coverage [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 ATTACHMENT 1 [X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 and for one year thereafter; 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 EXHIBIT E DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 TransmittalLetter...........................................................................................................................2 CompanyOverview.........................................................................................................................3 CompanyIntroduction.......................................................................................................................... 3 Experience with Local Government Public Sector................................................................................ 5 Experience with Enterprise City System Products................................................................................ 6 Experienced & Knowledgeable Staff..................................................................................................... 7 ProjectTeam......................................................................................................................................... 7 Project Management, Coordination and Communication................................................................... 7 ProjectApproach..........................................................................................................................18 Overview............................................................................................................................................. 18 Phase 1— Project Initiation and Data Gathering................................................................................. 18 Phase 2 — Evaluation and Selection of Vendor................................................................................... 20 Phase 3 — Project Implementation Support........................................................................................ 21 FeeSchedule.................................................................................................................................22 ProjectCost Detail............................................................................................................................... 23 City of I)cnticmr Iexxs "rc�,�llw�cr4 to I3rovir�t:�, onsi.�Itixinti Services" Pa e i scen� I I S Software Sdection and I1111wok:mientxt'ion si'tloIloorti DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 City of Denton, I-exas Attn:: Melissa Kraft 215 E McKinney St Denton, FX 76201 Dear Ms. Kraft:: S C '10 f, c, n s Sciens appreciates the opportunity to present the City of Denton with our proposal to provide consultant services for the LMS Software Selection and Implementation Support project. We are eager to contribute our expertise and support to ensure a successful selection and implementation of software on this project. Sciens is a highly specialized rnanagernent consulting firm headquartered in McKinney, I-exas that has dedicated itself to serving the needs of local governments like Denton. We are able to provide our customers with personal service and dedicated attention not available in the larger, more impersonal consulting firms. Just ask our customers --they know the difference. Because of our cornrnitrnent to the local government market, we understand the unique demands that cities face. Front Finance to Lffility Billing, we know your business. We have extensive experience with replacing integrated City systems, including finance, human resources and payroll, utility billing, cornrnunity development and asset rnanagernent functionality. We are also experienced in the replacement of court systems, public safety communications, law and fire records rnanagernent systems, and dispatch systems. We provide guidance on GIS, best practice infrastructures, data warehousing, transparency and analytics, and mobility. Most importantly, we understand how these systems need to work together to provide a City with the data and information it needs to manage ln toddy's dynamlc envronment. Sciens will be your champion throughout this process that works with your operational departments to provide an independent analysis of your core LMS software architecture and configuration, a thorough understanding of its functionality and limitations, and a strongly developed RFP designed for the City. As the firm's owner, you have my cornrnitrnent that your project will achieve these goals, and we will do it within the schedule defined, and the budget allotted. Sciens has no vendor affiliations or preferences and will act in an unbiased manner as we assist the City. Fhe attached proposal details the scope of work in response to your request for proposal. Please feel free to contact rne at eL� or (469) 854 2218 with any questions. We look forward to working with the City of Denton on this important project. Respectfully submitted, tzl E R E S A (3 E S Partner, Sciens LLC 5900 South Lake Forest Drive, Suite 300 McKinney FX 75070 Direct phone:: (469) 854 2218 Fax nurnber:: (866) 858 0898 City of Dcntoil, I exas �)oloo4 to 131rovide consi,dtant Services" Page 2 sciens, IrI VIS Software Sdection and 11111okmientation si,tloloort � �-11 '' "I " � I , I ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Get to kinow our Q U N "/'� . .. .. .. .. i(„:� '"""j S �) �� CE expeirt �ev6 <�"',,JO\M� �E DC"l �E & yea it of �EX �` � . . .. .. .. .. . . "I , ( " 0 Im A 1111,J)", 11111,11 F ["?'. 0 II J I"J ( " "f 10 1111,11 Sciens LLC (�ummsdens,cgil'i) is a rnanagernent consultancy with an information technology (IF) competency headquartered in McKinney, Fexas, serving non profit and public sector clients throughout the L.Jnited States and Canada. Fhe cornpany was formed in 1989 to support the rnanagernent and I F consulting needs of local government, non profit and private sector companies, and has retained the sarne executive team since its inception. We have a staff of five consultants with years of expertise in the government sector. If selected for this plan, Stephen Gousie, Ernest Pages and Steven Barcey will be working with the City. Scions partners are seasoned industry experts with over 60 year of combined technology rnanagernent experience. We specialize in incorporating innovative, yet feasible solutions in all of our plans. 1-hrough our research based methodology, Scions consultants clearly understand rnanagernent and user operational needs, analyze alternatives and determine the highest value and lowest risk options. We have assisted our clients in project managing nurnerous technology deployments. Our plans are fully irnplernentable since they are ternpered with real world experience. Government agencies face business challenges on a scope far greater than any business in the private sector. Fhe broad range of services delivered to the community with rninirnal funding, while facing political obstacles daily, is an environment that few businesses can cornprehend. As rnore cornplex technologies are adopted, quality rnanagernent systerns are needed to ensure that enterprise systerns are aligned - and not in conflict with the goals of the organization. Sciens Consulting is a truly independent technology consulting firm. We perform all work in an objective and a vendor neutrall capacity. Fhe cornpany has no ties to the vendor community and only provides independent services. Fhis way, there is no risk that our assessment will be biased in any way towards certain products or m Sciens is cornprised of experienced rnanagernent and technology professionals with advanced degrees and a large catalogue of industry certifications and credentials. Our tearn consists of rnanagernent specialists and industrial engineers experienced in government operations with a deep understanding of how to enhance operational functions. ens I I(, 'i i, J, 'i, � e 1(', t- L u t' t City of )mltcmI exas �oloo4 to Drovide consi'dPag taint Services" e 9 sciens, I )IrVIS Software Sdection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Our consultants stay current in the latest industry trends through participation in key certification programs and educational forums including:: GFOA — Government Finance Officers Association Implementing Best Practices PMI — Project Management Institute Certified Project Management Professionals ISACA— Information Systems Audit and Control Association Certified Information Systems Auditor (CISA) and Certified in Governance of Enterprise IT (CGEIT) Alliance for Innovation Exclusive Tech no logy Strateg i c Planning Partners TIVIL I TAGITIVI TAG11ITM Developed and presented strategic governance plan model IVICSE — Microsoft Certified Professional lmicrosofflj�M Certified Systems Engineer ] SyStents FrIgineew ------- ----- ITIL — Information Technology Infrastructure Library 4Q67404. 41TIU V3 and Foundation Certified V3 C.rtiNd I 1%1.4 1W ISE IEE — Institute of Industrial and Systems Engineers MMI11111111 soon Registered Member 1dS111UH-11� INDWITINN ESY"11-M"1-r1K'11M-1-pis FEMA — Federal Emergency Management Agency Emergency Management Institute Fhe partners at Sciens are committed to helping our clients work smarter and more efficiently. Fhe founding partners at Sciens co authored the book, �Ieffonrnance Dillven I i, as a practical guide for local government managers to evaluate process workflows, improve efficiencies, and eliminate redundant and overly complex systems. City of )cntcm� I exas �oloo4 to 131rovide consi"kan Services" Page 4 sciens, I )IrVIS Software S(flection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 k' /'�� 'I, " I I ","I �'�J B �� I X J [,"I (,', E� \A/ I F 1" 0 C',A �� G 0 Vl�� Sciens project teams have an extensive history working with local government customers to assess their rnanagernent practices and I F needs, develop plans based on sound, proven solutions, and successfully guide the systems procurement process from conception through implementation. Below is a surnrnary of some of our recent clients where Sciens Consulting has performed assessments, planned for technology change, assessed functional requirements, developed RFPs, evaluated vendors, selected software/systems, and negotiated contracts, dernonstrating our capability to help align technology with business needs for the Denton. In every project, we have thoroughly reviewed all relevant organizational application systems. In addition to Finance systems, we have worked with a wide range of forward looking municipal technology initiatives, including autornatic meter reading, regional traffic signal networks, business intelligence and data warehousing, transparency and self service, public safety systems, and cloud based infrastructure. Alachua County, FL 9 Jupiter, FL 9 Pearland, FX Allen, FX 9 Jupiter and PaIrn each 9 Plantation, FL Amarillo, FX Gardens, FL 9 Polk County, FL Bi County Police Information 9 Keller, FX 9 Pompano each, FL Network, WA 9 Kennewick, WA 9 Port Arthur, FX Cedar Park, FX 9 Lancaster, FX 9 Richardson, FX Charlotte, NC 9 Lincoln, MA 9 Richland, WA Citibank 9 Loveland, CO 9 Sony Corporation Collier County, FL 9 Martin County, FL 9 Southlake, FX Collin County, FX 9 Maui County, p..1I 9 Spartanburg County Parks & Columbia, MO 9 McKinney, FX Rec Commission, SC Colurnbus, U 1 9 Mesa, Al 9 St. Petersburg, FL Conroe, FX 9 Miarni International Airport, FL ali Sugarland, FX GO Dallas County, FX GO Norcross, GA GO Sun Prairie, WI GO Danville, VA GO Norman, OK GO Sunrise, FL GO Delray each, FL GO North Richland fills, FX GO Syracuse, NY GO DeSoto, FX GO North Central I-exas Council of ali Fruckee, CA GO Ector County, FX Governments GO L.Jniversal Studios, Japan GO Fort Lauderdale, FL GO Northampton County, PA GO L.Jniversity Park, FX GO Franklin & Benton Counties, GO O'Hare lnternatlona� Alrport, H ali Victoria, BC, Canada WA GO Odessa, FX GO Waco, FX GO Gilbert, AZ GO Onondaga County and GO Wayne County Probate Court, GO Greene County, MO Syracuse, NY FL GO lialeah, FL GO Owensboro, KY GO Westminster, C.A. GO P..Billsborouigh County, FL GO Oxnard, CA GO Wichita Falls, FX GO Indianapolis, IN GO Palm Beach .Sheriff's Offuce, l::] GO Wilmette County, IL GO Irving, FX GO PaIrn each, FL GO Wylie, FX GO Jacksonville each, FL GO Parkland, FL GO Yurna, AZ City of Dmltoil, I exas �oloo4 to 131rovide consi'dtant Services" Page 5 sciens, I )I'IrVS Software Sdection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 1 0 111, J I [I C I F J" [,"I F IS I ("'y"Cm Sciens Consulting performs all work in an objective and a vendor neutral capacity. Fhe company has no ties to the vendor community and only provides independent services. We certify that our bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, services, supplies or equipment, and is in all respects fair and without collusion or fraud. Sciens Consulting has experience and first hand knowledge of the following vendors and their software:: III Accela . Evaluated, Selected, Implemented III AssetWorks -Evaluated III BasicGov(Salesforce) -Evaluated CarteGraph . Evaluated, Selected, Implemented CityWorks - Evaluated, Selected CRW -Evaluated CSDC.;....... Evaluated III Dude Solutions -Evaluated III larris MSGovern CityView . Evaluated Infor -Evaluated III Microsoft Dynarnics -Evaluated III NeoGov . Evaluated, Selected, Implemented III Oracle . Evaluated, Selected III SAP . Evaluated, Selected, Implemented III Smart Energy Systems . Evaluated III Superion (SunGard) Public Sector OneSolution Evaluated III Superion (SunGard) Pentarnation . Evaluated III FyIer Fechnologies Incode . Evaluated, Selected, Implemented III FyIer Fechnologies Eden -Evaluated III FyIer Fechnologies EnerGov . Evaluated, Selected, Implemented • FyIer Fechnologies Munis . Evaluated, Selected, Implemented • WorkDay -Evaluated City of Dmltcm� I exas �)Iroloo4 to 131rovide consi'dtaint Services" Page 6 sciens, " � I I I'VS Software Sdcti eon and 11111okmientation si'tloloort ' I ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 1" ",,J 0 \A/ D G � A B pJJ:.� Sciens has worked with many public, private and non profit organizations throughout the years. Although every client is facing a unique set of challenges, there are many cornrnon threads that every business confronts. Isolated systems or redundant processes can slow an organization or increase costs. We bring a fresh perspective to assess environments and recornrnend practical solutions to improve performance. Fhe first step for a successful project is to assemble the best team possible to execute the work and provide an efficient and effective framework for accomplishing the project. In our experience, the greatest teams function as a true partnership based on trust and respect. As shown in the adjoining project structure, our goal is to become part of your project rnanagernent team while providing a formal arrangernent for accomplishing the work. If awarded the City of Denton project, Ernest Pages, Partner at Sciens, would serve as the Consultant Project Manager and lead technical consultant. With an extensive history working with businesses and municipalities optimize their business processes, Ernest has significant experience analyzing, designing, and irnplernenting integrated I F systems. Additional support for the project will be provided by Steven Barcey, Consultant at Sciens, who will analyze the key system requirements and assist in the development of the strategic projects, timelines and budget in conjunction with Stephen Gousie, Partner at Sciens, who will review how the application systems support of business processes. All three team rnernbers are available for the duration of the selection process, while Stephen Gousie and Ernest The City of Denton Land Management System Selection/Implementation Project The C'ity of Denton Project Manager, Sciens Partner PrIrnar'y Pr,oject Manager, Er'nest Pages Sciens Partner, Business Process Review Stephen Gousie Sciens Senior- Consultant Business Analyst Steven Bar,cey The C'ity of Denton Pr,oject Resour,ces Pages will be available to lead for on site rneetings, presentations, and project rnanagernent advisory for the duration of the LMS implementation process. We are 100% cornrnitted to the success of the project and ensure the City gets a system that is functional, with better workflows, leading to greater efficiency. Working with City rnanagernent and end users, the Sciens team provides leadership and execution expertise to ensure the project stays within budget and schedule. 0j, ( 11111111 " I ","I f", C V� II 1 [",J A F 10 1",J A 1",J II d C ", 0 IM IM �,J [,,J I C Cw61 I C', "I'l Effective and efficient project rnanagernent is a carefully planned and organized effort to accomplish a specific effort. It begins with development of a project plan which is a baseline tool for the project and includes defining project goals and objectives, specifying tasks and how goals will be achieved, what resources are needed, and associating budgets and timelines for completion. It also includes irnplernenting the project plan, along with careful controls to rnanage the "critical path" to ensure the project is being rnanaged according to plan. Fhe Sciens team will communicate with you every step of the way, informing the project rnanager of upcorning deliverables, rneetings and review sessions. Detailed on the next page is a surnrnary of the proposed project team that will be working with the City. City of Dcntcm� I exas �)I'oloo4 to Ol'ovide consi'dtaint sei'vices" Page 7 sciens, I VIS Softwaim Sdection and 11111okmientation si,tlolooi't � �-11 '' "I " � , 1 1 ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 [� R \� [� S I F) A (3 l S, F) A R I \ I R Consultant ProJect Manager & Lead Technical Consultant Manages the project and all communications with the City of Denton rnanagernent team, including timelines, resources, issue resolution and project status updates. Leads the acquisitions effort by identifying and developing requirements, interacting with client stakeholders to refine specifications, communicating project progress, and coordinating deliverables. Leads technical data gathering (e.g., toolsets, interviews with I F), and analyzes the technical architecture and infrastructure. Ensures that the project goals and objectives are being irnplernented in a timely manner at a high standard of quality within budget. Ernest holds a Master's degree ln Buslness and lndustrlA Englneering specializing in Fechnology Productivity. p le is a Certified in Information Systems Audit (CISA), Governance of Enterprise I F (CGEI F), Microsoft Systems Engineering (MCSE), EXI N Information Fechnology Infrastructure (I FIL) S F1 (3 0 U S F1 A R R Application Systems Analysis and Deliverables Review Analyzes the application systems and their support of business processes. Provides project deliverables oversight and review. Stephen holds a Master's degree ln Management speclallzlng ln Economics. p le is a certified Project Manager (PMP), I FIL practitioner, and Certified Process Design Engineer (CPDE). SI' I`�I [�WRY, S[\HOR COl'\ISU IN'\O Business Process Consultant • Supports end user and technical data gathering, and analyzes the application systems and their support of business processes. • Drives the acquisitions efforts by reviewing and detailing requirements, and communicating project progress. Q, Steven holds a Bachelor's degree ln Finance and Economlcs. City of Dcntoil, I exas �)Iroloo4 to 131rovide consi,dtant Services" Page 8 sciens, " � 1 I VIS Software Sdection and 11111okmientation si,tloloort , 1 ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 S U M M A RY Specialization IE'rnest is an internationally recognized expert with over 30 years of Executive Advisory experience in operations management and planning. Business Planning & Feasibility Procurement & Contract He has adv'used prlvate and publlc sector ClO's and CEO's on Negotiation strategic operations irnprovernents through financial, work process Business Process Irnprovernent and technology. P le balances technical depth and business savvy to Implementation Project create effective implementations. Managernent Prior to founding Sciens Consulting, Ernest served as rnanagernent 4° Fechnology Managernent consultant at Deloitte and Fouche. Frown a technology perspective, he was a software engineer at Siernens Communications, I F IE'ducation rnanager at Ryder Systern, systerns engineer at Nortel Networks, L.Jniversity of Miarni School of and design engineer at Stone and We.. Architect Engineers. Business It osters of Business Adn'ninislrolion With 0 R I R I S A IVROJ C LS speciolizotion in I)trotegic Procurernent and Contract IMe otiation Monogenwnl ............................................................................................................................................................................................ g ......................................................... 41, L.Jniversity of Miarni School of Systerns 11:)esign, Selection &, Contract Negotiations: Engineering Analyzed the operations of over 80 public sector organizations, Mosters oJ: I)cience in Industriol developed RFPs, and assisted with vendor selection, contract Engineering With speciolizotions negotiation and implementation of integrated systerns. in Tolol Productivity one Quolity 11 itigation Support: Monogenwnl Provided expert witness services in County lawsuit regarding the 4° Florida Atlantic L.Jniversity lack of functional performance of the Cornputer Aided Dispatch School of Engineering (CAD) systern. Bochelors of I)cience in Mechonical Engineering With 0 Geographic IInformation Systerns (GIIS) Selection: speciolizolion ins, ltern otive Analyzed the operations of rnultiple organizations to determine the Energy I Nunwricol Methods GIS needs, available data sources, GIS architecture, and support delivery organizational structure. Developed procurement Rl::4)'s Pubfications / Speaking and assisted in the selection of the optirnal GIS integrator. Engagernents Co authored book, Fra.nsfo.rrn.ing g.gyg . ....... ................... .......................... ................ ............ .... DI ........... Performance Driven I F City of Dcntoil, I exas �)oloo4 to 131rovide consi,dtanPa t Services" ge 9 sciens, IrI VIS Software Sdection and 11111okmientation si,tloloort � �-11 '' "I " � I , I ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 IE'xecutive Ad is r I. usiness Plann.in & 11ea.si.bi.fity 41, ................................................................................. Y .......... 2 Y.. P ..................................................................................... ........... Z ............ ..................... ......... ........... ............ . ..... IE'xecutive Management Outsourcing: Managed technology transitions providing CIO and COO services for multiple organizations. Services included rnarket planning, marketing and sales rnanagernent, and product delivery 41, rnanagernent. Market 11::ibfflty Analysis: Conducted rnarket feasibility study for the introduction of new service offerings at airports and city governments (e.g., ecornrnerce Kiosks, municipal broadband). Studies included rnarket surveys, technical architecture development, and projected cash flows over a five year planning horizon. 41, Alternative IE'nergy lBusi n IPlan: Analyzed rnarket and developed requirements for municipal waste recovery systern. Research was performed on alternative waste conversion systerns including waste to energy conversion, and waste to fertilizer. Marketability of end products, capital requirements for plant construction, and technological viability of conversion processes was determined and vendor recommendations were provided to City government. International Airport "ll"elecommunications Strategic IPlan: Developed the strategic direction for an integrated airport network. Fhe plan included an analysis of the current and future applications requirements such as Baggage Information Display Systerns (BIDS), Flight Information Display Systerns (FIDS), and Cornrnon LJse Ferrninals Equipment (CLJ FE) systerns. An integrated high speed A FM based backbone provided comprehensive connectivity and manageability for video, voice and data systerns. Metwork Utility lBusi n IPlan: Developed a business plan for City government for the deployment of a new network utility that provides competitively priced network services to the municipal residents. Plan included detailed rnarket study, backbone network design, estimated costs, and deployment tirneline. "ll"elecommunications Sector IPlanning: Fechnical advisor to multidisciplinary business delegation to provide assistance to the Russian and Czech Republic telecommunications sector as part of their transition to a rnarket econorny. Article for the Wall Street Felecornmunications Association, Trading Floor Operational Support Planning: The Missing Link Speaker at Fexas Association of Government I F Managers ( FAGI FM) annual conferences The Road to Digital Government, Profiessionalizing IT, IT Governance to Manage User Expectations Frainer for the LJ.S. Federal Government Computer Telephony Integration; Data Communications LJniversity of Miarni Graduate Course Instructor International Telecommunications; Decision Support Systems Research &, [)evelopment I F Portfolio Project Selection Model Developed Risk-Volue selection model to determine optimal IT project from available portfolio of projects. Alternative Energy Systern Developed waste to energy solution that utilized municipal waste to produce biogas for use in Fuel Cell based distributed energy system. Professional Certifications 41, State of Florida, Engineering El F Nurnber 481E F259 41, Certified in the Governance of Enterprise I F (CGEI F) City of Dmltcm� I exas �)Iroloo4 to 131rovide consi'dPa taint Services" ge 10 sciens, I VIS Software Sdection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 "ll"elecornmunications Sector Strategic IPlanning: Managed tearn performing detailed technical analysis and marketing review, and developed alternatives for restructuring the Bolivian telecommunications sector for the World Bank. lBusiness Process 11 rn.p..E2y2!n2nj ........................................................................................................... ................ ... Municipall lBusi n IProcess Improvernent: Analyzed the operation of rnany city governments and recommended i rn prove rnents to the key business processes (e.g. Purchasing, Building Permits, Inspections, PBuirrnan Resources, Public Works, Citizen Relationship Managernent). Manufacturinr do n Ilrinprovernent: Analyzed, designed, and implemented the reorganization of multiple boat manufacturers. Reorganization included the engineering, materials rnanagernent, purchasing and payroll organizations. Areas of design and implementation included the organizational structure, procedure irnprovernent, forrn development, and MRP interfaces. Procedures were implemented by providing hands on rnanagernent Court Case Management IProcess Ilrinprovernent: Analyzed, developed detailed workflows and managed the implementation for multiple county courts. Workflow diagrarns and recommendations detailed how to reduce unnecessary docurnents and improve the use of docurnent rnanagernent for records retention, retrieval and integration with jail operations. Software [)evelopment IProcess Ilrinprovernent: Implemented processes and procedures for international software organization. Processes improved coordination of software load generation and development. Procedures concentrated on rnethods to improve scheduling and group interaction between European and L.J.S. development tearns. on P.ro .... ........... ........ ....... ............. j..2��j 1� g.n.ggg.v.D. e nl Systerns Ilrinplernentation: Managed the implementation of multiple systerns including Law/Fire CAD/Records Management, Jail Management, Integrated Courts, Finance, P lurnan Resource and Community Development systerns. Globall IMetwork [)eployrnent: Certified Information Systerns Auditor (CISA) Microsoft Certified Systerns Engineer (MC SE) Certified in Information Fechnology Infrastructure Library (I FIL) GO FEMA Continuity of Operations (COOP) & Incident Cornrnand Systern (IC S) Planning Professionall Affiliations 41, Information Systerns Audit Control Association (ISACA) GO International City/County Management Association (ICMA) GO Institute of Electrical and Electronic Engineers (IEEE) GO Institute of Industrial Systerns Engineers (IISC) GO Alliance for Innovation Managed the implementation of global network for multinational bank. Deployment included the network design and complete end City of Dmltcm� I exas �)oloo4 to 131rovide consi'dtaint Services" sciens, IrI VIS Software Sdection and 11111okmientation si'tloloort Page 11 DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 to end deployment rnanagernent for eleven cities. Network was successfully deployed on schedule and within budget. Integrated Courts &, Justice Systern: Managed the deployment of a fully integrated courts and justice software application. Project included the analysis of County project rnanagernent requirements, court and jail process, and interfacing technologies. Developed a detailed project plan and provided end to end rnanagernent of the deployment. Project was cutover on schedule and under budget. 12Ehna!!2gy �mm.!2.m2n! ri"Ih rin IPark IIMetwork [:)esign &, Specifications: Developed integrated network design and technical specifications for international therne park. Design included the network architecture for varied subsysterns including Fherne Ride Felernetry, Video Surveillance, VoIP, Building Management and business administration. 111" Strategic &, v rrn me IPlans: Developed multiple plans for government organizations, to include assessment of strategic business objectives, I F goals assessment, I F operations assessment, recommended governance structure recommended technology architecture, and phased budget plans. 111" Management Assessment &, Planning: Conducted detailed reviews of multiple I F organizations using COBI F and I FIL best practices. Subsequently developed new organizational structure, governance rnechanisrns and technology direction. 111" [Asaster IRecovery IPlanning: Assisted multiple organizations design fault resilient network and systern configurations. Designs have planned for the systern recovery using technologies, such as virtualization and cloud cornputing. City of Dmltcm� I exas �oloo4 to 131rovide consi'dPa taint Services" ge 12 sciens, I I')IrVS Software Sdection and 11111okmientation si'tloloort � �-" '' "I " � I ' I ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 S U V1 V1 A RY Stephen is a nationally recognized expert in project management, business process analysis and reengineering. 11 illis specialization is the use of technology to streamline operations and service delivery le has led project tearns on hundreds of projects for both the public and private sectors. Stephen has rnanaged projects in strategic planning and integrated systerns definition and acquisition, including those involving web services, client server and legacy integration. Prior to founding Sciens Consulting, Stephen served as a strategic prograrns rnanager for NEC Solutions Arnerica, Niteo Partners and Zefer Consulting. 1 le was managing director and senior consultant for Information Mapping, business analyst for the L.J.S. Custorns Service, and assistant controller for the Water Pollution Control Federation. f l R I S \I A I \/ I ROJ C S Enterprise Resource Planning: Conducted extensive analysis of user needs in the context of Municipal ERP system vendors' market capabllffies. As part of the scope, he developed specifications and Requests for Proposal, and assisted clients with vendor selection and contract negotiations. Provided project and risk rnanagernent assistance during implementation of full Municipal ERP Systern:: Finance, 1lurrnan Resources, Lffility Billing, Cornrnunity Development, Work Order/Asset Managernent, Citizen Relationship Managernent, and Municipal Courts. Managed project tearn on ERP systern needs definition, selection, implementation and training for systern at a Fortune 100 petrochernical cornpany. Public Safety System Design, Selection & Implementation: Conducted extensive analysis of user needs in the context of Cornputer Aided Dispatch (CAD), Law Records/Mobile, Fire Records/Moblle, and Jall/Detentlon vendors' market capabllffies. Fhe Specialties Project Managernent Business Analysis Process Reengineering Strategic Planning Systerns Implementation Managernent • Vendor Managernent • Fechnology Acquisition (Needs Analysis, Specifications & RFP Development, Selection, Contracting, Implementation) Education Lesley L.Jniversity, Graduate School of Arts & Sciences Mosters of 1)cience in Monogenwnt With speciolizotions in Orgonizotionol Design, Hunmn Perfornwnce Technology, Injornm6on Technology Fhe George Washington L.Jniversity -Colurnbian College don helors oJ: Arts in Econon'nics With speciolizotions in Econonwtrics ond 1)totistics Professional Certifications Project Managernent Professional (PMP #1324565) Certified Process Design Engineer (CPDE) EXIN Certified in Information Fechnology Information Library (I FIL) scope included specifications development, Requests for Proposal City of Dcntoil, I exas �oloo4 to 131rovide consi,dtant Services" sciens, I ) IDS Software Sdction and 11111eokmientation si,tloloort � �-11 '' "I " � , 1 1 Page 13 DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 preparation, as well as assisting with vendor selection, contract Publications / Speaking negotiation and implementation. Engagements Co authored book, IT Management Assessment & Planning: Fransforrning D.t ....... .................................................................... ................ Performed detailed reviews of I F organizations using COBI F and I FIL Performance Driven I F ........................................................................................................................................... best practices. Subsequently developed new organizational structure, Speaker at Fexas Association governance rnechanisrns and technology direction. of Government I F Managers ( FAG I FM) annual conferences, Fortune 100 e-Commerce Site Development & Deployment: You Are Not Alone: ERP Faces Led international tears of business analysts, web designers and a Never Era, The Road to Digital technologlsts lnvoMng multlple companles' products and serv'lces to Government define the buslness model and develop a Fortunate 1.00 company's e Speaker at Fexas Municipal cornrnerce site for Europe. Developed and maintained project plan. League ( FML) annual Conducted the rna rket analysis and developed functional conference:: Seeing the requirements. Developed the technical architecture, use cases, Future... Working with a schematics, site rnap, user interface, data rnodels, and content Strategic Information rnanagernent system. Custorner engaged as an active part of the Technology Plan project tears. Research & Development IS 9000 Certification: Digital Government Maturity Led services and software provider to define quality rnanagernent Model for Municipalities:: practices and have its processes ISO 9000 certified. Developed Moturity Model and ossessawnt tool to Management Systems Development: deternaine amiurotion oJ: Lead analyst and project rnanager for to that analyzed, designed awnicipolities on the poll) to and codified rnanagernent system processes for global Fortune 50 digitol governawnt company. Managernent system touched every aspect of work Strategic Alignment performance, from planning to safety to rna n ufactu ring. Assessment for Managernent and I F Departrnents: : Business Process Reengineering: Developed ossessawnt tool to Lead business analyst and project rnanager for tears that analyzed detern�ine level of olignawnt F�ortune 1.00 healthcare provWer's patlent Ullng and collectlon bet Ween city amnogeawn I ond processes, identified irnprovernent opportunities, documented and /T deportawnt trained new processes. Fhe results were improved collections and fewer delinquent accounts for the provider. Safety Management System: Professional Affiliations Led tears to develop safety rnanagernent policies and processes for Project Managernent Institute Fortune 100 pipeline company that was under EPA mandate and (PMI) deadline. Met deadline saving customer millions of dollars in fines. American Public Safety Communications Officers International (APCO) City of Dcntoil, I exas �)Iroloo4 to 131rovide consi,dtant Services" Page 14 sciens, I VIS Software Sdection and 11111okmientation si,tloloort � �-11 '' "I " � 1 , 1 ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Advanced Biometric Technology Integration: 41, Led international team developing a biornetrically enabled irnrnigration visa prototype system using rnulti factor authentication. 41, Airport Security Program: Coordinated rnulti vendor team designing and developing leapfrog biornetric and sensor technology products for the airport market Qj using a regional airport as a testing environment. International Sourcing Training Program: Designed and developed training course for buyers for a Fortune 100 retail company. Course instructed buyers in traversing the challenges of establishing manufacturing arrangernents in nascent markets overseas. International City/County Management Association (ICMA) Information Fechnology Service Management Forurn (I FSMF) International Society for Performance Irnprovernent (ISPI) post chopterpresident, nwn,rber 41, Alliance for Innovation City of Dcntcm� I exas �)ojoo4 to 131rovide consi'dPage taint Services" Pe SFrsciens, IrI VIS Software Sdection and 1111jokmientation si,tjojoort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 S U M M A If Steven applies an analytical background in financial econornics, risk management, business analysis, statistics and strategic management consulting to provide insightful, practical and effective solutions to local government agencies. le has developed strategic rnaster planning services to a wide range of Cities, dernographics and technological maturity. p le maintains a consistently fresh view on technology use by keeping up to date on ernerging technology trends, industry best practices of governance and organization, and the evolving dernands of citizens and staff. Prior to joining Sciens Consulting, Steven worked in risk rnanagernent consulting at a major data analytics firrn and provided consulting services and rnarket risk analysis for major financial institutions on their investment portfolios. R El R E S E \ IAA I V E ROJ E C IS Market Analysis: Provided analysis of leading vendors in the municipal applications environment including ERP systerns (e.g., Finance, P lurnan Resources, Work Orders, Asset Management, Community Development, and Citizen Information Systerns), Government Fransparency and Business Analysis systerns, Police Records Management systerns, Fire Records Management systerns, Dispatch systerns, and Parks & Recreations systerns. Reviewed the functionality, financial stability, future vision and roadrnap, and rnarket penetration of each leading solution. Municipal A uuc to rn IProcur ernent: Developed procurement docurnents including optional Cloud hosting, alternate pricing, City contractual requirements, end user functional requirements, technical environment limitations, and City Specialties 41, Strategic Management Consulting 41, Risk Management 41, Systerns Analysis, Selection & Procurement I F Governance Data Management Business Process Analysis Financial Econornics Project Management IE�ducation 41, L.Jniversity of Fexas 41, Bochelors of I)cience in Fin once ond Econonics prioritization. Provided objective evaluation and ranking of proposals, guidance and evaluation of vendor dernonstrations, and final recommendations to City Management. City of DmltcmI exas �oloo4 to 131rovide consi'dtaint Services" sciens, I )I'IrVS Software Sdection and 11111okmientation si'tloloort � �-" '' "I " � ' I I Page 16 DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Municipal IProcess &, ll:::)ata Analysis &, 1:1anning: Analyzed the operation and data rnanagernent of City departments, reviewing the reliance on paper and decentralized data silos. Fhe lack of a centralized database caused inefficient workflows, limited collaboration, prevented comprehensive data analytics, and increased the risk of data corruption and loss. Provided strategic planning initiatives to dlgltlze and centrallze the Crty's processes and data. T'echnOogy Assessment &, 1:1anning: Developed Fechnology Assessments and Strategic Plans for municipalities throughout the country. Met with City Managers, CFOs, and other City Management to determine technology vision and goals, end users to identify satisfaction levels with support and technology, and I F Departments to assess the infrastructure and organization. Areas reviewed are technology strategy, governance, architecture, organization, and processes. Recommended projects cover revised technology governance, applications procurement or enhancement, reorganizing of I F, infrastructure stability, security rnanagernent, and compliance with regulations. Pricing Comparative Analysis: Analyzed multiple Infrastructure as a Service (SaaS) options for a regional council of governments I F organization, reviewing the financial implications of leasing, outsourcing and upgrading the network infrastructure serving multiple municipalities. City of Dmltoil, I exas )Ir �oloo4 to 131rovide consi'dtant Services" Page 17 sciens, I VIS Software Sdection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 OVJ["?'N] 11 \A/ Over the last two decades, there has been a marked shift in how work is perforrined within local governments, from silo departments with separate functions and outputs, to a system of interlinked processes that cross functions and link organizational activities. Foday, with increasingly tight budgets, business units are looking to improve their operation through the use of modern technology. Modern Land Management software (LMS) systems can help cities to achieve these goals. Our consulting team understands that LMS decisions are business, technical, financial, political, process and organizational decisions. Because these solutions are broad in their scope and reach deep within the organization we work with the organization to include a broad based group of employees in any selection effort. Sciens has assisted City Management through this transition; we specialize in strearnlining operations and aligning the business needs with the appropriate technology. Our consulting team understands the complexity of this selection. We understand that that the most important criterion is the evaluation of risk associated with any grven product and lts lmplementatlon. As result, our consultling team works with the Clty's evaluatlon team to make risk rnanagernent and risk mitigation key priorities in evaluating different solutions, different implementation methods, different delivery methods and different irnplernenters. Based on our extensive experience with municipalities, Sciens is proposing to begin with an assessment of the current environment to understand the business objectives that each of the end user groups wants to achieve through this system replacement. 1-hrough surveys of and interviews with key personnel, we also identify desired functionality that is cornrinercially avallable today and v'uable wlthln the Clty's technology archrtecture that can be included in the request for proposal. I "I'l 11 1A 10 1111,11 A 1111,11 II 1"')A A A 1" q E[?, I I G Project Initiation and Fhe purpose of Phase 1 of the project is to establish the business context for the systern Data Gatlherin,g replacement, examine current business practices and processes that need to be 11 11 _J maintained or updated. City Strategic Direcflon / Goails In Phase 1, we exarnine:: Functional / Business Process Review 41, Reliability of data, queries and reports Infrastructure & 41, Possible use of ancillary technologies to automate functions, such asbar coding in Application Architectures inventory control and field automation for data entry/retrieval integration Requirements L.Jse of gfro data for address entry/lookup and validation to rninirnize data entry errors System Support Requirements 41, Areas of the processes that are subjected to high rates of error due to such things ", 7 as:open text entry and lack of required field as part of the workflow 41, Ability of the current technology to support digital government and self service transactions, including reporting and dashboarding. In addition, we examine the business case for and make recommendations to the City regarding possible LMS delivery rnodels:on premise, cloud and hybrid methods, specifically:� City of Dcntoil, I exas �)Iroloo4 to 131rovide consi'dtant Services" Page 18 sciens, I NAS Software Sdection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 .0 n P r.21rise, ..: On premise delivery models assume that businesses license land rnanagernent software and install it on computers at their location. C. I o u d D e IJ.Y.e [y: Cloud dellvery models allow the software user to use appllcatlon software on another firm's ..... . ..... .... .... ..... ..... . . .... cornputing equipment; in the case of sorne LMS vendors, it runs on their system in their data center. Front this information, we establish business requirements for the system and a budget for the system, including hardware, software, training, business process reengineering, and other professional services. Once a budget has been established, we examine possible payment choices for the City, i.e., buying, leasing, or subscription (Cloud based option only). Finally, we work with the City to ensure that the project has an effective project governance structure and a balanced team representing the major functional areas that will be involved in the system definition and selection. Specifically, this phase involves the following activities:: �..'Jty 1 ic Direction.. .. ....... Working with City Management and the key stakeholdersof the new system g ........ .. .......... ......................................................... (e.g., Community Development Dlrector), Sclens galns an understandlng of the Clty's strateglc dlrectlon and goals, and how the new system would help to further that direction. Business. P r a c.1i c..e s a n d Process . Review . . We meet with cross functional teams consisting of Department representatives knowledgeable in their portion of the business processes typically automated by current, systems. During these meetings, we capture:: • Workflow limitations of the existing system • Interfaces of the current system which translate into functionality that needs to be supported by the new system 41, Infrastructure &..A.p p We meet with the I F Departrnentto discuss the existing ................................................................. ....... ........... ........... ......... ... ...... !.i c a tJ o n s architectures c hJ1 e cl u r..e s Review vJ e w.. infrastructure architecture, including network and servers, and applications architecture so that we can develop specifications that work within the existing environment. Fhis is done in order to rninirnize the disruptive effect on the technical environment as well as rninirnize the technical support required by the new system. o n Re uirernents . During both business practice/process and IF Department discussions, we . ................... ................ q ..................................................................... examine the systems that are currently integrated to the system and look for opportunities to improve the efficiency of the environment by including there in the specifications for the replacement system. - Ir t g nng.L t ' q " g.' i " r e - ' n e n t s ' . Assess the function and operations performed to support the current systemand the projected staffing needs. City of Dmltcm� I exas �)Iroloo4 to 131rovide consi'dPa taint Services" ge 19 sciens, I VIS Software Sdection and 11111okmientation si'tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 In Phase 2, the Sciens tearn evaluates proposals submitted by the vendors, assist the Evaluation and Selection City in selecting two vendors to be invited for dernonstrations, assist the City of Vendor evaluation of the dernonstrations, incorporate feedback frown the City frown reference checks and site visits, rnake a final recommendation on a vendor, and assist the City REP Evaluations with contract and staternent of work negotiations. Vendor Demonstrations Sciens can support the City by analyzing the vendor proposal responses, and I incorporating the results into our Vendor Evaluation Matrix. Once the evaluation of all Final Recornrnendat�on proposals is cornpleted, Sciens works with the City to develop a shortlist of up to two vendors to be invited by the City to dernonstrate their systern to the City. Based upon Best and Final performance against the RFP and dernonstrations and incorporating feedback frown the I City frown reference checks and site visits, Sciens works with the City project tearn to Contract Negotiations rnake a final recommendation of what vendor it should choose. Subsequently, we support the City through contact and staternent of work negotiations. Specifically, this phase involves the following activities:: V. e n d o r E v..a I u a IJ o n M a I r..J..x. - Sciens develops the Vendor Evaluation Matrix, a spreadsheet that tracks each vendors' performance at each stage of the evaluation process. During Phase 2, we develop the vendor evaluation rnatrix, including weightings to be used for each cornponent of the evaluation, to track performance by each vendor. 5 Year Cost AnaIis - In addition to the Vendor Evaluation Matrix, Sciens will also develop a rnodel to ........................................................................................................ 5 analyze the 5 year cost to the City of the various cost options for each vendor. Fhis analysis will then be ranked and weighted to assign points to the total score. V. e n d o r P r2p ...... .... .... ..... ..... .. .... .. .... o n s.. - LAilizing the Vendor Evaluation Matrix developed earlier, Sciens analyzes each of the proposal submissions for cornpliance with both technical and business requirernents. In addition, Sciens will assist the City project tearn through the evaluation of the proposals. T'his information will be used to assist the City in the scoring based on probable performance, project schedule, compliance with specifications, and price as listed in the request for proposal. Based upon this data, Sciens and the City project tearn rate the overall performance of each vendor, and the strengths and weaknesses based upon its proposal response. V. e n d o r S h o r LIJ.s I .Selection-.Sciens wiH enter the City's evaluative data into the Vendor Evaluation Matrix, ranking the vendors based on their estirnated ability to satisfy requirernents. Based upon this ranking, Sciens works with the City to recorni-rend for the City to consider inviting for dernonstrations of their products and capabilities. V. e n d o r .......... D e r.-..n. o n s I r a !J o n s.. - Sciens will evaluate the vendor performance by participating in the vendor dernonstrations sessions for total dernonstration length of up to six (6) derno days (i.e., 2 days per each vendors). Subsequently, we cornpile the results of the scoring tool to score each of the vendors and add this data to the Vendor Evaluation Matrix. Contract and Staternent of Work N.eg!21.iation Sup - Once a vendor has been chosen for contract p ..................................................................................................................................................................................................................................... ........ ................................... ............... ..... negotiations, Sciens works with the City to review the vendor's documents, attend conference calls as needed, to finalize a contract, license and support agreernents, and staternent of work that the City finds acceptable. Sciens will provide up to 48 hours of contract and staternent of work negotiation support. City of Dcntoil, I exas �oloo4 to 131rovide consi,dtanPa t Services" ge 20 sciens, I I')IrVS Software Sdection and 11111okmientation si,tloloort � �-11 '' "I " � , 1 1 ", DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 O"j", ( '11111111 �� ",J � p � �V� � � S 3 �,,J 0 f In Phase 3, the Sciens tearn will assist the City with implementation of the new systern, Project immementation Support including project planning and governance, vendor supervision, and expert guidance 11 11 during each module's business process analysis,, Impementation Governance Cornplex, technical projects are prone to failure; however, that failure is largely due to Change Management inadequate or insufficient project rnanagernent. While the vendor typically provides a Planning project rnanager, their mission is to represent the interests of the vendor, not the city; Comprehensive Project and the project typically is larger than the scope being overseen by the vendor. In Planning addition, many cities run lean I F Departments that may not have either the time available or skills needed to rnanage a project of this complexity. Sciens will work with Vendor Management the City's Project Manager to provHe these seryces to ensure that a project as critical Business Pro cess to the City as its core administrative and operational system has professional Ana iVsis Support experienced oversight. In ge ne ra 1, it has been Sciens experience that a full LMS software re place rne nt front a legacy systern will take a pproxi rnete ly 12 16 rnonths to irn pie rne nt. the specific tasks typically performed as part of this project are as follows: !21 a tJ on G o v e r n a n c..e..:: Assist the City with establishment cif a project steering cornrnittee that govern the implementation of the new system and ensure that all stakeholders/users have a voice in the new system definition. As a part of this process, we wiH work with the City's Project Manager to develop a Project Charter document. b..!2Q? ......... �.ni R.�.n.. g !2.!2.i.g:: Sciens will work with the City Project Manager to develop a change ........... rnanagernent plan that focuses on clear communications and maintaining a positive perception of the system change for the duration of the project. !2! p E�-, .... ..... D.a i e Pr g Y ........ ............. gi� EJ.g D.nj n :: Sciens will work with the City Project Manager to provide upfront project planning direction to the vendor while the Project Plan is being defined; this includes review of materials, conference calls and onsite participation in the kickoff and negotiation of the Plan. Assist the City in the development of a comprehensive project plan that includes both vendor activity (e.g., system installation, configuration, data conversion, training) and non vendor activity (e.g., change rnanagernent, infrastructure setup, LMS software disaster recovery planning) required to make the project successful. Vendor Ma..na.g, -nanagernent of the vendor and execution of the project by:: .................................................................... .............. .... !21:: Assist the City in active Actively participating in weekly Vendor Managernent Calls for the duration of the project to assist with Keeping tasks and resources on schedule; includes review of the overall project, progress against both schedule and budget, and review of Risk & Dependencies Log and Change Managernent requests Coordinate Onsite Project Managernent Reviews, as needed and in conjunction with the onsite Business Process Analysis Support sessions. Q, Business Process A.na.ly.. is Su t ....5 ..... .... . p p ............................................................................. ............. ........... ......... .............. ... ......... .............. .... 2.L Provide support during the Analysis stage of each Project Phase to assist with definition and approval of rest Scripts, Business Practice Changes, Policy Changes, Data Conversion, and Forms, specifically:: Land Managernent, including Materials Review; Participation in Design Meetings for Business Practice Changes, Policy Changes, Document Managernent Integration, Data Conversion, and Forms. City of Dcntcm� I exas �)Iroloo4 to 131rovide consi'dtaint Services" Page 21 sciens, I NAS Software Sdection and 11111okmientation si,tloloort DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Project Schedulel A draft GAN FT chart for this project, identifying the rnajor tasks with associated, proposed start and completion dates, and milestones, is shown can the following page. 9ciens will work with the City of Denton to arrive at a schedule that meets your objectives and deadlines. It is expected that Phase llY will begin in late January with project rnanagernent and on site rneetin s in early February and be complete with contract negotiations by the beginning of Judy 2019, depending upon the impact of vacations and holidays. System implementation will start shortly after. Fhis timeline is illustrated for planning purposes. Dates are subject to change based upon discussions with the City regarding oals and availability. ID Task Nome all Ian Feb Mar az is Apr lun `" lul Aug Se0 ao is Oct Nov Dec a"c Ian Feb Mar azm Apr lun aim lul 1 Phase 1— Project Initiation and Data Gathering 2 Project Planning and Management Th 3 Data Gathering and Interviews 4 Phase 2 — Evaluation and Selection of a Vendor 5 Vendor Evaluation Matrix & Proposals Evaluation Short List Notification& Vendor Preparation for 6 Demonstrations 7 Vendor Demonstrations 8 Contract& SOW Negotiations 9 Phase 3— Project Implementation 10 3A— Comprehensive Planning 1, Readiness Check (e.g., GIS, Network, Internet 11 Redundancy, Data Center) 12 2. Failover Planning/Risk Planning 13 3. Plan Development 14 313—System Implementation 15 1. Build & Installation 16 2. Configu ration 17 3. Data Migration 4. Testing 5. End User Training 6. Go -Live City of IBC moil, Iexxs "rc�,�I;ocr4 to I3rovir�t:t, onsi'dtainti Services" Pa e 22 scen �� I I S Software Sdection and I1111woIr:mientxt'ion si'tloIloorti DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 ° 0 "' FA �.. Fhe total project professional fees for services on the City of Denton LMS Software Selection and Implementation Support project are represented in the Project Cost Detail table below. Fees were calculated using an hourly billing rate of $ llY95 per hour for Partners and $95 per hour for Senior Consultants on the project. Based on the scope of work description, deliverables, and our recommended method for conducting the services outlined in the proposal, our not to exceed total cost to complete all tasks in Phase llY & 2 is $44,360. Since Sciens is a local firm in the DFW area, no travel expenses will be charged. Fhis is detailed below. Phase 1 Activity Hours Fees Expenses Total Project Initiation and Data Gathering A Project Planning and Management 16 $ 2,600 $ - $ 2,600 B Data Collection and Interviews 40 $ 6,500 $ - $ 6,500 2 Evaluation and Selection of Vendor A Vendor Evaluation Matrix & Proposals Evaluation 64 $ 8,480 $ - $ 8,480 B Short List Demos 96 $ 13,920 $ - $ 13,920 C Final Recommendations 20 $ 3,500 $ - $ 3,500 D Contract & SOW Negotiation Support 48 $ 9,360 $ - $ 9,360 SUB -TOTAL PHASES 1 & 2 276 $ 44,360 $ - $ 44,360 Phase Activity Hours Fees Expenses Total 3 Project Implementation Support (One Time) A Comprehensive Project Plan, Governance & 80 $ 15,600 $ d $ 15,600 Change Management (1st Month Only) Project Implementation Support B Weekly Calls and Quarterly on -site, as required, 20 $ 3,900 $ 3,900 $ PER MONTH _ per month 11 MONTHS 220 $ 42,900 $42,900 for 11 months SUB -TOTAL PHASE 3 300 $ 58,500 $ - 1 $ 58,500 Note, Fhe duration of Phase 3 can very significantly depending upon the choice of vendor, the arnouint/complexity of data being converted, the number/complexity of interfaces required, and the readiness of the agency for conversion. In general, it has been Sciens experience that an LMS replacement from a legacy system will take 12 16 months to implement. For planning purposes, the City has chosen to estimate Sciens' involvement at 11 months. �s U C " J" 1 p, S Ili",j G �M 11"') � ro Sciens LLC.; is on BuyBoard, described below. o BuyBoar& Proposal I acne & Number, Fechnology Equipment, Products, Services and Software, Proposal No. 579 19 City of Dcntcmr Iexxs "rc�,�I;ocr4 to I3rovir�t:�, onsi'dtainti Services" Page 23 scen �� I IDS Software Seection and I1111woIr:mientxt'ion Si'tloIloorti DocuSign Envelope ID: 5486368A-4B9A-4B25-A61E-7CAFC64BOBB1 Exhibit F CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. Sci ens , LLC. 2 El Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate. 3 1 Name of local government officer about whom the information in this section is being disclosed. No Conflict of Interest Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? F—x—] Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes F—x—] No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? F—x—] Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. No Conflict of Interest 4 ❑x I have no Conflict of Interest to disclose. 5 DocuSigned by: 3/8/2019 FS:4" Govsie �tdfl@R9F3@fk�� doing business with the governmental entity Date Certificate Of Completion Envelope Id: 5486368A4B9A4B25A61E7CAFC64BOBB1 Subject: Please DocuSign:6998 - Land Management Software Consultant Source Envelope: Document Pages: 43 Signatures: 8 Certificate Pages: 6 Initials: 1 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) Record Tracking Status: Original 3/8/2019 2:48:19 PM Signer Events Adrian Brown adrian.brown@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Mack Reinwand mack.reinwand@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Stephen Gousie sgousie@sciens.com Partner Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 3/8/2019 4:15:18 PM ID:e7c02e8d-c429-4b49-b746-54f42797b31c Holder: Adrian Brown adrian.brown@cityofdenton.com Signature Completed Using IPAddress: 129.120.6.150 E Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 by: [D—Si,ned �C�- Pe;AI�AJ 7F9D328BF0204E5... Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 FD ocuSignetl by: �%�� GWSie 21818DDA30DE425... Signature Adoption: Pre -selected Style Using IPAddress: 173.48.235.223 Doclut S 9 C U a 9 0 Status: Completed Envelope Originator: Adrian Brown 901 B Texas Street Denton, TX 76209 adrian.brown@cityofdenton.com IP Address: 129.120.6.150 Location: DocuSign Timestamp Sent: 3/8/2019 3:18:56 PM Viewed: 3/8/2019 3:19:04 PM Signed: 3/8/2019 3:20:06 PM Sent: 3/8/2019 3:20:09 PM Viewed: 3/8/2019 3:33:32 PM Signed: 3/8/2019 3:34:40 PM Sent: 3/8/2019 3:34:42 PM Viewed: 3/8/2019 3:57:18 PM Signed: 3/8/2019 4:00:15 PM Sent: 3/8/2019 4:00:18 PM Viewed: 3/8/2019 4:15:18 PM Signed: 3/8/2019 4:21:33 PM Signer Events Scott McDonald Scott. McDonald@cityofdenton.com Director Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 3/11/2019 7:30:58 AM ID:4d69ad40-Ofc4-4dOf-af64-817cadfff838 Tabitha Millsop tabitha.millsop@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Todd Hileman Todd. Hileman@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 7/25/2017 11:02:14 AM ID: 57619fbf-2aec-4b 1 f-805d-6bd7d9966f21 Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Editor Delivery Events Agent Delivery Events Intermediary Delivery Events Certified Delivery Events Carbon Copy Events Sherri Thurman sherri.thurman@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Signature by: [D11uSi,n1d off NI.GV&A D4585119F060407... Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 Using IPAddress: 129.120.6.150 [D—Si,ned by: B775C711BAOD454... Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 ED11uSi,n1d by: aan.t, �tG�t.aY'O�Sbtn, F96137F96F3D4D3... Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 Signature Status Status Status Status Status Timestamp Sent: 3/8/2019 4:21:36 PM Viewed: 3/11/2019 7:30:58 AM Signed: 3/13/2019 8:00:14 AM Sent: 3/13/2019 8:00:18 AM Viewed: 4/17/2019 8:23:40 AM Signed: 4/17/2019 8:24:55 AM Sent: 4/17/2019 8:25:00 AM Viewed: 4/17/2019 10:15:42 AM Signed: 4/17/2019 10:17:09 AM Sent: 4/17/2019 10:17:13 AM Viewed: 5/1/2019 3:06:19 PM Signed: 5/1/2019 3:06:33 PM Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Sent: 3/8/2019 3:20:09 PM Carbon Copy Events Status Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jennifer Bridges jennifer.bridges@cityofdenton.com Procurement Assistant City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Charles Rosendahl Charles. Rosendahl@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Timestamp Sent: 4/17/2019 8:24:59 AM Viewed: 4/17/2019 12:17:18 PM Sent: 5/1/2019 3:06:37 PM Sent: 5/1/2019 3:06:38 PM Viewed: 5/1/2019 3:07:31 PM 6Yaifilyi/f��iy�>KI[iI:7K?til��Ul Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/1/2019 3:06:39 PM Certified Delivered Security Checked 5/1/2019 3:06:39 PM Signing Complete Security Checked 5/1/2019 3:06:39 PM Completed Security Checked 5/1/2019 3:06:39 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Stephen Gousie, Scott McDonald, Todd Hileman ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: purchasing@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: -Allow per session cookies -Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you.