22-15122-151ORDINANCE NO.
AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL
CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACTWITH CENTRAL NORTH CONSTRUCTION, LLC., FOR THE LANDSCAPEENHANCEMENTS OF FM 2499 FROM 1-35E TO TEASLEY LANE FOR THE PARKS ANDRECREATION DEPARTMENT; PROVIDING FOR THE EXPENDITURE OF FUNDSTHEREFOR; AND PROVIDING AN EFFECTIVE DATE (IFB 7751 – AWARDED TOCENTRAL NORTH CONSTRUCTION, LLC., IN THE NOT-TO-EXCEED AMOUNT OF
$645,647.75).
WHEREAS, the City has solicited, received, and tabulated competitive bids for the
purchase of necessary materials, equipment, supplies, or services in accordance with the
procedures of state law and City ordinances; and
WHEREAS, the City Manager, or a designated employee, has reviewed andrecommended that the herein described bids are the lowest responsible bids for the materials,
equipment, supplies, or services as shown in the “Bid Proposals“ submitted therefore; and
WHEREAS, the City Council has provided in the City Budget for the appropriation of
funds to be used for the purchase of the materials, equipment, supplies, or services approved andaccepted herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The following competitive bids for the materials, equipment, supplies, orservices as described in the “Bid Invitations”, “Bid Proposals” or plans and specifications on file
in the Office of the City’s Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BIDNUMBER VENDOR AMOUNT
775 1 Central North Construction, LLC.$645,647.75
SECTION 2. That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for such items, and
agrees to purchase the materials, equipment, supplies, or services in accordance with the terms,
specifications, standards, quantities, and for the specified sums contained in the Bid Invitations,
Bid Proposals, and related documents.
SECTION 3. Should the City and the winning bidder(s) wish to enter into a formal
written agreement as a result of the acceptance, approval, and awarding of the bids, the City
Manager, or their designated representative, is hereby authorized to execute a written contract,which shall be attached hereto, in accordance with the terms, conditions, specifications,
•
q
I
H
l
standards, quantities, and specified sums contained in the Bid Proposal and related documents,
and to extend that contract as determined to be advantageous to the City of Denton.
SECTION 4. The City Council of the City of Denton, hereby expressly delegates the
authority to take any actions that may be required or permitted to be performed by the City of
Denton under this ordinance to the City Manager of the City of Denton, or their designee.
SECTION 5. By the acceptance and approval of the above enumerated bids, the City
Council hereby authorizes the expenditure of funds therefor in the amount and in accordance
with the approved bids.
SECTION 6. This ordinance shall become effective immediately upon its passage and
approval.
The motion to approve this ordinance was made by Bri Ay, Bcc k and
seconded by J c bsc Dh v ,-s . This ordinance was passed and approved by
the following vote n - E
Aye Nay Abstain Absent
Mayor Gerard Hudspeth:Vicki Byrd, District 1 :Brian Beck. District 2:Jesse Davis, District 3 :Alison Maguire, District 4 :
Deb Armintor, At Large Place 5 :
Paul Meltzer, At Large Place 6:
V’JZV
./
b/
/
PASSED AND APPROVED this the as tkday of J ..-,vAr y _, 2022.
.ai;{{IMid
ATTEST:ROSA RIOS, CITY SECRETARY
n\bit tIll it
APPROVED AS TO LEGAL FORM:
MACK REINWAND, CITY ATTORNEY
Digitally signed by Marcella
DN: cn=Marcella Lunn. o.
JL{\\h::=:!T,=,F;FJF,nX,@dty,fA
––nnton.com==JY–-–––-–Date: 2022.01.12 12:1 2:17
-06'OO'
BY:\XI,cvatbl
DocuSign Envelope ID: 88129655-7C39-+8DA-B11F-A943204605FB
DENTON
Docusign City Council Transmittal Coversheet
B 1 7751IF
File Name FM2499 G ,ee, Rlbb,"
Purchasing Contact E ’1'; G ;“i’
City C,,n,iIT,rg,t D,t, J "~U"RY 25’ 2022
Piggy Back Option
Contract Expiration
Ordinance
Not Applicab1 e
N/A
22-151
•
H
a
H
•
H L
DocuSign Envelope ID: 88129655-7C3948DA-BI IF-A943204605FB
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 01/25/2022 is made by and between the City of Denton,
a Texas home rule municipality, acting by and through its duly authorized City Manager, (“City”),
and Central North Construction, LLC., authorized to do business in Texas, acting by and through
its duly authorized representative, (“Contractor”).
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
2
3
4
5
6
7
8
9
10
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
11
12
13
14
15
16
17
18
19
20
21
22
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
“City of Denton: FM2499 Green Ribbon: Landscape Planting & Irrigation”
Contract No: 775 1
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of six hundred fourteen thousand nine hundred one dollars
and seventy-five cents ($614.901.75). At the sole option of the City, five (5) percent contingency
in the amount of thirty thousand, seven hundred forty-six dollars and forty-six cents ($30,746.00)
may be used for a total not-to-exceed amount of six hundred forty-five thousand six hundred forty-
seven dollars and seventy-five cents ($645,647.75).
23
24
25
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work will be complete for Final Acceptance within 202 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
26
27
28
29
30
31
32
33
34
35
36
37
38
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is
not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also
recognizes the delays, expense and difficulties involved in proving in a legal proceeding,
the actual loss suffered by the City if the Work is not completed on time. Accordingly,
instead of requiring any such proof, Contractor agrees that as liquidated damages for delay
(but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for
each day that expires after the time specified in Paragraph 4. 1 for Final Acceptance until
the City issues the Final Letter of Acceptance.
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 20/8
Denton FM2499
DocuSign Envelope ID: 88129655-7C3948DA-BI 1 F-A943204605FB
00 52 43 - 2
Agreement
Page 2 of 6
1 Article 5. CONTRACT DOCUMENTS
2 5.1 CONTENTS:
3
4
5
A. The Contract Documents which comprise the entire
Contractor concerning the Work consist of the following:
This Agreement.1
2. Attachments to this Agreement:a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
b. Current Prevailing Wage Rate Table
c. Worker’s Compensation Affidavit
agreement between City and
6
7
8
9
10
11
12 d. General Conditions.
13
14
15
16
17
18
19
20
21
22
e. Supplementary Conditions.
The following located in File 7751 at:
https://Ifpubweb.cityofdenton.com/MaterialsManagement/Browse.aspx?startid=19&row=1 &dbid=0 :
a.Specifications described in the Table of Contents of the Project’s ContractDocuments.
b. North Central Texas Council of Governments Standard Specifications for PublicWorks Construction – Fourth Edition, Divisions 200-800, and as amended byCity, and described in the Table of Contents of the Project’s Contract Documents.
c. Drawings.
23 d. Addenda.
24 e. Documentation submitted by Contractor prior to Notice of Award
The following which shall be issued after the Effective Date and delivered to the City
within ten (10) days of the Effective Date and before beginning Work:a. Payment Bondb. Performance Bond
c. Maintenance Bond
d. Power of Attorney for the Bonds
e. Form 1295 – Certificate of Interested Parties (email to purchasing)f. Insurance Certificate
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
The following which may be delivered or issued after the Effective Date and, if
issued, become an incorporated part of the Contract Documents:a. Notice to Proceed.
b. Field Orders
c. Change Orders.
d. Letter of Final Acceptance.
crrY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Denton FM2499
DocuSign Envelope ID: 88129655-7C3948DA-B11F-A943204605FB
00 52 43 - 3
Agreement
Page 3 of 6
1 Article 6. INDEMNIFICATION
2
3
4
5
6
7
8
9
10
11
12
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and allclaims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licensees or inviteesunder this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages beingsought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for any
and all costs, expenses and legal fees incurred by the city in defending against suchclaims and causes of actions.
13
14
15
16
17
18
19
20
21
22
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,the city, its officers, servants and employees, from and against any and all loss of,damage to, or destruction of, property of the city, arising out of, or alleged to arise out
of, the work and services to be performed by the contractor, its officers, agents,employees, subcontractors, licensees or invitees under this contract. This
indemnification provision is specifically intended to operate and be effective even if it is
alleged or proven that all or some of the damages being sought were caused, in whole orin part, by any act, omission or negligence of the city.
Article 7. MISCELLANEOUS
23
24
25
26
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
27
28
29
30
31
32
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legalrepresentatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
33
34
35
36
37
38
39
40
41
42
43
7.4 Severability .
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State ofTexas. Venue shall be Denton County, Texas, or the United States District Court for the
Eastern District of Texas, Sherman Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 2D, 20/8
Denton FM2499
DocuSign Envelope ID: 8812965$7C3948DA-BI IF-A943204605FB
00 52 43 - 4
Agreement
Page 4 of 6
1
2
3
4
5
6
7
8
9
10
11
7.7 Prohibition On Contracts With Companies Boycotting Israel.
Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government
Code, the 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 contract, Contractor
certiPes that Contractor’s signature provides written verification to the City that
Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
7.8 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALLINDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BYCONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
27
28
29
30
31
7.9 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
crrY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 2D, 20/8
Denton FM2499
DocuSign Envelope ID: 88129655-7C39-48DA-BI IF-A943204605FB
00 52 43 - 5
Agreement
Page 5 of 6
1 7.10 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the Project or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's Contractors or otherentities, and do not relieve the Contractors or any other entity of their obligations, duties, and
responsibilities, including, but not limited to, all construction methods, means, techniques,
sequences, and procedures necessary for coordinating and completing all portions of theconstruction work in accordance with the Contract Documents and any health or safety
precautions required by such construction work. The Engineer and its personnel have no
authority to exercise any control over any construction contractor or other entity or their
employees in connection with their work or any health or safety precautions.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
SIGNATURE PAGE TO FOLLOW
crrY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 2D. 20/8
Denton FM2499
DocuSign Envelope ID: 8812965$7C3948DA-BI IF-A943204605FB
00 52 43 - 6
Agreement
Page 6 of 6
1
2
3 4
5
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City’s designated City Manager (“Effective Date”).
CITY OF DENTON
DoeuSlgned by:
SHAH%wIV
PRI IRA
'DocuSlgned by:
9Bqa+- +to„&M
A D AGENTt
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
HENSLEY, INTERIM CITY MANAGER
CONTRACTORCENTRAL NORTH CONSTRUCTION. LLC
Jordan Hendrix
NAME
SENIOR OFFCIER/ VP
TITLE
469-569-9781
PHONE NUMBER
jhendri x@cnc1 1 c . org
EMAIL ADDRESS
THIS AGREEMENT HAS BEENBOTH REVIEWED AND APPROVED
as to financial and operational obligations andbusiness terms.ATTEST:ROSA RIOS. CITY SECRETARY
DocuSigned by:
Ra+R&B+
' AND, CITY ATTORNEYiiI
Gary Packan
SIGNATURE PRINTED NAME
APPROVED AS TO LEGAL FORM:D1 rector of Parks and Recreation
TITLEParks & Recreation
DEPARTMENT
crrY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Denton FM2499
Revised September 2D, 20/8
DocuSign Envelope ID: 88129655-7C39-48DA-BI IF-A943204605FB
004100- 1BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO:Erica Garcia
tt a'. Purchasing Division901-B Texas Street
Denton, Texas 76209
FOR: : "CITY OF DENTON: FM2499 GREEN RIBBON: LANDSCAPE PLANTING & IRRIGATION"
1 Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with City in the form included in the Bidding Documents to perform and furnish all Work as
specified or indicated in the Contract Documents for the Bid Price and within the Contract Timeindicated in this Bid and in accordance with the other terms and conditions of the Contract
Documents.
2 BIDDER Acknowledgements and Certification
2. 1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION
TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those
dealing with the disposition of Bid Bond.
Bidder is aware of all costs to provide the required insurance, will do so pending contract
award, and will provide a valid insurance certificate meeting all requirements within 14days of notification of award.
Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any
undisclosed individual or entity and is not submitted in conformity with any collusive
agreement or rules of any group, association, organization, or corporation.
Bidder has not directly or indirectly induced or solicited any other Bidder to submit a falseor sham Bid.
Bidder has not solicited or induced any individual or entity to refrain from bidding.
Bidder has not engaged in corrupt, fraudulent, callusive, or coercive practices in competing
for the Contract. For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing
of value likely to influence the action of a public official in the bidding process.
2.2
2.3
2.4
2.5
2.6
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of City (b) to establish Bid prices
at artificial non-competitive levels, or (c) to deprive City of the benefits of free
and open competition.
c. "collusive practice" means a scheme or arrangement between two or more
Bidders, with or without the knowledge of City, a purpose of which is to
establish Bid prices at artificial, non-colnpetitive levels.
CITY OF DENTON
STANDARD CONSl’ltUC'’FION SPl:CIFIC'ATION DOCUMENTS
Revised Sepletubcr 20, 20 IB
Dclllott FNt24tJ9
CSJ 268 1 -tI I -t126
DocuSign Envelope ID: 88129655-7C3948DA-BI IF-A943204605FB
00 41 00 - 2BID FORM
Page 2 of 3
d. ’'coercive practice'' means harming or threatening to harm, directly or indirectly,persons or their property to influence their participation in the bidding process oraffect the execution of the Contract.
2.7 The Bidder acknowledges and agrees to comply with the requirements of City EthicsOrdinance No. 18-757.
3 Time of Completion
3.1
3.2
The Work will be complete for Final Acceptance within 202 days after the date when theContract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
Bidder accepts the provisions of the Agreement as to liquidated damages in the event of
failure to complete the Work {and/or achievement ofN4ilestones} within the times
specified in the Agreement.
4 Attached to this Bid
The following documents are attached to and made a part of this Bid:a. This Bid Form
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of
Paragraph 5.01 of the General Conditions.
c. Proposal Form Section – Hard Copyd. Proposal Form Section - Electronic Copy (either included in the Bid, orsubmitted prior to bid opening via http://dentontx.ionwave.net)
e. Vendor Compliance to State Lau' Non-Resident Bidder, Section 00 43 37f. Conflict of Interest Affidavit, Section 00 35 13
g. Proposed Subcontractors Form, Section 00 43 36
h. Bidders Minimum Qualification Statement, Section 00 45 13
i. Corporate Resolution of Authorized Signatories, Section 00 45 43
j. Any additional documents that may be required by Section 12 of the Instructions toBidders
5 Total Bid Amount
5.1 Bidder will complete the Work in accordance with the Contract Documents for the
following bid amount. In the space provided below, please enter the total bid amount for
this project. Only this figure will be read publicly by the City at the bid opening.
It is understood and agreed by the Bidder in signing this proposal that the total bid amountentered below is subject to verification and/or modification by multiplying the unit bid
prices for each pay item by the respective estimated quantities shown in this proposal andthen totaling all of the extended amounts.
5.2
Total Bid Amount:S bq'S/b't'I Is
CITY OF DENTON
STANDARD CONSTRUCTION Sl'EC'IFICATION DOCUMEN’rsRevised September 211, 20 1 8
Dclrtoll FRI]499
CS,J 268 1 -tI 1 -1126
DocuSign Envelope ID: 88129655-7C39-48DA-BI IF-A943204605FB
00 41 00 - 3BID FORM
Page 3 of 3
6 Bid Submittal
This Bid is submitted on SpIG@,a_ te>+{,\ , 20a by the ,ntity nam,d b,I,w.
RespecthUy submitted,
,
Receipt is acknowledged ofthe following Addenda
Addendum No. 1
Addendum No. 2
Addendum No. 3
Addendum No. 4
c
Initial
IGf=9/bb k,AOc;(rlnte arrle (FRa
#Title: '4>C/\;M O+{ ;(eA,_.
C„„P,„y: CW/pt hLwk aO£Aaa:I;GO, I\C
State of Incorporation:TeXaS
'\c . eq
Phone: L46C\ -$63-q-76/
CITY 01; DENTON
STANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS
Revised Seplenrher ?a 20 IB
Delttolt FN'12+99C£J 268 1 .0 t -026
DocuSign Envelope ID: 8812965&7C3948DA-BI IF-A943204605FBUNIT PRICE BID FORM
ITEM DESCRIPTION (SPECIFICATION NO.) PRICES TO BE
ITEM NO. ESTIMATED QUANTrrY WRITrEN IN WORDS UNIT PRICE TOTAL PRICE180-6001 o.42 1 AC
Wc' N-'’" a@y$-
SY COMPOST MANUFACTURED SOIL (6")
{PLANTING SOIL} fiDE
DOTH:El FIDE ,$ 5.1S $36343.45
6425
1 CENTS PER SY-[\ Finq ' s– is1 ICENfS PEFfLS
170-6002
CENTS PER LS
6Kw\bt flw
' e==-3g.Bn.2-5 %)JaI.a
CENTS PER LS
170-6002
),\th;{}%AC WILDFLOWER'SEEDING _
IE)IEt % sqEJk I!:A1 5 •%]I!I12= 1 111SIIp/ 1D 1cox (apel / COr gP
180.6001
axl :S_ !CENTS PER AC
“ ( J) qe /g.Oz3.q’
0.42
2575
DOLLARS AND - -
192-6003
CY MULCH - CYPRESS N0-FLOAT
“"TiE!’ ,Si:> .Q ,20,300:
170-6002 1 : LS IRRIGATION SYSTEM TYPE 1 : n
##'"v' 132 .on'a , \33. OIg g
192-6081
“” = " &bQ
Z(leo s.CENTS PER EA
W~ :E :/w’ICENTS PER EA
Paul
CENTS PER CY
1
192-6002
795
192-6012 406
76 VStab.260. ’/76,'260$S
DocuSign Envelope ID: 88129655-7C39-48DA-BI IF-A943204605FBUNIT PRICE BID FORM
192-6016 ; 2725 SY L +IANeDOLLA,RS ANDWtOCENTS PER SY 1,3.'z i, B,tlr.e
192-6046 83 EA PLANT MATERIAL 3" B&BMM:a&\a {:JVqDOLLARS AND I
9 IVIO
MO2001
465 LF506-6041
B@oCENTS PER EA , q60.a’ ,3?,gao.
192-6046 : 56 PLANT MAtfRIA Cli b&B dO LU-TRUNK'hD A:"q
CEmR EA ,#qq>. a ,1b,ado.+
192-6097 896 LF CONCRETE LANDSCAPE EDGE (12'')
D+f&k£qtb -USht&JOCENTS PER LF
-, Ag.eg $25,e>age
6001 9 MO PLANT MAINTENANCE
Dlmbh4A&*L&bIOCENTS PER MO sIt\hoP
IRRIGATION SYSTEM OPERATIONMAINTENANCEmbUUN\ m , 1 CO % , t,, ga),a’aILOCENTS PER MO
500 1 LS mo &
1:hEU81L 1B: L SII
MOBILIZATION IIxa.bs d2
594,ay,g W,aD.q>
BARRICADES SIGNS AND TRAFFICnMeev'\–laiiS:;altDOLLARS ANDaILOCENTS PER MO st lgoo. w ,q,cwP
BIODEGRADEABLE EROSION CONTROL LOGSINSTALLOweDOILARS AND $Ze£oCENTS PER LF
t . ed , 465~ w
DocuSign Envelope ID: 88129655-7C3948DA-B11F-A943204605FBUNIT PRICE BID FORM
506.6043 465 LF REMOVEjeaDDOLLARS AND
cE£f;4RLF
, ,60 $ 232, a
110-6003 1072 GRADING EARTHWORK; 6" EXCAVATION OF
#ii&11111][ C JIIr\ : dEZeROCENTS PER CY
$ 35.s
618-6034 825 BORES=>byaCer\DOLLARS AND%toCENTS PER LF II .@
6001 87 DAY ITMA=,*,-b\L_&edDOLLARS ANDBLDCENTS PER EACH
{# qI $ 250,a> s21,79e>.
!)ocuSign Envelope ID: 88129655-7C39-48DA-BI IF-A943204605FB
SECTION 00 42 44 -UNIT PRICE PROPOSAL FORM
City of Denton - Capital Projects
901-B Texas Street
From :
MjIMR ,..„„.„.,„,..,,,".*,=:
PROJ DENTON FM2499 GREEN RIBBON LANDSCAPE & IRRIGATION
ALLEN, TEXAS 75002
JORDAN HENDRIX
469-569-9781
jhendrix@cncllc.orq
RFP: IFB-7751EII\J
IpM <ENG PMO No. if applicable>
OFFEROR'S APPLICATION - UNIT PRICEPROPOSAL
n•Hll•Item
No.Spec. Section No.Description UOM I BIDQTY I Unit Price Extended Price
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
180-6001
192-6081
npiRTmmTT
®MPOST MANUF SOIL (6") (PLANTlr@ AC
SY
LS
LS
LS
AC
EA
EA
CY
SY
EA
EA
LF
MO
MO
LSM
LF
LF
CY
LF
DAY
TO'
mIa
6425.00
1,00
1.00
1.00M
2575.00
795.00
406.00M
83.00M
896.00
9.00
9.00
1.00I
465.00
mgIRIIIIEIInIBIEU
825.00ElII'AL BASI
$ 45,000.00
$ 5.75
$ 132,079.50
126,260.75
32,817.25
5,000.00U
14.00
$ 50.00
$ 3.00
450.00
290.00
$ 28.00
$ 1,800.00
$ 700.00
$ 24,000.00
$ 1,800.00M
0.50M
17.00
$ 250.00PROPOSAL:
18,900.00
36,943.75
132,079.50
126,260.75
32,817.25
2, 100.00
18,025.00
11,130.00
20,300.00
8,175.00
37,350.00
16,240.®
25,088.00
16,200.00
6,300.00
24,000.00
9,000.00
465.00
232.50
37,520.00
14,025.00
21,750.00}_6®l.75
170-6002
170-6003
170-6004
180-6001
192-6002
IRRIGATION SYSTEM TYPE-1
I
IRRIGATION sW TYPE-III
MLD FLOWER SEEDING
PLANT MATERIAL (1 GAL)
192-6003
192-6012
192-6016
192-6046
192-6046
192-6097
6001
6007a
2001
506-6041
506-6043
110-6003
UL NT MATERIAL (3 GAL)S
F $
S
F+$
$
r
MULCH-CYPRESS NO-FLOAT
PLANTING BIgIIin }
$
$}
$}
$
PLANT MATERIAL 3" BB
N L 2" BB (MULTI-TRUNK)
C
PLANT MAINTENANCE
IRRIGATION SYSTEM OPERATION MAINTENANCE
MOBILIZATION
BARRICADES SIGNS AND TRAFFIC HANDLING
BIODEGRADEABLE EROSION CONTROL LOGS INSTALL
BIODEGM EROSION CONTROL LOGS REMOVEMGaN llZEliFE618-6034
6001 mT
TOTAL ALT. Proposal
TOTAL BASE PLUS ALTERNATE PROPOSAL:$614,901.75
Proiect Contingenl $30,746.00
>645,647.75MNT6mM24jmI RN R 0
DocuSign Envelope ID: 88129655-7C3948DA-BI IF-A943204605FB
00 43 37 - 1VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON- RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident
bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident
bidders (out-of-state contractors whose corporate offices or principal place of business are outside
the State of Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident
bidder would be required to underbid a nonresident bidder in order to obtain a comparable
contract in the State which the nonresident’s principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your
bid to meet specifications. The failure of nonresident bidders to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A.Nonresident bidders in the State of
business, are required to be
Law. A copy of the statute is attached.
our principal place of
percent lower than resident bidders by State
Nonresident bidders in the State of
are not required to underbid resident bidders.
_, our principal place of business,
B.The principal place of business of our company or our parent company or majority owner is
in the State of Texas. 8
BIDDER:
\)odiq eaiV,\\C :So.ON IL,ned$
Company
By:
(Please Print)
59% U'AOSo, Ca.NEAddress I Signat '
IWePI - IxCity/State/Zip hs,,L Title st'Aiv Q++Cejl(Please Print)
Date:'\\%tULI
END OF SECTION
CITY OF DENTONSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Septenrber 2D, 20/8
Detltoll FN12499CSJ 268 1 -0 t .026
DocuSign Envelope ID: 88129655-7C39-48DA-BI IF-A943204605FB SAM.gov
"General Decision Number: Tx20219e18 a7/02/2021
Superseded General Decision Number: Tx2020ee18
State: Texas
Construction Type : Heavy
Counties : Collin, Dallas, Denton, Ellis, Kaufman and RockwallCounties in Texas .
Water and Sewer Lines/Utilities (Including Related TunnelingWhere the Tunnel is 48" ’' or Less in Diameter)
Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.95 for calendar year 2021 applies to all contractssubject to the Davis-Bacon Act for which the contract isawarded (and any solicitation was issued) on or after January1, 2615. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.95 per hour (or the applicable wagerate listed on this wage determination, if it is higher) forall hours spent performing on the contract in calendar year2021. If this contract is covered by the EO and a
classification considered necessary for performance of work onthe contract does not appear on this wage determination, thecontractor must pay workers in that classification at least thewage rate determined through the conformance process set forthin 29 CFR 5.5(a) (1) (ii) (or the EO minimum wage rate, if it ishigher than the conformed wage rate) . The EO minimum wage ratewill be adjusted annually. Please note that this EO applies tothe above-mentioned types of contracts entered into by thefederal government that are subject to the Davis-Bacon Actitself , but it does not apply to contracts subject only to theDavis-Bacon Related Acts, including those set forth at 29 CFR5.1(a) (2)-(60) . Additional information on contractorrequirements and worker protections under the EO is available
at www . dol . gov/whd/govcontracts .
Modification Number Publication Datea 01/01/20211 07/02/2021
+ PLUMe160-o02 05/01/2021
Rates Fringes
13.07Plumbers and Pipefitters . . . . . . . . . $ 33.88
SUTX1991-004 09/23/1991
Rates Fringes
Laborers :
Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25Utility. . . . . . . . . . . . . . . . . . . . .$ 7.467
Pipelayer. . . . . . . . . . . . . . . . . . . . . . . . $7 . 828
Power equipment operators :Backhoe. . . . . . . . . . . . . . . . . . . . .$ 10.804Crane. . . . . . . . . . . . . . . . . . . . . . .$ 10.942
https://sam.gov/wage-determinationfTX2021 0018/1 1/4
DocuSign Envelope ID: 88129655-7C3948DA-BI IF-A943204605FB SAM.gov
Front End Loader. . . . . . . . . . . .$ 9.163Tunneling Machine (48"" orless) . . . . . . . . . . . . . . . . . . . . . . .$ 9.163
TRUCK DRIVER. . . . . . . . . . . . . . . . . . . . .$8.528
=== = = = = = = = = = = = = = = = = = = = = == = = = = = HaHn n=n nU= UHnn == n=: = = = == = = = = == = = = = = = = = = =
WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who islike family to the employee) who is a victim of , domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EO
is available at www.dol. gov/whd/govcontracts .
Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii) ) .
The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of ""identifiers"" that indicate whether the particularrate is a union rate (current union negotiated rate for local) ,a survey rate (weighted average rate) or a union average rate(weighted union average rate) .
Union Rate Identifiers
A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than ""SU"" or""UAVG"" denotes that the union classification and rate wereprevailing for that classification in the survey. Example :PLUMe198-o05 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for this
classification, which in this example would be Plumbers . 0198indicates the local union number or district council number
where applicable, i.e. , Plumbers Local 0198. The next number,005 in the example, is an interna1 number used in processingthe wage determination. 67/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014
Union prevailing wage rates are updated to reflect all rate
https://sam.gov/wage<letermination/TX2021 0018/1 2/4
Do?'Lj91gLT ::!ejeee ID: 88129655-7C39-48DA-BI IF-A943204605FB SAM.gov
changes in the collective bargaining agreement (CBA) governingthis classification and rate .
Survey Rate Identifiers
Classifications listed under the "'’SU" “ identifier indicate that
no one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification . As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates . Example : SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates . LA indicatesthe State of Louisiana . 2012 is the year of survey on which
these classifications and rates are based . The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted .
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, lee% of the data reported for theclassifications was union data . EXAMPLE : UAVG-oH-gala
08/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. 0H indicates the state. The next number, 0016 in
the example, is an internal number used in producing the wagedetermination . 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.
A UAVG rate wi11 be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased .
WAGE DETERMINATION APPEALS PROCESS
1. ) Has there been an initial decision in the matter? This canbe
+
+
+
+
an existing published wage determinationa survey underlying a wage determinationa Wage and Hour Division letter setting forth a position ona wage determination mattera conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2. )and 3 . ) should be followed .
With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with the
https://sam.gov/wage-determination/TX2021 0018/1 3/4
Do?ngA? 5£!ell eRe ID: 88129655-7C3948DA-B11F'A943204605FB SAM.gov
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor206 Constitution Avenue, N. W.
Washington, DC 20210
2. ) if the answer to the question in 1. ) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
Wage and Hour AdministratorU.S. Department of Labor
260 Constitution Avenue, N . W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wagepayment data, project description, area practice material,etc. ) that the requestor considers relevant to the issue.
3. ) if the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board) . Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, DC 20210
4. ) All decisions by the Administrative Review Board are final.
= = ==b = = = = = = = = == = = = = = = = = = = = = = = = = = = = = = == = = = = = = = = = == = = = = = = = = = =
END OF GENERAL DECISION"
https://sam.gov/wage xIeterminationfTX20210018/1 4/4
DocuSign Envelope ID: 88129655-7C3948DA-BI IF-A9432C)4605FB
CONFLICT OF INTEREST QUESTIONNAIREFor vendor or other person doing business with local governmental entit'
L lges made to the law by H.B. 23, 84th Leg., Regular Session.
FORM CIQ
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 thedate 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 amisdemeanor.
r MtV.centra1 North
Constructlon , LLCTHCheck 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 dayafter the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
d Name of loca1 government officer about whom the information in this section is being disclosed.
Name of Officer
Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section176.003(a)(2)(A). Also describe any family relations hip with the local government officer. Tbis 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 176.00 1(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?E „“B ~.
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 inthis section AND the taxable income is not received from the local governmental entity?[] Yes [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 officeror director, or holds an ownership of one percent or more?
E *“m ,„,
D Describe each employment or business and family relationship with the local government officer named in this section
4
5
LJ I have no Conflict of Interest to disclose.
1/11/2022
t Date
DocuSign Envelope ID: 88129655-7C3W8DA-BI IF-A943204605FB
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code $ 176.001 (1-a): "Business relationship" means a connection between two or more partiesbased on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or anagency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code S 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:+++
(2) the vendor:(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month periodpreceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with thevendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 1 2-month period preceding the date theofficer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code $ 176.006(a) and (a-1 )(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationshipwith a local governmental entity and :
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 1 76.003(a)(2)(A) ;
(2) has given a local government officer of that local governmental entity, or a family member of theofficer, one or more gifts with the aggregate value specified by Section 176.003(a) (2)(B) , excluding anygift described by Section 1 76.003(a-1 ); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administratornot later than the seventh business day after the later of:
(1) the date that the vendor:(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposalsor bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or afamily member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a) ; or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics . state.tx. us Revised 11/30/2015
DocuSign
Certificate Of Completion
Envelope Id: 881296557C3948DAB 11FA943204605FB
Subject: Please DocuSign: City Council Contract 7751
Source Envelope
Status: Completed
Document Pages: 96
Certificate Pages: 6
AutoNav: Enabled
Envelopeld Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
Signatures: 6
Initials Envelope Originator:Erica Garcia
901 B Texas Street
Denton, TX 76209
erica'garcia@cityofdenton.com
IP Address: 198.49.140. 104
Record Tracking
Status: Original
1/7/2022 11 :42:16 AM
Holder: Erica Garcia
erica.garcia@cityofdenton . com
Location: DocuSign
Signer Events
Erica Garcia
erica .garcia@cityofdenton.com
Buyer
City of Denton
Security Level: Email, Account Authentication(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Signature Timestamp
Sent: 1/7/2022 1 1 :43:17 AM
Viewed : 1/7/2022 11 :43:23 AM
Signed: 1/7/2022 1 1 :43:48 AM
Completed
Using IP Address: 198.49.140.104
Lori Hewell
lori.hewell@cityofdenton.com
Purchasing Manager
City of Denton
Security Level: Email, Account Authentication(None)
Sent: 1/7/2022 1 1 :43:52 AM
Viewed: 1/7/2022 11 :45:04 AM
Signed: 1/7/2022 1 1 :45:33 AM
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.104
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Marcella Lunn
marcella.lunn@cityofdenton.com
Catherine Clifton, Interim City Attorney
City of Denton
Security Level: Email, Account Authentication(None)
•DoeuSigrnd by:
IMawdhLbwl
'+8070831B4AA438.
Sent: 1/7/2022 11 :45:38 AM
Viewed: 1/7/2022 1 :30:17 PM
Signed: 1/7/2022 1 :30:32 PM
Signature Adoption: Pre-selected Style
Using IP Address: 68.191.210.54
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Jordan Hendrix
jhendrix@cncllc,org
SENIOR OFFCIER/ VP
Security Level: Email, Account Authentication(None)
Sent: 1/7/2022 1 :30:38 PM
Resent: 1/1 1/2022 1 1:16:50 AM
Viewed: 1/1 1/2022 1 1 :21 :06 AM
Signed: 1/1 1/2022 11 :21 :39 AMSignature Adoption: Pre-selected Style
Using IP Address: 47.190.36.19
Electronic Record and Signature Disclosure:Accepted: 1/1 1/2022 1 1 :21 :06 AMID: b895cfa3-c27c-4133-97ed-a70e30d9c4 1 c
Signer Events
Gary Packan
Gary.Packan@cityofdenton.com
Director of Parks and Recreation
Parks and Recreation
Security Level: Email, Account Authentication(None)
Signature
'DoeuSlal•d br
L%£tet
Timestamp
Sent: 1/11/2022 11:21 :43 AM
Viewed: 1/1 1/2022 11 :42:34 AM
Signed: 1/1 1/2022 12:17:15 PM
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Electronic Record and Signature Disclosure:Accepted: 1/1 1/2022 11 :42:34 AMID: 7242322f4c99405c-9565-ee9745b24f06
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Contract Administrator
City of Denton
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Completed Sent: 1/1 1/2022 12:17:20 PM
Viewed: 1/26/2022 8:44:15 AM
Signed: 1/26/2022 8:44:37 AMUsing IP Address: 198.49.140.104
Sara Hensley
sara . hensley@cityofdenton.com
Interim City Manager
City of Denton
Security Level: Email, Account Authentication(None)
Sent: 1/26/2022 8:44:42 AM
Viewed: 1/26/2022 8:46:54 AM
Signed: 1/26/2022 8:46:59 AM
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Rosa Rios
rosa.rios@cityofdenton.com
City Secretary
Security Level: Email, Account Authentication(None)
'Docu810n8d byI mRI++
,ICSCA8C5EI 75493
Sent: 1/26/2022 8:47:03 AM
Resent: 1/26/2022 10:26:59 AM
Viewed: 1/26/2022 10:32:20 AM
Signed: 1/26/2022 10:32:35 AMSignature Adoption: Pre-selected Style
Using IP Address: 198.49.140.104
Electronic Record and Signature Disclosure:Accepted: 1/26/2022 10:32:20 AMID: 2a7345db-9601-43b3-b746-611d17d589c6
In Person Signer Events Signature
Status
Timestamp
Editor Delivery Events Timestamp
Agent Delivery Events Status
Status
Timestamp
Intermediary Delivery Events Timestamp
Certified Delivery Events Status
Status
Timestamp
Carbon Copy Events
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Contract Administrator
City of Denton
Security Level: Email, Account Authentication(None)
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Timestamp
Sent: 1/7/2022 1 1 :43:52 AM
Carbon Copy Events
Gretna Jones
gretna .jones@cityofdenton.com
Legal Secretary
City of Denton
Security Level: Email, Account Authentication(None)
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Status Timestamp
Sent: 1/1 1/2022 12:17:19 PM
Viewed: 1/1 1/2022 12:44:09 PM
City Secretary Office
citysecretary@cityofdenton.com
Security Level: Email, Account Authentication(None)
Electronic Record and Signature Disclosure:Not Offered via DocuSign
Sent: 1/26/2022 10:32:41 AM
Jason Donnell
Jason.Donnell@cityofdenton.com
Park Planner
City of Denton
Security Level: Email, Account Authentication(None)
Electronic Record and SIgnature Disclosure:Not Offered via DocuSign
Sent: 1/26/2022 10:32:42 AM
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
1/7/2022 11 :43:17 AM
1/26/2022 10:32:20 AM
1/26/2022 10:32:35 AM
1/26/2022 10:32:42 AM
Envelope Sent
Certified Delivered
Hashed/Encrypted
Security Checked
Security Checked
Security Checked
Signing Complete
Completed
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: Jordan Hendrix, Gary Packan, Rosa Rios
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 ofthis 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 mayrequest 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 usor 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 ormade 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.