Loading...
CP 2019-09-24  !" #$%&'$( )*+,-.$%/  !"#$)#$**+((#,+-./ 0*11-,,2 3-4$5 6789:9;6< 0++! &1#21+&3.  !"#$%&' ( ,%+/3."#=+*!+56+7#>?#>;@A89:;#<0$%&' (#4.56+7/ B2CDE#FGE,##########################################################################02CB#FHII 0."$7#######################################################################################0."$7#<7$#,+5 IHJJ#IKEL###########################################################################L2CM#CKNDE################################# <(.'+#@#####################################################################################<(.'+#? OCH2EE2#FHEKPK=2Q=0H,F################################################E2EM#MHELIHEL <(.'+#>#####################################################################################<(.'+#8 RD=#02M=#############################################################################OHPG#02,FDR <(.'+#:#####################################################################################<(.'+#S 0HBD#I2EN  !"#0.&.1+7 E$! '+# /#4+7+6"#1 T+&#!4.!#!4+# !"#$%&' (#$)#!4+# !"#$)#$**+((#,+-./#U ((#5++!# &#C+1%(.7# .((+3#=+// $&#.!#89:;#*V5V#)$7#D-+'%! T+#=+// $&#R$7W#=+// $&#U ((#)$(($U# 55+3 .!+("# !4+7+.)!+7#.&3#C+1%(.7#=+// $&#U ((#6+1 &#.!#X9:;#*V5V#!$#6+#4+(3#.!#,$U&#+&!+7#>88#DV# <.7WU."#O$%(+T.73#$**+((#,+-./V 2/#.%!4$7 Y+3#6"#=+'! $&#88@V;X@Z>\[#$)#!4+#,+-./#L$T+7&5+&!#$3+#!4 /#5++! &1#5."#6+# '$&T+&+3# &!$#'($/+3#D-+'%! T+#=+// $&#)$7#!4+#*%7*$/+#$)#/++W &1#'$&) 3+&! .(#(+1.(#.3T '+# )7$5#!4+# !"#2!!$7&+"#$&#.&"#.1+&3.# !+5#( /!+3#4+7+ &V ,4+# !"#$)#$**+((#7+/+7T+/#!4+#7 14!#!$#7+'$&T+&+#7+'+//#$7#7+.( 1&#!4+#R$7W#=+// $&#$7# '.((+3#D-+'%! T+#=+// $&#$7#$73+7#$)#6%/ &+//#.!#.&"#! 5+#*7 $7#!$#.3\\$%7&5+&!V ,4+#*%7*$/+#$)#!4+#5++! &1# /#!$#'$&/ 3+7#!4+#)$(($U &1# !+5/9 @V.((#!$#K73+7 >V D-+'%! T+#=+// $&########Z($/+3#!$#!4+#<%6( '\[########@/!#J($$7#$&)+7+&'+#C$$5 =+'! $&#88@V;X>#,+-./#L$T+7&5+&!#$3+#Q#N+( 6+7.! $&#7+1.73 &1#C+.(#<7$*+7!"V 2V=>5?+55>*@ %-A$%/>@A %-$, 1%*1-%B( ,*?$B-/ 5*+BC *D !$5B )-,B E>@- F*$/ $@/ -$5B *D G*+BC )-,B E>@- F*$/" =+'! $&#88@V;\]X#,+-./#L$T+7&5+&!#$3+#Q#D'$&$5 '#N+T+($*5+&!#E+1$! .! $&/V $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"#"  !"#$%&' (0++! &1#21+&3.=+*!+56+7#>?#>;@A OV=>5?+55>*@ %-A$%/>@A -?*@*H>? /-.-,*1H-@B 1%*51-?B5 ,*?$B-/ @*%BC *D G$@/( E$&- F*$/ $@/ '-5B *D =-@B*@ 3$1 F*$/" V=>5?+55>*@ %-A$%/>@A -?*@*H>? /-.-,*1H-@B 1%*51-?B5 ,*?$B-/ 5*+BC *D )-BC-, F*$/ $@/ '-5B *D =-@B*@ 3$1 F*$/" :VR$7W#=+// $&#########ZK*+&#!$#!4+#<%6( '\[########@/!#J($$7#$&)+7+&'+#C$$5 I"=>5?+55>*@ %-A$%/>@A $A-@/$ >B-H5" )"=>5?+55>*@ %-A$%/>@A $ ?*@B%>J+B>*@ B* =$,,$5 0*+@B( D*% -DD*%B5 %-,$B-/ B* BC- 77 0-@5+5" 0"=>5?+55>*@ %-A$%/>@A BC- =%$>@$A- KB>,>B( =>5B%>?B $@/ =%$>@$A- LH1%*.-H-@B5" ="=>5?+55>*@ %-A$%/>@A I??-55 M$@$A-H-@B $@/ 3%$DD>? N1-%$B>*@5" !"=>5?+55>*@ %-A$%/>@A =$,,$5 $@/ =-@B*@ 0-@B%$, I11%$>5$, =>5B%>?B @*H>@$B>*@5" O"0*@B>@+-/ />5?+55>*@ *@ P>5>*@ 7;7 *JQ-?B>.-5" C+1%(.7#=+// $& ?VH&T$'.! $&#########X9:;#*V5V 8V<(+31+#$)#2((+1 .&'+ <7+/+&!.! $&/ I@@+$, %-1*%B J( G#IR 3%$@5>B G-%.>?-5" SV I@@+$, %-1*%B J( BC- 0*11-,, O$%H-%5S M$%&-B $@/ 0*HH+@>B( T$%/-@" XV F-1*%B *@ BC- I/.$@?-/ U$B-% M-B-% #%*Q-?B" \]V <7$'(.5.! $&/ AV 0*@5>/-% $11%*.$, *D $ 1%*?,$H$B>*@ @$H>@A VR$B>*@$, R>ACB N+BW *@ 3+-5/$(2 N?B*J-% 82 789X 1%*.>/>@A D*% 0>B( 0*+@?>, 5+11*%B $@/ -@/*%5-H-@B *D R$B>*@$, R>ACB N+B D-5B>.>B>-5X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" @;V ! Y+&/^#2**+.7.&'+ @@V$&/+&!#21+&3. 0*@5>/-% $11%*.$, *D BC- H>@+B-5Z G-1B-HJ-% 872 789" 2V OV 0*@5>/-% $11%*.$, *D $@ $A%--H-@B %-@-'$, J-B'--@ BC- 0>B( *D 0*11-,, $@/ G#IR2 L@?"2 D*% BC- 1%*.>5>*@ *D B%$@5>B 5-%.>?-5 D*% G-@>*% 0>B>Y-@5 $@/ $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"5"  !"#$%&' (0++! &1#21+&3.=+*!+56+7#>?#>;@A 0>B>Y-@5 '>BC =>5$J>,>B>-5X >@ $@ $H*+@B @*B B* -4?--/ \[8\\2777X $5 J+/A-B-/ O\] 89:7X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" V 0*@5>/-% $11%*.$, *D $@ N%/>@$@?- $11%*.>@A $ @-A*B>$B-/ 5-BB,-H-@B J-B'--@ BC- IBH*5 0>B>-5 GB--%>@A 0*HH>BB-- ^I0G0_ $@/ IBH*5 !@-%A(2 M>/:3-4 =>.>5>*@ %-A$%/>@A BC- ?*H1$@(`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a78\\< D*% BC- b*,>/$( E>ACB5 #%*A%$H B* #%-H>-% E>ACB>@A !@B-%1%>5-52 EE0"X >@ BC- $H*+@B *D \[8;627<"77X $5 J+/A-B-/ >@ BC- T-@-%$, O+@/ >@ O\] 89:7X $@/ $+BC*%>Y>@A BC- 0>B( M$@$A-% B* 5>A@ $@( @-?-55$%( /*?+H-@B5" LV 0*@5>/-% $11%*.$, *D $@ N%/>@$@?- D*% #=:\\7F:F2 3%>@>B( F>.-% c$($&2 Y*@>@A ?C$@A- %-d+-5B D%*H #=:\\7F:F ^#,$@@-/ =-.-,*1H-@B:\\7:F-.>5-/:F-B$>,_ B* #=:\\7F:F ^#,$@@-/ =-.-,*1H-@B:\\7:F-.>5>*@ :F-B$>,_ B* $H-@/ BC- 5>B- 1,$@ B* $,,*' D*% $ ?$@*1( $@/ 5B*%$A- J+>,/>@A2 $@ $??-55*%( 5B%+?B+%-2 $@/ B* +5- BC- -4>5B>@A J+>,/>@A $5 $ ,>.-e'*%& %-5>/-@?-X J( $,,*'>@A .$%>$@?-5 B* BC- f*@>@A N%/>@$@?- >@?,+/>@AZ $,,*'$J,- +5- $@/ -@?%*$?CH-@B >@B* BC- %-d+>%-/ 5-BJ$?& *@ 8";9 $?%-5 *D 1%*1-%B( ,*?$B-/ 8\\78 !" G$@/( E$&- F*$/X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" FV 0*@5>/-% $11%*.$, *D $@ N%/>@$@?- D*% #=:;7F\\F:b02 b$B 0%--& )+%A-% 0*H1$@(2 $ Y*@>@A ?C$@A- %-d+-5B D%*H #=:;7F\\:b0 ^#,$@@-/ =-.-,*1H-@B:;7:F-.>5>*@ \\:b>AC'$( 0*HH-%?>$,_ B* #=:;7F\\F:b0 ^#,$@@-/ =-.-,*1H-@B:;7:F-.>5>*@ \\:F-.>5-/:b>AC'$( 0*HH-%?>$,_ B* $,,*' $ %-5B$+%$@B ^$11%*4" 8977:5D_ '>BC $ /%>.-:BC%*+AC2 1$B>* ^$11%*4" 8877:5D_ $@/ 1,$( $%-$ B* J- ?*@5B%+?B-/ *@ $11%*4>H$B-,( 7"<8 $?%-52 $B BC- @*%BC'-5B d+$/%$@B *D Gb 88 $@/ =-@B*@ 3$1 F*$/2 D+%BC-% >/-@B>D>-/ $5 E*B ;2 ),*?& I2 *D BC- R*%BC T$B-'$( #,$Y$ I//>B>*@X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" HV 0*@5>/-% $11%*.$, *D BC- %-@-'$, *D BC- =$,,$5 0*+@B( b-$,BC $@/ b+H$@ G-%.>?-5 L@B-%,*?$, T*.-%@H-@B IA%--H-@B D*% H*5d+>B* 51%$(>@AX -DD-?B>.- N?B*J-% 82 7892 BC%*+AC G-1B-HJ-% g72 77X >@ $@ $H*+@B @*B B* -4?--/ \[\\72777"77X $5 J+/A-B-/ >@ O\] 89:7X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" PV 0*@5>/-% $11%*.$, *D BC- %-@-'$, *D BC- =$,,$5 0*+@B( b-$,BC $@/ b+H$@ G-%.>?-5 L@B-%,*?$, T*.-%@H-@B IA%--H-@B2 -DD-?B>.- N?B*J-% 82 7892 $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"7"  !"#$%&' (0++! &1#21+&3.=+*!+56+7#>?#>;@A BC%*+AC G-1B-HJ-% g72 77X >@ BC- $H*+@B *D \[g28g8"77X $5 J+/A-B-/ >@ O\] 89:7X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" BV 0*@5>/-% $11%*.$, *D $ ?*@B%$?B D*% BC- %-@-'$, *D $@ L@B-%,*?$, IA%--H-@B '>BC 3%>@>B( F>.-% I+BC*%>B(2 -DD-?B>.- N?B*J-% 82 7892 BC%*+AC G-1B-HJ-% g72 772 >@ BC- $H*+@B *D \[9277"77X $5 J+/A-B-/ >@ O\] 89:7X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" D&3#$)#$&/+&!#21+&3. @>V 0*@5>/-% $11%*.$, *D $@ N%/>@$@?- *D BC- 0>B( *D 0*11-,,2 3-4$52 $11%*.>@A $@ $H-@/H-@B B* N%/>@$@?- R*" 78<:8772 BC- J+/A-B D*% O>5?$, \]-$% N?B*J-% 82 78< BC%*+AC G-1B-HJ-% g72 789X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" @:V 0*@5>/-% $11%*.$, *D $ F-5*,+B>*@ @*H>@$B>@A %-1%-5-@B$B>.-^5_ B* 5-%.- *@ BC- =$,,$5 $@/ =-@B*@ 0-@B%$, I11%$>5$, =>5B%>?B5 )*$%/ *D =>%-?B*%5X $@/ $+BC*%>Y>@A BC- M$(*% B* 5>A@" @?V 0*@5>/-% $11%*.$, *D $ F-5*,+B>*@ *D BC- 0>B( 0*+@?>, *D BC- 0>B( *D 0*11-,,2 3-4$52 5+11*%B>@A BC- ?$@/>/$?( *D M$(*% c$%-@ b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b>5B*%>?$, G*?>-B( : 0*+@?>,H-HJ-% 0,>DD E*@A @AV <%6( '#=+7T '+#2&&$%&'+5+&!/#'$&'+7& &1# !+5/#$)#'$55%& !"# &!+7+/!#U !4#&$# $%&' (#.'! $&#$7#3+( 6+7.! $&#*+75 !!+3V >;VE+'+//.7"#2'! $&#)7$5#D-+'%! T+#=+// $& >@V23\\$%7&5+&! $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"8"  !"#$%&' (0++! &1#21+&3.=+*!+56+7#>?#>;@A ________________________ B.7+&#=+(6$#F%&!#0."$7 DC,HJH2,D H#'+7! )"#!4.!#!4+#.6$T+#E$! '+#$)#0++! &1#U./#*$/!+3#$&#!4+#6%((+! &#6$.73#.!#!4+# !"#F.((#$)# !4+# !"#$)#$**+((#,+-./#$&#!4 /#>;!4#3."#$)#=+*!+56+7#>;@A#.!#_____________V ______________________________ 2/4(+"#KU+&/#N+*%!"# !"#=+'7+!.7" <GOIH#EK,HD#Q#=,2,D0DE,#JKC#2N2#K0<IH2ED#2EN#K<DE#2CCM#IDLH=I2,HKE ,4+# !"#$)#$**+((#.'W&$U(+31+/# !/#7+/*$&/ 6 ( !"#!$#'$5*("#U !4#!4+#25+7 '.&/#R !4# N /.6 ( ! +/#2'!#$)#@AA;V##,4%/# &#$73+7#!$#.// /!# &3 T 3%.(/#U !4#3 /.6 ( ! +/#U4$#7+`% 7+# /*+' .(#/+7T '+/#Z V+V#/ 1&# &!+7*7+!.! T+#/+7T '+/#.(!+7&.! T+#.%3 $aT /%.(#3+T '+/#.&3# .5.&%+&/+/\[#)$7#*.7! ' *.! $&# &#$7#.''+//#!$#!4+# !"#$)#$**+((#/*$&/$7+3#*%6( '#*7$17.5/# /+7T '+/#.&3a$7#5++! &1/#!4+# !"#7+`%+/!/#!4.!# &3 T 3%.(/#5.W+/#7+`%+/!/#)$7#!4+/+# /+7T '+/#)$7!"Q+ 14!#Z?\]\[#4$%7/#.4+.3#$)#!4+#/'4+3%(+3#*7$17.5#/+7T '+#.&3a$7#5++! &1V##,$# 5.W+#.77.&1+5+&!/#'$&!.'!#B$7 #B$&$&#2N2#$$73 &.!$7#$7#$!4+7#3+/ 1&.!+3#$)) ' .(#.!#ZAX>\[# ?S>Q;;>>#$7#Z,NN#@Q\];;QCDI2M#,b#@Q\];;QX:8Q>A\]A\[V <%7/%.&!#!$#=+'! $&#:;V;S#<+&.(#$3+#Z!7+/*.//#6"#( '+&/+#4$(3+7#U !4#.#'$&'+.(+3#4.&31%&\[# .#*+7/$&#( '+&/+3#%&3+7#=%6'4.*!+7#F#4.*!+7#?@@#L$T+7&5+&!#$3+#Z4.&31%&#( '+&/ &1# (.U\[#5."#&$!#+&!+7#!4 /#*7$*+7!"#U !4#.#'$&'+.(+3#4.&31%&V <%7/%.&!#!$#=+'! $&#:;V;X#<+&.(#$3+#Z!7+/*.//#6"#( '+&/+#4$(3+7#U !4#.&#$*+&("#'.77 +3# 4.&31%&\[#.#*+7/$&#( '+&/+3#%&3+7#=%6'4.*!+7#F#4.*!+7#?@@#L$T+7&5+&!#$3+#Z4.&31%&# ( '+&/ &1#(.U\[#5."#&$!#+&!+7#!4 /#*7$*+7!"#U !4#.#4.&31%&#!4.!# /#'.77 +3#$*+&("V $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"9"  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;:< 789:;6;=>?-@/$ AB-C!4-D+BE.- F-55E*@ /%+"'=>4'-&*"4'?!!1 4' 80EB( F-D%-B$%( @"# %(A4'B")"#"AC"4'=A'$(A!#(+4' 79G8=G789 /%+"'$#"!"D4' !4-D+BE.- F-55E*@ /%+"'02"4'/%A+'EC!%(A4' -%!+"4' HE5D+55E*@ %-?$%/E@? %-$, 1%*1-%B( ,*D$B-/ 5*+BI *J !$5B )-,B KE@- L*$/ $@/ -$5B *J F*+BI )-,B KE@- L*$/" 0(!" 4' ?*(A (# 4'FAC!2"A!'>!"4' E!!CG2"A! 4'FAC!2"A!'0123"#4' $(A!C!4' H"#%AI'>!"4' >#)!"#4'F))"C!%J"'>!"4' H% !(#&'()'K"I% +!%J"'/%+"''''' @"#9 EC!%AI'L(D&4''>!"4''EC!%(A4''?"A!'-(4''>1"'>!"4'B"!1#A'B" 1+!4' %(A4' >!"4'' 80EB( 0*+@DE,79G;G789 -".!'()'K"I% +!%J"'/%+"'56789:;:< 3EB,- HE5D+55E*@ %-?$%/E@? %-$, 1%*1-%B( ,*D$B-/ 5*+BI *J !$5B )-,B KE@- L*$/ $@/ -$5B *J F*+BI )-,B KE@- L*$/" F+CC$%( ?!))'B"C(22"AD!%(A4 M(+'=C(A4 ?1 !%A3+"'$%!&'M(J"#A2"A! L1 %A" 'N#( *"#%!& $(221A%!&'O"++A" 'AD'FA#%CG2"A! $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"# 7/&!0"$(1&%18!2"956#3:;<;=> ?"A "'()'$(221A%!& ?*"C%+'N+C"'!('K%J" $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"5  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;<< 789:;6=>-?/$ @A-B!4-C+AD.- E-55D*? /%+"'=>4'-&*"4'?!!1 4' 80DA( 0*+?CD, @"# %(A4'B")"#"AC"4'=A'$(A!#(+4' 79F8GF789 /%+"'$#"!"D4' -4-C 5-55D*? : -C* /-. ? 5$?/( ,$&-2 ' /-?A*? A$1 /%+"'02"4'/%A+'EC!%(A4' -%!+"4' HD5C+55D*? %->$%/D?> -C*?*BDC /-.-,*1B-?A 1%*51-CA5 ,*C$A-/ ?*%AI *J E$?/( K$&- L*$/ $?/ '-5A *J H-?A*? 3$1 L*$/" 0(!" 4' ?*(A (# 4'FAC!2"A!'>!"4' E!!CG2"A! 4'FAC!2"A!'0123"#4' $(A!C!4' H"#%AI'>!"4' >#)!"#4'F))"C!%J"'>!"4' H% !(#&'()'K"I% +!%J"'/%+"''''' @"#9 EC!%AI'L(D&4''>!"4''EC!%(A4''?"A!'-(4''>1"'>!"4'B"!1#A'B" 1+!4' %(A4' >!"4'' 80DA( 0*+?CD,79F;F789 -".!'()'K"I% +!%J"'/%+"'56789:;<< 3DA,- HD5C+55D*? %->$%/D?> -C*?*BDC /-.-,*1B-?A 1%*51-CA5 ,*C$A-/ ?*%AI *J E$?/( K$&- L*$/ $?/ '-5A *J H-?A*? 3$1 L*$/" E+BB$%( M(+'=C(A4 L1 %A" 'N#( *"#%!& $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"#  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;<= 789:;6=>?-@/$ AB-C!4-D+BE.- F-55E*@ /%+"'>?4'-&*"4'@!!1 4' 80EB( 0*+@DE, A"# %(B4'C")"#"BD"4'>B'$(B!#(+4' 79G8=G789 /%+"'$#"!"E4' -4-D 5-55E*@ : -D* /-. 5 *H I-BJ-,2 ' *H /-@B*@ B$1 /%+"'02"4'/%B+'FD!%(B4' -%!+"4' KE5D+55E*@ %-?$%/E@? -D*@*CED /-.-,*1C-@B 1%*51-DB5 ,*D$B-/ 5*+BJ *H )-BJ-, L*$/ $@/ '-5B *H K-@B*@ 3$1 L*$/" 0(!" 4' @*(B (# 4'GBD!2"B!'?!"4' F!!DH2"B! 4'GBD!2"B!'0123"#4' $(B!D!4' I"#%BJ'?!"4' ?#)!"#4'G))"D!%K"'?!"4' I% !(#&'()'L"J% +!%K"'/%+"''''' A"#9 FD!%BJ'M(E&4''?!"4''FD!%(B4''@"B!'-(4''?1"'?!"4'C"!1#B'C" 1+!4' %(B4' ?!"4'' 80EB( 0*+@DE,79G;G789 -".!'()'L"J% +!%K"'/%+"'56789:;<= 3EB,- KE5D+55E*@ %-?$%/E@? -D*@*CED /-.-,*1C-@B 1%*51-DB5 ,*D$B-/ 5*+BJ *H )-BJ-, L*$/ $@/ '-5B *H K-@B*@ 3$1 L*$/" F+CC$%( N(+'>D(B4 M1 %B" 'O#( *"#%!& $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"#  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;<6 789:;67=>-?/$ @A-BC*%& D-55E*? /%+"'=>4'-&*"4'?!!1 4' 80EA( 0*+?FE, @"# %(A4'B")"#"AC"4'=A'$(A!#(+4' 79G8HG789 /%+"'$#"!"D4' CID 9G;G89 /%+"'02"4'/%A+'EC!%(A4' -%!+"4' ="JE5F+55E*? %->$%/E?> $>-?/$ EA-B5" )"JE5F+55E*? %->$%/E?> $ F*?A%EK+AE*? A* J$,,$5 0*+?A( L*% -LL*%A5 %-,$A-/ A* AM- 77 0-?5+5" 0"JE5F+55E*? %->$%/E?> AM- J%$E?$>- NAE,EA( JE5A%EFA $?/ J%$E?$>- @B1%*.-B-?A5" J"JE5F+55E*? %->$%/E?> =FF-55 O$?$>-B-?A $?/ 3%$LLEF P1-%$AE*?5" !"JE5F+55E*? %->$%/E?> J$,,$5 $?/ J-?A*? 0-?A%$, =11%$E5$, JE5A%EFA ?*BE?$AE*?5" Q"0*?AE?+-/ /E5F+55E*? *? RE5E*? 7;7 *KS-FAE.-5" 0(!" 4' ?*(A (# 4'FAC!2"A!'>!"4' E!!CG2"A! 4'FAC!2"A!'0123"#4' 0-?5+5 0*?A%EK+AE*? 0*+?FE, O-B*"1/L2 0*+?A('E/- 0-?5+5 TQ#"1/L2 JNJ $?/ J%$E?$>- @B%1.*-B-?A5 O-B*"1/L2 =FF-55 O$?$>-B-?A $?/ 3%$LLEF P1-%$AE*?5 O-B*"1/L2 RE5E*? 7;7 B-B*"1/L $(A!C!4' H"#%AI'>!"4' >#)!"#4'F))"C!%J"'>!"4' H% !(#&'()'K"I% +!%J"'/%+"''''' @"#9 EC!%AI'L(D&4''>!"4''EC!%(A4''?"A!'-(4''>1"'>!"4'B"!1#A'B" 1+!4' %(A4' >!"4'' 80EA( 0*+?FE,79G;G789 -".!'()'K"I% +!%J"'/%+"'56789:;<6 3EA,- ="JE5F+55E*? %->$%/E?> $>-?/$ EA-B5" )"JE5F+55E*? %->$%/E?> $ F*?A%EK+AE*? A* J$,,$5 0*+?A( L*% -LL*%A5 %-,$A-/ A* AM- 77 0-?5+5" 0"JE5F+55E*? %->$%/E?> AM- J%$E?$>- NAE,EA( JE5A%EFA $?/ J%$E?$>- @B1%*.-B-?A5" J"JE5F+55E*? %->$%/E?> =FF-55 O$?$>-B-?A $?/ 3%$LLEF P1-%$AE*?5" !"JE5F+55E*? %->$%/E?> J$,,$5 $?/ J-?A*? 0-?A%$, =11%$E5$, JE5A%EFA ?*BE?$AE*?5" $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"# 7/&!0"$(1&%18!2"956#3:;<=6> Q"0*?AE?+-/ /E5F+55E*? *? RE5E*? 7;7 *KS-FAE.-5" D+BB$%( $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"5 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: September 24, 2019 Reference: Discussion regarding a Dallas County request for a contribution of $5,000 from Coppell to help fund a countywide census effort to increase the Census response rates across Dallas County. 2030: Special Place to Live, Sustainable City Government, Community Enrichment & Wellness, Sense of Community Executive Summary: On August 29, 2019, staff received an email request from Dallas County regarding a Request for Proposals (RFP) that the County was putting out on September 3, 2019. The County is asking for contributions from municipalities within the county to fund the effort. The overall purpose of the RFP is to increase the census response rates across Dallas County. The RFP is attached for your reference and explained in more detail below. Introduction: The RFP is not to replace efforts already underway in Coppell, but will be in addition to what we are already doing and plan on doing prior to census day April 1, 2020. The funding Coppell puts toward this effort will be spent in our jurisdiction. Furthermore, our contribution will be enhanced by county funds and the vertical integration a shared vendor will provide. The RFP is divided into the following four independently bid tasks: 1. Census Campaign Strategy Management and Oversight 2. Census Data Analysis, Mapping, and Reporting 3. Census Messaging and Marketing 4. Community-Based Engagement Dallas County intends to field proposals from prospective vendors for a period of six weeks starting September 3, 2019. Immediately following, a proposal will be selected and contract negotiations including final cost analysis will begin with the contract to be awarded in November. The County has reached out to all municipalities within the County. They are asking for financial commitments from cities in the amount of $5,000 per 50,000 population. Further, they are asking that our city make that financial commitment by September 30, 2019, in order for Dallas County to be prepared for final negotiations with the selected vendor. According to Dallas County, any investment into this effort by any municipality will be returned force multiplied by Dallas County. 1 Analysis: Staff was contacted by Andrew Fortune, Assistant to the City Manager in Grand Prairie, to see if we were contributing to this effort. Staff told him that we were still analyzing the request, but that we were recommending it to Council. He shared a survey he was conducting related to other cities within Dallas County planning to contribute. These are: Dallas Richardson, Irving, Grand Prairie, Mesquite, and Addison. Legal Review: N/A Fiscal Impact: Dallas County is asking for financial commitments from cities in the amount of $5,000 per 50,000 population; therefore, the City of Coppell would contribute $5,000 if approved. Recommendation: Staff is recommending approval of the $5,000 contribution to Dallas County for countywide census efforts. Attachments: Dallas County Request for Proposals 2 Resolution Dallas County Solicitation/Contract COURT ORDER / BRIEFING Executive Session Addendum Commissioners Court - Sep 03 2019 Authorize and approve the release of the Request for Proposal 2019-XXX-XXXX for 2020 Census Participation Initiative for Dallas County and authorize the Purchasing Department to Release, Advertise, and Negotiate in accordance with local procurement laws. Sep 3 2019 Briefing Date: Funding Source: N/A Originating Department: Purchasing Prepared by: Debra Morris, Recommended by: Debra Morris, BACKGROUND INFORMATION: A Request for Proposal has been written seeking solicitations from firms, organizations and/or individuals for Census Participation Initiative for Dallas County. In accordance with County policy, the purpose of this briefing is to request the authority to advertise a request for proposal for the aforementioned services, and negotiate with the highest ranked firms to present to Commissioners Court for contract execution. OPERATIONAL IMPACT: The emphasis of this solicitation is to seek qualified professional service providers who will perform outreach ,who will aggressively targeting all populations, especially those who are hard-to-count.to assist Dallas County with improvement to the 2010 Census . The rating criteria and points assigned are as follows: Evaluation Criteria and Weights Maximum Points Factor 1: Qualifications & Experience 20 Factor 2: Capacity & Resources 25 Factor 3: Organization & Project Methodology 15 Factor 4: Cost and Other Fees 20 Factor 5: Financial Stability 5 Factor 6: Small Business Enterprise 15 Total Points 100 The proposals will be evaluated and scored by representatives from various county departments FINANCIAL IMPACT: N/A LEGAL IMPACT: Upon final evaluations and scoring of all proposals, a formal contract will be drafted by the Civil Division of the vendor(s). The formal contract(s) will then be submitted for Commissioners Court approval. PROJECT SCHEDULE: N/A SBE PARTICIPATION: N/A ADMINISTRATIVE PLAN COMPLIANCE: N/A RECOMMENDATION: Authorize and approve the release of the Request for Proposal 2019-XXX-XXXX for 2020 Census Participation Initiative for Dallas County and authorize the Purchasing Department to Release, Advertise, and Negotiate in accordance with local procurement laws. MOTION: On a motion made by TBD, and seconded by TBD, the following order will be voted on by the Commissioners Court of Dallas County, State of Texas: Be it resolved and ordered that the Dallas County Commissioners Court does hereby Authorize and approve the release of the Request for Proposal 2019-XXX-XXXX for 2020 Census Participation Initiative for Dallas County and authorize the Purchasing Department to Release, Advertise, and Negotiate in accordance with local procurement laws. CONTRACT DETAILS: Request for Proposal 2019-XXX-XXXX for 2020 Census Participation Contract Title: Initiative for Dallas County Description: 2020 Census Participation Initiative for Dallas County Transaction Type: New Contract Number: 2019-XXX-XXXX Total Cost: N/A Start Date: Expiration Date: Vendor: N/A ATTACHMENTS: RFP 2020 Census revised DRAFT 8_30_19 DALLAS COUNTY RFP NO. 2019-XXX-XXXX REQUEST FOR PROPOSAL FOR 2020 Census Participation Initiative for Dallas County PROPOSALS DUE: Date: TBD @ 2:00pm Dallas County Purchasing Department 900 Jackson St. Suite 680 Dallas, Texas 75202 PRE-PROPOSAL CONFERENCE: Date: TBD @TBD Location: TBD TABLE OF CONTENTS Section I: Notice to Bidders ...................................................................................3 Section II: General Requirements ........................................................................4 Section III: Introduction .........................................................................................9 Section III: Evaluation Criteria ................................................................................7 Section IV: Processes ........................................................................................ 11 Section V: Evaluation Criteria ............................................................................. 12 Section VI: Award ................................................................................................ 13 Section VII: Award and Negotiation Process ....................................................... 14 Section VIII: Small Business Enterprise ............................................................... 15 Section IX: Selection of Firm ............................................................................... 19 Section X: Stipulations ......................................................................................... 19 Section XI: List of Attachments to be returned ..................................................... 20 Section XII: Order of Precedence ......................................................................... 22 Section XIII: Scope of Services .......................................................................... 20 Section XIV: Background ................................................................................... 20 Section XV: Requirements and Task .................................................................. 22 Section XVI: Other Requirements, Terms, Conditions Insurances ..................... 22 Section XVII: Indemnifications ............................................................................. 33 Section XVIII: Survival: 34 Mandatory Small Business Enterprise Forms Conflict of Interest Questionnaire Voluntary Moratorium of Campaign Contributions Form Cost Worksheet W9 Form Title VI Assurances/Compliance Certificate of Interested Parties TEXAS GOVERNMENT CODE CHAPTER 2270 VERIFICATION FORM TEXAS GOVERNMENT CODE CHAPTER 2252 CERTIFICATION FORM RFP 2019-XXX-XXX P AGE 2 I NOTICE TO ALL BIDDERS: All questions regarding this RFP are to be submitted, in writing, to Debra Morris, Contracts Specialist , via e-mail @ debra.moris@dallascounty.org . All questions, comments and requests for clarification must reference the RFP number on all correspondence to Dallas County. Any oral communications shall be considered unofficial and non- binding. Only written responses to written communication shall be considered official and binding upon the County. The County reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions, and requests for clarification. All addenda and/or any other correspondence (general information, question and responses) to this RFP will be made available exclusively through the Dallas County website for retrieval. Vendors are solely responsible for checking this website for updates to this RFP. Addendums to this RFP can be located at the following web address: http://www.dallascounty.org/department/purchasing/currentbids.html (go to the appropriate solicitation number, click on the appropriate hyperlink for viewing and/or downloading.) During the proposal process, firms shall not contact County staff. Additionally, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact outside the County offices with County employees, including elected officials. Such contact may result in the vendor being disqualified. All contact must be coordinated through Debra Morris , Contracts Specialist , for this procurement. P RE-P ROPOSAL C ONFERENCE The County has scheduled a pre-proposal conference to be held on TBD @TBD . The location is the TBD The County will hold one pre-proposal conference as detailed in this document. Attendance at the pre- proposal conference is encouraged but is not mandatory. The purpose of this conference is to facilitate responses to all questions concerning the content of this RFP document As a result; initial questions are to be submitted, in writing, to Debra Morris by TBD @TBD . Staff will attempt to answer these questions during the pre-proposal conference. Additional Questions and Answers during and/or after the Pre-Proposal Conference. Firms will be required to submit additional questions presented at the pre-proposal and/or after the conference. All final questions must be received by TBD @ TBD. as previously stated herein. Dallas County reserves the right to reject/not respond to any questions received after the deadline date. RFP 2019-XXX-XXX P AGE 3 II GENERAL REQUIREMENTS FOR PROPOSALS READ THIS ENTIRE DOCUMENT CAREFULLY. FOLLOW ALL INSTRUCTIONS. YOU ARE RESPONSIBLE FOR FULFILLING ALL REQUIREMENTS AND SPECIFICATIONS. BE SURE YOU UNDERSTAND THEM. General Requirements apply to all advertised requests for proposals; however, these may be superseded, whole or in part, by OTHER DATA CONTAINED HEREIN. Review the Table of Contents. Be sure your proposal package is complete. ACCESS TO RECORDS In special circumstances, vendor may be required to allow duly authorized representatives of Dallas County, the Dallas County Hospital District or the state and federal government access to contracts, books, documents, and records necessary to verify the nature and extent of the cost of services provided by vendor. Vendor must keep records within Dallas County or note in proposal that records will be available within the boundaries of Dallas County to those representatives within twenty-four (24) hours of request by the County. ACH VENDOR PAYMENT Dallas County offers ACH vendor payment services for all vendors providing products or services. For more information regarding Paymode-X, please visit our website at: http://portal.paymode.com/dallascounty/ or call Account Payable Division at 214.653.6473. ADDENDA When specifications are revised, the Dallas County Purchasing Department will issue an addendum addressing the nature of the change. Offerors must sign and include it in the returned proposal package. ASSIGNMENT The successful offeror may not assign, sell or otherwise transfer this contract without written permission of Dallas County Commissioners Court or other applicable governing body. BONDS If this RFP requires submission of proposal guarantee and performance and payment bonds, there will be a separate page explaining those requirements. Proposals submitted without the required proposal bond or cashier's checks are not acceptable. CERTIFICATE OF INTERESTED PARTIES (FORM 1295) Texas law requires all parties who enter into any contract with the County which must be approved by Commissioners Court to disclose all interested parties. Form 1295 must be completed in its entirety at the following website: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm prior to submitting your response. Failure to do so may result in disqualification of your response. CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY, AND VOLUNTARY EXCLUSION The Contractor certifies by execution of this Contract that it is not ineligible for participation in federal or state assistance programs under Executive Order 12549, "Debarment and Suspension." Additionally, contractor warrants and represents by execution of this Contract that it is not debarred, suspended, or otherwise excluded from or ineligible for participation in any Federal programs, including but not limited to the following: Department of Health and Human Work (DHHS), Office of Inspector General (OIG) - List of Excluded Individuals & Entities (LEIE); U.S. General Work Administration (GSA) Excluded Parties List System (EPLS); All States (50) Health & Human Work Commission Medicaid OIG Sanction List; Government Terrorist Watch List (OFAC / Patriot Act); Department of Commerce, Bureau of Industry and Security, Denied Persons List; and Department of Homeland Security, Immigration and Customs Enforcement (ICE) Most Wanted. The Contractor further agrees to include this certification in all contracts between itself and any subcontractors in connection with the services performed under this Contract. Contractor also certifies that contractor will notify Dallas County in writing immediately if contractor is not in compliance with Executive Order 12549 during the term of this contract. Contractor agrees to refund Dallas County for any payments made to the contractor while ineligible. COMPLIANCE WITH FEDERAL, STATE, AND LOCAL LAWS The vendor shall follow all federal, state, and local laws, rules, codes, ordinances, and regulations applicable to the Pursuant to Chapter 2252, Texas Government Code, the vendor represents and certifies that, at the time of execution of this Contract/Agreement neither the vendor, nor any wholly owned subsidiary, majority-owned subsidiary, parent RFP 2019-XXX-XXX P AGE 4 company or affiliate of the same (i) engages in business with Iran, Sudan, or any foreign terrorist organization as described in Chapters 806 or 807 of the Texas Government Code, or Subchapter F of Chapter 2252 of the Texas Government Code, or (ii) is a company listed by the Texas Comptroller of Public Accounts under Sections 806.051, 807.051, or 2252.153 of the Texas Government Code. The term "foreign terrorist organization" in this paragraph has the meaning assigned to such term in Section 2252.151 of the Texas Government Code. The vendor warrants and represents that it will pay all its workers all monies earned by its workers including, but not limited to regular wages, any overtime compensation, or any additional payments pursuant to the Fair Labor Standards Act, 29 U.S.C. Section 207 9a(1), as amended; the Texas Pay Day Act; the Equal Pay Act; Title VII of the Civil Rights Act of 1964, 42 U.S.C. Section 2000e, et al., as amended; or any provisions of the Texas Labor Code Ann., as amended. Dallas County operates its business ethically and in compliance with the law. Dallas County who believes he or she has witnessed any suspected ethical violation or fraud immediately report the allegations to: Dallas County Purchasing Agent, 900 Jackson Street,Suite 680, Dallas, Texas 75202, 214-653-6500 michael.Frosch@dallascounty.org Dallas County will conduct a prompt and thorough investigation. At the conclusion of the investigation, Dallas County will refer any suspected criminal activity to the District Attorney or an appropriate law enforcement agency. Contractors or vendors who report suspected ethical violations or fraud can do so without fear of retaliation. Retaliating against any contractor or vendor for reporting suspected ethical violations or fraud is strictly prohibited. r/Vendor warrants and represents that it does not boycott Israel and agrees that it will not boycott Israel during the term of this contract. CONTRACT OBLIGATION Dallas County Commissioners Court must award the contract and the County Judge or other person authorized by the Dallas County Commissioners Court must sign the contract before it becomes binding on Dallas County or the offerors. Binding agreements shall remain in effect until all products and/or services covered by this purchase have been satisfactorily delivered and accepted. CONTRACT RENEWALS Renewals may be made ONLY by written agreement between Dallas County and the offeror. Any price escalations are limited to those stated by the offeror in the original proposal. CONTRACT TRANSITION In the event services end by either contract expiration or termination, it shall be required that the vendor continue services if requested by Dallas County Purchasing, until new services can be completely operational. The vendor acknowledges its responsibility to cooperate fully with the replacement vendor and Dallas County to ensure a smooth and timely transition to the replacement vendor. Such transitional period shall not extend more than ninety (90) days beyond the expiration/termination date of the contract, or any extension thereof. The vendor shall be reimbursed for services during the transitional period at the rate in effect when the transitional period clause is invoked by Dallas County. During any transition period, all other terms and conditions of the contract shall remain in full force and effect as originally written and subsequently amended. DIGITAL FORMAT If offeror obtained the bid specifications in digital format in order to prepare a response, the proposal must be submitted in hard copy according to the instructions contained in this proposal package. If, in its proposal response, offeror makes any changes whatsoever to the County's published proposal specifications, the County's proposal specifications as published shall control. Furthermore, if an alteration of any kind to the County's published proposal specifications is only discovered after the contract is executed and is or is not being performed, the contract is subject to immediate cancellation. DISQUALIFICATION OF OFFEROR Upon signing this bid document, an offeror offering to sell supplies, materials, services, or equipment to Dallas County certifies that the offeror has not violated the antitrust laws of this state codified in Texas Business and Commerce Code §15.01, et seq., as amended, or the federal antitrust laws, and has not communicated directly or indirectly the bid made to any competitor or any other person engaged in such line of business. Any or all proposals may be rejected if the County believes that collusion exists among the offerors. Proposals in which the prices are obviously unbalanced may be rejected. If multiple proposals are submitted by an offeror and after the proposals are opened, one of the proposals is withdrawn, the result will be that all of the proposals submitted by that offeror will be RFP 2019-XXX-XXX P AGE 5 withdrawn; however, nothing herein prohibits a vendor from submitting multiple proposals - for different products or services. E-MAIL ADDRESSES CONSENT Vendor affirmatively consents to the disclosure of its e-mail addresses that are provided to Dallas County, the Dallas County Flood Control District, the Dallas County Hospital District Dallas County Appraisal District, or any agency of Dallas County. This consent is intended to comply with the requirements of the Texas Public Information Act, Tex. e-d shall apply to any e-mail address provided in any form for any reason whether related to this bid/proposal or otherwise. EVALUATION Evaluation shall be used as a determinant as to which proposed items or services are the most efficient and/or most economical for the County. It shall be based on all factors which have a bearing on price and performance of the items in the user environment. All proposals are subject to negotiations by the Dallas County Purchasing Department with recommendation to the appropriate governing body. Compliance with all requirements, delivery and needs of the using department are considerations in evaluating proposals. Pricing is NOT the only criteria for making a recommendation. A preliminary evaluation by Dallas County will be held and appropriate proposals will be subjected to the negotiating process and a request for a Best and Final Offer. Upon completion of the negotiations, Dallas County will make an award. All proposals that have been submitted shall be available and open for public inspection after the contract is awarded except for trade secrets or confidential information contained in the proposals and identified as such. FISCAL FUNDING A multi-year lease or lease/purchase arrangement (if requested by the Special Requirements/Instructions), or any contract continuing as a result of an extension option, must include a fiscal funding out provision in the lease or contract. If, for any reason, funds are not appropriated by the applicable governing body to continue the lease or contract in their sole discretion, said lease or contract shall become null and void on the last day of the current appropriation of funds. After expiration of the lease, leased equipment shall be removed by the offeror from the using department without penalty of any kind or form to Dallas County. All charges and physical activity related to delivery, installation, removal and redelivery shall be the responsibility of the offeror. GOVERNING FORMS In the event of any conflict between the terms and provisions of these requirements and the specifications, the specifications shall govern. In the event of any conflict of interpretation of any part of this overall document, Dallas County's interpretation shall govern. GOVERNING LAW This request for proposal is governed by the competitive bidding requirements of the County Purchasing Act, Texas Local Government Code, §262.021 et seq., as amended. Offerors shall comply with all applicable federal, state and local laws and regulations. Offeror is further advised that these requirements shall be fully governed by the laws of the State of Texas and that Dallas County may request and rely on advice, decisions and opinions of the Attorney General of Texas and the County Attorney concerning any portion of these requirements. Forum for contractual issues shall be in Texas and venue shall be exclusively in, Dallas County, Texas, in a federal or state court of competent jurisdiction. The County does not agree to binding arbitration and does not waive its right to a jury trial. GRANT FUNDING Any contract entered into by the County that is to be paid from grant funds shall be limited to payment from the grant funding and the vendor/provider understands that the County has not set aside any County funds for the payment of obligations under a grant contract. If grant funding should become unavailable at any time for the continuation of services paid for by the grant, and further funding cannot be obtained for the contract, then the sole recourse of the provider shall be to terminate any further services under the contract and the contract shall be null and void. HIPAA COMPLIANCE Offeror agrees to comply with the requirements of the Health Insurance Portability and Accountability Act of 1996, Pub. L. No. 104-191 (codified at 45 C.F.R. Parts 160 and 164), as amended ("HIPAA"); privacy and security regulations promulgated by the United States Department of Health and Human Services ("DHHS"); Title XIII, Subtitle D of the American Recovery and Reinvestment Act of 2009, Pub. L. No. 111-5, as amended ("HITECH Act"); provisions regarding Confidentiality of Alcohol and Drug Abuse Patient Records (codified at 42 C.F.R. Part 2), as amended; and TEX. HEALTH & SAFETY CODE ANN. §§ 81.046, as amended, 181.001 et seq., as amended, 241.151 et seq., as amended, and 611.001 et seq., as amended collectively referred to as "HIPAA", to the extent that RFP 2019-XXX-XXX P AGE 6 the Offeror uses, discloses or has access to protected health information as defined by HIPAA. Offeror may be required to enter a Business Associate Agreement pursuant to HIPAA. HOLD HARMLESS AGREEMENT Contractor, the successful offeror, shall indemnify, defend, and hold Dallas County harmless from all claims for personal injury, death and/or property damage resulting directly or indirectly from contractor's performance. Contractor shall procure and maintain, with respect to the subject matter of this proposal, appropriate insurance coverage including, as a minimum, public liability and property damage with adequate limits to cover contractor's liability as may arise directly or indirectly from work performed under terms of this proposal. Certification of such coverage must be provided to the County upon request. INSPECTIONS & TESTING Dallas County reserves the right to inspect any item(s) or service location for compliance with specifications and requirements and needs of the using department. If an offeror cannot furnish a sample of a proposed item, where applicable, for review, or fails to satisfactorily show an ability to perform, the County can reject the proposal as inadequate. INVOICES AND PAYMENTS Offerors shall submit an original invoice on each purchase order or purchase release after each delivery, indicating the purchase order number. Invoices must be itemized. Any invoice, which cannot be verified by the contract price and/or is otherwise incorrect, will be returned to the offeror for correction. Under term contracts, when multiple deliveries and/or services are required, the offeror may invoice following each delivery and the County will pay on invoice. Contracts providing for a monthly charge will be billed and paid on a monthly basis only. Prior to any and all payments made for goods and/or services provided under this contract, the offeror should provide his Taxpayer Identification Number or social security number as applicable. This information must be on file with the Dallas County -up withholding as required by the Internal Revenue Service. MAINTENANCE Maintenance required for equipment proposed should be available in Dallas County by a manufacturer-authorized maintenance facility. Costs for this service shall be shown on the Pricing/Delivery Information form. If Dallas County opts to include maintenance, it shall be so stated in the purchase order and said cost will be included. Service will commence only upon expiration of applicable warranties and should be priced accordingly. NEW MILLENIUM COMPLIANCE All products and/or services furnished as part of this contract must be compliant for the present year and forward. This applies to all computers including hardware and software as well as all other commodities with date sensitive embedded chips. POTENTIAL CONFLICTS OF INTEREST An outside consultant or contractor is prohibited from submitting a proposal for services on a Dallas County project of which the consultant or contractor was a designer or other previous contributor, or was an affiliate, subsidiary, joint venturer or was in any other manner associated by ownership to any party that was a designer or other previous contributor. If such a consultant or contractor submits a prohibited proposal, that proposal shall be disqualified on the basis of conflict of interest, no matter when the conflict is discovered by Dallas County. Potential bidders are advised that they may have disclosure requirements pursuant to Texas Local Government Code, Chapter 176. This law requires persons desiring to do business with the County to disclose any gifts valued in excess of $250 given to any family member during the preceding twelve (12) month period. The disclosure questionnaire must be filed with the Dallas County Clerk. Refer to Texas Local Government Code, Chapter 176 for the details of this law. Contractor shall not use funds to directly or indirectly pay any person for influencing or attempting to influence any public employee or official in connection with the awarding of any contract or the extension, continuation, renewal, amendment or modification of any contract. Additionally, pursuant to 31 U.S.C.A. § 1352 (2003), if at any time during the contract term funding to contractor PROPOSAL FORM COMPLETION RFP 2019-XXX-XXX P AGE 7 Fill out and return to the Dallas County Purchasing in an appropriately sized envelope or box. PACKAGE MUST SHOW THE RFP An authorized representative of the offeror should sign the Proposal Cover Sheet. The contract will be binding only when signed by Dallas County, funds are certified by the County Auditor and a Purchase Order issued. PROPOSAL RETURNS Offerors must return all completed proposals to the Dallas County Purchasing Department reception desk at 900 Jackson Street, Suite 680, Dallas, Texas before 2:00 P.M. LOCAL TIME IN DALLAS, TEXAS on the date specified. Late proposals will not be accepted for any reason. SCANNED OR RE-TYPED RESPONSE If in its response, offeror either electronically scans, re-types, or in some way reproduces the County's published proposal package, then in the event of any conflict between the terms and provisions of the County's published proposal package, or any portion thereof, and the terms and provisions of the response made by offeror, the County's proposal package as published shall control. Furthermore, if an alteration of any kind to the County's published proposal package is only discovered after the contract is executed and is or is not being performed; the contract is subject to immediate cancellation. SEVERABILITY If any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or the specifications shall be held invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby declared that such remaining portions would have been included in these requirements and the specifications as though the invalid portion had been omitted. SILENCE OF SPECIFICATIONS The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of specifications shall be made on the basis of this statement. The items furnished under this contract shall be new, unused of the latest product in production to commercial trade and shall be of the highest quality as to materials used and workmanship. Manufacturer furnishing these items shall be experienced in design and construction of such items and shall be an established supplier of the item proposed. SUPPLEMENTAL MATERIALS Offerors are responsible for including all pertinent product data in the returned proposal package. Literature, brochures, data sheets, specification information, completed forms requested as part of the proposal package and any other facts which may affect the evaluation and subsequent contract award should be included. Materials such as legal documents and contractual agreements, which the offeror wishes to include as a condition of the proposal, must also be in the returned proposal package. Failure to include all necessary and proper supplemental materials may be cause to reject the entire proposal. TAXES Dallas County is exempt from all federal excise, state and local taxes unless otherwise stated in this document. Dallas County claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax Exemption Certificates will be furnished upon written request to the Dallas County Purchasing Agent. TERM CONTRACTS If the contract is intended to cover a specific time period, the term will be given in the specifications under SCOPE. TERMINATION Dallas County reserves the right to terminate the contract for default if offeror breaches any of the terms therein, including warranties of offeror or if the offeror becomes insolvent or commits acts of bankruptcy. Such right of termination is in addition to and not in lieu of any other remedies which Dallas County may have in law or equity. Default may be construed as, but not limited to, failure to deliver the proper goods and/or services within the proper amount of time, and/or to properly perform any and all services required to Dallas County's satisfaction and/or to meet all other obligations and requirements. Dallas County may terminate the contract without cause upon thirty (30) days written notice. TERMINATION FOR HEALTH AND SAFETY VIOLATIONS RFP 2019-XXX-XXX P AGE 8 Dallas County has the option to terminate this contract immediately without prior notice if offeror fails to perform any of its obligations in this contract if the failure (a) created a potential threat to health or safety or (b) violated a law, ordinance, or regulation designed to protect health or safety. WAIVER OF SUBROGATION Offeror and offeror's insurance carrier waive any and all rights whatsoever with regard to subrogation against Dallas County as an indirect party to any suit arising out of personal or property damages resulting from offeror's performance under this agreement. . RFP 2019-XXX-XXX P AGE 9 III INTRODUCTION The following requirements and instructions supersede General Requirements where applicable. VENDOR INSTRUCTIONS Responses to this Request for Proposal (RFP) shall be formatted and organized in the following order for consistency and easy screening: All proposals must be typed, single spaced, and printed single- One (1) original, , and two (2) copies, must be submitted in separate three-ring, loose-leaf binders with identification of the vendor, the RFP number as located on the RFP cover sheet, and the RFP title on the front cover. Nine (9) USB / Flash drive of proposal excluding Companies Financial Stability, Cost and Small Business Enterprise information. Proposer shall submit in a sealed envelope; Envelope 1: Company Financial Stability. Envelope 2- Small Business Enterprise. Envelope 3- Cost and other Fees. The complete proposal response must be sealed in an envelope or box for delivery to the Office of the Dallas County Purchasing Agent. with the section number should separate each section. Prepare a Table of Contents for the proposal being submitted and place it after the RFP cover sheet and before Section I. The Table of Contents must list Sections I-VII and the contents of each section. Proposals must be submitted in the following order: RFP Cover Sheet Table of Contents Section I: Transmittal Letter, Residence Certification (Attachment a), Proof of Insurance and signed Addenda (when applicable; see Addenda under General Requirements) The transmittal letter should include: Company name and address; name, title, email, telephone and fax number of person(s) to be contacted for clarifications or additional information regarding proposal; Name, title, email, telephone and fax number of person authorized to contractually obligate census strategy management experience, census messaging and marketing, community-based engagements or any other work relevant to this RFP. Section II: Scope of Service/Narrative of Proposed Team and Services referred methods for meeting requirements and/or deliverables in the specifications. Provide the greatest amount of meaningful detail possible to describe the proposed products/services. Indicate if vendor can meet the specifications, or if the specifications can be met only under certain conditions or circumstances. If vendor is not able to meet the specification, briefly explain why, noting any concerns or issues Dallas County should be aware of. required services. The resumes shall include academic qualification, professional experience, and professional license if applicable, with supporting documents. Resumes of the proposed key personnel, detailing managerial and technical qualifications, shall be included. Particular attention and appropriate evaluation credit will be given to the track record of the proposed key RFP 2019-XXX-XXX P AGE 10 personnel in successfully completing projects of comparable scope and complexity to that described in this RFP. Provide a detailed description of why vendor is best qualified to engage in the proposed activities/tasks. Each vendor will provide a Task sensitive projected timeline. Each Task being responded to must contain; a start to finish timeline, provide and explain the number of staff required to accomplish each tasks, best practice communication and reporting guidelines for each Task please refer to pages 5-6 of this RFP. Mere reiterations of specifications are strongly discouraged, as they do not provide insight into the vendor Section III: Pricing Information See PRICING/DELIVERY INFORMATION page for instructions. Section IV: Organizational Information/Qualifications Company and project team organization chart Description of project team organization; names and resumes of team members Financial Statements or Attachment g Licenses/accreditations References (Attachment h) Copy of completed Certificate of Interested Parties Form 1295 Provide examples of past experience developing programs or services that are described in the scope of work and by Task that the vendor is applying the responsible staff member(s) proposed to be involved in the performance of the project Knowledge of the decennial census, its challenges and importance, particularly in Dallas County High level of comfort working with relevant stakeholders, including public, private, nonprofit, elected officials, community groups, and others. Diversity, Equity, and Inclusion (DEI) Vendors must have lived experience and/or deep understanding of the interconnection between diversity, equity, and inclusion, the historic and current policies and systemic barriers to achieving equity and experience identifying, implementing and evaluating strategies that advance DEI. Previous campaign management experience is a plus, including demonstrated experience developing communications and field strategies and tactics that successfully activate racially and ethnically diverse, limited English proficient communities, and geographically isolated or remote communities. For Task 1- Census Campaign Strategy Management and Oversight, vendors (s) must show at least three (3) years of experience creating strategies and campaign oversight for a successful public outreach campaign to reach populations like the easy, hard, and hardest-to-count populations. Preference for Census experience. For Task 2 Census Data Analysis, Mapping, and Reporting, vendor(s) must show at least five (5) years of experience generating, analyzing, and reporting of Census or population related data, including geo-coding and mapping of data and creating reports regarding demographic, socio-economic profiles, research of selected populations for targeting, and experience in developing statistical and predictive modeling in the service of campaign development at the individual or household level. RFP 2019-XXX-XXX P AGE 11 For Task 3 Census Messaging and Marketing, vendor(s) must show at least four (4) years of experience successfully leading large scale multi-level media and marketing campaigns, including experience with non-English speaking audiences. For Task 4 Community-based Engagement, vendor(s) must have experience in coalition-building and working with at least twenty (20) community-based organizations in Dallas County to increase their capacity to self-advocate and engage their local population and neighborhood. The vendor must have a successful track record working on activities that increase community engagement or civic participation, such as community organizing, public education, outreach, advocacy, or canvassing. Vendors should also demonstrate established relationships with hard-to-count communities and demonstrated experience in identifying, recruiting, and working with trusted messengers and community leaders to reach priority populations. Section V: Legal Documents Include any standard agreement(s) and/or contracts(s) associated with Section VI: Questionnaire (Attachment j) Vendor must complete and return all answers to the questionnaire in the order in which they are listed. Failure to do so may result in disqualification. Section VII: Miscellaneous State exceptions to any of the requirements in this RFP, if any. Company brochures, marketing materials, or any other information vendor deems appropriate to the RFP response may be included in this section. Dallas County will not be liable for any costs incurred by the vendor in preparing a response to this RFP. Vendors submit proposals at their own risk and expense. Dallas County makes no guarantee that any products or services will be purchased as a result of this RFP, and reserves the right to reject any and all proposals. All proposals and accompanying documentation will become the property of Dallas County. All proposals are open to negotiation. The vendor is expected to examine all documents, forms, specifications, and all instructions. Failure to do At and after opening, proposals will NOT be part of the public record and subject to disclosure, but will be kept confidential until time of award and execution of an agreement. When an award is made and an agreement is e permitted by law, vendors may request in writing non-disclosure of confidential data. Such data shall accompany the proposal, be readily separable from the proposal, and shall be CLEARLY MARKED For those portions identified as confidential by the vendor, Dallas County must rely on advice, decisions and opinions of the Attorney General of the State of Texas relative to the disclosure of data or information. IV EVALUATION PROCESS All proposals will be examined by an evaluation committee consisting of various Dallas County personnel, Dallas County Purchasing, and representatives selected by the City of Dallas in proportion to contribution sizes. Proposals that do not conform to the instructions or which do not address all the services as specified may be eliminated from consideration. However, Dallas County reserves the right to accept such a proposal if it is determined to be in the best interest of Dallas County. RFP 2019-XXX-XXX P AGE 12 While Dallas County appreciates a brief, straightforward, concise reply, the proposer must fully understand that the evaluation is based on the information provided. Accuracy and completeness are essential. Omissions, ambiguous and equivocal statements may be construed against the proposer. The proposal response may be incorporated into any contract which results from this RFP, and vendors are cautioned not to make claims or statements it is not prepared to commit to contractually. Failure of the vendor to meet such claims will result in a requirement that the vendor provide resources necessary to meet submitted claims. Dallas County Purchasing may initiate discussions with selected vendors; however, discussions may not be initiated authorized to contractually obligate the vendor with an offer. Vendors shall not contact any Dallas County personnel during the RFP process without the express permission from the Office of the Dallas County Purchasing Agent. Dallas County Purchasing may disqualify any vendor who has made site visits, contacted Dallas County personnel or distributed any literature without authorization from Dallas County Purchasing. All correspondence relating to this RFP, from advertisement to award shall be sent to Dallas County Purchasing. All presentations and/or meetings between Dallas County and the vendor relating to this RFP shall be coordinated by Dallas County Purchasing. Selected vendors may be expected to make a presentation/product demonstration to an evaluation committee. Proposals, vendor presentations and product/service evaluations may develop into negotiating sessions with the vendor(s) as selected by the Evaluation Committee. Dallas County expects to conduct vendor is unable to agree to contract terms and conditions, Dallas County reserves the right to terminate contract negotiations with that vendor and initiate negotiations with another vendor. In addition to a presentation, visits by the Evaluation Committee to representative vendor client sites may be conducted where the proposed solution can be demonstrated in a production environment. V EVALUATION CRITERIA Award shall be made to the responsible vendor or vendor(s) whose proposal(s) are determined to be the best evaluated offer resulting from negotiations and taking into consideration all aspects of proposal evaluation criteria and submission items. Submission of a proposal implies vendor acceptance of the evaluation criteria and vendor recognition that subjective judgments must be made by the Evaluation Committee: Qualifications & Experience (20) Vendor provides qualifications and experience of staff to be assigned to project. Vendor demonstrates ability to meet the qualifications and compliance requirements listed herein. Vendor demonstrates specialized experience or technical expertise in connection with the scope of services to be provided and complexity of the project, which includes a thorough description of other one described in this RFP. Capacity & Resources (25) Vendor demonstrates staffing size and capacity of the organization to perform the work within time limitations, taking into consideration the current and projected planned workload of the vendor. Vendor demonstrates understanding of scope of the project. Vendor demonstrates ability to perform requested services for similar projects of scope and scale by providing three recent examples of projects completed on budget and on time. Firm demonstrates sufficient financial capacity and acceptable business practices. RFP 2019-XXX-XXX P AGE 13 Organization & Project Methodology (15) Vendor describes how the services will be provided and how they will be supported. Vendor describes the approach that the vendor will take to achieve the required services, scheduling, and coordination required for this project. Presented deliverables and timeline will be evaluated against all others. EVALUATION CRITERIA (continued) Cost and Other Fees /Pricing (Separate Envelope) (20) Financial Stability (Separate Envelope) (5) Small Business Enterprise (Separate Envelope 15 Total 100 that subjective judgments must be made by the Evaluation Committee. VI AWARD Dallas County reserves the right to award the contract to multiple vendors but would prefer a single provider who will coordinate with the necessary sub-contractors to perform the required tasks. Dallas County reserves the right to award to either each task individually or in its entirety. The recommendation will be made in the best interest of Dallas County. No award can be made until approved by Dallas County Commissioners Court or by Dallas County Commissioners Court and the City of Dallas City Council in the event of equal financial participation. This RFP does not obligate Dallas County or the City of Dallas to the eventual purchase of any product/service described, implied or which may be proposed. Progress toward this end is solely at the discretion of Dallas County and the City of Dallas and may be terminated at any time prior to execution of an agreement. REFERENCES Vendor must provide a minimum of three (3) references as detailed in attachment h, or letters of reference from companies for whom vendor has provided similar services. Letters or references Letters or references must include the following information: Organizational/client name/address Name of contact person Email of contact person Telephone number for contact Vendor services provided to this client Professional relationship with the organization/client Description of quality of personnel provided by vendor Whether the organization/ client would recommend vendor Dallas County may conduct reference checks to verify and validate vendors past performance. Reference checks indicating poor or failed performance by vendor will be cause for rejection of the response submitted. In addition, failure to provide verifiable letters of reference or attachment h., References, will be cause for rejection of the response submitted. References from large government entities are preferred. RFP 2019-XXX-XXX P AGE 14 PROCEDURES AND PROCESSES: a. Management and coordination of the evaluation process including all meetings, requests, and documentation will be handled by the Dallas County Purchasing Department Procurement Coordinator. b. Evaluation Committee will be composed of various County departments or various County Departments and City of Dallas staff in the event of equal financial participation. c. Each RFP shall be evaluated for completeness and for compliance with the requirements of this RFP and will be independently evaluated by each Evaluation Committee member. d. The evaluation of Proposals will be reviewed, evaluated, and ranked by the Evaluation Committee. e. Request for Proposals which substantially deviate from the basic intent of the RFP will be eliminated. f. If desired by the Evaluation Committee, written, site visits, and/or oral presentations to supplement the Request for Proposal for the purpose of clarification from selected Respondent (s) may be requested. The time and place for oral presentations will be announced at a later date, if such a presentation is required. g. Statement of Proposal will be assessed to determine the most comprehensive, competitive and best value solution for County. h. All Respondents will be accorded fair and equal treatment. i.Recommendation will made to Dallas County Commissioners Court to the firm(s) evaluated to be most qualified, highest rated and offering the best value to County. Upon formal approval, a contract will be formally drafted and entered into with the selected firm(s). VII AWARD AND NEGOTIATION PROCESS All RFPs received by the specified deadline will be reviewed and evaluated consistently with the stated Evaluation and Selection Factors. Before the final evaluation and ranking of RFP Request for Proposal is complete the County, at its sole discretion, may request interviews, presentations, and/or site visits with Respondent(s) found to be among the most qualified or shortlisted firm(s). Proposals will be ranked based on final evaluation with a recommendation to begin negotiations with the Respondent that received the highest evaluation. The Respondent awarded or chosen pursuant to the provisions of this section will include and be limited to evaluation criteria listed in the RFP. Upon completion of the evaluation process, the Evaluation Committee will make a recommendation to County Commissioners Court to award to the highest rated firm(s). Negotiations may or may not be conducted with the finalist(s); therefore, the RFP Request for Proposal submitted should contain Respondes most favorable terms and conditions, since selection and award may be made without further discussion or need for clarification. Any exceptions to the terms and conditions of the proposed contract or the statements regarding Respondes inability to comply with any of the provisions thereof are to be declared in the Respondes proposal. RFP 2019-XXX-XXX P AGE 15 In the event that County cannot reach agreement with the selected firm by negotiation of a contract, County may formally end negotiations by written notification to the selected firm. County shall have the right,butnottheobligation,tosequentiallynegotiatewiththenextmost-qualifiedfirmandwill continuein this manner until either a contract is awarded or this Request for Proposal is canceled. Upon successful completion of negotiations, the results will be reduced to a written contract for the services to berendered. Such contract may contain additional requirements from County. All necessary contract documents will be prepared by the Dallas County District Attornes Office and will be tailored specifically for this RFP. No contract shall be binding on County until it has been approved as to form by the Dallas County District Attorneys Office and executed by the Dallas County Commissioners Court. County will not be liable for, nor will it pay for, any amount of work commenced prior to the approval of the contract by the Dallas County Commissioners Court. An Evaluation Team will evaluate the information provided by the proposing firms in response to the criteria established herein. The award of the contract shall be made to the responsible respondent, whose proposal is determined to be the best evaluated offer resulting from negotiations, taking into consideration the evaluation factors set forth in the request for proposals as determined by the Commissioners Court. Award of contract will be made in the best interest of the County and shall, therefore, be considered final. Proposing firms are responsible for submitting all relevant, factual, and correct information for evaluation of the above criteria with their proposal. The Evaluation Committee will evaluate and score each proposal based on the data submitted. VIII Small Business Enterprise (SBE) Program Definitions. The term is defined as a business that is directly responsible for providing the supplies or services to Dallas County as required by the solicitation or request quotes, bids or proposals. A firm is considered to perform a commercially useful function when responsible for the execution of a distinct element of the work of a contract and carries out its responsibilities by actually performing, managing and supervising the work involved. A business that stocks sufficient quantities of supplies in direct inventory, held for sale or resale, to cover anticipated future demands for the suppliers is preforming a commercially useful function. a. A is defined as one who participates, through a contract or any other contractual agreement in a County funded contract opportunity for work, labor, services, supplies, equipment, materials, goods or any combination of the foregoing. For purposes of this Section, a Contractor is any individual, company, or other entity seeking to do work for Dallas County regardless of the method used to procure the services or products, including by bid or solicitation. A Contractor includes but is not limited to a contractor, consultant, or vendor. b. The terms shall mean the Director of the ce of Small Business Enterprise and include his or her designee. c. The term shall mean the County Purchasing Department and/or his or her designee. RFP 2019-XXX-XXX P AGE 16 d. The shall mean the Purchasing Director and/or his or her designee. e. Equal Employment Opportunity Requirements. It is the policy of Dallas County to ensure non-discrimination in the award and administration of contracts. The Contractor or Subcontractor shall not discriminate on the basis of race, color, religion, sex, national origin, age, disability, or genetic information in the performance of this contract. f. Good Faith Effort Plan. A subcontracting plan submitted in response to a Request for Proposals (RFP) or bid/ proposal which details the Respondent achieve the set aspirational goal or documenting it Good Faith Efforts to meet the goals for all elements the Solicitation. A Good Faith Effort Plan must be submitted with a bid/proposal for any Dallas County project for which goals have been established. g. Mentor. A mentor is a prime contractor that elects to promote and develop small business subcontractors by providing developmental assistance designed to enhance the business success of the protégé. h. Mentor Protégé Agreement. An agreement entered into by a prime contractor as the Mentor providing various forms of business development assistance to SBE protégé firm. This assistance may include technical and/or management assistance; financial assistance in the form of equity investments and/or loans; subcontracts; and/or assistance in performing prime contracts with Dallas County. Mentors are encouraged to provide assistance relating to the performance of contracts so that the protégé firms may more fully develop their capabilities. The purpose of the mentor protégé relationship is to enhance the capabilities of the protégé, and to improve the i. Metropolitan Statistical Area (MSA). The Dallas County MSA includes the following counties: Dallas, Tarrant, Denton, and Collin. j. Protégé. SBA Threshold requirements, performs a commercially-useful function, has a significant business presence in the Dallas County Metropolitan Statistical Area (MSA), and is the recipient of developmental assistance pursuant to a Mentor- Protégé arrangement. k. Small Business Enterprises. It is the policy of the County to support the growth and development of Small Business Enterprises have an equal opportunity to compete for and participate in Dallas County contracts. Thus, Dallas County Commissioners Court has created the Office of Small Business Enterprise to establish and oversee a Diversity Program to ensure that SBEs have an equal opportunity to compete for and participate in Dallas County contracts. It is Ensure nondiscrimination in the award and administration of Dallas County contracts; RFP 2019-XXX-XXX P AGE 17 Create a level playing field on which small businesses can compete fairly for Dallas County contracts; and Ensure that only firms that attempt to meet the SBE good faith efforts are considered for applicable contract awards. Consequently, the contractor shall carry out applicable requirements of the good faith effort in its proposal/bid hereunder and, if awarded the contract, the award and administration of the Contract. SBE Goals, Good Faith Efforts and Eligibility. th the Contract Administration Supervisor, will set the annual SBE participation contracting/subcontracting aspirational SBE goals for each contract. The contracting/subcontracting goals for this contract will be based on meeting or exceeding the minimum aspirational SBE goal of 40%, unless good cause exists for failing to meet the goal. The SBE aspirational goal is based on the total contract value. NOTE: On January 1, 2018, Dallas County moved from an M/WBE Program to a Small Business Enterprise Program. The Small Business Enterprise Program was subsequently modified by the Commissioners Court on August 20, 2019, removing the following requirement: MUST be equal to or below 20% of the Small Business Administrations (SBA) standards; REMOVED effective August 21, 2019 MUST not exceed $3.2 million; REMOVED effective August 21, 2019 To be recognized and qualify as an SBE (contractors and/or their subcontractors): a) MUST be certified as an SBE by one of the following County approved entities: North Texas Regional Certification Agency (NCTRCA), DFW Minority Supplier Development e time of the proposal/bid submission. All other certifications will not be accepted. b) All SBE eligible firms MUST also perform a commercially-useful function on the project and have a local presence in Dallas County Metropolitan Statistical Area (MSA) in order to be counted for SBE points. The MSA includes the following counties: Dallas, Tarrant, Denton and Collin. c) The firm should submit proof of a current and valid certification (i.e. copy of certification certificate); Utilization Scoring q. An eligible SBE certified Firm: 5 points r. SBE certified Sub-Contractor Scoring Method: Up to 10 Points (by percentage) 40% Aspirational Goal: Participation Percentage between 1% and 9.99% = 2 points RFP 2019-XXX-XXX P AGE 18 Participation Percentage between 10% and 19.99% = 4 points Participation Percentage between 20% and 29.99% = 6 points Participation Percentage between 30% and 39.99% = 8 points Participation Percentage meeting or exceeding 40.00% = 10 Points The aspirational SBE or certified sub-contractor goal is expressed as a percentage of the total dollar amount of the contract going to SBE or certified Sub-Contractor for those areas which the Contractor has sub-contracted or anticipates sub-contracting. The aspirational goal shall also apply to contract amendments that require work beyond the scope of services originally required to accomplish the project. The Respondent agrees to employ good faith efforts through the award of subcontractors to eligible SBEs and certified firms to the fullest extent possible. Good Faith Effort Plan (GEFP) will be used for scoring purposes subcontractors and/or supplier, whether certified or not, must be listed in the GFEP. The information provided in the GFEP Form will be utilized in the development of the final contract/agreement. The GFEP Form can be found on page 46. This form is required and considered part of the response to the RFP. Should the Good Faith Effort Plan or any of the specified documents listed below be incomplete, not signed, and/or not submitted, the proposal/bid may be deem non-responsive. Each Contractor must include with its proposal/bid, the following documents Submittal of a completed and signed Good Faith Effort Affirmation, executed by an authorized representative, committing to the meet 40% SBE and/or M/WBE aspirational goal and committing to provide goal. Completed and signed Good Faith Effort Plan Form, executed by an authorized representative; o Completed and signed Good Faith Effort Affirmation, executed by an authorized representative; A signed and executed form or letter from each SBE subcontractor fort Plan of their intent to perform as a subcontractor. Provide copy of certification from one of the three certifying agencies referenced in Section 7.2(a). Note: All forms should be complete in their entirety and submitted as part of a Responden Proposal. The County reserves the right to accept or reject any certified firm and in its sole discretion is eligibility of the firm to meet SBE guidelines or standards. A Contractor whose proposed certified firm is rejected may contest in writing to the Office of Small Business Enterprises, in accordance with the SBE Policy. The denial of SBE certification by Business Enterprise is excluded from the Dallas County Purchasing Code of Ethics Protests Procedure and is exclusively governed by the appeal process set forth in the SBE Policy. RFP 2019-XXX-XXX P AGE 19 SBE Reporting The Contractor and its subcontractors are required to electronically submit subcontractor payment information using accessed through a link on the Dallas County SBE webpage. The Contractor and all subcontractors will be provided a unique log-in credential and password to access Subcontractor Payment Compliance System. and by the Office for Small Business Enterprises. Additional information and free online training for SPCS can be found at https://dallascounty.diversitycompliance.com .. Contracting If awarded the contract, the Contractor agrees to be bound to the policies and guidelines set e contract. If a conflict exists between the SBE section of the solicitation and the County SBE Policy, the language in the solicitation governs. IX SELECTION OF THE FIRM All proposals received by the specified deadline will be reviewed and evaluated by an Evaluation Committee. Before the final evaluation and ranking of Proposal Firms is complete, the County may shortlist respondents. The County may choose to interview Proposal Firms found to be among the most qualified among the shortlisted firms. After Interviews, the Evaluation Committee will be given an opportunity to re-evaluate. The firms will be ranked based on final evaluation with a recommendation to begin negotiations with the Firms that received the highest evaluation. RFP 2019-XXX-XXX P AGE 20 X STIPULATIONS This is not an offer, but is rather a solicitation by Dallas County, who also reserves the right to refuse any and all proposals. XI ATTACHMENTS Small Business Forms Conflict of Interest Questionnaire Voluntary Moratorium Cost and Other Fee Worksheet W9 Title 6 Certificate of Interested Parties Texas Government Code 2270 Verification Texas Government Code Chapter 2252 Certification Form XII ORDER OF PRECEDENCE In the event there is a conflict between the documents comprising this RFP and any resulting contracts, the following order of precedence shall govern: (i) the term/conditions in the body of event that a conflict exists between any state XIII SCOPE Dallas County is seeking qualified vendors with experience, capabilities, and qualified available staff to oversee and perform a 2020 census participation initiative for Dallas County. Vendors can be consultants, universities, research institutions and/or other entities that meet the outlined requirements. It is the responsibility of each vendor to examine the entire RFP, seek clarification in writing, and review their proposal for accuracy before submitting. Questions relating to this RFP must be submitted in writing and directed to Debra Morris , Contracts Specialist via email to debra.morris@dallascounty .org . The deadline for submission of questions relating to this RFP is TBD All questions submitted in writing prior to the deadline will be compiled and answered in writing. A copy of all questions and answers will be available to all vendors and will be posted to Dallas County Purchasing Department website . The County will not be bound by any information conveyed verbally. XIV BACKGROUND As the eight largest County in the United States of America (U.S.), Dallas County has an estimated population of 2,618,148 persons (U.S. Census, July 1, 2018 estimates). Over a quarter of our population are youth under 18 years of age and the county is majority minority. Within the boundaries of Dallas County are 31 cities, including the ninth-largest city in the U.S., the City of Dallas. RFP 2019-XXX-XXX P AGE 21 The U.S. Census Bureau is required by Federal law to conduct a decennial count of every resident in the U.S. Datacollected in the Census is the way that America measures population growth and change. Local areas rely on our statistics for planning where to build new schools and roads. Businesses use our data to track economic and demographic trends. In Fiscal Year 2016, the federal government distributed more than $883 billion to states and communities based on Census Bureau data. The 2020 Census will provide critical information that empowers the more than 2.6 million people and more than 65,000 businesses with paid employees in communities across Dallas County. The success of the 2020 Census will rely on convincing residents to complete the census questionnaire, particularly those residents who are considered hard-to-count. Based on census estimates, Dallas County has one of the largest hard-to-count areas, at just over thirty-four (34) percent of residents living in hard-to- count neighborhoods. An undercount will equate to a loss of Federal funding. Even only a 1 percent undercount will equal an approximate loss of $40 million per year. To ensure a complete and accurate census count, Dallas County must engage the entire community, including the hard-to-count populations across the county. XV REQUIREMENTS Dallas County seeks to achieve the maximum outreach and response possible for the 2020 Census by aggressively targeting all populations, especially those who are hard-to-count. The County, in partnership with the City of Dallas, and in support of a complete count throughout all Dallas County cities, seeks to: Improve upon the response rate from 2010 Census for the County and surpass the national average in 2020 Census Educate residents on the new online digital format for 2020 Census Identify easy, hard, and hardest-to count-communities and populations and report by County Precinct Improve overall accuracy to reduce undercount, particularly for those hard and hardest-to-count by prioritizing: o Hard-to-count geographic areas in the County o Historically undercounted populations o Groups with socio-economic factors correlated to low self-response rates o Households and individuals with no computer or inadequate Internet access Raise support from community leaders, business committee, and the public for the Census o Establish creative partnerships within communities o Collaborate with local media o Identify outreach opportunities o Recruit volunteers from diverse backgrounds for strategy development and community outreach, o Collaborate with the U.S. Census Bureau o Create field plan for targeting hard-and hardest-to count populations In addition, Dallas County is seeking to improve upon its census response rate of just over seventy-four (74) percent from the 2010 Census by procuring vendor(s) who can successfully manage a census campaign engaging all residents of Dallas County, particularly those hard-to-count. The County envisions four (4) tasks for a successful campaign as detailed in the following: Task 1 Census Campaign Strategy Management and Oversight Under this task, the vendor will feedback and proposed edits. Once finalized, the strategic plan shall serve as a blueprint for Dallas Additionally, the vendor will have oversight over the implementation of this plan, once developed. The vendor shall: RFP 2019-XXX-XXX P AGE 22 a. Advise on the existing City of Dallas plan to implement across Dallas County. The feedback and revision should be informed by data generated under Task 2, and oversee the b. Strategies will be in tandem and collaboration to the work already being done in the City of Dallas to reach specific hard to count populations as well as implementing HTC efforts in other cities across Dallas County goals, c. Build on past public outreach campaign and best practices, and evaluate implemented activities. The vendor shall propose adjustments to the overall plan and activities to successfully increase response rates for easy, hard and hardest-to-count populations throughout the campaign. As part of this ongoing evaluation and adjustment work, the vendor will incorporate the data published by the census on response rates by census tract and block group, d. Collaborate with the County and various census programs, projects, and services, particularly those listed in this scope of work, to ensure that activities and goals are aligned with established priorities, e. Ensure that activities are not duplicative of other Federal, State or local efforts, f. Provide strategic insight to identify relationship-building opportunities that promote the census. g. . Task 2 Census Data Analysis, Mapping, and Reporting The work under this task will result in actionable data, mapping, modeling, and tools (including data warehousing) that allow messaging and community engagement for census outreach to be as effective as possible. Actions should inform the strategies developed under Task 1 and respond to requests from the Task 1 vendor and county to comply with plan adjustments. The vendor shall: a. Generate and analyze factual census data for use in campaign development and messaging, b. Obtain, organize, and analyze data that is countywide and by Dallas County Commissioner districts. of easy, hard and hardest-to-count populations and communities, visualized through maps and other products that provide demographic, socio-economic profiles, and research of selected populations for campaign development (Task 3), c. Monitor and provide data reports and mapping of Census form response rates by census tract and block group, Commissioner Precinct, and countywide as the U.S. Census Bureau releases such data, d. Create statistical and predictive modeling and index scores, targeted to the individual or household level, to inform engagement strategies and marketing, e. Work with County to geo-code the targeted areas and outreach activity locations (as implemented in Tasks 3 and 4), f. . Task 3 Census Messaging and Marketing The work under this task will result in the development of effective messaging and tools that will successfully encourage County residents, and the hard-to-count residents, in particular, to respond to the census. Actions should follow and coordinate with the strategies developed under Task 1. The vendor shall provide: a. A multi-level campaign that will reach residents of Dallas County of all socio-economic levels and convince them to complete the census forms within the time required by the U.S. Census Bureau. This includes non-English media. b. 1, including the concept, creation, and execution of campaigns and promotions regarding the Census. RFP 2019-XXX-XXX P AGE 23 c.A focused campaign targeting the hard and hardest-to-count populations identified under Task 2 Census Data. Messaging should be developed taking into consideration specific populations with different language, access, and cultural needs. For those populations that are easiest to count, vendor should support U.S. Census Bureau media releases. d. Generate opportunities and messages (including non-English) for the members of Commissioners Court to discuss the census on local programming (radio and television) and through digital media. e. Ensure messaging and resources are developed and provided for persons with disabilities to participate in the census. f. Coordinate with the U.S. Census Bureau to verify and ensure appropriate placement of media and advertising campaign material via mass distribution at festivals, large community events, and sporting events. g. outreach/marketing practices. h. Generate collaborative partnerships with media, including local non-English media sources, i. Work with the County/City to identify and implement census outreach opportunities and strategies, j. Develop and provide for distribution media resources (flyers, posters, booths, etc.) including use of U.S. Census Bureau materials for public spaces, local community events, and block walks, k. Provide staffing as needed for census events and activities, l. Provide training models and trainers on census message delivery and outreach for county employees, and community volunteers who will be working community events and canvasing, m. Assist in developing the blueprint for cities to follow, the planning, and marketing of Countywide weekend online Census participation events to engage residents of hard to count areas. Additionally, provide incentive strategies for participation in these events. n. Assess and develop areas of opportunity for additional outreach efforts to address hard to count populations who have not yet responded to the census o. Create and maintain a calendar of events, trainings, and outreach identified in each city, to disseminate to the County, and area cities. Task 4 Community-based engagement This work under this task will result in the successful recruitment, training, and participation of local community-based organizations, non-profits, and service providers to convince all residents to complete the census forms within the time required by the U.S. Census Bureau. This work will prioritize engagement with hard-and hardest-to-count communities. Actions should follow and coordinate with the strategies developed under Task 1. The vendor shall: a. Identify existing partnerships already developed by the City of Dallas, other cities in Dallas County, and the Census Bureau, and serve as conduit for coordination so as not to duplicate efforts. b. Implement best practices on community engagement that can be utilized by volunteer members of the City of Dallas Complete Count Committee and the County, c. Provide strategic insight to identify relationship-building opportunities at the community and local level that promote the census, d. Collaborate with the CCC and other organizations to identify target-audience community volunteers for census activities, e. Create or manage a web-based information system/platform for community-based organizations, non-profits, service providers and governmental entity to exchange information, data, and tasks including use of data tools and warehouse in Task 2. RFP 2019-XXX-XXX P AGE 24 f.Recruit volunteers, paid canvasser,manage field operations and host trainings on census outreach (See Task 3), g. Manage communications, community, and grassroots engagement activities in targeted communities based on information from Task 2 - Census Data and other data inputs, h. Assist in coordinating and hosting events in local areas to promote the census, i. Participate in scheduled community activities to rally support for the Census. j. Organize door-to-door block walks and canvassing in hard and hardest-to-count communities. k. Work with local organizations serving the homeless by contributing to the planning of the homeless count. Cross-cutting work requirements for all Four Tasks a. The vendor will be required to work closely and coordinate with the City of Dallas and other interested stake holders. This includes sharing data, tools, and other materials to effectively deploy census outreach resources throughout the region. Data collected and all reports generated through this effort will be considered public information. b. The vendor will be required to perform monitoring and evaluation of their activities, both to learned for the County, the City of Dallas, and cities across the county for future census outreach campaigns. This may include:: trainings and presentations sharing best practices and findings that support future civic engagement. c. Efforts; planning for future Census work; written final evaluation/assessment of project and set of best practice recommendations for future Census and similar efforts; a set of tools, templates, other materials that can be shared with future Census planners and advocacy organizations; and suggestions on engagement plans to ensure hard-to-count communities are included in efforts similar to Census efforts, such as redistricting. The selected vendor(s) shall provide a timeline by each task and deliverable described in the scope of work e that the identification of target populations by the Task 2, vendor should be accomplished as soon as practical from contract execution. Census outreach activities for all vendors should continue until June 30, 2020 as the U.S. Census non-response follow-up is in operation. Successful vendors shall perform evaluation requirements, as described above, due to the County by August 30, 2020. PRICING/DELIVERY INFORMATION PRICING Vendor must complete the open lines provided below. Proposals must delineate fixed prices. The task price shall be all inclusive of expenses; travel, insurance, scheduling, support and report preparation, and other costs/expenses associated with requirements listed in this RFP. If there is no space to provide the following information, on a separate page provide an itemized budget by each task as described in the scope of work and that the vendor is applying and a detailed explanation for all costs associated with providing the requested services. The additional pricing information must adhere to the cost breakdown below. Please note, if the required items are not completed, the proposal may be considered non-responsive and may not be considered for an award. RFP 2019-XXX-XXX P AGE 25 Item No. Description UOM Total Price A Task 1 Census Campaign Strategy Management and Oversight Lump Sum $ __________________ B Task 2 Census Data Analysis, Mapping, and Reporting Lump Sum $ __________________ C Task 3 Census Messaging and Marketing Lump Sum $ __________________ D Task 4 Community-based engagement Lump Sum $ __________________ Grand Total $ __________________ RFP 2019-XXX-XXX P AGE 26 XVI Other Requirements, Terms, Conditions, Insurances A. INCORPORATION OF REQUEST FOR QUALIFICATION INTO THE CONTRACT The contents of this RFP, and the selected Respondes Proposal, cost, exhibits, and negotiated changes and any other attachments will be incorporated, in entirety, into the future formal Contract Agreement. The contract constitutes the entire agreement between the parties hereto and supersedes any other agreement concerning the subject matter of this transaction, whether oral or written. . B. The Contract Agreement supersedes all prior agreements, written or oral, between Contractor and County and will constitute the entire agreement and understanding between the parties with respect to the subject matter of The Contract Agreement. The Contract Agreement and each of its provisions will be binding upon the parties and may not be waived, modified, amended or altered except by a writing signed by both Contractor and County with formal approval by the Dallas County Commissioners Court. C.The contract and the respective rights and obligations of the parties hereto shall inure to the benefit and be binding upon the successors and assigns of the parties hereto, as well as the parties themselves D.Selection of Multiple or Subsequent Vendors. In accordance with Dallas County policies and procedures, if agreement cannot be reached with the most highly qualified provider, the County shall formally end negotiations, and may select the next most qualified provider and attempt to negotiate a contract with that provider at a fair and reasonable price. This process shall continue until a contract is entered into with the most qualified provider or the County, in its sole determination, determines that it The County reserves the right to select multiple vendors to facilitate the aforementioned agreement. Respondent agrees that any Contract resulting from this RFP and award will be the formal requirements contract between Respondent and County. E. Force Majeure: Neither party hereto shall be held responsible for any loss or damage or for any delays or failure to perform due to causes beyond its reasonable control including acts of God, strikes, epidemics, war, riots, flood, fire, sabotage, or any other circumstances of like character (force majeure occurrence). Contractor shall make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon the cessation of the cause, diligently pursue performance of its obligations under this Agreement FAIR LABOR STANDARDS F. CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE PROVISIONS OF THE FEDERAL FAIR LABOR STANDARDS ACT AND SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE COUNTY, DALLAS COUNTY COMMISSIONER COURT, ELECTED OFFICIALS, OFFICERS, DIRECTORS, AGENTS AND EMPLOYEES FROM ANY AND ALL LIABILITY, INCLUDING, BUT NOT LIMITED TO, WAGES, OVERTIME PAY, LIQUIDATED DAMAGES, PENALTIES, COURT COSTS, AND ATTORNEYS' FEES ARISING UNDER ANY WAGE AND HOUR LAW, INCLUDING, BUT NOT LIMITED TO, THE FEDERAL FAIR LABOR STANDARDS ACT, FOR WORK PERFORMED BY THE CONTRACTORS EMPLOYEES FOR WHICH THE COUNTY MAY BE FOUND JOINTLY OR SOLELY LIABLEs. G. Proposal Preparation Cost. The costs for developing proposals are entirely the responsibility of the Proposal Firm and shall not be charged to the County of Dallas. RFP 2019-XXX-XXX P AGE 27 H.Acceptance-Rejection:DallasCountyreservestherighttoacceptorrejectanyorallbids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemedto beinthe bestinterestsofthe DallasCounty. I. Compliance with Laws and Venue Jurisdiction: In providing Services required by the contract, Contractor must observe and comply with all applicable federal, State, and local statutes, ordinances, rules, regulations, licenses, legal certifications, or inspections required for the Services, facilities, equipment, or materials, and all applicable federal, state, and local statutes, ordinances, rules, and regulations . The contract shall be governed by Texas law and exclusive venue shall lie in Dallas County, Texas. J. Proposal Obligation. The contents of the proposal and any clarification of it submitted by the selected Firm may become part of the contractual obligation and incorporated by reference into the ensuing contract. K. Implied Requirements. Products and services not specifically mentioned in this RFP, but which are necessary to provide the functional capabilities described by the Proposal Firm, shall be included in the proposal. L. Withdrawal of Proposal. The Proposal Firm may withdraw their proposal by submitting a written request for its withdrawal over the signature of an authorized individual, to the Purchasing Agent anytime prior to the submission deadline. The Proposal Firm may thereafter, prior to the deadline, submit a new proposal. Modifications offered in any manner, oral, or written, will not be considered if submitted after the deadline. M.Fiscal Funding. Any agreement resulting from this RFP will be subject to the availability of governmental fiscal funding. If such funds become reduced or unavailable, any contract agreement shall be subject to immediate modifications, reduction or termination on the expiration date or date in which the funds have been reduced or eliminated. N.Term of Contract. The initial term of the contract shall be TBD XXXXX beginning the date indicated in the contract, set forth in the executed contract agreement or as amended and approved in writing by the Dallas County Commissioners Court. Additionally, any work that has begun under the terms of this contract will need to be completed with Commissioner Court approval in the event of contract expiration. Upon expiration of the contract, the vendor affirms to hold contractual agreement for such a time as 120 days in order for Dallas County to renew, and or resolicit the contract. O. Permits and Licenses. Contractor shall secure and pay for all fees for all necessary statutory and regulatory authorizations, permits, approvals, certifications, licenses, and insurance required by the laws of Federal, State, County, and municipal laws, ordinances, rules and regulations that are required in order to perform the services stated in RFP. Contractor shall maintain these licenses and permits in effect for the duration of the contract agreement. Respondent/Contractor will notify County immediately of loss or suspension of any such licenses and permits. Failure to maintain a required license or permit may result in immediate termination of the contract agreement. P. Non-Performance. Non-performance of the contract in terms of specification or non-compliance with terms of the Contract shall be basis for termination of the Contract by the County. Termination in whole or part, by the County may be made at its option and without prejudice to any other remedy to which it may be entitled at law or in equity, or elsewhere under the Contract, by giving thirty (30) days written notice to contracted firm with the understanding that all work being performed under the Contract shall cease upon the date specified in such notice. Obligation of the County to pay for work, professional services, professional opinion, equipment, services or supplies is conditioned upon strict compliance of each, every and all terms and conditions of the RFP, including but not limited to the Contract. County will not pay for work, professional services, professional opinion, equipment, services or supplies rendered or furnished which are not in strict compliance with the terms of the RFP, including but not RFP 2019-XXX-XXX P AGE 28 limited to the Contract and all other exhibits attached thereto and response to the RFP. Firm may be given a reasonable opportunity prior to termination to correct any deficiency. This, however, shall in no way be construed as negating the basis for termination for non-performance. Q. Collusion. The selected Firm will be required to provide an affidavit that he/she has not conspired with other potential Firms in any manner to attempt to control competitive solicitation for these services. This paragraph does not, however, preclude two or more Firms from presenting a combined or joint RFP. R.Subsequent Negotiations any individual Work Order, the County reserves the right to request proposals from the second and firm. S. No Guarantee of Work. Work Orders will be issued at the sole discretion of the County. There may be no Work Orders issued under this or any subsequent Contract. There is no limit on the number of Work Orders that may be issued. There is no guarantee of the issuance of any Work Order(s) or any amount of work under this contract. T. Contractual Development. An Base Contract subject to negotiation of Work Order(s) will be executed with the selected Firm(s). U.Twelve-Month Waiting Period for Employment of Certain Former County Employees. In goods or services shall be prohibited from hiring any individual who has previously worked for the County and in that capacity either evaluated, recommended, approved, monitored, or managed a contract involving that firm no sooner than twelve months after that individual has ceased to work for or be employed by the County. Failure to adhere to such a contractual requirement may result in the termination of the contract with the County. V. Voluntary Moratorium on Campaign Contributions During RFP Process. Parties interested in responding to a County solicitation shall be encouraged to sign a statement (see attached) indicating that they will be willing to temporarily refrain from making any donation to any Dallas County elected official or candidate for office whose office (or potential office) has any involvement in the selection process for the associated contract during the pendency of the RFP through thirty days after the contract is awarded. W. Federal Debarred Vendors. No products and/or services utilizing Federal funds may be procured from vendors that are listed on the Federal Excluded Parties List. Government requirements for non- procurement suspension and debarment are contained in the OBM guidance 2CFR, part 180 that implements Executive Orders 12549 and 12689 Debarment and Suspension. Dallas County reserves the right to reject from award consideration and/or terminate any contract with any vendor found to be suspended, ineligible and/or debarred as outlined herein. X. Nepotism. No person who (1) is an employee, agent, consultant, officer, or official of the contractor and who exercises or has exercised any functions or responsibilities with respect to assisted contract activities; or (2) is in a position to participate in a decision making process or gains inside information with regard to such activities, may obtain a personal or financial interest or benefit, direct or indirect, in any contract, subcontract, or agreement with respect thereto, or the proceeds thereunder, either for themselves or those with whom they have family or business ties, during their tenure. Y. Communications Paragraph / Restrictive. During the proposal process, firms shall not contact County staff. Additionally, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact outside the County offices with County employees, including elected officials. Such contact may result in the vendor being disqualified. All contact must be coordinated through Charles Price, Purchasing Director, for this procurement. RFP 2019-XXX-XXX P AGE 29 Z. Company State Filing. Pursuant to Sec. 9.001 of the Texas Business Organization Code, non-Texas entities, including, but not limited to corporations, limited partnerships, and limited liability companies must have an application for registration filed with the Texas Secretary of State and shall provide to Dallas County a Certificate of Status issued by the Texas Secretary of State that serves as official To transact business with Dallas County, all entities must be in legal compliance pursuant to applicable laws, and shall provide to Dallas County evidence of said compliance. XII. RESPONSIBILITY FOR WORK Approval by the County shall not constitute nor be deemed a release of the responsibility and/or liability of the Firm, its employees, subcontractors, agents and consultants, either individually, jointly or any combination thereof, for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such approval be deemed to be an assumption of such responsibility by the County for any defect, error or omission in the designs, working drawings, and/or specification or other documents prepared by Consultant, its employees, subcontractors, agents and consultants, either individually, jointly or any combination thereof. XIII. INSURANCE Proposer/Contractor at its sole cost and expense shall, at all times during the term of the Contract and extended terms thereof if any, provide and maintain the following types of insurance protecting the interest of the County and the Contractor with limits of liability not less than those specified below. A. Insurance. Workers Compensation Insurance. statutory req-insured, then Compensation Commission approving such self-insurance. If Contractor has no employee (as defined b provide County with a sworn Affidavit stating that there is no employee in lieu of a Certificate of Insurance. In the event that any work is sublet, Contractor shall require the subcontractors to si Insurance for all of Contractor. Contractor shall bear the burden of all workers compensation coverage for all of its subcontractors and compensation coverage. Contractor also represents that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with an appropriate insurance carrier, or in the case of self- misleading information may subject Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. Types of Coverage Limits of Liability Statutory RFP 2019-XXX-XXX P AGE 30 Bodily injury by Accident$500,000.00 Each Accident Bodily injury by Disease $500,000.00 Each Employee 1. Bodily injury by Disease $500,000.00 Policy Limit. 2. Commercial General Liability. Contractor shall maintain Commercial General Liability or Broad Form Comprehensive General Liability (including a Broad Form CGL endorsement) Insurance coverage for the following: (a)Premises Operations; (b) Independent Contractors or Consultants; (c)Products and Completed Operations; (d) Personal injury;(e) Contractual Liability; (f) Broad form property damage, to include fire legal liability. Such insurance shall carry in an amount not less than One Million and 00/100 ($1,000,000.00) for bodily injury (including death), property damage, and blanket contractual coverage per occurrence with a general aggregate of Two Million and 00/100 ($2,000,000.00) and products and completed operations aggregate of Two Million and 00/100 ($2,000,000.00).. This insurance must be endorsed with a Waiver of Subrogation Endorsement, waiving 3. Comprehensive Automobile Liability. Contractor shall maintain Automobile Liability Insurance with a limit Five Hundred Thousand and 00/100 Dollars ($500,000.00) each person and One Million Five Hundred Thousand and 00/100 Dollars ($1,500,000.00) each accident for bodily injury and Five Hundred Thousand and 00/100 Dollars ($500,000.00) each occurrence for property damage for a combined single limit for bodily injury and property damage liability of not less than Two Million and 00/100 Dollars ($2,000,000.00). The policy shall include coverage for bodily injury and broad -owned vehicles assigned or used in performance of the contract This insurance must be endorsed with a Waiver of Subrogation Endorsement, waiving t of recovery under subrogation or otherwise from the County. 4. Professional Liability Insurance Requirements. Errors or Omission/Professional Liability: With respect to any damage caused by an error, omission or any negligent acts of the Contractor under the contract the Contractor shall carry not less than One Million 00/100 ($1,000,000.00) per occurrence or claim for any wrongful act. "Tail" Coverage: If required at the completion of the contract for duration of 5 years. Contractor shall furnish certification of "tail" coverage as described or continuous "claims made" liability coverage for 5 years following Contract completion. Continuous "claims made" coverage will be acceptable in lieu of "tail" coverage provided its retroactive date is on or before the effective date of the contract. If continuous "claims made" coverage is used, Contractor shall be required to coverage in effect for duration of not less than 5 years from the end of the contract.. B. Certificates of Insurance. Before commencing with the Contract, the contractor shall deliver to the County of Dallas, Texas, Certificates of Insurance satisfactory to the County, or, as and when the County may direct, copies of the actual insurance policies, to the County at the address as shown below: Dallas County Purchasing Department RFP 2019-XXX-XXX P AGE 31 900 Jackson st.Suite 680 Dallas, Texas 75202 from each insurance company evidencing that insurance as required by paragraph (A)(Insurance), and all subparagraphs to (A) above, is in force, stating policy numbers, dates of expiration, and limits of liability thereunder. All copies of policies and Certificates of Insurance submitted to County shall be in form and content acceptable to County. C.Approval of Forms and Companies. All insurance described in this Solicitation and/or the Contract shall be written by an insurance company or companies satisfactory to County and licensed to do business in the State of Texas and shall be in a form and content satisfactory to the County. No party subject to the provisions of this Solicitation or Contract shall violate or knowingly permit to be violated any of the provisions of the policies of insurance described herein. Except as may otherwise specifically be provided in the Contract to the contrary, all policies of insurance which are in any way related to the work required by this Solicitation, the Contract, inclusive of any Work Order, shall be endorsed waiving the issuing insuranc Texas, whether by way of subrogation or otherwise. All insurance should be provided by insurance D.Additional Insured Endorsement. The policy or policies providing commercial general liability, automobile liability and as required above, shall be endorsed to name the County of Dallas, Texas, County Judge, County Commissioners, elected officials, department heads, other officials, employees, and/or assigns as additional insured as respects operations performed by or on behalf of the Proposer/Contractor in performance of this Solicitation or Contract, inclusive of any Work Order. Such shall not apply to Dallas County, Texas, its County Judge, County Commissioners, elected officials, department heads, other officials, employees, and/or assigns. E. Notice of Cancellation or Material Change. Policies and/or certificates shall specifically provide a thirty (30) day notice by US Mail / Certified Mail / Return Receipt Requested of cancellation, non-renewal, or material change to be sent to the County at the address shown above. F. Subcontractors. If any part of the work is sublet, the Contractor shall require any and all subcontractors performing work under this contract to carry insurance of the types and within limits of liability as the Contractor shall deem appropriate and adequate. In the event a subcontractor is unable to furnish adequate insurance required under the contract, the Contractor shall endorse the subcontractor as an Additional Insured. The Contractor shall obtain and furnish the County Certificates of Insurance G. Multiples Policies. The limits of liability as required above may be provided by a single policy of insurance or a combination of primary, excess or umbrella liability policies. In no event shall the total limit of liability for any one occurrence or accident be less than the amount shown above. H.Cost and Deductibles. Companies issuing the insurance policies and the Contractor shall have no recourse against the County for payment of any premiums or assessment for any deductibles, as all such premiums and deductibles are the sole responsibility and risk of the Proposer/Contractor. I. Survival. Notwithstanding any other provision contained herein, in any agreement, contract, work order or other agreement, the provisions contained in the INSURANCE section shall survive the termination of this RFP, or any contract, agreement, work order or any other agreement. RFP 2019-XXX-XXX P AGE 32 XIV. INDEMNIFICATION Proposer shall indemnify and hold County harmless as provided herein and in the Contract, attached hereto and incorporated by reference as if fully reproduced herein, word for word. Such indemnification shall include, agreed language at the time of contracting but not be limited to the following. INDEMNIFICATION CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND COUNTY, DALLAS COUNTY COMMISSIONERS COURT, ELECTED OFFICIALS, AND ALL OF ITS OFFICERS, DIRECTORS, AGENTS AND EMPLOYEES (HEREINAFTER REFERRED TO AS COUNTY, INDEMNITIES OR OWNER, FROM AND AGAINST ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING, BUT NOT LIMITED TO, ATTORNEYS FEES, ARISING OUT OF OR RESULTING FROM BODILY INJURY OR DEATH OF ANY PERSON, OR PROPERTY DAMAGE, INCLUDING LOSS OF USE OF PROPERTY, ARISING OR ALLEGED TO ARISE OUT OF OR IN ANY WAY RELATED TO THIS CONTRACT OR CONTRACTOR'S PERFORMANCE OF THE WORK OR OTHER ACTIVITIES OF CONTRACTOR, BUT ONLY TO THE EXTENT CAUSED IN WHOLE OR IN PART BY ANY NEGLIGENT ACT OR OMISSION OF CONTRACTOR OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY CONTRACTOR OR ANYONE FOR WHOSE ACTS CONTRACTOR MAY BE LIABLE. NOTWITHSTANDING THE FOREGOING, CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND COUNTY, DALLAS COUNTY COMMISSIONERS COURT, ELECTED OFFICIALS, AND ALL OF ITS OFFICERS, DIRECTORS, AGENTS AND EMPLOYEES (THE "INDEMNITEES"), FROM AND AGAINST ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING, BUT NOT LIMITED TO, ATTORNEYS FEES, ARISING OUT OF OR RESULTING FROM BODILY INJURY TO, OR SICKNESS, DISEASE OR DEATH OF, ANY EMPLOYEE, AGENT OR REPRESENTATIVE OF CONTRACTOR OR ANY OF ITS SUBCONTRACTORS, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS CAUSED, OR IS ALLEGED TO BE CAUSED, IN WHOLE OR IN PART BY THE NEGLIGENCE OF ANY INDEMNITEE, IT BEING THE EXPRESSED INTENT OF OWNER AND CONTRACTOR THAT IN SUCH EVENT THE CONTRACTOR IS TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE INDEMNITEES FROM THE CONSEQUENCES OF THEIR OWN NEGLIGENCE, WHETHER IT IS OR IS ALLEGED TO BE THE SOLE OR CONCURRING CAUSE OF THE BODILY INJURY, SICKNESS, DISEASE OR DEATH OF CONTRACTOR'S EMPLOYEE OR THE EMPLOYEE OF ANY OF ITS SUBCONTRACTORS. THE INDEMNIFICATION OBLIGATIONS UNDER THIS PARAGRAPH SHALL NOT BE LIMITED BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR CONTRACTOR UNDER WORKERS COMPENSATION ACTS, DISABILITY BENEFIT ACTS OR OTHER EMPLOYEE BENEFIT ACTS. IT IS MUTUALLY UNDERSTOOD AND AGREED THAT THE ASSUMPTION OF LIABILITIES AND INDEMNIFICATION PROVIDED FOR IN THIS AGREEMENT SHALL INDEFINITELY SURVIVE ANY EXPIRATION, COMPLETION OR TERMINATION OF THIS AGREEMENT. IN THE EVENT CONTRACTOR AND OWNER ARE FOUND JOINTLY LIABLE BY A COURT OF COMPETENT JURISDICTION, LIABILITY WILL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS, WITHOUT WAIVING ANY GOVERNMENTAL IMMUNITYAVAILABLE TO THE STATE RFP 2019-XXX-XXX P AGE 33 UNDERTEXASLAWANDWITHOUTWAIVINGANY DEFENSESOF THE PARTIES UNDER TEXAS LAW. APPROVAL AND ACCEPTANCE OF CONTRACTORS SERVICES BY COUNTY SHALL NOT CONSTITUTE NOR BE DEEMED A RELEASE OF THE RESPONSIBILITY AND LIABILITY OF CONTRACTOR FOR THE ACCURACY AND COMPETENCY OF THEIR SERVICES; NOR SHALL SUCH APPROVAL AND ACCEPTANCE BE DEEMED TO BE AN ASSUMPTION OF SUCH RESPONSIBILITY BY THE COUNTY FOR ANY DEFECT, ERROR OR OMISSION IN THE SERVICES PERFORMED BY CONTRACTOR IN THIS REGARD. CONTRACTOR SHALL DEFEND, HOLD HARMLESS AND INDEMNIFY THE COUNTY FOR DAMAGES RESULTING FROM SUCH DEFECTS, ERRORS OR OMISSIONS. NO INDEMNIFICATION BY COUNTY: CONTRACTOR ACKNOWLEDGES AND AGREES THAT DALLAS COUNTY DOES NOT HAVE THE ABILITY UNDER ARTICLE XI, SECTION 7 OF THE TEXAS CONSTITUTION TO INDEMNIFY CONTRACTOR OR ANY OTHER THIRD PARTY FOR DAMAGES ARISING UNDER THE CONTRACT. Survival: These provisions shall survive completion, suspension, termination, expiration and/or cancellation of the contract, or any determination that the contract or any portion hereof is void, voidable, invalid or unenforceable A. Without in any way limiting or restricting the indemnification and defense agreement stated above, Proposer/Contractor agrees that it is the intention of the parties hereto that Proposer/Contractor and its insurers bear the entire risk or loss or inj request without seeking any contribution therefor from any indemnities or its insurers. B. Notwithstanding any other provision contained herein, in any agreement, contract, work order or other agreement, the provisions contained in this INDEMNIFICATION section shall survive the termination of this RFP, or any contract, agreement, work order or any other agreement. RFP 2019-XXX-XXX P AGE 34 MANDATORY DOCUMENTS All Forms Proceeding this page are Mandatory with Proposal Submittal RFP 2019-XXX-XXX P AGE 35 GOOD FAITH EFFORT PLAN THE GOOD FAITH EFFORT PLAN IS REVIEWED BY THE DALLAS COUNTY OFFICE OF SMALL BUSINESS ENTERPRISE. THE SBE DIRECTOR OR DESIGNEE WILL EVALUATE THE GOOD FAITH EFFORTS OF A FIRM. THE GOOD FAITH EFFORT MUST BE APPROVED BY THE OFFICE OF SMALL BUSINESS OF ENTERPRISE PRIOR TO AWARD. NAME OF PROJECT: SECTION A PRIME CONTRACTOR INFORMATION NAME OF FIRM: ADDRESS: CITY STATE ZIP : : : CONTACT PHONE: PERSON: EMAIL FAX: ADDRESS: IS YOUR FIRM NO YES CERTIFICATION CERTIFIED: NUMBER: TYPE OF SB MBE WBE AAB HUB DB CERTIFICATION: E E E 1. LIST ALL FIRMS TO BE UTILIZED ON THIS PROJECT/CONTRACT. IF FIRM IS CERTIFIED, ESTIMATED LIST CERTIFICATION SCOPE OF WORK/SUPPLIES TO BE CONTRACT NUMBER AND ATTACH PERFORMED/PROVIDED BY THE AMOUNT SUBCONTRACTORS/SUPPLIERS A COPY OF THE FIRM ALLOCATED TO CERTIFICATION THE FIRM AFFIDAVIT NAME: 1. ADDRESS: NAME: 2 ADDRESS: NAME: 3. ADDRESS: NAME: 4. ADDRESS: NAME: 5. ADDRESS: RFP 2019-XXX-XXX P AGE 36 NAME: 6. ADDRESS: Good Faith Effort Form Page 1 of 4 RFP 2019-XXX-XXX P AGE 37 SECTIONBSBECOMMITMENTS THE SMALL BUSINESS ENTERPRISE (SBE) ASPIRATIONAL GOAL FOR THIS PROJECT IS 40% 1. THE UNDERSIGNED CONTRACTOR HAS SATISFIED THE REQUIREMENTS OF THE BID SPECIFICATIONS IN THE FOLLOWING MANNER (PLEASE CHECK THE APPROPRIATE SPACE): THE CONTACTOR IS COMMITTED TO A MINIMUM OF 40 % SBE UTILIZATION ON THIS CONTRACT THE CONTRACTOR (IF UNABLE TO MEETING THE SBE GOAL OF 40 %) IS COMMITTED TO A MINIMUM OF ____% SBE UTILIZATION ON THIS CONTACT MANDATORY PAYMENT REPORTING DURING THE TERM OF THE CONTRACT, THE CONTRACTOR MUST REPORT THE ACTUAL PAYMENTS TO ALL THE SBE SUBCONTRACTORS ON A MONTHLY BASIS IN THE SPECIFIED TIME INTERVALS AND FORMAT PRESCRIBED BY DALLAS COUNTY. ANY UNJUSTIFIED FAILURE TO COMPLY WITH THE LEVELS OF SBE PARTICIPATION IDENTIFIED IN THE BID AND AFFIRMED IN THE GOOD FAITH EFFORT PLAN SHALL BE CONSIDERED A MATERIAL BREACH OF CONTRACT. DALLAS COUNTY RESERVES THE RIGHT, AT ANY TIME DURING THE TERM OF THE CONTRACT TO REQUEST ADDITIONAL INFORMATION, DOCUMENTATION OR VERIFICATION OF PAYMENTS MADE TO ALL SUBCONTRACTORS IN CONNECTION WITH THE CONTRACT. VERIFICATION OF AMOUNT BEING REPORTED MAY TAKE THE FORM OF REQUESTING COPIES OF CANCELED CHECKS PAID TO THE SBE PARTICIPANTS AND/OR CONFIRMATION INQUIRIES DIRECTLY TO SBE PARTICIPANTS. PROOF OF PAYMENTS, SUCH AS COPIES OF CANCELED CHECKS MUST PROPERLY IDENTIFY THE PROJECT NAME OR PROJECT NUMBER TO SUBSTANTIATE SBE PAYMENTS FOR THIS PROJECT. 2. NAME AND PHONE NUMBER OF PERSON APPOINTED TO COORDINATE AND ADMINISTER THE SBE REQUIREMENTS ON THIS PROJECT NAME: TITLE: DIRECT PHONE: EMAIL: IF THE SBE GOAL WAS MET, PROCEED TO GOOD FAITH EFFORT AFFIRMATION FOUND ON PAGE 4 IF THE SBE GOAL WAS NOT MET, PROCEED TO SECTION C DOCUMENTATION OF GOOD FAITH EFFORTS FOUND ON PAGE RFP 2019-XXX-XXX P AGE 38 3.SECTIONCDOCUMENTAIONOFGOODFAITHEFFORTS(TO BE FILLED OUT ONLY IF SBE ASPIRATIONAL GOAL WAS NOT ACHIEVED.) 1.LIST ALL FIRMS CONTACTED WITH SUBCONTRACTING/SUPPLY OPPORTUNITIES FOR THIS PROJECT THAT WILL NOT BE UTILIZED FOR THE CONTRACT BY CHOICE OF THE CONTRACTOR, SUBCONTRACTOR, AND/OR SUPPLIER. WRITTEN NOTICES TO FIRMS CONTACTED BY THE CONTRACTOR FOR SPECIFIC SCOPES OF WORK IDENTIFIED FOR SUBCONTRACTING/SUPPLY OPPORTUNITIES MUST BE PROVIDED TO SUBCONTRACTOR/SUPPLIERS NOT LESS THAN FIVE (5) BUSINESS DAYS PRIOR TO BID/PROPOSAL DUE DATE. THE FOLLOWING INFORMATION IS REQUIRED FOR ALL FIRMS WHAT WERE CONTACTED OF SUBCONTRACTING/SUPPLY OPPORTUNITIES. MAY USE ADDITIONAL SHEETS IF NEEDED. DATE OF WRITTEN REASON AGREEMENT SCOPE OF IS FIRM SBE NOTICE SENT & NOT REACHED NAME & ADDRESS OF WORK/SUPPLIES TO BE OR M/WBE METHOD USED (FAX, PERFORMED/PROVIDED SUBCONTRACTOR(S)/SUPPLIER(S) CERTIFIED? LETTER, EMAIL, ETC.) BY THE FIRM DATE: NAME: 1. METHOD: ADDRESS: DATE: NAME: 2 METHOD: ADDRESS: DATE: NAME: 3. METHOD: ADDRESS: DATE: NAME: 4. METHOD: ADDRESS: DATE: NAME: 5. METHOD: ADDRESS: IN ORDER TO VERITY A CONTRACTORS GOOD FAITH EFFORTS, PLEASE PROVIDE COPIES OF ALL WRITTEN NOTICES TO ALL FIRMS OF CONTACTED BY THE CONTRACTOR FOR SPECIFIC SCOPES OF WORK IDENTIFIED IN RELATIONS TO THE SUBCONTRACTING/SUPPLY OPPORTUNITIES IN THE ABOVE NAMED PROJECT. COPIES OF SAID NOTICES MUST BE PROVIDED TO DALLAS COUNTYS OFFICE OF SMALL BUSINESS ENTERPRISE WITHIN FIVE (5) BUSINESS DAYS AFTER THE BID/PROPOSAL IS DUE. SUCH NOTICES SHALL INCLUDE INFORMATION ON THE SCOPE OF WORK TO BE PERFORMED AND/OR SUPPLIES TO BE PROVIDED. 2. DID YOU ATTEND THE PRE-PROPOSAL CONFERENCE SCHEDULED FOR THIS PROJECT? YES _____ NO _____ 3. LIST ALL LISTINGS, DIRECTORIES, CONTRACTOR ASSOCIATIONS, AND/OR ANY OTHER ASSOCIATIONS UTILIZED TO SOLICIT SBE SUBCONTRACTOR/SUPPLIERS. NAME CONTACT PERSON PHONE ( ) ( ) ( ) ( ) 4. DISCUSS EFFORTS MADE TO DEFINE ADDITIONAL ELEMENTS OF THE WORK PROPOSED TO BE PERFORMED BY SBE s IN ORDER TO INCREASE THE LIKELIHOOD OF ACHIEVING THE GOAL. 5. INDICATE ADVERTISEMENTS MEDIUMS USED FOR SOLICITING BIDS FROM SBE s (PLEASE ATTACH A COPY OF THE ADVERTISEMENTS). RFP 2019-XXX-XXX P AGE 39 Good Faith Effort Form Page 3 of 4 GOOD FAITH EFFORT AFFIRMATION I HEREBY AFFIRM THAT THE INFORMATION PROVIDED IN THIS GOOD FAITH EFFORT PLAN IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. I FURTHER UNDERSTAND AND AGREE THAT THIS DOCUMENT SHALL BE ATTACHED THERETO AND BECOME A BINDING PART OF THE CONTRACT/AGREEMENT. NAME OF AUTHORIZED OFFICIAL: TITLE: SIGNATU DATE RE: : FOR USE ONLY BY THE OFFICE OF SMALL BUSINESS ENTERPRISE GOOD FAITH EFFORT RECOMMENDATION: APPROVED: NOT APPROVED: DATE: SBE DIRECTOR: Good Faith Effort Affirmation Page 4 of 4 RFP 2019-XXX-XXX P AGE 40 RFP 2019-XXX-XXX P AGE 41 TEXAS GOVERNMENT CODE CHAPTER 2270 VERIFICATION FORM I, _____________________________________________________________________________(Person name), the undersigned representative of (Company or Business name) ______________________________________________ __________________________________________ being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named- above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract between company and Dallas County, Texas. Pursuant to Section 2270.001, Texas Government Code: action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and -profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. ___________________________________________________ ___________________________________________________ Signature Printed Name ___________________________________________________ ___________________________________________________ Title Date AFFIX NOTARY STAMP / SEAL ABOVE I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. _______________________________________________________________________ Signature of authorized agent of contracting business entity Sworn to and subscribed before me, by the said ______________________, this the _______________________ day of ________________, 20 _______ , to certify which, witness my hand and seal of office. ____________________________________ ____________________________________ ____________________________________ Signature of officer Printed name of officer Title of officer administering oath administering oath administering oath RFP 2019-XXX-XXX P AGE 42 TEXAS GOVERNMENT CODE CHAPTER 2252 CERTIFICATION FORM I, _____________________________________________________________________________________________ _____(Person name), the undersigned representative of (Company or Business name) ___________________________________________________________________________________ _______________________________________________________________ (hereafter referred to as being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named-above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2252: 1. IS NOT listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, 807.051 or Section 2253.153; and 2. Will not be listed during the term of the contract between company and Dallas County, Texas. Pursuant to Section 2252..152 and 2252.153, Texas Government Code: Sec. 2252.152. CONTRACTS WITH COMPANIES ENGAGED IN BUSINESS WITH IRAN, SUDAN, OR FOREIGN TERRORIST ORGANIZATION PROHIBITED. A governmental entity may not enter into a governmental contract with a company that is identified on a list prepared and maintained under Section 806.051, 807.051, or 2252.153. Sec. 2252.153. LISTED COMPANIES. The comptroller shall prepare and maintain, and make available to each governmental entity, a list of companies known to have contracts with or provide supplies or services to a foreign terrorist organization. ___________________________________________________ ___________________________________________________ Signature Printed Name ___________________________________________________ ___________________________________________________ Title Date AFFIX NOTARY STAMP / SEAL ABOVE I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ___________________________________________________________________ Signature of authorized agent of contracting business entity Sworn to and subscribed before me, by the said _______________________________________, this the RFP 2019-XXX-XXX P AGE 43 ________________________ day of ________________, 20 _______ , to certify which, witness my hand and seal of office. ____________________________________ ____________________________________ ____________________________________ Signature of officer Printed name of officer Title of officer administering oath administering oath administering oath RFP 2019-XXX-XXX P AGE 44 This is a sample CERTIFICATE OF INTERESTED PARTIES. Contractor must use the Texas Ethics Commission electronic filing web page (at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm) to complete the most current Certificate of Interested Parties form and submit the form as instructed to the Texas Ethics Commission and Dallas County. RFP 2019-XXX-XXX P AGE 45 TITLE VI ASSURANCES/COMPLIANCE -- APPENDIX A A.Assurances RFP 2019-XXX-XXX P AGE 46 During the performance of this contract, the contractor, for itself, its assignees, and successors in interest 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Acts and the Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation, the Federal Highway Administration, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential tract and the Acts and the Regulations relative to Nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the Federal Highway Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the Recipient or the Federal Highway Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: provisions of this contract, the Recipient will impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. RFP 2019-XXX-XXX P AGE 47 B.Nondiscrimination Authorities During the performance of this contract, the contractor, for itself, its assignees, and successors in interest and authorities; including but not limited to: Pertinent Nondiscrimination Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C.§ 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 U.S.C. § 4 71, Section 4 7123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); RFP 2019-XXX-XXX P AGE 48 Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U .S.C. 1681 et seq). C. Representations and Warranties The Contractor also makes the following representations and warranties to Dallas County: 1. It has taken the steps necessary to effectuate Title VI requirements. 2. Disadvantaged business enterprises are afforded equal opportunity to submit bids/proposals as sub- contractors or sub-consultants and will not be discriminated against on the grounds of race, color, sex, age, disability, religion, veteran status, or national origin in consideration of a selection or award. 3. Neither contractor or any subcontractors or sub-recipients that will participate in activities to be funded as a result of this contract/bid/solicitation, are listed on the debarred list due to violations of Title VI or VII of the Civil Rights Act of 1964, nor are there any proposed parties to this contract, or any subcontract resulting therefrom, aware of any pending action which might result in such debarment or disqualification. D. Title VI Complaints Any person who, based on race, religion, color, national origin, sex, age, or disability believes that he/she has been excluded from participation in, denied benefits or services of any program or activity administered by Dallas County or its sub-recipients, consultants and contractors may bring forth a discrimination under Title VI. The complainant may file a signed, written complaint up to 180 calendar days from the date of the alleged act of discrimination or the date the person(s) became aware of the alleged act(s) of discrimination. Complaints must be filed in writing, signed by the complainant and/or representative, or filed in person with the Dallas County Title VI Coordinator at the following address: Dallas County Human Resources Dallas County Director of Human Resources and Title VI Coordinator Renaissance Tower, Floor 23 1201 Elm St., Ste. 2300-B Dallas, Texas 75270 (214) 653-7638 (phone) (214) 653-7608 (fax) A copy of the Dallas County Title VI Non Discrimination Plan and Documents, and complaint forms, may be obtained at: http://www.dallascounty.org/departments/HR/title_vi.php or at the physical address listed above. A complainant may also contact the Federal Coordination and Compliance Office, Civil Rights Division at the Title VI Hotline: 888-TITLE-06 (888-848-5306) or send a letter to: U.S. Department of Justice Civil Rights Division Federal Coordination and Compliance Section, NWB 950 Pennsylvania Avenue, N.W. RFP 2019-XXX-XXX P AGE 49 Washington, D.C. 20530 1-888-848-5306 More information on Title VI is available from the Justice Department online at www.justice.gov. Contractor shall comply with all reasonable requests made in the course of an investigation of Title VI and these assurances by Dallas County, the Texas Department of Transportation, the US Department of Transportation, the US Department of Justice, or any other federal or state agency. Failure to comply with such reasonable requests will be deemed a breach of this contract/bid/solicitation. E.Enforcement The contractor affirmatively acknowledges that it will be subject to Title VI, the implementing regulations, and any enforcement measures therein. In addition to any enforcement action by Dallas County, the contractor acknowledges that the United States and the State of Texas has a right to seek judicial enforcement with regard to any matter arising under Title VI, including the assurances herein. : _________________________________________________________________ _____________________________________________________________________ ___________________ Signature, Authorized Representative of Contractor Date ____________________________________________ Title Updated Jan. 2018 RFP 2019-XXX-XXX P AGE 50 RFP 2019-XXX-XXX P AGE 51 VOLUNTARY MORATORIUM ON CAMPAIGN CONTRIBUTIONS In accordance with Dallas Countys Transparency Policy, parties interested in responding to this RFP/RFP are encouraged to sign this statement indicating your willingness to temporarily refrain from making any donation to any Dallas County elected official or candidate for office whose office (or potential office) has any involvement in the selection process for the associated contract during the pendency of the RFP/RFP through thirty (30) days after the contract is awarded. We hereby agree as stated; Firm Name: Signature and Title of Individual Authorized to Bind Company: Title: Print Name: Date: RFP 2019-XXX-XXX P AGE 52 Attachment A TAX FORM/DEBT/RESIDENCE CERTIFICATION (for Advertised Projects) Taxpayer Identification Number (T.I.N.): Company Name submitting Bid/Proposal: Mailing Address: Are you registered to do business in the State of Texas? Yes No If you are an individual, list the names and addresses of any partnership of which you are a general partner or any assumed name(s) under which you operate your business I. Property: List all taxable property in Dallas County owned by you or above partnerships as well as any d/b/a names. (Use a second sheet of paper if necessary.) Dallas County Tax Acct. No. * Property address or location** * This is the property account identification number assigned by the Dallas County Appraisal District. ** For real property, specify the property address or legal description. For business personal property, specify the address where the property is located. For example, office equipment will normally be at your office, but inventory may be stored at a warehouse or other location. II. Dallas County Debt - Do you owe any debts to Dallas County (taxes on properties listed in I above, tickets, fines, tolls, court judgments, etc.)? Yes No If yes, attach a separate page explaining the debt. III. Residence Certification - Pursuant to Texas Government Code §2252.001 et seq., as amended, Dallas County requests Residence Certification. §2252.001 et seq. of the Government Code provides some restrictions on the awarding of governmental contracts; pertinent provisions of §2252.001 are stated below: (3) "Nonresident bidder" refers to a person who is not a resident. (4) "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. I certify that is a Resident Bidder of Texas as defined in Government \[Company Name\] Code §2252.001. RFP 2019-XXX-XXX P AGE 53 I certify that is a Nonresident Bidder as defined in Government Code \[Company Name\] §2252.001 and our principal place of business is . \[City and State\] RFP 2019-XXX-XXX P AGE 54 Attachment g. Page 1 of 2 FINANCIAL STATEMENT Condition of vendor at close of business Month, ______________________, 2019 ASSETS 1. Cash on hand $ In Bank $ Elsewhere $ $ 2. Accounts receivable from completed contracts (Exclusive of claims not approved for payment) 3. Accounts receivable from other sources than above 4. Amounts earned on uncompleted contracts (Not included in Item 3) (Contract price on completed portion of uncompleted contracts less total cost of completed portion.) 5. Deposits for bids or other guarantees 6. Notes receivable Past due $ Due 90 days $ Due Later $ 7. Interest earned 8. Real Estate Business Property, Present value $ Other property $ 9. Stocks and Bonds $ Listed on exchange $ Unlisted $ 10. Equipment, machinery, fixtures $ Less Depreciation $ 11. Other Assets TOTAL ASSETS $ RFP 2019-XXX-XXX P AGE 55 Attachment g. Page 2 of 2 LIABILITIES AND NET WORTH 1. Notes Payable To banks regular $ (For certified check) Equip. Obligations Others $ 2. Accounts Payable Current $ Past Due 3. Real Estate Mortgages 4. Other Liabilities 5. Reserves 6. Capital Stock Paid up Common Preferred 7. Surplus TOTAL LIABILITIES $ In addition, please include and annual reports covering the two (2) most recent fiscal years, or any other documents that will allow Dallas County to assess the financial viability of the vendor. RFP 2019-XXX-XXX P AGE 56 Attachment h. REFERENCES Vendor should provide at least three (3) references for each Task. Please refer to page 15 of this RFP for additional instructions. Reference #1 Organization Name: Contact Name/ Telephone No.: Email Address: Address: Services provided: Reference #2 Organization Name: Contact Name/ Telephone No.: Email Address: Address: Services provided: RFP 2019-XXX-XXX P AGE 57 RFP 2019-XXX-XXX P AGE 58 Reference #3 Organization Name: Contact Name/ Telephone No.: Email Address: Address: Services provided: Reference #4 Organization Name: Contact Name/ Telephone No.: Email Address: Address: Services provided: RFP 2019-XXX-XXX P AGE 59 RFP 2019-XXX-XXX P AGE 60 2020 Census Participation for Dallas County QUESTIONNAIRE The questionnaire requests information about the vendor which will be utilized in the evaluation process. All vendors must complete the questionnaire and answer all questions. Answers should be as thorough and definitive as possible and include all pertinent data. The completed questionnaire should be included with the response and must be provided electronically in Microsoft Excel format on CD-ROM. Failure to do so may result in disqualification. Respond to each of the following with "yes"/"no" responses. Supplemental materials, additional pages, or requested lists providing additional information may be attached to further clarify answers. All required may result in disqualification of vendor's response from consideration or termination of the resulting contract. (LITIGATION/COMPLAINTS DISCLOSURE - If "Yes," provide the name of the person(s), the nature, and the status and/or outcome of the information, indictment, conviction, termination, claim or litigation on a separate page attached to vendor's response.) GENERAL QUESTIONS Yes No Response/Comments 1 Present Company Name 2 Location of company headquarters 3 Primary Dallas address 4 Owner(s) 5 Form of Business Corporation Partnership Sole Proprietary 6 Principal office location 7 To be completed by Corporations Date Incorporated Under the laws of what state Provide a COMPLETE list of officers Executive Officer 8 To be completed by Partnerships Date formed Is Partnership general, Limited, or associated? Provide a COMPLETE list of members. Provide a COMPLETE list of all local branch offices. RFP 2019-XXX-XXX P AGE 61 GENERAL QUESTIONS Yes No Response/Comments 9 To be completed by all vendors. Minority/Women Business Enterprise (M/WBE) or Historically Underutilized Business (HUB) Does responding vendor qualify as M/WBE? Does responding vendor qualify as HUB? Vendor must provide backup certifictions of M/WBE or HUB verification. Does vendor intend to utilize sub- contractor? If so, does sub -contractor qualify as M/WBE? If so, does sub -contractor qualify as HUB? If neither the prime no sub-contractor qualify as a M/WBE or HUB, list the percentage of the company ownership in prime or sub-contractor by either minorities and/or women. If neither of the prime nor sub- contractor qualify as a M/WBE or HUB, list the percentage of employees that are either minorities and/or women. 10 Submitted by (name of person submitting questionnaire) 11 Is your company presently in compliance with all City, State and Federal requirements with jurisdiction over your business? 12 If your answer is "NO", what is the specific area of non-compliance and what do you anticipate as the outcome? 13 How many years has your company been in existence in its current business form and operating under the same name? Include written evidence. RFP 2019-XXX-XXX P AGE 62 14 Has company conducted business with Dallas County in the last twenty- four (24) months? If yes, provide details. GENERAL QUESTIONS Yes No Response/Comments 15 Does your company understand that due to processing procedures for Dallas County, there may be up to a forty-five (45) day delay from the date the is received by the using department and the Dallas County's Auditor's Office before payment is available and that no consideration for special handling will be made? 16 Provide the name of the representative to be assigned to handling all Dallas County needs, facilitating communication and ensuring quality of services. Telephone Number (must be a local or toll free) After hours contact information Fax number (must be local or toll free) Email address 17 Vendor may subcontract parts of the services awarded on this contract to another firm but must first acquire Dallas County approval prior to subcontracting. Awarded vendor will be repsonisble for maintaining all insurance requirements for any/all subcontractors. Identify if vendor plans to subcontract any portion of this solicitation, what parts will be suncontracted, and the suncontractor expected to provide the services. If yes, the vendor shall be required to obtain a payment bond. The County will provide the bond documents to be executed. 18 If your company does not have an office in Dallas , please explain how your company will provide services should Dallas County decide to award to your company? RFP 2019-XXX-XXX P AGE 63 LITIGATION AND/OR COMPLAINTS DISCLOSURE 19 Has vendor or any senior level executive ever been indicted or convicted of a felony or misdemeanor greater than a Class C in the last five (5) years? Is the vendor's company or any of its officers, director, partners or principals now under indictment, court order or investigation? LITIGATION AND/OR COMPLAINTS Yes No Response/Comments DISCLOSURE 20 Has vendor or any senior level executive to be assigned to this project been terminated (for cause or otherwise) from any work being performed for the Dallas Health System or any other federal, state or local government, or private entity? 21 Has vendor or any senior level executive to be assigned to this project been involved in any claim or litigation with the Dallas Health System or any other federal, state or local government, or private entity during the last ten (10) years? 22 Describe any litigation against vendor's company in the past five (5) years including any settled or dismissed matters. Is vendor's company under investigation or subject to any regulatory action by either a state or federal agency? If yes, explain. 23 Has vendor had any complaints filed with the Better Business Bureau (BBB) for failure to perform in accordance with agreements. 24 Is vendor's company currently involved in any active/pending civil matters? If yes, explain QUESTIONNAIRE WILL NOT BE CONSIDERED WITHOUT NOTARY SECTION COMPLETED AND RETURNED. State of: __________________________________ RFP 2019-XXX-XXX P AGE 64 County of: ________________________________ _____________________________________ being duly sworn, deposes and says that he is______________________________ of (Name) (Title) ______________________________________________ and that the answers to the foregoing questions on the attached forms and all (Company) statements therein are true and correct: that the experience record and the schedule of services are made a part of this affidavit as though written in full herein, and all statements and questions given in the above-mentioned experience record and schedule of services are true and correct. Signed: ___________________________________ Sworn to before me this _____ day of _________________A.D. 20_____ NOTARY PUBLIC____________________________________________ My commission expires: ________________________________________ RFP 2019-XXX-XXX P AGE 65 MEMORANDUM To: Mayor and City Council From: Kent Collins, P.E., Director of Public Works Date: September 24, 2019 Reference: Discussion of Drainage Projects and the Drainage Utility District 2030: Sustainable City Government, Goal 3 Excellent and Well-maintained City Infrastructure and Facilities General Information: The City is responsible for maintaining conveyance in streams The City is responsible for maintaining storm drain infrastructure located in drainage easements The City needs to implement drainage improvement projects to preserve conveyance and maintain drainage infrastructure The Drainage Utility District generates revenue for the operation and maintenance of the drainage system This is the first discussion regarding revenue needs and possible changes to the Drainage Utility District rates Introduction/Analysis: Staff will present specific drainage projects that need to be implemented to meet obligations regarding infrastructure and conveyance maintenance. Staff will also introduce projected operation and maintenance needs, along with background on the Drainage Utility District. This discussion will also introduce possible changes to the Drainage Utility District rates. Legal Review: No legal review was required. Fiscal Impact: There is no fiscal impact related to this item. Recommendation: This item is presented for discussion only. 1 MEMORANDUM To: Mayor and City Council From: Kent Collins, P.E., Director of Public Works Date: September 24, 2019 Reference: Discussion of Access Management and Traffic Operations 2030: Sustainable City Government, Goal 3 Excellent and Well-maintained City Infrastructure and Facilities General Information: Access management is the control of access to and from a roadway or highway to allow reasonable access from development and preserve the capacity of the roadway or highway. Access management includes criteria related to driveway spacing, auxiliary lane design criteria, median opening spacing, and related elements. Current access management criteria are included in the Subdivision Ordinance. The existing criteria have been in place for more than two decades. If the City adopts an Access Management Policy, TxDOT will consider granting access permitting authority to the City for driveways along frontage roads. This discussion will present a draft Access Management Policy. This discussion will also present an overview of traffic flow operations strategies. Introduction/Analysis: Staff will present a draft policy on updated access management standards. Staff will also present an overview of traffic flow operations strategies for discussion. Legal Review: No legal review was required. Fiscal Impact: There is no fiscal impact related to this item. Recommendation: This item is presented for discussion only. 1 MEMORANDUM To:Mayor and City Council Through:Mike Land, City Manager From:Traci E. Leach, Deputy City Manager Date:September 24, 2019 Reference:Discussion regardingVision 2040 Strategic Plan Objectives Introduction: The purpose of this work session item is to continue the discussion that began during the August 9 and 10, 2019 Retreat. At that time, the Council began discussingthe objectives, as outlined in the Vision 2040 Plan,in greater detail.The Executive Committee was intentional about not dictating how each of those goals should be addressed. Rather, the goals spoke to expressed needs of the community, with the expectation that there would be additional planning and discussions to determine strategies and objectives that would achieve those goals. The retreat was the first step in that conversation.However, the Council did not have enough time to discuss all objectives. This agenda item will remain on future work sessions until all objectives have been discussed. Background:The Vision 2040 Strategic Planincludes seven pillars around which high-level goals were identified to support each pillar. The plan was created by a robust community engagement process that spanned approximately nine months and culminated in the acceptance of the plan and approval of the pillars and goals on April 23, 2019. Analysis: None. Legal: N/A. Fiscal Impact:None. Recommendation:None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he National Association of Town Watch is sponsoring the 35thAnnual st edition of an important nationwide crime and drug prevention event on October 1, 2019, called “National Night Out;” and WHEREAS, The“Annual National Night Out” provides a unique opportunity for Coppell, Texas to join forces with thousands of other communities across the country in promoting cooperative police and community drug prevention efforts; and th WHEREAS,The City of Coppell is celebrating the 28Anniversary of participating in this great crime prevention program; and WHEREAS,It is essential that all citizens of Coppell, Texas be aware of the importance of crime prevention programs and the impact that their participation can have on reducing crime, drugs, and violence in Coppell, Texas; and WHEREAS,Police-Community partnerships, neighborhood awareness and safety, and cooperation are important themes of the “National Night Out” program; and WHEREAS, Neighborhood Crime Watch plays a vital part inassisting the Coppell Police Department through joint crime prevention efforts in Coppell. NOW, THEREFORE, I, Karen Hunt, Mayor of the City of Coppell, do hereby proclaim Tuesday,October 1st,2019as “National Night Out” Inthe City of Coppell, Dallas County, Texas. IN WITNESS THEREOF,I have set my hand and caused the seal of the City of Coppell to be affixed this _____day of September 2019. _________________________________ Karen Hunt,Mayor ATTEST: _____________________________ Christel Pettinos, City Secretary  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;<7 789:;68=>-?/$ @A-B0*?5-?A =>-?/$ /%+"'=>4'-&*"4'?!!1 4' 80CA( 0*+?DC, @"# %(A4'B")"#"AC"4'=A'$(A!#(+4' 79E8FE789 /%+"'$#"!"D4' GC?+A-5 9E87E89 /%+"'02"4'/%A+'EC!%(A4' -%!+"4' 0*?5C/-% $11%*.$, *H AI- BC?+A-5J K-1A-BL-% 872 789" 0(!" 4' ?*(A (# 4'FAC!2"A!'>!"4' 0G 789:79:87"1/H E!!CG2"A! 4'FAC!2"A!'0123"#4' $(A!C!4' H"#%AI'>!"4' >#)!"#4'F))"C!%J"'>!"4' H% !(#&'()'K"I% +!%J"'/%+"''''' @"#9 EC!%AI'L(D&4''>!"4''EC!%(A4''?"A!'-(4''>1"'>!"4'B"!1#A'B" 1+!4' %(A4' >!"4'' 80CA( 0*+?DC,79E;E789 -".!'()'K"I% +!%J"'/%+"'56789:;<7 3CA,- 0*?5C/-% $11%*.$, *H AI- BC?+A-5J K-1A-BL-% 872 789" K+BB$%( $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"#  !" #$%&'$( )*+,-.$%/  !"#$%#$&&'((#)'*+, 0*11-,,2 3-4$5 6789:9;6< - ./!',  !"#$/.0 ( )/',:+"#;'&!'78'9#<4#=4<>1234#5- $/.0 (#6+78'9, ?@ABC#DEC)##########################################################################-@A?#DFGG -+"$9#######################################################################################-+"$9#59$#)'7 GFHH#GICJ###########################################################################J@AK#AILBC################################# 5(+0'#<#####################################################################################5(+0'#M NAF@CC@#DFCIOI;@P;-F)D################################################C@CK#KFCJGFCJ 5(+0'#=#####################################################################################5(+0'#1 QB;#-@K;#############################################################################NFOE#-@)DBQ 5(+0'#3#####################################################################################5(+0'#R -F?B#G@CL  !"#-+.+S'9 < : 59','.! =$%-> ?+>@A0,BCC D*>EA)%B$>>$ ?B>*F*5$:GHB@IAJ-5 K$(5AL$%( M*/->AN$>O( PB>E,B>EA)BF+ K$@I-' $>/ K$%& ?B,, @(,$#&9','.!#T'9'# !"#-+.+S'9#- U'#G+.:#L'&/!"# !"#-+.+S'9#)9+0 #G'+06#L'&/!"#  !"#;'09'!+9"#@,6('"#IT'.,#+.:# !"#@!!$9.'"#A$8'9!#D+S'9V )6'# !"#$/.0 (#$%#!6'# !"#$%#$&&'((#7'!# .#A'S/(+9#;',, $.#$.#)/',:+"#;'&!'78'9# <4#=4<>#+!#1234#&V7V# .#!6'# !"#$/.0 (#6+78'9,#$%#)$T.#'.!'9#=11#5+9UT+"# N$/('W+9:#$&&'((#)'*+,V +((#!$#I9:'9 <V -+"$9#D/.!#0+((':#!6'#7''! .S#!$#$9:'9#:'!'97 .':#!6+!#+#X/$9/7#T+,# &9','.!#+.:#0$.W'.':# .!$#!6'#Q$9U#;',, $.#+!#12M4#&V7V Q$9U#;',, $.#########YI&'.#!$#!6'#5/8( 0Z########<,!#H($$9#$.%'9'.0'#A$$7 =V Q"RB5O+55B*> %-E$%/B>E $E->/$ B@-H5" )"RB5O+55B*> %-E$%/B>E @I- /%$C@ *C @I- SP 77 J*%& #,$>" 0"RB5O+55B*> %-E$%/B>E BH1%*.-H->@5 %-,$@-/ @* @I- RQM3 GB,.-% DB>-" R"0*>@B>+-/ /B5O+55B*> *> TB5B*> 7;7 *UF-O@B.-5" 59','.!':# .#Q$9U#;',, $. $%&'"()"$(**!++,"-!./  !"#  !"#$/.0 (- ./!',;'&!'78'9#<4#=4<> A'S/(+9#;',, $. -+"$9#D/.!#+:\[$/9.':#!6'#Q$9U#;',, $.#+!#\\2<\]#&V7V#+.:#9'0$.W'.':# .!$#!6'# A'S/(+9#;',, $.#+!#\\234#&V7V F.W$0+! $.#########\\234#&V7V 3V A'W'9'.:#)$7#5+(7'9#H 9,!#E. !':#-'!6$: ,!#6/906#S+W'#!6'#F.W$0+! $.V 5(':S'#$%#@(('S +.0' MV -+"$9#D/.!#+.:#!6'# !"#$/.0 (#(':#!6$,'#&9','.!# .#!6'#5(':S'#$%#@(('S +.0'V  ! ^'.,_#@&&'+9+.0' 1V -+"$9#D/.!#+,U':#%$9#!6$,'#T6$#, S.':#/&#!$#,&'+U2 <Z#)$::#;!$906#\\3>#D+77$.:#,&$U'# .#%+W$9#$%#!6'#&9$&$,':#!+*#9+!'V =Z#)6$7+,#N/99$T,#<3\]#Q"..&+S'#,&$U'# .#9'S+9:,#!$#8+0U%($T#&9'W'.!'9,V 3Z#O$'#;6 9('"#1\]=#`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`G-'-% L->-%$, S+>/A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V $%&'"()"$(**!++,"-!./  !"0  !"#$/.0 (- ./!',;'&!'78'9#<4#=4<> V 0*>5B/-% $11%*.$, *C $ N$@B*>$, a>@-%E*.-%>H->@$, #+%OI$5B>E Q,,B$>O- #%*1*5$, ^Na#Q M8778:3b:89c<6A C*% ?TQ0 %->*.$@B*>5 @* SB%- G@$@B*> A ,*O$@-/ $@ \[cc K$OQ%@I+% )*+,-.$%/A $5 U+/E-@-/ B> SP 8<:892 B> @I- $H*+>@ *C _8<\[26"77A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V LV 0*>5B/-% $'$%/ *C 3I- a>@-%,*O$, #+%OI$5B>E G(5@-H d3a#Ge O*>@%$O@ ^ 8<8878 @* 0+5@$%/ 0*>5@%+O@B*> G-%.BO-52 B> @I- $H*+>@ *C _8c<277"62 $5 U+/E-@-/ B> SP 8<:89 a>C%$5@%+O@+%- K$B>@->$>O- S+>/ : S$OB,B@B-5 RB.B5B*> $>/ $.$B,$U,- B> #$%&5 $>/ M-O%-$@B*> )+B,/B>E aH1%*.-H->@5 S+>/52 C*% @I- /-H*,B@B*> $>/ %-1,$O-H->@ *C 3I- 0fM! G-%.BO- R-5& $>/ @I- ,*UU( C,**%B>EA $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE>" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V BV 0*>5B/-% $11%*.$, *C $> $H->/H->@ @* @I- #-%C*%H$>O- 0*>@%$O@B>E QE%--H->@ 'B@I GB-H->5 a>/+5@%(2 a>O"2 @* O*%%-O@ @I- H-@-% 5BY-5 ,B5@-/ B> @I- *%BEB>$, 5O*1- *C '*%& B> @I- $H*+>@ *C _82788"6A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V HV 0*>5B/-% $11%*.$, *C $ O*>@%$O@ $//->/+H C*% @I- %->-'$, C*% @IB%/:1$%@( O,$BH5 $/HB>B5@%$@B*> 5-%.BO-5 'B@I WKM2 a>O"A B> @I- $H*+>@ *C _82\[9<"772 $5 U+/E-@-/ B> SP 89:7A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V JV 0*>5B/-% $11%*.$, *C @I- %->-'$, O*>@%$O@ 'B@I 3%+ G-%.BO-5 C*% 5@*1 ,*55 B>5+%$>O- B> @I- $H*+>@ *C _;82<7\["c72 $5 U+/E-@-/ B> SP 89:7A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V DV 0*>5B/-% $11%*.$, *C $ %->-'$, 1*,BO( C*% C+,,( B>5+%-/ *%E$> @%$>51,$>@ O*.-%$E- 'B@I 3*&B* K$%B>- ?00A B> @I- $H*+>@ *C _c72;86"772 $5 U+/E-@-/ B> SP 89:7A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $%&'"()"$(**!++,"-!./  !"1  !"#$/.0 (- ./!',;'&!'78'9#<4#=4<> $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V FV 0*>5B/-% $11%*.$, *C MS# ^8c6 C*% DBC-2 QOOB/->@$, R-$@I $>/ RB5H-HU-%H->@ dQRgRe2 GI*%@ 3-%H RB5$UB,B@( $>/ D*>E 3-%H RB5$UB,B@( O*.-%$E- 'B@I K+@+$, *C fH$I$A B> @I- $H*+>@ *C _86829c<"7;2 $5 U+/E-@-/ B> SP 89:7A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V OV 0*>5B/-% $11%*.$, *C @I- %->-'$, O*>@%$O@ 'B@I ?*,H-5 K+%1I( g Q55*OB$@-5 C*% -H1,*(-- U->-CB@5 O*>5+,@B>E2 '-,,>-55 5-%.BO-5 $>/ *@I-% %-,$@-/ U->-CB@ 1%*E%$H5A B> @I- $H*+>@ *C _872777"772 $5 U+/E-@-/ B> SP 89:7A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V ?V 0*>5B/-% $11%*.$, *C $> f%/B>$>O- C*% #R:\[77:Da2 SB%- G@$@B*> ^;2 $ Y*>B>E OI$>E- %-\]+-5@ C%*H Da dDBEI@ a>/+5@%B$,e $>/ #R:89;M;M:Da d#,$>>-/ R-.-,*1H->@:89;:M-.B5B*> ; M-.B5-/:DBEI@ a>/+5@%B$,e @* #R:\[77:Da d#,$>>-/ R-.-,*1H->@:\[77: DBEI@ a>/+5@%B$,e @* $,,*' $ 8926 5\]+$%- C**@ SB%- G@$@B*> $>/ $ M-5*+%O- 0->@-% *> $11%*4BH$@-,( ;"\[\[ $O%-5 *C 1%*1-%@( ,*O$@-/ *> @I- 5*+@I 5B/- *C N*%@I1*B>@ R%B.-2 $11%*4BH$@-,( 677 C--@ -$5@ *C M*($, D$>-2 $@ @I- %-\]+-5@ *C @I- 0B@( *C 0*11-,,A $>/ $+@I*%BYB>E @I- K$(*% @* 5BE>" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V !>$O@H->@ N*Z fM 9877:Q:6;6 GV 0*>5B/-% $11%*.$, *C %->*.$@B*>5 *C @I- /*%HB@*%( $%-$ $@ SB%- G@$@B*> ^ U( 0+5@$%/ 0*>5@%+O@B*> G-%.BO-52 DD02 3a#G 0*>@$O@ ^8<88782 B> @I- $H*+>@ *C _862\[";2 $5 U+/E-@-/ B> SP8<:89A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE> $>( >-O-55$%( /*O+H->@5" @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#$.,'.!#@S'.:+#F!'7,#@PG#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V B.:#$%#$.,'.!#@S'.:+ \]V 0*>5B/-% $11%*.$, *C $> f%/B>$>O- $11%*.B>E $>/ $/*1@B>E @I- U+/E-@ C*% @I- 0B@( *C 0*11-,,2 3-4$5 C*% @I- SB5O$, P-$% *C fO@*U-% 82 7892 $%&'"()"$(**!++,"-!./  !"2  !"#$/.0 (- ./!',;'&!'78'9#<4#=4<> @I%*+EI G-1@-HU-% \[72 77A $>/ $+@I*%BYB>E @I- K$(*% @* 5BE>" 59','.!+! $.2#O'.. %'9#- (('9#L 9'0!$9#$%#H .+.0'#7+:'#+#&9','.!+! $.#!$#!6'#  !"#$/.0 (V @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#Q',#-+",#,'0$.:':#8"#-+"$9#59$# )'7#-+9U#D ((#!6+!#!6 ,#@S'.:+#F!'7#8'#+&&9$W':V#)6'#7$! $.#&+,,':#8"#+.# /.+. 7$/,#W$!'V !>$O@H->@ N*Z fM 789:87 >V 0*>5B/-% %$@BCBO$@B*> *C @I- .*@- *> @I- SP 789:7 $>>+$, U+/E-@ 'IBOI %-5+,@5 B> H*%- %-.->+-5 C%*H $/ .$,*%-H @$4-5 @I$> @I- 1%-.B*+5 (-$%" 59','.!+! $.2#O'.. %'9#- (('9#L 9'0!$9#$%#H .+.0'#7+:'#+#&9','.!+! $.#!$#!6'#  !"#$/.0 (V @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#Q',#-+",#,'0$.:':#8"# $/.0 (7'78'9#C+.0"#K .S( .S#!6+!#!6 ,#@S'.:+#F!'7#8'#+&&9$W':V#)6'# 7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V <4V 0*>5B/-% $11%*.$, *C $> f%/B>$>O- *C @I- 0B@( *C 0*11-,,2 3-4$5 ,-.(B>E @I- $/ .$,*%-H @$4-5 C*% @I- (-$% 789 $@ _"<;77 *> -$OI f>- ?+>/%-/ R*,,$%5 d_877e $55-55-/ .$,+- *C @$4$U,- 1%*1-%@(A *> 'IBOI _";6667 B5 C*% *1-%$@B*>5 $>/ H$B>@->$>O- $>/ _"87c9< B5 C*% B>@-%-5@ $>/ 5B>&B>EA $>/ $+@I*%BYB>E @I- K$(*% @* 5BE>" 59','.!+! $.2#O'.. %'9#- (('9#L 9'0!$9#$%#H .+.0'#7+:'#+#&9','.!+! $.#!$#!6'#  !"#$/.0 (V @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#C+.0"#K .S( .S#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#!6'#&9$&'9!"#!+*#9+!'#8'# .09'+,':#8"#!6'# +:$&! $.#$%#+#!+*#9+!'#$%#aV1\]M44#T6 06# ,#'%%'0! W'("#+#\\V\]Rb# .09'+,'# .#!6'#!+*# 9+!'V# )6'#7$! $.#0+99 ':#Y1P=Z#8"#!6'#%$(($T .S#W$!'2 @"'2#1#P#$/.0 (7'78'9#( %%#G$.S#$/.0 (7'78'9#N9 +..+#D .$\[$,+P;7 !6# $/.0 (7'78'9#Q',#-+",#$/.0 (7'78'9#J+9"#A$:'.#+.:#$/.0 (7'78'9# C+.0"#K .S( .S C+"2#=#P#-+"$9#59$#)'7#-+9U#D ((#+.:#$/.0 (7'78'9#N \[/#-+!6'T !>$O@H->@ N*Z fM 789:88 <<V 0*>5B/-% $11%*.$, *C $ M-5*,+@B*> $H->/B>E M-5*,+@B*> N*" 78799c"\[ $5 $H->/-/2 $H->/B>E @I- K$5@-% S-- GOI-/+,- C*% 0*11-,, 0B@( 0*/- S--5 d)+B,/B>Ee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a>C*G->/2 a>O" C*% $> $11%*4BH$@- $>>+$, O*5@ $>/ C+@+%- $>>+$, %-O+%%B>E O*5@5 *C _662777"77 $>>+$,,(A $>/ $+@I*%BYB>E @I- 0B@( K$>$E-% @* 5BE>" 59','.!+! $.2#? 7#) '6'.#@,, ,!+.!#L 9'0!$9#$%#H .+.0'#7+:'#+#&9','.!+! $.# !$#!6'# !"#$/.0 (V @#7$! $.#T+,#7+:'#8"#$/.0 (7'78'9#N \[/#-+!6'T#,'0$.:':#8"# $/.0 (7'78'9#( %%#G$.S#!6+!#!6 ,#@S'.:+#F!'7#8'#+&&9$W':V#)6'#7$! $.# &+,,':#8"#+.#/.+. 7$/,#W$!'V <3V 0fN3aNW!R #W)Da0 ?!QMaNLZ 0*>5B/-% $11%*.$, *C #R:c7M:M2 3%B>B@( MB.-% =$($&2 Y*>B>E OI$>E- %-\]+-5@ C%*H #R:c7M:M d#,$>>-/ R-.-,*1H->@:c7:M-.B5-/:M-@$B,e @* #R:c7M:M d#,$>>-/ R-.-,*1H->@:c7:M-.B5B*> :M-@$B,e @* $H->/ @I- 5B@- 1,$> @* $,,*' C*% $ O$>*1( $>/ 5@*%$E- U+B,/B>E2 $> ->O,*5-/ H-@$, 5@*%$E- O*>@$B>-% $>/ @* +5- @I- -4B5@B>E U+B,/B>E $5 $ ,B.-`'*%& %-5B/->O-A U( $,,*'B>E .$%B$>O-5 @* @I- h*>B>E f%/B>$>O- B>O,+/B>EZ $,,*'$U,- +5- $>/ ->O%*$OIH->@ B>@* @I- %-\]+B%-/ 5-@U$O& *> 8";9 $O%-5 *C 1%*1-%@( ,*O$@-/ 8c78 !" G$>/( D$&- M*$/2 $@ @I- %-\]+-5@ *C i-CC T$%>-,,2 T$%>-,, ?*,/B>E52 DD0" 59','.!+! $.2#-+!!#;!''9#L'W'($&7'.!#;'9W 0',#$$9: .+!$9#7+:'#+# &9','.!+! $.#!$#!6'# !"#$/.0 (V @+9$.#L/.0+.#=44<#G+7+9#L+((+,#)c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dT$9U#/,'# .#!6'#7+ .#,!9/0!/9'#&9$W :':#!6+!2 +V#H 9'#,&9 .U('9,#+9'# .,!+((':V 8V#)6'#8/ (: .S#0$:'#9'X/ 9'7'.!,#%$9#8$!6#!6'#0$77'90 +(#+.:#9', :'.! +(# 0$7&$.'.!,#+.:#,&+0'#+(($0+! $.#Y14b#9', :'.! +(#e#14b#0$77'90 +(Z#+9'# +:6'9':#!$V =V#A'7$W'#!6'#%9$.!#"+9:#0+.$&"#+.:#,!$9+S'#8/ (: .SV#A'($0+!'#!6'#&'9,$.+(# $%&'"()"$(**!++,"-!./  !"4  !"#$/.0 (- ./!',;'&!'78'9#<4#=4<> +,,'!,#,!$9':# .#!6'#%9$.!#"+9:#&+9U .S#($!V 3V#A'7$W'#!6'#,6 && .S#0$.!+ .'9#+.:#9'&(+0'#T !6#+.#+00',,$9"#,!9/0!/9'#(',,# !6+.#<14#,X/+9'#%''!#,'!8+0U#%9$7#9'+9#&9$&'9!"#( .'#8"#+#7 . 7/7#$%#!69''# %''!V MV#F%#!6'#%9$.!#"+9:#0+.$&"#+.:#,!$9+S'#8/ (: .S# ,#+&&9$W':#!6'.2 +V#@#8/ (: .S#&'97 !# ,#9'X/ 9':V 8V#@#('!!'9# ,#9'X/ 9':#%9$7#+#9'S ,!'9':#&9$%',, $.+(#'.S .''9#+!!',! .S#!$#!6'# .,!+((+! $.#$%#!6'#,!9/0!/9'#7''! .S#!6'# .!'.!#$%#!6'#'.S .''9':#&(+.V )6'#7$! $.#&+,,':#8"#+.#/.+. 7$/,#W$!'V <MV #W)Da0 ?!QMaNLZ 0*>5B/-% $11%*.$, *C #R:;7McM:?02 ?$@ 0%--& )+%E-% 0*H1$>(2 $ Y*>B>E OI$>E- %-\]+-5@ C%*H #R:;7Mc:?0 d#,$>>-/ R-.-,*1H->@:;7:M-.B5B*> c:?BEI'$( 0*HH-%OB$,e @* #R:;7McM:?0 d#,$>>-/ R-.-,*1H->@:;7:M-.B5B*> c:M-.B5-/:?BEI'$( 0*HH-%OB$,e @* $,,*' $ %-5@$+%$>@ d$11%*4" 8977:5Ce 'B@I $ /%B.-:@I%*+EI2 1$@B* d$11%*4" 8877:5Ce $>/ 1,$( $%-$ @* U- O*>5@%+O@-/ *> $11%*4BH$@-,( 7"<8 $O%-52 $@ @I- >*%@I'-5@ \]+$/%$>@ *C G? 88 $>/ R->@*> 3$1 M*$/2 C+%@I-% B/->@BCB-/ $5 D*@ ;2 ),*O& Q2 *C @I- N*%@I L$@-'$( #,$Y$ Q//B@B*>A $@ @I- %-\]+-5@ *C 0,$(H**%- !>EB>--%B>E *> U-I$,C *C MG#R ?*,/B>E a>O" 59','.!+! $.2#-+9"#5+9$.PN$,T'((#;'. $9#5(+..'9#7+:'#+#&9','.!+! $.#!$#!6'#  !"#$/.0 (V -+!!#-$$9'#(+"7$$9'#B.S .''9 .S#<>43#'.!9+(#L9 W'#;/ !'#M4R#N':%$9:# )c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f#N9 .S#"$/9#8(+.U'!#$9#06+ 9,#+.:#S9+8#+#8 !'#!$#'+!#%9$7# ($0+(#%$$:#!9/0U,V#$7&( 7'.!+9"#&$&0$9.#T ((#8'#+W+ (+8('#0$/9!',"#$%#$&&'((# 5+9U,#+.:#A'09'+! $.f# V#5+9! 0 &+!'# .#($0+(#S$W'9.7'.!#+.:#S W'#8+0U#!$#!6'#0$77/. !"#8"#,'9W .S# $.#$.'#$%#!6'# !"#$%#$&&'((g,#N$+9:,#$9#$77 ,, $.,V#)6'# !"# ,#0/99'.!("# ,''U .S#&+,, $.+!'# .: W :/+(,#!$#8'#+#&+9!#$%#N$+9:,#+.:#$77 ,, $.,#!6+!# 6'(&#S/ :'#:'W'($&7'.!#%/!/9'#.'':,#9'S/(+! $.,#+.:#7$9'#%$9#$&&'((V# @&&( 0+! $.,#T ((#8'#+00'&!':#$.( .'#+!#0$&&'((!*VS$Wd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hhhhhhhhhhhhhhhhhhhhhhhh ?+9'.#;'(8$#D/.!#-+"$9 @))B;)2 hhhhhhhhhhhhhhhhhhhhhhhhhhhhhh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o:Mayor and City Council From:Christel Pettinos, City Secretary Date:September 24, 2019 Reference:Consider approval of an agreement renewal between the City of Coppell and SPAN, Inc., for the provision of transit services for Senior Citizens and Citizens with Disabilities; in an amount,not to exceed $16,000; as budgeted; and authorizing the Mayor to sign. Introduction:This is the annual contract renewal between the City of Coppell and SPAN for residential, paratransit services. Analysis:SPAN Ridership numbers are as follows: 2018SPAN SPAN 2019SPAN SPAN 2016Month TripsRidersMonth TripsRiders 96 474 TripsJanuary68January93 77 42 RidersFebruary86February95 86 March120March87 99 2017April134April140 810 1,166 TripsMay101May136 59 93 RidersJuneJune 77113 611 JulyJuly 92138 1210 August105August112 10 September128September 12 October150October 7 November92November 7 December76December 10068 Total1,229914 Recommendation:Approval recommended. City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services1Page .in accordance with this Agreement and persons with documented disabilities (herein after Riders) are sixty (60) years of age or older who door demand response transit services to Riders -to-SPAN shall provide door.102. Service Article II notice to the other Party. Either Party may terminate this Agreement by giving thirty (30) days prior written .201. .September 30, 2020until continue (“Effective Date”) and 9October 1, 201This Agreement shall commence on .101. Term Article I agree as follows: aluable consideration, the sufficiency and receipt of which are hereby acknowledged, the Parties v , in exchange for the mutual covenants set forth herein, and other NOW THEREFORE conditions set forth in this Agreement; on the terms and Cityservices for provide transportabilitytodesiresSPAN,WHEREAS or in part within Denton County, Texas, hole Texas Transportation Code to provide this type of transportation to municipalities located in w profit corporation, grandfathered under the -SPAN is authorized as a non,WHEREAS ; andtransportation services in the Coppell service area, as set forth hereinconnection with herein in , to provide the services described joint venture, partnership or employeeand not as an as an independent contractor, SPAN, City desires to engage the services of WHEREAS said citizens, and ate transportation to routine matters, the City desires to assist and provide a form of public/priv which are in need of transportation alternatives to seek routine medical care and to attend to daily , the City recognizes that has an aging population and special needs citizens WHEREAS RECITALS: through their authorized representatives. (each a “Party” and collectively the “Parties”), acting by and citizens and persons with disabilities transportation for senior profit corporation, to provide -a nonSPAN, Inc.Texas (“City”) and ,Coppellis made by and between the City of This Agreement for Transportation services §COUNTY OF DALLAS .RTATION SERVICESGREEMENT FOR TRANSPO A§ §STATE OF TEXAS City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services2Page shall provide monthly ridership information to the City Manager or his/her designee specifically . In addition, SPAN under this Agreementincident to the services provided to the Riders by SPAN The CITY shall have the right to review the activities and financial records kept 3.03. nd must document the reason why service was declined.transportation for this person a safely transport a passenger. In the event that safety is compromised, SPAN may decline SPAN reserves the right to determine on an individual basis whether SPAN has the capability to d documenting the eligibility of Riders. PAN will be responsible for verifying anS3.02. iders. Rtransportation services to to Riders. SPAN shall adopt such policy and procedures to ensure safe and competitive public way trips it provides -break down the information regarding the number of oneshall also track and a tracking of services provided to Riders and a review of the financial status of the program. SPAN further establish, operate, and maintain an accounting system for this program that will allow for t service for the Riders. SPAN shall insurance necessary to establish a demand response transi SPAN shall provide all equipment, facilities, qualified employees, training, and 3.01. in this Agreement. outlined agrees to complete the required services in accordance with the Project Schedule SPAN Schedule of Work Article III capacity constraints and availability. subject to major holidays and Saturday, Sunday, ding6:00 p.m. Monday through Friday exclu Demand response transit service is available between the hours of 7:00 a.m. and 5.2.0 1900 weekdays between the hours of 8:00 a.m. and 2:00 p.m.; and-382-Office at 940 p and drop off by calling SPAN'S Transportation u-in advance, to set up appointments for pick Riders may call in at least one (1) day in advance, but no more than two (2) weeks .2.04 parties mutually agree in writing. service area Exhibit “A”. The amendment of Exhibit “A” can only be amended if both amend the area shown on Exhibit “A”. SPAN may make a request to the City to temporarily or permanently address situations when Riders call and request service that is outside or not identified as a covered has been established between the two entities to A Memorandum of Understanding.2.03 the fare recited in this section at or prior to the time the service is rendered. shall remit attached hereto and incorporated herein as Exhibit “B” (herein after “the Policy”). The Riders y and procedures which are disabilities in accordance with the SPAN Transportation polic ith documented for qualified seniors (age 60 and older) and people wof $3.00Riders SPAN/CITY transit service destination area shown on Exhibit “A” hereto, at a cost to the taken anywhere in the shall be picked up within service area and Riders .22.0 City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services3Page the services required under this Agreement unless otherwise provided herein. l furnish the facilities, equipment and personnel necessary to perform shalSPAN.30.5 City unless otherwise agreed to in writing. by hereunder, and shall not otherwise be reimbursed SPANas part of the total compensation to be paid The cost of such personnel and assistance shall be included not referenced in Exhibit “A”. services SPAN shall provide written notice to and approval from City prior to engaging this Agreement. may deem proper to aid or assist in the performance of the services under SPANcorporations that ge the services of any agents, assistants, persons, or shall be authorized to engaSPANAgreement, to perform the services under this SPANTo the extent reasonably necessary for .20.5 otherwise agreed between the Parties. ’s standard hourly rate schedule, or as SPANime and materials basis, in accordance with a t services required under this Agreement, and shall be compensated for such additional services on services within the time schedule without decreasing the effectiveness of the performance of shall make reasonable effort to provide such additional SPAN,included under this Agreement require additional services not Cityperformance of the services under this Agreement. Should shall devote such time as reasonably necessary for the satisfactory SPAN.10.5 Devotion of Time; Personnel; and Equipment rticle VA continue to roll forward on a monthly basis until the conclusion of the Term of this Agreement. following month. If unused during the immediately following month, the accrued trips shall and be available for use during the immediately over)-(rollaccruetrips from that month will way -way trips are used in any given month the unused one-) one(106wer than If fe.20.4 ). Three Cents ($12.53-FiftyTwelve Dollars and way trip of -per one for Riders, invoiced to CITY on a monthly basis at a price way trips-) one1,276(Six-and Seventy Two Hundred Thousand One,000) for up to a total of 16Thousand Dollars ($Sixteennot to exceed amount in aggregable be , will9, through September 30, 2020, 201October 1for the period of paid rant shall be invoiced and g. Such under this Agreementresponse transit service provided to Riders for demand to SPAN CITY agrees to pay a reasonable fee to its senior and special needs citizens, In order to ensure the City assists in providing some form of available transportation .10.4 Compensation and Method of Payment VArticle I use.Rider to evaluate the ermine whether to continue to contract with SPAN and sole purpose of such information is to det identifying the number of Rider trips including rider origination, destination, and purpose. The City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services4Page deemed received three (3) days after delivery set forth herein: below, or to such other Party or address as either Party may designate in writing, and shall be ht courier or by confirmed telefax or facsimile to the address specified first class mail, overnig . Any notice required or permitted to be delivered hereunder may be sent by Notice.80.6 shall constitute or provide for as a waiver of the City’s immunity under state or federal law. Nothing contained herein of this Agreement.services are to be performed, subject to the terms performance of its services and shall be entitled to control the manner and means by which its shall supervise the SPAN.Cityindependent contractor, and not as an agent or employee of n the capacity of an pursuant to this Agreement shall be iSPANservices to be performed by assumes no responsibility or liabilities to any third party in connection with these actions. All Cityin satisfying the conditions of this Agreement, is acting independently, and that SPAN, . It is understood and agreed by and between the Parties that Independent Contractor.70.6 in it. never been contained shall be construed as if such invalid, illegal, or unenforceable provision had invalidity, illegality or unenforceability shall not affect any other provisions, and the Agreement reason be held to be invalid, illegal, or unenforceable in any respect, such Agreement shall for any . In the event any one or more of the provisions contained in this Severability.60.6 of the Parties. . This Agreement may be amended by the mutual written agreement Amendments.50.6 and subject matter jurisdiction of said court.personal shall be in the State District Court of Dallas County, Texas. The Parties agree to submit to the without regard to any conflict of law rules; and venue for any action concerning this Agreement aws of the State of Texas shall govern this Agreement . The lGoverning Law.40.6 executors, administrators, legal representatives, successors and assigns. Agreement shall be binding on and inure to the benefit of the Parties to it and their respective heirs, ject to the provisions regarding assignment, this . SubSuccessors and Assigns.30.6 and obligations contained in this Agreement. to personally assume, perform, and be bound by all the covenants, Cityshall agree in writing with has consented, the assignee Cityto which SPANhe event of an assignment by consent of City. In t may not assign this Agreement without the prior written SPAN .Assignment.20.6 the Parties with respect to this subject matter. between the Parties and supersedes any prior understandings written or oral agreements between agreement . This Agreement constitutes the sole and only Entire Agreement.10.6 Miscellaneous IArticle V City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services5Page nsurance;all applicable coverage with the exception of Workers Compensation I , its officers, and employees as additional insureds as to Cityname 1)( All policies of insurance shall be endorsed and contain the following provisions:(b) $500,000.00; and less than provision of services under this Agreement with policy limit of not ’s employees involved in the SPANand Employers Liability covering all of statutory Worker’s Compensation Insurance at the statutory limits )3( egate for bodily injury and property damage;combined single limit and aggr ,000.00 000,the performance of this Agreement with policy limits of not less than $5 , its officers, agents, and employees, and used in SPANowned and/or operated by olicy of automobile liability insurance covering any vehicles p)2( ,000,000.00;2$an aggregate of with occurrence for injury to persons (including death), and for property damage ,000,000.00 per 1with a minimum combined single limit of not less than $ ’s performance of services pursuant to this Agreement SPANting to or actions rela for bodily injury, death and property damage insuring against all claims, demands general liability policy of insurance commercial comprehensivea)1( insurance: shall during the term hereof maintain in full force and effect the following SPAN(a) . Insurance.90.6 Office–940.382.2224 Denton, Texas 76201 1800 Malone Street SPAN, Inc. Executive Director Michelle McMahon :SPANIf intended for facsimile-214.965.0010 Dallas, Texas 75201 500 N. Akard Streetfacsimile–3673.304972. 1800 Ross Tower75019Texas Coppell, Hager & Smith, LLP255 E. Parkway Boulevard Nichols, Jackson, Dillard, , TexasCity of Coppell Robert E. HagerCity Manager With a copy to::CityIf intended for City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services6Page FORUM OF BY A COURT OR OTHERAS DETERMINEDSPANATTRIBUTED TO EPORTION OF NEGLIGENCTO THE EXTENT OR PROINDEMNIFY CITY ONLY SHALL SPANT, IN WHICH CASE , IN WHOLE OR IN PARCITYTO NEGLIGENCE OF ATTRIBUTED S ARISE FROM OR ARE ES, DEATHS OR DAMAGESUITS, COSTS, INJURI ,CH LIABILITY, CLAIMSWHEN SUTED ASSIGNS (EXCEPT SUCCESSORS OR PERMIT ,NSULTANTS, LICENSEESREPRESENTATIVES, COSERVANTS, EMPLOYEES, CTORS, , ITS OFFICERS, DIRESPANSSION ON THE PART OFNEGLIGENT ACT OR OMI ANYMENT OR BY REASON OFCES UNDER THIS AGREEPERFORMANCE OF SERVI NEGLIGENT ’S SPANSED BY TY TO THE EXTENT CAUTO OR LOSS OF PROPER DAMAGE ATH OF ANY PERSON ORN OF INJURY TO OR DEOF ANY KIND BY REASO CTIONS INVESTIGATION) AND A’ FEES AND COSTS OF REASONABLE ATTORNEYS COSTS, TS (INCLUDING COURT , CLAIMS, SUITS, COSLIABILITIES, DAMAGES ANY AND ALL D AGAINST ARMLESS CITY FROM ANINDEMNIFY AND SAVE H AGREES TO SPANLIGATIONS HEREUNDER.BREACH OF CITY’S OBCITY OR CT OF OR WILLFUL MISCONDUTHAN THE NEGLIGENCEFROM ANY CAUSE OTHER Y TIME AND PERSON ARISING AT ANO, OR DEATH OF, ANY PROPERTY OR INJURY T AGE TO ANY N AS “CITY”) FOR DAMED TO IN THIS SECTIO(COLLECTIVELY REFERR AGENTS AND EMPLOYEESCITY, ITS OFFICERS, AINST WAIVES ALL CLAIMS AG HEREBY SPANREEMENT. PURSUANT TO THIS AGSPANFROM THE SERVICES OF ARISING Y PERSON OR PROPERTYD OR CHARACTER TO ANOR INJURY OF ANY KIN AMAGE, ABLE FOR ANY LOSS, DCITY SHALL NOT BE LI.Indemnification1..16 .from the business ted ownership or beneficial interest in the business; and does not share any profits or losses genera City does not have any control or oversight to the services provided under this agreement. ressly understood that the City assumes no operational supervision, employee of the CITY. It is exp in the performance of this Agreement shall be construed as making SPAN the agent, servant, or SPAN is that of an independent contractor. No term or provision of this Agreement or act of SPAN relationship between the CITY and shall control. In performing services under this Agreement, the Agreement Agreement and the Policy, this In the event of conflict between this 6.10. .Cityrequest by d insurance shall be submitted prior to commencement of services and upon require A certificate of insurance and copies of the policy endorsements evidencing the (d) rating service. transact business in Texas and rated at least “A” by AM Best or other equivalent companies providing the required insurance shall be authorized to All insurance (c) change of or to the insurance required herein. of any material Cityshall provide written notice to SPANproceeds of insurance. death, property damage, or any other loss to the extent the same is covered by the for injuries, including City(3) provide for a waiver of subrogation against cancellation of the insurance; for Cityprovide for at least thirty (30) days prior written notice to (2) City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services7Page \[Signature Page to Follow\] t shall survive termination.of time following the termination of this Agreemen obligations of the Parties, as well as any rights and benefits of the Parties, pertaining to a period . Any of the representations, warranties, covenants, and Survival of Covenants14..6 for all purposes.hereof . The exhibits attached hereto are incorporated herein and made a part Exhibits13..6 hereto. of any number of copies hereof each signed by less than all, but together signed by all of the Parties d the same instrument. Each counterpart may consist counterparts shall together constitute one an counterparts, each of which when so executed and delivered shall be an original, but all such . This Agreement may be executed by the Parties hereto in separate Counterparts12..6 AGREEMENT.TERMINATION OF THIS IVE THE PROVISION SHALL SURV T. THIS UNDER THIS AGREEMENSPANAINED BY REQUIRED TO BE MAINT INED OR OF INSURANCE MAINTAE LIMITS OF COVERAGENOT BE LIMITED TO TH THIS SECTION SHALL ’S OBLIGATIONS UNDERSPANON). COMPETENT JURISDICTI City of Coppell and SPAN, Inc. (TM 76500) Agreement for Services8Page Title: Name: By: .NC I,SPAN dba .NC ISPAN, .8this _______ day of _____________________, 201EXECUTED , City AttorneyRobert E. Hager ___________________________ :ORM F PPROVED AS TO A , City SecretaryChristel Pettinos By: :TTEST A Karen Selbo Hunt, Mayor By: EXAS T,OPPELL C ITY OF C 9.this _______ day of _____________________, 201EXECUTED r reference. Please see the attached highlighted Service Area Map fo 35 on the eastern corridor and as far north as Vista Ridge Mall in Lewisville. -I , bounded by Mills Mallfar south as Las Colinas Medical Center, westward to Grapevine esidents may be transported as following limited destinations outside of Coppell: City r to the throughout City limits and to destinations in Coppell will provide service Span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o: Mayor and City Council From: Vicki Chiavetta, Deputy City Manager Date: September 18, 2019 Reference: Consider approval of an Ordinance approving a negotiated settlement between the Atmos Cities Steering Committee (ACSC) and Atmos Energy, Mid-Tex Division regarding the company's 2019 Rate Review Mechanism Filing; and authorizing the Mayor to sign. Introduction: The City, along with 171 other Mid-Texas cities served by Atmos Energy Corporation, Mid-Tex Division (“Atmos Mid-Tex” or “Company”), is a member of the Atmos Cities Steering Committee (“ACSC”). In 2007, ACSC and Atmos Mid-Tex settled a rate application filed by the Company pursuant to Section 104.301 of the Texas Utilities Code for an interim rate adjustment commonly referred to as a GRIP filing (arising out of the Gas Reliability Infrastructure Program legislation). That settlement created a substitute rate review process, referred to as Rate Review Mechanism (“RRM”), as a substitute for future filings under the GRIP statute. Since 2007, there have been several modifications to the original RRM Tariff. The most recent iteration of an RRM Tariff was reflected in an ordinance adopted by ACSC members in 2018. On or about April 1, 2019, the Company filed a rate request pursuant to the RRM Tariff adopted by ACSC members. The Company claimed that its cost-of-service in a test year ending December 31, 2018, entitled it to additional system-wide revenues of $70 million. Application of the standards set forth in ACSC’s RRM Tariff required Atmos to reduce its request to $54 million, $39.3 million of which would be applicable to ACSC members. ACSC’s consultants concluded that the system-wide deficiency under the RRM regime should be $38.7 million instead of the claimed $54 million. The amount of the $38.7 million deficiency applicable to ACSC members would be $28.2 million. After the Company reviewed ACSC’s consultants’ report, ACSC’s Executive Committee and the Company negotiated a settlement whereby the Company would receive an increase of $35.4 million from ACSC Cities. The Executive Committee recommends a settlement at this amount. The Effective Date for new rates is October 1, 2019. 1 PROOF OF REVENUES Atmos generated proof that the rate tariffs attached to the Ordinance will generate $35.4 million in additional revenues from ACSC Cities. That proof is attached as Attachment 1 to this Staff Report. ACSC consultants have agreed that Atmos’ Proof of Revenues is accurate. BILL IMPACT The impact of the settlement on average residential rates is an increase of $2.05 on a monthly basis, or 3.7 percent. The increase for average commercial usage will be $6.18 or 2.31 percent. A bill impact comparison is attached as Attachment 2. SUMMARY OF ACSC’S OBJECTION TO THE UTILITIES CODE SECTION 104.301 GRIP PROCESS ACSC strongly opposed the GRIP process because it constitutes piecemeal ratemaking by ignoring declining expenses and increasing revenues while rewarding the Company for increasing capital investment on an annual basis. The GRIP process does not allow any review of the reasonableness of capital investment and does not allow cities to participate in the Railroad Commission’s review of annual GRIP filings or allow recovery of Cities’ rate case expenses. The Railroad Commission undertakes a mere administrative review of GRIP filings (instead of a full hearing) and rate increases go into effect without any material adjustments. In ACSC’s view, the GRIP process unfairly raises customers’ rates without any regulatory oversight. In contrast, the RRM process has allowed for a more comprehensive rate review and annual evaluation of expenses and revenues, as well as capital investment. RRM SAVINGS OVER GRIP While residents outside municipal limits must pay rates governed by GRIP, there are some cities served by Atmos Mid-Tex that chose to remain under GRIP rather than adopt RRM. Additionally, the City of Dallas adopted a variation of RRM which is referred to as DARR. When new rates become effective on October 1, 2019, ACSC residents will have a slight economic monthly advantage over comparable GRIP and comparable DARR rates (see Attachment 3). EXPLANATION OF “BE IT ORDAINED” PARAGRAPHS: 1. This section approves all findingsin the Ordinance. 2. This section adopts the RRM rate tariffs and finds the adoption of the new rates to be just, reasonable, and in the public interest. 3. This section finds that existing rates are unreasonable. Such finding is a necessary predicate to establishment of new rates. The new tariffs will permit Atmos Mid-Tex to recover an additional $35.4 million from ACSC Cities. 4. This section approves an exhibit that establishes a benchmark for pensions and retiree medical benefits to be used in future rate cases or RRM filings. 5. This section approves an exhibit to be used in future rate cases or RRM filings regarding 2 recovery of regulatory liabilities, such as excess deferred income taxes. 6. This section requires the Company to reimburse the City for expenses associated with review of the RRM filing, settlement discussions, and adoption of the Ordinance approving new rate tariffs. 7. This section repeals any resolution or ordinance that is inconsistent with the Ordinance. 8. This section finds that the meeting was conducted in compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. 9. This section is a savings clause, which provides that if any section is later found to be unconstitutional or invalid, that finding shall not affect, impair, or invalidate the remaining provisions of this Ordinance. This section further directs that the remaining provisions of the Ordinance are to be interpreted as if the offending section or clause never existed. 10. This section provides for an effective date upon passage. 11. This section directs that a copy of the signed Ordinance be sent to a representative of the Company and legal counsel for ACSC. CONCLUSION The Legislature’s GRIP process allowed gas utilities to receive annual rate increases associated with capital investments. The RRM process has proven to result in a more efficient and less costly process (both from a consumer rate impact perspective and from a ratemaking perspective) than the GRIP process. Given Atmos Mid-Tex’s claim that its historic cost of service should entitle it to recover $70 million in additional system-wide revenues, or $54 million from ACSC Cities, the RRM settlement at $35.4 million for ACSC Cities reflects substantial savings to ACSC Cities in the amount of $18.6 million. ACSC’s consultants produced a report indicating that Atmos had justified increased revenues for ACSC Cities of at least $32.7 million. Settlement at $35.4 million is fair and reasonable. The ACSC Executive Committee, consisting of city employees of 18 ACSC members, urges all ACSC members to pass the Ordinance before September 30, 2019. New rates become effective October 1, 2019. LEGAL REVIEW This was reviewed by the Attorney for ACSC and the City Attorney. RECOMMENDATION Staff recommends approval. 3 ORDINANCE NO. ________ ANORDINANCE OF THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS, APPROVING A NEGOTIATED SETTLEMENT BETWEEN THE ATMOS CITIES STEERING COMMITTEE (“ACSC”) AND ATMOS ENERGY CORP., MID-TEX DIVISION REGARDING THE COMPANY’S 2019 RATE REVIEW MECHANISM FILING; DECLARING EXISTING RATES TO BE UNREASONABLE; ADOPTING TARIFFS THAT REFLECT RATE ADJUSTMENTS CONSISTENT WITH THE NEGOTIATED SETTLEMENT; FINDING THE RATES TO BE SET BY THE ATTACHED SETTLEMENT TARIFFS TO BE JUST AND REASONABLE AND IN THE PUBLIC INTEREST; APPROVING AN ATTACHED EXHIBIT ESTABLISHING A BENCHMARK FOR PENSIONS AND RETIREE MEDICAL BENEFITS; APPROVING AN ATTACHED EXHIBIT REGARDING AMORTIZATION OF REGULATORY LIABILITY; REQUIRING THE COMPANY TO REIMBURSE ACSC’S REASONABLE RATEMAKING EXPENSES; DETERMINING THAT THIS ORDINANCE WAS PASSED IN ACCORDANCE WITH THE REQUIREMENTS OF THE TEXAS OPEN MEETINGS ACT; ADOPTING A SAVINGS CLAUSE; DECLARING AN EFFECTIVE DATE; AND REQUIRING DELIVERY OF THIS ORDINANCE TO THE COMPANY AND THE ACSC’S LEGAL COUNSEL. WHEREAS, the City of Coppell, Texas (“City”) is a gas utility customer of Atmos Energy Corp., Mid-Tex Division (“Atmos Mid-Tex” or “Company”), and a regulatory authority with an interest in the rates and charges of Atmos Mid-Tex; and WHEREAS, the City is a member of the Atmos Cities Steering Committee (“ACSC”), a coalition of similarly-situated cities served by Atmos Mid-Tex (“ACSC Cities”) that have joined together to facilitate the review of, and response to, natural gas issues affecting rates charged in the Atmos Mid-Tex service area; and WHEREAS, ACSC and the Company worked collaboratively to develop a new Rate Review Mechanism (“RRM”) tariff that allows for an expedited rate review process by ACSC Cities as a substitute to the Gas Reliability Infrastructure Program (“GRIP”) process instituted by 1 the Legislature, and that will establish rates for the ACSC Cities based on the system-wide cost of serving the Atmos Mid-Tex Division; and WHEREAS, the current RRM tariff was adopted by the City in a rate ordinance in 2018;and WHEREAS, on about April 1, 2019, Atmos Mid-Tex filed its 2019 RRM rate request with ACSC Cities based on a test year ending December 31, 2018; and WHEREAS, ACSC coordinated its review of the Atmos Mid-Tex 2019 RRM filing through its Executive Committee, assisted by ACSC’s attorneys and consultants, to resolve issues identified in the Company’s RRM filing; and WHEREAS, the Executive Committee, as well as ACSC’s counsel and consultants, recommend that ACSC Cities approve an increase in base rates for Atmos Mid-Tex of $35.4 million applicable to ACSC Cities; and WHEREAS, the attached tariffs (Exhibit A) implementing new rates are consistent with the recommendation of the ACSC Executive Committee, are agreed to by the Company, and are just, reasonable, and in the public interest; and WHEREAS, the settlement agreement sets a new benchmark for pensions and retiree medical benefits (Exhibit B); and WHEREAS, the settlement agreement establishes an amortization schedule for regulatory liability (Exhibit C); and WHEREAS, the RRM Tariff contemplates reimbursement of ACSC’s reasonable expenses associated with RRM applications; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: 2 Section 1. That the findings set forth in this Ordinanceare hereby in all things approved. Section 2. That, without prejudice to future litigation of any issue identified by ACSC, the City Council finds that the settled amount of an increase in revenues of $35.4 million for ACSC Cities represents a comprehensive settlement of gas utility rate issues affecting the rates, operations, and services offered by Atmos Mid-Tex within the municipal limits arising from Atmos Mid-Tex’s 2019 RRM filing, is in the public interest, and is consistent with the City’s authority under Section 103.001 of the Texas Utilities Code. Section 3. That the existing rates for natural gas service provided by Atmos Mid-Tex are unreasonable. The new tariffs attached hereto and incorporated herein as Exhibit A, are just and reasonable, and are designed to allow Atmos Mid-Tex to recover annually an additional $35.4 million from customers in ACSC Cities, over the amount allowed under currently approved rates. Such tariffs are hereby adopted. Section 4. That the ratemaking treatment for pensions and retiree medical benefits in Atmos Mid-Tex’s next RRM filing shall be as set forth on Exhibit B, attached hereto and incorporated herein. Section 5. That amortization of regulatory liability shall be consistent with the schedule found in attached Exhibit C attached hereto and incorporated herein. Section 6. That Atmos Mid-Tex shall reimburse the reasonable ratemaking expenses including attorneys’ fees of the ACSC in processing the Company’s 2019 RRM filing. Section 7. That to the extent any resolution or ordinance previously adopted by the Council is inconsistent with this Ordinance, it is hereby repealed. 3 Section 8. That the meeting at which this Ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. Section 9. That if any one or more sections or clauses of this Ordinance is adjudged to be unconstitutional or invalid, such judgment shall not affect, impair, or invalidate the remaining provisions of this Ordinance, and the remaining provisions of the Ordinance shall be interpreted as if the offending section or clause never existed. Section 10. That consistent with the City Ordinance that established the RRM process, this Ordinance shall become effective from and after its passage with rates authorized by attached tariffs to be effective for bills rendered on or after October 1, 2019. Section 11. That a copy of this Ordinance shall be sent to Atmos Mid-Tex, care of Chris Felan, Vice President of Rates and Regulatory Affairs Mid-Tex Division, Atmos Energy Corporation, 5420 LJB Freeway, Suite 1862, Dallas, Texas 75240, and to Geoffrey Gay, General Counsel to ACSC, at Lloyd Gosselink Rochelle & Townsend, P.C., 816 Congress Avenue, Suite 1900, Austin, Texas 78701. PASSED AND APPROVED this day of , 2019. Karen Selbo Hunt, Mayor ATTEST: APPROVED AS TO FORM: Christel Pettinos, City Secretary Robert E. Hager, City Attorney 2557/31/7897503 4 August 20, 2019 FREQUENTLY ASKED QUESTIONS REGARDING ACSC HISTORY AND THE RRM RATEMAKING PROCESS What is the role of Cities in ratemaking? Cities have historically exercised original jurisdiction over the level of gas rates charged within their boundaries. Generally, gas distribution utilities have filed rate cases at the City level and have only gone to the Railroad Commission of Texas (“RCT” or “Commission”) with an appeal of City action or when they could not reach a settlement with Cities. If a utility and Cities reach an agreement, the utility may then file a case at the RCT to implement the same rates approved by Cities in areas outside municipal boundaries. Once a case is at the RCT, the Commission Staff generally expects Cities to intervene and do most of the discovery, cross-examination, briefing, and sponsor opposing witnesses. There is no consumer advocate at the RCT. If Cities do not participate in hearings at the RCT, the request of a regulated utility is likely to be rubber-stamped. How and why was the Atmos Cities Steering Committee created? The Atmos pipeline and distribution systems were built, owned, and operated by Lone Star Gas (“LSG”), which maintained over 200 rate jurisdictions until it sold its assets to Texas Utilities (“TXU”) in the late 1990’s. That meant that many Cities had their own unique distribution rates and that individual Cities had to process rate cases at the local level. LSG-Pipeline served all 200-plus distribution systems, and pipeline rates were set by the RCT. From the early 1980’s through the late 1990’s, LSG filed no pipeline or system-wide rate cases at the RCT. When LSG was finally brought before the RCT to show cause why its rates should not be reduced, approximately 80 Cities intervened and created an ad hoc group known as the Steering Committee of Cities Served by Lone Star. In Gas Utilities Division (“GUD”) docket number 8664, three separate groups of Cities and a number of independent Cities (jointly the “Aligned Cities”) participated and coordinated their efforts to oppose the rate increase. TXU purchased the LSG assets in the late 1990’s and immediately commenced consolidating 200-plus ratemaking jurisdictions into regions. As regional cases were filed, Cities within each region created an ad hoc committee to form a common strategy and negotiating position. Once TXU had aggregated the Cities into five or six jurisdictions, each with a different rate, Texas Utilities Gas Company filed a system-wide case to bring all of the old LSG territory under one common rate. The different City regional committees then united and formed the Allied Coalition of Cities (“ACC”). While the gas utility assets were owned and controlled by TXU, the coalition transformed itself from an ad hoc group that came together only in response to rate filings by the utility into a permanent standing coalition. In Gas Utilities Docket (“GUD”) No. 9400 in 2004, TXU’s request for a $61.6 million system- wide increase was aggressively opposed by ACC. Cities achieved disallowances of $42.9 million of a regulatory asset and $87.8 million of capitalized gas utility plant. The company received only a $2.01 million increase. Unhappy with that result, TXU decided that owning a gas system was neither as fun nor as profitable as the deregulated electric system, and they sold the system to Atmos Energy Corporation (“Atmos” or “Company”). ACC was then transformed into the Steering Committee of Cities Served by Atmos and then renamed Atmos Cities Steering Committee to obtain an easy to remember acronym, “ACSC.” What is the Atmos Cities Steering Committee? ACSC is a coalition of 170 Citiesthat unite in common purpose to address gas utility rate and franchise issues related to Atmos Energy Corporation. Its objectives are to: (1) ensure that gas utility rates charged to Cities and their residents are fair and reasonable; (2) maintain reasonable franchise fee revenues for Cities; (3) protect Cities’ original jurisdiction over rates and services; (4) be a voice for consumers where no state agency assumes such a role; and (5) promote sound ratemaking policies in the public interest. Cities join the permanent standing committee by passing a resolution and agreeing to support the work of ACSC through modest occasional per capita assessments that support ongoing administrative and legislative advocacy and all expenses where Cities are not entitled to reimbursement. Each member City designates a representative to ACSC. Member representatives may volunteer to serve on the ACSC Executive Committee. The Executive Committee sets policy, hires legal counsel and consultants, directs litigation, establishes a legislative agenda, sets assessments on members as needed, and meets quarterly with Atmos executives. The Settlement Committee is directly involved in negotiating resolution of contested matters with Atmos executives. The list of current members is attached. What is the benefit of membership in ACSC? One hundred seventy Cities speaking as one voice is much more effective in advocacy before the Railroad Commission and legislature than any one City or multiple small groups of Cities. The legislature has given gas utilities a right to an annual increase in rates. Resources (both financial and human) of individual Cities are conserved by membership in ACSC. Additionally, membership enhances institutional memory of ratemaking issues, public policy debates, and right-of- way and franchise fee battles. What has ACSC accomplished? Going into the 82nd Legislative Session, in December 2010, ACSC released a 48-page report, “Natural Gas Consumers and the Texas Railroad Commission.” More than 200 television, newspaper and radio news sites posted information on, and a link to, the report that may be found on ACSC’s website, TexasGasConsumers.org. ACSC has also been instrumental in ongoing Sunset Commission reviews of the RCT. The agency has undergone three Sunset reviews since 2010, and in each case ACSC has maintained a watchful eye on the process to ensure that provisions that could harm the interest of gas utility ratepayers are excluded from the legislation. ACSC representatives also visited on several occasions with the Sunset Commission Staff, and several ACSC recommendations for reform were included in Sunset Commission Reports on the agency. Several ACSC member representatives testified before the legislature regarding the Sunset review of the Railroad Commission. 2557/28/7898547 2 During the 2011 legislative session, lobbying efforts by ACSC were critical in killing two gas utility bills that would have undermined traditional regulation, deprived Cities of certain rights, and led to even greater rate increases. ACSC has also resolved a major issue involving franchise fees. In 2010, Atmos unilaterally, without notice, ceased inclusion of franchise fees in the calculations of gross receipts regardless of whether specific franchises included such payments. Several Cities were willing to pursue the matter through litigation. However, counsel for ACSC was able to negotiate a resolution that allowed each member City to determine whether it desired an increase in franchise fee payments based on inclusion of franchise fees in the calculation of gross receipts. If a City opted for inclusion of fee-on-fee revenues, it had the further option of retroactive payments back to the point in time that Atmos decided to curtail fee-on-fee payments. Each member had these options regardless of the wording of the then- valid franchise agreement. This resolution spared significant litigation costs and anxiety and was only possible because of the clout of the ACSC membership. One of the most significant accomplishments of ACSC occurred in 2007 via a settlement of the then-pending, system-wide rate case. Approximately 50 ACSC City representatives showed up in Arlington for a meeting with Atmos executives who were shocked at the vocal opposition to Atmos’ practices, the unfairness of annual Gas Reliability Infrastructure Program (“GRIP”) rate filings that precluded City and citizen review, and the Company’s lack of coordination with Cities. That meeting led to the creation of the Rate Review Mechanism (“RRM”) process and improved ongoing communications between the Company and ACSC. In 2010, these improved communications between ACSC and the Company led to a workable solution to the need to replace steel service lines in a manner that accommodated Cities’ needs to control their rights-of-way, while moderating the rate impact and focusing first on the riskiest service lines based on leak repair histories. This compromise precluded a more onerous (from a City and consumer perspective) program threatened by the RCT. What is an RRM case? The concept of an RRM proceeding emerged as a three-year experimental substitute for GRIP cases as part of the settlement of Atmos Mid-Tex’s 2007 system-wide rate case. In 2003, the Texas Legislature added Section 104.301, Interim Adjustment for Changes in Investment, to the Gas Utility Regulatory Act. While not identified as such in the law, § 104.301 was referred to as the Gas Reliability Infrastructure Program or GRIP. The GRIP adjustments allowed gas companies to recover changes to invested capital without a review of whether increased revenues or declining expenses offset the invested capital costs. Both Atmos Pipeline and Atmos Mid-Tex filed GRIP cases as soon as the RCT adopted rules to implement the interim adjustments. As explained below, it quickly became apparent that the GRIP adjustments were terrible public policy. As an alternative to GRIP, ACSC entered into a negotiated agreement with Atmos in 2007 to establish the RRM process. Unlike GRIP, the RRM provided for an annual review of all portions of Mid-Tex’s cost of service. It fixed an authorized rate of return on equity for the three-year period at 9.6% (which was less than what the RCT would have authorized) and set caps on the extent to which expenses or investments could increase from one year to the next. More importantly, it allowed Cities to make a comprehensive evaluation of all aspects of the utility’s business—investment, operation and maintenance expenses, and revenues—unlike GRIP that only allows consideration of changes to invested capital. 2557/28/7898547 3 Why is RRM superior to GRIP? GRIP cases guarantee a one-sided, rubber-stamp approval of the utility’s rate request. ACSC attempted to participate in the first two GRIP proceedings filed by both Atmos Pipeline and Atmos Mid-Tex at the RCT. Not only were Cities’ motions to intervene denied, but also, ACSC’s comments were ignored. At the City level, ACSC consultants determined that Atmos was not only including items such as artwork, chairs, computers, and meals in interim rate adjustments that were allegedly intended to promote pipeline safety, but the Company was also over-earning its previously authorized rate of return. ACSC attacked the Commission’s rule in court because it denied City participation, denied a hearing on a contested matter, and denied Cities’ recovery of any expenses associated with resisting GRIP rate increases. The courts were not helpful to Cities. In 2011, the Texas Supreme Court upheld the Commission’s rule implementing the GRIP statute. Cities have contended that the GRIP process is terrible public policy since it authorizes what would, from the perspective of a history of public interest regulation, be regarded as unlawful— piecemeal ratemaking. GRIP allows rates to increase if the utility’s invested capital net of depreciation increases year-over-year. An increase in rates is mandated under GRIP if investment increases, even if increasing revenues and declining expenses more than offset the costs associated with increased investment. The RRM process negotiated by ACSC solves the piecemeal ratemaking problem by providing for a comprehensive review of Atmos’ expenses and revenues. Furthermore, the RRM process benefitted ACSC by: (1) allowing Cities’ participation that would be denied under GRIP; (2) allowing Cities to recover, at utility shareholders’ expense, all their ratemaking costs; and (3) avoiding both litigation and RCT jurisdiction. The legislature has functionally authorized annual increases in gas utility rates through the GRIP process. Since consumers are otherwise stuck with annual rate increases, it is better to have Cities participate in the comprehensive RRM process than be unable to participate in a piecemeal process. What has been the history of the RRM efforts? A total of eleven RRM filings have been made by the Company. These filings all resulted in settlements at the City level, except for the 2014 filing, which the ACSC Cities denied. The Company appealed the denial to the RCT, and ACSC was ultimately able to settle that proceeding before it reached the stage of a final RCT order. The results of these filings from a system-wide perspective are as follows (continued on next page): RRM Filing Year Atmos Request ACSC Settlement #12008$33.5 million $20 million #22009$20.2 million $2.6 million #32010$70.2 million $27 million #42011$15.7 million $6.6 million #52013$22.7 million $16.6 million #62014$45.7 million $43.8 million #72015 $28.8 million $22.8 million #82016 $35.4 million $29.6 million #9201757.4 million $48 million 2557/28/7898547 4 RRM Filing Year Atmos Request ACSC Settlement #10 2018 $27.4 million $24.9 million #11 2019 $54 million $35.4 million Unable to reach agreement to perpetuate the original RRM terms, Atmos filed a traditional rate case with Cities in 2012 (GUD No. 10170), which was then appealed to the Railroad Commission. A final order in that case was entered in December 2012. The ratemaking decisions of the Commission then became the basis of renewal negotiations on the RRM process. The renewed RRM included some modifications that enhanced the original RRM process. Among these modifications were: A limit on the percentage of increase to be included in the monthly customer charge; A prohibition against capital post-test year adjustments; A time limit for known and measurable adjustments to operating and maintenance expenses; A guaranteed reduction in the Company’s requested increase of at least $3 million annually; and A limitation on the amount of equity in the Company’s capital structure. Changes to the RRM process As noted in a communication to ACSC in May 2017, the rate of return on equity (“ROE”) embedded in the RRM process between 2013 and 2017 of 10.5% is excessive by at least 100 basis points, based upon a reasonable rate of return that reflects the market conditions in which the Company, and its parent Atmos Energy, operates. Because this ROE cannot be altered except by (1) changing the terms of the RRM tariff, or (2) a Commission order coming out of a new rate case, ACSC informed the Company that the 2017 RRM will be the last filing by the Company under the current tariff. Atmos agreed to renegotiate the terms and conditions of a revised RRM tariff in 2017. In February and March 2018, ACSC adopted a new RRM tariff ordinance that implemented new procedures and criteria for the RRM process. The revised RRM tariff reduced the allowed ROE from 10.5% to 9.8% and captured the reduced federal income tax rate of 21%. The new tariff expanded Cities’ review period from three months to five months. It also required Atmos Mid-Tex to accept ACSC’s position regarding incentive compensation related to Atmos’ Shared Services Unit. The 2019 RRM filing is the second under the new tariff. When must Cities approve new rates? ACSC’s Tariff Ordinance adopted around March 2018 declares that new rates become st effective October 1of each year. While it is preferable that ordinances or resolutions adopting new tariffs are passed before the end of September, there is no adverse consequence if final action cannot take place until sometime in October. The only thing that will frustrate new rates becoming effective on October 1, 2019 is City action that specifically denies the increase. 2557/28/7898547 5 What would happen if a City Council denies the RRM rate increase? Atmos would either appeal the denial to the Railroad Commission or initiate imposition of GRIP rates or both. Rates for residents of that City would be higher than rates of other ACSC member residents. Rate case expenses (both the City and Company) associated with litigation at the Railroad Commission would likely be surcharged back to the City that denied the increase. If you have other questions please contact me at (512) 322-5875 and/or gmg@lglawfirm.com, or Georgia Crump at (512) 322-5832 and/or gcrump@lglawfirm.com. Geoffrey Gay ACSC, General Counsel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o: Mayor and City Council From: Alex Hargis, Arts Center Managing Director Via: Brad Reid, Director of Parks and Recreation Date: September 24, 2019 Reference: Consider approval of the purchase of two pianos from Collora Pianos of Dallas, in the amount of $67,565.00, as provided for in FY 19-20 CRDC funds for the Coppell Arts Center; and authorizing the City Manager to sign any necessary documents 2030: Community Wellness and Enrichment: Community Gathering Places Expanding Cultural Arts Amenities and Opportunities Excellent City Services with High Level of Customer Satisfaction Introduction: The Coppell Arts Center will require equipment purchases in its first year of operation that are in addition to the theatrical systems and FF&E planned in the project scope and budget. One of those equipment purchases is the set of performance pianos needed for live music productions. The Center and its resident companies, Theatre Coppell, Coppell Chorale, the Coppell Community Orchestra, and the Texas Ballet Ensemble will require three different types of pianos for daily operation, which includes (1) concert grand piano, (1) upright rehearsal piano, and (1) digital keyboard with weighted keys for portable performances and community rentals. Staff is requesting the approval to purchase the concert grand piano and the upright rehearsal piano for $67,565 from Collora Piano in Dallas. The cost of these pianos has been allocated in the FY19/20 Arts Center budget. Analysis: o Piano brands, quality, and cost have a wide range. The higher-end brands found in concert halls like the Meyerson Symphony Center include Bosendorfer and Steinway and can range in cost from $150,000-$250,000. o The recommended concert grand piano is a 2007 K280 Concert Grand Schimmel, a used unit that was played for showroom showcases only. The quality of the piano was tested and approved by a current pianist for the Dallas Symphony Orchestra. 1 The cost of this piano new and at retail would be $125,000. Collora Piano is selling the unit used to the City at $60,000. o Because pianos of this caliber are handcrafted, this unit qualifies as a sole sourced item which is supported with the proper documentation that has been reviewed and o Piano Collora has agreed to store the pianos for the City until construction of the Arts Center has been completed. The vendor has provided all necessary insurance coverage for the pianos while they are in storage. Legal Review: Agenda item does not require legal review. Fiscal Impact: The cost of the pianos has been allocated in the FY19/20 Arts Center budget. Recommendation: The Parks and Recreation Department recommends approval of this item. 2 MEMORANDUM To: Jessica Carpenter, Assistant Director of Recreation From: Alex Hargis, Arts Center Managing Director Date: September 16, 2019 Reference: Coppell Arts Center Schimmel piano sole source documentation Introduction: We are budgeted to purchase three pianos for the Arts Center next year. The pianos will be a concert grand, an upright and an electronic keyboard. The performance pianos (the concert grand and upright) need to meet the standards of the venue and the performers who will use it. We have engaged the services of a Dallas Symphony Orchestra concert pianist to preview the Center and assist with the search for a quality instrument at a good price. After testing several models, the search narrowed to a lightly used Schimmel concert grand and a new Schimmel upright being offered for sale at Collora-Dallas, a local supplier of concert grand pianos. Concert grade pianos from notable manufacturers such as Schimmel, Steinway, Fazioli, and similar companies are handmade and cannot be reproduced. For this reason, these pianos qualify as a sole source purchase. Documentation to verify the sole source properties of the pianos has been provided by the vendor, Collora Piano Dallas, and reviewed and accepted by Charles Ellis, the procurement manager in Finance. It is rare to find pianos of this quality still in excellent condition after being in use for a few years. The concert grand piano was only used as a showcase piano, so it has minimal wear-and-tear. I anticipate that we need to move forward in haste with this purchase as Collora-Dallas will continue to search for a buyer if we cannot guarantee our procurement. The concert grand piano has been offered for $60,000.00 and the upright for $6,200.00. There will be a modest additional fee for covers, dolly and delivery of both units. 1 Schimmel Piano Corporation Head Office 329 North New Street Lititz, PA 17543 USA Phone +800 426-3205 Fax +717 626-0657 January 1, 2019 schimmel@ptd.net www.schimmel-piano.de Sole Source Provider This letter is to confirm that, as the present time, Collora Piano in Dallas TX is the sole source of Schimmel Pianos (including Wilhelm and Fridolin Schimmel) in the state of Texas. Schimmel piano products are currently a sole source product sold and distributed exclusively by Collora Piano. Schimmel products may only be purchased from Collora Piano Company by institutions in Texas because Collora Piano is the sole authorized and appointed dealer as specified in our Dealer Agreement with Collora Piano. There are no other agents or dealers authorized to represent or sell this product in this area. (317) 849-8310 at any time. Thank you for your interest in our products. Sincerely, Rob Slayman Vice President, Director of Marketing and Sales North America Schimmel Piano Corporation Sales and Marketing Office PO Box 501361 Indianapolis IN 46250 (317) 849-8310 (317) 849-8322 FAX Mr. Phil Gibbs Collora Piano 1451 Wycliff Ave Dallas Texas 75207 RE: K280 #360.411 July 20, 2019 Dear Phil, The Schimmel concert grand referenced above, which you now have was used as a demo model in Germany after being manufactured in 2007. It was shipped from the factory to the U.S. on August 29, 2012 and has been on demo here since that time. As such, the buyer of this instrument will get the new Schimmel warranty. Let me know if you need additional information. Best regards, Rob Slayman Vice President Director of marketing and Sales, North America Collora Piano 1451 Wycliff Ave. Phone: 214-351-6636 Dallas, Texas 75207 Fax: 214-951-7374 SALES INVOICE SOLD TO: DELIVER TO: NAME: The City Of Coppell NAME: ADDRESS: 255 Parkway Blvd. ADDRESS: CITY: Coppell CITY: STATE: TX ZIP: 75019 STATE: ZIP: PHONE: 972-462-5105 MOBILE: PHONE: MOBILE: DATE SALES PERSON SHIP VIA DELIVERY DATE DELIVERY TIME August 9, 2019 Phil Gibbs TBD TBD QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE One New Schimmel K280 Concert Grand #360411 $60,000.00 10 Year Manufacturers Warranty One New Fridolin F121 Upright Piano #090920 $6,250.00 10 Year Warranty One Complimentary on-site tuning each piano $0.00 One Cover for concert grand $385.00 One upright dolly $480.00 DELIVERY $450.00 Comments: Funding will be at the start of the new fiscal year which SUBTOTAL $67,565.00 begins Oct. 1, 2019. Collora Piano will store both pianos at no charge TAX exempt until the facility is readyApril-May 2020. TOTAL $67,565.00 DOWNPAYMENT BALANCE Sales www.ColloraPiano.com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o: Mayor and City Council From: Molly Bujanda, Community Programs Manager Via: Brad Reid, Director of Parks and Recreation Date: September 24, 2019 Reference: Consider approval of reauthorizing the Coppell Community Garden Management Agreement in the amount of $100,000.00; and authorizing the City Manager to execute the necessary documents. 2030: Sense of Community Special Place to Live Community Wellness and Enrichment Introduction: The Coppell Farmers Market (CFM) is a vital community enterprise with the Main Street Coppell Development, creating energy and vitalization in the Old Coppell area. It has become an integral part of the Coppell 2030 Vision and Coppell Living Well in Coppell initiative, bringing healthy local food options, a social outlet and gathering opportunities to the citizens of Coppell. With the Council goal to maintain the Coppell Farmers Market as one of the best in the region, the Coppell Community Garden Corp (CCGC) was authorized additional City support to ensure continued successful market management. Analysis: The purpose of this consent item is to approve the annual Management Agreement and funding for the CCGC. The funds allocated by the City to the nonprofit will remain unchanged with the 2019- 20 agreement. Managed by volunteers and operating 40 plus days/year, the market has far surpassed estimated increases in customer attendance since the move to the pavilion in April of 2014 (attendance 2000/market day). In order for the market to continue to surpass the expectations of the community and have sustainable success, non-profit contractual services for a Market Manager were completed to remove the increased workload of the volunteers. This CFM strategic plan budget item was approved by Council in the FY 15-16 budget and has been implemented since to ensure the stability and success of the CFM. The current Market Manager has been in place for over three years and has significantly contributed to, and helped sustain the high standards set by the CCGC that have placed the market as one of the 1 best in the region. The Market Manager has also established operating procedures and processes that will ensure continuity in operations into the future. Legal Review: Review was completed by legal counsel Fiscal Impact: The City of Coppell currently provides $25,000 quarterly to the Coppell Community Garden Corporation. The Management Agreement is established at $100,000.00 annually for the Market Manager services, as well as supplies and resource support for both the Coppell Farmers Market and Coppell Community Garden programs. Recommendation: The Parks and Recreation Department recommends approval of this item. 2 EXECUTEDthis _______ day of _____________________, 2019. C ITY OF C OPPELL,T EXAS By: ________________________________ Mike Land, City Manager A TTEST: By: _________________________________ Christel Pettinos, City Secretary A PPROVED AS TO F ORM: ___________________________ Robert E. Hager, City Attorney EXECUTEDthis _______ day of _____________________, 2019. C OPPELL C OMMUNITY G ARDEN C ORPORATION By: ___________________________________ Lynne Messina,CCGC Board President A TTEST: By: _____________________________________ Print name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o: Mayor and City Council From: Christa Christian, Facilities Manager Kent Collins, P.E., Director Public Works Date: September 24, 2019 Reference: Holiday Lights Program 2030: Sense of Community, Goal 2 Successful Community Events and Festivals Community Wellness and Enrichment, Goal 1 Community Gathering Places Sustainable City Government, Goal 3 Excellent and Well-Maintained City Infrastructure and Facilities General Information: RFP #0168 for Holiday Lights Program Opened August 27, 2019 Contract includes a turn- Five proposals received (bid tabulation attached) Contract term is effective October 1, 2019 for a two-year term, with options to renew 3 additional one-year terms Introduction: This agenda item is being presented to consider approval of awarding RFP #0168 for the Holiday Lights Program to Premier Lighting Enterprises, LLC. in the amount of $147,085.00 as budgeted in the General Fund; and authorizing the City Manager to sign any necessary documents. Analysis: The Holiday Lights Program is an annual city sponsored Special Event, which proves our dedicated commitment to the citizens to provide continuous opportunities for building community. The P holiday trees in front of Town Center and in Old Town as well as numerous photo opportunities 1 around town. In addition, the Program will include the decorating of several monuments and bridges for the The Holiday Lights Program was bid as a Request for Proposal (RFP). This process allows the City to award to the most responsive, responsible offeror whose proposal is the most satisfactory and advantageous to the City based on the factors set forth in the RFP. The evaluation criteria were discussed during a mandatory pre-bid on August 20, 2019 and included Cost 35 points, Method of Approach and Creative Designs 30 points, Firm and Personnel Qualifications 15 points, Safety 10 Points, and References meeting as well as the opportunity for interview and presentation before a Best and Final Offer is submitted. An evaluation team of four City employees participated in the scoring and recommendation for this program, and included representatives from Public Works, Community Development and the City Managers Office. The vision for the Program this year includes a turnkey solution where all City facilities rooflines are lit in warm, white and red lights. while keeping a traditional look. Wreaths and sprays will also be used to decorate the facilities, monuments and bridges. Previously, the program included five to six photo opportunities around town, which have developed into a family friendly scavenger hunt to take pictures with all the props. This year, the Program will have up to fifteen props. All decorations will be new. Request for Proposal #0168 for the Holiday Lights Program opened on August 27, 2019. There were five (5) proposals received. The evaluation team was clear that the vision was to keep an elegant and time-honored look for the program characteristic to the City. After reviewing all the proposals, the team invited two offerors to present their ideas, bring examples of materials proposed and finally, submit a Best and Final Offer (BAFO). Facilities staff conducted the reference checks on each offeror. Using the evaluation criteria established, the team assigned points for each bidder. After evaluating the scores assigned, the team recommended Premier Lighting Enterprises, LLC as the successful offeror for this project in the amount of $147,085.00. They received the highest total points and are within the anticipated budgeted amount. Premier Lighting will deliver the exceptional service and end product that meet and exceed the expectations of not only our employees, but citizens who frequent our facilities. Legal Review: N/A Fiscal Impact: The fiscal impact of this Agenda item is $147,085.00; as budgeted in the FY 2019-20 general fund budget. Recommendation: The Public Works Department recommends approval of this contract. REQUEST FOR PROPOSAL INSTRUCTIONS/TERMS OF CONTRACT SPECIFICATIONS FOR RFP #168 - HOLIDAY LIGHTS PROGRAM PER THE CITY OF COPPELL SPECIFICATIONS AT THE CITY OF COPPELL TOWN CENTER PROCUREMENT SERVICES DEPARTMENT OPENING DATE: TUESDAY, AUGUST 27, 2019 10:00 a.m., CENTRAL TIME C ITY OF COPPELL SVC. DEPARTMENT PARKWAY BOULEVARD , TEXAS 75019 Page 1 RFP #168 HOLIDAY LIGHTS PROGRAM REQUEST FOR PROPOSAL Return Proposal To: City of Coppell Procurement Services Department 255 Parkway Blvd. Coppell, Texas 75019 The enclosed Request for Proposal are for your convenience in bidding the enclosed referenced products and/or services for the City of Coppell. Sealed proposals shall be received no later than: TUESDAY, AUGUST 27, 2019, 10:00 a.m., Central Time. MANDATORY PRE-PROPOSAL MEETING The City of Coppell will have a mandatory pre-bid conference Tuesday, August 20, 2019, 10:00 a.m. at: 255 Parkway Blvd. Coppell, TX 75019 Please reference RFP #168 in all correspondence pertaining to this bid and affix this number to outside front of bid envelope for identification. All bids shall be to the attention of the Procurement Services Department. The City of Coppell appreciates your time and effort in preparing a proposal. Please note that all proposals must be received at the designated location by the deadline shown. Proposals received after the deadline will be returned unopened and shall be considered void and unacceptable. Proposal opening is scheduled to be held in the Office of the Chief Procurement Officer, 255 Parkway Boulevard, Coppell, Texas. You are invited to attend. If Bidder desires not to bid at this time, but wishes to remain on the commodity bid list, please submit a "NO BID" response (same time/location). The City of Coppell is always very conscious and extremely appreciative of the time and effort expended to submit a bid. However, on "NO BID" responses please communicate any bid requirement(s) which may have influenced your decision to "NO BID." If response is not received in the form of a "BID" or "NO BID" for three (3) consecutive Invitation to Bid, Bidder shall be removed from said bid list. However, if you choose to "NO BID" at this time but desire to remain on the bid list for other commodities, please state the specific product/service for which your firm wishes to be classified. CITY O SVC. DEPARTMENT PARKWAY BOULEVARD , TEXAS 75019 Page 2 RFP #168 HOLIDAY LIGHTS PROGRAM Awards should be made approximately three weeks following the proposal opening date. To obtain results, or if you have any questions, please contact the Procurement Department at 972-304-3698. CITY O SVC. DEPARTMENT PARKWAY BOULEVARD , TEXAS 75019 Page 3 RFP #168 HOLIDAY LIGHTS PROGRAM REQUEST FOR PROPOSAL INSTRUCTIONS/TERMS OF CONTRACT RFP #168 By order of the City Council of the City of Coppell, Texas, sealed proposals will be received for: HOLIDAY LIGHTS PROGRAM TO PROVIDE for a two (2) year Contract commencing within thirty (30) days after the date of the award and continuing for a twenty-four (24) month period. The City of Coppell, reserves the right to extend this contract for three (3) additional one-year periods as it deems to be in the best interest of the city. IT IS UNDERSTOOD that the City Council of the City of Coppell, Texas reserves the right to reject any and/or all bids for any/or all products and/or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Coppell. PROPOSALS MUST BE submitted on the pricing forms included for that purpose in this packet. Each proposal shall be placed in a separate sealed envelope, with each page manually signed by a person having the authority to bind the firm in a Contract and marked clearly on the outside as shown below. FACSIMILE OR EMAIL TRANSMITTALS SHALL NOT BE ACCEPTED! SUBMISSION OF PROPOSALS: Sealed proposals shall be submitted no later than 10:00 a.m., Tuesday, August 27, 2019, the address as follows: City of Coppell Procurement Services Department 255 Parkway Blvd. Coppell, Texas 75019 CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 4 RFP #168 HOLIDAY LIGHTS PROGRAM PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals make request for these services forty-eight (48) hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Kori Allen, ADA Coordinator or another designated official at (972) 462-0022, or (TDD 1-800-RELAY, TX 1-800- 735-2989). CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 5 RFP #168 HOLIDAY LIGHTS PROGRAM City of Coppell RFP #168 HOLIDAY LIGHTS PROGRAM Closing Date & Time: Tuesday, August 27, 2019 @ 10:00 a.m. (Central Time) Solicitation Schedule Dates RFP Issued Friday, August 9, 2019 Pre-Proposal Conference (Mandatory) 10:00 a.m., Tuesday, August 20, 2019 Voluntary site visit to follow Deadline for Questions 5:00 p.m., Friday, August 23, 2019 Sealed Proposals Due to the City 10:00 a.m., Tuesday, August 27, 2019 *Presentations Week of September 3, 2019 *Contract Award/Proposed Council Approval Tuesday, September 24, 2019 *Start Implementation October 7, 2019 *Estimate The dates BEFORE RFP opening are firm unless changed through an Addendum. Dates after RFP opening are proposed dates and the City reserves changes in the response due date would be posted on Bidsync.com. All times and dates are Central Standard Time. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 6 RFP #168 HOLIDAY LIGHTS PROGRAM FUNDING: Funds for payment have been provided through the City of Coppell budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS: Proposals received in the City of Coppell Procurement Services Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Procurement Services Department shall be the official time of receipt. ALTERING BIDS: Proposals cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: A proposal may not be withdrawn or canceled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of proposals, and Bidder so agrees upon submittal of their bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax. Bidder shall include any sales taxes from concession sales of taxable items on City property in the total price of the sale and shall be responsible to report and pay such taes in a timely manner. BID AWARD: The City reserves the right to award any combination of the six areas as is deemed in the best interest of the City. The City also reserves the right to not award one or none of the areas. CONTRACT: This proposal, when properly accepted by the City of Coppell, shall constitute a Contract equally binding between the successful Bidder and the City. No different or additional terms will become a part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual shall modify or otherwise change, or affect the terms, conditions or Specifications stated in the resulting Contract. All Change Orders to the Contract will be made in writing by the City's Chief Procurement Officer. IF DURING THE items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of Coppell. A PRICE redetermination may be considered by the City only at the anniversary date of the Railroad Commission rates, Wage/Labor rates, etc.). Contracts at the proposal price will be an important consideration in the evaluation of the lowest CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 7 RFP #168 HOLIDAY LIGHTS PROGRAM and best proposal. The City reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the City. DELIVERY: all delivery and freight charges (F.O.B. City of Coppell) are to be included in the bid price. DELIVERY TIME: Bids shall show number of days required to place goods ordered at the C designated location. Failure to state delivery time may cause bid to be rejected. Successful Bidder shall notify the Procurement Services Department immediately if delivery schedule cannot be met. If delay is foreseen, successful Bidder shall give written notice to the Purchasing Agent. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Procurement Services Department advised at all times of the status of the order. CONFLICT OF INTEREST: No public official shall have interest in this Contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. DISCLOSURE OF CERTAIN RELATIONSHIPS Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnair affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the records administrator of the City of Coppell th not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with any employee, official or agent of the City of Coppell. EXCEPTIONS/SUBSTITUTIONS: All proposal meeting the intent of this Request for Proposal will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to accept any and all, or none, of the exception(s)/ substitution(s) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections or changes to this Request for Proposal will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Procurement Services department. Bidders shall acknowledge receipt of all addenda. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 8 RFP #168 HOLIDAY LIGHTS PROGRAM DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's Chief Procurement Officer. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county, and local laws concerning these types of service(s). DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and engineering practice. All items supplied against credit must be new and unused, unless otherwise specified, in first- class condition and of current manufacturer. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet the following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. REFERENCES: The City requests Bidder to supply, with this Request for Proposal, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm, address, telephone number and name of representative. BIDDER SHALL PROVIDE with this proposal, all documentation required by this Request for Proposal. Failure to provide this information may result in rejection of proposal CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 9 RFP #168 HOLIDAY LIGHTS PROGRAM SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability, claim or demand on their part, agents, servants, customers, and/or employees whether such liability, claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities within which the occupied premises are located. Successful Bidder shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. In addition, Contractor shall obtain and file with Owner City of Coppell a Standard Certificate of Insurance and applicable policy endorsement evidencing the required coverage and naming the owner City of Coppell as an additional insured on the required coverage. WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. TERMINATION OF CONTRACT: This Contract shall remain in effect until Contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. The City of Coppell reserves the right to award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATION FOR DEFAULT: The City of Coppell reserves the right to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules; 2. defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 10 RFP #168 HOLIDAY LIGHTS PROGRAM 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. the City may take possession of all goods, fixtures and materials of successful Bidder therein and may foreclose its lien against such personal property, applying the proceeds toward fees due or thereafter becoming due. In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by law) to be given to the successful Bidder by the City of Coppell shall conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a Contract Administrator with designated responsibility to ensure compliance with Contract requirements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison between the City of Coppell Procurement Services Department (which has the overall Contract Administration responsibilities) and the successful Bidder. PURCHASE ORDER: A Purchase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Order number must appear on all itemized invoices and packing slips. The City of Coppell will not be held responsible for any orders placed/delivered without a valid current Purchase Order number. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 11 RFP #168 HOLIDAY LIGHTS PROGRAM PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of successful Bidder, (b) name and address of receiving department and/or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of containers, etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order and shall be mailed directly to the City of Coppell Facilities Department, 255 Parkway Blvd., Coppell, Texas 75019, or emailed to Halie Hernandez, hhernandez@coppelltx.gov. PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. Successful Bidder(s) required to pay subcontractors within ten (10) days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the successful Bidder at the next service date at no expense to the City of Coppell. If item is not picked up within one (1) week after notification, the item will become a donation to the City for disposition. SAMPLES: When requested, samples shall be furnished free of expense to the City of Coppell. WARRANTY: Successful Bidder shall warrant that all items/services shall conform to the proposed Specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected. REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available as stated in the Uniform Commercial Code. VENUE: This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell, Texas. ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without prior written consent of the City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but must clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate item(s). CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 12 RFP #168 HOLIDAY LIGHTS PROGRAM SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these Specifications shall be made on the basis of this statement. Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prior to cancellation or upon any material change in coverage. BID NOTIFICATION: City of Coppell utilizes the following procedures for notification of bid opportunities: www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification authorized by the city. Coppell shall not be responsible for receipt of notification and y the validity of all bid information received by sources other than those listed. EMPLOYMENT ELIGIBILITY VERIFICATION: The Immigration Reform and Control Act of 1986 (IRCA) makes it illegal for employers to knowingly hire or recruit immigrants who do not possess lawful work authorization and requires employers to verify their employees' work eligibility on a U.S. Department of Justice form I-9. The contractor/vendor warrants that contractor/vendor is in compliance with IRCA and will maintain compliance with IRCA during the term of the contract with the city. Contractor/vendor warrants that contractor/vendor has included or will include a similar provision in all written agreements with any subcontractors engaged to perform services under this contract. ENVIRONMENTALLY PREFERABLE PRODUCTS AND SERVICES: Bidders are encouraged to offer Energy Star, GreenSeal, EcoLogo and/or EPEAT certified products. The city also encourages bidders to offer products and services that are produced or delivered with minimal use of virgin materials and maximum use of recycled materials and reduce waste, energy usage, water utilization and toxicity in the manufacture and use of products. ANY QUESTIONS concerning this Request for Proposal should be directed to the Procurement Services Department at 972-304-3698. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 13 RFP #168 HOLIDAY LIGHTS PROGRAM COOPERATIVE PURCHASING As permitted under Government Code, Title 7, Chapter 791.025, other governmental entities may wish to cooperatively purchase under the same terms and conditions contained in this contract (piggyback). Each entity wishing to piggyback must have prior authorization from the City of Coppell and Contractor. If such participation is authorized, all purchase orders will be issued directly from and shipped directly to the entity requiring supplies/services. The City of Coppell shall not be held responsible for any orders placed, deliveries made, or payment for supplies/services ordered by these entities. Each entity reserves the right to determine their participation in this contract. IS YOUR FIRM WILLING TO ALLOW OTHER GOVERNMENTAL ENTITIES TO PIGGYBACK OFF THIS CONTRACT, IF AWARDED, UNDER THE SAME TERMS AND CONDITIONS? __________YES __________NO CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 14 RFP #168 HOLIDAY LIGHTS PROGRAM CERTIFICATIONS AND REPRESENTATIONS M/WBE STATUS ___________________________________________________ IS CERTIFIED AS A: (CHECK ONE, IF APPLICABLE) DISADVANTAGED BUSINESS ENTERPRISE ___________ MINORITY-OWNED BUSINESS ENTERPRISE ___________ WOMEN-OWNED BUSINESS ENTERPRISE ___________ PLEASE ATTACH OFFICIAL DOCUMENTATION FROM THE STATE OF TEXAS OR OTHER QUALIFIED CERTIFICATION AGENCY OF M/WBE STATUS OF YOUR COMPANY WITH THIS BID/PROPOSAL. * * * * * NOTE * * * * * THIS DATA IS REQUESTED FOR INFORMATIONAL PURPOSES ONLY AND WILL NOT AFFECT THE BID AWARD. (SUBMISSION OF THIS INFORMATION IS NOT A REQUIREMENT.) CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 15 RFP #168 HOLIDAY LIGHTS PROGRAM IMPLEMENTATION OF HOUSE BILL 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on ies form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. The form may be obtained and completed at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm *Please note that this form only has to be completed once the contract is awarded and before contract is executed. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 16 GPSN!DJR DPOGMJDU!PG!JOUFSFTU!RVFTUJPOOBJSF Gps!wfoeps!epjoh!cvtjoftt!xjui!mpdbm!hpwfsonfoubm!foujuz PGGJDF!VTF!POMZ Uijt!rvftujpoobjsf!sfgmfdut!dibohft!nbef!up!uif!mbx!cz!I/C/!34-!95ui!Mfh/-!Sfhvmbs!Tfttjpo/ Uijt!rvftujpoobjsf!jt!cfjoh!gjmfe!jo!bddpsebodf!xjui!Dibqufs!287-!Mpdbm!Hpwfsonfou!Dpef-!cz!b!wfoeps!xip Ebuf!Sfdfjwfe ibt!b!cvtjoftt!sfmbujpotijq!bt!efgjofe!cz!Tfdujpo!287/112)2.b*!xjui!b!mpdbm!hpwfsonfoubm!foujuz!boe!uif wfoeps!nffut!sfrvjsfnfout!voefs!Tfdujpo!287/117)b*/ Cz!mbx!uijt!rvftujpoobjsf!nvtu!cf!gjmfe!xjui!uif!sfdpset!benjojtusbups!pg!uif!mpdbm!hpwfsonfoubm!foujuz!opu!mbufs uibo!uif!8ui!cvtjoftt!ebz!bgufs!uif!ebuf!uif!wfoeps!cfdpnft!bxbsf!pg!gbdut!uibu!sfrvjsf!uif!tubufnfou!up!cf gjmfe/!!Tff!Tfdujpo!287/117)b.2*-!Mpdbm!Hpwfsonfou!Dpef/ B!wfoeps!dpnnjut!bo!pggfotf!jg!uif!wfoeps!lopxjohmz!wjpmbuft!Tfdujpo!287/117-!Mpdbm!Hpwfsonfou!Dpef/!Bo pggfotf!voefs!uijt!tfdujpo!jt!b!njtefnfbops/ 2 Obnf!pg!wfoeps!xip!ibt!b!cvtjoftt!sfmbujpotijq!xjui!mpdbm!hpwfsonfoubm!foujuz/ 3 Difdl!uijt!cpy!jg!zpv!bsf!gjmjoh!bo!vqebuf!up!b!qsfwjpvtmz!gjmfe!rvftujpoobjsf/!)Uif!mbx!sfrvjsft!uibu!zpv!gjmf!bo!vqebufe dpnqmfufe!rvftujpoobjsf!xjui!uif!bqqspqsjbuf!gjmjoh!bvuipsjuz!opu!mbufs!uibo!uif!8ui!cvtjoftt!ebz!bgufs!uif!ebuf!po!xijdi zpv!cfdbnf!bxbsf!uibu!uif!psjhjobmmz!gjmfe!rvftujpoobjsf!xbt!jodpnqmfuf!ps!jobddvsbuf/* 4 Obnf!pg!mpdbm!hpwfsonfou!pggjdfs!bcpvu!xipn!uif!jogpsnbujpo!jt!cfjoh!ejtdmptfe/ !!!!!!!!Obnf!pg!Pggjdfs 5 Eftdsjcf!fbdi!fnqmpznfou!ps!puifs!cvtjoftt!sfmbujpotijq!xjui!uif!mpdbm!hpwfsonfou!pggjdfs-!ps!b!gbnjmz!nfncfs!pg!uif pggjdfs-!bt!eftdsjcfe!cz!Tfdujpo!287/114)b*)3*)B*/!!Bmtp!eftdsjcf!boz!gbnjmz!sfmbujpotijq!xjui!uif!mpdbm!hpwfsonfou!pggjdfs/ Dpnqmfuf!tvcqbsut!B!boe!C!gps!fbdi!fnqmpznfou!ps!cvtjoftt!sfmbujpotijq!eftdsjcfe/!!Buubdi!beejujpobm!qbhft!up!uijt!Gpsn DJR!bt!ofdfttbsz/ B/!!Jt!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!sfdfjwjoh!ps!mjlfmz!up!sfdfjwf!ubybcmf!jodpnf- puifs!uibo!jowftunfou!jodpnf-!gspn!uif!wfoeps@ Zft!!!!!!!!!!!!!!!!!Op !!!!!!!!!!!!!!!!!!!!!!!!!!! C/!!Jt!uif!wfoeps!sfdfjwjoh!ps!mjlfmz!up!sfdfjwf!ubybcmf!jodpnf-!puifs!uibo!jowftunfou!jodpnf-!gspn!ps!bu!uif!ejsfdujpo pg!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!BOE!uif!ubybcmf!jodpnf!jt!opu!sfdfjwfe!gspn!uif mpdbm!hpwfsonfoubm!foujuz@ Zft!!!!!!!!!!!!!!!!!Op !!!!!!!!!!!!!!!!!!!!!!!!!!! 6 Eftdsjcf!fbdi!fnqmpznfou!ps!cvtjoftt!sfmbujpotijq!uibu!uif!wfoeps!obnfe!jo!Tfdujpo!2!nbjoubjot!xjui!b!dpsqpsbujpo!ps puifs!cvtjoftt!foujuz!xjui!sftqfdu!up!xijdi!uif!mpdbm!hpwfsonfou!pggjdfs!tfswft!bt!bo!pggjdfs!ps!ejsfdups-!ps!ipmet!bo pxofstijq!joufsftu!pg!pof!qfsdfou!ps!npsf/ 7 Difdl!uijt!cpy!jg!uif!wfoeps!ibt!hjwfo!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!pof!ps!npsf!hjgut bt!eftdsjcfe!jo!Tfdujpo!287/114)b*)3*)C*-!fydmvejoh!hjgut!eftdsjcfe!jo!Tfdujpo!287/114)b.2*/ 8 Tjhobuvsf!pg!wfoeps!epjoh!cvtjoftt!xjui!uif!hpwfsonfoubm!foujuz Ebuf Gpsn!qspwjefe!cz!Ufybt!Fuijdt!Dpnnjttjpo!xxx/fuijdt/tubuf/uy/vt Sfwjtfe!2204103126 RFP #168 HOLIDAY LIGHTS PROGRAM RFP #168 HOLIDAY LIGHTS PROGRAM (CONFLICT OF INTEREST) FOUR COPIES AND ONE DIGITAL MUST BE RETURNED TO THE PROCUREMENT SERVICES DEPARTMENT NO LATER THAN 10:00 a.m., CENTRAL TIME, TUESDAY, AUGUST 27, 2019. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 17 RFP #168 HOLIDAY LIGHTS PROGRAM STATEMENT OF WORK BACKGROUND Conveniently located in the center of the Dallas/Ft. Worth Metroplex, Coppell is described as a beautiful, quiet and safe city. Attractive and consistently maintained corridors, streets, alleys, and streetscapes add value to the community. It is our desire that you will visually know when you are entering and exiting Coppell. We thrive on our dedicated commitment to the citizens to provide continuous opportunities for building community throughout the year. Through the annual city sponsored Special Events, we are able to provide such an experience for the community. Every December, the City hosts a Lighted Parade and Tree Lighting Ceremony which officially kicks off the Holiday season in Coppell. The event begins with a parade in which all floats are lighted and themed to represent the holiday spirit in Coppell. The parade ends at Andrew Brown East where the annual Tree Lighting Ceremony takes place. This ceremony includes the official lighting of all City facilities, buildings, and trees. Excellent city services, outstanding parks and facilities, safe neighborhoods, strong churches, and exemplary schools all provide for a high quality lifestyle and sense of community. It is our desire to maintain this standard of quality visually through the Holiday lights and decorations. Therefore, the City of Coppell is seeking a highly qualified and reputable holiday lights and décor vendor to install, maintain, and take down all city facility lights as well as, design and decorate the inside of Town Center. SECTION 1 - SPECIFICATIONS 1.1 INTRODUCTION 1.1.1 The City of Coppell invites sealed proposals from qualified vendors to provide a turn- holiday light program. The Program may include but is not limited to holiday lights and decoration, artistic projections and other entertainment elements as agreed upon between Contractor and City throughout specified areas of the City. 1.1.2 Contractors shall be responsible for design, installation, maintenance, removal, packaging, storage and transport of seasonal lighting and non-lighted decorations. 1.1.3 Services provided by Contractor include materials, labor, supplies, equipment, tools, transportation and other items necessary for installation and execution of the Program. 1.2 SCOPE 1.2.1 The City of Coppell desires to utilize the uniqueness of its parks and facilities to create a dramatic holiday light display that will decorate and benefit the community during the holiday season. 1.3 LIGHTING AND DECORATIONS PLAN CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 18 RFP #168 HOLIDAY LIGHTS PROGRAM 1.3.1 The City has identified three areas to be decorated with several optional areas. City Council has budgeted $150,000.00 for this project. The City shall make the final determination on specific areas to be decorated each year. Please provide a lighting and design plan for each area listed below and detail what will be provided within the budgeted amount. 1.3.2 AREA ONE Facilities - Cozby Library and Community Commons 177 N. Heartz Road - The CORE 234 E. Parkway Blvd. - Grapevine Springs Community and Senior Center 345 W. Bethel Road - Wagon Wheel Tennis Center 950 Creekview Dr. - Fire Station #1 520 Southwestern Blvd. - Fire Station #2 366 S. MacArthur Blvd. - Fire Station #3 133 E. Parkway Blvd. - Biodiversity Education Center 367 Freeport Parkway - Justice Center 130 Town Center Blvd. - Town Center Business Park - 265 E. Parkway Blvd - Andrew Brown East 260 Parkway Blvd o Grand Pavilion o Restroom Building o Phillips Pavilion - Service Center- 816. S Coppell Road - Animal Shelter and Adoption Center- 821 S. Coppell Road - Old Fire Administration 500 Southwestern Blvd - Life Safety Park 820 S. Coppell Rd. - Rolling Oaks Columbarium and Pavilion 400 S. Freeport Pkwy - Town Center 255 Parkway Blvd. *The facilities listed consist of a minimum of building lights. 1.3.3 AREA TWO Town Center 255 Parkway Blvd. (Front, Back, Interior) - FRONT of Town Center: Area decorated consists of numerous trees in front of Town Center with power run to the base of most trees. or larger) to stage directly in front of Town Center, including lights and decorations for the tree. Install six (6) City owned lit wreaths. Decorate front and rear columns. - INTERIOR of Town Center: In the past, the city has decorated the atrium with three artificial trees; a nine (9), a twelve (12) and a fifteen (15) foot tree decorated with lights, ornaments, bows, and sprays to create a holiday theme. Wreaths, garland, and swags were also used to decorate the stair railing and other open areas. These items are available to use. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 19 RFP #168 HOLIDAY LIGHTS PROGRAM 1.3.4 AREA THREE Andrew Brown East 260 E. Parkway Blvd. - Grand Pavilion, Phillips Pavilion and Restroom Structure Lighted Parade & Tree Lighting Ceremony event area The City hosts an annual tree lighting event in this area. The City is looking for proposals from potential contractors to provide the number and design of trees decorated based on what would provide the best appearance for the event. Area decorated consists of numerous trees with power ran to the base of some trees. One artificial Christmas tree (minimum 30 included and set up in the park. 1.3.5 AREA FOUR Old Town Coppell 768 W. Main St. - Pavilion & Square Area decorated includes numerous trees with power source at each. - Light Poles existing garland and bows, available for use, but also open to suggestions - Banners Installation only - Live tree, at Pavilion - Windmill (in Old Town) 700 Block of S. Coppell Road - Restroom Facility Old Town- 768 W. Main Street - Kirkland House 700 Block of S. Coppell Road - Old Minyards 431 W. Bethel Rd 1.3.6 AREA FIVE- Photo Opportunities 1. Photo opportunities Provide five (5) areas for outdoor photo opportunities in TBD areas within the City. Can consist of backdrop or other Holiday décor props. 1.3.7 AREA SIX - Monuments 1. The decorating of six (6) monuments entering Coppell, located at: a. East Beltline b. North Denton Tap c. West Bethel Road d. East and West Sandy Lake e. North Freeport Pkwy (at 121) 1.3.8 AREA SEVEN - Bridges CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 20 RFP #168 HOLIDAY LIGHTS PROGRAM 1. Lighting and/or decorating bridges in Coppell located at: STREET LOCATION LENGTH (LF) FREEPORT PKWY EAST SIDE OF BRIDGE 220 FREEPORT PKWY WEST SIDE OF BRIDGE 440 N COPPELL RD EAST SIDE OF COPPELL, JUST NORTH 49 OF BETHEL N COPPELL RD WEST SIDE OF COPPELL, JUST NORTH 49 OF BETHEL N DENTON TAP RD NB OVER COTTONWOOD CREEK 92 N DENTON TAP RD NB OVER DENTON CREEK, INSIDE 312 RAILING N DENTON TAP RD NB OVER DENTON CREEK, OUTSIDE 234 RAILING N DENTON TAP RD SB OVER COTTONWOOD CREEK 91 N DENTON TAP RD SB OVER DENTON CREEK 233 N MACARTHUR BLVD OVER NORTHBOUND, EAST SIDE 266 DENTON CREEK N MACARTHUR BLVD OVER SOUTHBOUND, WEST SIDE 266 DENTON CREEK S DENTON TAP RD NB OVER GRAPEVINE CREEK 673 S DENTON TAP RD SB OVER GRAPEVINE CREEK 224 S MACARTHUR BLVD NORTHBOUND OVER GRAPEVINE 284 CREEK, EAST SIDE S MACARTHUR BLVD NORTHBOUND OVER GRAPEVINE 290 CREEK, WEST SIDE S MACARTHUR BLVD SOUTHBOUND OVER GRAPEVINE 293 CREEK, EAST SIDE S MACARTHUR BLVD SOUTHBOUND OVER GRAPEVINE 299 CREEK, WEST SIDE S MOORE RD BRIDGE OVER GRAPEVINE CREEK, 195 EAST SIDE S MOORE RD BRIDGE OVER GRAPEVINE CREEK, 195 WEST SIDE W BETHEL RD N SIDE E OF LOCH LN 58 W BETHEL RD N SIDE OF W BETHEL RD OVER 160 GRAPEVINE CREEK W BETHEL RD S SIDE E OF LOCH LN 69 W BETHEL RD S SIDE OF W BETHEL RD OVER 155 GRAPEVINE CREEK W SANDY LAKE RD NB OVER COTTONWOOD CREEK 197 W SANDY LAKE RD SB OVER COTTONWOOD CREEK, 192 INSIDE RAILING W SANDY LAKE RD SB OVER COTTONWOOD CREEK, 198 OUTSIDE RAILING CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 21 RFP #168 HOLIDAY LIGHTS PROGRAM TOTAL 5733 1.4 WORK DESCRIPTIONS 1.4.1 Contractor shall provide the design of all areas prior to installation dates unless earlier date is required for discounted ordering. These shall include, but are not limited to: 1.4.1.1 Conceptual drawing indicating which trees will have featured lighting to produce the most dramatic effect 1.4.1.2 Style of décor and lights and decoration of trees 1.4.1.3 Number of strands needed and types of decorations to be used 1.4.1.4 Safety plan 1.4.1.5 Methods of installation in relation to plan and type of tree 1.4.1.6 Tree trimming and pruning requirements requested of the City 1.4.1.7 Installation and removal timeframe The City is looking for a traditional, yet creative, holiday design. The design for each area may be different from year to year. 1.4.2 Contractor shall submit a design plan for confirmed areas to be decorated. Design plan will reflect directions noted in this RFP for each area. Contractor shall identify the following: - Number of trees to be decorated - Estimated number of strands based on tree height - Creative approach utilized, for example, color usage when allowed, new technology being used, orientation of strands, additional decorations for purchase, etc. - Examples of design approach for different types of trees 1.5 WORK DESCRIPTION INSTALLATION 1.5.1 Lighting shall be installed, tested and fully operational by 6:00 p.m. on the Thursday prior to Thanksgiving. Contractor shall have all lights installed by the specified deadline. 1.5.2 The Contractor shall provide automatic timers for lights and displays except where City personnel turn lights on and off. Timers are to be turned on and set from 5:00 pm to 10:00 pm. 1.5.3 The Contractor 1.6 WORK DESCRIPTION MAINTENANCE 1.6.1 Contractor shall be responsible for all related maintenance to ensure the display is operating as intended. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 22 RFP #168 HOLIDAY LIGHTS PROGRAM 1.6.2 Contractor shall maintain display from the Friday prior to Thanksgiving Day through the first Monday in January. The display is to be set and turned on daily from 5:00 pm to 10:00 pm. 1.6.3 The Contractor must have personnel available to guarantee next day service, including weekends, for repair or replacement of damaged lights and decorations. The Contractor must respond to the designated City contact within 24 hours of call and be on-site within that time for service. Contractor guarantees next- day service for any damage or repair for the duration of the specified display period. 1.6.4 -day service to repair and replace damaged lights and extension cords shall be for any reason including, but not limited to, damage from vandalism, weather or other acts of God, from the first day of installation to until the last Friday in January. 1.6.5 Labor charges for inspection, repair or replacement of lights as necessary, as well as emergency call out service for repair of any damaged or vandalized lights shall be included in the basic proposal for all work under the proposal. 1.6.6 The City shall pay the cost of necessary replacement light and extension cords due to vandalism at the costs indicated on the Price Sheet. Contractor shall repair or replace lights at no cost to the City for light and extension cords that 1.6.7 Contractor shall be on-site at the event on the first Saturday in December to ensure the tree lighting ceremony works properly. 1.7 WORK DESCRIPTION REMOVAL AND STORAGE 1.7.1 Contractor shall begin removal of lights displays no later than the second Monday in January. The Contractor shall complete the removal of all installed lights no later than the last Friday in January. It is assumed that light strings are removed out of trees each year. Contractor is responsible for disposal of debris and will leave the areas clean and free of debris. 1.7.2 Contractor is responsible to provide storage for lighting during the terms of the Agreement. All lighting will remain the property of the Contractor. 1.8 COMPENSATION 1.8.1 Contractor shall provide all design and labor services, products and materials under this Agreement for a not-to-exceed amount of $150,000.00. The City shall pay the Contractor 50% of the project cost as a deposit, 25% at time of installation, and the remaining 25% at completion of takedown. 1.9 TIME 1.9.1 The parties acknowledge that time is of the essence in the performance of the terms of this Contract 1.10 LIQUIDATED DAMAGES The Contractor shall pay the Owner the sum of $250.00 per day for each and every calendar day of unexcused delay in achieving Substantial Completion beyond the date set forth herein for Substantial Completion of the Work. Any sums due and CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 23 RFP #168 HOLIDAY LIGHTS PROGRAM payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that Substantial Completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. if and when the Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. SECTION 2 INSTRUCTION TO OFFERORS 2.1 ON-SITE INVESTIGATION Offe referenced in the Scope of Work prior to submitting their proposal. The Offeror shall be responsible for examining the facility sites and comparing it with the descriptions and specifications, to have carefully examined all of the RFP Package to have satisfied themselves as to the conditions under which the work is to be performed before submitting a proposal and entering into the contract. No allowance shall subsequently be made on behalf of Offeror on account of an error on its part or its negligence or failure to become acquainted with the conditions of the site, or surrounding areas. 2.2 RETURN OF OFFER Four (4) hard copies and one (1) digital copy. The sections of the submittal should be clearly identifiable and should follow the instructions noted in the Submission Requirements section of this Request for Proposals (RFP). Failure to include the requested information may have a negative impact on t offer. 2.3 PREPARATION OF OFFER PACKAGE The following items shall be completed and returned. Failure to include all of the items may result in an offer being rejected. Offer packages shall be submitted in the following order: 2.3.1 OFFER SHEET, Section 4.0 2.3.2 LIGHTING AND DESIGN PLAN, Section 5.0 2.3.3 PRICE SHEET, Section 6.0 2.3.4 REFERENCES 2.3.5 CONFLICT OF INTEREST FORM, COOPERATIVE PURCHASING FORM, CERTIFICATIONS AND REPRESENTATIONS FORM CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 24 RFP #168 HOLIDAY LIGHTS PROGRAM 2.3.6 ADDENDUM, Return all addenda (if applicable) 2.3.7 SPECIFICATIONS, Section 1.0 2.3.8 SPECIAL TERMS AND CONDITIONS, Section 3.0 2.4 EVALUATION CRITERIA The City of Coppell will evaluate proposals in terms of ability to satisfy requirements outlined in this REQUEST FOR PROPOSAL. All scores will be based on the determining factors listed under the Preparation of Offer section. The City may elect to interview one or more before final decision is made. A point evaluation system will be used to rank the proposals. The following criteria will be used to evaluate all qualifications. The points for each criterion are listed below: 2.4.1 ..................................35 Points 2.4.2 ME 2.4.3 FIRM AND PERSONNEL QUALIFICA 2.4.4 SAFETY10 Points 2.4.5 2.5 SUBMISSION REQUIREMENTS Offerors shall provide written narrative responses on the criteria below. When applicable, supporting documents should be attached and reference the appropriate criterion. Offerors, at a minimum, must submit the following: 2.5.1 QUANTITY OF DECORATION PER AREA Offerors shall describe the quantity of work to be installed per area. Please include proposed number of trees, buildings and strands of lights per area. 2.5.2 METHOD OF APPROACH AND CREATIVE DESIGNS Offerors shall detail their method of handling the C program requirements. Offerors shall demonstrate new technology and demonstrate its capabilities to perform the contract promptly or within the time specified by the City, without delay or interference. Offerors shall submit photograph samples of previous or current work. Conceptual drawings and designs of lighting plan for all Areas (Section 1.3) shall be submitted showing: 2.5.2.1 Proposed new, unusual or unique light designs and technology. 2.5.2.2 The color scheme that highlights the creative use of color. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 25 RFP #168 HOLIDAY LIGHTS PROGRAM 2.5.2.3 The unique method of lighting trees to produce the most dramatic effect. 2.5.2.4 The estimated number of light strings to complete the design in these Areas 2.5.3 FIRM AND PERSONNEL QUALIFICATIONS & EXPERIENCE in business and history of demonstrated competence. Include information that documents successful and reliable experience in previous performances, especially those contracts related to the design, installation and maintenance of a commercial light display. The following information should be included: 2.5.3.1 Description of previous work performed of a similar size and scope that has direct reflection on proposed project. 2.5.3.2 Identify key personnel and relevant work experience that will be assigned to this contract. Offeror should de knowledge and experience in undertaking similar projects in the last five years. 2.5.3.3 If subcontractor(s) are used, Offeror shall identify the 2.5.4 REFERENCES Offerors shall submit a minimum of three references for which the Offeror has provided similar services of municipal installations in scope within the last five years. References shall include the company name, contact person and title, telephone number, email address, dates, cost and description of project(s). 2.5.5 DESIGN AND COST City Council has budgeted $150,000 for this project. Offerors shall complete the Lighting and Design Plan Sheet, Section 5.0 and Price Sheet, Section 6.0. 2.6 PRESENTATION The City intends to award the contract to the most responsible and responsive proposer and will ask the finalists to prepare a presentation further explaining previous hts Program. 2.7 PROPRIETARY INFORMATION CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 26 RFP #168 HOLIDAY LIGHTS PROGRAM Offerors shall clearly mark any proprietary information contained in its bid with the proprietary. Pricing data shall not be considered proprietary. Marking all, or nearly all, of a bid as proprietary may result in a rejection of the bid. Offerors acknowledge that the City is required by law to make certain records available for public inspection. In the event that the City receives a request for disclosure of proprietary information by any person, court, agency or administrative body, or otherwise has a reasonable belief that it is obligated to disclose the proprietary information to any such person or authority, the City will provide Offeror with prompt written notice so that Offeror may seek a protective order or other appropriate remedy. The Offeror, by submission of materials marked Proprietary Information, acknowledges and agrees that the City will have no obligation to advocate for non-disclosure in any forum or any liability to the Offeror in the event that the City must legally disclose the proprietary information. 2.8 ADDITIONAL INVESTIGATIONS The City reserves the right to make such additional investigations as it deems necessary to establish the competence and financial stability of any Offeror submitting a proposal. 2.9 ADDITIONAL INFORMATION The City reserves the right to secure additional information from the Offeror in various forms and/or to award based on submitted information. 2.10 EVALUATION AND AWARD OF CONTRACT In accordance with City Code, the contract shall be awarded to the most responsive, responsible Offeror whose proposal is the most satisfactory and advantageous to the City based on the factors set forth in the RFP Package. The City shall be the sole judge as to the acceptability of the products or services offered. Notwithstanding any other provision of the RFP Package, the City expressly reserves the right to: (1) Waive any immaterial defect or informality; or (2) Reject any or all Offers, or portions thereof; or (3) Cancel/Reissue an RFP All responses to this RFP are offers to contract with the City and shall substantially conform to the terms, conditions, specifications and other requirements set forth within the text of the RFP Package. Offers do not become contracts unless and until they are formally accepted by the City. The City reserves the right to clarify any contractual terms with the concurrence of Offeror, however, any substantial non-conformity in the Offer shall be deemed nonresponsive and the Offer rejected. No alteration of any contract resulting from an Offer may be made without the express written approval of the Purchasing Agent in CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 27 RFP #168 HOLIDAY LIGHTS PROGRAM the form of an official contract amendment. Any attempt to alter any such contract without such approval is a violation of the contract. Any such action is subject to legal and contractual remedies available to the City inclusive of, but not limited to, contract cancellation, suspension and/or debarment of the Offeror. PLEASE NOTE: The City of Coppell will draft the contract for the Holiday Lights Program services between the City and the successful Proposer. **No vendor contracts will be signed by the City** 2.11 OFFER ERRORS, OMISSIONS AND CORRECTIONS The City will not be responsible for any Offeror errors or omissions. All prices and notations shall be written in ink or typed. Changes or corrections made on the offer form must be initialed in ink by the individual signing the offer. No corrections will be permitted after the offers have been opened. 2.12 WITHDRAWAL OF OFFER At any time prior to the specified solicitation due date and time, an Offeror may formally withdraw the offer by a written letter, facsimile or electronic mail from the Offeror or a designated representative. Telephonic or oral withdrawals shall not be considered. 2.13 INQUIRIES Any question(s) related to this RFP shall be directed to the Procurement Services Department 972-304-3698. Questions should be submitted through www.bidsync.com no later than Tuesday, August 9, 2016 at 5:00 p.m. All questions and answers will be answered in a public forum. The City shall not their proposal based on any oral instructions made by any employees or officers of the City. All changes to the RFP shall be in the form of a written addendum, which shall RFP. The City shall not respond to any requests for information pertaining to specifications received less than three working days (MondayFriday, excluding holidays) before the proposal opening. Any interpretation or correction of the RFP documents shall be made only by written addendum and a copy of each addendum shall be mailed, faxed or delivered to all who are known to have received an RFP Package. The City shall not be responsible for any other explanations or interpretations of the RFP Package. SECTION 3 - TERMS AND CONDITIONS 3.1 PUBLIC RECORD Contractor acknowledges that the City is a public agency and must comply with all Public Records laws. All offers submitted in response to the solicitation shall become the property of the City and, subsequent to award recommendation, become a matter of public record available for review pursuant to Texas Public Records Law. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 28 RFP #168 HOLIDAY LIGHTS PROGRAM If a Contractor believes that a specific section of its response is confidential, that should be withheld from the public record, Contractor shall isolate the pages and mark each page confidential in a specific and clearly labeled section of its Proposal response. The Contractor shall include a written statement as to the basis for considering the marked pages confidential including the specific harm or prejudice if disclosed. The City Attorney will review the material and make a determination as to the confidentiality of any of the information and/or material contained within the Submittal. In the event of a public records request for documents Contractor deems confidential, it shall be the appropriate action, including legal action, to protect such documents. 3.2 PRICE All prices quoted shall be firm and fixed for the specified contract period. 3.3 FOB DESTINATION Quoted shall be FOB destination to: City of Coppell, Texas. 3.4 TERM OF AGREEMENT The term of this agreement shall be for a two (2) year initial period. The successful 3.5 OPTION TO EXTEND The City may, at its option and upon mutual written agreement with the Contractor, extend the term of this agreement for an additional three (3) years in one (1) year increments based on satisfactory Contractor performance. Contractor shall be notified days prior to the expiration of the original contract period. 3.6 APPROPRIATION OF FUNDS Proposer agrees that the funds expended for the purposes of this Agreement and any renewal Agreement shall be appropriated by the City Council for each fiscal year within the Agreement period. Therefore, this Agreement shall automatically terminate, without penalty or recourse, if such funds are not appropriated for this Agreement or any renewal Agreement. The City reserves the right to adjust the scope of work based 3.7 CHANGES OR ADDITIONS OF PRODUCTS OR SERVICES The City reserves the right to revise or make changes within the general Specifications as deemed necessary to best service the interest of the City. All changes shall be documented by formal amendment to the contract. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 29 RFP #168 HOLIDAY LIGHTS PROGRAM 3.8 INSURANCE The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as follows: Type of Insurance Amount Worker's Compensation as set forth in the Worker's Compensation Act. Commercial General $1,000,000 Each Accident/Occurrence. Liability (Public) $1,000,000 Aggregate $1,000,000 Products & Completed Operations Aggregate. $600,000 per occurrence Liability Insurance $1,000,000 aggregate Excess/Umbrella Liability $1,000,000 per occurrence w/drop down coverage Endorsement CG 2503 Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. A DDITIONAL I NSURED IN ADDITION, CONTRACTOR SHALL OBTAIN AND FILE WITH OWNER CITY OF COPPELL A STANDARD CERTIFICATE OF INSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVERAGE AND NAMING THE OWNER CITY OF COPPELL AS AN ADDITIONAL INSURED ON THE REQUIRED COVERAGE. 3.9 CANCELLATION The City reserves the right to cancel the whole or any part of the contract due to failure of the Contractor to carry out any term, promise, or condition of the contract. The City will issue a written ten (10) day notice of default to the Contractor for acting or failing to act as in any of the following: 3.9.1 The Contractor provides personnel that do not meet the requirements of the contract. 3.9.2 The Contractor fails to perform adequately the services required in the contract. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 30 RFP #168 HOLIDAY LIGHTS PROGRAM 3.9.3 The Contractor attempts to impose on the City personnel which are of an unacceptable quality. 3.9.4 The Contractor fails to furnish or finish the required product and/or service within the time stipulated in the contract. 3.9.5 The Contractor fails to make progress in the performance of the requirements of the contract and/or gives the City a positive indication that the Contractor will not or cannot perform to the requirements of the contract. If the Contractor does not correct the above problem(s) within ten (10) days after receiving the notice of default, the City may resort to any single or combination of the following remedies: (1) Cancel the contract; 2) Reserve all rights or claims to damage for breach of any covenants of the contract; (3) In case of default, the City reserves the right to purchase materials or to complete the required work in accordance with the City Procurement Code. The City may recover any actual excess costs from the Contractor by: a. Deduction from an unpaid balance; b. Any combination of the above or any other remedies as provided by law. 3.10 WARRANTIES Contractor warrants that all materials, service, or construction delivered under this contract shall conform to the specifications of this contract. Any defects of design, workmanship, or materials that would result in non-compliance with the contract specification shall be fully corrected by the Contractor (including labor and materials) without additional cost to the City. 3.11 NON-DISCRIMINATION By submitting this offer, Contractor agrees not to discriminate against any employee or applicant for employment on the basis of race, color, religion, sex, national origin, age, marital status, sexual orientation, gender identity or expression, genetic characteristics, familial status, U.S. military veteran status or any disability. Contractor will require any Subcontractor to be bound to the same requirements as stated within this section. Contractor, and on behalf of any subcontractors, warrants compliance with this section. CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 31 RFP #168 HOLIDAY LIGHTS PROGRAM Section 4 - OFFER SHEET 4.1 OFFER The undersigned hereby certifies that they have read, understand, and will fully and faithfully comply with this solicitation, its attachments and any referenced documents. The undersigned also certifies that the prices offered were independently developed without the consultation with any of the other Offerors or potential offerors. _____________________________ ____________________________________ Authorized Signature _____________________________ ____________________________________ Printed Name Address _____________________________ ____________________________________ Title City, State, Zip _____________________________ ____________________________________ Telephone Fax Number _____________________________ ____________________________________ Authorized Signature Email Address Date For questions regarding this offer: (If different from above) _____________________________ ____________________________________ Contact Name Phone Number _____________________________ Email Address CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 32 RFP #168 HOLIDAY LIGHTS PROGRAM SECTION 5 - LIGHTING AND DESIGN PLAN 5.1 Please include the proposed number of trees, buildings and strands of lights in each area. A. Lighting and Design Plan for Areas: Area Design Plan Area 1: Facilities Area 2: Town Center Area 3: Andrew Brown East CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 33 RFP #168 HOLIDAY LIGHTS PROGRAM Area Design Plan Area 4: Old Town Coppell Area 5: Photo Opportunities Area 6: Monuments Area 7: Bridges CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE| 34 RFP #168 HOLIDAY LIGHTS PROGRAM SECTION 6 PRICE SHEET Area Cost 1. Holiday Lights Program 2. Town Center 3. Andrew Brown East 4. Old Town Coppell 5. Photo Opportunities 6. Monuments 7. Bridges Incidentals Cost Cost per replacement strand of lights (100 lights per strand) Cost per replacement extension cord Company Name: _____________________________________ Signature: __________________________________________ Date: _______________________________________________ CITY OF NT SVC. PARKWAY , TEXAS 75019 PAGE|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o: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: September 24, 2019 Reference: Consider approval of an ordinance for PD-260R2-R, Trinity River Kayak, zoning change request from PD-260R-R (Planned Development-260-Revised-Retail) to PD-260R2-R (Planned Development-260-Revision 2-Retail) to amend the site plan to allow for a canopy and storage building, an accessory structure and to use the existing building as a live/work residence; by allowing variances to the Zoning Ordinance including: allowable use and encroachment into the required setback on 1.49 acres of property located 1601 E. Sandy Lake Road, and authorizing the Mayor to sign. 2030: Business Prosperity Executive Summary: Approximately six years ago, this property was granted PD zoning to allow a convenience store and the kayak operation subject to nine variances to the Zoning and Subdivision Ordinances. The uses allowed within the Planned Development were changed in 2016 to a slightly modified retail district use list. These uses did not include residential or live/work. The original request was to allow the legalization of: the existing front yard canopy and storage building, the storage/shipping container in the rear and a live/work use in the main structure. At the September 10, 2019 continued public hearing, Council approved the live/work use, removal of the front yard canopy & storage building (to be relocated on the west side of the main structure), removal of the metal shipping container, a new 150 sq. ft. accessory structure 3 from the southern property line and six 3 cal. Live Oaks on the southern property line. The details of the motion are listed below in bold. Introduction: Staff could not support various components of the requested Planned Development, but was able to support others with required modifications. The canopy and storage building in the front yard does not meet the setback requirements of the platted lot (50' Front Yard) and was illegally installed without a building permit. Staff was opposed to granting this component. The shipping container in the rear of the site is not a permanent structure and is required to be removed after 45 days. Staff could not support this component. However, staff could support the less than 150 square feet in area. Because this is such a unique site with a unique use, staff could support the live/work unit provided it meets the building and fire code requirements. Analysis: On July 18, 2019, the Planning and Zoning Commission (5-2) recommended approval of PD-260R2-R, Trinity River Kayak subject to the following conditions: 1 1.Approval of the live/work use in the main structure provided that: a. Fire sprinklers and alarms are installed. b. The building code requirements for both the commercial and residential components and space allocation (50% residential & 50% commercial) are adhered to. 2. Remove the front yard canopy and storage building. Relocate the personal assets stored in the front yard parking lot. 3. Remove the shipping container and allow for the replacement with an accessory structure less than 150 square feet setback from rear property line by a minimum of three feet. It shall be built in the same location as the metal shipping container. 4. The property must be brought into compliance with all applicable building codes, including obtaining building permits from the city for any work that has or will be done, within 60 days of zoning approval. At the August 13, 2019, City Council Meeting, the public hearing was left opened and continued to September 10, 2019, allowing the applicant and neighbors to meet and see if an optimal solution could be achieved. On August 27, 2019, Staff met with representatives from Trinity Shores HOA and Trinity River Kayak (TRK). Below is a summary of the meeting: Homeowners within the Trinity Shores neighborhood have differing desires. opposed to the existing canopy in the front yard. They would like trees to be planted along southern the fence line. The neighbors on the north end, closer to Sandy Lake Road, want the front yard canopy removed. At the end of the meeting, the HOA agreed . TRK agreed to plant trees along the south fence line. TRK said they will replace the shipping container with a permitted shed. TRK asked more clarification questions about the canopy: Was it the location? Was it a canopy in general the HOA was opposed to? Was it the fact that it was built without a permit? The HOA president said the HOA just wanted him to follow the place that was approved by the City. On September 3, 2019, new exhibits were submitted to reflect the removal of the canopy in the front yard and a modified canopy structure being placed on the west side of the main structure. The accessory structure that was previously located in the front yard under the canopy is now shown to be located south of the relocated canopy. A permanent accessory building is proposed to replace the metal shipping container. A new landscape plan was submitted with six proposed Live Oaks on the southern boundary. These will be irrigated and maintained by the property owner. Subsequent to the meeting, Jeff Varnell followed up with the three northern property owners of Trinity Shores that abut the property. According to Mr. t care where the metal canopy went. In summary, the HOA agrees with the P&Zs recommendation and an additional condition of planting 6 additional trees on the southern property line. At the September 10, 2019, City Council Meeting, PD-260R2-R was approved subject to the following conditions: 1. Approval of the live/work use in the main structure provided that: a. Fire sprinklers and alarms are installed. b. The building code requirements for both the commercial and residential components and space allocation (50% residential & 50% commercial) are adhered to. 2. Remove the front yard canopy and storage building. Relocate the personal assets stored in the front yard parking lot. Approval of the alternative location of canopy and storage building as shown on revised Site Plan. 2 3.Remove the shipping container and allow for the replacement with an accessory structure less than 150 square feet setback from rear property line by a minimum of three feet. It shall be built in the same location as the metal shipping container as indicated on the revised Site Plan. 4. The property must be brought into compliance with all applicable building codes, including obtaining building permits from the city for any work that has or will be done, within 60 days of zoning approval. 5. will be irrigated and maintained by the property owner as indicated on the revised Landscape Plan. Legal Review: The City Attorney reviewed this Ordinance Fiscal Impact: None Recommendation: The Planning Division recommends approval. Attachments: 1. Ordinance 2. Exhibit A Legal Description 3. Exhibit B Revised Site Plan 4. Exhibit C - Revised Building Elevation Supplement (Floor Plan, Storage Building Elevations, Pictures) 5. Exhibit D - Sign Plan 6. Exhibit E - Revised Landscape Plan 7. Exhibit F - Existing Storage Building 3 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS ORDINANCE NO. ___________ AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM PD-260R-R (PLANNED DEVELOPMENT- 260-REVISED-RETAIL) TO PD-260R2-R (PLANNED DEVELOPMENT- 260-REVISION 2 -RETAIL) TO AMEND THE SITE PLAN TO ALLOW FOR A CANOPY AND STORAGE BUILDING, AN ADDITIONAL ACCESSORY STRUCTURE AND TO USE THE EXISTING BUILDING AS A LIVE/WORK RESIDENCE ON 1.49 ACRES OF PROPERTY LOCATED 1601 E. SANDY LAKE ROAD, AND BEING MORE PARTICULARLY DESCRIBED IN EXHIBIT AND INCORPORATED HEREIN; PROVIDING FOR APPROVAL OF THE REVISED SITE PLAN, REVISED BUILDING ELEVATION SUPPLEMENT (FLOOR PLAN, STORAGE BUILDING ELEVATIONS, PICTURES), SIGN PLAN, REVISED LANDSCAPE PLAN, EXISTING STORAGE BUILDING, ATTACHED HERETO AS ETHROUGH F; AND PROVIDING FOR DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Planning and Zoning Commission and the governing body of the City of Coppell, Texas, in compliance with the laws of the State of Texas and pursuant to the Comprehensive Zoning Ordinance of the City of Coppell, have given requisite notices by publication and otherwise, and after holding due hearings and affording a full and fair hearing to all property owners generally, and to all persons interested and situated in the affected area and in the vicinity thereof, the said governing body is of the opinion that Zoning Application No. PD-260R2-R should be approved, and in the exercise of legislative discretion have concluded that the Comprehensive Zoning Ordinance and Map should be amended. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the Comprehensive Zoning Ordinance and Map of the City of Coppell, Texas, duly passed by the governing body of the City of Coppell, Texas, as heretofore amended, be and the same is hereby amended by granting a change in zoning from PD-260R-R (Planned Development 260 Revised - Retail) to PD-260R2-R, (Planned Development-260 Revision Two- City of Coppell Ordinance Pg 1 TM 110942 Retail) to amend the site plan to allow for a free standing or detached canopy and storage building, an additional accessory structure and to use the existing building as a live/work residence on 1.49 acres of property located 1601 E. Sandy Lake Road), for the property described attached hereto and made a part hereof for all purposes, subject to the development regulations provided herein. SECTION 2. That the Property will be used, developed and maintained for live/work use within a Retail District as defined and provided in the Code of Ordinances, is hereby approved subject to the following development regulations: A. Except as amended herein, the property shall be developed in accordance with the Ordinance 91500-A-697 which is incorporated herein as set forth in full and hereby republished. B. Approval of the live/work use in the main structure is permitted provided that: i. Fire sprinklers and alarms are installed, maintained and approved in accordance with ordinances governing such system in a live/work unit. ii. The building code requirements for both the commercial and residential components and space allocation (50% residential & 50% commercial) are met. C. Construct a fr structure behind the front building line, as set forth in the Revised Site Plan, Exhibit B. D. Locate the personal property stored in the front yard parking lot to the carport/canopy on the west side of main structure behind the front building line as set forth in the approved Revised Site Plan, Exhibit B. E. Remove from the real property the non-compliance shipping container. City of Coppell Ordinance Pg 2 TM 110942 F.Construct an accessory structure less than 150 square feet setback from rear property line by a minimum of three (3) feet as set forth in the Revised Site Plan, Exhibit B and depicted in Storage Building Elevations, Exhibit F. G. The property must be brought into compliance with all applicable building codes, and the building/development regulations in this ordinance; and, owner shall be required to obtain any and all applicable building permits from the city for all improvement set forth herein; and, remit the appropriate fees, including any late fees. H. Removal of non-compliance structures, storage and improvements must be completed within 60 days of the effective date of this ordinance. I. Plant and maintain in good growing condition six additional trees on the southern boundary. This landscape and feature shall require installation and maintenance in good working condition tree irrigation system in accordance with the attached Landscape Plan. SECTION 3. That the Revised Site Plan, Revised Building Elevation Supplement (Floor Plan, Storage Building Elevations, Pictures), Sign Plan, Revised Landscape Plan, Existing Storage Building; respectively, shall be deemed as development regulations to this development. SECTION 4. That the above property shall be used only in the manner and for the purpose provided for by the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and as amended herein. SECTION 5. That the development of the property herein shall be in accordance with building regulations, zoning ordinances, and any applicable ordinances except as may be specifically altered or amended herein. City of Coppell Ordinance Pg 3 TM 110942 SECTION 6. That all provisions of the Ordinances of the City of Coppell, Texas, in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other provisions not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 7. That should any sentence, paragraph, subdivision, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity of the Comprehensive Zoning Ordinance as a whole. SECTION 8. An offense committed before the effective date of this ordinance is governed by prior law and the provisions of the Comprehensive Zoning Ordinance, as amended, in effect when the offense was committed and the former law is continued in effect for this purpose. SECTION 9. That any person, firm or corporation violating any of the provisions or terms of this ordinance shall be subject to the same penalty as provided for in the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and upon conviction shall be punished by a fine not to exceed the sum of Two Thousand Dollars ($2,000.00) for each offense; and each and every day such violation shall continue shall be deemed to constitute a separate offense. SECTION 10. That this ordinance shall take effect immediately from and after its passage and the publication of its caption, as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of ___________________, 2019. APPROVED: _____________________________________ KAREN SELBO HUNT City of Coppell Ordinance Pg 4 TM 110942 ATTEST: ___________________________________ CHRISTEL PETTINOS, CITY SECRETARY APPROVED AS TO FORM: ________________________________ CITY ATTORNEY City of Coppell Ordinance Pg 5 TM 110942 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS ORDINANCE NO. ________ AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM PD-260R-R (PLANNED DEVELOPMENT-260-REVISED-RETAIL) TO PD-260R2-R (PLANNED DEVELOPMENT-260-REVISION 2 -RETAIL) TO AMEND THE SITE PLAN TO ALLOW FOR A CANOPY AND STORAGE BUILDING, AN ADDITIONAL ACCESSORY STRUCTURE AND TO USE THE EXISTING BUILDING AS A LIVE/WORK RESIDENCE ON 1.49 ACRES OF PROPERTY LOCATED 1601 E. SANDY LAKE ROAD, AND BEING MORE PARTICULARLY DESCRIBTACHED HERETO AND INCORPORATED HEREIN; PROVIDING FOR APPROVAL OF THE REVISED SITE PLAN, REVISED BUILDING ELEVATION SUPPLEMENT (FLOOR PLAN, STORAGE BUILDING ELEVATIONS, PICTURES), SIGN PLAN, REVISED LANDSCAPE PLAN, EXISTING STORAGE BUILDING, ATTACHED HERETO AS E; AND PROVIDING FOR DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of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o: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: September 24, 2019 Reference: Consider approval of an ordinance for PD-240R6R-HC (Planned Development - 240 - Revision 6 - Revised-Highway Commercial) to allow a restaurant (approx. 1900-sf) with a drive-through, patio (approx. 1100-sf) and play area to be constructed on approximately 0.81 acres, at the northwest quadrant of SH 121 and Denton Tap Road, further identified as Lot 4, Block A, of the North Gateway Plaza Addition; and authorizing the Mayor to sign. 2030: Business Prosperity Executive Summary: This request is to attach a Detail Site Plan for Hat Creek Burger Company to permit a 1,901-sf restaurant and 1,105-sf patio area and a play area on approximately 0.81 acres. Introduction: This is the last lot to be developed from the original Planned Development (PD-240-HC) approved back in 2009. n 2016 for this site, however, it was not constructed. This restaurant will have a drive-through as well as a patio and play area for children. The building will have a brick and stone façade that will complement the materials used in the neighboring developments. A variance for signage was requested and granted, allowing for up to 74-square feet of signage as illustrated in the sign plans. The landscaping requirement for this site has been met with approximately 32% of the site being landscaped. Analysis: On September 10, 2019 the City Council approved this rezoning request from PD-240R6-HC to PD- 240R6R-HC. On August 15, 2019 the Planning and Zoning Commission recommended approval of PD-240R6R-HC, Hat Creek Burger Company, subject to the following conditions: Legal Review: This was reviewed by the city attorney. Fiscal Impact: None 1 Recommendation: The Planning Department recommends approval Attachments: 1. Ordinance 2. Exhibit A Legal Description 3. Exhibit B Site Plan 4. Exhibit C Landscape Plan 5. Exhibit D - Elevations 6. Exhibit E Playground & Fencing 7. Exhibit F - Sign Package 2 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS ORDINANCE NO. ________ AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND ZONING MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM PD-240R6-HC (PLANNED DEVELOPMENT -240-REVISION 6 -HIGHWAY COMMERCIAL) TO PD- 240R6R-HC (PLANNED DEVELOPMENT - 240-REVISION 6 REVISED- HIGHWAY COMMERCIAL), TO ALLOW A 1,901 SQUARE FOOT RESTAURANT WITH A DRIVE-THROUGH, A 1,105 SQUARE FOOT PATIO AND PLAY AREA ON APPROXIMATELY 0.81 ACRES OF PROPERTY LOCATED ON THE NORTHWEST QUADRANT OF DENTON TAP AND THE SAM RAYBURN TOLLWAY, AND BEING MORE PARTICULARLY AS LOT 4, BLOCK A, OF THE NORTH GATEWAY PLAZA ADDITION, ATTACHED HERETO AND INCORPORATED HEREIN; PROVIDING FOR THE APPROVAL OF THE DETAIL SITE PLAN; LANDSCAPE PLAN; ELEVATIONS; PLAYGROUND AND FENCING PLAN; AND SIGN PLAN ATTACHED HERETO AS AND F, RESPECTIVELY; PROVIDING DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Planning and Zoning Commission and the governing body of the City of Coppell, Texas, in compliance with the laws of the State of Texas and pursuant to the Comprehensive Zoning Ordinance of the City of Coppell, have given requisite notices by publication and otherwise, and after holding due hearings and affording a full and fair hearing to all property owners generally, and to all persons interested and situated in the affected area and in the vicinity thereof, the said governing body is of the opinion that Zoning Application No. PD-240R6R-HC should be approved, and in the exercise of legislative discretion have concluded that the Comprehensive Zoning Ordinance and Zoning Map should be amended. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the Comprehensive Zoning Ordinance and Zoning Map of the City of Coppell, Texas, duly passed by the governing body of the City of Coppell, Texas, as heretofore amended, be and the same is hereby amended to grant a change in zoning from PD-240R6R-HC TM 110950 1 (Planned Development- 240-Revision 6 -Highway Commercial) to PD-240R6R-HC (Planned Development- 240-Revision 6 Revised -Highway Commercial), to construct a 1,901 square foot Restaurant, 1,105 Patio and Playground area on approximately 0.81 acres located on the northwest quadrant of Denton Tap Road and the Sam Rayburn Tollway and being more particularly described , attached hereto and made part hereof for all purposes, subject to the detailed Site Plan and development regulations and Exhibits provided in this ordinance. SECTION 2. That Planned Development PD-240R6R-HC is hereby approved subject to the following development regulations: A. The development and maintenance of the property shall be in accordance with the Detail Site Plan; Landscape Plan; Elevations; Playground and Fencing Plan; and Sign Plan with any notes or provisions included therein, which are attached hereto and made part of the ordinance. B. That attached signage shall be installed and maintained in accordance with requirements of the current sign ordinance, except to allow up to 74 square feet of signage, as depicted in the attached Elevation Plan and sign Plan Exhibits D and F, respectively. C. The playground area shall be built and maintained in accordance with Playground and Fencing Plan. Exhibit E; and, such playground element shall be construct and use the materials and color scheme noted therein. D. All building elements have been requested by the property owner and the elevations and features set forth in the Elevation Plan, Exhibit D, are hereby approved. TM 110950 2 SECTION 3. That the Detail Site Plan; Landscape Plan; Elevations; Playground and Fencing Plan; and Sign Plan and all comments and notes set forth therein, attached hereto as , , , are made a part hereof for all purposes, and hereby approved as development regulations. SECTION 4. That the above property shall be used only in the manner and for the purpose provided for by the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and as amended herein. SECTION 5. That the development of the property herein shall be in accordance with building regulations, zoning ordinances, and any applicable ordinances except as may be specifically altered or amended herein. SECTION 6. That all provisions of the Ordinances of the City of Coppell, Texas, in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other provisions not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 7. That should any sentence, paragraph, subdivision, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity of the Comprehensive Zoning Ordinance as a whole. SECTION 8. An offense committed before the effective date of this ordinance is governed by prior law and the provisions of the Comprehensive Zoning Ordinance, as amended, in effect when the offense was committed and the former law is continued in effect for this purpose. SECTION 9. That any person, firm or corporation violating any of the provisions or terms of this ordinance shall be subject to the same penalty as provided for in the Comprehensive Zoning TM 110950 3 Ordinance of the City of Coppell, as heretofore amended, and upon conviction shall be punished by a fine not to exceed the sum of Two Thousand Dollars ($2,000.00) for each offense; and each and every day such violation shall continue shall be deemed to constitute a separate offense. SECTION 10. That this ordinance shall take effect immediately from and after its passage and the publication of its caption, as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of ___________________, 2019. APPROVED: _____________________________________ KAREN SELBO HUNT, MAYOR ATTEST: _____________________________________ CHRISTEL PETTINOS, CITY SECRETARY APPROVED AS TO FORM: _______________________________ ROBERT E. HAGER, CITY ATTORNEY TM 110950 4 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND ZONING MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM PD-240R6- HC (PLANNED DEVELOPMENT -240-REVISION 6 -HIGHWAY COMMERCIAL) TO PD-240R6R-HC (PLANNED DEVELOPMENT - 240- REVISION 6 REVISED-HIGHWAY COMMERCIAL), TO ATTACH A DETAIL SITE PLAN TO PERMIT A 1,901 SQUARE FOOT RESTAURANT WITH A DRIVE-THROUGH, A 1,105 SQUARE FOOT PATIO AND PLAY AREA ON APPROXIMATELY 0.81 ACRES OF PROPERTY LOCATED ON THE NORTHWEST QUADRANT OF DENTON TAP AND THE SAM RAYBURN TOLLWAY, AND BEING MORE PARTICULARLY AS LOT 4, BLOCK A, OF THE NORTH GATEWAY PLAZA ADDITION, ATTACHED HERETO AND INCORPORATED HEREIN; PROVIDING FOR THE APPROVAL OF THE DETAIL SITE PLAN; LANDSCAPE PLAN; ELEVATIONS; PLAYGROUND AND FENCING PLAN; AND SIGN PLAN ATTACHED AND F PROVIDING DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of ___________________, 2019. APPROVED: _____________________________________ KAREN SELBO HUNT, MAYOR ATTEST: _____________________________________ CHRISTEL PETTINOS, CITY SECRETARY A EXHIBIT BYREVISIONDATENo. WWW.CLAYMOOREENG.COMBEDFORD, TX 76021 PHONE: 817.281.05721903 CENTRAL DRIVE, SUITE #406 CLC CWPCWP 2019-060 COPPELL, TX 08/06/2019 SITE PLAN 150 W SH 121 SHEET HAT CREEK BURGER SP-1 TEXAS REGISTRATION #14199 CLAYMOORE ENGINEERING DESIGN:DRAWN:CHECKED:DATE: File No. STATE: TEXAS 1327 ABSTRACT: DR P AT NOTNE D R CONTACT: SCOTT BROWNEMAIL:SCOTT@HATCREEKBURGERS.COM D CITY: L CONTACT: CLAY CRISTY, PEEMAIL: CLAY@CLAYMOOREENG.COM L COPPELL A MAPPLICANT: EDEVELOPER: 2020 G SITE PLAN D 1010 I LEGAL DESCRIPTION: R 1 N.T.S. 2 A LEGEND 1 T 1 inch = ft.1 inch = ft.SX I 00 T CITY OF COPPELL V NORTH GATEWAY PLAZA VICINITY MAP E HAT CREEK BURGER 1 SITE GRAPHIC SCALEGRAPHIC SCALE BLOCK A, LOT 4, 0.808 ACRES 2 1 SURVEY: PROPOSED CONCRETE CURB AND GUTTERPARKING COUNTEXISTING FIRE LANE STRIPINGPROPOSED SIDEWALKINTEGRAL COLOR CONCRETE WITH SALT ROCKFINISH X T C. SQUIRES SCREENING, AND GLARE SHADES. FACILITIES, SECURITY LIGHTING,MONUMENT SIGN ELEVATIONS ANDDIMENSIONS. COUNTY: DALLAS 202040202040 2.REFER TO ARCH. PLANS FOR LIGHTING3.REFER TO ARCH. PLAN FOR ATTACHED 1.THERE ARE NO EXISTING TREES ON SITE NOTES: B.F.R.BARRIER FREE RAMPRSPD HOLDING INC.10580 JOHN W ELLIOTT DR., SUITE 80FRISCO, TX 75033PH: 214.549.8869CLAYMOORE ENGINEERING, INC.1903 CENTRAL DR., SUITE #406BEDFORD, TX 76021PH: 817.281.0572 FLOODPLAIN NOTE ACCORDING TO MAP NO. 48113C0155K, DATED 07/07/2014 OF THE NATIONAL FLOOD INSURANCE PROGRAM MAP, FLOOD INSURANCE RATE MAP OF DALLASCOUNTY, TEXAS, FEDERAL EMERGENCY MANAGEMENT AGENCY, FEDERALINSURANCE ADMINISTRATION, THIS PROPERTY IS WITHIN ZONE "X", (AREASDETERMINED TO BE OUTSIDE OF THE 0.2% ANNUAL CHANCE FLOODPLAIN). IFTHIS SITE IS NOT WITHIN AN IDENTIFIED SPECIAL FLOOD HAZARD AREA, THISFLOOD STATEMENT DOES NOT IMPLY THAT THE PROPERTY AND/OR THESTRUCTURES THEREON WILL BE FREE FROM FLOODING OR FLOOD DAMAGE.ON RARE OCCASIONS, GREATER FLOODS CAN AND WILL OCCUR AND FLOODHEIGHTS MAY BE INCREASED BY MAN-MADE OR NATURAL CAUSES. THIS FLOODSTATEMENT SHALL NOT CREATE LIABILITY ON THE PART OF THE SURVEYOR. "B" EXHIBIT AUSTIN, TEXAS 78746 4407 BEE CAVES ROAD, SUITE 212 HAT CREEK BURGER COMPANY CLIENT: WWW.IDSTUDIO4.COM S TEL: 972.870.1288 08/05/19 A X IRVING, TEXAS 75038 E G U 1431 GREENWAY RD. SUITE 510 A T H COPPELL, TEXAS 75019 6 4 F N N2 150 W SH 121 O A 2 I PLAN AREA R E OK T COPPELL, TX L1.00 A LANDSCAPE T R S HAT CREEK BURGER COMPANY REQUIREDPROVIDED LANDSCAPE AREA LEGEND TOTAL SITE AREA: 35,216 S.F.NET SITE AREA: 31,931 S.F.TOTAL LANDSCAPE AREA: 11,371 S.F. (32%)PERIMETER LANDSCAPE4,476 S.F.INTERIOR LANDSCAPE1,747 S.F. (10%)1,744 S.F. (10%)OPEN SPACE4,789 S.F. (15%)5,151 S.F. (16%) 1020 5 SCALE: 1" = 10'-0" 0 N S24°49'28"W239.00' 5' LANDSCAPE BUFFER T ) 7 T A 5 Z . O 6 s t AL 4 e F . r L 5 .T Tc 1 P . q AN A 0 C S Y .A 0 8 K A 7 6 DC 0 C. 1 1 8 A W . 0R O2 . ,V E0 2 L ( 5 P T . . B 3 A , O O 710 S.F. 4 G N . T H T O T S 0L R N 7 I O D 4 N 15' LANDSCAPE BUFFER 445 S.F.393 S.F. 1,365 S.F. ' 3 0 . 7 ' 4 0 1 0 . . 7 4 W 1" 4) 0 O ' E "0 Y 61 ° 3 'A 5 4 N 6 4 °N W 4 6- S F Y O - A T H G W I R H 179 S.F. H T G 121 D I I W H E L E B A T I 245 S.F. R A A V T ( 314 S.F. 1,500 S.F. S Y T I L X N 0 E O 7 4 5' LANDSCAPE BUFFER 10' LANDSCAPE BUFFER 240.09'E"65'94°42N D 3 "C" of 1 EXHIBIT Page AUSTIN, TEXAS 78746 4407 BEE CAVES ROAD, SUITE 212 HAT CREEK BURGER COMPANY CLIENT: WWW.IDSTUDIO4.COM S TEL: 972.870.1288 08/05/19 A X IRVING, TEXAS 75038 E G U 1431 GREENWAY RD. SUITE 510 A T H COPPELL, TEXAS 75019 6 4 F N N2 150 W SH 121 O A 2 I PLAN R E OK T L1.01 COPPELL, TX A LANDSCAPE T R S HAT CREEK BURGER COMPANY 1,744 s.f. (10%) Provided30" ht. evergreen hedgeProvidedProvidedProvidedProvided(5) treesProvided(2) trees, 3" cal.Provided(23) trees, 3" cal. feature landscaping.the required front yard.Total Lot Area: 35,216 s.f. 3" cal., per 50 l.f.property lines with one (1) tree, 3" cal., per 50 l.f.islands with trees.Parking Lot: 17,465 s.f.Parking Spaces: 31Building Area/Patio Area: 3285Net Site Area: 31,931 AVAILABILITY OF EXISTING TOPSOIL WITH ON-SITECONSTRUCTION MANAGER.FINAL FINISHED GRADE PRIOR TO TOPSOILINSTALLATION.FINAL CONTOURS AS INDICATED ON CIVIL PLANS.ADJUST CONTOURS TO ACHIEVE POSITIVE DRAINAGEAWAY FROM BUILDINGS. PROVIDE UNIFORMROUNDING AT TOP AND BOTTOM OF SLOPES ANDOTHER BREAKS IN GRADE. CORRECT IRREGULARITIESAND AREAS WHERE WATER MAY STAND.TRENCHES COMPLETELY SETTLED AND FINISH GRADEAPPROVED BY THE OWNER'S CONSTRUCTIONMANAGER OR LANDSCAPE ARCHITECT PRIOR TO LAWNINSTALLATION.DIAMETER AND LARGER, DIRT CLODS, STICKS,CONCRETE SPOILS, ETC. PRIOR TO PLACING TOPSOILAND LAWN INSTALLATION.UNTIL FINAL ACCEPTANCE. THIS SHALL INCLUDE, BUTNOT BE LIMITED TO: MOWING, WATERING, WEEDING,CULTIVATING, CLEANING AND REPLACING DEAD ORBARE AREAS TO KEEP PLANTS IN A VIGOROUS,HEALTHY CONDITION.ACCEPTABLE TURF AREA AND SHALL PROVIDEREPLACEMENT FROM LOCAL SUPPLY IF NECESSARY.COMPLETELY. ENSURE EDGES OF SOD ARE TOUCHING.TOP DRESS JOINTS BY HAND WITH TOPSOIL TO FILLVOIDS.SURFACE, FREE FROM UNNATURAL UNDULATIONS.PROGRESSES.AND MARCH 1, OVER-SEED BERMUDAGRASS SODWITH WINTER RYEGRASS, AT A RATE OF FOUR (4)POUNDS PER ONE THOUSAND (1000) SQUARE FEET. WEST PROPERTY LINE: 240 l.f.4,789 s.f. (15%)5,150 (16%) 2.Perimeter Landscape: 10' landscape buffer along3.30" ht. parking lot screen: hedge or berm.STATE HIGHWAY 121: 147 l.f.Required(3) trees, 3" cal.(3) trees, 4" cal.*30" ht. screenNORTH PROPERTY LINE: 147 l.f.Required(3)trees, 3" cal.(3) trees, 3" cal.30" ht. parking screen30" ht. parking screenEAST PROPERTY LINE: 239 l.f.Required(5)trees, 3" cal.(5) trees, 3" cal.30" ht. parking screen30" ht. parking screenRequired10' landscape buffer10' landscape buffer(5) trees, 3" cal.(5) trees, 3" cal.30" ht. parking screen30" ht. evergreen hedge1.10% of gross parking area to be landscape.2.One (1) tree per 400 s.f. of required landscape area.3.12% of total number parking spaces shall be plantingRequired1,747 (10%)(5) trees(4) parking islands(4) parking islands1.15% of lot not covered by building shall be devoted to2.50% of the feature landscaping shall be located within3.One (1) tree per 2500 s.f. of open space.Required2,395 s.f. (50%)2,936 s.f. (61%)(2) treesSUMMARYRequired(23) trees 1.Street Frontage: 15' landscape buffer with one (1) tree,15' landscape buffer15' landscape buffer10' landscape bufferavg. 5' landscape buffer10' landscape buffer5' landscape buffer LANDSCAPE TABULATIONS GENERAL LAWN NOTES 2.CONTRACTOR SHALL LEAVE LAWN AREAS 1" BELOW3.CONTRACTOR SHALL FINE GRADE AREAS TO ACHIEVE4.ALL LAWN AREAS SHALL BE FINE GRADED, IRRIGATION5.CONTRACTOR SHALL REMOVE ALL ROCKS 3/4"6.CONTRACTOR SHALL MAINTAIN ALL LAWN AREAS7.CONTRACTOR SHALL GUARANTEE ESTABLISHMENT OF SOLID SOD NOTES 2.ROLL GRASS AREAS TO ACHIEVE A SMOOTH, EVEN3.WATER SOD THOROUGHLY AS SOD OPERATION4.IF INSTALLATION OCCURS BETWEEN SEPTEMBER 1TOTAL SITE AREA: 35,216 S.F.NET SITE AREA: 31,931 S.F.TOTAL LANDSCAPE AREA: 11,371 S.F. (32%)PERIMETER LANDSCAPE REQUIREMENTSINTERIOR LANDSCAPE REQUIREMENTSNON-VEHICULAR OPEN SPACE REQUIREMENTS 1.CONTRACTOR SHALL COORDINATE OPERATIONS AND1.PLANT SOD BY HAND TO COVER INDICATED AREAS . 1020 5 SCALE: 1" = 10'-0" 0 N BERMUDAGRASS, UNLESS OTHERWISE NOTED ON THE PROPOSED SITE ELEMENTS AND NOTIFY LANDSCAPEARCHITECT OF ANY DISCREPANCIES. SURVEY DATAOF EXISTING CONDITIONS WAS SUPPLIED BY OTHERS.UNDERGROUND UTILITIES AND NOTIFY LANDSCAPEARCHITECT OF ANY CONFLICTS. CONTRACTOR SHALLEXERCISE CAUTION WHEN WORKING IN THE VICINITYOF UNDERGROUND UTILITIES.AWAY FROM ALL STRUCTURES.FINAL CONTOURS AS INDICATED. LEAVE AREAS TORECEIVE TOPSOIL 3" BELOW FINAL FINISHED GRADE INPLANTING AREAS AND 1" BELOW FINAL FINISHEDGRADE IN LAWN AREAS.SEPARATED BY STEEL EDGING. NO STEEL EDGINGSHALL BE INSTALLED ADJACENT TO BUILDINGS,WALKS, OR CURBS. CUT STEEL EDGING AT 45 DEGREEANGLE WHERE IT INTERSECTS WALKS AND CURBS.TOP OF WALKS AND CURBSDRAWINGS.PROVIDED WITH AN AUTOMATIC UNDERGROUNDIRRIGATION SYSTEM WITH RAIN AND FREEZE SENSORSAND EVAPOTRANSPIRATION (ET) WEATHER-BASEDCONTROLLERS AND SAID IRRIGATION SYSTEM SHALLBE DESIGNED BY A QUALIFIED PROFESSIONAL ANDINSTALLED BY A LICENSED IRRIGATOR.UNIT PRICES FOR ALL MATERIAL PROVIDED.ALL REQUIRED LANDSCAPE AND IRRIGATION PERMITS.SHALL BE JOINTLY AND SEVERALLY RESPONSIBLE FORTHE MAINTENANCE OF ALL LANDSCAPE.AND ORDERLY MANNER AT ALL TIMES. THIS SHALLINCLUDE MOWING, EDGING, PRUNING, FERTILIZING,WATERING, WEEDING AND OTHER SUCH ACTIVITIESCOMMON TO LANDSCAPE MAINTENANCE.TRASH, LITTER, WEEDS AND OTHER SUCH MATERIALOR PLANTS NOT PART OF THIS PLAN.HEALTHY AND GROWING CONDITION AS ISAPPROPRIATE FOR THE SEASON OF THE YEAR.REPLACED WITH PLANT MATERIAL OF EQUAL ORBETTER VALUE.PROPOSAL FOR ONE YEAR'S MAINTENANCE TO BEGINAFTER FINAL ACCEPTANCE. LANDSCAPE NOTES 2.CONTRACTOR SHALL LOCATE ALL EXISTING3.CONTRACTOR SHALL PROVIDE A MINIMUM 2% SLOPE4.CONTRACTOR SHALL FINE GRADE AREAS TO ACHIEVE5.ALL PLANTING BEDS AND LAWN AREAS SHALL BE6.TOP OF MULCH SHALL BE 1/2" MINIMUM BELOW THE7.ALL LAWN AREAS SHALL BE SOLID SOD8.ALL REQUIRED LANDSCAPE AREAS SHALL BE9.CONTRACTOR SHALL PROVIDE BID PROPOSAL LISTING MAINTENANCE NOTES 2.ALL LANDSCAPE SHALL BE MAINTAINED IN A NEAT3.ALL LANDSCAPE AREAS SHALL BE KEPT FREE OF4.ALL PLANT MATERIAL SHALL BE MAINTAINED IN A5.ALL PLANT MATERIAL WHICH DIES SHALL BE6.CONTRACTOR SHALL PROVIDE SEPARATE BID 1.CONTRACTOR SHALL VERIFY ALL EXISTING AND10.CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING1.THE OWNER, TENANT AND THEIR AGENT, IF ANY, S24°49'28"W 239.00' T 1 LO30 MFG ) 7 T A BED, TYP. AT B.O.C. 5 31 40LO RY 1 Z 225. O SJLE 6 MFG 5745RYLO30RY s t MFGMFG 24" HARDWOOD MULCH AL 4 e F . r L 5 .T Tc 1 P . q AN A 0 C S Y .A 0 8 K A 7 6 DC 0 C. 1 1 8 A W . 0R O2 2 .CO ,V E0 2 L ( 5 P T. . B 3 A , O O LAWN SOLID SODBERMUDAGRASS, TYP.24" HARDWOOD MULCH BED,TYP. AT B.O.C. 4 G N . 1 T 3 35RYLO H MFG T LANDSCAPE BOULDERS, IRREGULARFINISH; SMOOTH AND WEATHEREDEDGES; 1.5-TON MIN., SET 1"-2"INTO GRADE, TYP. O T S L R N I O D LANDSCAPE BOULDERS, IRREGULARFINISH; SMOOTH AND WEATHEREDEDGES; 1.5-TON MIN., SET 1"-2"INTO GRADE, TYP. N SJ 2028 MFG 3 40RY MFG 15917329 RYAP10RY10AP MISMIS MFGMFG DWM15DWM MFG ' 3 0 . 7 ' 4 5 0 25 1 MIS 0 MFG . . 7 4 W " 1 4) 0 O ' E "0 Y 61 ° 3 'A 5 4 N 6 4 °N 3 20RY W 4 MFG 6- S F Y O - A T H G W 11 5 SJ LO40 I CO MFG R H H T G 121 D I I W H 7AREAS IN TXDOT R.O.W. E RY80 MFG L E LAWN SOLID SODBERMUDAGRASS, TYP.LAWN SOLID SOD BERMUDAGRASS B WITH TEMPORARY IRRIGATION UNTIL 100% ESTABLISHMENT IN DISTURBED A T I 8 RY85LAWN SOLID SODBERMUDAGRASS, TYP. MFG R LANDSCAPE BOULDERS, IRREGULARFINISH; SMOOTH AND WEATHEREDEDGES; 1.5-TON MIN., SET 1"-2"INTO GRADE, TYP. 17 A DWM A V T ( 2 LO 1 LO S Y T I L X N E LAWN SOLID SODBERMUDAGRASS, TYP. O 24 DWM 6 5 LESJSJ 76 240.09'E"65'94°42N D 3 "C" of 2 EXHIBIT Page AUSTIN, TEXAS 78746 4407 BEE CAVES ROAD, SUITE 212 HAT CREEK BURGER COMPANY CLIENT: WWW.IDSTUDIO4.COM S TEL: 972.870.1288 08/05/19 A X IRVING, TEXAS 75038 E G U 1431 GREENWAY RD. SUITE 510 A T H COPPELL, TEXAS 75019 6 4 F N N2 150 W SH 121 O A 2 I R E OK T COPPELL, TX L1.02 A LANDSCAPE TAND DETAILS R S SPECIFICATIONS HAT CREEK BURGER COMPANY of the 3 1 " maximum height above final 2 1 trees shall be the diameter of the plant pit.finished grade. shall be removed. General tipping of the branches is notpermitted. Do not cut terminal branches.pits shall be covered with a layer of organic material two(2") inches in depth. This limit of the organic material forlimits of steel curbing and obtain Owners approval prior toinstallation.curbing, as opposed to the grass side.sidewalks or curbs. tree planting detail as approved by the Landscape Architect if thethe same area should not be used. Carefully settle by wateringto prevent air pockets. Remove the burlap from the top trunk of the tree. Leave the area above the top of the ball andthickness of two (2") inches over the entire bed or pit.to a depth of not less than three (3') feet below grade and no percolation test fails.bed preparation. When the hole is dug in solid rock, topsoil fromball, as well as all nylon, plastic string and wire. Container treeswill usually be root bound, ifso follow standard nursery practicemulch with at least two (2") inches of specified mulch.underground construction work or obstructions are encounteredin any plant pit excavation work to be done under this section,alternate locations may be selected by the Owner. Wherelocations cannot be changed, the obstructions shall be removedless than six (6") inches below the bottom of ball when plant isproperly set at the required grade. The work of this section shallinclude the removal from the site of such rock or undergroundobstructions encountered at the cost of the LandscapeContractor.Position stakes to secure trees against seasonal prevailing winds.Landscape Architect and shall be pruned in accordance withstandard horticultural practice following Fine Pruning, Class Ipruning standards provided by the National Arborist Association.2.Pruning shall be done with clean, sharp tools.3.Immediately after planting operations are completed, all tree2.All steel curbing shall be free of kinks and abrupt bends.3.Top of curbing shall be 4.Stakes are to be installed on the planting bed side of the5.Do not install steel edging along sidewalks or curbs.6.Cut steel edging at 45 degree angle where edging meetsorderly at all times. Storage areas for all materials shall be soorganized so that they, too, are neat and orderly. All trash anddebris shall be removed from the site as work progresses. Keeppaved areas clean by sweeping or hosing them at end of eachwork day. 1.Dead wood, suckers, broken and badly bruised branches1.Curbing shall be aligned as indicated on plans. Stake out J.Do not wrap trees.A.Cleanup: During the work, the premises shall be kept neat and I.Backfill only with 5 parts existing soil or sandy loam and 1 partK.Do not over prune.L.Mulch the top of the ball. Do not plant grass all the way to theM.All plant beds and trees to be mulched with a minimum settledN.Obstruction below ground: In the event that rock, orO.Trees and large shrubs shall be staked as site conditions require.P.Pruning and Mulching: Pruning shall be directed by theQ.Steel Curbing Installation: POCKET PLANTINGNOT ALLOWED 3.3 CLEANUP AND ACCEPTANCEEND OF SECTION LAWN / FINISH GRADE ") inch in 3/16" X 4" BLACK EDGING,STAKES ON INSIDE; EDGING SHALLBE 1/2" MAXIMUM HEIGHTABOVE FINISH GRADEPREPARED SOIL MIX PERSPECIFICATIONS; TILL 6" MINIMUMOF PREPARED SOIL MIX INTO6" DEPTH OF EXISTING SOIL 4 3 NATIVE SOIL ROOTBALL,DO NOT DISTURB three-quarter ( FOR SPACING site all rocks and stones over and weeds as necessary. Till existing soil to a depth of six(6") inches prior to placing compost and fertilizer. Applyfertilizer as per Manufacturer's recommendations. Add six(6") inches of compost and till into a depth of six (6") inchesof the topsoil. Apply organic fertilizer such as Sustane orGreen Sense at the rate of twenty (20) pounds per onethousand (1,000) square feet.specified mulch.on site (use imported topsoil as needed) free from largeclumps, rocks, debris, caliche, subsoils, etc., placed in nine(9") inch layers and watered in thoroughly.after fertilizing the ground first. Roll grass areas to achievea smooth, even surface. The joints between the blocks ofsod should be filled with topsoil where they are evidentlygaped open, then watered thoroughly. material mix of granite aggregate not to exceed 1/8" diameter insize and shall be composed of various stages of decomposedearth base.report any deficiencies to the Owner.2.All planting areas shall receive a two (2") inch layer of3.Backfill for tree pits shall be as follows: Use existing top soilplant is delivered to the site and shall continue until allconstruction has been satisfactorily accomplished.are prepared and areas are ready for planting. All shipments ofnursery materials shall be thoroughly protected from the dryingwinds during transit. All plants which cannot be planted at once,after delivery to the site, shall be well protected against thepossibility of drying by wind and Balls of earth of B& B plantsshall be kept covered with soil or other acceptable material. Allplants remain the property of the Contractor until finalacceptance.plan.approval of all positioning of plant materials.pits shall be large enough to permit handling and plantingwithout injury to balls of earth or roots and shall be of suchdepth that,when planted and settled, the crown of the plant shallbear the same relationship to the finish grade as it did to soilsurface in original place of growth.inches wider than the lateraldimension of the earth ball and sixfromdiameter. Plants should be thoroughly moist before removingcontainers.height of the ball, especially at the surface of the ground. Thesides of the hole should be rough and jagged, never slick orglazed.notpercolate within 24 hours, the tree needs to move to anotherlocation or have drainage added. Install a PVC stand pipe per 1.Prepare new planting beds by scraping away existing grass1.Blocks of sod should be laid joint to joint (staggered joints)(6") inches deeper than it's vertical dimension. Remove and haul REFER TO LANDSCAPE PLAN F.Decomposed Granite: Base material shall consist of a naturalA.Landscape Contractor to inspect all existing conditions andB.All planting areas shall be conditioned as follows:C.Grass Areas:A.Maintenance of plant materials shall begin immediately after eachB.Plant materials shall be delivered to the site only after the bedsC.Position the trees and shrubs in their intended location as perD.Notify the Owner's Authorized Representative for inspection andE.Excavate pits with vertical sides and horizontal bottom. TreeF.Shrub and tree pits shall be no less than twenty-four (24")G.Dig a wide, rough sided hole exactly the same depth as theH.Percolation Test: Fill the hole with water. If the water level does PART 3 - EXECUTION 3.1 BED PREPARATION & FERTILIZATION3.2 INSTALLATION 6" . 3/16" thick x 4" deep x SCARIFY SIDES SHRUB / GROUNDCOVER DETAIL NOT TO SCALE TOP OF MULCH 1/2" SETTLED THICKNESS TOPDRESS MULCH PER dark, loamy soil, free of clay lumps, subsoil, CONCRETE WALK / CURB MINIMUM BELOW TOP OF SHRUBS / GROUNDCOVER; CONCRETE WALK REFER TO LANDSCAPE PLAN 02 SPECIFICATIONS; 2" MINIMUM NOTE:NO STEEL EDGING SHALLBE INSTALLED ALONGSIDEWALKS OR CURBS stones and other extraneous material and reasonably free ofweeds and foreign grasses. Loam containing Dallasgrass orsoil analysis conducted by an approved soil testing Friable, fertile, Nutgrass shall be rejected.laboratory verifying that sandy loam meets the aboverequirements. specified at no additional cost to the Owner.the minimum trunk and diameterrequirements of the plantschedule. Balls shall be firm, neat, slightly tapered and wellthe customary nursery usage. For clarification, theterm4.If requested, Landscape Contractor shall provide a certifieddark brown. Living Earth Technologies or approved equal.delivered to the site in original unopened containers, eachsource to be a minimum 50%slow release organic Nitrogenshredded pine bark or other approved organic material.trade name DURAEDGE Heavy Duty Steel wrapped in burlap. Any tree loose in the ball or with a brokenroot ball at time of planting will be rejected. Balls shall be ten(10") inches in diameter for each one (1") inch of trunk diameter,measured six (6") inches above ball. (Nomenclature confirms to"multi-trunk" defines a plant having three (3) or more trunks ofnearly equal diameter.)Landscape Architect prior to final acceptance, shall be executedby the Landscape Contractor at no additional cost to the Owner.2.Physical properties as follows:3.Organic matter shall be 3%-10% of total dry weight.matter and 20% animal waste. Ingredients should be a mix ofcourse and fine textured material.Gladewater, Texas; Professional Bedding Soil as supplied byLiving Earth Technology, Dallas, Texas or Acid Gro MunicipalMixas supplied by Soil Building Systems, Dallas, Texas or approvedequal.weeds.recommended for required applications. Fertilizer shall bebearing the manufacturer's guaranteed statement of analysis.(SCU or UF) with a minimum 8% sulfur and 4% iron, plusmicronutrients.16' long with 6 stakes per section, painted black at the factoryas manufactured by The J.D. Russell Company and under itsavailable at Lone Star Products, Inc., (469) 523-0444 orapproved equal. 1. A.Sandy Loam:A.Steel Edging: All steel edging shall be E.Trees shall be healthy, full-branched, well-shaped, and shall meetF.Pruning: All pruning of trees and shrubs, as directed by theB.Organic Material: Compost with a mixture of 80% vegetativeC.Premix ed Bedding Soil as supplied by Vital Earth Resources,D.Sharp Sand: Sharp sand must be free of seeds, soil particles andE.Mulch: Double Shredded Hardwood Mulch, partially decomposed,F.Organic Fertilizer: Fertilaid, Sustane, or Green Sense or equal asG.Commercial Fertilizer: 10-20-10 or similar analysis. NitrogenH.Peat: Commercial sphagnum peat moss or partially decomposedB.Staking Material for Shade Trees: refer to details.C.Gravel: Washed native pea gravel, graded 1 inch to 1-1/2 inch.D.Filter Fabric: 'Mirafi Mirascape' by Mirafi Construction ProductsE.River Rock: 'Colorado' or native river rock, 2" - 4" dia. TO 2.2 SOIL PREPARATION MATERIALS2.3 MISCELLANEOUS MATERIALS jeff@treestakesolutions.com (903) 676-6143www.treestakesolutions.com SHOULD NOT BE VISIBLE. (no amendments) WATER THOROUGHLYTO ELIMINATE AIR POCKETS.HARDWOOD MULCH 2 INCH SETTLEDTHICKNESS, WITH 2" HT. WATERINGRING; ENSURE THAT ROOT FLARE ISEXPOSED. BELOW GROUND STAKETREE STAKE SOLUTIONS 'SAFETYSTAKE' BELOW GROUND MODELAVAILABLE FROM:Tree Stake SolutionsATTN: Jeff TuleyOR APPROVED EQUAL. TREES SHALL BESTAKED BELOW GROUND WHERE NECESSARY; ABOVE GROUND STAKINGIS EXPRESSLY PROHIBITED.THE CONTRACTOR TO OBTAIN A COPYOF THEMANUFACTURER'SSPECIFICATIONS PRIOR INSTALLATION OF TREE STAKES.CONTRACTOR SHALL ADHERE TOMANUFACTURER'S INSTALLATIONGUIDELINES, SPECIFICATIONS, ANDOTHER REQUIREMENTS FOR TREE STAKEINSTALLATION. H.BACKFILL: USE EXISTING NATIVE SOILI.MULCH: DOUBLE SHREDDEDJ.TREE STAKES:K.IT SHALL BE THE RESPONSIBILITY OF BURLAP 3 1 do not measure from branch or root tip-to-tip.material with requirements for genus, species, cultivar /variety size and quality.further inspect all plant material upon arrivalto the site andduring installation for size and condition of root balls androot systems, limbs, branching habit, insects, injuries andlatent defects.unsatisfactory or defective material at any time during theprocess work.Remove rejected materials immediately fromthe site and replace with acceptable material at no additionalcost to the Owner. Plants damaged in transit or at job siteshall be rejected.shipment in a manner that will not damage roots, branches,shape and future development.hold ball shape and protect root mass.weight, analysis and name of manufacturer. Protectmaterials from deterioration during delivery and while storedon site.unless adequate storage and watering facilities are availableon job site.approved moisture retaining material ifnot planted within 24hours of delivery.balls or desiccation of leaves. Keep plants moist at alltimes. Cover all materials during transport.schedule 72 hours in advance job site.plumb, or otherwise manipulate plants by trunk or stems. DRIVE NAIL 5.Owner's Authorized Representative shall inspect all plant6.Owner's Authorized Representative retains the right to7.Owner's Authorized Representative may reject2.Container Grown Plants: Deliver plants in rigid container to2.Deliver only plant materials that can be planted in one day3.Protect root balls by heeling in with sawdust or other4.Protect plants during delivery to prevent damage to root5.Notify Owner's Authorized Representative of delivery6.Remove rejected plant material immediately from job site.7.To avoid damage or stress, do not lift, move, adjust toListed plant heights are from tops of root balls to nominal tops ofplants. Plant spread refers to nominalouter width of the plant,not to the outer leaf tips. Plants will be individually approved bythe Owner's Authorized Representative and his decision as totheir acceptability shall be final.Anything called for on one and notthe other is as binding as ifshown and called for on both. The plant schedule is an aid tobidders only. Confirm all quantities on plan.on the plan, and shall be healthy, symmetrical, well-shaped, fullbranched and well rooted. The plants shall be free from injuriousinsects, diseases, injuries to the bark or roots, broken branches,objectionable disfigurements, insect eggs and larvae, and are tobe of specimen quality.in any unhealthy, badly shaped or undersized condition will berejected by the Owner's Authorized Representativeeither beforeor after planting and shall be removed at the expense of theLandscape Contractor and replaced with acceptable plant as 1.Balled and Burlapped (B&B) Plants: Dig and prepare1.Deliver packaged materials in sealed containers showing A.Preparation:B.Delivery:A.General: Well-formed No. 1 grade or better nursery grown stock.B.Quantities: The drawings and specifications are complimentary.C.Quality and size: Plant materials shall conform to the size givenD.Approval: All plants which are found unsuitable in growth, or are PART 2 - PRODUCTS 2.1 PLANTS 1.8 PRODUCT DELIVERY, STORAGE AND HANDLING OTHER FOREIGN OBJECT; LATEST AMERICAN STANDARD FORNURSERY STOCK. www.anla.org(2) TIMES THE DIAMETER OF THE ROOTBALL CENTER TREE IN HOLE & RESTROOT BALL ON UNDISTURBED NATIVESOIL.AND ANYCONTAINER GROWN STOCK TO BEINSPECTED FOR GIRDLING ROOTS.FLARE IS EXPOSED, FREE FROM MULCH,AND AT LEAST TWO INCHES ABOVEGRADE. TREES SHALL BE REJECTEDWHEN GIRDLING ROOTS ARE PRESENT &ROOT FLARE IS NOT APPARENT.MANUFACTUR ER'S GUIDELINES FORSIZING. PLACE ROOTBALL ANCHORRING ON BASE OF ROOTBALL, TRUNKSHOULD BE IN THE CENTER OF THERING.SOLUTIONS.MANUFACTURER'S GUIDELINES FORSIZING. INSTALL NAIL STAKES WITHHAMMER OR MALLET FIRMLY INTOUNDISTURBED GROUND.STAKES FLUSH WITH "U" BRACKETADJACENT TO ROOTBALL (DO NOTDISTURB ROOTBALL). TREE PLANTING DETAIL LEGENDAND NOTES A.TREE: TREES SHALL CONFORM WITHB.TREE PIT: WIDTH TO BE AT LEAST TWOC.ROOT BALL: REMOVE TOP D.ROOT FLARE: ENSURE THAT ROOTE.ROOTBALL ANCHOR RING: REFER TOF.ROOT ANCHOR BY TREE STAKEG.NAIL STAKE: REFER TO and bookmaterials. to select B. D.I. twelve (12) month guarantee. Any damage, includingfertilizer and mulch are to be utilized as originallyspecified and re-inspected for full compliance with the and kind as those originally planted and shall be plantedas originally specified. All work, including materials,labor and equipment used in replacements, shall carry aruts in lawn or bed areas, incurred as a result of makingreplacements shall be immediately repaired.at the start of thenext year's planting season. In suchcases, dead plants shall be removed from the premisesimmediately.contract requirements. All replacements are to beincluded under "Work" of this section. twelve (12) month period after final acceptance. Thewhich will ensure the purchased materials will meet and / orexceed project specifications.the specified landscape material is not obtainable, submitwith proposal for use of equivalent material. At the timespecified.document material selection, source and delivery schedulesto site.canes in their normal position. Do not prune to obtainground for trees up to and including 4" caliper size, andtwelve inches above ground for larger sizes. Measure main Contractor shall replace all dead materials as soon asweather permits and upon notification of the Owner. Plants,including trees, which have partially died so that shape, size,or symmetry have been damaged, shall be consideredsubject to replacement. In such cases, theopinion of theOwner shall be final.a.Plants used for replacement shall be of the same sizeb.At the direction of the Owner, plants may be replacedc.When plant replacements are made, plants, soil mix,will water plants at least twice a week during dry periodsand cultivate beds once a month after final acceptance.acceptance because of injury from storms, hail, freeze,insects, diseases, injury by humans, machines or theft.inspection by the Owner provided the job is in a complete,undamaged condition and there is a stand of grass in alllawn areas. At that time, the Owner will assumemaintenance on the accepted work.notice of contract acceptance Develop a program of maintenance (pruning and fertilization)proof of non-availability to Landscape Architect, togetherbids are submitted, the Contractor is assumed to havelocated the materials necessary to complete the job aslocation on site. Written verification will be required torequired sizes. Take caliper measurements sixinches abovebody of all plant material of height and spread dimensions, regulations governing landscape materials and work.C. 4.Measurements: Measure trees with branches and trunks or 2.The Owner agrees that for the guarantee to be effective, he3.The above guarantee shall not apply where plants die after4.Acceptance for all landscape work shall be given after finalmade within ten (10) days after receiving notice, weatherpermitting. In the event the Landscape Contractor does notmake repairs accordingly, the Owner, without further notice toContractor, may provide materials and men to make such repairsat the expense to the Landscape Contractor.with the required work. Provide full time supervision by aqualified foreman acceptable to Landscape Architect.2.Substitutions: Do not make plant material substitutions. If3.Landscape Architect will provide a key identifying each tree 1.Trees, shrubs and groundcover shall be guaranteed for a1.Make contact with suppliers immediately upon obtaining A.General: Comply with applicable federal, state, county and local C.Repairs: Any necessary repairs under the Guarantee must beB.Personnel: Employ only experienced personnel who are familiarC.Selection of Plant Material: E. A. 1.7 QUALITY ASSURANCE F.H. G. TREE PLANTING DETAIL NOT TO SCALE 01 maintenance of all work from the time of planting until finalacceptance by the Owner. No trees, shrubs, groundcover orgrass will be accepted unless they show healthy growth andsatisfactory foliage conditions.cultivation, weeding spraying, edging, pruning of trees,mowing of grass, cleaning up and all other work necessaryof maintenance.should be submitted to the Owner at least seven (7) daysprior to completion. An on-site inspection by the Owner'sAuthorized Representative will be completed prior to writtenacceptance. special provisions, and schedules for additional requirements.equipment and appliances required to complete the work coveredin conjunction with the landscaping covered in thesespecifications and landscaping plans, including:2. Bed preparation and fertilization3. Notification of sources4. Water and maintenance until final acceptance5. GuaranteeAssociation of Nurserymen: 27 October 1980, Edition; bymaterialEdition of Standardized Plant Names.mulch, bed mix material, gravel, crushed stone, steel edging andtree stakes. Samples shall be approved by Owner's AuthorizedRepresentative before use on the project.Landscape Contractor initiating any portion of landscapeinstallation, General Contractor shall leave planting bed areasthree (3") inches below final finish grade of sidewalks, drives andcurbs as shown on the drawings. All lawn areas to receive solidsod shall be left one (1") inch below the final finish grade ofsidewalks, drives and curbs. All construction debris shall beremoved prior to Landscape Contractor beginning any work.risk of the Landscape Contractor. The Owner cannot be heldresponsible for theft or damage.2.Maintenance shall include watering of trees and plants,3.A written notice requesting final inspection and acceptance 1. Planting (trees, shrubs and grasses)1.The Landscape Contractor shall be held responsible for the A.Refer to Landscape Plans, notes, details, bidding requirements,A.Work included: Furnish all supervision, labor, materials, services,A.American Standard for Nursery Stock published by AmericanB.American Joint Committee on Horticultural Nomenclature: 1942C.Texas Association of Nurserymen, Grades and StandardsD.Hortis Third, 1976 - Cornell UniversityA.Samples: Provide representative quantities of sandy loam soil,A.General Contractor to complete the following punch list: Prior toB.Storage of materials and equipment at the job site will be at theA.Maintenance:B.Guarantee: SECTION 32 9300 - LANDSCAPEPART 1 - GENERAL 1.1 REFERENCED DOCUMENTS1.2 DESCRIPTION OF WORK1.3 REFERENCE STANDARDS1.4 NOTIFICATION OF SOURCES AND SUBMITTALS1.5 JOB CONDITIONS1.6 MAINTENANCE AND GUARANTEE EXHIBIT "C" Page 3 of 3 2 "D" of 1 EXHIBIT Page AUSTIN, TEXAS 78746 4407 BEE CAVES ROAD, SUITE 212 HAT CREEK BURGER COMPANY CLIENT: WWW.IDSTUDIO4.COM TEL: 972.870.1288 IRVING, TEXAS 75038 1431 GREENWAY RD. SUITE 510 COPPELL, TEXAS 75019 150 WEST SOUTH HIGHWAY 121 08/08/19 COPPELL, TX HAT CREEK BURGER COMPANY SHEET TITLE:SHEET NUMBER: KEY NOTES:GENERAL NOTES: 234 1/4"=1'-0"1/4"=1'-0"1/4"=1'-0" EAST ELEVATION WEST ELEVATION NORTH ELEVATION 1 1/4"=1'-0" SOUTH ELEVATION 2 "D" of 2 EXHIBIT Page "E" EXHIBIT "E" EXHIBIT DPQQFMM "E" EXHIBIT IDCD.41121 "E" EXHIBIT IDCD.41121 27# 51# 59# 67# 83# 83# Dpvou !Ujncfs! !Bduvbm!Tj{f !Gbmm!Ifjhiu "E" !Vtf!\[pof EXHIBIT Dbqbdjuz !Bhft IDCD.41121 Dpvou !Ujncfs! !Bduvbm!Tj{f !Gbmm!Ifjhiu "E" !Vtf!\[pof EXHIBIT Dbqbdjuz !Bhft IDCD.41121 35• 3•5• 34• 27• Uvsg Dpodsfuf Bhhsfhbuf Hspvoe!0!Ejsu Tvqqpsu!Qptu 40'-1" \[12.2M\] 3'-6"3'-6" 2'-10" \[1.1M\]\[0.9M\]\[1.1M\] 3'-6"3'-6" \[1.1M\]\[1.1M\] 3'-6" \[1.1M\] 31'-3" \[9.5M\] 5'-4" \[1.6M\] 1'-11"\[0.6M\] 3'-6"3'-6" \[1.1M\]\[1.1M\] 1'-11"1'-11" \[0.6M\]\[0.6M\] "E" 3'-6"7'-7"3'-6" 1'-11"1'-11"1'-11" \[1.1M\]\[0.6M\]\[2.3M\]\[0.6M\]\[1.1M\]\[0.6M\] EXHIBIT IDCD.41121 "F" 8 of EXHIBIT 1 "F" 8 of EXHIBIT 2 "F" 8 of EXHIBIT 3 "F" 8 of EXHIBIT 4 "F" 8 of EXHIBIT 5 "F" 8 of EXHIBIT 6 "F" 8 of EXHIBIT 7 "F" 8 of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o: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: Sep 24, 2019 Reference: Consider approval of a contract with Dallas County Health and Human Services for mosquito adulticiding and larvaciding from October 1, 2019 through September 30, 2020. 2030: Community Wellness & Enrichment General Information: Contract with Dallas County Health and Human Services for mosquito adulticiding and larvaciding. Introduction: The City of Coppell Environmental Health Division has an Integrated Mosquito Management Program. If West Nile Virus or any other viruses are detected in mosquito samples or confirmed human cases, adulticiding is necessary andDallas County will perform ground spraying. Analysis: If areas that have tested positive are not treated as quickly as possible, disease can continue to spread, so response time with chemical treatment is an important factor in slowing down disease transmission. Legal Review: N/A Fiscal Impact: The fiscal impact of this Agenda item, if needed, should not exceed $60,000. Recommendation: The Community Development Department recommends approval. 1 STATE OF TEXAS§MOSQUITO GROUND CONTROL AGREEMENTBETWEEN §DALLAS COUNTY,TEXAS,ON BEHALF OFTHEDALLAS §COUNTY HEALTHAND HUMAN SERVICES DEPARTMENT,AND COUNTY OF DALLAS§THECITYOF COPPELL, TEXAS,A MUNICIPALITY 1.PARTIES This Interlocal Agreement(“Agreement”)isan Interlocal contractmade by and between the Cityof Coppell, Texas, a “Municipality” as defined by Section 1.005(3) of the Texas Local Government Code (“Municipality”),and Dallas County, Texas(“County”), on behalf of the Dallas County Health and Human ServicesDepartment(“DCHHS”), based ontheauthority of theInterlocalCooperation ActinChapter 791of the Texas Government Code,andthe Local Public Health Reorganization Act in Chapter 121 of theTexas Health and Safety Code,to protect the public health by controlling the population ofmosquitosbyground sprayingofadult mosquitoes (“adulticiding”)and by treating standing water to destroy mosquito larvae (“larvaciding”)in orderto prevent and control the outbreak of diseases associated with mosquitoes. 2.DURATIONOF THIS AGREEMENT This Agreement is effective from October 1, 2019through September 30, 2020,unless otherwise stated in this Agreementthe (“Term”). 3.ADULTICIDING AND LARVACIDING SPRAYING SERVICES A.Upon written request from Municipality, County will provide adulticiding and larvaciding by way of ground applicationat the rate set forth in Paragraph 4; B. In the event that aerialspraying is needed to control the St. Louis Encephalitis or the West Nile virus throughout the County, Municipalitywill have the option to participate in the County’s separate emergencyaerialmosquito sprayingplan.IfMunicipalityagreesto participate in theCounty’s separate emergency aerial mosquito sprayingplan, Municipality must provide written notice to County and agreein writingto the following: 1)Indicatein writingthe areas and amount of acres to be sprayed; and 2)Pay Municipality’s proportioned share of the cost based upon the number of acres to be sprayed multiplied by the per-acre spraying cost, as determined by County. 4.BUDGET AND PAYMENTBY MUNICIPALITYTO COUNTY A.Municipalitywillpay County at a rate of One Hundred Eighty-Five($185.00) Dollars per hour, with a minimum of one (1) hour of service assessed. B.After the initial one (1) hour minimumservice time for a given day of spraying, spraying services will be assessedusingthirty (30) minuteminimumintervals. C.Only spraying time will be assessed. Travel time to or from the siteof ground spraying or treating standing water will not be assessed. D.Municipalitymustpay County the assessedfees within thirty (30) days ofreceipt by Municipality ofthe monthly written request for payment, or if County fails to make any written payment request(s), then Municipalitywillpay any remaining assessedfees no later thanthelast day of theTerm of this Agreement. E.Any payment not made within thirty (30) days of its due date willbear interest in accordance with Chapter 2251 of the Texas Government Code.Municipality’s obligation MOSQUITO GROUND CONTROL AGREEMENT BETWEEN DALLAS COUNTY, TEXAS & MUNICIPALITY 2019—2020 1 to pay fees assessed and interest accrued under this Agreementwill survive the Term of this Agreement until the Municipality pays the assessed fees and accrued interest. 5.AUDITINGAND WITHHOLDING OF PAYMENTS The Dallas County Auditor has the exclusive right and authority to audit this Agreement or to demand access to or copies of County’s records concerning this Agreement or the County’s administration of this Agreement. Municipality will have no right or authority to audit this Agreementor to demand access to or copies of County’s records concerning this Agreement or the County’s administration of this Agreement. Municipality has no right to withhold payments to County pending any audit of or inquiry about this Agreement or the County’s administration of this Agreement. 6.TERMINATION A.Without Cause: This Agreement may be terminated in writing, without cause, by either party upon thirty (30) days prior written notice to the other party. B.With Cause: The County reserves the right to terminate the Agreement immediately, in whole or in part, at its sole discretion, for the following reasons: 1)Municipality’s lack of or reduction in funding or resources, financial or otherwise;or 2)Municipality’s misuse of resources,financial or otherwise;or 3)Municipality’s failure to comply with the terms of this Agreement; or 4)Municipality’s submission of inaccurate, incomplete,or false data, statements,or reports. 7.NO INDEMNIFICATION COUNTY AND MUNICIPALITY, INCLUDING THEIR RESPECTIVE ELECTED OFFICIALS AND EMPLOYEES, AGREE THAT EACH WILLBE RESPONSIBLE FOR ITS OWN NEGLIGENT ACTS OR OMISSIONS OR OTHER TORTIOUS CONDUCT IN THE COURSE OF PERFORMANCE OF THIS AGREEMENT, WITHOUT WAIVING ANY GOVERNMENTAL IMMUNITIES AVAILABLE TO COUNTY OR MUNICIPALITYUNDER TEXASLAWOR OTHER APPLICABLE LAWS AND WITHOUT WAIVING ANY AVAILABLE DEFENSES UNDER TEXASLAWOR OTHER APPLICABLE LAWS.NOTHING IN THIS PARAGRAPH MAYBE CONSTRUED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, IN OR TO ANYTHIRD PERSONS OR ENTITIES. 8.INSURANCE Municipalityagrees that Municipalitywill at all times during the Term of this Agreement maintain in full force and effect general liability insurance;or self-insurance, to the extent permitted by applicable law under a plan of self-insurance, that is also maintained in accordance with sound,generally acceptedaccounting practices.Municipalityexpressly understandsandagreesthat it issolely responsible for1)all costsof such general liability insurance; 2) any and all deductible amounts in anygeneral liabilityinsurancepolicy; and3) any liability in the event that anyinsurance company deniescoveragefor any incident reasonably related to the performance of this Agreement. 9.NOTICE Any notice or certification required or permitted to be delivered under this Agreementwillbe deemed to have been given when personally delivered, or if mailed, seventy-two (72) hours after deposit of the notice or certification in the United States Mail, postage prepaid, by MOSQUITO GROUND CONTROL AGREEMENT BETWEEN DALLAS COUNTY, TEXAS & MUNICIPALITY 2019—2020 2 certified or registeredmail, return receipt requested, and properly addressed to the contact person shown at theirrespective addresses set forth below, or at suchother addresses as maybe specified by written notice delivered by the methods described above in this subsection: Dallas County, TexasCity of Coppell,Texas Philip Huang,DirectorKaren Hunt, Mayor Dallas County Health& Human SvcsCity of Coppell 2377N. Stemmons Frwy, Suite 600265 Parkway Blvd Dallas, Texas75207-2710Coppell, TX 75019 10.ENTIRE AGREEMENT AND AMENDMENTS This Agreement, including any Exhibits and Attachments, constitutes the entire agreement between the parties and supersedes any other agreementconcerning the subject matter of this transaction, whether oral or written.No modification, amendment, novation, renewal,or other alteration of this Agreement canbe effective unless mutually agreed upon in writing and executed by the parties. 11.COUNTERPARTS, NUMBER, GENDER,AND HEADINGS This Agreement may be executed in multiple counterparts, each of which willbe deemed an original, but all of which willconstitute one and the same instrumentwhen considered together in context.Words of any gender used in this Agreement willbe held and construed to include any other gender any words in the singular willinclude the plural and vice versa, unless the context clearly requires otherwise.Headings are for the convenience of reference only and cannotbe considered in any interpretation of this Agreement. 12.SEVERABILITY If any termof this Agreement is construed to be illegal, invalid, void or unenforceable, this construction will not affect the legality or validity or any of the remaining terms.The unenforceable or illegal termwill be deemed stricken and deleted, but the remaining terms willnot be affected or impaired and such remaining termswillremain in full force and effect. 13.FISCAL FUNDING CLAUSE Notwithstanding any terms contained in this Agreement, the obligations of the County under this Agreement areexpressly contingent upon the availability of funding for each item and obligation for the Term of the Agreement and any pertinent extensions. Municipalityhasno right of action against County in the event County is unable to fulfill its obligations under this Agreement as a result of lack of sufficient funding for any item or obligation from any source utilized to fund this Agreement or failure to budget or authorize funding for this Agreement during the current or future fiscal years. In the event that County is unable to fulfill its obligations under this Agreement as a result of lack of sufficient funding, or if funds become unavailable, County, at its sole discretion, may provide funds from a separate source or may terminate this Agreement by written notice to Municipalityat the earliest possible time prior to the end of its fiscal year. 14.DEFAULT-CUMULATIVE RIGHTS-MITIGATION It is not a waiver ofdefault if the non-defaulting party fails to immediately declare a default or delays in taking any action. The rights and remedies provided by this Agreement are cumulative, and either party’s use of any right or remedy will not preclude or waive its right to use anyother remedy. These rights and remedies are in addition to any other rights the parties may have by law, statute, ordinance,or otherwise. Both parties have a duty to mitigate damages. MOSQUITO GROUND CONTROL AGREEMENT BETWEEN DALLAS COUNTY, TEXAS & MUNICIPALITY 2019—2020 3 15.SOVEREIGN IMMUNITY THIS AGREEMENT IS EXPRESSLY MADE SUBJECT TO MUNICIPALITY’S AND COUNTY’S GOVERNMENTALIMMUNITIES,INCLUDING, WITHOUT LIMITATION, TITLE 5 OF THE TEXAS CIVIL PRACTICE AND REMEDIES CODE AND ALL APPLICABLE STATE AND FEDERAL LAWS.THE PARTIES EXPRESSLY AGREE THAT NO TERMOF THIS AGREEMENT IS IN ANY WAY INTENDED TO CONSTITUTE A WAIVER OF ANY IMMUNITIES FROM SUIT OR FROM LIABILITY, OR A WAIVER OF ANY TORT LIMITATION, AND ANY DEFENSESTHAT MUNICIPALITYOR COUNTY HAVEBY OPERATION OF LAW, OR OTHERWISE. NOTHING IN THIS AGREEMENT IS INTENDED TOOR DOESBENEFIT ANY THIRD PARTY BENEFICIARY. 16.COMPLIANCE WITHLAW, CHOICE OF LAW,AND VENUE In providing services required by this Agreement, Municipalityand County must observe and comply with all licenses, legal certifications, or inspections required for the services, facilities, equipment, or materials, and all applicable Federal, State, and local statutes, ordinances, rules, and regulations.The laws of the Stateof Texas govern thisAgreement. Exclusive venue for any action or claimarising from this Agreement isinthe State or Federal District Courts that are physicallylocated in DallasCounty, Texas. 17.RELATIONSHIP OF PARTIES County and Municipalityare eachindependent political subdivisions of the State of Texas. Neither is an agent, servant, joint enterpriser, joint venturer, or employee of the other. Municipalityand County agree and acknowledge that each governmental entity willbe responsible for its own acts, forbearance, negligence and deeds, and for those of its agents or employees in conjunction with the performance of work covered under this Agreement. The remainder of this page is intentionally left blank. MOSQUITO GROUND CONTROL AGREEMENT BETWEEN DALLAS COUNTY, TEXAS & MUNICIPALITY 2019—2020 4 18.SIGNATORY WARRANTY Municipalityand County represent that each has the full right, power,and authority to enter and perform this Agreement in accordance with all of itsterms and conditions, and that the execution and delivery ofthisAgreement hasbeen made by authorized representatives of the parties to validly and legally bind the parties to all terms set forth in this Agreement. COUNTY:MUNICIPALITY: BY:Clay Lewis Jenkins BY: County JudgeMayor or City Manager Dallas County, TexasCity of Coppell,Texas DATESIGNED:______________________DATESIGNED: Recommended: ____________________________________ BY:Philip Huang Director, DCHHS Dallas County, Texas Approved as to Form*:Approved as to Form: DALLAS COUNTYMUNICIPALITY JOHN CREUZOT District Attorney BY:Randall MillerBY: Assistant District Attorney Civil DivisionAttorney for Municipality *By law, the District Attorney’s Office may only advise or approve contracts or legal documents on behalf of its clients. It may not advise or approve a contract or legal document on behalf of other parties. Our review of this document was conducted solely from the legal perspective of our client. Our approval of this document was offered solely for the benefit of our client. Other parties should not rely on this approval, and should seek review and approval by their own respective attorney(s). MOSQUITO GROUND CONTROL AGREEMENT BETWEEN DALLAS COUNTY, TEXAS & MUNICIPALITY 2019—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o: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: Sep 24, 2019 Reference: Consider approval of a contract for the renewal of the Dallas County Health and Human Services Agreement, effective October 1, 2019 through September 30, 2020, in the amount of $3,131.00; as budgeted; and authorizing the Mayor to sign any necessary documents. 2030: Community Wellness & Enrichment General Information: Contract with Dallas County Health and Human Services for Health Services. The County will provide our residents the following health services: Tuberculosis Control Services; Sexually Transmitted Disease Control Services; Communicable Disease Control Services; and Laboratory Service. The County will provide our residents the following health services, Immunizations; Child health care; High risk infant case management; and Home visits. Introduction: This agenda item is for the renewal of an Interlocal Agreement for coordinated Health Services between the City of Coppell and Dallas County Health and Human Services. The County agrees to operate the Program, which will include the following Health Services: Tuberculosis Control Services; Sexually Transmitted Disease Control Services; Communicable Disease Control Services; and Laboratory Services. The County agrees to provide to the City, in accordance with state and federal law, the following public health services: Immunizations; Child health care; High risk infant case management; and Home visits. Analysis: This agreement has been in existence for 20 plus years, and the City is billed by the County monthly. The billing amount has remained the same for 10 plus years. 1 Legal Review: N/A Fiscal Impact: The fiscal impact of this Agenda item should not exceed $3,131.00. Recommendation: The Community Development Department recommends approval. 2 THESTATEOFTEXAS § INTERLOCALAGREEMENTFOR § COORDINATEDHEALTHSERVICES § BETWEENDALLASCOUNTY,TEXAS,ON §BEHALFOFDALLASCOUNTYHEALTHAND §HUMANSERVICES,ANDTHECITY COUNTYOFDALLASOFCOPPELL,TEXAS § 1.PARTIES Whereas,DallasCounty("County")hasofferedtoprovidecertainhealthservicestothevarious citiesthroughoutDallasCountyonacontractforservicesbasis;and Whereas,theCityofCoppell,Texas("City")desirestoparticipatewithCountyin establishingcoordinatedhealthservicesforCity/TownandDallasCounty;and Whereas,Countywilloperatecertainhealthservicesfor theresidentsofCityinorderto promotetheeffectivenessoflocal publichealthservicesandgoals("Program");and Whereas,thecooperativeeffortwillallowcitieslocatedwithinDallasCountytoparticipatein providingpublichealthservicesfortheirresidents;and Whereas,suchcooperativeeffortservesandfurthersthepublicpurposeandbenefitsthecitizensof Countyasawhole. Nowtherefore,County,onbehalfofDallasCountyHealthandHumanServices("DCHHS"),enters intothisInterlocalAgreement("Agreement")withCity,pursuanttotheauthoritiesoftheTexas HealthandSafetyCodeChapter121,theTexasGovernmentCodeChapter791,andother applicablelawsforhealthservicestoCity. 2.HEALTHSERVICESTOBEPERFORMED A.CountyagreestooperatetheProgram,whichwillincludethefollowinghealthservices: 1)TuberculosisControlServices:providingpreventive,diagnostictreatment,and epidemiologicalservices; 2)SexuallyTransmittedDiseaseControlServices:consistingofeducationtomotivate peopletousepreventivemeasuresandtoseekearlytreatment,prophylaxis, epidemiological investigation,andcounselinginaccordancewithCountypolicy; 3)CommunicableDiseaseControlServices:providinginformationconcerning immunizationandcommunicablediseasesandcoordinatingwiththeTexas DepartmentofStateHealthServices("DSHS")inmonitoringcommunicable diseases; ILAFORCOORDINATEDHEALTHSVCSBETWDALLASCOUNTY&CITY OF COPPELL-FY2020 1 4)LaboratoryServices:performingchemical,biological,andbacteriologicalanalysis andtestsonwhicharebaseddiagnosisofdisease,effectivenessoftreatment,the qualityoftheenvironment,thesafetyofsubstanceforhumanconsumption,andthe controlofcommunicabledisease. B.CountyagreestoprovidetoCity,inaccordancewithstateandfederallaw,thefollowing publichealthservices: 1)Immunizations; 2)Childhealthcare; 3)Highriskinfantcasemanagement;and 4)Homevisits. CountyalsoagreestoworkwithCityinordertodecentralizeclinicsandto planand providefordesiredservicesbyCity;however,anyotherservicesthatCityre-quires,in additiontotheabove-mentionedservices,mayresultinadditionalfeestoCity. C.Countyagreestochargeasliding-scalefeebased onabilitytopaytoallresidentsofevery municipality,includingCity,inDallasCounty.ThefeeschargedbyCountyforthe serviceslisted in Section 2A ofthisAgreementwillbeusedtooffsettheCity's Program costsforthenextAgreementTerm.AscheduleoffeestobechargedbyCountyis setoutinExhibit A,attachedandincorporatedhereinbyreferenceforallpurposes. D.CountyagreesthatthelevelofserviceprovidedintheProgramforCitywillnotbe diminishedbelowthelevelofserviceprovidedtoCityforthesameservicesintheprior AgreementTermexceptasindicatedinSection2EofthisAgreement.Forpurposesof Section2E,levelofserviceismeasuredbythenumberofpatientvisitsandnumberof specimensexamined.CountywillsubmittoCityamonthlystatement,whichwillalsoinclude thenumberofpatientvisitsandnumberofspecimens examinedduringtheprecedingmonth. E.ThepossibilityexistsofreductionsinstateandfederalfundingtotheProgramthatcould resultincurtailmentofservices,ifnotsubsidizedatthelocallevel.Countywillnotify Cityinwritingofanyamountofreduction,andanyextenttowhichserviceswill be curtailedasaresult.ThenoticewillalsoincludeanamountthatCitymayelecttopayto maintaintheoriginallevelofservices.CitywillnotifyCountyinwritingnolaterthan reduction fourteen(14)calendardaysafterthedateofCity'sreceiptofthenoticeoffunding astoCity'sdecisiontopaytherequestedamountortoacceptthecurtailmentofservice.If Cityelectstopaytherequestedamount,paymentisduenolaterthanforty-five(45) calendardaysafterthedateofthenoticeoffundingreduction. 3.BUDGET ILAFORCOORDINATEDHEALTHSVCSBETWDALLASCOUNTY&CITY OF COPPELL-FY2020 2 A.CountyagreestosubmittoCitybyJuly31stofeachyearaproposedbudgetdescribingthe proposed levelofservicesforthenextAgreementTerm; B.FortheTermofthisAgreement,Countyagreesto providetheserviceslistedinSection2of thisAgreementatthelevelofservicesandfortheamountstatedinExhibitD,whichis attachedandincorporatedhereinbyreferenceforallpurposes; C.Payment.Cityshallpay County the following amount,as stated in Exhibit D, Threethousand one hundred thirty-oneand00/100Dollars($3,131.00),whichisthe agreeduponamountforCity'sshareofthetotalcostoftheProgramlessfederalandstate funding. D.Inlieuofpayingtheactualdollaramountstatedin this Agreement,Cityhastheoption,tothe extentauthorizedbylaw,ordinancesorpolicy,ofmakingarequesttonegotiateforin-kind servicesthatareequalinvaluetothetotalamount. E.ThisAgreementiscontingentuponCity'sappropriationoffunds,orabilitytoperformin- kindservicesasdescribedinSection3DofthisAgreement,fortheservicessetforth herein.In the eventCity/Townfailstoappropriatesuch funds,orprovidein-kindservices, CountyshallnotincuranyobligationsunderthisAgreement. 4.ASSURANCES A.CountyshalloperateandsupervisetheProgram. B.NothinginthisAgreementshallbeconstruedtorestricttheauthorityofCityoveritshealth those programsorenvironmentalhealthprogramsortolimittheoperationsorservicesof programs. C.CityagreestoprovidetoCountyorassistCounty inprocuringadequatefacilitiesto beused fortheservicesunderthisAgreement.Thesefacilitiesmusthave adequatespace,waiting areas,heating,airconditioning,lighting,andtelephones.Noneofthecostsand maintenanceexpensesassociatedwiththesefacilitiesshallbetheresponsibilityofCounty andCountyshallnot beliabletoCityoranythirdpartyfortheconditionofthe facilities,includinganypremisesdefects. D.CityandCountyagreethatothercities/towns/municipalitiesmayjointheProgramby enteringintoanagreementwithCountythatcontainsthesamebasic termsandconditionsas thisAgreement. E.Eachpartypayingfortheperformanceofgovernmentalfunctionsorservicesunderthis Agreementmustmakethosepaymentsfromcurrentrevenuesavailabletothepayingparty. ILAFORCOORDINATEDHEALTHSVCSBETWDALLASCOUNTY&CITY OF COPPELL-FY2020 3 5.FINANCING OFSERVICES A.ThehealthservicesprovidedunderthisAgreementwillbefinancedasfollows: 1)CityandCountywillmakeavailable totheProgramallappropriatefederalandstate funds,personnel,andequipmenttoprovidethehealthservicesincludedunder this Agreementandwilluse besteffortstocausethesefundsandresourcestocontinue toincrease. 2)CityshallpaytoCounty,orprovidein-kindservices,itsshareofbudgetedcosts thatareinexcessofthefederalandstatefundingforprovidingthehealth servicesunderthisAgreement.Budgetedcostsshallnotexceedthosereflectedin Exhibits B,C.andDfortheappropriateAgreementTerm. B.CountyshallbillCityeachmonthanamountequaltoone-twelfth(1/12)ofitsshareofannual budgetedcoststhatexceedfederalandstatefundingfortheexpensesoftheprecedingmonth. C.Anypaymentnotmadewithinthirty(30) calendardaysofitsduedateshallbearinterestin accordancewithChapter2251oftheTexasGovernment Code. D.CityandCountyagreethatnomorethantenpercent(10%)oftheCity'scostof participatingintheProgramwillbeusedforadministrationoftheProgram. 6.TERM TheTermofthisAgreementshallbeeffectivefromOctober 1,2019throughSeptember30,2020, unlessotherwisestatedinthisAgreement. 7.TERMINATION A.WithoutCause:ThisAgreementmaybe terminatedinwriting,withoutcause,byeitherparty uponthirty(30)calendardayspriorwrittennoticetotheotherparty. B.WithCause:EitherpartymayterminatetheAgreementimmediately,inwholeorinpart,at itssolediscretion,bywrittennoticeto theotherparty,forthefollowingreasons: 1)Lackof,orreductionin,fundingorresources; 2)Non-performance; 3)Theimproper,misuse,orinept useoffundsorresourcesdirectlyrelatedtothis Agreement; 4)Thesubmissionofdata,statements,and/orreportsthatisincorrect,incomplete, and/orfalse in anyway. 4 ILAFORCOORDINATEDHEALTHSVCSBETWDALLASCOUNTY&CITYOF COPPELL-FY2020 8.RESPONSIBILITY CountyandCityagreethateachshallberesponsibleforitsownnegligentactsor omissionsorothertortiousconductinthecourseofperformanceofthisAgreement,without waivinganygovernmentalimmunityavailabletoCountyorCityortheirrespectiveofficials, officers,employees,oragentsunderTexasorotherlawandwithoutwaivinganyavailable defensesunderTexasorotherlaw.Nothinginthisparagraphshallbe construedtocreateor grantanyrights,contractualorotherwise,inortoanythirdpersonsorentities. 9.INSURANCE City and County agreethatthey will,atalltimesduring the Term of thisAgreement,maintaininfull force and effectinsuranceorself-insurance totheextentpermittedby applicable laws.City and County willbe responsible fortheirrespectivecosts of suchinsurance,any and all deductible amounts in any policy and any denials of coveragemade by theirrespective insurers. 10.ACCESSTORECORDSRELEVANTTOPROGRAM Cityand County agreetoprovide tothe other upon request, copies of the books and records relatingtotheProgram. City and County further agreetogiveCity and County healthofficials accesstoall Program activities. Both City andCounty agreetoadheretoallapplicable confidentiality provisions,includingthose relatingtoHuman Immunodeficiency Virus (HIV)and wellasby Sexually Transmitted Disease(STD)information,asmandated by federal and statelaw,as DSHS. 11.NOTICE Anynotice tobe givenunder thisAgreementshall be deemedtohavebeengivenifreducedto writing and deliveredin person bya reputablecourier service or mailed by RegisteredMail, postage pre-paid, tothe party whoistoreceivesuch notice,demandor request at the addressesset forth below. Suchnotice, demand orrequest shall be deemedtohavebeengiven,if by courier, at the time ofdelivery,orifbymail,three (3)business dayssubsequent tothe deposit of the notice inthe United Statesmailinaccordanceherewith. Thenames andaddresses of the parties'hereto to whom notice isto be sent are as follows: Philip Huang, MD, MPH, DirectorChristel Pettinoes,City Secretary Dallas CountyHealth& Human Services Cityof Coppell 255Parkway Blvd. 2377N.StemmonsFreeway, LB12 Coppell, TX 75109 Dallas, TX75207-2710 (972)304-3669 12.IMMUNITY ThisAgreementisexpresslymadesubjecttoCounty'sandCity'sGovernmental Immunity,including,withoutlimitation,Title5 oftheTexasCivilPracticesandRemedies Code,andallapplicablefederalandstatelaws. Thepartiesexpresslyagreethatnoprovisionof thisAgreementisinanywayintendedtoconstitutea waiverofanyimmunitiesfromsuitor from liability,or a waiverofanytortlimitation, thatCityorCountyhasbyoperationof 5 ILA FORCOORDINATED HEALTHSVCSBETW DALLAS COUNTY & CITY OF COPPELL-FY2020 law or otherwise.NothinginthisAgreementisintended to benefitanythirdparty beneficiary. 13.COMPLIANCE WITH LAWS ANDVENUE In providingservicesrequiredbythisAgreement, CityandCountymust observeandcomplywith alllicenses,legalcertifications,orinspectionsrequiredfortheservices,facilities,equipment, or materials,andallapplicablefederal, State,andlocalstatutes, ordinances,rules, andregulations. TexaslawshallgovernthisAgreementandexclusivevenueshalllieinDallasCounty, Texas. 14.AMENDMENTSANDCHANGESINTHELAW Nomodification,amendment,novation, renewal, or other alteration of thisAgreementshallbe effectiveunless mutuallyagreed upon inwriting andexecutedby the partieshereto. Anyalteration, addition or deletiontothe termsof thisAgreementwhichare requiredby changes in federal or state law are automaticallyincorporated hereinwithout writtenamendmenttothis Agreementandshallbe effective on thedatedesignated by saidlaw. 15.ENTIREAGREEMENT This Agreement,includingallExhibits and attachments,constitutesthe entireagreementbetweenthe parties heretoand supersedes any other agreements concerning the subject matterof this transaction, whether oral orwritten. 16.BINDING EFFECT This Agreement andthe respective rightsand obligations of the partiesheretoshall inure tothe benefit and be binding upon the successors and assignsofthe parties hereto,aswellasthe parties themselves. 17.GOVERNMENT FUNDED PROJECT If this Agreementis funded in part byeither the Stateof Texasor the federalgovernment, County and City agreetotimelycomply without additional costorexpense totheother party,unless otherwise specifiedherein, to any statute,rule,regulation,grant,contract provision or other stateor federallaw,rule,regulation, orothersimilarrestrictionthat imposes additional or greater requirements thanstatedherein and thatis directlyapplicable to the servicesrendered under the termsof thisAgreement. 18.DEFAULT/CUMULATIVE RIGHTS/MITIGATION In the event of a default by either party,itis not a waiver of default ifthe non-defaulting party failsto immediatelydeclare a defaultor delaysin taking any action. The rightsandremediesprovided by thisAgreementare cumulative,and eitherparty'suseof any right orremedywillnot preclude or waiveitsright touse any other remedy . Theseright s and remedies are inaddition toany other rights the parties mayhavebylaw,statute,ordinance,or otherwise. Both parties havea duty tomitigate damages. ILA FORCOORDINATED HEALTHSVCSBETW DALLAS COUNTY & CITY OF COPPELL-FY2020 6 19.FISCALFUNDINGCLAUSE Notwithstandingany provisions contained herein, the obligations of County and City under this Agreementareexpressly contingent upon theavailabilityof funding foreachitem and obligation contained hereinfor the Term of theAgreementand any extensions thereto. City and Countyshall have no right of actionagainst the otherpartyin theeventtheotherpartyis unable tofulfillits obligations under thisAgreementas a result of lackof sufficient funding for any itemorobligation from any source utilizedto fund thisAgreementor failure tobudgetor authorize funding forthis Agreement during thecurrent or future AgreementTerms.In the event that County or City is unable tofulfillits obligations under thisAgreementas a result of lack of sufficient funding,or iffunds becomeunavailable,eachparty, atitssole discretion,mayprovide funds from a separatesource ormayterminatethisAgreementby writtennotice tothe otherpartyatthe earliestpossibletime. 20.COUNTERPARTS,NUMBER,GENDERANDHEADINGS This Agreementmaybe executedinmultiple counterparts, each of whichshallbe deemedan original, but allof whichshall constitute one and thesameinstrument. Words of any gender usedin thisAgreementshallbe heldand construed to include any other gender. Any words inthe singular shall include the plural andviceversa,unless thecontext clearly requires otherwise. Headingsherein are for the convenienceofreference only and shallnot beconsidered inany interpretation of this Agreement. 21.PREVENTION OFFRAUDANDABUSE City andCountyshallestablish, maintain, andutilizeinternalmanagementprocedures sufficienttoprovidefortheproper, effectivemanagementofallactivitiesfundedunderthis Agreement.AnyknownorsuspectedincidentoffraudorprogramabuseinvolvingCountyor City'semployeesoragentsshallbereportedimmediatelyforappropriateaction.Moreover,City andCountywarranttobenotlistedon a local, county, state, orfederalconsolidatedlistofdebarred, suspended, andineligiblecontractorsandgrantees.City andCountyagreethateverypersonwhoas partoftheiremployment,receives,disburses, handlesorhasaccesstofundscollectedpursuantto thisAgreementdoesnotparticipateinaccountingoroperatingfunctionsthatwouldpermitthem toconcealaccountingrecordsandthemisuseofsaidfunds.Eachpartyshall,uponnoticebythe otherparty, refundtheirrespectiveexpendituresthatarecontrarytothisAgreement. 22.AGENCY I INDEPENDENT CONTRACTOR County and City agreethatthetermsand conditions of this Agreement do not constitute the creation of a separatelegalentity or the creationoflegalresponsibilities of eitherparty other than under the termsof thisAgreement. County and City are and shallbe actingasindependent contractors under thisAgreement; accordingly , nothing containedinthisAgreementshall be construed as establishing a master/servant,employer/employee, partnership, joint venture,orjoint enterprise relationshipbetweenCounty and City. City and County are responsible for theirown or acts,forbearance,negligenceand deeds,and for those of theirrespectiveofficials,agents employeesinconjunction withthe performance of work covered under thisAgreement. ILA FORCOORDINATED HEALTHSVCSBETW DALLAS COUNTY & CITY OF COPPELL-FY2020 7 EXHIBIT A FY 2020FEESCHEDULE SEXUAL HEALTH CLINIC INFECTIOUS DISEASES Office Visits$20/visitNon-Contagious Disease Certification Letter $20 each Blood Drawing $5 each Chemical Lesion Reduction $45 each Medical Records Copies $5 each Cryotherapy $15 each TUBERCULOSIS CLINIC TB Testing-Level I (Office Visit) $30/Visit Comprehensive TB Testing & $80 each TB Testing-Level II (IGRA) $50 each Evaluation (Incl. Chest X-ray) Chest X-Ray Copies $5 each LABORATORY GC Culture $14 each Pregnancy Test $20 each GEN Probe GC/CT Combo $15.00 each Urinalysis $15 each Trichomonas Testing $17 each Dark Field $16 each HIV 1&2 Test $15 each Herpes Culture $38 each HIV Test - Rapid $20 each HIV-1 RNA Testing $115 each MTB Testing for TB $85 each HIV-1 Quant Assay Testing $80 each TB Culture & Concentration $25 each Herpes Type 1 & 2 Serology $50 each TB Identification $15 each Residual Clinical Specimens $5 each TB Susceptibility $31 each TB Acid Fast Stain $8 each NURSING SERVICE Hepatitis A Havrix* $55/Injection Varivax* $155/Injection Hepatitis B Vaccine* $60/Injection Meningococcal (MCV4)* $135/Injection Twinrix $95/Injection Zostavax (Shingles)* $255/Injection Rabies (PE) $340/Injection Gardasil (HPV)* $195/Injection IPV $45/Injection Hepatitis A (Pediatric) $40/Injection Pneumococcal* $125/Injection Hepatitis B (Pediatric) $40/Injection Adacel (Pertusis) (Tdap) $65/injection DT $70/Injection HIB $45/injection DTaP (Daptacel) $45/Injection Japanese Encephalitis $345/Injection DTap-HepB-IPV $85/Injection Meningococcal (Menomune) $145/Injection DTaP-IPV $65/Injection Typhoid (Polysaccharide) $85/Injection Rotavirus $130/Injection Typhoid (Oral) $65/box PCV13 $225/Injection Yellow Fever Vaccine** $160/Injection MMR* $95/Injection Boostrix Vaccine*(Tdap) $50/Injection Communicable Disease Program: Influenza Vaccine* $30/Injection Hepatitis A/B/C Screening General $35/Test Influenza (High Dose) $60/Injection Hepatitis A/B/C Screening Qualified $10/Test Influenza (Intradermal) $30/Injection Immunization/VFC Program: Rabies Administrative Fee/ DPT,DT,Hib, $5/Per child Serves State Vaccine $25 each Well Baby $5/Visit Foreign Travel Office Visit Fee $25/visit Diabetic Testing $5/Test TD* $50/Injection Immunization Record $5 each Foreign Travel Yellow Card $5 each Note: (1)*Vaccines marked with asterisks are part of the Adult Safety Net Program (ASNP). Clients eligible to receive through the ASNP will be charged a fee of $10/shot . (2) **Vaccine Unavailable. ENVIRONMENTAL HEALTH Septic Tank Inspection $310/Commercial/Business Day Care Center Inspections $2/per authorized child $260/Residential Temporary Food Permit $75/plus $10 per day Septic Tank Re-inspection $35/Residential Funeral Home Inspection $200 $85/Commercial FHA, VA, Conventional Loans $125/Licensed Food Establishment Inspection $150/yr./establishment $150/Unlicensed Half-Way Houses & Boarding $75/plus $25 for each Annual Group Home Inspection $50 Homes, Residential additional unit on site Food Handler Class $15/per person Mosquito Spraying for Non- Sub-division Plat Approval $200/Residential contracting cities $185/ per hour $150/Commercial Water Sample $50 Animal Control/Quarantine $7/per day Mosquito Testing $35 Animal Control/Vicious Animal $12/per day Food Mgr. Cert. Program $100/per person Food Manager Re-certification $50/Test Food Mgr. Cert. Retesting $50/per person W/Multiple Test Sites Note: 1) # Indicates $10 charge for State fee Revised July /2019 Dallas County Health and Human Services Annual Summary of Services January 1, 2018 thru December 31, 2018 Exhibit B Sexually Transmitted Communicable Diseases Tuberculosis DiseasesLaboratory Municipality Addison1724166176 Balch Springs353129451189 Carrollton818184576471 Cedar Hill253215216608 Cockrell Hill5807227 Coppell2634334265 Dallas28,0118,70145,25423,878 Desoto2,498336298536 Duncanville242173438400 Farmers Branch19468285267 Garland4,0786692,725443 Glenn Heights6428297171 Grand Prairie1,3983861,756785 Highland Park901071 Hutchins132685116 Irving4,0176912,4311,253 Lancaster941391437279 Mesquite8916101,569727 Richardson1,014279331654 Rowlett5617696171 Sachse59324068 Seagoville3747205195 Sunnyvale5091233 University Park23037 Wilmer1283912463 Out of County8531,74339,8362,340 Total 47,63614,97497,35834,623 FY '20 Exhibit C $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Contract Total Diseases Communicable $ 2,500$ 9,377$ 23,823$ 2,498$ 1,232$ 3,131$ 1,754,252$ 17,620$ 11,273$ 6,856$ 80,156$ 574$ 38,854$ 132$ 3,149$ 81,906$ 12,106$ 31,608$ 23,756$ 4,925$ 362$ 6,440$ 99$ 48$ 2,597$ 77,142$ 2,196,416 $ 3,539$ 3,800$ 9,470$ 12,225$ 4,564$ 5,328$ 480,119$ 10,777$ 8,043$ 5,369$ 8,907$ 3,438$ 15,784$ 1,428$ 2,332$ 25,194$ 5,610$ 14,618$ 13,150$ 3,438$ 1,367$ 3,921$ 4,685$ 744$ 1,267$ 47,051$ 696,171 FY2020 Sexually DiseasesLaboratory Transmitted $ 1,631$ 11,144$ 14,233$ 5,337$ 173$ 840$ 1,118,251$ 7,364$ 10,823$ 7,043$ 67,336$ 2,397$ 43,392$ -$ 2,100$ 60,071$ 10,799$ 38,771$ 8,179$ 2,372$ 988$ 5,066$ 25$ -$ 3,064$ 984,369$ 2,405,769 4 Contract Cost by Category 2,146,61 Tuberculosis $ 5,381$ 16,931$ 24,149$ 28,218$ -$ 5,644$ 1,141,961$ 44,098$ 22,705$ 8,925$ 87,803$ 10,762$ 50,660$ 131$ 3,412$ 90,690$ 51,317$ 80,059$ 36,617$ 9,975$ 4,200$ 6,169$ 1,181$ 394$ 5,119$ 228,760$ 1,965,259 Dallas County Health and Human Services Addison7,751Balch Springs15,907Carrollton36,861Cedar Hill11,401Cockrell Hill2,614Coppell11,852Dallas1,262,256Desoto112,567Duncanville10,905Farmers Branch8,742Garland183,766Glenn Heights28,930Grand Prairie62,998Highland Park4,056Hutchins586Irving181,017Lancaster42,404Mesquite40,151Richardson45,694Rowlett25,280Sachse2,659Seagoville1,667Sunnyvale2,253University Park90Wilmer5,768Out of County38,439 MunicipalityTotal Dallas County Health and Human Services Total Contract Costs FY2020 Exhibit D Municipality Addison$ 2,500 Balch Springs$ 9,377 Carrollton$ 23,823 Cedar Hill$ 2,498 Cockrell Hill$ 1,232 Coppell$ 3,131 *Dallas$ 1,754,252 *Desoto$ 17,620 *Duncanville$ 11,273 Farmers Branch$ 6,856 *Garland$ 80,156 Glenn Heights$ 574 Grand Prairie$ 38,854 Highland Park$ 132 Hutchins$ 3,149 Irving$ 81,906 Lancaster$ 12,106 *Mesquite$ 31,608 *Richardson$ 23,756 *Rowlett$ 4,925 *Sachse$ 362 *Seagoville$ 6,440 Sunnyvale$ 99 University Park$ 48 *Wilmer$ 2,597 *Out of County$ 77,142 Total $ 2,196,416 *Non-contracting  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;<= 789:;6=>?@-A/$ BC-D0*A5-AC ?@-A/$ /%+"'>?4'-&*"4'@!!1 4' 8 A"# %(B4'C")"#"BD"4'>B'$(B!#(+4' 0*DD+AEC( F-.-,*1D-AC 79G8=G789 /%+"'$#"!"E4' 3H? ?@%--D-AC /%+"'02"4'/%B+'FD!%(B4' -%!+"4' 0*A5E/-% $11%*.$, *I $ J*AC%$JC I*% CK- %-A-'$, *I $A BAC-%,*J$, ?@%--D-AC 'ECK 3%EAEC( HE.-% ?+CK*%EC(2 -II-JCE.- LJC*M-% 82 7892 CK%*+@K N-1C-DM-% >72 772 EA CK- $D*+AC *I O9277"77P $5 M+/@-C-/ EA QR 89:7P $A/ $+CK*%ESEA@ CK- T$(*% C* 5E@A" 0(!" 4' @*(B (# 4'GBD!2"B!'?!"4' 3H? T-D* 789:77"1/I2 3H? 0*AC%$JC 77"1/I F!!DH2"B! 4'GBD!2"B!'0123"#4' $(B!D!4' I"#%BJ'?!"4' ?#)!"#4'G))"D!%K"'?!"4' I% !(#&'()'L"J% +!%K"'/%+"''''' A"#9 FD!%BJ'M(E&4''?!"4''FD!%(B4''@"B!'-(4''?1"'?!"4'C"!1#B'C" 1+!4' %(B4' ?!"4'' 80EC( 0*+AJE,79G;G789 -".!'()'L"J% +!%K"'/%+"'56789:;<= 3EC,- 0*A5E/-% $11%*.$, *I $ J*AC%$JC I*% CK- %-A-'$, *I $A BAC-%,*J$, ?@%--D-AC 'ECK 3%EAEC( HE.-% ?+CK*%EC(2 -II-JCE.- LJC*M-% 82 7892 CK%*+@K N-1C-DM-% >72 772 EA CK- $D*+AC *I O9277"77P $5 M+/@-C-/ EA QR 89:7P $A/ $+CK*%ESEA@ CK- T$(*% C* 5E@A" N+DD$%( /% D+'>2*D!4 Q+A/5 $%- M+/@-C-/ EA CK- !A.E%*AD-AC$, U-$,CK2 LCK-% #%*I-55E*A$, N-%.EJ-5 ,EA- EC-D I*% CKE5 $@%--D-AC" @!))'C"D(22"BE!%(B4 3K- 0*DD+AEC( F-.-,*1D-AC F-1$%CD-AC %-J*DD-A/5 $11%*.$," $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"# 7/&!0"$(1&%18!2"956#3:;<=>? N(+'>D(B4 @1 !%B3+"'$%!&'N(K"#B2"B! $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"5 MEMORANDUM To: Mayor and City Council From: Mindi Hurley,Director of Community Development Date: Sep 24, 2019 Reference: Consider approval of a contract for the renewal of the Trinity River Authority Agreement, effective October 1, 2019 through September 30, 2020, in the amount of $9,500.00; and authorizing the Mayor to sign any necessary documents. 2030: Community Wellness & Enrichment General Information: Trinity River Authority contract for technical services. Technical services areIndustrial Inspection, Industrial Sampling and Industrial Analysis. Introduction: The attached contract (2 originals) for your signature is an annual contract between the City and Trinity River Authority for industrial inspection services, industrial sampling services, and analytical services. This contract is shared between Water Utilities and Environmental Health. Analysis: The contract amount for FY'19-20 is estimated to be $9,500.00, which is the same dollar amount as FY'18-19. All expenses incurred by the Environmental Health Division for inspections and sampling are charged back to the industry. Legal Review: N/A Fiscal Impact: The fiscal impact of this Agenda item, if needed, should not exceed $9,500.00. Recommendation: The Community Development Department recommends approval. 1 CONTRACT FOR TECHNICAL SERVICES I. CONTRACTING PARTIES The Receiving Agency: City of Coppell, whose authorized address is P.O Box 9478 Coppell, Texas 75019 Attn: Environmental Health. The Performing Agency: Trinity River Authority of Texas, whose authorized address is 5300 South Collins, P. O. Box 240, Arlington, Texas 76004-0240, Attention: J. Kevin Ward, General Manager (or his designated representative). II. STATEMENT OF SERVICES TO BE PERFORMED In order to discharge the responsibilities associated with the enforcement of Federal, State, and municipal regulations, the Receiving Agency requires services of a laboratory qualified to perform water and wastewater analysis, and of personnel to conduct industrial inspection and/or sampling services, such services detailed in Section A, Subsection(s) 1,2,3, below. A. PERFORMANCE OF SERVICES 1. Non-Significant Industrial User Inspection and Classification Services: The Receiving Agency employs the Performing Agency and the Performing Agency agrees to perform industrial user survey services and inspections for non-significant industrial users within the parameters listed on the attached schedule sheet and in accordance with the Receiving Agency's Industrial Waste Ordinances and Sewer Ordinances Numbers 2013-1028. The Performing Agency shall perform all industrial user survey activities including organization of users to be surveyed utilizing the Texas Manufacturing Guide, notification to industrial users that require completion of the Re Industrial User Survey Form, industrial user inspections as needed, and proper classification and documentation of industrial u Performing Agency will provide on behalf of the Receiving Agency updates to the Texas Commission on Environmental Quality (TCEQ) when required. Industrial user survey procedures are established by the Trinity River Authority to meet industrial discharge notification requirements found in the Texas Pollutant Discharge Elimination System Permits issued to the Trinity River Authority and in accordance with 40 CFR § 403.8. Documentation associated with the industrial user survey shall be maintained as required by EPA General Pretreatment Regulations, 40 CFR § 403.12. 2. Significant Industrial User Permit and Inspection Services: The Receiving Agency employs the Performing Agency and the Performing Agency agrees to perform permitting and industrial inspection services for significant industrial users within the parameters listed on the attached schedule sheet. The Performing Agency shall perform all Industrial Pretreatment Inspections, review permit applications and prepare for submittal Permits to Discharge Industrial Wastes to the Sanitary Sewer in accordance with procedures established by the Trinity River Authority of Texas in accordance with 40 CFR Part 403.8. Industrial Pretreatment Inspections, Application reviews and permit preparations and submittals shall be in compliance with the Receiving Agency's Industrial Waste Ordinances, Sewer Ordinance Numbers 2013-1028, and EPA General Pretreatment Regulations for Existing and New Sources. Records of Inspections, Applications and Permits shall be maintained as required by EPA General Pretreatment Regulations, 40 CFR § 403.12. 3. Industrial User Sampling Services: The Receiving Agency employs the Performing Agency and the Performing Agency agrees to perform industrial user sampling services within the parameters listed on the attached schedule sheet and in accordance with the Receiving Agency's Industrial Waste Ordinances and Sewer Ordinance Numbers 2013-1028. The Performing Agency shall perform all sample collections, sample preservation, and maintenance of chain-of-custody records in accordance to the approved procedures set forth in Test Methods for Evaluating Solid Waste, EPA Manual SW-846, Methods for Chemical Analysis of Water and Wastes, EPA Manual EPA-600/4-79-020, and the Handbook for Sampling and Sample Preservation of Water and Wastewater, EPA Manual EPA-600/4-82-029. The samples shall be properly collected, preserved and delivered by the Performing Agency to the Performing Agency's laboratory located at 6500 West Singleton Blvd., Dallas, Texas. When feasible, the Performing Agency will conduct flow or time composited sampling. When composited sampling is not feasible, grab sampling will be performed. 4. Analytical Services: The Receiving Agency employs the Performing Agency and the Performing Agency agrees to perform analytical services within the parameters listed on the attached schedule sheet. The Receiving Agency will collect samples and deliver them to the laboratory for analysis. It is understood that these samples will be properly collected and preserved in accordance with applicable sections of A Practical Guide to Water Quality Studies of Streams, Federal Water Pollution Control Administration publication and Methods for Chemical Analysis for Water and Wastes, EPA manual, as well as the latest edition of Standard Methods for the Examination of Water and Wastewater. Additionally, requirements set by the National Environmental Laboratory Accreditation Conference will be followed as mandated by the Texas Commission on Environmental Quality for state accreditation. A chain-of-custody procedure shall be maintained in the field and the laboratory in accordance with procedures to be established by the Receiving Agency. The Receiving Agency will furnish chain-of-custody. The Performing Agency will perform all analyses according to the approved procedures set forth in Standard Methods for the Examination of Water and Wastewater, current edition or the latest edition of Methods for Chemical Analysis of Water and Wastes, EPA manual. Additionally, requirements set by the National Environmental Laboratory Accreditation Conference will be followed as mandated by the Texas Commission on Environmental Quality for state accreditation. Samples will be analyzed by these methods on the production basis, to include appropriate analytical quality assurance procedures. Records will be kept for documentation of the Performing Agency's quality assurance program and copies will be available to the Receiving Agency upon request. Unusual interferences and problems will be reported to the Receiving Agency at its authorized address noted above. Research into specific techniques to overcome these difficulties will be undertaken when practical, and by mutual agreement. The chain-of-custody sheet submitted with each sample will designate the particular analysis or analyses to be made of each sample submitted. The laboratory will be operated in such a manner as to ensure the legal sufficiency of the sample handling; analytical and reporting procedures; and to remedy defects in the procedures should such be discovered. The various laboratory personnel shall be directed upon receipt of written notice from the Receiving Agency 72 hours in advance, to appear and testify in enforcement actions. In such event, travel and per diem expenses for such employees shall be paid by the Receiving Agency. Travel and per diem for court appearances hereunder shall be based on current Texas law. Receiving Agency may deliver to Performing Agency samples for analyses separate and apart from those samples collected by the Performing Agency. When the Receiving Agency delivers samples to the Performing Agency for analyses, the Receiving Agency shall indicate the nature and extent of the analysis it desires to be conducted. Performing Agency shall not be responsible for the manner of collection or chain-of-custody or sheets which are matters entirely outside Performing Agency's control. Performing Agency shall receive, log and perform such analyses of samples in accordance with that part of the chain-of-custody procedures identified as Transfer of Custody and Storage attached hereto. Samples analyzed to maintain the normal quality assurance program which the Performing Agency presently maintains in its laboratory will be charged to the Receiving Agency at the same rate as submitted samples. B. TERMINATION Either party to this Contract may terminate the Contract by giving the other party thirty day notice in writing at their authorized address as noted previously. Upon delivery of such notice by either party to the other and before expiration of the thirty-day period, the Performing Agency will proceed promptly to cancel all existing orders, contracts, and obligations which are chargeable to this Contract. As soon as practicable after notice of termination is given, the Performing Agency will furnish Receiving Agency an invoice for work performed under this Contract through its termination. The Receiving Agency will pay the Performing Agency for the work performed less all prior payments. Copies of all completed or partially completed reports, documents, and studies prepared under this Contract will be delivered by the Performing Agency to the Receiving Agency when and if this Contract is terminated prior to the completion of the prescribed work. C. AMENDING THE CONTRACT The parties hereto may alter or amend this Contract upon advance written agreement of both parties to exclude work being performed or to include additional work to be performed and to adjust the consideration to be paid hereunder by virtue of alterations or amendments. III. BASIS FOR CALCULATING REIMBURSABLE COSTS The financial basis for calculating reimbursable costs shall be as stated in Attachment A, said Attachment A shall be revised and updated annually. Any revisions will be incorporated by reference herein. A cost analysis shall be prepared each year by the Trinity River Authority of Texas and shall be approved by the Trinity River Authority of Texas Board of Directors prior to effective date of said revision. The expenditures by the Trinity River Authority of Texas of funds paid to it under this Contract shall be subject to such State or Federal audit procedures as may be required by law and by accepted practices of the State or Federal auditor, or both, if requested. The Trinity River Authority of Texas shall be responsible for maintaining books of account that clearly, accurately and currently reflect financial transactions. The financial records must include all documents supporting entries on the account records which substantiate costs. The Trinity River Authority of Texas must keep the records readily available for examination for a period of three years after the close of the last expenditure. IV. CONTRACT AMOUNT The total costs charged by the Authority to the Receiving Agency shall not exceed dollars ($ 9500) per annum during the term of this Contract, unless mutually agreed by the parties hereto. V. PAYMENT FOR SERVICES The Performing Agency shall bill the Receiving Agency monthly for services performed. Charges for these services shall be based on the attached cost schedules. The Receiving Agency shall pay the monthly billings of the Performing Agency within thirty days of their receipt. VI. TERM OF CONTRACT This Contract is to begin October 1, 20 19 and shall terminate September 30, 2020, subject to Section II, paragraph B of this contract. VII. INTERLOCAL AGREEMENT Inasmuch as the Receiving Agency and the Performing Agency are political subdivisions of this state, and inasmuch as the testing of water and wastewater are critical to the maintenance of public health and such testing is therefore, a governmental function and service, this contract is entered into pursuant to the Interlocal Cooperation Act, Chapter 791, Texas Government Code. Receiving Agency: Performing Agency: CITY OF TRINITY RIVER AUTHORITY OF TEXAS BY: BY: TITLE: GENERAL MANAGER DATE: DATE: ATTEST: ATTEST: (SEAL) (SEAL) CHAIN-OF-CUSTODY PROCEDURES Sample Collection and Shipment 1.To the maximum extent achievable, as few people as possible should handle a sample. 2.Stream and effluent samples should be obtained using standard field sampling techniques and preservation procedures. 3.Chain-of-Custody sheets should be attached to each sample at the time it is collected. Sample containers must be appropriate for requested testing with appropriate preservation and legibly labeled. The tag or sheet contains basically laboratory (requested parameters) information; however, certain identifying items including City, City Code, Contact Name and Phone Number, Type Sample Matrix, Material Sampled, and Method of Preservation must be completed by the field personnel collecting the sample. In completing the Chain-of-Custody tag or sheet, care should be utilized to insure that all necessary information is correctly and legibly entered onto the form. A black ballpoint with water proof ink should be used at all times. 4. During shipment, samples should be appropriately cooled. TRA lab receiving technician will check temperature. Transfer of Custody and Storage 1.All samples should be handled by the minimum possible number of persons. 2.All incoming samples shall be received by the laboratory technician or his alternate and logged into a database. Information to be entered into the database shall include the client sample number, date received, source, time(s) sampled, date(s) sampled, and analyses requested and comments from the Chain of Custody. 3.Promptly after logging, the custodian technician will distribute the sample to an analyst or place the sample in the secure sample vault, which will be locked at all times except when samples are removed or returned by analysts. The sample will be tracked internally in the lab. 4.Samples shall be kept in the sample storage security area at all times when not actually being used by analysts, such as during overnight absences. The technician shall ensure that heat-sensitive samples, or other sample materials having unusual physical characteristics, or requiring special handling, are properly stored and maintained. 5.A log of sample removal and replacement will be kept in the secure sample vault and be retained as a permanent record of the laboratory. 6.The original Chain of Custody and a Sample Evaluation/Variance record shall be sent by the laboratory to the appropriate Receiving Agency control point as part of the final data report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o: Mayor and City Council From: Jennifer Miller, Director of Finance Date: September 24, 2019 Reference: Budget Amendment for Fiscal Year 2018-19 2030: Sustainable City Government Introduction: This budget amendment is being brought forward to reflect items that have been brought before Council during the fiscal year that require an amendment to the budget. Analysis: General Fund General Fund revenues are being amended $6,622,880. Sales Tax Revenue ($3,605,407), Interest Earnings ($1,350,000), Building Permits ($500,000) and the Grant for the Firefighters ($507,031) are the primary sources of the revenue increase. The majority of the sales tax increase is associated with one payer and the amount ($2,884,557) will be designated in Fund Balance until it is determined if the revenue should have been remitted to Coppell. This results in a net budgeted increase in Undesignated Fund Balance of $2,797,029. General Fund expenditures are being increased $1,005,639. Of this amount, $64,345 is for items identified in designated fund balance. Combined Services is being increased $715,307. This is associated with the PIER Phase III project and a Property Agreement in Old Town. Public Works is being increased $64,345 for some wayfinding signs in Old Town, which is part of designated fund balance. The Fire Department is being amended for the upgrade to the existing siren control hardware, firmware and software to meet security recommendations. Enterprise Solutions is being amended to cover the damage to equipment and servers when the HVAC leaked on the server rack. A claim has been filed with TML for the damages. Community Development is being increased by $35,000 for the interlocal agreement with Denton County to provide transportation services for Coppell businesses Workforce Transit. Inspections is needing additional funding for the contract with Bureau Veritas for assistance with plan review and commercial inspections. The increase in Environmental Health is for 1 public education materials. This is funded by charge on the monthly water bill. Hotel/Motel Fund Revenues are being amended to reflect anticipated interest earnings and the submittal of Hotel/Motel tax by short term rentals. Drainage Utility District Revenues are being amended to reflect the anticipated fees. Expenditures are being increased for the interlocal agreement with Dallas County Flood Control District for sediment removal from box culverts. Rolling Oaks Revenues are being amended to reflect the anticipated fees. Expenditures are being increased for the repairs to the pumps at the Angel of Hope fountain feature. Donations Special Revenue Expenditures are being increased for the purchase of furnishings at the Library in the Childrens area. Other expenditures are for the Fire Department, Animal Control and the Senior Center. Park Special Revenue Fund Revenues are being amended to reflect interest earnings and the expenditures are being amended for the installation of the pavilion doors at Old Town. CRDC - Special Revenue Revenues are being increased for the anticipated increase in sales tax collections and interest earnings. The majority of the sales tax increase is associated with one payer and the amount ($1,164,575) will be designated in Fund Balance until it is determined if the revenue should have been remitted to Coppell. Expenditures are for MacArthur Trail, Bike trails Hunterwood Park, Grapevine Springs Park, the CORE bridge replacement, the playground at the Bio Diversity Center and the transfer out to the General Fund associated with the sales tax collections. Tree Preservation Fund Revenues are being amended to reflect anticipated collections. Police Special Revenue Fund Revenues are being amended to reflect forfeitures and donations that have been received. The expenditures are being amended for training. Crime Control Revenues are being increased for the anticipated increase in sales tax collections and interest earnings. The majority of the sales tax increase is associated with one payer and the amount ($582,287) will be designated in Fund Balance until it is determined if the revenue should have been remitted to Coppell. Municipal Court Special Revenue Revenues are being amended to reflect the anticipated fees. 2 Juvenile Case Manager Fund Revenues are being amended to reflect the anticipated fees. Child Safety Fund Revenues are being amended to reflect the anticipated fees. Starting in FY 19, Dallas County began collecting $1.50 fee on all registered vehicles. The County can keep 10% with the remainder being shared with the cities on a quarterly basis. Municipal Court Tech Fund Revenues are being amended to reflect the anticipated fees. The original budgeted expenditures are being reduced in order to provide funding for the MUNIS Encode project. Red Light Fund Revenues are being reduced to reflect that this fee is no longer being collected. Expenditures are being increased for the Axon purchase, which is an enterprise wide video recording platform. Infrastructure Maintenance Fund Revenues are being amended for the anticipated increase in sales tax collections and interest earnings. The majority of the sales tax increase is associated with one payer and the amount ($582,287) will be designated in Fund Balance until it is determined if the revenue should have been remitted to Coppell. The expenditures are being increased for the additional costs associated with Parkway Blvd, the intersection design contract and the design of Spanish Moss. Water and Sewer Fund Revenues are being decreased since the budgeted rate increase for water and sewer was not implemented this fiscal year. The cost of water and the cost of sewer are being decreased due to the rate being charged is less than budgeted. Utility Operations is being increased for the installation of a water on Bethel Road. Capital Replacement Fund Revenues are being increased for anticipated interest earnings. Legal Review: Agenda item was reviewed by legal as part of the agenda packet. Fiscal Impact: Recommendation: The Finance Department recommends approval of this agenda item. 3 ORDINANCE NO. _____________________ AN ORDINANCE OF THE CITY OF COPPELL, TEXAS APPROVING AN AMENDMENT TO THE BUDGET FOR THE CITY FOR THE FISCAL YEAR OCTOBER 1, 2018 THROUGH SEPTEMBER 30, 2019; PROVIDING THAT EXPENDITURES FOR SAID FISCAL YEAR SHALL BE MADE IN ACCORDANCE WITH SAID BUDGET; AND DECLARING AN EFFECTIVE DATE. WHEREAS, the Budget Officer of the City of Coppell, Texas, did on the 6th day of August, 2018, file with the City Secretary, a proposed general budget for the City covering the fiscal year aforesaid, and WHEREAS, the City Council of the City of Coppell approved said budget on the 11th day of September, 2018, and WHEREAS, the governing body of the City has this date considered an amendment to said budget; NOW, THEREFORE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That Section No. 2 of Ordinance No. 2018-1500, for the 2018-19 Fiscal Year Budget, is hereby amended as follows: General Fund Current Budget Amending Budget Change Revenues $66,961,096 $73,583,976 $6,622,880 Expenditures Combined Services $2,966,247 $3,681,554 $715,307 Public Works 2,021,197 2,085,542 64,345 Fire 13,311,417 13,341,563 30,146 Enterprise Solutions 3,532,247 3,573,088 40,841 Community Development Admin 845,141 880,141 35,000 Inspections 920,941 1,020,941 100,000 Environmental Health 414,174 434,174 20,000 Total Expenditures $ 1,005,639 Decrease in Designated Fund Balance 64,345 Increase in Designated Fund Balance 2,884,557 Net Expenditure/Designation Increase 3,825,851 Net Increase in Undesignated Fund Balance $ 2,797,029 Hotel/Motel Fund Current Budget Amending Budget Change Revenues $-0- $13,000 $13,000 Net Increase in Projected Fund Balance $13,000 Municipal Drainage Dist Current Budget Amending Budget Change Revenues $235,000 $265,000 $30,000 Expenditures 345,070 369,567 24,497 Net Increase in Projected Fund Balance $ 5,503 1 Rolling Oaks Current Budget Amending Budget Change Revenues $757,667 $796,667 $39,000 Expenses 832,221 871,221 39,000 Net Increase in Projected Fund Balance $ -0- Donations Spec. Rev. Fund Current Budget Amending Budget Change Expenditures $5,000 $17,341 $12,341 Net Decrease in Projected Fund Balance $12,341 Parks Spec. Rev Fund Current Budget Amending Budget Change Revenues $2,500 $5,000 $ 2,500 Expenses -0- 365,300 365,300 Net Decrease in Projected Fund Balance $362,800 CRDC Special Current Budget Amending Budget Change Revenues $8,136,641 $9,893,149 $1,756,508 Expenditures 9,962,299 13,557,061 3,594,761 Net Decrease in Projected Fund Balance $1,838,253 Tree Preservation Fund Current Budget Amending Budget Change Revenues $500 $71,060 $70,560 Net Increase in Projected Fund Balance $70,560 Police Spec. Rev. Fund Current Budget Amending Budget Change Revenues $22,200 $45,445 $23,245 Expenditures 99,899 115,799 15,900 Net Increase in Projected Fund Balance $ 7,345 Crime Control Current Budget Amending Budget Change Revenues $5,455,000 $5,612,805 $157,805 Net Increase in Projected Fund Balance $157,805 Municipal Court Current Budget Amending Budget Change Revenues $21,000 $26,500 $5,500 Net Increase in Projected Fund Balance $5,500 Juvenile Case Manager Current Budget Amending Budget Change Revenues $45,000 $49,500 $4,500 Net Increase in Projected Fund Balance $4,500 Child Safety Current Budget Amending Budget Change Revenues $6,500 $40,000 $33,500 Net Increase in Projected Fund Balance $33,500 Municipal Court Tech Current Budget Amending Budget Change Revenues $26,500 $31,500 $ 5,000 Expenditures 233,400 163,400 (70,000) Net Increase in Projected Fund Balance $75,000 2 Red Light Current Budget Amending Budget Change Revenues $305,000 $179,000 $(126,000) Expenditures 285,470 859,470 574,000 Net Decrease in Projected Fund Balance $ 700,000 Infrastructure Maint. Fund Current Budget Amending Budget Change Revenues $9,082,500 $9,789,074 $ 706,574 Expenditures 16,749,437 19,388,406 2,638,969 Net Decrease in Projected Fund Balance $1,932,395 Water/Sewer Fund Current Budget Amending Budget Change Revenues $20,956,652 $18,697,821 $(2,258,831) Expenses Cost of Water 6,309,404 6,190,712 (118,692) Cost of Sewer 4,284,356 4,025,272 (259,084) Utility Operations 3,960,168 4,237,442 277,274 Net Decrease in Projected Retained Earnings $ 2,158,329 Capital Replacement Fund Current Budget Amending Budget Change Revenues $1,477,353 $1,532,353 $55,000 Net Increase in Projected Fund Balance $55,000 SECTION 2. EFFECTIVE DATE. That this ordinance shall become effective immediately from and after its passage as the law and charter in such cases provide. DULY PASSED and adopted by the City Council of the City of Coppell, Texas, on the 24th day of September 2019. APPROVED: ______________________________ KAREN SELBO HUNT, MAYOR ATTEST: ____________________________________________ CHRISTEL PETTINOS, CITY SECRETARY APPROVED AS TO FORM: _____________________________________ CITY ATTORNEY 3  !" #$%&'$( )*+,-.$%/ $%!&'()'$(**"++,'-". 0*11-,,2 3-4$5 6789:9;6<  !"# /%+"'0123"#4'56789:;:8 789:;6;9=-5*,+>?*@AB-@/$ =-$/( /%+"'<=4'-&*"4'>!!1 4' 80?>( C-D%->$%( ?"# %(@4'A")"#"@B"4'<@'$(@!#(+4' 79E8FE789 /%+"'$#"!"C4' 0*+@>( A11%$?5$, )*$%/ G*H?@$>?*@5 /%+"'02"4'/%@+'DB!%(@4' -%!+"4' 0*@5?/-% $11%*.$, *I $'=-5*,+>?*@ @*H?@$>?@B %-1%-5-@>$>?.-J5K >* 5-%.- *@ >L- M$,,$5 $@/ M-@>*@ 0-@>%$, A11%$?5$, M?5>%?D>5')*$%/ *I M?%-D>*%5N $@/ $+>L*%?O?@B >L- P$(*% >* 5?B@" 0(!" 4' >*(@ (# 4'E@B!2"@!'=!"4' D!!BF2"@! 4'E@B!2"@!'0123"#4' M0AM G*H?@$>?*@5 P-H*"1/I2 M$,,$5 0AM G*H?@$>?*@5 =-5*,+>?*@"1/I2 M-@>*@ 0AM G*H?@$>?*@5 =-5*,+>?*@"1/I $(@!B!4' G"#%@H'=!"4' =#)!"#4'E))"B!%I"'=!"4' G% !(#&'()'J"H% +!%I"'/%+"''''' ?"#9 DB!%@H'K(C&4''=!"4''DB!%(@4''>"@!'-(4''=1"'=!"4'A"!1#@'A" 1+!4' %(@4' =!"4'' 80?>( 0*+@D?,79E;E789 -".!'()'J"H% +!%I"'/%+"'56789:;:8 3?>,- 0*@5?/-% $11%*.$, *I $'=-5*,+>?*@ @*H?@$>?@B %-1%-5-@>$>?.-J5K >* 5-%.- *@ >L- M$,,$5 $@/ M-@>*@ 0-@>%$, A11%$?5$, M?5>%?D>5')*$%/ *I M?%-D>*%5N $@/ $+>L*%?O?@B >L- P$(*% >* 5?B@" C+HH$%( /% B+'<2*B!4 >!))'A"B(22"@C!%(@4 A11%*.$, %-D*HH-@/-/" L(+'<B(@4 >1 !%@3+"'$%!&'L(I"#@2"@! $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"# 7/&!0"$(1&%18!2"956#3:;<;3= $%&'"()"$(**!++,"-!./0%1&!2"(1"3456456#3  !"5 MEMORANDUM To:Mayor and City Council From:Christel Pettinos, City Secretary Date:September 24, 2019 Reference:Consider approval of aResolutionnominating representative(s)to serve on the Dallas and Denton Central Appraisal Districts Boardof Directors; and authorizing the Mayor to sign. Introduction:The Dallas and Denton Central Appraisal Districts are seeking nominations for their Boardof Directors.The term is a two-year commitment. Analysis:The selection process is set forth in Section 6.03 of the Property Tax Code and is an independentprocedure unique to the property tax system. 1)The nominee must have resided in the Appraisal District for at least two years prior to the electionand may be an elected official of an agency represented by the DCAD. 2)The nominee cannot be an employee of any agencyrepresented by the DCAD,cannot be engaged in the business of appraising property for compensation for use in proceedings under this title, or representing property owners for compensation in proceedings under this title in the appraisal district, or related within second degreeby consanguinity to an individual who is engaged in such business. 3)The nominee cannot own property on which delinquent taxes have been owed to a taxing unit for more than 60 days. Dallas Central Appraisal District allows for one (1) candidate to be nominated. Denton Central Appraisal District allows for up to five (5) candidates to be nominated. Recommendation:None RESOLUTION NO. ______________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS,NOMINATING ___________________________ AS A CANDIDATE TO BE A MEMBER OFTHE BOARD OF DIRECTORS OF THE DALLAS CENTRAL APPRAISAL DISTRICT. WHEREAS,TheChief Appraiser of the Dallas Central Appraisal Districthas been charged with the responsibility of conducting the election process to determine the membership of the Boards of Directors of the Dallas Central Appraisal District, accordingto the Property Tax Code of Texas; and WHEREAS,each of the incorporated cities and towns, except the City of Dallas, shall have the right to nominate by an official resolution one (1) candidate as a member of the Board of Directors; and WHEREAS,the said cities and towns shall, from among the nominations received, elect by a majorityvote, with each cityand town being entitled one (1) vote, a member of the Board of Directors. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COPPELL, TEXAS, THAT: _________________________ is hereby nominated as a candidateto be a member of the Board of Directors of the Dallas Central Appraisal District. DULY PASSED and approved by the City Council of the City of Coppell, Texas, on this th the 24day ofSeptember2019. APPROVED: Karen Selbo Hunt, Mayor ATTEST: APPROVED AS TO FORM:Christel Pettinos, City Secretary _________________________________ Robert E. Hager,City Attorney RESOLUTION NO. ______________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS,NOMINATING THE FOLLOWING CANIDATE(S) __________________________________________________________________ TO BE MEMBER(S)OF THE BOARD OF DIRECTORS OF THE DENTON CENTRAL APPRAISAL DISTRICT. WHEREAS,The Chief Appraiser of the Denton Central Appraisal District has been charged with the responsibility of conducting the election process to determine the membership of the Boards of Directors of the DentonCentral Appraisal District, according to the Property Tax Code of Texas; and WHEREAS,each of the incorporated cities and townsshall have the right to nominate by an official resolution up to five (5) candidatesas a member of the Board of Directors; and WHEREAS,upon tabulation of the votes cast by the said cities and towns,the five (5) candidates that receivethe most votes from the nominations received, shall become membersof st the Board of Directorsas of January 1. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COPPELL, TEXAS, THAT: Hereby nominatethe followingcandidate(s)to be member(s)of the Board of Directors of the Denton Central Appraisal District:_______________________________________________ ______________________________________________________________________________ DULY PASSED and approved by the City Council of the City of Coppell, Texas, on this th the 24day ofSeptember2019. APPROVED: Karen Selbo Hunt, Mayor ATTEST: APPROVED AS TO FORM:Christel Pettinos, City Secretary _________________________________ Robert E. Hager, City Attorney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o: Mayor and City Council From: Mike Land, City Manager Date: September 24, 2019 Reference: Resolution of Support for Mayor Hunt’s 2019-2020 TML President-Elect candidacy 2030: All strategies 2040:Transition Introduction: This resolution is in support of Mayor Hunt’s Texas Municipal League’s candidacy for the position of President-Elect for FY 2019-2020. Analysis: Mayor Hunt has served on the TML Regional Board of Directors including serving as TML Region 13 President. During her service Mayor Hunt has been recognized for her leadership in promoting the needs of elected officials from the Region and the Statewide purposes of TML. During each annual TML conference, the TML Nominating Committee will select an individual to serve as President-Elect, in this case, for the 2019-2020 term. As part of that process, the city from which the elected official is running for that position, in this case Mayor Hunt, is requested to submit a Resolution in support of the candidate’s efforts. Recommendation: Approve Resolution of support for Mayor Hunt’s 2019-2020 TML President Elect candidacy. RESOLUTION NO. ______ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS, SUPPORTING THE CANDIDACY OF MAYOR KAREN HUNT FOR THE POSITION OF PRESIDENT-ELECT OF THE TEXAS MUNICIPAL LEAGUE. WHEREAS, Mayor Karen Hunt has served on the TML Regional Board of Directors as Region 13 Director; and WHEREAS, as a representative she has functioned as a trusted and vital communications link between the region and the TML Board and staff, and has proven her dedication to public service; and WHEREAS, in her capacity as Mayor and Region 13 Director she has exhibited unparalleled leadership to promote Regional and Statewide purposes of the Texas Municipal and its Mission; and, WHEREAS, at its annual conference in October, the Texas Municipal League Nominating Committee will select an individual to fill the role of President-Elect for the 2019/2020 term; and NOW, THEREFORE, BE IT HEREBY RESOLVED BY THE CITY COUNCIL OF THE CITY OF COPPELL THAT: SECTION 1. City Council supports the nomination and candidacy of Mayor Karen Hunt for the position of President-Elect of the Texas Municipal League. DULY PASSED and approved by the City Council of the City of Coppell, Texas, on this the ____ day of , 2019. APPROVED: Karen Selbo Hunt, Mayor ATTEST: Christel Pettinos, City Secretary APPROVED AS TO FORM: _________________________________ Robert E. Hager, City Attorney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