HomeMy WebLinkAboutCC 2021-01-25 Agendas k4Ft,
D HILLS
CITY OF NORTH RICHLAND HILLS
CITY COUNCIL AGENDA
4301 CITY POINT DRIVE
NORTH RICHLAND HILLS, TX 76180
MONDAY, JANUARY 25, 2021
In compliance with the Texas Open Meetings Act and in accordance with
Section 418.016 of the Texas Government Code and such action issued by
the Governor of Texas on March 16, 2020, the North Richland Hills City
Council will conduct its regular meeting via video conference in order to
advance the public health goal of limiting face-to-face meetings (also called
"social distancing") to slow the spread of the Coronavirus (COVID-19). There
will be no public access to the City Hall location described above, unless
otherwise noted.
Video conference link:
https://bit.ly/39Lv7FJ
NRHCC0125
If you are not able to join the video conference there are two (2) options to
address the City Council:
(1) Complete a comment card and email it to publiccomments@nrhtx.com.
Comment cards must be received no later than 7:00 p.m.
(2) If you would like to speak to the City Council, but do not wish to submit a
comment card by email, you may call (817) 427-6312 between 6:00 p.m. and
7:00 p.m. to register to speak.
RULES FOR SPEAKING AT CITY COUNCIL MEETING AND COMMENT
CARD CAN BE FOUND ONLINE AT
www.nrhtx.com//l 106/speaking-at- -councii-meeting
Monday, January 25, 2021 City Council Agenda
Page 1 of 5
The live steaming video of the regular meeting is available at the City's
website (nrhtx.legistar.com or nrhtx.com/video) and cable channels — Charter
Cable Channel 190 and AT&T U-Verse Channel 99.
WORK SESSION: 6:00 PM
Via Webex Video Conference
CALL TO ORDER
1. Discuss items on requiar City Council meetinq.
2. Welcome and introduction - public official, public employee or citizen.
EXECUTIVE SESSION
The City Council may enter into closed Executive Session as authorized by
Chapter 551, Texas Government Code. Executive Session may be held at the
end of the Regular Session or at any time during the meeting that a need
arises for the City Council to seek advice from the city attorney (551.071) as
to the posted subject matter of this City Council meeting.
The City Council may confer privately with its attorney to seek legal advice on
any matter listed on the agenda or on any matter in which the duty of the
attorney to the governmental body under the Texas Disciplinary Rules of
Professional Conduct of the State Bar of Texas clearly conflicts with Chapter
551, Texas Government Code.
1. Section 551.087: Deliberation reqardinq economic development
negotiations - 3353 Davis Boulevard, Lot 2R8R, Block 1, Davis®North
Tarrant Pkwy Addition.
2. Section 551.07Deliberate the purchase, exchange, lease or value o
real pror)ertv - Lot 8 Block 33, Nor'East Addition, immediately located
north of 5301 Davis Boulevard.
REGULAR MEETING: Immediately following executive session (but no
earlier than 7:00 p.m.)
Held via Webex Video Conference
A. CALL TO ORDER
A.1 INVOCATION - COUNCIL MEMBER DEUPREE
A.2 PLEDGE - COUNCIL MEMBER DEUPREE
Monday, January 25, 2021 City Council Agenda
Page 2 of 5
A.3 SPECIAL PRESENTATION(S) AND RECOGNITION(S)
A.4 CITIZENS PRESENTATION
An opportunity for citizens to address the City Council on matters which are
not scheduled for consideration by the City Council or another City Board or
Commission at a later date. In order to address the City Council during
citizens presentation, register for the video conference at the link above and
join the meeting at 7:00 p.m. or submit a public comment card by 7:00 p.m. the
day of the meeting.
A.5 PUBLIC COMMENTS
An opportunity for citizens to address the City Council on matters which are
scheduled on this agenda for consideration by the City Council, but not
scheduled as a public hearing. In order to address the City Council during
public comments, register for the video conference at the link above and join
the meeting at 7:00 p.m. or submit a public comment card by 7:00 p.m. the
day of the meeting.
A.6 REMOVAL OF ITEM(S) FROM CONSENT AGENDA
B. CONSIDER APPROVAL OF CONSENT AGENDA ITEMS
B.1 Approve minutes from the regular January 11 2021 City Council
meeting.
B.2 AP 0 1-01 Consideration of a request from 7625 Glenview Drive T
LLC for an amended plat of Lots 7 1 and 7R2, Block A, Calloway Farm
Addition, being 3.517 acres located at 7625 Glenview Drive.
B.3 TR 2021-01, Ordinance No. 3679, Public hearinq to consider
amendments to Chapter 113, Article VII (Parking and loading
regulations)_of the North Richland Hills Code of Ordinances regarding
Barking surfaces on public property within a looplain.
B.4 Approve purchase of a valve maintenance trailer for the Public Works
apartment from Illinois Tool Works dba E.H. Wachs in the amount o
39,653.56 through BuyBoard Contract 597-19.
Monday, January 25, 2021 City Council Agenda
Page 3 of 5
B-5 Consider Resolution No. 2021-003, authorizing the submission of a
grant application and acceptance of allocated funds if awarded, for
Texas Governor's Office 2021 State Homeland Security Program ® Law
Enforcement Terrorism Prevention Activities Grant #4215401 for
$5,000.
B-6 Authorize purchase from ICOR Technology,_ Inc. for an
ordnance disposal robot utilizing the 2 21 Homeland Security Grant
Program (HSGP) Urb n Area Security Initiative (UASI) grant in the
amount of$6 ,301.33.
C. PUBLIC HEARINGS
D. PLANNING AND DEVELOPMENT
E. PUBLIC WORKS
E-1 Consider Resolution No. 2020-0241--iecommending the award of a
construction contract by Tarrant County to Excel 4 Construction,
for the Matson Street Sanita[y Sewer Improvements Project for the 46th
Annual Community Developme t Block Grant Project in the total
contract amount of$228 36.50.
E-2 Consider a__pLofessional services agreement for engineering design
services with EYinkley & Barfield Inc. in an amount not to exceed
$352,400.00 for the Glenview Drive West Project (ST21 10).
E-3 Consider a__pLofessional services agreement for engineering design
services with Kimlev-Horn and Associates Inc. in an amount not to
exceed $402,000.00 for the Bedford Euless Road Project (ST2111) and
approve associated budget recision.
F. GENERAL ITEMS
F-1 Consider Resolution 2021-006, appointing certain members to the
Board of Directors of Tax Increment Reinvestment Zone Number 1/1A.-
acknowledging the appointment of the other current members of the
Board and appointing a chairperson for the Board.
F-2 Consider Resolution 2021-007, appointing certain members to the
Board of Directors of Tax Increment Reinvestment Zone Number
acknowledging the appointment of the other current members of the
Board and appointing a chairperson for the Board.
Monday, January 25, 2021 City Council Agenda
Page 4 of 5
F-3 Consider Resolution No. 2021-005, appointing a member(s) to the
Planninq and Zoning Commission and Capital Improvement Advisory
Committee.
F-4 Consider Ordinance No. 3680 extending the temporary moratorium on
all door-to-door solicitation activities and distribution of handbills
authorized by the City Code o Ordinances, Chapter 18, Article V11,
Solicitors and Handbills.
G. EXECUTIVE SESSION ITEMS - CITY COUNCIL MAY TAKE ACTION
ON ANY ITEM DISCUSSED IN EXECUTIVE SESSION LISTED ON
WORK SESSION AGENDA
H. INFORMATION AND REPORTS - COUNCIL MEMBER WRIGHT
OUJESKY
H.1 Announcements
I. ADJOURNMENT
Certification
I do hereby certify that the above notice of meeting of the North Richland Hills
City Council was posted at City Hall, City of North Richland Hills, Texas in
compliance with Chapter 551, Texas Government Code on Friday, January
22, 2021 by 3:00 PM.
City Secretary
This facility is wheelchair accessible and accessible parking spaces
are available. Requests for accommodations or interpretive services
must be made 48 hours prior to this meeting. Please contact the City
Secretary's office at 817-427-6060 for further information.
Monday, January 25, 2021 City Council Agenda
Page 5 of 5
"I r*4W
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Discuss items from regular City Council meeting.
PRESENTER: Mark Hindman, City Manager
SUMMARY:
The purpose of this item is to allow City Council the opportunity to discuss any item on
the regular agenda.
GENERAL DESCRIPTION:
The purpose of this standing item is to allow City Council the opportunity to inquire
about items that are posted for discussion and deliberation on the regular City Council
agenda.
City Council is encouraged to ask staff questions to clarify and/or provide additional
information on items posted on the regular or consent agenda. City Council may also
elect to move items from the regular agenda to the consent agenda upon receiving
clarification from staff on posted regular agenda items.
"I r*4w
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Welcome and introduction - public official, public employee or citizen.
PRESENTER: Mark Hindman, City Manager
SUMMARY:
Introduction of public official, public employee or citizen in attendance at the meeting.
GENERAL DESCRIPTION:
The purpose of this item is to provide City staff or City Council the opportunity to
recognize and introduce a public official, public employee or citizen in attendance at the
meeting.
"I r*4W
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Approve minutes of the regular January 11, 2021 City Council
meeting.
PRESENTER: Alicia Richardson, City Secretary
SUMMARY:
The minutes are listed on the consent agenda and approved by majority vote of Council
at the City Council meetings.
GENERAL DESCRIPTION:
The City Secretary's Office prepares action minutes for each City Council meeting. The
minutes for the previous meeting are placed on the consent agenda for review and
approval by the City Council, which contributes to a time efficient meeting. Upon
approval of the minutes, an electronic copy will be uploaded to the City's website.
RECOMMENDATION:
Approve minutes of the regular January 11, 2021 City Council meeting.
MINUTES OF THE WORK SESSION AND REGULAR MEETING
OF THE CITY COUNCIL OF THE CITY OF NORTH RICHLAND HILLS, TEXAS
HELD IN THE CITY HALL 4301 CITY POINT DRIVE
JANUARY 11, 2021
Via Webex Video Conference
WORK SESSION
The City Council of the City of North Richland Hills, Texas met in work session on the
11th day of January at 6.00 p.m. prior to the 7.00 p.m. regular Council meeting.
CALL TO ORDER
Mayor Trevino stated in accordance with the Texas Governor's March 13, 2020 Disaster
Declaration and subsequent suspension of certain Texas Open Meetings Act Provisions,
this January 11, 2021 work session meeting of the North Richland Hills City Council is
hereby called to order at 6.06 p.m.
Mayor Trevino stated that tonight's meeting will be conducted using Webex video
conference in order to observe physical distancing to mitigate the spread of COVID-19.
Mayor Trevino conducted a roll call of City Council members to confirm the presence of
a quorum.
Present via video conference:
Oscar Trevino, Mayor
Tito Rodriguez, Deputy Mayor Pro Tem, Place 1
Rita Wright Oujesky, Place 2
Suzy Compton, Place 3
Mason Orr, Associate Mayor Pro Tem, Place 4
Mike Benton, Place 5
Scott Turnage, Mayor Pro Tem, Place 6
vacant, Place 7
Staff present via video conference:
Mark Hindman, City Manager
Alicia Richardson, City Secretary/Chief Governance Officer
Maleshia B. McGinnis, City Attorney
There being no posted items on work session or questions from the Council regarding
items on the regular agenda, Mayor Trevino moved to the next item.
January 11, 2021
City Council Meeting Minutes
Page 1 of 8
EXECUTIVE SESSION
1. SECTION 551.087: DELIBERATION REGARDING ECONOMIC
DEVELOPMENT NEGOTIATIONS - 8358 DAVIS BOULEVARD, LOT 2R8R,
BLOCK 1, DAVIS-NORTH TARRANT PKWY ADDN
Mayor Trevino announced at 6.07 p.m. that the City Council would adjourn into Executive
Session as authorized by Chapter 551, Texas Government Code, Section 551.087.
Deliberation regarding economic development negotiations - 8358 Davis Boulevard, Lot
2R8R, Block 1, Davis -North Tarrant Pkwy Addn. Executive Session began at 6.10 p.m.
and concluded at 6.45 p.m.
Mayor Trevino announced at 6.45 p.m. that City Council would convene to the regular
City Council meeting.
REGULAR MEETING
A. CALL TO ORDER
In accordance with the Texas Governor's March 13, 2020 Disaster Declaration and
subsequent suspension of certain Texas Open Meetings Act Provisions, this January 11,
2021 meeting of the North Richland Hills City Council is hereby called to order at 7.00
p.m.
Mayor Trevino stated that tonight's meeting will be conducted using Webex video
conference in order to observe physical distancing to mitigate the spread of COVID-19.
Mayor Trevino conducted a roll call of City Council members to confirm the presence of
a quorum.
Present via video conference:
Oscar Trevino, Mayor
Tito Rodriguez, Deputy Mayor Pro Tem, Place 1
Rita Wright Oujesky, Place 2
Suzy Compton, Place 3
Mason Orr, Associate Mayor Pro Tem, Place 4
Mike Benton, Place 5
Scott Turnage, Mayor Pro Tem, Place 6
vacant, Place 7
Staff present via video conference:
Mark Hindman, City Manager
January 11, 2021
City Council Meeting Minutes
Page 2 of 8
Alicia Richardson, City Secretary/Chief Governance Officer
Maleshia B. McGinnis, City Attorney
A.1 INVOCATION
Mayor Pro Tern Turnage gave the invocation.
A.2 PLEDGE
Mayor Pro Tern Turnage led the Pledge of Allegiance to the United States and Texas
Flags.
A.3 SPECIAL PRESENTATION(S) AND RECOGNITION(S)
There were no items for this category.
A.4 CITIZENS PRESENTATION
Ms. Sarah Louise Meleco was registered to speak, but was not available on the video
conference or by telephone to address the Council.
A.5 PUBLIC COMMENTS
There were no requests to speak from the public.
A.6 REMOVAL OF ITEM(S) FROM CONSENT AGENDA
No Items were removed from the consent agenda.
B. CONSIDER APPROVAL OF CONSENT AGENDA ITEMS
APPROVED
A MOTION WAS MADE BY MAYOR PRO TEM TURNAGE, SECONDED BY COUNCIL
MEMBER COMPTON TO APPROVE THE CONSENT AGENDA.
MOTION TO APPROVE CARRIED 6-0.
B.1 APPROVE MINUTES FROM THE REGULAR DECEMBER 14, 2020 CITY
COUNCIL MEETING.
B.2 MODIFY 2021 CITY COUNCIL MEETING SCHEDULE.
January 11, 2021
City Council Meeting Minutes
Page 3 of 8
B.3 AUTHORIZE PAYMENT TO BOUND TREE MEDICAL, LLC FOR
CONSUMABLE MEDICAL SUPPLIES FOR AN AMOUNT NOT TO EXCEED
$123,998, USING AN INTERLOCAL AGREEMENT WITH THE CITY OF
MIDLOTHIAN.
B.4 AUTHORIZE PAYMENT TO THE CITY OF FORT WORTH FOR THE ANNUAL
PUBLIC SAFETY RADIO SYSTEM SERVICES INFRASTRUCTURE IN THE
AMOUNT OF $174,240.00.
B.5 CONSIDER RESOLUTION NO. 2021-001, ACCEPTING THE 2021 HOMELAND
SECURITY GRANT PROGRAM (HSGP) URBAN AREA SECURITY INITIATIVE
(UASI) GRANT IN THE AMOUNT OF $62,801.38.
C. PUBLIC HEARINGS
CA PUBLIC HEARING AND CONSIDERATION OF ORDINANCE NO. 3678,
APPROVING AN AMENDMENT TO THE FY 2020/2021 ADOPTED BUDGET.
APPROVED
Mayor Trevino opened the public hearing and called on Director of Budget and Research
Robert Myers to introduce the item.
Mr. Myers informed City Council the item for their consideration is a budget amendment
in the amount of $16,125,000 to add funding in the amount of $15,740,000 for new street
projects associated with the street bond program and $385,000 for the Iron Horse
Boulevard project, also part of the street bond program. The proposed street projects
include Bedford Euless Road ($3,415,000); Glenview Drive West ($4,515,000); Nor'East
Drive ($1,530,000); North Hills Drive ($2,120,000); Meadow Oak Drive ($570,000); Pearl
Street ($690,000); Southampton Drive ($1,080,000); Diamond Loch West Courts
($130,000); Stonybrooke Drive ($870,000); and Nob Hill Drive ($820,000).
Staff is bringing forward a change to the Iron Horse Boulevard reconstruction project to
adjust the funding based on the receipt of a grant award from the U.S. Economic
Development Administration. Staff proposes the project be split into the Iron Horse
Boulevard East ($5,275,000) and Iron Horse Boulevard West ($4,230,000). The updated
costs for the projects include an estimate for inflation in construction costs for an overall
increase of $385,000. Mr. Myers shared with City Council the funding sources for these
two projects include $4,220,000 in grant funds from the U.S. Economic Development
Administration, $1,825,000 in certificates of obligation, and $3,460,000 in general
obligation debt.
Mayor Trevino asked Assistant City Secretary Traci Henderson to call on those who
completed a public meeting appearance form to speak during the public hearing.
January 11, 2021
City Council Meeting Minutes
Page 4 of 8
Mr. John Schleeter, 6553 Northern Dancer Drive, commented on the prioritization of the
Iron Horse Drive East and West projects. Mr. Schleeter asked why the east section
(mainly commercial) is prioritized over the west section (predominately residential).
Mayor Trevino informed Mr. Schleeter the east section is tied to the grant received by the
U.S. Economic Development Administration for Prestige Ameritech, a mass producer of
personal protective equipment, and the priority to get road fixed is to move product during
the pandemic.
There being no other forms submitted, Mayor Trevino asked if there was anyone on the
video conference wishing to speak for or against the item to raise their hand. There
being no one else wishing to speak, Mayor Trevino closed the public hearing.
A MOTION WAS MADE BY MAYOR PRO TEM TURNAGE, SECONDED BY COUNCIL
MEMBER WRIGHT OUJESKY TO APPROVE ORDINANCE NO. 3678.
MOTION TO APPROVE CARRIED 6-0.
D. PLANNING AND DEVELOPMENT
There were no items for this category.
E. PUBLIC WORKS
There were no items for this category.
F. GENERAL ITEMS
FA AUTHORIZE SECOND AND FINAL ONE-YEAR CONTRACT EXTENSION
WITH REPUBLIC WASTE SERVICES OF TEXAS, LTD FOR SOLID WASTE
AND RECYCLING SERVICES.
APPROVED
Assistant City Manager Karen Manila informed City Council the City's contract for solid
waste and recycling with Republic Waste Services of Texas, Ltd. is in it's final year. The
initial five-year term expired January 31 , 2020, and provided for two additional one-year
terms. The City Council, at their November 11, 2019 meeting, approved the first
one-year extension. The item for their consideration this evening is to authorize the final
one-year extension. At the November 11, 2019 meeting, City Council directed staff to
renegotiate a new contract with Republic. Due to the challenges presented by the
COVID pandemic, staff was not able to renegotiate with Republic.
January 11, 2021
City Council Meeting Minutes
Page 5 of 8
Staff and City Council discussed the number of complaints received from residents.
A MOTION WAS MADE BY COUNCIL MEMBER WRIGHT OUJESKY, SECONDED BY
COUNCIL MEMBER BENTON TO APPROVE FINAL ONE-YEAR CONTRACT
EXTENSION.
MOTION TO APPROVE CARRIED 6-0.
F.2 CONSIDER REIMBURSEMENT RESOLUTION NO. 2021-002IN AN AMOUNT
NOT TO EXCEED $20,225,000.
APPROVED
Director of Finance Mark Mills informed City Council the item for their consideration is a
reimbursement resolution in an amount not to exceed $20,225,000. The resolution
authorizes the City to reimburse expenditures with the proceeds of future debt. The
resolution includes the following projects: Bedford-Euless Road ($3,415,000); Glenview
Drive West ($4,515,000); Iron Horse Boulevard (Browning to Rufe Snow) ($3,460,000);
Nor'East Drive ($1,530,000); North Hills Drive ($2,120,000); Meadow Oak Drive
($570,000); Diamond Loch West ($130,000); Pearl Street ($690,000); Southampton
Drive ($1,080,000); Stonybrooke Drive ($870,000); Nob Hill ($820,000); and College Hills
ground storage tank rehabilitation ($8407000).
A MOTION WAS MADE BY ASSOCIATE MAYOR PRO TEM ORR, SECONDED BY
COUNCIL MEMBER WRIGHT OUJESKY TO APPROVE REIMBURSEMENT
RESOLUTION NO. 2021-002 IN AN AMOUNT NOT TO EXCEED$20,225,000.
MOTION TO APPROVE CARRIED 6-0.
F.3 ACTION PURSUANT TO ARTICLE V, SECTION 7 OF THE CITY CHARTER TO
FILL VACANCY ON CITY COUNCIL.
APPROVED
City Secretary/Chief Governance Officer Alicia Richardson informed City Council the
item for their consideration is to fulfill the vacancy on City Council, Place 7 created by
the resignation of Timothy J. Welch. The City Charter provides a method to fulfill
vacancies on the council. If less than 180 days remain for the term of office and there is
only one vacancy, the mayor with the approval of the majority of council, may appoint a
person to fill the vacancy.
Mayor Trevino informed City Council he recommends the appointment of Kelvin Deupree
to fulfill the vacancy of the unexpired term for City Council, Place 7.
January 11, 2021
City Council Meeting Minutes
Page 6 of 8
A MOTION WAS MADE BY MAYOR PRO TEM TURNAGE, SECONDED BY DEPUTY
MAYOR PRO TEM RODRIGUEZ TO APPROVE THE APPOINTMENT OF KELVIN
DEUPREE TO FULFILL THE VACANCY OF UNEXPIRED TERM FOR CITY COUNCIL
PLACE 7.
MOTION TO APPROVE CARRIED 6-0.
G. EXECUTIVE SESSION ITEMS - CITY COUNCIL MAY TAKE ACTION ON ANY
ITEM DISCUSSED IN EXECUTIVE SESSION LISTED ON WORK SESSION
AGENDA
Mayor Trevino stated there was no action necessary as the result of Executive Session.
H. INFORMATION AND REPORTS
HA ANNOUNCEMENTS
Deputy Mayor Pro Tern Rodriguez made the following announcements.
Tarrant County Public Health is administering the COVID-19 vaccine to medical workers,
residents 65 and older, and people 18 and older who have at least one chronic medical
condition that puts them at increased risk for severe illness from COVID-19.
Appointments are required. To register and get more information, please visit
www.tarrantcounty.com/covidvaccine or call the Tarrant County Coronavirus Hotline at
817-248-6299.
City Hall and other non-emergency city offices will be closed next Monday, January 18,
in observance of the Martin Luther King, Jr. holiday. The Library, Tennis Center and
Animal Adoption & Rescue Center will also be closed. The NRH Centre and Iron Horse
Golf Course will be open. Garbage and recycling will be collected as normally scheduled.
Kudos Korner - Officers Koba, Breta, Lizak and Bulger in the Police Department - The
U.S. Postal Inspection Service recently recognized our K9 officers and their partners for
their outstanding service to the Postal Service's Fort Worth Division Office. Thank you to
these officers for their continuous hard work.
I. ADJOURNMENT
Mayor Trevino adjourned the meeting at 7.50 p.m.
January 11, 2021
City Council Meeting Minutes
Page 7 of 8
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson
City Secretary/Chief Governance Officer
January 11, 2021
City Council Meeting Minutes
Page 8 of 8
"K
NOKTH KICHLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: AP 2021-01 Consideration of a request from 7625 Glenview Drive
TX LLC for an amended plat of Lots 7R1 and 7R2, Block A, Calloway
Farm Addition, being 3.517 acres located at 7625 Glenview Drive.
PRESENTER: Clayton Comstock, Planning Director
SUMMARY:
On behalf of 7625 Glenview Drive TX LLC, Jo-Jo Curtis is requesting approval of an
amended plat of Lots 7R1 and 7R2, Block A, Calloway Farm Addition. This 3.517-acre
property is located at 7625 Glenview Drive.
GENERAL DESCRIPTION:
The property is located at the northwest corner of Glenview Drive and Booth Calloway
Road. The lot is developed as a nursing facility (, Il,ca,i'nv"I ca, ,,,,,,,,,,,,,,,"e"III„irks, ,,,,,,. i ..........1:,, e1,"i „N ). The
property was recently replatted into two lots, and the plat was subsequently recorded in
December 2020. Following its recording, it was discovered that a lot number reference in
the owner's dedication statement was incorrect. An amended plat was submitted to
correct the error.
The amended plat would make the following revisions to the previous plat.
1. Correct the lot number reference in the owner's dedication statement to reflect the
current lot designations.
2. Add a standard plat note stating the purpose for the amended plat.
The plat does not alter or remove any recorded covenants or restrictions, if any, on the
property.
LAND USE PLAN: This area is designated on the Land Use Plan as Office Commercial.
This designation encourages professional, medical, and administrative offices as well as
limited commercial service establishments that benefit adjacent and nearby residential
area.
CURRENT ZONING: The property is currently zoned NR-PD (Nonresidential Planned
Development). A zoning change to C-1 (Commercial) was approved by City Council on
October 1, 2020, to accommodate the subdivision of the property into two lots.
TRANSPORTATION PLAN: The development has frontage on the following streets.
Right-of-way dedication for Glenview Drive and Booth Calloway Road may be required
for this plat depending on the width of the existing rights-of-way.
"K
NOKTH KICHLAND HILLS
® i
Glenview Drive M41J Minor Arterial Suburban 4-lane undivided roadway
Commercial 70-foot right-of-way width
Booth Calloway Road C21J Major Collector Suburban 2-lane undivided roadway
Neighborhood 60-foot right-of-way width
SURROUNDING ZONING ( LAND USE:
NORTH C-1 Commercial Office Commercial Vacant/Floodplain
WEST C-1 Commercial Office Commercial Medical Office
SOUTH City of Richland Hills Office/Professional(per Richland Office Commercial
Hills land use map)
EAST C-1 Commercial Low Density Residential Fuel Station(Valero)
PLAT STATUS: The property is currently platted as Lots 7R1 and 7R2, Block A,
Calloway Farm Addition.
PLANNING AND ZONING COMMISSION: The Planning and Zoning Commission will
consider this plat at the January 21, 2021, meeting. Staff will brief City Council of their
action at the January 25, 2021, meeting upon request.
DRC REVIEW & RECOMMENDATION: The Development Review Committee (DRC)
recommends approval of the plat, which is in conformance with the subdivision
regulations and the zoning ordinance.
RECOMMENDATION:
Approve AP 2021-01.
NNAI _ a
Li o
o
� o
2s
3HOWHS1
i
0
Q I 1U I
�R
N
AvM011y
N
a �
i
1NDd All
I
I I
z,
III
I I A3lM`daj;
I l
i
fir; o o
1S3M-1N1Qd A113
N
y��
n��
C
m o�
-
�Q o
a
L,O
112
I I
Hui . l
to �
JI
bf o' dl rr'�ru dB
Iv �i 'Tva �'
TV
r
'r �r
� I
f,"
Ni
o
W
l�r urrotJ✓ /f/'J/jj � �% / r j�r� /i9ie% f, � �
� o
%rrGwV/%�
a a
,� � r c r F � x _1�
J
ti
c
J J Q x .❑ i s �cx �,J w/xJ `� - F n csa
J va r`• JJ� ''q c J Q K o �� `c4 F 'J ��Q �_ a '�' a cd ..] t
Q =
Ga o J x
w ti
z
f
120 iA M) d0.46�M)
----- ----- —q -- — -- ————NOO 2300W � N001.22 W 2�5.51(M) —� N00"1306-W 15090(M) T
�\ 120.78(M) ,
tl �w
x ,
z (! r
,III/I I IiiP h FJC III 1r-bvU�V;
_ ^� sot°ze•oo•w l9e oez ��
500°50 W 152.1 ) z�
500°2?'12"W 199.08'(hl) �li` SUU°1U1'46,8"E 18215w(M)
\, a00°10'48 W 3J-,'(-)-_ -�50U°1048
J ss
� I
a. L
>< a
zz
1 i
1 Ion
i
�z _
a ( as
J�
- rl
-- NOO°1600 V!987.84(R)
N00°g009 W 3d'1.84(M) / W I31
Klw
III �
"I r*4W
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: TR 2021-01, Ordinance No. 3679, Public hearing to consider
amendments to Chapter 118, Article VII (Parking and loading
regulations) of the North Richland Hills Code of Ordinances
regarding parking surfaces on public property within a floodplain.
PRESENTER: Clayton Comstock, Planning Director
SUMMARY:
Revisions are proposed to the zoning ordinance related to Article VI (Parking and loading
regulations). The revisions would add language to allow for the use of alternative parking
surface materials for public property within a floodplain. This revision would allow for the
immediate use of the Fossil Creek Park Mountain Bike/Hiking Trails currently under
construction. More information about the project is online at this link.
GENERAL DESCRIPTION:
Many public parks utilize floodplain corridors for passive recreation activities such as
walking, hiking, biking, and nature watching. Convenient vehicle parking for these passive
recreational activities may be necessary to expand access to the community. However,
paved surfaces are not permitted or encouraged in floodplain areas.
The use of permeable parking surfaces may help reestablish a natural hydrologic balance
and reduce runoff volume by trapping and slowly releasing precipitation into the ground
instead of allowing it to flow into storm drains and out to receiving waters as effluent. This
same process also reduces the peak rates of discharge by preventing large, fast pulses
of precipitation through the stormwater system.
Permeable parking surfaces can reduce the concentration of some pollutants. By slowing
down the process, permeable parking surfaces can cool down the temperature of urban
runoff, reducing the stress and impact on the stream or lake environment.
The proposed text amendment to the zoning ordinance is below. The language in Chapter
118, Section 118-831(f) (Minimum parking requirements) is modified to add the following
text.
Sec. 118-831.— Minimum parking requirements.
(f) Development standards.
"I r*4W
NOLa`C`H KIC"HLAND HILLS
(11)Exception for city-owned property within floodplain. Parking,driving, and maneuvering
areas located on city-owned property within a FEMA-designated floodplain zone and used
for passive open space recreation may be constructed of permeable parking surfaces such
as permeable asphalt, permeable concrete, permeable pavers, or flexible base. Flexible
base must meet minimum testing standards established by the Texas Department of
Transportation and be approved by the City Engineer.
The approval of this revision would allow a small flex-base parking lot area to be installed
within the floodplain of Fossil Creek off of Onyx Drive for the new Fossil Creek Park
Mountain Bike/Hiking Trails. This type of parking surface is commonly used in floodplains
and for hiking and biking trailheads.
The NRH Parks Department will also be available for any questions regarding the
mountain bike trail project at the City Council meeting.
PLANNING AND ZONING COMMISSION: The Planning and Zoning Commission will
consider this item at the January 21, 2021, meeting. If the Commission issues a
recommendation to City Council, staff will brief City Council of their recommendation at
the January 25, 2021, meeting.
RECOMMENDATION:
Approve Ordinance No. 3679.
ORDINANCE NO. 3679
AN ORDINANCE AMENDING THE COMPREHENSIVE ZONING
ORDINANCE OF THE CITY OF NORTH RICHLAND HILLS BY
AMENDING CHAPTER 118, ARTICLE VII PARKING AND LOADING
REGULATIONS, OF THE NORTH RICHLAND HILLS CODE OF
ORDINANCES AS THEY PERTAIN TO PERMEABLE PARKING
SURFACES ON PUBLIC PROPERTY WITHIN A FLOODPLAIN;
ESTABLISHING A PENALTY; PROVIDING THAT THIS ORDINANCE
SHALL BE CUMULATIVE OF ALL ORDINANCES AND REPEAL OF
CONFLICTING PROVISIONS; PROVIDING A SEVERABILITY CLAUSE;
PROVIDING A SAVINGS CLAUSE; PROVIDING FOR PUBLICATION;
AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, the City may at times desire to utilize floodplain corridors for passive
recreation activities such as walking, hiking, biking, and nature watching;
and
WHEREAS, convenient vehicle parking for such passive recreational activities may be
necessary to expand access to the community; and
WHEREAS, paved surfaces are neither permitted nor encouraged in floodplain areas;
and
WHEREAS, permeable parking surfaces help reestablish a more natural hydrologic
balance and reduce runoff volume by trapping and slowly releasing
precipitation into the ground instead of allowing it to flow into storm drains
and out to receiving waters as effluent. This same process also reduces the
peak rates of discharge by preventing large, fast pulses of precipitation
through the stormwater system; and
WHEREAS, permeable parking surfaces can reduce the concentration of some
pollutants; and
WHEREAS, by slowing down the process, permeable parking surfaces can cool down
the temperature of urban runoff, reducing the stress and impact on the
stream or lake environment; and
WHEREAS, after appropriate notice and public hearing, the Planning and Zoning
Commission of the City of North Richland Hills, Texas has forwarded a
recommendation to the City Council for amendment of the City's zoning
ordinance as set forth herein; and,
WHEREAS, notice has been given and public hearings held as required for amendments
to the zoning ordinance;
Ordinance No. 3679
Page 1 of 4
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS:
Section 1: That the Comprehensive Zoning Ordinance and Code of Ordinances of the
City of North Richland Hills be amended by revising Section 118-831(f)
(Minimum parking requirements) of Chapter 118 of the North Richland Hills
Code of Ordinances to add sub-subsection (11) to read as follows:
Sec. 118-831. — Minimum parking requirements.
(f) Development standards.
(11) Exception for city-owned property within floodplain. Parking, driving,
and maneuvering areas located on city-owned property within a FEMA-
designated floodplain zone and used for passive open space recreation
may be constructed of permeable parking surfaces such as permeable
asphalt, permeable concrete, permeable pavers, or flexible base. Flexible
base must meet minimum testing standards established by the Texas
Department of Transportation and be approved by the City Engineer.
Section 4: Any person violating any of the provisions of this ordinance shall be deemed
guilty of a misdemeanor and upon conviction thereof shall be fined an
amount not to exceed Two Thousand Dollars ($2,000). Each day any such
violation shall be allowed to continue shall constitute a separate violation
and be punishable hereunder.
Section 5: This Ordinance shall be cumulative of all provisions of the Code of
Ordinances of the City of North Richland Hills, except where the provisions
of this Ordinance are in direct conflict with the provisions of such ordinances
and such Code, in which event conflicting provisions of such ordinances and
such Code are hereby repealed.
Section 6: It is hereby declared to be the intention of the City Council that the sections,
paragraphs, sentences, clauses and phrases of this ordinance are
severable and, if any phrase, clause, sentence, paragraph or section of this
ordinance shall be declared unconstitutional or otherwise invalid by the final
judgment or decree of any court of competent jurisdiction, such invalidity
shall not affect any of the remaining phrases, clauses, sentences,
Ordinance No. 3679
Page 2 of 4
paragraphs and sections of this ordinance, since the same would have been
enacted by the city council without the incorporation in this ordinance of any
such invalid phrase, clause, sentence, paragraph or section.
Section 7: All rights and remedies of the City of North Richland Hills are expressly
saved as to any and all violations of the provisions of any ordinances in the
Code of Ordinances of the City of North Richland Hills that have accrued at
the time of the effective date of this Ordinance; and, as to such accrued
violations and all pending litigation, both civil and criminal, whether pending
in court or not, under such ordinances, same shall not be affected by this
Ordinance but may be prosecuted until final disposition by the courts.
Section 8: The City Secretary is hereby authorized and directed to cause the
publication of the descriptive caption and penalty clause of this ordinance
two times.
Section 9: This ordinance shall be in full force and effect upon publication as required
by Section 8 herein.
AND IT IS SO ORDAINED.
PASSED AND APPROVED on the 25th day of January, 2021.
CITY OF NORTH RICHLAND HILLS
By:
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson, City Secretary
Chief Governance Officer
APPROVED AS TO FORM AND LEGALITY:
Maleshia McGinnis, City Attorney
Ordinance No. 3679
Page 3 of 4
APPROVED AS TO CONTENT:
Clayton Comstock, Planning Director
Ordinance No. 3679
Page 4 of 4
IrLp
NOKTH KICHLAN HILLS
CITY COUNCIL MEMORANDUM
From: The Office of the City Manager Date: January 25, 2021
Subject: Approve purchase of a valve maintenance trailer for the Public Works
Department from Illinois Tool Works dba E.H. Wachs in the amount of
$89,653.56 through BuyBoard Contract #597-19.
Presenter: Mike Curtis, Managing Director
Summary:
The FY 2020-2021 Budget includes the purchase of a valve maintenance trailer for the
Public Works department. It is being recommended to purchase the valve maintenance
trailer from Illinois Tool Works dba E.H. Wachs through BuyBoard contract #597-19.
General Description:
In the FY 2020-2021 Capital Budget, funding was approved for the purchase of a valve
maintenance trailer for the Public Works department (Project Number FS2105). This unit
will be used by the Utility Division and will provide staff the equipment needed to maintain
roughly 7,000 valves in the water distribution system.
The City of North Richland Hills is a member of several inter-local groups and utilizes
existing contracts with vendors through the Local Government Purchasing Cooperatives.
Illinois Tool Works dba E.H. Wachs has submitted a quote using BuyBoard contract#597-
19 totaling $89,653.56 for the equipment. City staff is recommending purchasing the
equipment through this BuyBoard contract.
Recommendation:
Approve purchase of a valve maintenance trailer for the Public Works Department from
Illinois Tool Works dba E.H. Wachs in the amount of $89,653.56 through BuyBoard
Contract #597-19.
ard'
PFCouperativePurchasing
P 0. Box 400
Austin, TX 78767-0400
60tt.696.2.91.9 1 612.467.tt222 / 6'ax:606'.211,6464
buyboard.coni
November 6, 2019
Sent Via Email: jswiatowy@ehwachs.com
Jeff Swiatowy
E.H. Wachs
600 Knightsbridge Pkwy.
Lincolnshire, IL 60069
Welcome to BuyBoard!
Re: Notice of The Local Government Purchasing Cooperative Award
Proposal Name and Number: Construction, Road and Bridge, Ditching,Trenching, and other Equipment, Proposal No.
597-19
Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard®
contract based on the above-referenced Proposal. The contract is effective 12/1/2019 through 11/30/2020, with two
possible one-year renewals.The contract documents are those identified in Section 3 of the General Terms and Conditions
of the specifications.
To view the items your company has been awarded, please review the proposal tabulation No. 597-19 on the following
web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard
contract. In addition, on this website you will find the membership list which will provide you with the names of all entities
with membership in our purchasing cooperative.
Enclosed with this letter you will find the following documents:
1. Vendor Quick Reference Guide 2. BuyBoard License and Identity Standards
You are advised that receipt of a purchase order directly from a Cooperative member is not within the
guidelines of the Cooperative.Accepting purchase orders directly from Cooperative members may result in a violation
of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all
purchase orders must be processed through the BuyBoard in order to comply. Please forward by email to
info@buyboard.com any order received directly from a Cooperative member. If you inadvertently process a purchase
order sent directly to you by a Cooperative member, please email the order info@buyboard.com and note it as RECORD
ONLY to prevent duplication.
As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to
the start of your contract.
On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking
forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff
at 800-695-2919.
Sincerely,
Arturo Salinas
Department Director, Cooperative Procurement
v.6.5
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
fire Local Covefwu)eW Parr,hasi;dy Cooperative Js earl reed bye yfte Tee ds AsTsoci,,N r of Sdwov Bo"'rajs,
, � fexas Prrrrrr,rfaf f eyrre, ye�� AsF �;tlo r1 ref Cr�uraYre,, ararY lP7e fexrt.,��svr,r�ftr�r�aP '�rnr�J�drraa�'rasPaaPras.
'yi wn d ti lhool
�����mm����������� ��mm�uumuuu�iuuiioouuuuuuuu�i���mm�imi�mi��� u����TmmL �����l�il�l�llll������l��llllllllfllll�ll�i�l��l������1������lllllllllllllllllllllllll�l�� �llllllllllll�l�lllll��������������� �����l�l�l��l�l�l�l�lllllllllllllllllllll�lll�lllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll�lll�lllllllllllllllllllll�l�l�l���l�������������l�llllllllllllllllllll�ll�l�lllllllllllllllllll�llll�llll�����fll�llllllllllll
November 6, 2019
Sent Via Email: jswiatowy@ehwachs.com
Jeff Swiatowy
E.H. Wachs
600 Knightsbridge Pkwy.
Lincolnshire, IL 60069
Welcome to BuyBoard!
Re: Notice ofNationa/Purchasing Cooperative Piggy-BackAward
Proposal Name and Number: Construction, Road and Bridge, Ditching,Trenching, and Other Equipment, Proposal No.
597-19
Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard@
contract based on the above-referenced Proposal. As provided for in the Proposal and your National Purchasing
Cooperative Vendor Award Agreement, you are authorized to sell the goods and services awarded under the Proposal to
National Cooperative members in states other than Texas through the BuyBoard. The contract is effective 12/1/2019
through 11/30/2020, with two possible one-year renewals.
The National Cooperative membership list is available at our website www.buyboard.com/vendor. The list identifies the
current members that may purchase awarded goods and services under your National Cooperative BuyBoard contract.
You are advised that receipt of a purchase order directly from a National Cooperative member is not within
BuyBoard guidelines. Accepting purchase orders directly from Cooperative members may result in a violation of
applicable competitive procurement law and termination of this National Cooperative BuyBoard contract. Therefore, all
purchase orders from National Cooperative members must be processed through the BuyBoard. Please
forward by e-mail to info@buyboard.com any order received directly from a National Cooperative member. If you
inadvertently process a purchase order sent directly to you by a National Cooperative member, please fax the order to the
above number and note it as RECORD ONLY to prevent duplication.
As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business
days prior to the start of your contract.
On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any
questions, please contact Cooperative Procurement Staff at 800-695-2919.
Sincerely,
_47A,
Arturo Salinas
Department Director, Cooperative Procurement
v.6.5
////%/O%///%�i%�G%i%i�iioiriiir�
INS
PO. Box 400,Austin, Texas 78767-0400
800.695,2919.buyboard,con
ard
cooperative pure"Sigg
12007 Research Boulevard ^Austin,lmexas 76759-2439 , PH: 800-695-7919 . FAX: 800- 11-5,4 4 ' r .c=
PROPOSER's ApREE MENT AND GN ATURE
Pr+ou I IW'arri :Construction, Road and Bridge, weal Due,e f a [no Date atid T°r
Ditching, Trenching, Utility and rather Equipment April 11, 2019 at 4u 0 Pl'Mti'
Texas Association of Schaal Boards, Inc.
ruydoard department
Propg,sall tlymbe: 597-19 12007 , s rchu 'Blvd,
Austin,TX 78759
, t� pate d Cqpperativg.BqALd Meeting Date.
ContractP : December 1, 2049 October 2019
through,November 30, 7070 with two(2) possible
one-year renewals,
.H. aches 3
Name of P.... .�...�._ �.... .. .... .. �. ....e. ........... .. ........... ............................. ...............�.�����....._roposing Company date
600 Kr1i1 s rid+gle P wy�
Street Address ugc r � Aud.,Ilor i?raw CompainyO�ffdcdaih
'i� tat 1�1p� Printed Name of Authorized Company Official
815-9143-4785 Business Unit Manager
Telephone Number-of Authorized Company Official Position or Tithe of Authorized Company Officiall
5-9 -5 310
Fax NuU ; r of Authorized Company CGffidal Federal ID Number
Page 9 of 79
Caro
DuCapperative Purchasing
170o7 Research Boulevard *Austin,Texas 7 759-7.4 '9 ° PH: 800- - 919 , FAX; 00- 11-54s4 t,)Vylb ��M_il.r�9i11
The proposing company("you"or"your") hereby acknowledges and agrees as follows®
1. You have carefully examined and understand all Cooperative information and documentation associated with this
Proposal Invitation, including the Instructions to Proposers, General Terms and Conditions, attachnrients/forms, item
specifications, and line items(collectively"Requirements")
7. By your response ("Proposal"), to this Proposal Invitation, you propose to supply the products or services submitted at
the prices quoted in your Proposal and in strict compliance With the Requirements, unless specific deviations or
exceptions are noted in the Proposal;
Any and all deviations and exceptions to the Requirements have been noted In your Proposal and no others will be
claimed;
m If the Cooperative accepts any part of your Proposal and awards you a contract, you will furnish all awarded products
or services at the prices quoted and in strict compliance with the Requirements (unless specific exceptions are noted in
the Proposal and accepted by the cooperative), including without limitation the Requirements related to:
a. conducting business with cooperative members, including, offering pricing to members that its the best you offer
compared to similar customers;
b,. pa'iyment of a service fee In the amount specified and;as provided for in this Proposal Invitation;
c. the possible award of a piggy-back contract by another governmental entity or nonprofit entity, in which event
you will offer the awarded goods and services in accordance with the Requirements;uirements; and
d. submitting price sheets or catalogs In the proper format as required by the cooperative as a prerequisite to
activation of your contract,
s. You have clearly Identified on the included form any information in your, Proposal that you believe to be confidential or
proprietary or that you do not consider to be public information subject to public disclosure under aTexas Public
Information Act request or similar public Information lawn,
. The individual signing this ,agreement is duly authorized to enter into the contractual relationship represented by this
Proposal Invitation on your behalf and bind you to the Requirements', and such individual (and any individual signing, a
form) Is authorized and has the requisite knowledge to provide the information and make the representations and
certifications required In the Requirements;
7. You have carefully 'reviewed your Proposal, and certify that ail information provided is true, complete and accurate,
and'you authorize the.Cooperative to take such action as it deems appropriate to verify such information, and
8. Any misstatement, falsification, or omission in your Proposal'..., whenever or however discovered, may disqualify you
from consideration for a contract award under this Proposal Invitation or result in termination of an award or arty other
remedy or action provided for in the General Terms and Conditions or by l�aw.
Page 1.0 of 79
Proposal rrnns coMM,/smres Y,o2,11.201.9
DwCapperative Purchasing
12007 Research Boulevard I Austin,Texas,78759-2439 - PH: 800-695-2919 , FAX: 8o0-211-5454 bt jqtjg qj&,
VENDOR CONTACT INFORMATION
Name of Company: ..E....H.... Wachs . .................
Vendor Proposal/Contract Contact Name Jeff Swiatowy
Vendor Proposal/Contract Contact E-mall Address jswiatowy@ehwachsco,m
—------......
Vendor Contact Mailing Address for Proposal/Contract Notices .600..........Knigh.t.s.bridg,e P.kwy.. .......
Lincolnshire, IL 60069
................-........... ..................... .......
www.turnvalves.com
Company Website:
All purchase orders from Cooperative members will be available through the Internet. Vendors need
Internet access ands at least one e-mail address so that notification of new orders can be sent to the Internet contact when
a new purchase order arrives. An information guide will be,provided to vendors to assist them with retrieving their orders.
Please select options below for receipt of Purchase orders and, provide the requested information:
El I will use the internet to receive purchase orders at the following address:
Purchase Order E-mail Address: jswiatowy@ehwachscorn
Purchase Order Contact: Jeff Swiat,owy Phone: 815-943-4785
Alternate Purchase Order E-mail Address: kre ng@llehiw,achs.com
Alternate Purchase Order Contact, Ken Redding Phone: 847-,484-2773'
Purchase orders may be received by the Designated Dealers) identified on my company's Dealer
Designation form as provided to the Cooperative administrator. I understand that my company shail
remain responsible for the Contract and the performance of all Designated Dealers under and in
accordance with the Contract.
: Cooperative members Will send RFQs to you by e-mail. Please provide e-mail addresses
for the receipt of FQs:
RFQ E-mail Address: jswiatowy@ehwachs.com, -----------------------------------------------------------------------
Alternate RPM E-mail Address: ng@e,hw,achs.,com1.1
Page 11 of 79 ProposM Formr,COMM/SVC-5 v,02.11.2019
DuCapperative "ru hash
12007'Research Boulevard w Austin,Texas 78759-2439 PH: 800-695-7919 ` FAX: 800-711-5454 , buyl;rlaafl9 w;'q
l gggy Your company will tie billed monthly for the service fee due wander a contract awarded under this Prop-osai
Invitation, all invoices are available on the BuyBoard wn elasite and e-mail notifications will be sent when they
are ready to be retrieved, Please provide tlwe fdllowingi address, contact and e-mail information for receipt of service fee
invoices and related communication&
Please choose rnly one (t) of the following options for receipt of invoices and provide the requested
information:
El�Nl0w service fee invoices and related ccarnniuinications should be provided directly to wry company at;
Invoice Mailing address: .600 Kn,ig 4tsbri1d i P 'kw y.........
........
___,Dep)�ar�tm nt: AP
�.
City: LIncoin!;shire State: IL Zip Code: 60069
rrtact Name: S r lh Deitz drone: 4 r-484- 653
InvoiceFax: 847 4 4-2725 Invoice E-mail Address: rlvoice@ehwachs. mi
Alternative Invoice E-mail Address; sar�ah.deitz@itw-ocw.com
E' In lieu of my company, i request and authorize all service fee invoices to be provided directly to the following twilling
agent's*
Fulling agent Mialling address: Department:
City:_.�._ _ __ _� .............................___n State: .............. Zip Code:
Billing Agent Contact Marne. (Phone:
Bil�lin+g Arent Fax: Billing Argent E-avail Adidress; ... .. ........ .............. ...................
Alternative Billing Agent E-mail Address: � _ _........................_. ...............
0 In lieu, of nay company, 3 request and, authorize service fee invoices to be provided to the Designated Dealer(s)
receiving the purchase order(s) to which the invoiced service fees relate at the address and contact information designated
on my company"s Dealer Designation form as provided to the Cooperative administrator,**
If Vendor auto rl es a bluing agent or Designated Dealer(s) to receive and process sere/ce fee Invoices,
In accordance with the General 7-erms and Conditions of the Contract, Vendor sped tally acknowledges and
agrees that nothing In that designation sha//relleve Vendor of Its responslb/l/tles and obligations under the
Contract Including, but not//salted to,payment of a//service fees under any Contract awarded Vendor.
Page 12 of 791 Proposal rwmz cOMM,/svc:s v,02,r w.row9
# 'Doard"
wCooperative Purchasing
1 007 Research Boulevard , Austin,Texas 7 59- 4' 9 , Phi: 800-595-2919 , Pat; Boo- ii-5454 ,buyboard,c m
FELONY CONVICTION DISCL05YKE
Subsection(a)of Section 44.034 of the Texas Education Code(Notification of Criminal History of Contractor)
states* "A person or business entity that enters into a contract wIth a school district niust give advance notice to the district
If the person or an owner or operator has been convicted of a felony. The notice rust include a general description of the
conduct resulting in the conviction of a felony."
Section 44.034 further states In Subsection (b): "A school district may terminate a contract with a person or
business entity if the district determines that the person or business entity failed to give notice as required by Subsection
(a�) or misrepresented tlae conduct resulting in the conviction. The district must compensate the person or business entity,
for services performed before the termination of the contract,"
�...IT lily company is a publicly-held corporation.. (Advance notkre requirement does not,apply to pub ilcly-held corporation.)
My company is not owned or operated) by anyone who has,been convicted of a felony.
( ] fly company is owned/operated by the following individual(s)who has/have been convicted of a felonyu
Name of Eelon(�s)p .�a aaaaaaa� a�
Details of onviction(s):,,,.. __.. _.a .. .�........._e.w........... _........ ..........
By signature below, f certify that the above Information is true, complete and accurate and that 1 am authorized by my
company to make this certification.
� ITS`, db H! Wachs
y. .yh.. _v .. ..
Company Dame
Jeff
Sign" l Company
y Official e. . _. �. Printed
� �..
( of tm thori zA��t�,� prated Dame
P&BAft,M T E TIEICATICON
Neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible
for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension," as described
in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is
currently listed on the government-wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or
declared ineligible under any statutory or regulatory authority, Icy company agrees to immediately notify the Cooperative
and all Cooperative members with pending purchases or seeping to purchase from my company if my company or an
owner or principal Is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise
excluded by agencies or declared ineligible under any,statutory or regulatory authority.
By signature belorw+w, I certify that the ablove is true, complete and accurate and that t am authorized by my company to
make this certification,
1TW, db Wachs
, .�.. �._... ._
A��� i omlpany Nance
rap t i ..� ut'l Sri" d "Sign .company Crfhclal Printed Name
Page 13 of 79 Proposal Form COMfMi/SVCS v,02.11,201,
W oard
COOperative Purchasing
12007'Research Boulevard *Austin,Texas 787 9-24 9 PH. soo- 9 -2919 FAX,. 0�0-211-54 4 ,b nard: .orn
Chapter 2252, subchapter A, of the Texas Government Cade establishes certain requirements applicable to proposers who
are not Texas residents, tinder the statute, a "resident"proposer is a person:whose principal place of business is In Texas,.
Including a contractor whiose ultimate parent company or majority owner has Its principal place of business in Texas. A
""nonresident"proposer is a person who is not a Texas resident. Please indicate the status of your company as a "resident"
proposer or a"nonresident"proposer under these definitions,.
eaten�°,lwLew� Ln Q. ;me f�p� .
01 t certify that my company is a Resident ropo r,
L T certify that my company is a Nonresident Proposer.
If your company is a Nonresident Proposer, yau must provide the following information for your resident state (the state in
which your comipany"s principal place of business is located).
E.H. Wachs 600 Knightsbridge .F kw .
Ep p aw~�r.,.�am ;� ress
..�,.�- ��...�,� m.,,.�,_�.__ ��... m_..... .— .�................. � � .m...�.m...................�.�.__.... ..._. _....... _ _....ww.www�_... mm
Lincolnshire Ill.. 6006
city State Zip Code
„ Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers
whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract's
"Yes E) No
E, What is the prescribed amount or percentage? ,�....._ .. ......... or.. ..... ............ �/i�
VENDOR EMPLOYMENT EMM1M'T CERTIFICATION
Section 44.0 1(b) of the Texas Education Code establishes certain criteria that a school district must consider when
determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's
ultimate parent or majority owner (i), has its principal place of business in Texan or li employs at least 500 people in
Texas,
If neither your company nor the ultimate parent company or majiority owner has its principal place of business in Texas,
does your company, ultimate parent company, or majority owner employ at feast 500 people in Texas?
klen. t m,t�,, .,guwe 2,,.tlww fuNM ayviuwg,i:
E]I 'Yes ®I No
By signature below, I certify that the information in Sections 1 (ResidetitliVonresident Cea' ficat'ion) and, 2 (Vendor
EmploymentCertification) above is trine, complete and accurate and that 1 am authorized by my company to make this
certification.
ITW, dba EA. Wachs
Company Dame
, Jeff Swi t wy
li ww�ttiouu� .,.wAuth" ri,ed _o Company OfhciM PrintedName!
; 0
Pacgie 14 of 79
Propos au Forms cow~wrw/svcs v.o2,1 1, 019
dM oard
W cooperativet'"rrr hasIng
120107 Research Boulevard ,Austin,Texas 7 759� -2439 PH: 800-6 a-7° 1 * FAX: 800-211-5454 "b r M
No ISRAEL BOYCOTT CERTIFICATION
Effective September 1, 2017, a Texas governmental entity may not enter into a contract with a, company for goods or
services unless the contract contains a Written verification from the company that ut, (1), does not boycott Israel'; and (2)
will not boycott Israel during time term of the contract. (T x.t"aeu V'T ODE Elm. 2270)
"Boycott Israel" means refusing to deal With, terminating business activities with, or otherwise taping any 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 ain Israeli-.controlled territory, but does not include an action made for ordinary business
purposes. TFx, civ°r CODE 08,001(1).
y signature below, I certify and verify that Vendor does not boycott Israeli and will not boycott Israeli during the term of
any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am,
authorized by my company to mare this certification.
IT , i E.H. Wachis
Company Game
Sirin�l a Vl Authri�e��._.,� �_.._.._ ....._. ...... .....w .��.w_��� w�....___wa
Company Official Printed 'Fame
No EXCLUDED NATioN op, FOREIGN TERRORIST ORGANIZATION CERTIFICATION
Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may
not enter into a contract with a company engaged in active business operations with Sudan, Iran, or ai foreign terrorist
organization—specifically, any company identified on a list prepared and maintained by time Texas Comptroller under Texas
Government Code §80 ,051,, 807,051, or 2252,153. (A company that the U,S. 'Government affirmatively declares to be
excluded) from its federal sanctions regiime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign
terrorist organization is not subject to the contract prohibition.)
y signature below, I certify and verify that Vendor is not on the Texas Co'mptrolller's fist identified above; that this
certification is true, complete and accurate; and that I am authorized)by my company to mare this certification,
Company Name
�I y Jeff Swiaow
_...
ignai � ,° Authorized rized Comp ny Offi a t....._� ..._ Panted Name
.�..__.._..u. ..
Page 15 of 7
PrvposaG Forms CoMMI5vc5 v,02, 2019
bra
At P oard
wCooperativeParchasing
120107 Research Boulevard •Austin,Texas 787 -243 . PH: 800-6 -7g1 ® FAX: 800-711- 4 4 a , ,r_rTj
HISTORICALLY DE UT LIZE USA E CERTIFICATION
,A proposer that has been certified as a Historically underutilized' Business (also known as a Minori�tylWomen Business
Enterprise: or "MWB " and a,ll referred to in this form as a "HUB') is encouraged to indicate its HUB certification status
when responding to this Proposals Invitation. The electronic catalogs w 4t indicate HUB certifications for vendors that:
properly indicate and document their HUB certification on this formes.
El I certify that may company has been certlffed as a HUB in the foll'ow�ng categories;
E3 Minority Owned Business
El Women owned Business
Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. 101( ),who has a,.
service-connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating
of 20'%or more as determined by the U.S.Department of Veterans Affairs or Department of
Defense)
Certification Number:
Name of Certifying Agency:
My company has NOT been certified!as a HUB,
By signature below, I certify that the above is true, complete and accurate and that I am authorized by my
company to make this certification..
1TW, db E,.H. Wachs
------
Company blame
Jeff Swiatowy
-----------------
pr"iu wnd rww m® � o,mwrt„w
g I of Authdrized Company Official
Page 16 of 7
Proposal,Forms cOMM/svc:s v,02,11,2019
wa oarderative Par haling
12007 research Bougie 'ard "Austin,Texas 78759-2439 , PH: 800-695- 919 . PAX: 800-711w5454 w buvtgarci,ca'nu
CONSTRUCTION- RELATE S AND SERVICES AFFIRMATION
A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the Buyh oard. As
explained in the BuySoard Procurement and Construction Related Goods and Services Advisory for Texas Members
("Advisory"), Texas law prohibits the procurement of architecture or engineering services through a
purchasing cooperative. This Buy Bo rd contract dries not Include such services. Architecture or engineering
services must be procured by ao Cooperative member separately, in accordance with the Professional
Services Procurement Act(Chapter 2254 of the Texas Government Code) and ether applicable law and local
policy.
The Advisory, available at yarm. alP . n ,pfpur ::. , prvicles an caerwieurr f certain iegM reguirernents that.
are potentially relevant to a Cooperative member°s procurement of construction or construction-related goods and services,
including, those for projects that may involve or require architecture, engineering, or independent testing services. A copy
of the Advisory can also be provided upon request.
By signature below, the undersigned affirms that Proposer has obtained) a copy of the Advisory, has read and', understands
the Advisory, and is authorized by Proposer to make this affirmation,. If Proposer sells construction-related goods or
services to a Cooperative member under a l uyBoard contract aw a;rded under this Proposal Invitation, Proposer ww^ill comply
with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers
or potential Cooperative member customers mare of such requirements, and provide a Cooperative member with a copy
of the Advisory before executing a member Construction Contract with the member or accepting the member"s purchase
order for construction-related goods or services,, whichever comes first.
1T , d'DaEA. Wachs
Company Name
5ig,n htr ai Authorized Company Official Printed Name
3/1 1 9
Date
Pane 17 of 79
PrapaaqaB Forms COMWvcS v.02,Il1,20119,
MIA
DwCapperative Porches ing
12007 Aesearch Boulevard Auistin,Texas 78759-2439 . PH.. tro- 95-2919 . FAX; 800-211-5 '5 *bu�ybo�rd,com
If your company intends to deviate from the General Terms and Conditions, Proposal Specifilcations or other requirements
associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed
Information regarding the deviations on this form or an attachment to this form, The Cooperative will consider any
deviations in its contract award decision, and reserves the right to accept or reject a proposal based upon any submitted
deviation,
In the absence of any deviation Identified and described In accordance with the above, your company must fully comply
with the General Terms and Conditions, proposal Specifications and all other requirements associated with this Proposal
Invitation If warded a contract under this Proposal Invitation, A deviation will not be effective unless accepted by the
Cooperative. The Cooperative may, in Its sole discretion, seek clarification from and'/or communicate 'w with Proposers)
regarding any 'submitted deviation, consistent with general procurement principles of fair competition. The Cooperative
reserves'the right to accept or reject a proposal based upon any submitted deviationiiiiiiiiiiiiiiiiiiiiiilli .
llillillillilliilililI
)E �OatOorIles i"0"r)S imul111Eoum o°uuD VE)rilmm uu�Omuuuu-iaVEmuuuullD EH-iiI �°�°E''y��l utuEioum uuum
t,l u a Porru _ ri ;N oNlc Am,
III Il3ull:3oaom '.
Deviations CUIHIJE W II3Wrh E)tt, II30
" eS; Deviations pug ll�3oard Contract AdnflrJstrator
List d full e�x fain any deviations you are'�submittin �:
t. tan
Ternni�rr tiofn for Cause or oNnvenience. We c annot comply with a customer to cancel a purchase
order at anytime due to the fact that each order is custorrn built and costs Incurred specifically for each carder beginning with receipt of carder,
PLEASENPR VIDE I'l E L d 1111F �
1. Shipping Via: [NJ Common Carrier Company Truck Prepaid and Add to invoice El Other
2, Payment Terms, 110C Net 30 days 1% In 10/NJet days El Other-,
3, Number of Days for Delivery, 101 RO
9. Vendor Reference/Quote Number: nJ,S 118..w56
a, state your return policy p p .w. ..... ..._... ... in resalable all returns musttbbe^v re a ,,..._roved seller, and returns to ..... esa__.�
condition at Purchaser's expenses. Returns are subject to a 15% restocking fee, freight charges are non refundable,
. Are electronic payments acceptable? Dyes [I No
y.Are credit card, payments acceptable? *Yes El No
1T , dba E.H. Wachs
�r w
w Jeff Swia w
... .. _ , ..__. .. _...e....w
" ign ti,pr .V)f Au�athd) 17ed Cor�npany official Printed Warne
�w d
Page 18 of 79
Proposal Forms coMM�svcs v.02.11.201
PFCooperativehorchasing
12007 research Boulevard . Austin,Texas'7 759-24 9 , PH: 00- 95µ2919 1 FAX: 800-211-5154 tglyjyt4rrd Wf
L0CATI,0,N,,jAUTH0R1ZED SELLER LISTINGS
If you have more than one location/authorized seller that will service a contract awarded under this Proposal Invitation,
please lust each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary,
NOTE. Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders,
and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the
Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms
and Conditions to receive Cooperative member Purchase Orders on your behalif, you must complete the Manufacturer,
Designated Dealer form.
none
�._.ny..lame. ..._�� ����� .. ,,, wwwww�.
Compa
address...�.�.�.��..._...�..............................��_._����.�..�_......�_...................................................._.....��_..........................�..�................_.........................................� .�_.... .�........�....��....���__.�...�..,��.� ........................_............
_.w.w... .......... ------
city State Zip
Phone Number Fax Number
Contact Perm _.�..� �..�_�..�._.�............
Company game
........................................... ..... .... ............................
Address
City Mate Zip
. ---- �.
Phone Number Fax Number
u, �� . . .". ... ... — . ....�_.. w...__. ...-- _.. ______----------------------- �,.��.....
Contact Person
Page 19 of 79
Pu'tiMrp4saM riarl"n5,COMM/SVCS v.0 ,1 r,20Il
PFC00perative purchasing
12007 Research Boulevard *Austin,Texas 7 759-74 9 Phi. 8010-6 5-29,I9 ' FAX: 800-21 1-5954
If Vendor is a manufacturer that sells products through, a deader network and wishes to designate a dealer or multiple
dealers °`Designated Dealers'o to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete
this form for each dealer you wish to designate.
Regardless of any Designated) Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that ally such
designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any
obligations under the Contract, Including payment of Cooperative service fees on all Purchase Orders submitted to Vendor
or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain
responsible and liable for all of its obligations under the Contract and the performance of both 'Vendor and any of Vendor's
Designated Dealers under and In accordance with the Contract and remain subject to all remedies for default thereunder,
including, but not limited,to suspension and termination of Vendor's Contract for nonpayment of service fees,
If awarded, Vendor authorizes the Cooperative, in its We discretion, to lust any Vendor Designated Dealers in the l uy oard
system and to receive purchase Orders directly from, Cooperative members on behalf of Vendor. To, the extent a Vendor
with Designated Dealers receives a Purchase Girder directly, it shall be the responsibility of Vendor to appropriately process
such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to
a Designated Dealer for processing.
The Cooperative reserves the right,, in Its sole discretion, to refuse addition of or request removal of, any Designatedi
Dealer,and Vendor agrees to immediately reg,uire such Designated Dealer to cease accepting purchase.Orders or otherwise
acting on 'Vendor's behalf under the Contract. Further, the Cooperative's administrator shall) be authorized to remove or
suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion.
If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please lust the Designated
Dealer below and have this form signed by an official of your conwpany authorized to make such designation, If you wish
to designate multiple dealers, please duplicate this foram as necessary.,
none
..... ------------------- —----- -------- -------- -------- --------- ---
Designated Dealer Name
.......... .............
.. w ......__w ..
Designated Dealer Address
City .. — - . .... ..."... �tate. .... � �... ........
Zip
Phone Number Fax Number
Email address o ..... .... ........ Designated Dealer Tax. Number*„_ ... ......_..... ID Num * a'ttwch W-
.......... .......
Designated Dealer Contact Person
Your Company Name Sign
ature of Authorized Company Official
Page 20 of 79
fi+Uopo5a1 rLYRP7IS m:QM,M/svcs Y,011 1.208
rd
12007 Research Boulevard ^Austin,Tees 78759.24 9 , PK 800-695-2919 1 FAX: 800-711-5 4 •bu ijo�ard n.
EX.As REGIONAL SERVICE DESIGNATION
The Cooperative (referred) to as"Texais Cooperative"in this form and in the State Service Designation form) offers vendors
the opportunity to service its members throughout the entire State of Teas. If your do not plan to service all Texas
Cooperative members statewide, you Mt@iindica�te the specific regions you v�rili service on this form. tfyca��r propose to
serve different reglons for different products or services Included In your proposal,you must complete and
submit a separate Texas Regional Service Designation forma for each group of products and clearly Indicate
the products or services to which the designation applies In the space provided at the and of this form. By
deslgnatIng a region or regions, you ,are certifying that you are authorlred and wllling to provide the
proposed products and services In these regions. Designating reglons In which you are either unable or
unrvlllldg to provide the specified products and services ,shall be grounds for either rejectlon of your
proposal or, ifawarded, termination ofyour Contract. Additionally, if you do not plan to service Texas Cooperative
members,(i.e., if you will service only states other than Texan, you must so indicate on this form,
Regional Education Service Centers 1 will service Texas
Cooperatives members
statewide.
I will not service Texans
Cooperative members
statewide. I will only
service members in the
reglons checked below;
. lt_ggiwarw Hgjdauarters
1Edinburg
2 Corpus,Christi
C3 3 Victoria
C3 4 Houston
..� �.." ,i S Beaumont
,: .. S Huntsville
o � . �� � � ' 7 Kilgore
° ...... ,a I 8 Mount Pleasant
71 9 Wlchita Palls
;,.._ 71 10 Richardson
173 1.1 Fort"north
0 17 Waco
..,L 2' 13 Austin
14 Abilene
El'' 1 San Angelo
1.6 Amarillo
ITW, dba E.H. Wachs C3 17 Lubbock
18 Midland
Complme 1l Paso
® �m
� 70 San Antonio
��" . ram ....... ...... ....
Sign, u�of Authorized Company Official
of Swiatowy I will not service members
Printed Dame of the Texas Cooperative.
Page 71 of 79
Proposa�Forms COMM+"SWC a,02,11.201
V oard
C00parativeparchasing
12007 Research Boulevard ,Austin,Texas 78759-2439 , PH; 800-695-2919 " FAX: 800-211-5454 ^ bqy,0,g ky�dgo
If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by
Vendor, list the products,and services to which this form applies,here:
............... ...........
......................
Page 77 of 79 Proposal Forms COMM/SVCS v.02.1 1.2019
lard
12007 Research Boulevard I Austin,Texas 7875 - 4 g ° Phi: 800-695-7519. FAX: 800-71 t-5454c_111
The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including
intergovernmental purchasing cooperatives such as the National Purchasing Cooperative Il uyBoard. You must complete
this form if you plan to service the entire United States, or willl service only the specific states indicated. (Note,It your plan
to.service Texas Cooperative members, be.sure that your complete the Texas R it nal S&vlcel IXs gnatron fora.)
ffyou serve different states for different products or serv/ces Included In your proposal,your must complete
arad'so�rrtrrIt crate .Mate "drv/ e , I rratloa� fora for each group of products and clean Indlcate the
products or services to wh/ch the desIgnatlon applies In the space provided at the end of this form. Sy
d sIgnatIng a state or states,you are c°ert/fylrr, N that you are authorl ed and aw1111ng to prow/de the proposed
products and servlces In those states. Designating states In wwhlch your are elther unable or unw1111nq to
provide the speolfled products and servlces ,shall be grounds for either re
,feotlon of your proposal or, If
awarded,terra/hatlon of your Contract.
l l chgf A ttw Ap Ayw
Q I will service all states in the United Mates.
® I will not service all states in the United States. I will service only the state the iced below:
E] Alabama
* Alaska El Nebraska
Arizona El Nevada
Arkansas ® New Hampshire
California (Public Contract Code 20118&20,652) �W,�' New jersey
El Colorado �..7 New Mexico
Connecticut I New York
Delaware NI, North Carolina
0 District of Columbia j North Dakota
El Florida Ohio
0 Georgia � Oklahoma
El Hawaii [ �f Oregon.
El Idai e Q Pennsylvania
Illinois ✓� NiuocNe Island
Indiana, q .ITS South Carolina
LJ Iowa ..� South Dakota
Kansas 0 Tennessee
Kentucky Texas
Louisiana Utah
El Maine Vermont
El Maryland -1 Virginia
Massachusetts Washington
Michigan EI West Virginia
El Minnesota ] Wisconsin
0 Mississippi .W.W.I Wyoming
El Missouri
El Montana
Page 23of 79
oard'"
Cnaperative Purchasing
1200�7 Research Boulevard ,Austin,Texais 78759-2439 , PH�: 800-695-2919 , FAX: 800-211-5454 1 tUytgard com
This form will be: used to ensure that you can service other governmental entities throughout the United States, as
Indicated. Your signature below confirms that you understand! your service commitments during the term of a
contract awarded under this proposal,
ITW, dba E.H., Wachs
..............----.............. ..............................---......... -—-----------------------
Company Name
V, Jeff Swlatowy
-1 Company Official Signa Autr1'ori`z"e"(, Printed Name
If this State Service Designation form applies to only one or some of the products and services proposed by Ven'dor,
list the products,and services to which,this form applies,here:
...........................................................
.................................... ..........
Page 74 of 79 Proposal Forms COMMINVCS v.02.11.20,19
W I iard
CWerative Purchasing
12007 Research Boulevard .Austin,Texas 78759-2439 ° PH: 800- 95-2919 , FAX; 800-211-9 s4 iagy I
NATIONAL ARD AGREEMENT
In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this
Proposal Invitation may be "piggy-backed" by another governmental entity, The National Purchasing Cooperative is an
Intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members
throughout the Ignited States. If you agree to be considered for a piiggy-back award by the National Purchasing
Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states
you have indicated on the State Service Designation form, in your Proposal..
'y signing this formi, Proposer(referred to in this Agreern nt as"Vendor"'),agrees as follows:
I. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative," awards Vendor a
contract under this Proposal Invitation ("Underlying Award"), the National Purchasing Cooperative ("National Cooperative")
may - but Is not required to - "piggy-back"on or re-award all or a portion of that underlying Award ("Piggy-Back Award).
By signing this National Cooperative Vendor Award Agreement "Agreement"), Vendor accepts and agrees to be bound' by
any such Piggy-Back Award,as provided for herein,
w In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator
("'BuyBoard Administrator") will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the
effective date stated In the Notice and end on the expiration date of the underlying Award, subject to annual renewals as
authorized In writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action Is required of
Vendor in order for the Piggy-Back Award and this Agreement to be binding upon Vendor, Vendor further agrees that no
Interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are
agreed to by its BuyBoard Administrator in writing.
C, Vendor agrees that it shall' offer its goods and services to rational Cooperative members at the same unit pricing and
same general terms and conditions, subject to applicable state haws in the state of purchase, as required by the underlying
Award, However, nothing In this Agreement prevents Vendor from offering National Cooperative members, better (Le,,
lower) competitive pricing and more favorable terms and conditions than those in the underlying Award.
. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation
Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be
approved in writing by the BuyBoard Administrator.
S, Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of
purchases generated from National Cooperative members through the Piggy-Back Award, Vendor shall remit payment to
National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon.
request;, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative
members for purposes of reviewing and verifying purchase activity, Vendor further agrees that National Cooperative shall
have the right, upon reasonable written notice, to review Vendor's (records pertaining to purchases made by National
Cooperative members in order to verify the accuracy of service fees.
h, Vendor agrees that the underlying Award, including Its General Terms and Conditions, are adopted by reference to the
fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and
responsibilities that would ordiinarily inure to the Texas Cooperative pursuant to the underlying Award shall Inure to
National Cooperative; and, conversely, the rights and responsibilities that'would ordinarily Inure to Vendor in the underlying
Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that'Vendor and National Cooperative are the
only parties to this Agreement, and that nothing in this Agreement has application to other third parties, Including the
Texas Cooperative. In the event of conflict between this Agreement and the terms of the underlying Award, the terms of
this Agreement shall control, and then only to the extent necessary to reconcile the conll!ict,
Pry pos,M Forrns COMM/sv s vM.n.z0i g
Page 25 of 79
oard
wooperative Purchasing
12007 Research Boulevard .Austin,Texas 7 75�9- 439 . PH: 899�-699-2919 . FAX: 800-711-94 4 .tauvtaoard c_q
This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue
for any dispute shalt iie in the federal district court of Alexandria, Virginia.
8. Vendor acknowledges and agrees that the award of a Piggy- ack Award is within the sole discretion of National
Cooperative, and that this Agreement does not tale effect unless and until National Cooperative awards Vendor a Piggy
Back Award and the Bu,yB and Administrator notifies Vendor in writing of such piggy-Back,Award as provided for herein.
WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the author" to enter into this
Agreement.
E.H. Wachs 5,917-119
Name ref"V 0or Proposal Invitation Number
' �
mi ._ ....... ... e,,, ... . . .._ .
in PrintedN�ame of
Authorized Company�fficialAl„tof°11r
3 1 /19
Date
Proposal Forms COMM1'SKS v.02.1 L2019
Page 26 of 79
1�
w 'M
PURCHASING 'VENDOR? IF YES, LIST YEARS COMMODITY
GROUP Y/N AS VENDOR, tATEGOR,,Y(IE5)
III IIIIIIIII
n
r a 0,.
i
i
w
ooper Live Part sing
17007 Research Boulevard, Austin,Texas 7 759-74 9 PM: 800-695-79,19 - FAX; 800-7.11-5454 .Dq&pard com
y signature below,v, I certify that the above is true, complete and accurate and that I am authorized by my company to
make this certification,
E.HI. Wachs
Company Name
.. Jeff Swiiatowy
Sign, 4 of AU tybrized onlipany c fficiai Printed Name
Proposal'Forms C:OMi M/SV v.02.11.2019
Pa le 28of 79
PFCcaperaitivePorch,aWal;
1200,7 Research Boulevard 'Austin,Texas 7 759-74 g PH: 800-695- 1 ` FAX: 80f Oo- 11-545 'bu b�ar'ard.c ray
GOVERNMENTAL REFERENCES
For your Proposal to be considered, you must supply a minimum of five ( ) individual' governmental entity references. The
Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information
requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether
prices/discounts are Fair and reasonable by comparing prices/discounts stated In your Proposali with the prices/discounts
you offer other governmental customers. Attach additional) pages!if necessary,
Quaintilty
,,Cedar Rapids Water, Dennis H'logiian, 319.2 6-59Ca7 01%, 0, net 31
,,Monona Water, Hark Modaff, 608-222 2525, 0%, 01, net 30
..1 eth1leherrii ,.._ , C�%, 0, et 30
Water,r o, ca ..bc �� I - - � v. _..m. ....mm.........................
. Frami ng ham Miter, [have Brunel), 508-532-6050, 015, a, net 30
.El Paso Water, Ruben L..un a, 915-594-57114, 0%�, 0, net 30,
Do you ever modify your written policies or standard governmental sales practices as identified in the above chairt to give
better discounts(lower prices)than indicated' YES 0 N1 F"1 If YES, pleaise explain:
y signature below, I certify that the above is true and correct and that I am authorized by my company to mare this
certification.
EA Wachs
ConqpqnW�
d. ,
igr1 tum of Authorized Comparq Ofciall
Jeff Fiat wy
Printed Name
Proposa4 Forms CoMW VCS v,02,11.2019
Page 29of 79
00
oard
PVC00porativep0rchad y
12007 Research Boulevard!.Agustin,Texas 78739- 43 PH~ 800-696-2919 ' FAQ,. 8 0-71I- 454 ' ard.cLo
MARKETING STRATEGY
For your Proposal to be considered, you must submit the Marketing Stratei y you will use of the Cooperativeaccepts all or
pauWt i' rruir lrr ' iai
cbn
Attach additional pages if necessary.
Wachs has 8 Regional Sales Representatives that canvas designated territories to derncnstrate & support.
customers on equipment.We also exhibit at national &re,gionnai (including A1"4 WA,WEF&NR A)tradeshcvrs informing
customers of our new equipment& latest industry information to help save resources& provide operator safety,
Wachs has a company vvebsite with complete product line information with access to quote requests, manuals
data sheets, bid' spec sheets & all company infdrmaticn/policies. Along with the website we send' customer
entails„ print & digital, Media pl'acemient of updated industry intdrmiatien can products and safety.
E.H. Wachs
1-.. .....w..
Company Nlamle
n°
e.
le
dig. r� �� ���t": ..e _.... ... .ee...w�.�. .... .... .....�a.
n f Company Official
Jeff S,wiat wy
-----_-----_w
�Printedi...a ....._.......�....._.......wn__ ....
Proposal Forms COMIvVSVCS v,OZ.1L201.9
Page 3�O of 79
ABC
W ap�rat"Ivc Purchashriv
1 007 Research Boulevard .'Austin,Texas 78799- 4 9 ` Pik. Boo- 9S- 919 FAX: 800.-211-94 4 bgyb�;°x�ar
Js —Laws
All Proposais, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this
Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public
Information Act (Texas Government Code chapter 552.001, et seq.) or similar disclosure law. Proposer must clearly
identify on this form any Information in its Proposal (including forms, documentation, or other materials submitted with the
Proposal) that Proposer considers proprietary or confidential, If Proposer fails to properly identify the information, the
Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a
member of the public or other third party request access to the information under the Texas Public Information Act or
similar disclosure law, Proposer will be notified of any third party request for information in a Proposal that Proposer has
identified in this form as proprietary or confidential,
Does your Proposals (including forms, documentation, or other materials submitted with the Proposal) contain information
which Vendor considers proprietary or confidential?
NO,.I certify that none of the Information included with this Proposal is considered confidential or proprietary,
YES, I certify that:this Proposal contains information considered confidential or proprietary and all such information is
Sped"icaliy identif"red on this fornfi,
If you responded `YES", you must identify below the specific Information you consider confidential or proprietary. List each
page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative
and Its Administrator will not be responsible for a Proposer's failure to clearly identify Information considered confidential or
proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will
disclose Information when required by law, even if such Information has been identified herein as information the vendor
considers confidential or proprietary.
Confidential/ Proprietary Information,
......
.....
.........
— —............. . ............
..-—-------------------------
---- ........... .......... ..........m..m __.. , ..
Proposanfwtrhse:om,'m'lsvcsvx2 5,2.u1q
Page 31 of 7'9
0 AM Mirg
PFC00perfitive Parchastog
12007 Research Boulevard .Austin,Texas 78759- 439 • PH: 8001-695-791 '° FAX; 80,0-211-5454 ,�a �arri crawr�u
Does your 'Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright
information?
NO, Proposall(including forms,documentation,or other materials submitted with the Proposal')does not
contain copyright information.
ElMa Proposal(including forms,documentation,or other matenais submitted with the Proposals)does
contain copyright information.
If you responded"AYES", Identify below the specific documents or pages containing copyright information,
Copyright Information .v ._. , .. .... wm � � .e._.�..w..... ........._. �...
h�. .F- _._._._.mmmmm____
�",�rP`ac ar�cflarr aAshr:�t:�r�t�eur'e�:,1
C.Consent to(Release rrfyi dean all ro rie ry/ rf but r fr i-mation tr lit , ruud 1' eiii,i feer ;
BuyBoard members (Cooperative and nonprofit members) seeiding to make Purchases through the BuyBoard may wish t
view information included in the Proposals of awarded 'Vendors. If you identified information on this form as confidential,
proprietary, or subject to copyright, and you are awarded a 'BuiyBoard contract, your acceptance of the BuyBoard contract.
award constitutes your consent to the disclosure of such, information to BuyBoard members, including posting of such
information on the secure BuyBoard wvebsite for members, Note: Neither the Cooperative nor its Administrator wilt be
responsible for the use or distribution of information by Buyl3oar'd' members or any other party..
Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal,
Vendor consents and agrees that, upon Contract awward, the Cooperative may pub,lically release, Including posting on the
public BuyBoard wwebsiite, a copy of the proposal tabulation for the Contract incliuding Vendor name; proposed
catalog/pricelis't name(s); proposed percentage discount(s), hourly labor rate(s),, or other specified pricing; and Vendor
award or non-award information.
By signature below';, f certify that the information in this form is true, complete, and accurate and that I am authorized by
my company to make this certification and all consents and agreements contained l herein.
E.H. Wachs
Conwi� u � ue r ,,�.wwPo
Sigp t, of, uihG°OH7rM, M panyOftici'al�
Jeff S w iatow
Printed Name
3/14121
Date
Proposal Forns OMM fSVCS v.02.11,2019
Page 32 of 79
0
oard
wCooperative Purchasing
12007 Research Boulevard w Austin,Texas 78755- 4 ° PH. -6 5- 19 . FAX; 800-211-5454 1 bar ,Q4rlj&Lx1,
VENDOR B,USINEss NAME
By submitting a Proposal, Proposer is seeking to enter into a legiai contract with the Cooperative, As such, a Proposer must
be an individual' or legal business entity capable of entering into a blinding contract. Proposers, must completely and
accurately provide the information requested bel� wit or your Proposal may be deemed non-responsive.
Name of proposing Company Illinois, Tool, Works
(Ust,theLUdname of the conrpany seeking tra crrntrart pith the Cr rpera--h, D`n L4'Q rr rr rra. ,+-a,aka, 1c,-here. SWh Inforinatiorr may
be pfos,*W balm^ If you are su1wP#ti qy a joint l,Yrnpos)p with another entity to provide the same prnrprr scy)grams or sarr^lces, each subrrrlttiq,7 entity
should rolWlel a separate vendor inf rmation rearm. Separately operating legal business entities, even if affiliated entities, which propose to provide
gas orsefidces separately rust submit their own p6pow l.0
Individual/Sole Proprietor
Corporation �
Limited Liability Company
Partnership _
Other _� If rather, identify .... .. � �w �.
State of Incorporation (if atrpkable); i el.awvare
ed�erai Employer Identification Number w ._.1 5 10
(Vendor must include t:�on7 lt�t" l , form withl their prt�kvsai .
List the Narne(s) by which "vendor, If'awarded, wishes to be identified on the. BuyBoard (Note if sdiatilreat tlran the Name of
i'rvP*w,Jrig Company listed above, only v^alka'tads names(dba, aka, etc,)of the 1,'1arposing Company may be used and a raspy of your Assumed blame
I r l0l atepsl,lfai)Jr G710le Must be a aei )
E.H. Wachs
Proposal forms CUMM1SVCSvM.1L2019
Page 33 of 79
Form W=9 Request for Taxpayer Give Form to the
iRay.October 2018) Identification Number and Certification requester.Do not
Department of the Treasury send to the IRS.
internal RovenueService Op,Go its www.iis.gov/FormW9 for instructions and the latest information,.
......
Narne(as shown on your lncume tax Yeturny.hiane is required on this line;do not leave this line blank.
flfino�s Too$Works
Fz' Business name/disregarded entity narne,if different from above
EH Wachs
3 C hork appropriate box for federal tax dassificadon of the person whose name is entered on line 1.Check only crave of the,: 4 Exemptions(codes apply only to,
roflowing seven boxes, certaki entities,not kAdMdILAWS See
0. lrdivid instructrons on page 3�:
a
0 ual/so�e proprielpror [ C,Corporation 0 S Corporation El Partnership Trust/estate
V) single-member LLC Exmrpt p@yes code(ff any)
di C
0.0
Limited liability company.Enter the tax c1m,sification(G--C corporation,S=S corporation,P2-PartnersMpJm.
0�
0 2 Note:Check the appropdate box in the line above for the tax cassification of the single-member owner. Do not check Exemption Itorn FATCA reporting
LLC lf the LLC is dasslited as a single-inei nber LLC that is dlsregarded frorn the owner unless the owner of the LLC is
another,LLC that is riot disregarded from the owner for U3.federal tax purposes.Otherwise,a single-member LLC drat code(if any)
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
Q Other(see instrurbons)�
T e_r_,et_reet-,a-nd--a--p--t-,--Or$Urteno.y-See ir—is-tructions. Requesters name and address(optional)
600 Knightsbridge P,kwy
�;-, - -- ------ -------......------
LincoMshilre,IIL 60069
_Tf];T�c.c.uu�Itnu�_iin`sr(s)i here(o I ptio I na I�)i
Miur xpzilyelr Identification Number-I.T.I.M
Enter your TIN in the appropriate box.The TIN provid a rnust match the name given on line I to avoid security number
backup withholdreng.For individuals,this is generally your soda)security number(SSNI,). However,for a
resident alien,sells proprietor,or disregarded entity,see the instructions for Part 1,later.For other
entitles,It is your ernployer identification number(M).If you do not have a number,see How to get a
TIN, iater. or
Note:If the account is M more than one narne,see the instructions for line,1.Also see What Narne and [ErnF--ry i _J
............
Number To Give the Requester for guidollners on whose number to enter.
�dllicafion L3.i.__L- w.Ll�"_i_1 oi
Under penalties of perjury,i certify that:
1.The numbershown on this form is my correct taxpayer identification number(or I area waiting for a number lo be issued to me);and
2.G am not subject to backup withhokding because:(a)i am exempt from backup withholding,or(b)i have not been notified by the internai Revenue
Service(IRS)that I am subject to backup withlicidlng as a result of as failure to report all interest or dividends,or(c)the IRS has notified me that i arr
no longer subject to backuip withhoiding;and
3,i am a U.S.citizen or other U.S.person(defined below),;and
4,The FA,TCA code(s)entered on this forrn(if any)indicating that 6 am exempt from FATCA reporting is correct.
Certification instructions.You inust cross out itern 2 above of you have been notified by the IRS that you are currently subject to backup withhoIding because
you have tallied to report all interest and dividends on your tax retUM.For real estate transactions,itern 2 does not apply.For nrloftgage interest paid,
acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangwnprrt ORA),and generally,,payments
ottierr than interest and dividends,you are not required'to sign the certification,but you must provide your correct 71N.See the instructions for Part li,later.
Sign Signature of 0
U.S.person 10, <
Here Date P,
General Instrubtions a Form 1099-DIV(dividends,inclu6ng those from stocks or mutual
fUnca)
Section references are to the internai IReverlue Code unk6s;otherwise o Form 1099-MiSC(various types of hcome,prizes,awards,or gross
noted, proceeds)
Future developments,For the iatest information about developments *Form 1099-8(stock or rnutuaR fUrIIJ saies and certalit other
related to,Form W-9,and Its instructions,such as legisiation enacted transactions by brokers)
after they were pubfished,go to wwwjrs.gov/ForrnW.9. &Form 1099-S(proceeds from real estate transactions)
Purpose of Form a Form 1099-K(merchant card and t1hird party network transactions)
Art individual or entity(Form W-9 requester)who is required to file an *Form 1098(home mortgage interest), 11098-E(student loan interest),
ifforrnation return with the iRS must obtain your correct taxpayer 1098-T(tuition)
identification number(TIN)which may be your social security number *Form 109,9-C(canceled debt)
(SSN),iodMdUal taxpayer identification number(711114),adoption
taxpayer identification nurnber(ATIN),or ernipoyer identification number o Form 1099-A(acquisition or abandonment of secured property)
(EiN),to report on an information retUr91 the amount paid to you,or other Use Form W-9 only if YOU are a LLS,person(induding a resident
amount reportable on,an information return.Exarnpies of information alien),to provide your correct TiN.
returns include,but are riot limited to,the foliowing. If you do not return Fdrm W-9 to Vie requester with a TIN,you might
Form 1099-9NT('sntereat earned or paid) be subject to backup withholding, See What is backup withhobding,
later.
Cat.No.10231X Form W-9(Rev.10-2018)
oard
Cooperative Purchasing
1 007 research Boulevard •Austin,Texas 787 9-7 9 , PH: 800-69 -° t9 . FAX; 800-711-54 �a . r p)w:1I
EDGARVENDOR CERTIFICATION
2 CPR Part 200 and Appenrdi!x II)
'wtF'hen a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific
federal laws, regulations,and requirements may apply in addition to those under state law, This includes, but is not limited
to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for
Federai Awards, 2 CFR 200 (sometimes referred to as the °"Uniform Guidance" or new "EDGAR'). All Vendors submitting
proposals must comptete this E GAR Certification Form regarding Vendor's willingness and ability to comply with certain
requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This
completed form will be made available to Cooperative members for their use while considering their purchasing options
when rasing federal grant funds, Cooperative members may ai o require Vendors to enter into ancillary agreements, in
addition to the BuyBoardl contract's general terms and conditions, to address the member's specific contractual needs,
including contract requirements fora procurement using federal grants or contracts,
For gach of the Items below, Vendor should certify Vendor's agreement and e lllty to comply, where
appllcalald, by having Vendor's ar thorl ed representative complete and Irrltl l the applicable tropes and'sl n
the eceknorwled went at the end of this form. if you fell to complete any Item In this farm, the Cooperative
will consider and may Ilst the Vendor's response on the BuyBoard as "NO,"the Vendor Is unable or un wlllIng
to comply, A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to
purchase from the. Vendor using federal funds.
1. Vendor Viollation or Breach,of Contract Terms:
Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted
amount determined by the Civillian Agency Acquisition Council and the Defense. Acquisition Regulations Council (Councils)
as authorized by 41 USC 19,08, must address administrative, contractual, or legal remedies in instances where contractors
violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section F.1. ,
Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms
and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary
contract, or Member Construction. Contract agreed upon by Vendor and the Cooperative member which must be consistent
with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditmns..
The remedies under the Contract are in addition to, any other remedies that may be avaiiabi'e under law or in equity. By
submitting a Proposaii, you agree to these Vendor violation and breach of contract terms.
2. Termination!for Cause orConvenience:
For any Cooperaitive member purchase or contract in excess of $10,000 made using federal funds, you agree that the
following term and condition shall apply:
The 6oC71. *,,-7Uve member 177ay terminate or cancel any purchase order under this Contract at any flare, with or without
cause, by providlnq seven () business days advance written notice to the Vendor; If this,agreement is terminated In
accordance with this f'aragMph, the r~;onoor dve member shall only be r joired to ,ray Vendor for goods or services
rl srliv gyred to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendors
return pollc,y: ff the Cooperative member has paid Vendor fear goods or services not yet provided as of the date of
termination, Vendor,shall immediately refund such payrnent(s),.
If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the
manner by which it will be effected and the basis for settlement, is included in the Cooperative member's purchase order,
ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member's provision shall
control.
ProposM Form ps'CoMr~wrswrCs v.02,r 1.2019
Page 34 of 79
DwCooperativePurchasing
12007 research Boulevard .Austin,Texas 76759-2439� ^ PH: 800-69 -2g19 w FAX: 00-211.-5454
3. Equal EmploymentOpportunity:
Except as otherwise provided tinder 41 CFR Part 60, all Cooperative rnember purchases or contracts that meet the.
definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal
opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11.246, "Equal Employment.
Opportunity" (30 FIR 12319, 1.2935, 3 CFR Part, 1964 1565 Comp., p, 339), as amended by Executive Order 11375
"Amending Executive Order 11246 Pelating to Equal Employment Opportunity," and Implementing regulations at 41 CFP
Part 60, "Office of Federal Contract Compllance Programs, Equal Employment Opportunity, Department of Labor,"
The equal opportunity clause provided under 41 'CFP 60-1,4(b) Is hereby incorporated by reference. Vendor agrees that
such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted
r " Part;60-1.3 and 'Vendor a re ghat„st h Il
construction contract"urr 4� F
4. Davis-Bacon Act.
When required by Federal! program legislation, Vendor agrees that, for all Cooperative member prime construction
contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 LISC 3141-3144, and 3146-
31.48) as supplemented by Department of Labor regulations (29 CFP. Part 5, "Labor Standards Provisions Applicable to
Contracts Covering Federally Financed and Assisted' Construction*j, In accordance' with the statute, Vendor is required to
pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by
the Secretary of tabor, In addition,'Vendor shall pay wages not less than once a week.
Current prevailing wage determinations issued by the Department of Labor are available at WOQLgoy. "Vendor agrees that,
for any purchase to which this requirement applies, the award of the purchase to the 'Vendor Is conditioned upon Vendor's
acceptance of the wage determination.
Vendor further agrees that it shall also comply with the Copeland "Anti-Kickback"Act (40 USC 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or In Part by Loans or Grants from the United States"). The Act provides that each contractor or
subrecnpient must be prohibited from inducing, by any means, any person employed in the construction, completion, or
r _ir of ubllc work to iwe a an art of the com rsatlon to wl i h he or sine is otherwwlse entitled.
5, Contract Work Hours and Safety Standards Act-
Where applicable, for all Cooperative member contract's or purchases in excess of$100,000 that involve the employment of
mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor
regulations (29 CFR Part ), tinder 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic
and laborer on the basis of a standard work week of 40 hours. fork in excess of the standard work week is permissible
provided that the worker Is compensated at a rate of not less than one and a half times the basic rate of pay for all hours
worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to work In surroundings or under working conditions which are
unsanitary, hazardous or dangerous, these requirements do not apply to the purchases of supplies or materials or articles
ordinarily available N on the op r rnarketor contracts for tr�an for at rar o t u sands i rn f inteft-e nc .
6. Right to Inventions Made Under a Contract or Agreement:
If the Cooperative miember"s Federal award meets the definition of"funding agreement" under 37 CFP 401.2(a) and the
recipient or subrecdpient wishes to enter into a contract with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding
agreement," the recipient or subreciplent must comply with the requirements of 37 CFh Part 401, "bights to Inventions
Made by Nonprofit Organizations and Sm it Business Firms hinder Government Grants, Contracts and Cooperative
Agreements,"and any implementing regulatJons issued by the awarding agency,
Vendor agrees to comply with the above requirements when applicable,
Proposal Forims r;OMMd/SV S Y,0 ,r 1,201^9
Page 35 of 79
ard
0
�" ��wera�ti'wre rfrasiFrr
12007 Research BoWevard 'Austin,Texas 76759-2439 „ FK 800-695-7919 ^ FAX: 800-211-5454 b_gy Q prr� qi.p
7. Clean Air Act and Federal Water Pollution Control Act.
Clean Air Act (42 USC 7401-7671wg.), and the Federal Waiter Pollution Control) Act (33 USC 1251-1.3 7), as amended —
Contracts and subgrants of amounts in excess of$150,00O must contain a provision that requires the non-Federal award to
agree to compily with, all applicable standards, orders, or regulations issued) pursuant to the Clean Air Act (42 USC 7401-
7671q.) and the Federal "dater Pollution Control Act, as amended (33 t1SC 1251-1387). Violations must be reported to the
Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA).
When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean
,Air Act and the Federal Water Pollution Control Act.
a. Debarment and Suspension:
Debarment and Suspension (Executive Orders 12549 and 12689) -- A contract award (see 2 CFR 180,220) must not be
made to parties listed on the government-wide exclusions in the System for Award Management(SAMI), in accordance with
the OMB guideiines at 2 CFR 160 that implement Executive Orders 12549 (3 CFR Part 1966 Comp, p, 169) and ;.12689 (3
CFR Part 1909 Comp. p. 235), "Debarment and Suspension.' SAM Exclusions contains the names of parties debarred,.
suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority
other than Executive warder 12549.
Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended,
or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order
12.549.. Vendor further agrees to irnrnediately notify the Cooperative and all Cooperative members with pending purchases
or seeping to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred,
suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than
Executive warder 1.2549.
g. Byrd Anti-Lobbyling Amendment:
Byrd Anti-lobbying Amendment(31 USC 13521) -- Vendors that apply or bide for an award exceeding $100,000, must file the
required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to
pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a miember
of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant or aniy other award cowered by 31 USC 1352, Each tier must also disclose any lobbying with non-
Federal funds that takes place in connection with obtaining any Federal award, Such disclosures are forwarded from tier to
tier up to the non-Federal award, As applicable, Vendor agrees to file all certifications and disclosures required by, and
rth ise com. ly... ith In Byrd
10. Procurement of RecoveredMaterials:
For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of thie Solid Waste.
Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information
and certifications as a, Cooperative member may require to confirm estimates and otherwise comply, The requirements of
Section 6002 include procuring only iterris designated in guidelines of the Environmental Protection Agency(EPA) at 40 CFR
Part 47' that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory
level of competition, where the purchase price of the item exceeds$10,0100 or the value of the quantity acquired during the
preceding fiscal year exceeded 10,000; procuring solid waste management services it) a manner that maximizes energy
and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials
identified in the EFTA guideline,
111. Profit as a Separate Element of Price.'.
For purchases using federal funds in excess of $150,000, a Cooperative member may be required to negotiate profit as a
separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to
provide information and negotiate with the Cooperative member regarding, profit as a separate element of the price for a
particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative
member shall not exceed the awarded pricing, including any applicable discount:, under Vendor's Cooperative Contract.
Page 36 of 79
w oard
oop rativ Parchast rg
1 007 Research Boulevard ,Austin, Texas 78759-24 9 ° PH 800-695.291.9 4 FAX. 800-211-5454 1 buy.t ardl.corn,
12. General Compliance and Cooperation with Cooperative Members:
In addition to, the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative
member, it shall make, a, goad faith effort to work with Cooperative members to provide such informatlon and to satisfy
such, requirements as may apply to a particular Cooperative r nember purchase or purchases including, but not limited to,
&ical le recordkee in and rc-nerd retention requirements.
„ vrrii „„ �����iiiiiiiii: iiii��� � air ,,. ,,,,, � %%///iiiiiiiii�%%a�///�.�����, �i „, I ,. � w::,//�i// ,,,✓/� %/ �%O%�%%/
. Vendor Violation or Breach of Contract Terms Yet
�m �_... ...._---. _..-�_- .....w _. � .. ........
. Termination for Cause or Convenience O
.o�,�,� .,_...._� ww�wa� _ .w w�m_ w.�ww��� .-.����. __......................................wwwu.....w..m.......�� �..-..-.-�...-_� --....__. __�. ... ....... ....
3. Equal Employment Opportunity Yes
�w�. � ���, _- .� w.. ._.................m_...... ._.......�.. --—_------------- _ ....
�. Mavis-Bacon Act
s
, Contract Work Hours and Safety Standards Act Yes
.-.rmtr ac t or t or �....�............ .... ..
Agreeme -� s...... _.....m.m.�.�..e�. l .. _.._.....���_u.,.
Right to Irmventdons Made t�rmder a Cont.
_......... ...._._... ............. _ .._.w _.._.. _ , w ,__.w_... ..W w. ..........
7. Clean Air Act and Federal Water Pollution Control Act
Yes
B, Debarment and :Suspension
Byrd Antn M....a...
.._ ...........
..... .. _ �..� r..e...., ------ .. -.� _....�..� ....... _. �. .._..... ..._.
bbying Armmendment es
.. ... m. _ ,w, ....Yes
e-
ICI. Procurement of Recovered Materials
...._. �... .w....m. .. _.... .�. ..m ..m--- 1-1111 ----_. � _-....._._.-..-. ._.._.ww......_. ..o.....,
11, Profit as a Separate Element of Price Yes
... �-..� .. � _ _ .u....
I�w General Compliance and Cooperation with Cooperative Members ....._ w .o.o..
Yes
By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by
miry company to make this certification and all consents and agreements contained herein.
E.H. Wachs
__�.. w -
Clornp r me
r
Signp; of Authorized Company Official
i i tow
Print Name
...
me
Page'37 of 79
go
oard
pwcnope rative porchasilly
120,07 Research Boulevard) •Austin,Teas 787 9-24 9 PH: 80,0-695-7919 . fA . 800•-711-5454 bnayWarwd cc�wpr
PROPOSAL INiVITATION,,QUESTIONNAIRE
The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial
resources to provide the goods and perform the services ("Work") under the BuyBoard contract contemplated by this
Proposal Invitation ("Contract"). Proposers roust fully answer each question, numbering your responses to correspond to
the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, sign where
indicated below, and submit the signed questionnaire and your responses to all q�uiestions In one document with your
Proposal.. Your must submit the signed questionnaire and responses with, your proposal or the Proposal will
not be+consid red.
1. fist the number of years Proposer has been in business and former business names(if applicable). Note whether your
company is currently for sale or involved in any transaction that would significantly alter its business or result in
acquisition by another entity.
E.HI. Wachs originated in 18813 adrl ways bought by 111i nois Tool Works in20,09
(still dha E.H. Wachs)
7, Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this
Contract. 'Mate the number and summarize the experience of company personnel who may be utilized for the Work,
including those who will be available to Cooperative members for assistance with project development, technical issues,
and product selection for Work associated with this Contract,
E.H. Wachs has a fulfil staff for the Utility, Division that includes Engineering department,
complete inside sales support teary for customer support, full operations irncluding assemble, quality control,
and purchasing to procure the liuwest prices at the highest quality of materials. Wachs has also
the outside sales team and regional rental facilities to support customers nationwide,
w Describe Proposer's financial capability to perform the Contract.. 'State or describe the firm"s financial strength and
rating„ bonding capacity, and insurance coverage limits. State whether the fiirm, or any of the firm's pant or present
owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or
insolvency proceeding in the last 7 years, and identify any such debtor party by namle and relationship to or position
with your firm,
FW(NYSEATW)is a fortune 20O global multi-iindiusthal manufacturing leader with revenues totaling$14.3 billion in 21017
who has approximately 50,000 dedicated colleagues, in operations around the world, ITf'W's financial
strength is ex elllent void of bankyrupeies, receivership or insolvency. ITW's insurance is held, by
Zurich, (see attached).
------
Proposed F'xrcrrG cork /SVCS v,02 11,2019
Page 38 of 79
60
lard
DWI Cooperative Purchasing
1 12007 Research Boulevard "Austin, Texas 78759-2439 , Phi; 800-695-2919 1, FAX: 800-211-5154
4. Does your company have any outstanding financial judgments and/or is it currently In default on, any loan or financing
aigree�mient? If so,, provide detailed information on the nature Of Such items and prospects for resolution.
———-----------
E.H. Wachs none
..............
5, List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or
that have been terminated for any reason. For each such contract, provide the project name, scope, value and date
and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the
work, or termination.
IE.,H. Wachs none
----------1---1--,--------------........
—— ------------
6. List all, litigation or other legal proceedings (including arbitration proceedings), If any, in the last 10 years brought
against your firm, or any of the firm's past or present owniers, principal shareholders or stockholders, officers, agents or
employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this
Contract, Provide the style of the lawsuit or proceeding (name of parties,and court or tribunal In which filed), nature of
the claim, and resolution or current status.
.. . Wachs none
................................................................................
-—--------
signature below, I certify that the information contained in a�nd/o�r aftaiched to this Proposal Invitation
.................................. ........... ...............................
Questionnaire in response to the above questions is true and correct andl that, I any authorized by my
company to make this certification.
E.H. Wachs
..........
Company Name
o
.........................
SO l; e of ntl
1 company
official
ffI
PropusM Forms COMM/SVCS Y.02,111019
Page 39 of 7'9
PvCaoperaflve Purchasing
12007 Research Boulevard ,Austin,Texas 7 7 -24 , Phi: -6 -7. 1 ° FW 800-211-5454
REQUIRED FO &M.1-CHECKLIST
EJ Propo er's Agreement and Signature
r �t ��u Vendor Contact Information
: r)i�q�tad: Felony �Convi tion l i clo ure and l eb rment Cie ifi'oaticam
rr SQLe. a Resident/Nonre ident Certification
C! piple,i; : Nara Israel Boycott Certification
' r7 t ti d: No,Excluded Nation or Foreign Terrorist Organization, Certification
r akApdu Historically Underutilized Business(HUB) Certification)
rml t l; Construction Related Goods and Services Affirmation
�] ah-pl w Deviation/+Compiian e
, I Cpmdpd d Location/Authorized Seller Listings
h y i qgd: Mainufa+ tourer Dealer Designation
UnAgA = Texas Regional Service Designation
State Service Designation
"]I Loxmi t J„ National Purchasing Cooperative erative Vendor Award Agreement
ent
C-pnnktT, : Federal and State/Pu:rchasi n,gi Cooperative Experience
w7, IT t isle gj,; Governmental References
� c b N!wl a itl: Marketing Strategy
"mpknic?, tl, Confidential/Proprietary Information
.J g-ap 1't�i:; Vendor Business Flame with IRS,Form"iNU'-9
FDGAR Vendor Certification
Proposal Invitation Questionnaire
tionnaire
Ox
i J.; Required Forms Checklist
ff Apt u Proposal SPe 'ificaution Form with Catalogs/Pricelist , Rental Rate Sheets, and
Manufacturer Letters
Piropasda G orms CP MMi(SKS v.02,11 2019
Pave 40 of 79'
EL
a�
CL 12
av
*x
" . ro
E w+ CL to
OA
LL�d aW m . m
0 /14
�� , ILA
,
lh '
cn
i c aa`
t11 // /
�" ti /d a
as E ",
e— 4 w � a
'rn 0 CW
U.
ro by
alp t /
2 0AM
a - 1101110
ff
/ii%p CL i
LJ
a Cad p; vCL » i%% jj Ca '
0 � �' m au m M ,
Sco m
CL CL P. CL V
fA
06
..... 1rMh % r 1f iii / ' ""' -e
49
w av i
• lS! elri kli /� RV Ct 2 Ck -EL E 3
tr"V fwM L„,4ii i%iiii
0 ow
2 0, IYp1 �:. ';' ' f5C "ii li �i cE7 0 a �+9 t[5 v eV5
2 //// eua x u p ai
M i�wrr+� a iC7 apt u In
y wi + a 0.� ,' m1.F Yw. ,i%��/�� 0 a i f' � 2
a, .l.a ".� .M..r 0 4- 'L.! 0CKE
2 "4 iY
CL CL 44 Rasp CL � 0 uy ul
riaj + »VI
a 0 � C:
arr C9 / _ _ �_
/�� ...., 4tia Ul , a i
at v+ ' as M na 0 �ti � ca � •pC o aa
Lm cu r ���� s s.... ra . 2 � 10
as M 4 U m c � C� / / a1a as V 06 a) � e� rty � aaj ma. a� � �a Ul
* w. ii�� 0) a iPf �J TW t17 tap
= d'
78 w""i CY.. .n..,CL mat 6
Ch _
� i
" aa �, M ,
.0 - C 4j0 _ � r WSJ � 4 � — %71 qy
v7 Cl.a.'.
°.'= ""a" .L3~-.'Y+. -a ,:�C.,a �'- +.
Ml aa. r n o- a ' o�-..v Caa�GL..."p. i=� .'"^En
ate S �06
C 0 J vM CL q °aL?^�.
"C7 ua vl rca an ur
E uaj
«
CLUji
cr
0
Aj
�F '-
� w—
C
oj
IS:
L L d7
c �y d 1U b M 0 0 � � µ
t1 a w
io
m s Ca r
Pa �a
CL
v
IL u 9 m
0
�,,, ,,," �+ m., Cu
as 4
ap
Tel, xCL
L .... 2 Nam.. """w OL `' ,L �L ""^ j�1 .,
ufS
ro
hra c m .
i '
" t" a a as u
+L. ti
P 0 "' '
IV '5a V
era as Cl
"" .. . a$' CdY 'N Cb aJ CA ` Rhd dam, si 'GI {'.Y' q M L`a -40 �
M.®.
c c
4' 0 0 •
� _ _ _ are v c?ro � u r At s v7 p h _ a
�N� ' C r'
� R d 43 PCP MCS 0 m o oilMJ 9
~wMru 0
! yro _ CLi WS1 C. 4.1 MAP, lvi
" "ma y 0 0 � 0 �
Pia wE
ol
., � ' Im 0a ' na L
UJ
_ .. _
41
U,
421 2 ui
0 � V�^ ML7' 1 .crx lA " caw �r 0 ova un .. 0 va
ilp 7F t r 1j ry Rjy r lu pb
CL. P'�.. Am1.. it .. a... C1. Md rod,. - �... ..� tU "I's
qp
00
c)
w� kOD
r�"" ' = c 0, �—
uj
rya
a 'C:
.0 1 N Cla
ti^.r� IR
/ � ca R cw
`*
Im
4
� r 4
E
ur
ECh +
/ CL 6 . + 06 r 1.- M o E r
d d. a d 0 n
441
err a " t7' c va _ a� .
CL
a` iii� °' M1 M 0 CTI �qry
E
u x 'L" 'MR � a � Mw� r� rrY
/ Y r d � pw
ul
o
� , _
a mm o e a tL
Q •a" a 8 AMu „dli
cm C
Nh c� r 1
U
"wC � �
^p �t 1Aa caa qa rya par , CL
rya 0 0 fu wr i a
n a a 'gyp ra
° o � a 0'
rad31 ir m Cu E: �ej
ru
a�
f Ms 42 4 4
. a
CL
,. C , .. CL exr
0 -2
VI
A_ b� " b
3 Z tag 0 0 5
cc m r-9 N Cry
NJ .
rL
cr
uj
CAI OL
�,.
ro
s c c zp �k c
%iii/
..� I K111111,111111,
...,
a jii S �" &-� b, t6S ACE " ! Jw
iii
' ' ;, ld
a - t_
4. Grp ,�w
.dSCn
eF'e aJa IC "+a Irmm °d Cd"p VY V.�"a .
yg� Qj
ii/w/m/ .b
s '� a C """ rr k
W as rtia
° �
U41 U
a
r
v 7 .2 C GW " .3' ,.. ". C4 0 �cd �y3y,' �,�v 9U
Mtl! ham. L,k
r In s aQ D cn AC
a '
�� m
" Rl7 .•" ice.. 4,A 0. - A.(A m10
u r r r
m
e
&..., L, c - - E }
MVAN El
a
' W-+' ara arr cu
cl �' .— a a C7! °.�. ,y...n +.
ark aaa yr cra ' y C1 v 7
CL
Ica c n t7 Y � .E a) LM Z ci
^»„ K,Y fl", .C:. ..,,, t., CW.M ',.�' r„M S2 .4,..a ""�, r„.„P 'C,. Y .,,,, CJ� L) cu .4
cr a.. CJ cn •y e, •y-� rrr Z 'i,;. ° ''" i.. "„" c ..
ra
CL .k..a Cb"." '.h�+, 1'b»I .a.a. Cl Cl.. GL CA.� in .a.� !
C".Y1 CFh f�71 'ra `u rS.� Gad ' - "k h'� C.,6� '�.` a= C °d
ca r a x 0 0 �a � � C) � � _u
NNA j�
4J z
0
00
CL ,; (.0 rL
, ! LO
CO
L 0
w
i
fq ii//%y a ca c
'/ j1
50
in
CD
/ .i06 wC,
%OOOii M Ck
dlG U u "uin a 06
i/ ax
M °
a a+.T!_a a Cis
/a�m�m�-, d-,rk' Nyi p'p'"q 411 Y.aS UT '�' T":"'
M Y r � . C:
' dt _
'r CL � .
iicn CD 0) cap " a as '
% '
EL w
as s4j
" "`
10
0, 0
a 9.° r u 4
w c� d?
%' u .#' C.M ..
'� � '� �
rL
- 'm i5 0 0 WhWyy
Ul C
ill 4� KkJ7 4J � 4J
w " u w
RAG a" ' CL ,w O
2 w m as cn a) 0" m v
Fly " 'o 0 "' 0 0 M to � ;A " 0
, f¢ CL C*s7 rt 7 ntl M 4tl 4S9 '�
tr + [1f +R$' Ta 2 ail w Z a) 0) X v
x .E " k„ , " �"" R,'F GL G.. kJN C,L.
c
"> ��*,
7D
C u
a
E 4
A—
" a p 0i
;. ., " AW aid Ycs r U) . , iA7 r .
C� CL
"0 0
VI
dm as Pp KS1 s�.. TT7 i.. C6 �.... m c�. 4'q L. ["W}" �U �.-, CL
in u N 1— wa — d t,� F— a &—' urn—' hL
0)
0
M
co
`_
0.
cr
0
7
j
bi
rr ,r
r�
/A
as
R� / %a
rii,
�
6 0i% /ter
0
aws / "
co
w*
(rye % rii' rvU ,0 a.. CL. w. � ..
CL
L) cla 0, t7J C
tm
4.7i a q y L u p^
C
S F Y cy ca M Ica NjSL
ee ,
«.A y«w
4ji ICI ; !, ". iU G W�P
as qk '_ - v
' -j wa r s
0 as
ul
J
ru C. z� +a OL Wi n"
0 Q)
�a
C)
„a u r a ' a iro nr� + a i .a
Oyu rz e' c� r. • r.� �,,. ! r .
o
" u4..N y„7 dC3 ur Ld'.Y Y' Q CT,7 8 m r C 2L7
9 lq- fit`
r 0
40
� r
cr
i/'� vw
a
%%i
/i
cn
ms, /
/
/
Aw
%i "
f '
ciiiii
I
._ - %% i'
4w Cr / 8/%i r F +
c /
0 .0
cn
UJI
rL
�a
//D c a 14.
r
01as //
CL
'� "OoCft
M! " r/
�, /
,;U IA
Bi
c c Sul ayy
w°1 CL
C7
ii
CG
�i
CPw
�a +
41
a.,a
LIJ" _ fu
%I us �r
c ru
ji/ 'a/
1C
CL t/ uLU
u' s
CL
a s Cv, c ° /ir D a w C5 :. I '
7 9J..R CL
Jb
0 � <�' �.. d'tl� U 0) � %,�i,was i ,�. lwp � �1. C L
�NJ, VI
I
r I , Bt a
S
U
— o 40
" 0 ru
0 ^°
" ui
�.,.
a: 0
li ' � tj
—
V
a — V
ui " r w
M' tti? c r
is
0 WA ° u
SY a t.E cm
N N oEl
f
C c #A
El IA
cn
�
�or i r
h"k1 �.' '
c
�s � v CL MoSCs
c j arrr
u� / �%iii�rrrr
CL
IA
CO
OEM
CL
o r�
MIY r
SN4 riir ^
ji lN
//% Cni
'jji15
m °« tlCi r '
.." q�y / o it 47
44
LO
E /. y «L- "r
0
0 � aid ." E U �� / rr r 2 � Ca a%
//ter i
"# IM4 AL 4NF C� � � rir%I r///...... �I �ro �, Rai 41
' c C cr 4.. 0 a / ///%%//%i
a aPo aa4 C? � %ri � + ou
cr
cm 6. dJ _
E
CL
m :3 0a u CLa r� ._
o
u� /��ii „ , as OL
+ � u> apt / M
a / �. � +�»' a) u
E
j r,,,r„ f d a EL v) 5 .s ue
*IC IA V
IM M
uj
oj
cz
Cl r a9J a q
a'u r0 � cr us 4)ol
rz a
C C3. I. - ,r.. Fu
a . , M+ 9 - 0 q
41
w— 0 aaz a CE w C a s a
'A I U)
Z E dCd 44W Vq aka rr p
U
L
cri rr
U.
a 4y IL
f
-CnqS 9 a '
j,
j+
0.
m ifu
jo
Z E cry r
w j/ ti ' CL
cr :n E
//////fr 0 a art 0 acre a � 0 .
41
m� �, ar
ji -0 u �a
ci
... ko m
9
y a � '" u
r
Ln m
5 C 4Z [
" 0 C Lo
C.
LL tA .s
00 E
x �� . r � '
Oj
1 w y LU cp {
' :°-
+n , jai aU ro -" � CL
0 CM- a a
o
ICA � �0a s
�a
r,
a
2.
4""
ui
WM / 41 - .
•° qp ; t ,fir+ o"IC
,
" i J
AD
cn
iir ri rr
,C .
uw
w Dii r
. . sa
Ch
ICL
1 GYM KY /"i4r' 4., )
gym, Ck. NEW
2
� r/ iia M � rl�
r
., ` �C
t3� %,,
r
io
° ce
u
7 Ck IS '41
'wa ak .+. ,rirriia, rx.n Csk. Qwd EL
IS 0
CM
4-04a.. Crk ..
] # CCU u. ea i' 4 41 ro
a1 " ! �. 5
c CGffi C7
CL CL
Cu C u &'7 % w.'�'. Jul .0
`, 2 6
WWI A- CL as a GLd
'm VW r�s
IA Cr
s d� to
uu p v r Rtr uu , Ad M� r
" m N ' d V ma ` Ul
.__.
u
aj
eegg
�i
a Ck us dA 4 s God
d. cu
c a ry a r r R va CL Ca
C derEn
- u
LLj
C7 LA
s d t7 b a S t C1 w C 0 � � �k CS �
r as c�q a o a p U -0 ' �r
air ur ra �d � t u
v ,' nd a 7r CL
..
.. , ,
+ M C' > k^
0
47
0
I:
+ .
ylI.
>
0 0
Cr
? �
uj G m m
1 /
1. + E m
bratn
y c / a
I' /l C
cr
E
" l f
cn
4 /
= 4�A v C /
CAN r. c ��
''
/ All
n..w � w R3a, ,
a q47 � � /�
vw i i ! /
0 � w J.
III v
r
0 _ i
III r
as / ri
r„ / r�
0 r %% rrii .,
//
uumi /// ri _ �
'�'% i '
w a uua V/ 1! ' ' Mom. t, a
e -0Y ~ f�'iiii ��ir!a '.." q y 0 ISM aw „, .F+l
^� 4J 0 % /ii «r
Q1 Cir CL.weal , „%���"' Uq
i a x tiva
ce
r ¢y i Ctw
�w
cc
C/ i �/r " . y
? 41i i ' ...........�� y Gr
ti IRl Cqi iU K11 CL !/ iriii" �y w U
ii/g
Ar-id0 � � ICY v a r i j%i � � � /j � R E �.
., .,
ICY 0 Ae
�ir "r '
LAlm
///
0 (ALA
' ///i tq 1 ILY wy k i tea
i {s
br 0 0 mi
ui
El
0 IX
0 E a s. r asr
Mtn
�dl
i cn
y
'4W ''' t7h '�'� -0, (J) r- ru � 0)'L. u
/, q p Ln Cl
�' a ,,. w 0 ) ti L u ',, " t� u �) K1. �
t It 4P �T
IrAg
# ME o « i
w
L
Mw.xr
Mw
' 'A II
iAJimo
VY
CL
R .ice /
rrM I I ,
ie�
1
rrr
45
v L.
a a..
cL
%, u
j a� j sal
co I
N I n p� c
0 5 � to
fr u x 0
%rrr riU// C
it/////rrrrrri, „" YdU U Act'
CL
wo
Ell
MWEEZO
II, j y... CD IS
C&,. ,
4U / A U�
C ` wa
Mkn
.
Ln
In 0 EL
sa
0
rii,, v CA
�Y7 -- Q
cn
ro i. ru r M r.
u ;� 0 �s
h o V
as N c—
MA
a _ � _ a
7 lt.� SLR IrR CU __ ...
u a
22
0Y 0 0 un T r 0
r - € `
q a ¢U 0 � �� qJ �- � fir-
v .0 rr rrM ,�/ tr - U-A L u r
6-
c[ ' C L5m '
n_ � CYr al Ln a 0 m
_ a p 0 C] rj C.11 Q ... rC'R .k.
ci c u c + + to w r is
p.
............
,a
LU
CL
cr IELU
C
It 0 -0
^
I
%,,
" ' ' c
p� of %
%!!'
u ^ tar
" -0 ra
tn CLa
t
M .
cl-
4j
« n t
" s W c
o�a000i oy CL y a
76 �'
44 1 -E
a ^7
ol
cn
ol
0 co
LAY ?
N4 of '< CL
C C ,
1J C L a i C 4 o �
m' E
" �" 0 ^ / .
Chi �` u ,
,,,�"
0- w Cc
b
w , a °w 4. 0
r
cl�
` C Cti Cam..
¢7 r, 0 C7 8 � to - N .� � CL
u'ta rah °d° "r� `V) a °c to X t
��.� m „�� ,.� rs.�.. a .. .. ��. _, �. _�m�
cr
ui t r urn
tv U'
co — 0
4 t
C "o �_ w
"s 0
ii ,o %. 0
c R as
qC
�i
� 1
rar
" 4Y a "0 urn n
CL
m dCN - �_ W
CL
cs 4 6 E W: E
�41 �,v � w .
" 40
2a u <
oE cF, E �a0
IV0.
. 0-
ca 0 np 82 �1 � C7
K3 w d6 " CL
cn
-viCa CD Ck
! 81
CfA V,f'y 4P"Y , Mq •Ln "
ps
a
CJ Ca 4"M
Lh
z fo r 0 0
" 4 .
ra
ry "rvLuui
: n CL
Ln
CL <
w x. F "
R3 +' ° ,
- 4-
al
i " u c ria . UJ
„�,,,,, .^."r.w -�"" «, x... ', CDT " 'r
aCL ra a . ,
a Ln +s Y
�, ..
M'
nM "
w
� I 0 LL
0
0' 0 wn
w MCL
M*-
.. M.M > E E
/
I
a
c
0
qy wow
' %
Al
CL
M �I// LS i .� ATM 4
/ D/ _
it / .� /�
/i,
r t°y % .�
'S 467 � '
f l/
GJ f�/i/i tLw + .4 VIS
ig
/
f1 i�% ,.., un r %1
'R j a lie Sq� W1 tW ifs
f
w. �I / /r of r
pf
r ri /ail %////ry "9
�/
g"O 0 r M M ,Apil
4.
4w .. / IL
uL7 GI 'S
IdwLtl Raj U i j/ ter
/ r WJ
is Cro y
V 'may pfY
xL iG/f j ;, 4 add tiJ f /// C #"
IN
" u Aj G'C Ifd 0..1 "N q�q k�b /, w C.p '�}'
C"d N Nr aue C / M
Q Z > 7 All k, p
8C �/ / qp "u3
r //� 1V 0o
44
0
Ills%al Ap J3Lp0r0 1"'
yri r �a c"
%' is // s
/ Zvo j' Qj w '
+ /' a
C7 MUJ
" 4W i x 2
CL
CY
.. dT� 't ;N ill wJ
9fi 0 k UJ
4w1
' ii d a , 4j,
a� / C) (A
/ /
r, ��, a {� Cb )
c 0 as � iRJ w �
err t x " �� G k
' ° = ° a � U a� ..
_.
ICU
[ G ro {gyp + v � s -*` C 7 l.ui
41
3 kq CL „
'� w''' uMIM
�"" "C3 4":w lt7
cr 00
tGw qw r 04..M„ry
M.__. ._. . . _ ._ ._ ....... uj
Is ,
u
Cr
uj
AA
CL
CA
� jiii it w
^CM
�I ,,
mv *0 " % !, Ul
ti c
0. 0
cn
# � u '
12 2raj � �, CL
m CL
1811 u
.p .
�I a
III ° Foy
a�
+ '
" � v z UJ ,e R UJ
CL
i
C
1C&"' SUI CL dui ti, 1A
s w ►
r cni a
Q) ! d M Ana* p
'
ze, .. u) — uro ^. r. � ro `^
� Ln
ru
T�,cr w .� rani
u
..�
Ln
Cn
wi
'o
cpy, CL � C ^
0, c y ,tip. o "5 0 ,ure u
° ° F
cj�
G r� Lu
r a war 8 rea
va can fir, ? a �aa yr� °�' uC) flu 0 C u � rcaC� � 00.: n r aw,
m
co 00
CO
4 41 44 M Lr m m
" U.
«
., a �
0
;fit. ° m
0 IN
i o ;
V, m
++ C En 0
t97 ce
C
iiCL
Cr
G�
WON
'^ / a / yr�i ^L"A "4"r "�..^ ;rl/ ".^'
// %W i 4U
�i
E "' Eaj
w Li
C
' may' 0 '" /
r� i r r / VY 0
R1 "
y. ,i.r
Yam"
z CU an 4� WILY C' ,� ,A,.�.,, EP7" % r�////%///i �%� � !d CL h»,
µ r iiiiiU/ IL] 1 0 of qLy 1, /,/ = 2
uE in
ul 'a ub r
LLB ,/� tl h r% l
«". �� �« off' ii/o r
%// ri
4,11,M/aail/d///
�1 ,// aU INN/ //
" „ q PUS 0 y� � cr
� /� gi
///%�
//i% Cc
a �+ + _ "N r e
/i wwnr r oil Mz V 0
/ f i // y gy i/r a /i r
0 U 0 J, , // a 0 ;A
Of
o
C
�'
/rill /ray rr%
�.. n 31r ri/ /
r
�� „
4- CECL
0 _ _
// iiA
y r
7
a w E
r z. < s
uj
k p 4y WYM r ! 1 j d1) Q5Ln
th + u �-` PKA
I i>
/ r c0 All a r� 4y
Lt" ' , as our01
a o W cr- a ar (A aay a ex
0 u w W a� coca � wa
uu
cr
s= Cr
A Pe
�.
u
rL
sIt
cn
QJ
i
a
M
as jiblip
r /
VVE
i/ oj�/
S '�Y ISLY KJ"?y
s
a in
Ls
/RE/ 1iii / *S _
pp�to r 0 .Y �
w
0
a / _
air f•L.r "yjry ?;;; j ///////iii 0
, .f C a
:31 / pprw ,i aEll
/// g/s
Imo'% ro CJ /iiwwui
40
man
' C�
" v T; ;6 0 CCL Cc
kS rtS
LU
CL
Yt
0 i m 0
�° '
COL 4-
/.,, a C7 ►
0
11
=UJ „
Al
..,. ii
08
o
/o ��
46
/� na 2
o
0 Smmk. w.. 0 "ery
Grp .w M ,% r Cy 4r ad
/ KL� by qY 0 °
a r " 0 qV _
�C7,wyr tY * 10
...
C1 SJ
LU
C 1 a S PC6 } atiY dtl7 n3
E ll"7 /ii 'j, ."..., .i.." j"S3 '°' rr�'B CT�y 4 .. .a.s pt, dtl.7 � ,y a1
...: rmmmmc [d71 L1.1 �_J em-r U°q Sa47 U"Y S'. LG,.Y v«�
r.w ;� w .;.�"
ell
.CL
Z
crLU
cn
r
r y
ir
"
^ 60
r
phi ! Lb
�0tY +�
0 E ms"
', V I ,�
r/ U
. uOr
w
a, rj' z'
lb-
ad
�; r _ �
0
� }
Al-
CL
tF
' M
w
a
CL
as
✓/ i "'�.' � � ITS
r C a�
Z) r_
2 ^
m LO 1...UXJ °
�( r- (V uj
Z
E.H.WACHSO
....................................... ................................................. '//
A DIVISIOn of 17 A" The.Vallve Malriftnance Expertq .. tunivelvesloorn
Utility Products Division
600 Knightsbridge Parkway I Lincolnshire,Illinois 60069
T:+1.815.944785 1 F:+11.815.943.5098
866.392,1060
March 21, 2019,
Re: E.H. Wachs Valve Maintenance Tools Distribution
To whom it may concern,
The E.H. Wachs Company is the original equipment manufacturer of all
products manufactured under its brand name "Wachs" and registered
trademarks. Many of E.H Wachs products are so unique that they are
protected under multiple U.S. trade protections, specifically related to valve
exercising machinery.
Please let me know should you need further details.
Yours Very Truly,
Jeff Swiatowy
General Manager
E.H. Wachs
Utility Products Division
(815) 943-4785
0 P.O. Box 40,01,Austin,Texas 78767
VBoard
800.888.291118. info@bUyiaeard.cam .bLly oard.com ;
November 5, 2020
Sent via email to: iswiatowvlc�ehwachs.com
Jeff Swiatowy
E.H. Wachs
600 Knightsbridge Pkwy.
Lincolnshire IL 60069
Re: Construction, Road and Bridge, Ditching, Trenching, and Other Equipment
BuyBoard Contract 597-19
The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under
Construction, Road and Bridge, Ditching, Trenching, and Other Equipment, Contract 597-19 effective
December 1, 2019 through November 30, 2020, with two possible one-year renewals. At this time, the
BuyBoard is renewing your contract through November 30, 2021.
All discounts,terms, and conditions of your contract will remain the same. If you agree to this renewal,there
is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at
Iisa,mairad'. sb.crlrr prior to the start of the renewal term.
Reminder: Once a BuyBoard contract is awarded, vendors must generate a minimum of$15,000 annually
or they may not be offered a contract renewal.
If you have questions or comments concerning this renewal, please contact me as soon as possible at
i,s,��,,;rr�airad'. r . We appreciate your interest in The Local Government Purchasing Cooperative.
Sincerely,
Lisa Maraden
Contract Administrator
0ndorsed by V TASAV T
U. r
D 9 0 P.O. Box 40,01,Austin,Texas 78767
WBoard
800.888.291118. info@twp.yboard.cem .IbLlyboard.com;
15t renewal v.02.13.2020
0
Endorsed by U TASAV �
• 9
IOR'BITAL E.H. /ACHS
CUTTING 600KnigrtsrondgePkwyllGln coinshlreIL60069
111E/ T-1847 537 8880 I F-1 847 520 1147
ehwvachs,com
SALES TERMS AND CONDITIONS
(Amended for North Richland Hills, TX,Revised 12110120)
All sales made by E.H.Wachs®or any of its divisions or subsidiaries(hereinafter called "Seller")to its customers
(hereafter called "Purchaser")are subject to the following Sales Terms and Conditions (the"Terms"). Purchaser's
acceptance of these terms and conditions shall be made by either(a) Purchaser's providing a purchase order for
products or services(an "Order")to Seller or(b)Purchaser's receipt of any products, equipment or consumables
("Products")or services from E.H.Wachs, whichever occurs first.
1.Acceptance. These Terms, any quotation provided by Seller, acknowledgment or invoice and all documents
incorporated by specific reference constitute the complete agreement governing the sale of Products. No Orders
shall be binding upon Seller until accepted in writing by an authorized official of Seller; and in all events any
Order shall be subject to these Terms. No additional or different terms will be binding upon Seller unless
specifically agreed to in writing. Failure of Seller to object to provisions contained in any Order or other
communication from a purchaser shall not be construed as a waiver of these terms and conditions, nor an
acceptance of any such provisions. SELLER HEREBY REJECTS ANY ADDITIONAL OR DIFFERENT TERMS
OR CONDITIONS PROPOSED BY PURCHASER,WHETHER OR NOT CONTAINED IN ANY OF
PURCHASER'S BUSINESS FORMS OR ON PURCHASER'S WEBSITE, AND SUCH ADDITIONAL OR
DIFFERENT TERMS WILL BE OF NO EFFECT.
2. Modification and Cancellation. Once Seller has accepted an Order or begun work on an Order, Purchaser
cannot cancel or modify that Order without Seller's written consent. In such event, Purchaser will be liable for
cancellation or modification charges and all costs incurred by Seller in connection with the cancellation or
modification, as applicable,together with a reasonable allowance for prorated expenses and anticipated profits.
3. Quotations. Quotations are only valid in writing and for 60 days from the date of the quotation.All quotations are
subject to change or withdrawal without prior notice to Purchaser. Quotations are made subject to approval of
Purchaser's credit. Seller may refuse Orders and has no obligation to supply Products unless Seller issues an
Order acknowledgement or upon the shipment of Products.
4. Credit Approval. All shipments are subject to approval by Seller's credit department. Seller may invoice
Purchaser and recover for each shipment as a separate transaction. If, in Seller's sole judgment, Purchaser's
financial condition is or becomes unsatisfactory, then Seller may,without prejudice to any of its other remedies:
(a)defer or decline to make any shipments except upon receipt of satisfactory security or cash payments upon
Seller's acceptance of an Order; and/or(b)terminate any or all of Purchaser's Orders.
5. Delivery, Title and Risk of Loss. Unless otherwise agreed upon by the parties in writing, all shipments are
ExWorks Seller's facility(Incoterms 2010). Title and risk of loss for Products shall pass to Purchaser upon
delivery in accordance with the applicable shipping term. Seller may make a single delivery of Products or may
make deliveries in installments; unless otherwise set forth herein, all such installments to be separately invoiced
and paid for when due per invoice,without regard to subsequent deliveries. Delay in delivery of any installment
shall not relieve Purchaser of his payment obligations or obligations to accept remaining deliveries.
If the parties agree to delay the date of delivery based on Purchaser's request, Seller may invoice based on the
originally scheduled delivery date and Purchaser's payment obligations shall remain unchanged and Purchaser
shall remit payment within 30 days of invoice date. If the Products are not shipped within 15 days after
notification to the Purchaser that they are ready for shipping, Seller may store such Products at the Purchaser's
risk in a warehouse or yard or at Seller's premises. Purchaser shall pay all handling, transportation and storage
costs associated with such storage.
6.Substitutes. Seller may furnish suitable substitutes for materials unobtainable because of acts by a
governmental authority or resulting from inability to obtain materials from Seller's suppliers.
7. Minimum Order.All Orders shall be subject to Seller's minimum order amount of$100.00 USD, or a surcharge
may be assessed at Seller's election.
8. Returns.All returns must be pre-approved in writing by Seller before being shipped to Seller.All returned
Products must be in unused, resalable condition at Purchaser's expense. In addition to nonrefundable freight
charges, returns are subject to a 15%restocking fee. Standard tooling, bits and blades(new in original, factory
�� >F o r b ii t a l ui m E.H.VWWACH CS' _
orbiteluin,.com ehwaehs.com
IOR'BITAL E.H.WACHS
CUTTING 600KnigrtsrondgePkwyllGln coinshlreIL60069
111E/ T-1847 537 8880 I F-1 847 520 1147
ehwvachs,com
sealed packaging)with a combined retail value of$100.00 USD or greater may be returned for credit without a
restocking fee. Returned standard tooling with a combined retail value under$100.00 USD will not be accepted
for return, and shall remain the property of the Purchaser. Products that have been specially designed and
manufactured for Purchaser may not be returned.
9. Terms of Payment.All prices are quoted, and payments must be received, in U.S. Dollars(USD).All prices are
subject to change without notice unless otherwise specified by Seller. The price of Products on order but
unshipped may be adjusted to the price in effect at the time of shipment. Quoted prices are, however, firm for
the days designated. Purchaser shall pay all invoices within 30 days of the invoice date unless otherwise
specified by Seller. Overdue invoices will incur interest at the rate of 1.5% per month,or at the maximum rate
allowable by governing law. Purchaser's inspection rights herein will not affect the payment terms. Under no
circumstances will Purchaser have a right of set-off. If Purchaser fails to make any payment as required,
Purchaser agrees to reimburse Seller for all associated costs incurred by Seller, including reasonable attorney
fees and court costs. Seller may submit invoices to Purchaser as partial shipments are made. If Purchaser fails
to remit any payment as required herein or Seller suspects Purchaser to be insolvent or otherwise unable to pay
for the Products, Seller may demand full or partial payment in advance before proceeding with performance of its
obligations or cancel any orders at its option without prejudice to other lawful remedies. Purchaser's use of credit
cards for payment must be pre-approved in writing by Seller and are subject to Seller's credit card policy, which
shall be provided upon request.
10. Taxes and Other Charges. Seller's prices do not include and Purchaser shall pay all applicable federal, state,
municipal, and other government taxes. Exemption certificates must be presented to Seller when the Order is
placed and prior to shipment if they are to be honored, and must be valid for the place of delivery. If Seller is
subsequently required to pay any such fees, taxes, or charges, Purchaser shall reimburse Seller therefor.
11. Product Warranties. Seller warrants that it will convey the Products free and clear of all liens,security interests
and encumbrances created by, through or under Seller. Seller further warrants that for a period of 12 months
from the date of shipment(the"Warranty Period"), under normal use and given proper installation and
maintenance as determined by Seller, the Products: (a)will conform to Seller's written specifications or other
descriptions; and (b)will be free from substantial defects in material and workmanship.
In the event of a breach of the warranties set forth above(the"Warranties"), Seller will, at Seller's option and as
Seller's sole liability and Purchaser's sole remedy, repair, replace or credit Purchaser's account for, any Product
that fails to conform to the Warranties provided that(i)during the Warranty Period Seller is promptly notified in
writing upon discovery of such failure with a detailed explanation of any alleged deficiencies; (ii)Seller is given a
reasonable opportunity to investigate all claims; and (iii)Seller's examination of such Product confirms the
alleged deficiencies and that the deficiencies were not caused by accident, misuse, neglect, improper
installment, unauthorized alteration or repair or improper testing. No Products may be returned to Seller until
inspection and approval by Seller. Freight for returned Products shall be paid for by Purchaser.
The Warranty against defects does not apply to: (1)consumable components or ordinary wear items including
but not limited to feed screws, chain drives, clutch friction parts, cutting tools, tungsten weld tips, and blades; or
(2)use of the Products with equipment, components or parts not specified or supplied by Seller or contemplated
under the Product documentation. EXCEPT AS SET FORTH ABOVE, SELLER MAKES NO WARRANTY OR
REPRESENTATION OF ANY KIND, EXPRESS OR IMPLIED (INCLUDING NO WARRANTY OF
MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE). To the extent permitted, Seller shall
assign to Purchaser any warranties Seller receives from third party manufacturers of parts, components, and
equipment.
12.Service Warranty. Seller warrants that(a)it will perform services in a timely, competent and professional
manner and in accordance with industry standards; and (b)the services shall conform to any applicable
specifications or statement of work.
13. Limitation of Liability. The Seller shall not be responsible or liable for any damage resulting from improper
storage, handling, or use of Product prior to placing the apparatus in service, and will not assume any
responsibility, expense or liability for unauthorized repairs. Purchaser is solely responsible for determining if a
Product is fit for a particular purpose and suitable for Purchaser's method of application.Accordingly, and due to
the nature and manner of use of Seller's Products, Seller is not responsible for the results or consequences of
use, misuse or application of its Products.
mrbiitaluim EAMACHS'_
orbiteluim.com ehwaehs.com
IOR'BITAL E.H. /ACHS
CUTTING&WELDING 600KnigrtsrondgePkwyllGln coinshlreIL60069
111E/ T-1847 537 8880 I F-1 847 520 1147
eMwvachs,com
NEITHER PARTY SHALL BE LIABLE FOR,AND EACH PARTY WAIVES ALL CLAIMS AGAINST THE OTHER
PARTY, FOR INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE OR CONSEQUENTIAL DAMAGES, DOWN TIME,
LOST PROFITS OR COMMERCIAL LOSSES,WHETHER OR NOT BASED UPON THAT PARTY'S NEGLIGENCE
OR BREACH OF WARRANTY OR STRICT LIABILITY IN TORT OR ANY OTHER CAUSE OF ACTION. EXCEPT IN
THE EVENT OF GROSS NEGLIGENCE OR INTENTIONAL MISCONDUCT, IN NO EVENT WILL SELLER'S
LIABILITY IN CONNECTION WITH THE AGREEMENT OR SALE OF SELLER'S PRODUCTS EXCEED THE
PURCHASE PRICE OF THE SPECIFIC PRODUCTS AS TO WHICH THE CLAIM IS MADE.
14. Intellectual Property.All intellectual property rights embodied in or associated with the Products, including but
not limited to: patents,trademarks, copyrights, trade secrets,trade dress,service marks, and designs
("Intellectual Property"), are and shall at all times remain the sole and exclusive property of Seller. Other than a
limited right to use the Products as intended in accordance with the Purchase hereunder, no rights or licenses of
any kind are granted by Seller with respect to the Intellectual Property. Seller does not waive any rights in any
Intellectual Property whether presently owned or hereafter acquired. Purchaser has no interest in, and shall
make no claim with respect to any of the Intellectual Property. Purchaser agrees not to reverse engineer any of
the Products or the technology embodied therein. Seller represents and warrants that the Products and their use
as intended do not knowingly infringe or otherwise violate the intellectual property rights of any third parties.
15. Trademarks. Purchaser shall not use, directly or indirectly, in whole or in part, Seller's name, or any other
trademark or trade name that is now or may hereafter be owned by Seller(collectively the"Trademarks"), as part
of Purchaser's corporate or business name, or in any way in connection with Purchaser's business, except in a
manner and to the extent authorized herein or otherwise approved by Seller in writing. Purchaser hereby
acknowledges Seller's ownership of the Trademarks and the goodwill associated therewith. Purchaser shall not
infringe upon, harm or contest the validity of any Trademarks.
16. Confidential Information.All information furnished or made available by Seller to Purchaser in connection with
the subject matter hereof shall be held in confidence by Purchaser. Purchaser agrees not to use (directly or
indirectly), or disclose to others, such information without Seller's prior written consent. The obligations in this
section will not apply to any information that: (a)at the time of disclosure was or thereafter becomes generally
available to the public by publication or otherwise through no breach by Purchaser of any obligation herein; (b)
Purchaser can show by written records was in Purchaser's possession prior to disclosure by Seller; or(c)is
legally made available to Purchaser by or through a third party having no direct or indirect confidentiality
obligation to Seller with respect to such information, or(d)is required to be disclosed by law, rule regulation or court
order,or information subject to disclosure pursuant to the Texas Public Information Act..
17. Compliance. Purchaser agrees to comply with all applicable federal, state, local and foreign rules, regulations,
ordinances and laws applicable to Purchaser's obligations hereunder and Purchaser's use of the Products,
including import/export laws, labor laws and anti-corruption laws. If Purchaser delivers Products to others who
may use the Products outside the United States, Purchaser acknowledges and shall advise others that the
Products are controlled for export by the U.S. government, and that the Products may require authorization prior
to export from the United States or re-export from any location beyond the U.S. Purchaser agrees that it will not
export, re-export or otherwise distribute Products in violation of any export control laws or regulations of the
United States. Purchaser further warrants that it will not export or re-export, directly or indirectly, any Products to
embargoed countries or sell Products to companies or individuals on the Consolidated Screening List,which is
comprised of lists of by the Department of Commerce, Department of State (BIS and DDTC)and the Department
of the Treasury which identifies parties that the United States government maintains restrictions on as to certain
exports, re-exports or transfers of items. Purchaser shall indemnify and hold Seller harmless for any violation by
Purchaser or any of Purchaser's assignees,vendees or transferees of any applicable laws.
18.Anti-Corruption. Purchaser agrees it has not made and will not make any direct or indirect payment, offer to
pay or authorization to pay any money, gift or valuables to any government official or the immediate family of
such official, for the purpose of influencing an act or decision of the government or such individual in order to
assist, directly or indirectly, Purchaser in obtaining or retaining business, or securing an improper advantage.
19. Governing Law and Dispute Resolution.Any dispute arising out of or related to the Agreement will be governed
by and construed according to the laws of the state of Texas and litigated exclusively in a state or federal court located
in Tarrant County, Texas. The parties hereto expressly release and waive any and all rights to a jury trial and consent
to have any dispute heard solely by a court of competent jurisdiction. The parties agree that the United Nations
Convention on Contracts for the International Sale of Goods will not apply to the Agreement. If either party commences
litigation or mutually agreed upon alternative dispute resolution concerning any provision of the Agreement, the
mrbiitaluim E.H.WACHIS'_
orbiteluim.com ehwaehs.com
IORBITAL E.H.WACHS
CUTTING& WELDING 600KnigrtsrondgePkwyllGlncoinshlreIL60069
111E T-1847 537 8880 I F-1 847 520 1147
ehwvachs,com
prevailing party is entitled, in addition to the relief granted,to a sum of reasonable attorney's fees that are proven to be
necessary and just and awarded by a court of competent jurisdiction, in such litigation or mutually agreed upon
alternative dispute resolution, provided that if each party prevails in part, such fees will be allocated in the manner as
the court or arbitrator determines to be equitable in view of the relative merits and amounts of the parties' claims.
20. Force Majeure. Neither party will Pet be responsible for failure to perform in a timely manner when its failure
results from events beyond its reasonable control (an event of"Force Majeure"), including acts of God, epidemics,
acts of war whether declared or undeclared, blockades, labor disputes(whether of that party's employees or the
employees of others), raw material shortages and material increases in costs of raw materials. In the event of Force
Majeure, the time for performance will extend for such time as reasonably necessary to enable the delayed party to
perform.
21.Assignment. No assignment of any rights or interest or delegation of any obligation of Purchaser under the
Agreement or any Order may be made without Seller's prior written consent. Any attempted assignment will be
void. Seller may assign the Agreement or otherwise transfer its rights and/or obligations under the Agreement upon
thirty(30)days written notice to Purchaser. The Agreement will inure to the benefit of and be binding upon the parties
and their respective permitted
successors and assigns.
22. Relationship of the Parties. Nothing in the Agreement or the course of dealing of the parties may be construed
to constitute the parties hereto as partners,joint venturers or as agents for one another or as authorizing either
party to obligate the other in any manner.
23.Survival.Any provisions in the Agreement which, by their nature, extend beyond the termination or expiration of
any sale of Products,will remain in effect until fulfilled.
24.Waiver. In the event of any default by Purchaser, Seller may decline to ship Products. If Seller elects to continue
shipping or otherwise fails to insist upon strict compliance with the Agreement, Seller's actions will not constitute
a waiver of Purchaser's default or any other existing or future default, or affect Seller's legal remedies.
25. General. These terms and conditions, as agreed to by Seller and Purchaser at the time of sale, attached hereto
and incorporated herein, are the official terms and conditions of sale between E.H.Wachs(Seller)and Purchaser,
and may be amended from time to time upon written mutual consent of the parties.
North Richland Hills, TX, Sales Terms and Conditions Revised 12110120
mrbiitaluim E.HMACHS'
orbiteluim.com ehwaehs.com
EA WACH S Water Utility Products
600 Knightsbridge Pkwy I Lincolnshire IL 60069
A Division of I7"PF T+1 847 537 8800 1 F+1 847 520 1147
�u�p6u''a Vlua��uull'pI'u� u'u'fl:.C¢vu'�uy'�ete uull'�p°.a L' ehwachs.com Quotation
Page 1 of 3
TO: Zane Ryan Date: 1/11/2021
Fleet Quotation Number: JB133723
North Richland Hills-Fleet Payment Terms: Net 30 Days
6110 Dick Fisher W Shipping Terms: FOB Origin
North Richland Hills,TX 76180
Valid Through: 3/31/2021
Estimated Delivery: See Below
Reference: BuyBoard#597-19
E.H.Wachs is pleased to offer the following quotation.
Unit Price Line Total
Item Number Description Qty U/M (USD) Disc% (USD)
1 77-000-38 Standard LX(Diesel)—VMT(RH):Single turner valve maintenance trailer; 1 EA 74,000.00 1.5% 72,890.00
includes Wachs 750 Ft/lb(1020 Nm)Extended Reach Valve operator,
telescoping valve key and Wachs ruggedized HC-100 with GPS
controller/datalogger. A Tier 4F compliant,Kubota 1.1 L,1-3 4-stroke,liquid
cooled,I DI diesel engine provides ample power for all contained functions,
including an auxiliary HTMA Class II circuit;10 gallon(38 L)reservoir,fan
cooled heat exchanger,continuous duty rated for 8 GPM(30.3 LPM)@ 1,800
PSI(125 bar).A positive displacement blower provides 500 CFM(14.2
cmm)-11"(280mm)Hg vacuum,with spoils containment provided by a 250
(950 L)gallon tank with power hydraulic dump(rear discharge)and latching
rear door.Also driven from the common power train is a 2.5 gpm(9.5 LPM)
@ 3000 PSI(210 bar)pressure washer system with 3 gallon(11.4 L)
anti-freeze tank and 95 gallon(360 L)water tank.Includes 2-1/2"(63.5mm),
1-1/4"(31.75mm)&7/8"(22mm)suction wands and one each short and long
wash-down guns.The LX package bundles the light bar with arrow board,45'
(14 M)auxiliary hydraulic hose reel for operation of hydraulic power tools,
Bluetooth tethering module(installed in ERV-750)for wireless communication
between the exerciser and Controller/Data Logger and 24"(61cm)X 18"
(46cm)x 18"(46cm)aluminum job box.
Other options available include: Under deck mounted Spare Tire Kit
(77-411-00),2-5/16"Ball Tongue(77-215-01),451b Breaker,Mount and 14"
Moil Point(08-000-10,08-405-00&08-410-02)or already GPS enabled
controller/datalogger,however adding Trimble R2 GNSS receiver(79-412-02)
provides survey grade centimeter accuracy.
2 77-215-01 2-5/16"Ball Tongue Kit for VMTs 1 EA 0.00 1.5% 0.00
3 79-110-13 HC-100 Extended Protection Plan(3 YR):The ultimate in"worry-free" 1 EA 1,425.00 1.5% 1,403.62
maintenance and product protection. Includes expedited services,accidental
damage and loaner coverages.Consult the Complete Care brochure for
details.
Only available at time of initial purchase.
EA WACH S Water Utility Products
600 Knightsbridge Pkwy I Lincolnshire IL 60069
A Division of I7"PF T+1 847 537 8800 1 F+1 847 520 1147
tu�p6u''a Vlui��uull'pI'u� u'u'fl:.C¢vu'�uy'�ete uull'�p°.a L' ehwachs.com Quotation
Page 2 of 3
TO: Zane Ryan Date: 1/11/2021
Quotation Number: JB133723
Reference: BuyBoard#597-19
Unit Price Line Total
Item Number Description Qty U/M (USD) Disc% (USD)
4 79-412-02 Trimble R2 GNSS GPS Receiver provides up to Centimeter"accuracy, 1 EA 8,750.00 1.5% 8,618.75
benefit from the support of multiple satellite constellations and select from a
range of correction sources(from SBAS and VRS networks to Trimble RTX
correction services delivered by satellite and Internet)for accurate data at
almost any location.This unit is a stand alone GPS receiver which includes
the NEMA output option(required when utilizing Vitals or other third party
software)that pairs via Bluetooth wireless communication to the HC-100,
Recon or other supported data collector.Also included are Ram Mount
interfaces for the TM-7&ERV-750 valve machines.
Restocking Note:This is a non-stocked item becuase of the speed at which
this technology changes,so restocking fees are applied if returned.
Non-Stock item,expect longer delivery
5 08-000-10 45 Pound Hydraulic Breaker with EZ Ride Foot and 1-1/8"hex bit capacity. 1 EA 3,495.00 1.5% 3,442.57
This medium duty breaker operates from any HTMA Class 2 hydraulic circuit
and produces 1,800 blows per minute;making it idea for cutting curbs,
sidewalks and asphalt.
6 08-405-00 Breaker Mount for Valve Maintenance Trailer,requires Breaker to have 14" 1 EA 390.00 1.5% 384.15
Long Chisel(08-410-02 Moil Point sold separately).Includes breaker mount
and breaker lock.
7 08-410-01 5"x 11"Asphalt Cutter for Breaker 1 EA 225.00 1.5% 221.62
8 08-410-02 14"Moil Point for Breaker 1 EA 80.00 1.5% 78.80
9 08-410-03 3"x 14"Long Chisel 1 EA 104.50 1.5% 102.93
10 77-411-00 Spare Tire Kit for VMTs,includes wheel assembly and underdeck tire hoist. 1 EA 925.00 1.5% 911.12
Subtotal 88,053.56
Motor Freight 1,600.00
Total(USD) $89,653.56
EA WACH S Water Utility Products
600 Knightsbridge Pkwy I Lincolnshire IL 60069
A Division of MF T+1 847 537 8800 1 F+1 847 520 1147
�u�p6u''a I:A uull'pI'u� u'u'fl:.C¢vu'�uy'�Ve�t'e uull'�p°.a L' ehwachs.com Quotation
Page 3 of 3
TO: Zane Ryan Date: 1/11/2021
Quotation Number: JB133723
Thank you for the opportunity to quote your application needs. If you have any questions or if I may be of any further assistance to you please
do not hesitate to notify me.
(SALES TAXHH) We collect sales tax in all but the following states: AK, DE, MT, OR and NH. If you are tax exempt please supply your
identification number and certificate with your order.If your exempt number is not on file,tax will be added to your order.
Jeffrey Brehm
Outside Sales Rep Utility Div.
512-348-0171
jbrehm@ehwachs.com
Sales of E.H.Wachs products and services are expressly limited to and made conditional on acceptance of its current Terms and Conditions of Sale,found at
www.ehwachs.com("Terms').Any additional or different terms are hereby rejected.Commencement of work by E.H.Wachs or acceptance of delivery of products by
you constitutes your acceptance of the Terms.
IrLp
NOKTH KICHLAN HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Consider Resolution No. 2021-003, authorizing the submission of a
grant application and acceptance of allocated funds if awarded, for
Texas Governor's Office 2021 State Homeland Security Program -
Law Enforcement Terrorism Prevention Activities Grant #4215401
for $5,000.
PRESENTER: Jimmy Perdue, Director of Public Safety
SUMMARY:
The Homeland Security Grants Division of the Texas Governor's Office has notified the
Police Department that grant funds have been allocated to assist in funding law
enforcement programs in the Council of Government's North Central Region under the
2021 State Homeland Security Program - Law Enforcement Terrorism Prevention
Activities Grant #4215401. If awarded, the Police Department plans to use the funds to
purchase one set of night vision goggles for the department's SWAT team to use during
their operations.
GENERAL DESCRIPTION:
The North Richland Hills Police Department plans to use grant funds to purchase one set
of night vision goggles for use by the North Richland Hills SWAT Team in operating in
low light or no light conditions in response to terrorist attack, tactical movement, hostage
rescue, active shooter incidents, and responses to other criminal activity. By providing
this specialized equipment, the operators on the SWAT team will be able to approach,
apprise and respond to incidents while remaining hidden in nighttime conditions, thus
enhancing their safety.
The total of the grant request is $5,000. There is no match requirement for this grant
request through the Texas Governor's Office. The grant funds are passed through the
Homeland Security Grants Division and will be dispersed on a competitive basis
throughout the NCTCOG's 16-county region.
RECOMMENDATION:
Approve Resolution No. 2021-003.
RESOLUTION NO. 2021-003
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS, AUTHORIZING
SUBMISSION OF A REIMBURSEMENT APPLICATION AND
ACCEPTANCE OF ALLOCATED FUNDS IF AWARDED FOR
THE OFFICE OF THE GOVERNOR, PUBLIC SAFETY OFFICE,
2021 STATE HOMELAND SECURITY PROGRAM
WHEREAS, The City of North Richland Hills, Texas possesses legal authority to apply
and make appointments for the conduct of business relative to the Office
of the Governor, Public Safety Office, 2021 State Homeland Security
Program Grant #4215401, designed to provide funding to prevent
terrorism and other catastrophic events and prepare for the threats and
hazards that pose the greatest risk to the security of Texas citizens; and
WHEREAS, The City Council of the City of North Richland Hills finds it in the best
interest of the citizens of North Richland Hills that we request the funds
available under this Program to purchase one set of night vision goggles
for use by the North Richland Hills SWAT Team in operating in low light
or no light conditions in response to terrorist attack, tactical movement,
hostage rescue, active shooter incidents, and responses to other
criminal activity; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS, THAT:
SECTION 1. The City Council hereby finds that the recitals set forth above are true
and correct and are incorporated into this Resolution as if written herein.
SECTION 2. The City Council of North Richland Hills hereby authorize and approve
the submission of the grant application for the Office of the Governor,
Public Safety Office, 2021 State Homeland Security Program and make
appointments for the conduct of business relative to the grant.
SECTION 3. The City Council of the City of North Richland Hills designates Public
Safety Director Jimmy Perdue as the grantee's authorized official. The
authorized official is given the power to apply for, accept, reject, alter or
terminate the funding request on behalf of the applicant agency.
SECTION 4. The City Council of the City of North Richland Hills agrees that loss or
misuse of the Office of the Governor, Public Safety Office, 2021 State
Homeland Security Program funds or failure to comply with all funding
requirements may result in suspension or termination of award funds,
the repayment of award funds, and/or other remedies available by law.
Resolution No. 2021-003
Page 1 of 2
SECTION 5. This Resolution shall take effect and be in full force and effect from and
after the date of its adoption, and it is so resolved; and all Resolutions of
the City Council of the City of North Richland Hills in conflict herewith are
hereby amended or repealed to the extent of such conflict.
PASSED AND APPROVED this the 25t" day of January, 2021.
CITY OF NORTH RICHLAND HILLS
By:
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson, City Secretary and
Chief Governance Officer
APPROVED AS TO FORM AND LEGALITY:
Maleshia McGinnis, City Attorney
APPROVED AS TO CONTENT:
Jimmy Perdue, Public Safety Director
Resolution No. 2021-003
Page 2 of 2
IrLp
NOKTH KICHLAN HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Authorize purchase from ICOR Technology, Inc. for an explosive
ordnance disposal robot utilizing the 2021 Homeland Security Grant
Program (HSGP) Urban Area Security Initiative (UASI) grant in the
amount of$62,801.38.
PRESENTER: Kenneth Rawson, Assistant Fire Chief
SUMMARY:
The City of North Richland Hills has been awarded funds from the 2020 Homeland
Security Grant Program (HSGP) Urban Area Security Initiative (UASI) grant for
$62,801.38. These items are for the North East Fire Department Association (NEFDA)
Explosive Ordnance Disposal (EOD) team housed in North Richland Hills. City Council
approved Resolution No. 2021-001 at the January 11, 2021 Council Meeting accepting
the grant funds. If approved, North Richland Hills will utilize the funds to purchase a new
robot system used to mitigate explosive ordnance calls for service. North Richland Hills
will purchase the robot which will be placed on the NEFDA EOD vehicle. The grant
requires no matching funds from North Richland Hills.
GENERAL DESCRIPTION:
The Northeast Fire Department Association (NEFDA) is comprised of fourteen (14)
jurisdictions in northeast Tarrant and southern Denton counties. The cities in NEFDA are
North Richland Hills, Richland Hills, Haltom City, Hurst, Grapevine, Southlake, Colleyville,
Keller, Watauga, Bedford, Euless, Roanoke, Westlake, and Trophy Club. This grant is for
the NEFDA Explosive Ordnance Disposal (EOD) team. The grant funds will go towards
the purchase of a new robot system used to mitigate explosive ordnance calls for service.
This item will be placed on the NEFDA EOD team vehicle housed at North Richland Hills.
The grant requires no matching funds.
RECOMMENDATION:
Authorize purchase from ICOR Technology, Inc. for an explosive ordnance disposal robot
utilizing the 2021 Homeland Security Grant Program (HSGP) Urban Area Security
Initiative (UASI) grant in the amount of $62,801.38.
ICOR TECHNOLOGY INC.
GSA Contract Number: GS-07F-0430V
Va I id to J U LY 31, 2024 (as amended)
COMPANY INFORMATION
Name: ICOR Technology Inc.
Address 935 Ages Drive, Ottawa, ON K1G 61_3 CANADA
Phone Number: +1 613 745 3600
NA Toll Free: +1 877 483 7978
Fax Number: +1 613 745 3590
URL: www.icortechnology.com
Point of Contact: Mr.Jack Vongdouangchanh,sales@icortechnology.com
DUNS: 206980257
SAM Registration: Activation Date—02/12/2015
CONTRACT INFORMATION
Contract Number: GS-07F-0430V
Contract Period August 1, 2019—July 31, 2024
Schedule Number/ 084:Total Solutions for Law Enforcement,Security, Facilities
Description: Management, Fire, Rescue, Clothing, Marine Craft and
Emergency/Disaster Response, FSC Group 84—Law Enforcement and
Security Equipment Supplies and Services
SIN Numbers/Description: 334519—Bomb Disposal and Hazardous Material Protective and
Detective Equipment
334220—Closed Circuit Surveillance Systems
Labor Category/Description: N/A
TERMS AND CONDITIONS
1. GEOGRAPHIC COVERAGE: Domestic, 50 states,Washington, DC, Puerto Rico, US Territories and to a
CONUS port or consolidation point for orders received from overseas activities
2. POINT(S)OF PRODUCTION:935 Ages Drive, Ottawa, ON K1G 61_3 CANADA, check with Contractor at
time of order.
3. DISCOUNT FROM LIST PRICES:3%on Robots; 10%on Hook& Line products; 15%on Mirrors from the
accepted pricelist. For calculation of the GSA Schedule price (price paid by customers ordering from the
GSA Schedule, and the price to be loaded in to GSA Advantage),the contractor should deduct the
appropriate basic discount from the list price and add the prevailing IFF rate to the negotiated
discounted price(Net GSA price). Current IFF rate is 0. 75%.
4. QUANTITY DISCOUNT(S): 10%on single orders of$620,000 or more for SIN 334519; 25%on single
orders of$100,000 or more for SIN 334220.
5. PROMPT PAYMENT TERMS: 1%/10 Days/Net 30
6. Government Purchase Cards must be accepted at or below the micro-purchase threshold.
7. Government Purchase Cards are accepted above the micro-purchase threshold.
8. FOREIGN ITEMS: Canada
9. TIME OF DELIVERY:Shipped 120 Days after receipt of order for SIN 334519; shipped 42 Days after
receipt of order for SIN 334220.
10. EXPEDITED DELIVERY: Contact Contractor for details
11. OVERNIGHT AND 2-DAY DELIVERY: Overnight and 2-day delivery are available. Contact the Contractor
for rates.
12. URGENT REQUIRMENTS:Agencies can contact the Contractor's representative to affect a faster
delivery. Customers are encouraged to contact the contractor for the purpose of requesting accelerated
delivery.
13. FOB POINT:Origin
14. ORDERING ADDRESS: ICOR Technology, Inc.,935 Ages Drive, Ottawa, ON K1G 6L3, Canada
15. ORDERING PROCEDURES: For supplies and services,the ordering procedures, information on Blanket
Purchase Agreements(BPA's) are found in Federal Acquisition Regulation (FAR)8.405-3
16. PAYMENT ADDRESS:Same as ordering address
17. WARRANTY PROVISION:Standard Commercial Warranty
18. EXPORT PACKING CHARGES: Not applicable
19. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE: (any thresholds above the
micro-purchase level)
20. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE,AND REPAIR(IF APPLICABLE): N/A
21. TERMS AND CONDITIONS OF INSTALLATION (IF APPLICABLE): N/A
22. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICE LISTS AND ANY
DISCOUNTS FROM LIST PRICES(IF AVAILABLE): N/A
23. TERMS AND CONDITIONS FOR ANY OTHER SERVICES(IF APPLICABLE): N/A
24. LIST OF SERVICE AND DISTRIBUTION POINTS(IF APPLICABLE): N/A
25. LIST OF PARTICIPATING DEALERS(IF APPLICABLE): N/A
26. PREVENTIVE MAINTENANCE(IF APPLICABLE): N/A
27. SPECIAL ATTRIBUTES SUCH AS ENVIRONMENTAL ATTRIBUTES(e.g. recycled content,energy efficiency,
and/or reduced pollutants): None
COMMERCIAL PRICELIST
GSA OFFER
SIN PART NO PRODUCT NAME PRICE
(inclusive of
the.75%IFF)
334519 10001 MINI arm Picatinny Rail Assembly $342.05
334519 10002 K3150 Robot Disrupter Sleeve $2,785.23
334519 10003 Mini Claw Kit-2ND Generation $4,055.69
334519 10004 MK3/T5 Claw Kit-2ND Generation $4,397.74
334519 10255 T5 Universal Disruptor Mount Kit $3,078.42
334519 10257 MK3 Universal Disuptor Mount Kit $3,078.42
334519 10458 Claw Auxiliary Camera-Mini $1,368.19
334519 10478 Extended Warranty-Mini $5,130.69
334519 10785 168001-Remote Firing Devices Controller $2,198.87
334519 10786 168002-Remote Firing Devices Remote $2,198.87
334519 10787 A700-900-00-900 MHz 1680 Antenna $48.86
334519 10788 B168-092-00-Ultimate AAA Lithium Battery $1.71
334519 10789 168003-Shock Tube Firing Adapter $36.16
334519 10790 C799-800-00-MK4 Igniter Tip 1680 $53.75
334519 10791 168004-Carry Case(Holds up to 9 Units) $464.21
334519 10792 168050-Pairing Cable $78.18
334519 10793 166412-A-ShieldTenna (shield w/antenna) $684.09
334519 10927 MK4 CLAW KIT-3RD GENERATION $4,642.06
334519 11044 MK3 Single Duke Pro Bracket Assy $249.21
334519 11048 T5 Single Duke Pro Bracket Assy $249.21
334519 11181 K100PL-PAN Disrupter(Push Lock) Unit(Fine Thread) $3,132.17
334519 11237 Claw Auxiliary Camera—T5/MK3 $1,759.10
334519 11298 MK4 Claw Auxiliary Camera $2,101.14
334519 11704 MK3/T5 Quick Release Colour IR Camera $928.41
334519 11998 MK3/T5 32FT(10M) BULKHEAD TRUCK KIT $2,858.53
334519 12627 MINI Quick Release Color IR Camera $928.41
334519 13153 Mini-CALIBER RF Range Extender(Video/Data) $5,814.79
334519 13895 500'Tether Reel kit-Mini RF Range Extender $3,860.24
334519 13968 MK3/T5 64FT(20M) BULKHEAD TRUCK KIT $2,975.80
334220 06A0645 CUTABINEER $68.01
334519 ABP.DM-MK4 AB Precision Disruptor Mount-MK4 $3,420.46
334519 CAL-ALO Aluminum Ramps(foldable, lightweight) $508.18
334519 CAL-APC Auxiliary Pole Camera for MK3 or T5 $938.18
334519 CAL-BCO Extra Caliber 24 V Battery Charger $356.71
334519 CAL-BC1 CALIBER Command Station Battery Charger $283.41
334519 CAL-BC2 CCU Battery Charger-Mini $293.18
334519 CAL-BC3 Robot Battery Charger-Mini $190.57
334519 CAL-BC4 48V DC Battery Charger-MK4 $2,223.30
334519 CAL-BC4-110V Spare 48V DC Battery Charger-MK4 North America $2,223.30
334519 CAL-BMO MK3 BENELLI M4 SUPER SHOTGUN MOUNT(SHOTGUN NOT INCLUDED) $2,521.37
334519 CAL-BM1 T5 BENELLI M4 SUPER SHOTGUN MOUNT(SHOTGUN NOT INCLUDED) $2,521.37
334519 CAL-CCU15 MK3 CCU Upgrade $28,091.77
334519 CAL-CCUPP CCU POWER PACK $2,575.12
334519 CAL-CCUST Folding CCU Stand $342.05
334519 CAL-CPV Command Post Video Transmitter $5,814.79
334519 CAL-DCPP MK4 14V DC CCU Power Pack $2,540.92
334519 CAL-DVR Digital Video Recorder(DVR) $2,003.41
334519 CAL-DVU1 Digital COFDM Video System Upgrade $28,360.52
334519 CAL-EBO MK3 EXTRA ROBOT BATTERY PACK 24VDC(RECHARGEABLE) $1,167.84
334519 CAL-EB1 T5 EXTRA ROBOT BATTERY PACK 24VDC(RECHARGEABLE) $1,167.84
334519 CAL-EB2 24V DC Battery Pack-Mini $610.80
334519 CAL-EB3 CCU Battery-Mini $151.48
334519 CAL-EB4 48V DC Battery Pack-MK4 $5,130.69
334519 CAL-EXA T5-Arm Extension Kit $4,857.06
334519 CAL-EXT CCU RF EXTENSION CABLE 15 FT SET $263.86
334519 CAL-EXWAR CALIBER Robot Extended Warranty(3rd Year) $6,645.47
334519 CAL-EXWAR.MK4 MK4 Extended Warranty $19,936.41
334519 CAL-FLMK4 FUR Thermal Camera-MK4 $10,310.25
334519 CAL-FRO 1000'(305m) milspec fiber-optic tether $8,981.16
334519 CAL-FR1 Fiber-Optic Tether-MK4 $9,919.34
334519 CAL-HCU CALIBER Hand Held Control Unit $1,612.50
334519 CAL-HCUb CALIBER Wireless Hand Held Control Unit(Bluetooth) $3,029.55
334519 CAL-K100 K100—PAN DISRUPTER UNIT(Fine thread) $2,848.76
334519 CAL-K1000 K1000—RECOIL REDUCTION ADAPTER KIT(Fine thread) $2,448.07
334519 CAL-K1090 K1090—ELECTRIC BREECH KIT-PAN (Fine thread) $2,296.60
334519 CAL-K4300-12IC K4300-12—Tactical-Swat Disrupter Kit $4,397.74
334519 CAL-MAFB Motorized Anti-Flip Bar $4,568.76
334519 CAL-MDVR Digital Video Recorder(DVR)for Mini-CALIBER® $1,905.69
334519 CAL-MINI Mini-CALIBER® Robot SWAT Robot $47,397.84
334519 CAL-MK3 MK3-CALIBER®EOD $83,557.01
334519 CAL-MK4 MK4 CALIBER Robot and Standard Accessories $252,136.95
334519 CAL-MPTZ Motorized,Telescoping Pan-Tilt-Zoom Camera $4,568.76
334519 CAL-013001 24V DC Firing Circuit for Mini-CALIBER®Robot $1,026.14
334519 CAL-OP002 24V DC Firing Circuit AND Duke Pro Single Channel Shock Tube Initiator $2,208.64
334519 CAL-OP009 Motorized PTZ Mast and Camera $10,261.39
334519 CAL-OP014 Mini-CALIBER case $1,534.32
334519 CAL-OP015 Quick Release PTZ Upgrade $3,483.99
334519 CAL-OP016 Quick Release FUR Camera for CALIBER® Robot $7,378.43
334519 CAL-PIP Quad Screen Picture-in-Picture Functionality $3,591.49
334519 CAL-PSA The CALIBER®'s Portable Handheld Screen for Analog RF System $3,953.08
334519 CAL-PSD The CALIBER®'s Portable Handheld Screen for Digital COFDM RF System $5,492.29
334519 CAL-SLO MK3 Power Switch Lock $180.80
334519 CAL-SL1 T5 Power Switch Lock $180.80
334519 CAL-SPO MK3 CALIBER BASIC SPARE PARTS KIT $2,325.91
334519 CAL-SP1 T5 CALIBER BASIC SPARE PARTS KIT $2,325.91
334519 CAL-SP2 Mini-CALIBER SPARE PARTS $1,539.21
334519 CAL-SP3 MK4 Basic Spare Parts Kit $11,482.98
334519 CAL-T5 CALIBER®T5 $85,511.56
334519 CAL-TKO External truck brackets for RF system(Client installs) $874.66
334519 CAL-TK1 Truck Brackets Kit-MK4 $874.66
334519 CAL-TRC Heavy Duty Hard Shell Transit Case(set of 2) $4,324.44
334519 CAL-TTC CALIBER ROBOT ONSITE TRAINING at Customer Location (MK3/T5) $1,905.69
334519 CAL-TTC-MINI Mini-CALIBER®Training $2,931.83
334519 CAL-TTC-MK4 CALIBER ROBOT ONSITE TRAINING (MK4) $4,788.65
334519 CAL-VEX Video Rf Range Extender for CALIBER Robot(for Analog Video System) $2,110.91
334519 CAL-XR1 X-ray mounting bracket for Vidisco XR-200 OR XR-300. $1,158.07
334220 ESHL01 Hook&Line ESSENTIAL $4,031.26
334220 ESHL03 Hook&Line ESSENTIAL with Backpack $4,031.26
334519 ESI-RM2 Duke Pro 2-Channel Shock Tube Initiator with Mount $1,514.78
334519 ESI-RM2-MK4C MK4 ST Initiator Claw Arm Assembly $1,514.78
334519 ESI-RM2-MK4W MK4 ST Initiator Weapon Arm Assembly $1,514.78
334519 FR300 300m Firing Line $1,084.78
334220 M1000 M1000-Under-Vehicle Search Mirror $578.05
334220 M2000 M2000-5-Section Search Mirror $453.88
334220 M3000 M3000-3-Section Search Mirror $184.12
334220 M4000 M4000-Carbon Fiber Tactical Search Mirror $423.91
334220 PSM-H&L Pocket Search Mirror $171.28
334519 RFD1678-1 8-Position Controller $4,593.19
334519 RFD1678-10 Smart Charger,3 Position $977.28
334519 RFD1678-13 Tactical Case w/insert $659.66
334519 RFD1678-18 Full Case $928.41
334519 RFD1678-2 Electric Remote Initiator $4,006.83
334519 RFD1678-3 Remote Shock Tube Initiator(RSTI) $4,642.06
334519 RFD1678-4 Test Box(Optional) $2,736.37
334519 RFD1678-6 Mini Controller $4,593.19
334519 RFD1678-8 Conditioning Charger,5 position $2,198.87
334519 RFD1678-KIT01 System w/1 Electric&1 RSTI Remote $15,978.45
334519 RFD1678-KIT02 System with 2 Electric&2 RSTI Remotes $24,749.49
334519 RFD1678-KIT03 System with 4 Electric Remotes $23,479.03
334519 RFD1678-KIT04 System with 4 RSTI Shock Tube Remotes $26,019.95
334519 RFDC930-400-00 Orange Cover(remotes only) $73.30
334220 TSPC-BasePkg TSPC with Quick Disc and Audio Out Port $4,461.26
334220 TSPC-Batt TSPC-Backup Battery $317.61
334220 TSPC-DualCam TSPC-Dual Camera for UDC $3,518.19
334220 TSPC-Shield TSPC-Sunshield $43.98
334220 TSPC-Sling TSPC-Tactical Rifle Sling $141.70
334220 TSPC-UDC-IR TSPC-Under Door Camera with IR $5,277.29
334220 TSPC-War3 TSPC-3 Year Parts/Labor Warranty(Depot) $635.23
334220 ULHL02 Hook&Line ULTIMATE $5,875.74
935 Ages Drive P: 613.745.3600 ,i,
ICOR Ottawa,ON K1G 61_3 F: 613.745.3590 sages www@icortechnology.com
cortechnology.com I
T E C H IN 0 L Di G Y CANADA TF:877,483.7978 OTE
Kenneth Rawson QUOTE NO.: QUO-03608-YOT9-2
City of North Richland Hills(TX) EFFECTIVE FROM: 1/4/2021
To 4301 City Point Dr. EFFECTIVE TO: 4/4/2021
North Richland Hills,TX 76180
CURRENCY: US Dollar
Tel: 817-427-6926 SHIPPING METHOD: Ground
Fax: SHIPPING TERMS: FOB ORIGIN, PREPAY AND ADD
Mobile: 817-988-1199 DELIVERY DATE: 20-24 Weeks APO
Email: krawson@nrhtx.com PAYMENTTERMS: 1% 10 DAYS, NET 30
GSA Contract No: GS-07F-0430V
CITY P/N DESCRIPTION $/UNIT LINE TOTAL
Mini-CALIBER®Robot
Comes standard with:•Rubber Tracks for traversing rough terrain and climbing stairs
Wirelessly Controlled Front and Rear Flippers with positional feedback with preset Home and
Stair Climbing positions-Turreted Robotic Claw arm with 15lbs lift and 5 axes of movement
10x Color zoom camera on claw arm-Front and Rear Color/IR Drive Cameras-Wide Angle
1.0 CAL-MINI color rear mast camera-Color Claw camera-2-Way Audio:Talk/Listen through the robot•LED $47,397.84 $47,397.84
drive lights for Front and Mast Cameras-Wireless RF control:2.4GHz Video;90OMHz Data
Portable,Lightweight,Handheld Controller-2x 24V DC Lithium-Iron-Phosphate Robot Battery
Packs(1x onboard;1x spare)&1x 24V DC Battery Charger-2x 12V DC Lithiun-Ion CCU Battery
Packs(1x onboard;1x spare)&1x 12V DC Battery Charger-2 year limited warranty-Mini-iPad
electronic manual with training videos and hard copy of operator manual.*Note:Mini-CALIBER
is shipped in a wooden crate.Hardshell case is available as an option.
Mini Claw Kit-2ND Generation
The 2nd generation claw attachment kit includes specially designed tools to augment the
1.0 10003 capabilities of the Mini-CALIBER®robot.Kit includes:key holder,PTZ camera extension to reach $4,055.69 $4,055.69
9'(3m)high,box cutters,clothes cutter,extension poles,tire deflator,finger extension with
porcelain tips,cutting hook,utility shears with ceramic blades,Cutabiner®,multiple effectors
and hook&line accessories.
1.0 CAL-SP2 Mini Basic Spare Parts Kit $1,539.21 $1,539.21
Essential items to maintain and repair your Mini-CALIBER®robot
CarbonFire10 Robot Adapter System 11
Includes:CarbonFire10 11 Barrel;6"Titanium Water Shot Extension Barrel;MagFire T3 Breech;
1.0 CAL-CBFIRE MagFire Breech Plug;Robot Barrel Mount+Dual Laser Sights&Picatinny Clamp-On Mount;EOD $6,650.00 $6,650.00
12 Ga.Laser Boresighter;Tool Kit;Parachute Tube⋒Parachute;Parachute Retainer&
Protective Cap;Polymer Carrying Case;Mini-CALIBER®Adapter Clamp Note:Mini-CALIBER must
have a firing circuit and Duke Pro CAL-OP002 to initiate disrupter.
Firing Circuit AND Duke Pro
1.0 CAL-OP002 24V DC Firing Circuit AND Duke Pro Single Channel Shock Tube Initiator with mounting bracket $2,208.64 $2,208.64
for Mini-CALIBER®Robot
1.0 S&H SHIPPING AND HANDLING $950.00 $950.00
TOTAL $62,801.38
This is a quotation on the goods named,subject to the conditions noted below:
Unless otherwise provided:This quote is in US Dollars;shipping terms are EX WORKSfor domestic and international shipments;all prices are exclusive of shipping costs,insurance,custom clearance and any applicable
Taxes of any kind;all price quotations are valid for 90 days. Published list prices are subject to change without notice.Due to a policy of continuous product improvement,ICOR reserves the right to change
specifications and appearance without notice.Please reference the invoice number on your cheque and remit to ICOR Technology Inc.935 Ages Drive,Ottawa,Ontario KIG 613 Canada.The CALIBERx Robot(including
the MK3,T5,Mini,and MK4)contains up to 35%US-source materials and are ITAR export license free and not subject to AECA or EAR regulations.The CALIBERx Robot is a Controlled Good,and requires an Export
Permit for international shipping in accordance with the Export and Import Permits Act(R.S.C.,1985,c.E-19). Failure to perform due to the action or inaction of the Government of Canada will be considered Force
Majeure,and,ICOR is not responsible for any penalties,fees,liquidated damages,etc.Some or all of the quoted items are eligible for purchase through GSA's Cooperative Purchasing Program and 1122 Program for
State and Local Law Enforcement. Please consult with your purchasing department to determine the optimal purchasing vehicle and notify your ICOR Sales Representative to make any changes necessary. ICOR's
GSA Contract Number is:GS-07F-0430V
DISCLAIMER REGARDING DISRUPTER MOUNT CONFIGURATIONS:ICOR Technology is a robot manufacturer and do not make disrupters.The end-user must consult with the disrupter manufacturer for complete
instructions on loading,operation,maintenance and firing procedures. ICOR recommends that the end-user takes disrupter training from the manufacture before firing the weapon off of the robot. USE AT OWN
RISK.ANY POTENTIAL DAMAGES TO THE ROBOT AS A RESULT OF USING A DISRUPTER ARE NOT COVERED UNDER WARRANTY.AS PER ICOR'S LIMITED WARRANTY,WARNING AND LIMITATION OF LIABILITY
DOCUMENT,ICOR SHALL BE HELD HARMLESS TO ANY LOSS OR INJURY AS RESULT OF USING DISRUPTERS ON THE ROBOT.
To accept this quotation,sign here and return:
Signature Date
Page 1 of 1 QUO-03608-YOT9-2
CITY OF NORTH RICHLAND HILLS
COOPERATIVE PURCHASE CUSTOMER AGREEMENT
This Cooperative Purchase Customer Agreement ("Customer Agreement") is entered into by and between
ICOR Technology Inc. ("Vendor") and the City of North Richland Hills, ("Customer" or "Authorized
Customer"), a Texas government entity, and a Customer as defined in Section N/A of the Agreement between the
[General Services Administration (GSA)] and Vendor, [Contract No. GS-07F-0430A, as amended, (the
"Agreement") with an effective date of 08/01/2019.
This Customer Agreement shall be governed by the terms and conditions of the [Agreement], which is incorporated
herein by reference and is available online at https://www.gsaelibrary.gsa.gov/ElibMain/home.dohttp://
www.gsaelibrary.gsa.gov/ElibMain/contractorinfo.do?contractNumber=GS-07F-0430V&contractorName=ICOR
+TECHNOLOGY+INC&executeQuery=NO or upon request from Vendor, and the attached Quote/Purchase
Order No. QUO-03608-YOT9-2. The Agreement expires on 07/31/2024. Authorized Customer is eligible and
desires to purchase bomb/Hazmat protective and detective equipment pursuant to the terms and
conditions of the [Agreement] as the [ General Services Administration (GSA) ] may specify from time to time,
as well as the terms and conditions of this Customer Agreement. [General Services Administration (GSA)] will
only be responsible for services provided to [General Services Administration (GSA)] and will not be responsible
for payments for services provided to any individual Customer.
The Authorized Customer agrees to the terms and conditions of the [Agreement] as applicable. The Authorized
Customer hereby agrees that it is separately and solely liable for all obligations and payments for equipment and
services provided hereunder. Vendor agrees that Customer shall be entitled to the same rights and protections
under the law afforded to the [ General Services Administration (GSA)] under the [Agreement], as applicable, as if
Customer had entered into the [Agreement]. Further, Vendor agrees that until the expiration of three (3) years after
final payment under this Customer Agreement, or the final conclusion of any audit commenced during the said
three years, Customer, or Customer's designated representative, shall have access to and the right to audit at
reasonable times, all records involving transactions relating to this Customer Agreement necessary to determine
compliance therewith, at no additional cost to the Customer. Vendor agrees that the Customer shall have access
to such records during normal business hours. Customer shall provide Vendor with reasonable advance notice
of any intended audits. Payments under this Agreement shall not exceed $ 63,000 annually for 1 year(s)
through 7/31/2024.
The undersigned represents and warrants that he/she has the power and authority to execute this Customer
Agreement, bind the respective Authorized Customer, and that the execution and performance of this Customer
Agreement has been duly authorized by Customer.
Authorized Customer has caused this Customer Agreement to be executed by its duly authorized representative to be
effective as of this 25th day of January 20 2021
CITY OF NORTH RICHLAND HILLS: VENDOR NAME:
By: By:
Mark Hindman, City Manager Name:
Title:
Date: Date:
ATTEST:
By:
Alicia Richardson, City Secretary
APPROVED TO FORM AND LEGALITY:
By:
Maleshia B. McGinnis, City Attorney
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1, 2,3, 5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2021-702590
ICOR Technology Inc.
Ottawa ON Canada Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/04/2021
being filed.
City of North Richland Hills Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
N/A
Police Investigation Robots
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
Grant,Alexander Ottawa Ontario Canada X
Molnar, Ken Ottawa Ontario Canada X
Guirguis, Hany Ottawa Ontario Canada X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Jack Vong ouangchanh , and my date of birth is
My address is334 Briston Private Ottawa ON K1G 5R2 CAe Ae Ae
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in City of Ottawa County, State of Ontario on the 4th day of January,2o21
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
"I r*4w
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
From: The Office of the City Manager Date: January 25, 2021
Subject: Consider Resolution No. 2020-004, recommending the award of a
construction contract by Tarrant County to Excel 4 Construction, LLC for
the Matson Street Sanitary Sewer Improvement Project for the 46th
Annual Community Development Block Grant Project in the total contract
amount of$228,896.50.
Presenter: Caroline Waggoner, Director of Public Works
Summary:
The City Council is being asked to recommend an award of a construction contract by
Tarrant County to Excel 4 Construction for the CIP Project identified as Matson Street
Sanitary Sewer Improvement Project (CDBG21) in the Capital Projects Budget.
General Description:
The Matson Street Sanitary Sewer Improvement Project marks the 46t" Year in which
the City of North Richland Hills will participate in the Community Development Block
Grant (CDBG) Program. Although the City of North Richland Hills is an entitlement city
and therefore receives CDBG funds directly, the city has contracted with Tarrant
County's CDBG Department to administer the city's CDBG funds. Essentially, the city
determines the projects and Tarrant County administers the projects. However, the city
reviews all bids and consultant contracts and makes recommendations to Tarrant
County for approval. Tarrant County therefore awards both the design consultant and
construction contracts. Tarrant County's administration of the city's CDBG projects does
not include construction inspection; the city will provide these services.
The project consists of reconstructing approximately 1,300 linear feet of sanitary sewer
main in the far southwest portion of the city. The existing sanitary sewer main is clay the
and has reached the end of its useful life. The project includes a base bid which
consists of the sewer main running between Matson Street and US 377.
Tarrant County staff reviewed and approved the project's contract documents prior to
bidding and scheduled a bid opening for December 10, 2020. Bids were received by
Tarrant County at their offices on this date. A total of three (3) contractors submitted
bids. The bids are summarized in the table below, including the unqualified bid for
informational purposes:
"I r*4W
NOLa`C`H KIC"HLAND HILLS
A&B Horseshoe Excel
Bidders Construction, Construction Construction,
LLC Inc. LLC
Bid Amount $245,357.00 $229,001.00 $228,896.50
Both the city and Tarrant County have had prior experience with the low bidder on
projects of similar scope and size and both believe Excel 4 Construction to be a reliable
contractor. Because the project low bid came in approximately $39,000 below the
CDBG construction budget amount, city staff is working with Tarrant County to expand
the limits of the current project to make full use of the available funding. Once the
scope has been revised and agreed to by the contractor, a change order will be brought
to council for consideration.
The current project budget only includes a city pledge of $15,000 as the CDBG funds
will be administered by Tarrant County and will never actually be handled by the city.
The city allocation of funds was included in the budget in the event that the project bids
came in over the CDBG funding amount.
Construction is anticipated to begin in March 2021 and take 120 calendar days to
complete.
Recommendation:
Approve Resolution No. 2020-004, recommending the award of a construction contract
by Tarrant County to Excel 4 Construction Company for the 46t" Annual Community
Development Block Grant Project identified as the Matson Street Sanitary Sewer
Improvement Project in the total contract amount of$228,896.50.
RESOLUTION NO. 2020-004
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NORTH
RICHLAND HILLS RECOMMENDING AWARD OF A
CONSTRUCTION CONTRACT BY TARRANT COUNTY TO EXCEL
4 CONSTRUCTION LLC FOR THE 46t" ANNUAL COMMUNITY
DEVELOPMENT BLOCK GRANT PROGRAM PROJECT
IDENTIFIED AS MATSON STREET SANITARY SEWER
IMPROVEMENT PROJECT WITHIN THE CITY OF NORTH
RICHLAND HILLS AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, The Matson Street Sanitary Sewer Improvement Project was bid by Tarrant
County as a Community Development Block Grant (CDBG) Project on
December 10, 2020; and,
WHEREAS, CDBG funds available for the construction of Matson Street Sanitary Sewer
Improvement Project total $268,855.00; and,
WHEREAS, Tarrant County's consultant and City staff have recommended award of the
Project's bid to Excel 4 Construction, LLC; and,
WHEREAS, Tarrant County desires a recommendation by the City Council of the City of
North Richland Hills to award the contract;
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS:
SECTION 1. That the City of North Richland Hills hereby recommends that Tarrant
County award the contract for the Matson Street Sanitary Sewer
Improvement Project (CDBG) to Excel 4 Construction, LLC in the amount
of$228,896.50.
SECTION 2. That this Resolution shall take effect and be in full force and effect from
and after the date of its adoption, and it is so resolved; and all resolutions
of the City Council of the City in conflict herewith are hereby amended or
repealed to the extent of such conflict.
Resolution No. 2021-004
Page 1 of 2
PASSED AND APPROVED this the 25t"day of January, 2021.
CITY OF NORTH RICHLAND HILLS
By:
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson, City Secretary
APPROVED AS TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney
APPROVED AS TO CONTENT:
Caroline Waggoner,
Director of Public Works
Resolution No. 2021-004
Page 2 of 2
DANNENBAUM ENGINEERING COMPANY— FORT WORTH, LLC
2501 PARKVIEW DRIVE,SUITE 670 FORT WORTH,TExAs 76102 (817)763-8883
December 10, 2020
Mr. Brad Hearne
CDBG Program Manager
Tarrant County
1509-B South University Drive, Suite 276
Fort Worth,TX 76107
Re: Letter of Recommendation for Matson Street Sewer Replacement
Dear Mr. Hearne:
On December 10, 2020, bids were received for the Matson Street Sewer Replacement. A total of 3 bids were received
and a summary of bids is shown in the table below(arranged from lowest to highest)and a detailed tabulation is attached
to this letter:
No. Name Bid Price
1. Excel 4 Construction LLC $228,896.50
2. Horseshoe Construction, Inc. $ 229,001.00
3. A&B Construction LLC $ 245,357.00
Engineer's Estimate $ 256,313.90
The bids were tabulated, and no errors were noted.
The lowest bid was 11% below the engineer's estimate. Excel 4 Construction LLC was found to be the lowest bidder at
$228,896.50. All required acknowledgements and the bid bond were all provided
As all the requirements were met by Excel 4 Construction LLC., Dannenbaum Engineering Corp. — Fort Worth LLC
recommends approval of Excel 4 Construction LLC for a total of$228,896.50.
Sincerely,
P q�- 6�0�
Alex Garcia, P.E.
Project Manager
Attachments: Bid Tabulation
4 th Year CDBG (Project.
Matson drive Sanitary Sewer
h�4 j ,..-.,;�
'-�>1' 4r i � /✓ /�//i/%l//f�// /,. /// l/✓i //' "ll )) /� rr�Yi%il "1/, rah
I� M�;i���e/6�(u o7�I�II, �! ✓ /�� j�;'/ �"!//I P � / �� ��i ;,I,+. d�, ,1..
i
I
f'��% /l /i chi r a, fi/r// r t r r f d " ,/ i�„ I %%✓ � �Y , �? /,��/�j�� tl
i
�' �!, r%�r/�r� li �rii �;rlll+rj��i l„ Ir///1%��%✓G/��/ 11���//�%,I � rf, ,. /�/ i 1� rr r'"� ,���II„(�)i f (%,,,��';
%�f'�J,Ij 'I/, /,6 ��Ir,%//%/// or/ir/;r✓/r/1 r �� r r; ..� '� r
i,a� ,U�s r �"�ri,. '"'�' 1y0„ /�I ��� l% i � l i� ✓/� "I� %i, 0l,;�i/�';� //V# ��,,,�' ,,..r �%".
r
�.� � l rl w r ' yy / / l Li i,ri @wror�{iu �i,�;.'I � � �/r, :. ✓/%o ri r
"%( .1 r ry14',v,�I( / .I,:rl ��G.', ,� pi; ;�✓ �M {Yip,::: „i�� wm",� „`t �.,,,,: ,/' ..�. ,�%� �; > %% �, ,�.,.n IWOU.., l,,rl
/f r hl�iiiuff((lll('((fiiRr(6r'f�Y'Rln ((((lomiilf�(�i�m"iflilRl�fRfRfRfRfRf�f(Y+(l6i"lPoll"id w iiiii"(+mo
�sed Project,
rr
LF 6 Sanitary Severer
e //r / r <rr ly I er/�rr � �O' r O 'J r�/r, ibl� r ✓/r//,�/
r//r r r !�� / �1%rC/ r�� /��� �✓�i� � ! r/� t,r 1r/�/r
bqcement
ce me n
r
✓i v �' ,��, r r, I r '��' h1? ��rL� ` ���� i,l` ��'' r� I/l � /l�j ri ,rrr,� 1��r
/ f Illl r
1'"�i�J,O� ,,�� �r°(' r ��✓ /,/,,,% f+'�rr� l �",. � wR ;��/-' � n / ;� /i „/r";, r �'�"/rr,�i rid g
-�r !i'� r� ,;�i1 � r. is �l ,, �, j_,7 rlm/' ';,1 y'�yr� �:��",,,., f� a ✓ 1 '� ,;'
;�//,,���� �,./i ,',Y". ,//r{! fl r ,-J/ 1'��/fir ���� 1��� ✓/ ,.:!n,�.�' .;� l�'/� r�r„'�', " ,�K,// j!
/ raw r ri ✓ ear i �l /r. /r ,��II /'r lr /�;,, '� r� l
�r ��y J'/ dr1'' /✓ �j //4 fl✓'19 o i�, / .r�k; ��. (I�J° l r✓ ';, y.,/ � � f .�..
��r �r'�i �' � „r: u i / l" r.i �0 �/rf" " %r � � a r. ,%�;l`r✓� '�� /�Ni ,fir,.r,)IYl''yJ ,Hl r, "•+ rJ '/! 'rnsvo�wugiw,�!w�lY
r
J/r�$� , 1� %i /r i ✓/�// LIJJJIL .,,,,,, l7 ,, �r � rre (1�> /6< rrl�i�' l r/
/
� /rR �% � ;"r„ 'r�b W`�rr ✓i� �i � ff(/// .�r r,%✓�r'; I''i I�r;' ��1 i. I
,fir///5/r r/��ryr�l � Il'// @dU�,c,,./l�r,�/µu r« „ q„ P➢ ��� r, � �f„ � ,:r; ;i, / ;;r ,�'tl;,,lUr ' %/%///c!//%4vr,,7, .,ry .V
Jl �ur �:" 1 �'. ,I�' ) � '' ''� � � "l /",,� ✓/: I", Lhlnr' / ri' �1 6..,, � jj��/r �1, / I%I//
/ �` �/ /)�r'l r hy��% , ,rr r�ia�ie �" !rl/ e �,��;, .Ill(ticy ��� � r" �' ,��, �//�''� l>(✓f�� rr,d r%l/i,� + ii�
���,U I�r,„ill%✓/�i�� ������ r'�l� llr�/ ���� ,/ ,� �;��<; ,r 4,r �, ,, ,��r,� � � li/�,> 1 „✓;,
,r'„/�n ✓, 9,r p11,J, I/ I�,�, � rl � r 1/�, /,a o i rti, ,,1 �9 ,, �l, rrr �r�pr,�'
ar,// r(�rr.� /� ✓V 1r1 ' �� / � �/, ( �� ���� l '�i�rr � � �t ,,� �, ,f, r / �r�% /, ,,;//
/,. m /, -�/li,�„ �'N t% � , r NI+! ' 4 ;,;r ,', ;; ,r✓ 1,a 1�, �Y f, r/f�� r /j`.;. ,,nm,r.I,� l �%/:''; � /� r w ry`� �',d..,..
MY,l� /, r', Y riri, r '/�t;�r�o' � � e D ;// ✓ lr%;� � /' � �r,N.. `�,� l/�' r f,r v'�rt
o ,) ,�'> „r/'"%�/ r � ..; ,, '�,r rn/ r �l. s,-. `, �,,p ,o ,(�' I � r� Y3 � i, ";;:, ��:- I�' r r✓ ,1�r5 �/ 0�'�Pt"�
' ✓ � ,/'r, c,✓rdr/ �.;�� ;�� pg r rj„^h .'..;., �j. r�F� � Ii :,� !';�, ' ,;, r 'r/J.r, 4 „, riri
�� />�� // �� I,/e °,..l �� l� J„ Q� �'��%,� I �`IIB"'� / �����, ✓,'�f�d f^r �; e'i.',�rr�� J r (�r!a-.
>/r !^�,;,�, / (� ���r 11 ,;/� ��!!; �✓;/ /� %% r" 1 Jr, (lV,,/.�r r�i!ih✓ s/�� r"�i'� � ���,� j ���
r � ,� ��c Dl°;i � <� �,,j / i, lrl/I,�,. P�/.J�/r''`i/." '�f' ^:'* r /i�" ',�U/�,. 1'�; r I ;!'s ,,��, ,f r' �� � ./!'�r w"1��✓�r
i/ / `.:�� ,/� .;%��H I�,� i,.✓%1� /t!"i, llr�r�;�' �' o f/1,,,`r,"1;'; �d r0�^ �i '"� ���� / "�il ,�
r , (Legend
f � G��"off b)• � Y r '� /�� �' U^" VI I /� � r �/%r i "�.. e % s�
Clean Out
r
C-) /���✓%O /V l ri lr f l //// 1 /
/
SSMIH
(%��r� �O Jra� l �/ /r r �� / ,� r II l� r� � / ✓ !f,� / ,
�` .. Abandoned SS
rl I ✓ lr r� ��i�(111�*�. � � �,��1��7r (l��//tiJ�f�� 1 � r I �r �
SS Lines
�, r`,! ✓/,, �%l1//9%% % �/ i ,1 ��, Nou�r /;' �y1�
r ��%//////i%1l%/ll/�fIIIIIIIV� l�r,/r/// r: ����(������% ',ur/rr,l/�Ul�i�r✓/� �,✓y 1/����tH :Ili( '�''�i� ����I
NRH Flood plain
1,/,i ry�uU' ii✓>'��r�/�Jl� � %r
0.2 PCTANNUALCIHAINCE FLOOD(HAZARD
rr / I /QQ it j �/
My °!ra ✓�%(r
i%
ZoneA
J///
Z,4fYe AErl%�r" %/%i'"'�r'U °
�9�' � �
qp
�T �
V Flaadway i
///a� ��Ir(/n���, I� lrr%��,%,i„ r, /I//�� ���uiU,«J u(rI „(��rYl��, ;r "�r�� itrr �
AGREEMENT FOR ENGINEERING SERVICES
BETWEEN THE
CITY OF NORTH RICHLAND HILLS
AND
BINKLEY & BARFIELD, INC.
1.
This Agreement is executed by and between the City of North Richland Hills, a
municipal corporation located in Tarrant County, Texas, acting by and through Mark
Hindman, its duly authorized City Manager (hereinafter called "CITY"), and BINKLEY &
BARFIELD, INC., a Texas corporation, acting by and through REPRESENTATIVE; its
duly authorized Principal (hereinafter called "ENGINEER").
WITNESSETH, that CITY desires professional engineering services in connection with
the GLENVIEW DRIVE (WEST) PROJECT
NOW, THEREFORE, CITY and ENGINEER, in consideration of the mutual covenants
and agreements herein contained, do mutually agree as follows:
II. PROJECT
In this Agreement, the "PROJECT" means the engineering design of the GLENVIEW
DRIVE (WEST) PROJECT in accordance with the Public Works Design Manual,
applicable CITY codes, regulations and standards.
III. BASIC AGREEMENT
ENGINEER is an independent contractor and undertakes and agrees to perform
professional engineering services in connection with the PROJECT, as stated in the
sections to follow. It is understood and agreed that ENGINEER is not and will not by virtue
of this contract be deemed to be an agent or employee of CITY and that CITY will not be
entitled to direct the performance by ENGINEER's employees or subcontractors of the
tasks contemplated by this contract. All engineering services shall be performed with
diligence and in accordance with professional standards customarily obtained for such
services in the State of Texas. For rendering such services CITY agrees to pay
ENGINEER as set forth in Section Vill- "Compensation" and Exhibit F: "Compensation".
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 1 of 34
IV. SCOPE OF ENGINEER'S SERVICES
ENGINEER shall render the professional services necessary for development of the
PROJECT, in accordance with the schedule in Exhibit A: "Project Schedule" and as
detailed in Exhibit B: "Basic Engineering Services", said exhibits being attached hereto
and incorporated herein for all purposes. ENGINEER shall be responsible, to the level of
competency presently maintained by other practicing professional engineers in the same
type of work in the Dallas/Fort Worth Metroplex area, for professional and technical
soundness, accuracy, and adequacy of all designs, drawings, specifications, and other
work and materials furnished under this Agreement.
V. SPECIAL ENGINEERING SERVICES
The CITY will pay the ENGINEER for Special Engineering Services as indicated in
Exhibit C: "Special Engineering Services", attached hereto and made a part of this
Agreement.
VI. ADDITIONAL ENGINEERING SERVICES
Additional Engineering Services are defined in Exhibit D: "Additional Engineering
Services", attached hereto and made a part of this Agreement. No Additional Engineering
Services are authorized unless authorization for specified additional services are provided
to ENGINEER by CITY in writing and approved by CITY.
VII. SCOPE OF CITY SERVICES
The City will furnish items and perform those services as identified in Exhibit E.
"Services to be provided by the City", attached hereto and made a part of this Agreement.
VIII. COMPENSATION
A. In consideration of the services described herein, CITY shall pay and ENGINEER
shall receive compensation in accordance with Exhibit F: "Compensation".
B. Total payments including without limitation reimbursable expenses, to ENGINEER
by CITY for the services stated in Section IV and Section V above shall not exceed
PROJECT COST ($352,400.00).
C. CITY may authorize additional services to be provided by ENGINEER as mutually
agreed upon by the parties. Any authorization for additional services shall be given
to ENGINEER by CITY in writing and approved by CITY.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 2 of 34
D. CITY and ENGINEER understand that the variables in ENGINEER's cost of
performance may fluctuate. The parties agree that any fluctuation in ENGINEER's
costs will in no way alter ENGINEER's obligations under this Agreement nor excuse
performance or delay on ENGINEER's part.
IX. OWNERSHIP OF DOCUMENTS
All completed or partially completed evaluations, reports, surveys, designs, drawings
and specifications prepared or developed by ENGINEER under this Agreement, including
any original drawings, computer disks, mylars or blue lines, shall become the property of
CITY when the Agreement is concluded or terminated, and may be used by CITY in any
manner it desires; provided, however, that ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described in this Agreement.
X. INDEMNITY
ENGINEER AND ITS SUBCONSULTANTS SHALL INDEMNIFY AND HOLD CITY AND
ALL OF ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES HARMLESS FROM
ANY LOSS, DAMAGE, LIABILITY OR EXPENSES, ON ACCOUNT OF DAMAGE TO
PROPERTY AND INJURIES, INCLUDING DEATH, TO ANY AND ALL PERSONS,
INCLUDING BUT NOT LIMITED TO OFFICERS, AGENTS OR EMPLOYEES OF
ENGINEER OR ITS SUBCONSULTANTS, AND ALL OTHER PERSONS PERFORMING
ANY PART OF THE WORK AND IMPROVEMENTS, WHICH MAY ARISE OUT OF ANY
NEGLIGENT ACT, ERROR, OR OMISSION IN THE PERFORMANCE OF ENGINEER'S
PROFESSIONAL SERVICES OR IN THE PREPARATION OF EVALUATIONS, REPORTS,
SURVEYS, DESIGNS, WORKING DRAWINGS, SPECIFICATIONS AND OTHER
ENGINEERING DOCUMENTS INCORPORATED INTO ANY IMPROVEMENTS
CONSTRUCTED IN ACCORDANCE THEREWITH; ENGINEER SHALL DEFEND AT ITS
OWN EXPENSE ANY SUITS OR OTHER PROCEEDINGS BROUGHT AGAINST CITY AND
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES OR ANY OF THEM ON
ACCOUNT OF THE FOREGOING DESCRIBED NEGLIGENT ACTS, ERRORS OR
OMISSIONS, AND SHALL PAY ALL EXPENSES AND SATISFY ALL JUDGMENTS
WHICH MAYBE INCURRED BY OR RENDERED AGAINST CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES OR ANY OF THEM, IN CONNECTION WITH
THE FOREGOING DESCRIBED NEGLIGENT ACTS, ERRORS, OR OMISSIONS;
PROVIDED AND EXCEPT HOWEVER, THAT THIS INDEMNIFICATION PROVISION
SHALL NOT BE CONSTRUED AS REQUIRING ENGINEER TO INDEMNIFY OR HOLD
CITY OR ANY OF ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES HARMLESS
FROM ANY LOSS, DAMAGES, LIABILITY OR EXPENSE, ON ACCOUNT OF DAMAGE
TO PROPERTY OR INJURIES TO PERSONS CAUSED BY DEFECTS OR DEFICIENCIES
IN DESIGN CRITERIA AND INFORMATION FURNISHED TO ENGINEER BY CITY, OR
ANY SIGNIFICANT DEVIATION IN CONSTRUCTION FROM ENGINEER'S DESIGNS,
WORKING DRAWINGS, SPECIFICATIONS OR OTHER ENGINEERING DOCUMENTS.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 3 of 34
Approval by CITY of contract documents shall not constitute or be deemed to be a release
of the responsibility and liability of ENGINEER, its officers, agents, employees and
subconsultants, for the accuracy and competency of the services performed under this
Agreement, including but not limited to evaluations, reports, surveys, designs, working
drawings and specifications, and other engineering documents. Approval by CITY shall not
be deemed to be an assumption of such responsibility and liability by CITY for any error,
omission, defect, deficiency or negligence in the performance of ENGINEER's professional
services or in the preparation of the evaluations, reports, surveys, designs, working drawings
and specifications or other engineering documents by ENGINEER, its officers, agents,
employees and subconsultants, it being the intent of the parties that approval by CITY signifies
CITY's approval of only the general design concept of the improvements to be constructed.
XI. INSURANCE
For the duration of this Agreement, ENGINEER shall maintain the following minimum
public liability and property damage insurance which shall protect ENGINEER, its
subcontractors, its subconsultants and CITY from claims for injuries, including accidental
death, as well as from claims for property damage which may arise from the performance of
work under this Agreement. ENGINEER shall provide a Certificate of Insurance verifying that
the following minimum limits of coverage are provided:
A. Worker's Compensation Insurance:
Statutory requirements ($ 300,000 minimum)
B. Comprehensive General Liability and Bodily Injury:
Bodily Injury $ 500,000 per person, or
$ 1,000,000 per occurrence; and
Property Damage $ 100,000 each occurrence; or
Combined Single Limit $ 1,000,000 aggregate
C. Comprehensive Automobile Liability:
Bodily Injury $ 500,000 per person, or
$ 1 000,000 per occurrence; and
Property Damage $ 100,000 each occurrence; or
Combined Single Limit $ 1,000,000 aggregate
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 4 of 34
D. Professional Liability:
Errors and Omissions $ 1,000,000
The Certificate of Insurance shall contain a provision that such insurance cannot be
canceled or modified without thirty (30) days prior written notice to CITY.
XII. ARBITRATION
No arbitration arising out of or relating to this Agreement shall occur without both parties'
written approval.
XIII. TERMINATION AND SUSPENSION
A. CITY may terminate this Agreement at any time for convenience or for any cause by a
notice in writing to ENGINEER. Either CITY or ENGINEER may terminate this
Agreement in the event the other party fails to perform in accordance with the
provisions of this Agreement. Upon receipt of such notice, ENGINEER shall
immediately discontinue all services and work and the placing of all orders or the
entering into contracts for supplies, assistance, facilities, and materials, in connection
with the performance of this Agreement and shall proceed to cancel promptly all
existing contracts insofar as they are chargeable to this Agreement.
B. If CITY terminates this Agreement under the foregoing Paragraph A, CITY shall pay
ENGINEER a reasonable amount for services performed prior to such termination,
which payment shall be based upon the payroll cost of employees engaged on the
work by ENGINEER up to the date of termination of this Agreement and for subcontract
and reproduction in accordance with the method of compensation stated in Section
Vill- "Compensation" hereof. In the event of termination, the amount paid shall not
exceed the amount appropriate for the percentage of work completed.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 5 of 34
XIV. SUCCESSORS AND ASSIGNS
CITY and ENGINEER each bind themselves and their successors, executors,
administrators and assigns to the other party of this Agreement and to the successors,
executors, administrators and assigns of such other party in respect to all covenants of this
Agreement; except as above, neither CITY nor ENGINEER shall assign, sublet or transfer its
interest in this Agreement without the written consent of the other. Nothing herein shall be
construed as creating any personal liability on the part of any officer or agent of CITY.
XV. AUTHORIZATION, PROGRESS, AND COMPLETION
CITY and ENGINEER agree that the PROJECT is planned to be completed in accordance
with the Exhibit A: "Project Schedule" which is attached hereto and made a part hereof.
ENGINEER shall employ manpower and other resources and use professional skill and
diligence to meet the schedule; however, ENGINEER shall not be responsible for schedule
delays resulting from conditions beyond ENGINEER's control. With mutual agreement, CITY
and ENGINEER may modify the Project Schedule during the course of the PROJECT and if
such modifications affect ENGINEER's compensation, it shall be modified accordingly,
subject to City Council approval.
For Additional Engineering Services, the authorization by CITY shall be in writing and shall
include the definition of the services to be provided, the schedule for commencing and
completing the services and the basis for compensation as agreed upon by CITY and
ENGINEER.
It is understood that this Agreement contemplates the full and complete Engineering
services for this PROJECT including any and all services necessary to complete the work as
outlined in Exhibit B: "Basic Engineering Services". Nothing contained herein shall be
construed as authorizing additional fees for services to provide complete services necessary
for the successful completion of this PROJECT.
XVI. SUBCONTRACTS
ENGINEER shall be entitled, only if approved by CITY, to subcontract a portion of the
services to be performed by ENGINEER under this Agreement.
XVII. RIGHT TO AUDIT
ENGINEER agrees that CITY shall, until the expiration of three (3) years after final
payment under this Agreement, have access to and the right to examine and photocopy any
directly pertinent books, design calculations, quantity take-offs, documents, papers and
records of ENGINEER involving transactions relating to this Agreement. ENGINEER agrees
that CITY shall have access during normal working hours to all necessary ENGINEER
facilities and shall be provided adequate and appropriate work space in order to conduct
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 6 of 34
audits in compliance with the provisions of this section. CITY shall give ENGINEER
reasonable advance notice of intended audits.
ENGINEER further agrees to include in all its subconsultant agreements hereunder a
provision to the effect that the subconsultant agrees that CITY shall, until the expiration of
three (3) years after final payment under the subcontract, have access to and the right to
examine and photocopy any directly pertinent books, design calculations, quantity take-offs,
documents, papers and records of such subconsultant, involving transactions to the
subcontract, and further, that CITY shall have access during normal working hours to all
subconsultant facilities, and shall be provided adequate and appropriate work space, in order
to conduct audits in compliance with the provisions of this article. CITY shall give
subconsultant reasonable advance notice of intended audits.
XVIII. EXHIBITS
Both parties agree to the following exhibits and as such, the following exhibits are made a
part of this Agreement:
Exhibit "A" Project Schedule
Exhibit "B" Basic Engineering Services
Exhibit "C" Special Engineering Services
Exhibit "D" Additional Engineering Services
Exhibit "E" Services to be provided by the City
Exhibit "F" Compensation
Exhibit "G" Form 1295
XIX. MISCELLANEOUS
A. Authorization to Proceed. Signing this Agreement shall be construed as authorization
by CITY for ENGINEER to proceed with the work, unless otherwise provided for in the
authorization.
B. Legal Expenses. In the event legal action is brought by CITY or ENGINEER against
the other to enforce any of the obligations hereunder or arising out of any dispute
concerning the terms and conditions of this Agreement, the prevailing party in any
litigation between the parties to this agreement shall be entitled to reasonable attorney
fees.
C. Notices. Any notice or correspondence required under this Agreement shall be
sent by certified mail, return receipt requested, or by personal delivery and shall be
effective upon receipt, if addressed to the party receiving the notice or
correspondence at the following address:
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 7 of 34
If to ENGINEER:
Binkley & Barfield, Inc.
Attn: Richard A. Arvizu, PE, CFM
1801 Gateway Boulevard, Suite 101
Richardson, Texas 75080
If to CITY:
City of North Richland Hills
Attn: Caroline Waggoner, PE, CFM
Public Works & Engineering Department
4301 City Point Drive
North Richland Hills, Texas 76180
With Copies to the City Manager and City Attorney at the same address.
D. Independent Contractor. ENGINEER shall perform services hereunder as an
independent contractor, and not as an officer, agent, servant or employee of the
CITY and ENGINEER shall have the exclusive right to control services performed
hereunder by ENGINEER, and all persons performing same, and shall be
responsible for the negligent acts and omissions of its officers, agents, employees,
and subconsultants. Nothing herewith shall be construed as creating a partnership
orjoint venture between CITY and ENGINEER, its officers, agents, employees and
subconsultants; and the doctrine of respondent superior has no application as
between CITY and ENGINEER.
E. Venue. This Agreement shall be governed by the laws of the State of Texas, and
venue in any proceeding relating to this Agreement shall be in Tarrant County,
Texas.
F. Entire Agreement. This Agreement represents the entire agreement between CITY
and ENGINEER and supersedes all prior negotiations, representations or
agreements, either written or oral. This Agreement may be amended only by written
instrument signed by both CITY and ENGINEER.
G. Severability. If any provision in this Agreement shall be held illegal by a valid final
judgment of a court of competent jurisdiction, the remaining provisions shall remain
valid and enforceable.
H. Disclosure. By signature of this Agreement, ENGINEER warrants to CITY that it
has made full disclosure in writing of any existing conflicts of interest or potential
conflicts of interest, including but not limited to personal financial interests, direct or
indirect, in property abutting the PROJECT and business relationships with abutting
property owners. ENGINEER further warrants that it will make disclosure in writing
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 8 of 34
of any conflicts of interest which develop subsequent to the signing of this
Agreement and prior to final payment under this Agreement.
This Agreement is executed in two (2) counterparts.
IN TESTIMONY WHEREOF, the parties hereto have executed this Agreement this the
day of 2021.
CITY OF NORTH RICHLAND HILLS BINKLEY & BARFIELD, INC.
(CITY) (ENGINEER)
By: By:
Mark Hindman, City Manager Richard A. Arvizu, PE, CFM
Managing Director - Infrastructure
Date: Date:
ATTEST: ATTEST:
Alicia Richardson, City Secretary Notary Public in and for the State of Texas
APPROVED TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney Type or Print Notary's Name
My Commission Expires:
CITY SEAL CORPORATE SEAL
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 9 of 34
EXHIBIT A
PROJECT SCHEDULE
FOR
GLENVIEW DRIVE (WEST) PROJECT
The Scope of Services for this PROJECT is based on the following schedule:
Activity Duration Due Date
Notice to Proceed from City 1 Day January 26, 2021
Survey 8 Weeks March 23, 2021
Conceptual Design (30%) 8 Weeks May 18, 2021
City Review 4 Weeks June 15, 2021
Preliminary Design (60%) 8 Weeks August 10, 2021
City Review 4 Weeks September 7, 2021
Pre-Final Design (90%) 10 Weeks November 16, 2021
City Review Comments 4 Weeks December 14, 2021
Final Design (100%) 4 Weeks January 11, 2022
City Review 2 Weeks January 25, 2022
Advertise for Construction Bids 3 Weeks February 15, 2021
Open Construction Bids 4 Weeks March 15, 2021
Begin Construction 4 Weeks April 12, 2021
Notes:
1. Design time from Notice to Proceed to Submittal of Final Design is less than
twelve (12) months.
2. Schedule assumes City review time will be four (4) weeks for Conceptual Design,
Preliminary Design and Pre-Final Design with two (2) weeks for Final Design.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 10 of 34
EXHIBIT B
BASIC ENGINEERING SERVICES
FOR
GLENVIEW DRIVE (WEST) PROJECT
The scope of services for this project includes preparation of construction plans,
specifications, estimates, bid phase support and construction phase services for roadway
improvements on Glenview Drive from just west of Honey Lane westward to the City limit
for approximately 3,100 linear feet. The existing 4-lane asphalt roadway is not proposed
for widening, but rather reconstruction to current City standards. The project will include
construction of sidewalk along the corridor, and basic wet utility replacement as needed
to ensure subsurface infrastructure has an expected life span that exceeds the proposed
pavement work.
BASIC Engineering Services includes Project Management, Conceptual Design,
Preliminary Design, Pre-Final Design, Final Design, Bid Phase Services, Construction
Phase Services, Project Plans, Specifications and Engineer's Opinion of Construction
Cost.
I. PROJECT MANAGEMENT
ENGINEER will manage the work outlined in this scope to ensure efficient and
effective use of ENGINEER's and CITY's time and resources. ENGINEER will
manage change, communicate effectively, coordinate internally and externally as
needed, and proactively address issues with the CITY's Project Manager and others
as necessary to make progress on the work.
Team Management:
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Allocate team resources
Communications and Reporting:
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 11 of 34
• Attend a pre-design project kickoff meeting with CITY staff to confirm and clarify
scope, understand CITY objectives, and ensure economical and functional
designs that meet CITY requirements
• Conduct and document monthly project update meetings with CITY Project
Manager
• Conduct review meetings with the CITY at the end of each design phase.
• Conduct and document monthly design team meetings.
• Prepare and submit monthly invoices in the format acceptable to the CITY.
• Prepare and submit monthly progress reports.
• Prepare and submit baseline Project Schedule initially and Project Schedule
updates.
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure and provide and obtain information needed to prepare the
design.
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements
are appropriately reflected in the designs.
• Personnel and Vehicle Identification: When conducting site visits to the project
location, the ENGINEER or any of its sub-consultants shall carry readily visible
information identifying the name of the company and the company representative.
Assumptions:
• 11 Monthly Update/Coordination Meetings w/Project Manager
• 11 Internal Design Team Meetings
• 11 Monthly Progress Reports
Deliverables:
• Meeting summaries with action items
• Monthly invoices
• Monthly progress reports
• Project design schedule
II. CONCEPTUAL DESIGN (30%)
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 12 of 34
The Conceptual Design shall be submitted to CITY per the approved Project
Schedule. The purpose of the conceptual design is for the ENGINEER to identify,
develop, communicate through the defined deliverables, and recommend the design
concept that successfully addresses the design problem, and to obtain the CITY's
endorsement of this concept. ENGINEER will utilize concepts and criteria contained
in the current CITY standards and Mater Thoroughfare Plan and Roadway Rightsizing
Plan for conceptual planning and design including conceptual roadway corridor. Also
included in this scope of work is the conceptual design of the water, sanitary sewer
and storm drainage improvements within the project limits.
ENGINEER will develop the conceptual design of the infrastructure
• In addition to data obtained from the CITY, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
project. ENGINEER will also identify and seek to obtain data for existing conditions
that may impact the project including utilities, agencies (TxDOT), City Master
Plans, and property ownership as available from the Tax Assessor's office.
• Prepare conceptual design plans. The documents will represent a 30% complete
review set. The conceptual design plans will include:
o Conceptual cover and index of sheets including project limits, area location
map and beginning and end station limits.
o Existing typical sections of the roadway to be constructed along with proposed
typical sections which outline the proposed improvements. Typical sections
shall include existing and proposed ROW, existing and proposed lane widths
and direction arrows, existing and proposed curbs, sidewalks, and retaining
walls.
o Conceptual plan and profile sheets showing existing and proposed horizontal
and vertical roadway alignments, existing and proposed ROW, existing and
proposed easements, existing and proposed sidewalks and driveways,
proposed lane dimensions and lane arrows, existing drainage structures, City-
owned and franchise utilities.
o Confirm location, size and age of all CITY owned utilities.
o Confirm location of existing franchise utilities (Atmos Gas, Oncor, Verizon,
Frontier, AT&T, etc.). Contact the utility companies regarding the location of
their facilities (Level C & D SUE Services).
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 13 of 34
o Existing drainage area map showing existing storm drainage system layout
including pipe sizes, inlets, junction structures and outfall locations within the
project limits.
o Pre and post condition Drainage area map with supporting drainage
computation in the CITY's standard tabular format.
o Conceptual storm drainage system layout identifying extents of the storm
system expansion including locations of proposed inlets, junction structures
and outfall locations within the project limits.
o Conceptual water system improvements layout within the project limits. This
effort includes the layout of approximately 3,200 LF of 8" and 16" water main
replacement with appurtenances.
o Conceptual sanitary sewer system improvements within the project limits. This
effort includes the layout of approximately 1,200 LF of 8" sanitary sewer main
replacement with appurtenances.
o Completed variance request forms
o QAQC checklists
o Transmittal letter including a summary of conflicts and know troublesome areas
to be further addressed in subsequent plan sets
• The ENGINEER shall prepare a project decision log identifying resolutions to
previously identified conflicts and design challenges.
• The ENGINEER shall prepare an opinion of probable construction cost and submit
this opinion to the CITY.
• The ENGINEER shall not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
Assumptions:
• 2 sets of 22"x34" full sized plans will be delivered for the 30% design
• 2 sets of 11"x17" half sized plans will be delivered for the 30% design
• PDF files created from design CAD drawings will be digitally submitted to the City
• 1 Concept Design Review Meeting w/ City Staff
Deliverables:
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 14 of 34
• Conceptual Design Package (hard copy and PDF format)
III. PRELIMINARY DESIGN (60%)
• The Preliminary Design shall be submitted to CITY per the approved Project
Schedule.
• Prepare preliminary design plans. The documents will represent a 60% complete
review set. The preliminary design plans will include:
o Preliminary cover and index of sheets including project limits, area location
map and beginning and end station limits.
o General Notes Sheet
o Project Control Sheet, showing all Control Points, used or set while
gathering data. Benchmarks shall tie into the City's GPS monuments set in
2008 and 2011. Horizontal datum is NAD83(2011) and the vertical datum is
NAVD88.
o Updated existing and proposed typical section sheets.
o Demolition Sheets showing limits for removal of street pavement,
driveways, lead walks, sidewalks, and trees
o Updated Paving Plan and Profile sheets displaying station and coordinate
data for all horizontal alignment P.C.'s, P.T.'s, P.I.'s; station and elevation
data of all vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points;
lengths of vertical curves, grades, K values, e, and vertical clearances
where required.
■ No less than two benchmarks plan/profile sheet.
■ Bearings given on all proposed centerlines, or baselines.
o Intersection layout sheets including ROW lines, horizontal alignments,
utilities, curbs, sidewalks, driveways, lane dimensions and arrows, and
existing and proposed contours (0.25' intervals).
o ENGINEER will delineate the watershed based on contour data and field
verification and document existing street, right-of-way and storm drain
capacities for the subject site. A drainage area map will be drawn at
maximum 1" = 200' scale from available 2' contour data with the contours
labeled. Data source and year will be provided by the CITY. Calculations
regarding street and right-of-way capacities and design discharges (5-year,
25-year and 100-year frequencies) at selected critical locations will be
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 15 of 34
provided. Other frequencies as required by City Drainage Manual may be
appropriate for outfalls and sensitive locations. Capacities of existing storm
drain will be calculated and shown. Design shall conform to CITY criteria
delineated in the CITY's current Drainage Criteria Manual. All locations in
the project area where 100-year runoff exceeds available storm drain and
right-of-way capacities shall be clearly identified. The ENGINEER's
responsibility includes recommendations for improvements of the existing
system as deemed reasonable and consistent with CITY standards.
o Storm drain plan and profile sheets showing location and size of all inlets,
manholes, junction boxes, culverts and piping. Storm drain profiles shall
include existing and proposed flow lines, flows, flow velocities, 25-year and
100-yr HGL, lengths and slopes of pipe, top of ground profile over pipe and
connections to existing or proposed storm sewer systems.
o Preliminary water plans for replacement of existing water mains with
appurtenances including modifications to existing infrastructure at locations
where conflicts have been identified with the proposed roadway, storm
drain, sanitary sewer or other utilities and address CITY comments.
o Preliminary sanitary sewer plans for the replacement of existing sanitary
sewer mains with appurtenances and structures including modifications to
existing infrastructure at locations where conflicts have been identified with
the proposed roadway, storm drain, water or other utilities and address
CITY comments.
o Preliminary erosion control plan and details.
o Preliminary signing, pavement marking layouts.
o Preliminary construction phasing layout
o Roadway Cross Section Sheets.
■ Cross sections shall be at centerline of each street intersection, 50,
intervals and at the centerline of each driveway and intersecting
street.
■ Cross sections shall include existing and proposed grades,
pavement section, sidewalk and top of curb elevations.
o Preliminary roadway details to include curbs, curb expansion joints,
driveways, sidewalks, and pavement details.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 16 of 34
• Preliminary plans will be of sufficient detail for submission for franchise utility
review.
• The requirements for preliminary plans will be in accordance with the City of North
Richland Hills Design Criteria Standards.
• Preliminary design shall be in compliance with TCEQ Standards and TDLR
standards
• The ENGINEER will perform a constructability review.
• The ENGINEER will perform QA/QC of preliminary plans.
• An opinion of probable construction cost for proposed capital improvements will be
updated based on the preliminary design.
• Submit preliminary plans to franchise utility companies.
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments, public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities, and other facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities, and
where known and possible consider potential future utilities in designs.
• The ENGINEER shall prepare a project decision log identifying resolutions to
previously identified conflicts and design challenges.
• Preliminary plans must be approved by CITY prior to ENGINEER commencing
with the preparation of the pre-final design plans.
Assumptions:
• 2 sets of 22"x34" full sized plans will be delivered for the 60% design
• 2 sets of 11"x17" half sized plans will be delivered for the 60% design
• PDF files created from design CAD drawings will be digitally submitted to the City
• All submitted documents and checklists will be uploaded to the City.
• The ENGINEER shall provide technical specifications as needed.
• 1 Preliminary Design Review Meeting w/ City Staff
• Traffic Control Plans not required
• Streetlight/Illumination Plans not required
• Traffic Signal Modifications not required
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 17 of 34
• Landscaping and Irrigation Plans not required
• Water/Wastewater Capacity Analysis not required
Deliverables:
• Preliminary Design Package (hard copy and pdf format)
• Estimates of probable construction cost
• Completed variance request forms
• QA/QC Checklist
IV. PRE-FINAL DESIGN PLANS (90%)
• A review meeting to discuss the preliminary design plans and project walkthrough
with the CITY will be conducted.
• Upon acceptance of preliminary design plans by the CITY, the Engineer shall
prepare pre-final design plans and specifications.
• The pre-final design plans will represent a 90% complete review set. The pre-final
plans shall be consistent with previous sections.
• Confirm driveway grades, limits of reconstruction and driveway cross sections
• Confirm retaining wall locations and proposed height (if needed)
• Confirm proposed grades for sidewalks, lead walks and barrier free ramps
• Revise/adjust street grades as required
• Confirm fire hydrant and water valve spacing and locations
• Confirm sanitary sewer manhole spacing and locations
• Incorporate all CITY review comments from the preliminary design phase
• Prepare bid proposal
• Prepare special specifications (as needed)
• Provide recommendation and justification for liquidated damages beyond those set
forth in the current NCTCOG General Provisions and consider incentives for the
construction contractor to complete the project early and/or meet intermediate
project milestones.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 18 of 34
• The ENGINEER will perform a constructability review.
• The ENGINEER will perform QA/QC of pre-final plans.
• An opinion of probable construction cost for proposed capital improvements will be
updated based on the pre-final design.
• Pre-final plans must be approved by CITY prior to ENGINEER commencing with
the preparation of the final design plans.
Assumptions:
• 2 sets of 22"x34" full sized plans will be delivered for the 90% design
• 2 sets of 11"x17" half sized plans will be delivered for the 90% design
• PDF files created from design CAD drawings will be digitally submitted to the City
• All submitted documents and checklists will be uploaded to the City.
• The ENGINEER shall provide technical specifications as needed.
• 1 Pre-Final Design Review Meeting w/ City Staff
Deliverables:
• Pre-Final Design Package (hard copy and pdf format)
• Estimates of probable construction cost
• QA/QC Checklist
• Bid Proposal
V. FINAL DESIGN PLANS (100%)
• A review meeting to discuss the pre-final design plans with the CITY will be
conducted.
• Upon acceptance of pre-final design plans by the CITY, the Engineer shall prepare
final design plans and specifications.
• The final design plans will represent a 100% complete review set. The final plans
shall be consistent with previous sections.
• Incorporate all CITY review comments from the pre-final design phase
• Revise bid proposal as needed
• Revise special specifications (as needed)
• The ENGINEER will perform QA/QC of final plans.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 19 of 34
• An opinion of probable construction cost for proposed capital improvements will be
updated based on the final design.
• Upon approval by the CITY, the ENGINEER will prepare final signed and sealed
construction plans.
Assumptions:
• 4 sets of 22"x34" full sized plans will be delivered for the 100% final design
• 4 sets of 11"x17" half sized plans will be delivered for the 100% final design
• 2 sets of hard copy specifications
• PDF files created from design CAD drawings will be digitally submitted to the City
• All submitted documents and checklists will be uploaded to the City.
• The ENGINEER shall provide technical specifications as needed.
• 1 Final Design Review Meeting w/ City Staff
Deliverables:
• Final Design Package (hard copy and PDF format)
• Estimates of probable construction cost
• QA/QC Checklist
• Bid Proposal
VI. BID PHASE SERVICES
• The ENGINEER shall provide Bid Phase assistance as requested by CITY.
• Attend the prebid conference in support of the CITY.
• When substitution prior to award of contracts is allowed in the contract documents,
the ENGINEER will advise the CITY as to the acceptability of alternate materials
and equipment proposed by bidders.
• Incorporate all addenda into the contract documents and issue conformed sets.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids, and recommend award of the contract. A copy of the Bid
Tabulation and letter of recommendation of award will be provided to the CITY.
• Check references and make contractor recommendation award for construction.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 20 of 34
• Final conformed Contract Documents incorporating all addenda and other bid
phase modifications shall be submitted as an Adobe Acrobat PDF format (version
6.0 or higher) file.
Assumptions:
• 4 sets of 22"x34" full sized plans (conformed, if applicable)
• 4 sets of 11"xl 7" half sized plans (conformed, if applicable)
• 4 sets of hard copy specifications (conformed, if applicable)
• PDF files uploaded to the City
Deliverables:
• Addenda (if necessary)
• Bid Tabulation
• Recommendation Letter for Award of contract
• Construction documents (conformed, if applicable)
VII. CONSTRUCTION PHASE SERVICES
ENGINEER will support the construction phase of the project as needed on an hourly
basis as follows:
• The ENGINEER shall attend the preconstruction conference.
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents and make recommendations as to the
acceptability of the work.
• The ENGINEER shall attend the "Final' project walk through and assist with
preparation of final punch list.
• The ENGINEER shall prepare record drawings from information provided by the
CITY depicting any changes made to the Final Drawings during construction. The
following information shall be provided by the CITY:
o As-Built Survey
o Red-Line Markups from the Contractor
o Red-Line Markups from City Inspector
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 21 of 34
o Copies of Approved Change Orders
o Approved Substitutions
• The ENGINEER shall submit a set of sealed Final Drawings, modified and
stamped as Record Drawings. The ENGINEER may keep copies of the information
provided by the CITY for their files, but all original, red-lined drawings shall be
returned to the CITY with the mylars.
Assumptions:
• 4 site visits
• 2 RFIs
• Construction staking to be provided by construction contractor
Deliverables:
• Response to Contractor's Request for Information
• Final Punch List Items
• Record drawings
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 22 of 34
EXHIBIT C
SPECIAL ENGINEERING SERVICES
FOR
GLENVIEW DRIVE (WEST) PROJECT
The scope of work for SPECIAL Engineering Services involves Field Survey, Property
Owner Survey Notice Letter, Traffic Counts and Forecasting, and Geotechnical
Investigation/Pavement Design. The scope of work for the Special Engineering Services
is more generally described as follows:
I. FIELD SURVEY
ENGINEER will perform an on the ground survey of the property under the direct
supervision of a Registered Professional Land Surveyor. Included in this item:
• Survey area generally includes Glenview Drive (West) from the City limits
eastward to Honey Lane.
• Establish horizontal and vertical survey control for the length of the project.
Control points will need to be set within City right-of-way.
• Identify properties by street address, owner name, lot number and block
number
• Locate existing right-of-way lines, property corners and easements per the
subdivision plats of record. Enough property corners will be located so that the
location of the City right-of-way is defined for use in construction. Locate iron
pins or other monumentation that can be readily located with a pin finder or
visual inspection only. Full boundary survey is not required.
• Locate and tie existing pavement, top of curb, gutter elevations, sidewalks, lead
walkways, concrete steps, driveways, concrete pads & mailboxes. Limits to be
surveyed also include portions of the intersection at connecting streets, (a
minimum of fifty feet (50') from PC/PT).
• Minimum cross sections shall be taken every 50' and shall include edges of
sidewalk, natural ground line at right-of-way limits and natural ground line
twenty-five (25') from right-of-way.
• Driveways locates shall include elevations at street curb return, edge of
sidewalks, right-of-way line, end of driveway at edge of building and at any
vertical grade breaks.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 23 of 34
• Locate and tie existing fences, trees, bushes, retaining walls, and other above
ground ancillary features within the right-of-way. Estimate caliper and tree type.
Detailed tree survey is not required.
• Locate and tie all water appurtenances such as water valves, water meters and
fire hydrants.
• Locate and tie all sanitary sewer appurtenances such as cleanouts and
manholes. Obtain flowline and rim elevations for all sanitary sewer manholes.
Provide directional flow arrows for sanitary sewer manholes.
• Locate and tie all drainage structures, channels, swales and/or creeks. Field
survey of invert elevations for accessible storm drain inlets.
• Contact Texas811 to request locates of all utilities within the project limits. Have
them designated in the field. Identify utility markings and incorporate field
locates into design survey.
• Submit a list of franchise utility companies with utilities in the area based on e-
mail response from Texas811 request. All e-mails will be placed in a folder
called "One Call" and provided to the client.
• Develop base map from field survey in AutoCAD Civil 3D. CAD drawing to
include features noted above and one-foot contours.
Assumptions:
• Species names of trees not required
• Detailed tree survey not required
• Boundary survey not required
• Survey for SUE not required
• Construction staking not required
Deliverables:
• Field survey points and descriptions in AutoCAD format.
• Base map in AutoCAD format
II. PROPERTY OWNER SURVEY NOTICE LETTER
• Prior to beginning the survey efforts for the project, the ENGINEER shall
prepare property notification maps and letters with owner contact information
based on current appraisal district data identifying all impacted landowners for
and submit for City review and approval prior to mailing. Notifications shall be
mailed 10 working days prior to beginning field surveying efforts.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 24 of 34
• The documentation shall be provided in conformance with the City's criteria for
property owner's notification.
Deliverables:
• Letters to property owners
III. TRAFFIC COUNTS AND FORECASTING
Traffic forecasting shall be obtained and provided to the Geotechnical Engineer as
part of the analysis/recommendation for the proposed pavement section
• 48-hr bi-directional traffic counts at two locations
• Research and data collection on existing traffic studies/counts
• Traffic forecasting for 50-year pavement lifecycle for use in pavement
section design/confirmation
Deliverables:
• Traffic Counts and Forecasting Summary
IV. GEOTECHNICAL INVESTIGATION/PAVEMENT DESIGN
• Soil investigations, including field and laboratory tests, borings, related
engineering analysis and recommendations for determining soil conditions will
be made. In addition to the above investigations, borings and appropriate field
and laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan.
• 6 borings will be completed to depths of about 10 feet below grade at pavement
locations. Please note that it is our intent to conduct all geotechnical testing
within the appropriate soil strata so that results are consistent with the final in-
place conditions. However additional construction phase testing may be
required to confirm final subgrade recommendation.
• Field personnel will complete the borings using truck-mounted equipment.
Cohesive and non-cohesive soil samples will be obtained using three-inch
diameter Shelby tube samplers (ASTM D1587) and two-inch diameter standard
split-spoon samplers (ASTM D1586), respectively. In addition, rock
encountered will be evaluated by use of the Texas Department of
Transportation cone penetration tests. Rock coring is not included in this scope
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 25 of 34
of work. At the completion of drilling operations, bore holes will be backfilled
and plugged with bentonite and plugged at the surface with concrete.
• A soils technician will extrude the samples in the field, check the samples for
consistency with a hand penetrometer, carefully wrap them to preserve their
condition, and return them to the laboratory for testing. A log of each boring will
be prepared to document field activities and results.
• Traffic control during as necessary
• Laboratory testing of the recovered materials will be required to perform
engineering analysis and prepare recommendations for the proposed
improvements. The laboratory testing will include the following:
Test Type Test Count
Moisture Content (ASTM D2216) 6
Atterberg Limits (ASTM D4318) 6
Unconfined Compressive Strength of Soil (ASTM D2166) 6
Unit Weight 6
Free Swell Tests (ASTM D4546) 6
Eades and Grim Lime Series Tests 6
Soluble Sulfate Tests (Tex 145-E) 6
• Testing will be in accordance with ASTM or TxDOT procedures. The specific
types and quantities of tests will be determined based on subsurface conditions
encountered in the borings.
• The engineering report will be prepared by a registered engineer and will
present the results of the field and laboratory data together with the analyses
of the results and recommendations. The report will address:
o General soil and groundwater conditions
o Comments on excitability of materials
o Guidelines for pavement subgrade stabilization
o Pavement thickness calculations using City of North Richland Hills
Paving Design Standards
o Earthwork recommendations
o Construction considerations related to soil and groundwater conditions
at the borings
• The ENGINEER shall prepare a detailed geotechnical engineering study and
pavement design in conformance with the City of North Richland Hills
Pavement Design Criteria. Should the study deem that the City standard
pavement structure will result in a lifecycle of less than 50 years additional
recommendations will be included to prolong the expected life of the pavement.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 26 of 34
The study shall include recommendations regarding utility trenching and
identify existing groundwater elevation at each boring.
Assumptions:
• Utility research and record drawings will be provided by the City.
• Franchise utility locates will be limited to One-Call designation services and
excludes subsurface location services. Surveying services related to franchise
utilities will include field surveying of all readily available surface improvements
including pin flags and paint markings provided by One-Call and City services.
Deliverables:
• Geotechnical report summarizing analyses and recommendations for
pavement section.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 27 of 34
EXHIBIT D
ADDITIONAL ENGINEERING SERVICES
FOR
GLENVIEW DRIVE (WEST) PROJECT
The scope of work for Additional Engineering Services involves Level A Sue Services —
Test Holes, Permitting. The scope of work for the Additional Engineering Services is more
generally described as follows:
I. LEVEL A SUE SERVICES — TEST HOLES
The ENGINEER shall only provide Level A SUE Services if requested by the CITY.
Through a qualified subcontractor, ENGINEER shall:
• Perform SUE Services — Level A Test Holes for approximately two (2) test
holes. Location to be recommended by ENGINEER and approved by the
CITY.
• Traffic control for test holes shall be provided (as needed).
Assumptions:
• 2 test holes (as needed)
Deliverables:
• SUE report detailing depth of utility, location and material type
II. PERMITTING
The ENGINEER will provide permitting support for the CITY to obtain any and all
agreements and/or permits normally required for a project of this size and type, as
follows.
Franchise Utility Coordination
• Meet, negotiate, and coordinate to obtain approval of the agency issuing the
agreement and/or permit
• Completing all forms/applications for the City.
• Submitting forms/applications for City.
• Submitting revised forms for agency review
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 28 of 34
• Responding to agency comments and requests.
Texas Department of Licensing and Regulation (TDLR)
• Identify and analyze the requirements of the Texas Architectural Barriers Act,
Chapter 68 Texas Administrative Code, and become familiar with the
governmental authorities having jurisdiction to approve the design of the
Project.
• Submit construction documents to the TDLR
• Completing all TDLR forms/applications necessary
• Obtain the Notice of Substantial Compliance from the TDLR
• Request an inspection from TDLR or a TDLR locally approved Registered
Accessibility Specialist no later than 30 calendar days after construction
substantial completion. Advise the CITY in writing of the results of the
inspection.
• Responding to agency comments and requests.
Assumptions:
• 404/US Army Corps of Engineers Permitting not required
• Jurisdictional Waters of the United States delineation not required
• Cultural Resources Desktop Analysis and THC coordination not required
• Coordination with FEMA not required (Zone A)
Deliverables:
• TDLR registration document
• TDLR approval letter
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 29 of 34
EXHIBIT E
SERVICES TO BE PROVIDED BY THE CITY
FOR
GLENVIEW DRIVE (WEST) PROJECT
The CITY will provide the following services to the ENGINEER in the performance of the
PROJECT upon request:
I. Provide any existing data the CITY has on file concerning the PROJECT, if available.
II. Provide any available As-Built plans for existing streets and drainage facilities, if
available.
III. Provide any available As-Built plans for existing water and sanitary sewer mains, if
available.
IV. Assist the ENGINEER, as necessary, in obtaining any required data and information
from TxDOT and/or other local utility companies.
V. Provide standard details and specifications in digital format.
VI. Assist the ENGINEER by requiring appropriate utility companies to expose
underground utilities within the Right-of-Way, when required.
VII. Give prompt written notice to ENGINEER whenever CITY observes or otherwise
becomes aware of any development that affects the scope or timing of the
ENGINEER's services.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 30 of 34
EXHIBIT F
COMPENSATION
FOR
GLENVIEW DRIVE (WEST) PROJECT
I. COMPENSATION
For and in consideration of the services to be rendered by the ENGINEER, the CITY
shall pay, and the ENGINEER shall receive the compensation hereinafter set forth for
the Design and Construction Phases of the work and additionally for Special
Engineering Services and/or Additional Engineering Services that are in addition to
the Basic Engineering Services. All remittances by CITY of such compensation shall
either be mailed or delivered to the ENGINEER's home office as identified in the work
authorization.
A. Compensation for the Basic Engineering Services provided herein shall be as
follows:
Conceptual Design (30%): $87,000.00
Preliminary Design (60%): $85,600.00
Pre-Final Design (90%): $62,600.00
Final Design (100%): $29,800.00
Bid Phase Services: $7,000.00
Design and Bid phases shall be completed for an hourly not to exceed fee of
$272,000.00. and Construction Phase services will be completed for an hourly not
to exceed fee of$18,200.00.
B. Compensation for Special Engineering Services not covered by the Basic
Engineering Services provided herein above shall be as follows:
Design Surveys: Lump Sum Fee of $31,800.00
Property Owner Survey Notice Letter: Lump Sum Fee of$1,200.00
Traffic Counts and Forecasting: Lump Sum Fee of $3,000.00
Geotechnical Investigation/Pavement Design (Incl. traffic control): Lump Sum Fee
of $11,500.00
C. Compensation for Additional Engineering Services not covered by Basic
Engineering Services or Special Engineering Services provided herein shall be as
follows:
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 31 of 34
Level A SUE Test Holes: 2 Test Holes at $1,500.00 each for a maximum not to
exceed Fee of$3,000.00
Level A SUE Traffic Control for Test Holes: Lump Sum Fee of $2,700.00
Utility Coordination/Permitting: Lump Sum Fee of $6,200.00
TDLR Permitting: Lump Sum Fee of$2,800.00
For all direct non-labor and/or subcontract expense, including mileage, travel and
living expenses at invoice or internal office cost times a multiplier of 1.1.
Payments to the ENGINEER for authorized Additional Engineering Services will
be due monthly, upon presentation of monthly statement by the ENGINEER for
such services.
II. AUDIT AND SCOPE CHANGE
Cost budgets are set forth above and are subject to the audit provisions of this
Agreement, Section XVII: "Right to Audit". It is also understood that the cost budgets
are based upon ENGINEER's best estimate of work and level of effort required for the
proposed scope of services. As the PROJECT progresses, it is possible that the level
of effort and/or scope may differ up or down from that assumed. If there are no scope
changes, the ENGINEER shall receive the full amount of lump sum and unit price fees,
regardless of the cost. If at any time it appears that the cost budget may be exceeded,
the ENGINEER shall notify the CITY as soon as possible in writing.
If there is a scope change, the ENGINEER shall notify the CITY as soon as possible
in writing and shall include a revised scope of services, estimated cost, revised fee
schedule, and a revised time of completion. Upon negotiation and agreement via a
signed amendment by both parties, the cost budget, fee schedule, and total budget
will be adjusted accordingly.
CITY shall not be obligated to reimburse the ENGINEER for costs incurred in excess
of the cost budget. The ENGINEER shall not be obligated to perform on any change
in scope of work or otherwise incur costs unless and until the CITY has notified the
ENGINEER in writing that the total budget for Engineering Services has been
increased and shall have specified in such notice a revised total budget which shall
thereupon constitute a total budget for Engineering Services for performance under
this Agreement.
A detailed scope of work, total budget, and schedule will be prepared by the
ENGINEER and executed by the CITY if the ENGINEER is authorized to perform any
Additional Engineering Service(s).
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 32 of 34
III. PAYMENT
Payments to the ENGINEER will be made as follows:
A. Invoice and Time of Payment
Monthly invoices will be issued by the ENGINEER for all work performed under
this Agreement. Invoices are due and payable on receipt. Invoices will be prepared
in a format approved by the CITY prior to submission of the first monthly invoice.
Once approved, the CITY agrees not to require changes in the invoice format, but
reserves the right to audit. Monthly payment of the fee will be in proportion to the
percent completion of the total work (as indicated in Exhibit B: "Basic Engineering
Services").
Upon completion of services enumerated in Exhibit B: "Scope of Basic Engineering
Services", the final payment of any balance will be due upon receipt of the final
invoice.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 33 of 34
EXHIBIT G
FORM 1295
FOR
GLENVIEW DRIVE (WEST) PROJECT
[Form 1295 is submitted as the following page]
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND BINKLEY&BARFIELD,INC.
GLENVIEW DRIVE(WEST)PROJECT (6/07/2016) Page 34 of 34
CERTIFICATE OF INTERESTED PARTIES FORM 1295
10fl
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2021-703817
Binkley&Barfield, Inc.
Richardson,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/07/202
being filed.
City of North Richland Hills Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
N/A
Project includes preparation of construction plans,specifications, estimates, bid phase support and construction phase services for
roadway improvements on Glenview Drive(West).
Nature of interest
4 Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling intermediary
Binkley,James Brett Houston,TX United States X
Barfield, PE, Larry Houston,TX United States X
Hamilton, PE, David Houston,TX United States X
Reddish, PE, Harold Houston,TX United States X
Laham, PE, Youssef Houston,TX United States X
Williams, RPLS, Steven Houston,TX United States X
I
5 Check only if there is NO Interested Party. ❑
6 LINSWORN DECLARATION
My name is Harold Reddish, PE and my date of birth is 12/25/1954
My address is 1710 Scamist Drive Houston Texas,77008 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct. 11�Executed in Harris County, State of T as/ on t a ay January 2021
(month) (year)
Signature of a oned agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
&J, ami,,
gp
YN, wo 6 ol
�j,;,law" .""two
M 7
jio
U
Q7 �Ao M
..........
T re,,q, IF
A
6_
Lr "'Ay,
7-
ApAlf,
ro A//2"
lip,
g, df, x
Q
IF
N,
11 FROWNI-71
j
All
Ow
go"i
Me
IrA�o
..............
cy
ME
MI
I/M
"o,a,
K, ill //It
L9
J-77",
A
j J"r,"",_6A f
M/
'M
pr
uj
A/M
A
a
................
�P7
Z A�d/
...........
H
----------
smar
10
A/0,
...................
�j FyRm/W,
po
,I//"Wo&II
y'A
eg P,
ARK,
"14
fM/
&
4
7 M116"
go
V
v
/MO.
NN";
4,
RA/M
K A/d/00
a
AGREEMENT FOR ENGINEERING SERVICES
BETWEEN THE
CITY OF NORTH RICHLAND HILLS
AND
KIMLEY-HORN AND ASSOCIATE, INC.
1.
This Agreement is executed by and between the City of North Richland Hills, a
municipal corporation located in Tarrant County, Texas, acting by and through Mark
Hindman, its duly authorized City Manager (hereinafter called "CITY"), and KIMLEY-
HORN AND ASSOCIATES, INC., a North Carolina corporation, acting by and through
REPRESENTATIVE; its duly authorized Principal (hereinafter called "ENGINEER").
WITNESSETH, that CITY desires professional engineering services in connection with
the BEDFORD-EULESS ROAD PROJECT
NOW, THEREFORE, CITY and ENGINEER, in consideration of the mutual covenants
and agreements herein contained, do mutually agree as follows:
11. PROJECT
In this Agreement, the "PROJECT" means the engineering design of the BEDFORD-
EULESS ROAD PROJECT in accordance with the Public Works Design Manual,
applicable CITY codes, regulations and standards.
III. BASIC AGREEMENT
ENGINEER is an independent contractor and undertakes and agrees to perform
professional engineering services in connection with the PROJECT, as stated in the
sections to follow. It is understood and agreed that ENGINEER is not and will not by virtue
of this contract be deemed to be an agent or employee of CITY and that CITY will not be
entitled to direct the performance by ENGINEER's employees or subcontractors of the
tasks contemplated by this contract. All engineering services shall be performed with
diligence and in accordance with professional standards customarily obtained for such
services in the State of Texas. For rendering such services CITY agrees to pay
ENGINEER as set forth in Section VIII: "Compensation" and Exhibit F: "Compensation".
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 1 of 30
IV. SCOPE OF ENGINEER'S SERVICES
ENGINEER shall render the professional services necessary for development of the
PROJECT, in accordance with the schedule in Exhibit A: "Project Schedule" and as
detailed in Exhibit B: "Basic Engineering Services", said exhibits being attached hereto
and incorporated herein for all purposes. ENGINEER shall be responsible, to the level of
competency presently maintained by other practicing professional engineers in the same
type of work in the Dallas/Fort Worth Metroplex area, for professional and technical
soundness, accuracy, and adequacy of all designs, drawings, specifications, and other
work and materials furnished under this Agreement.
V. SPECIAL ENGINEERING SERVICES
The CITY will pay the ENGINEER for Special Engineering Services as indicated in
Exhibit C: "Special Engineering Services", attached hereto and made a part of this
Agreement.
VI. ADDITIONAL ENGINEERING SERVICES
Additional Engineering Services are defined in Exhibit D: "Additional Engineering
Services", attached hereto and made a part of this Agreement. No Additional Engineering
Services are authorized unless authorization for specified additional services are provided
to ENGINEER by CITY in writing and approved by CITY.
VII. SCOPE OF CITY SERVICES
The City will furnish items and perform those services as identified in Exhibit E.
"Services to be provided by the City", attached hereto and made a part of this Agreement.
VIII. COMPENSATION
A. In consideration of the services described herein, CITY shall pay and ENGINEER
shall receive compensation in accordance with Exhibit F: "Compensation".
B. Total payments including without limitation reimbursable expenses, to ENGINEER
by CITY for the services stated in Section IV and Section V above shall not exceed
Four Hundred two thousand dollars and 00/100 ($402,000.00).
C. CITY may authorize additional services to be provided by ENGINEER as mutually
agreed upon by the parties. Any authorization for additional services shall be given
to ENGINEER by CITY in writing and approved by CITY.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 2 of 30
D. CITY and ENGINEER understand that the variables in ENGINEER's cost of
performance may fluctuate. The parties agree that any fluctuation in ENGINEER's
costs will in no way alter ENGINEER's obligations under this Agreement nor excuse
performance or delay on ENGINEER's part.
IX. OWNERSHIP OF DOCUMENTS
All completed or partially completed evaluations, reports, surveys, designs, drawings
and specifications prepared or developed by ENGINEER under this Agreement, including
any original drawings, computer disks, mylars or blue lines, shall become the property of
CITY when the Agreement is concluded or terminated, and may be used by CITY in any
manner it desires; provided, however, that ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described in this Agreement.
X. INDEMNITY
ENGINEER AND ITS SUBCONSULTANTS SHALL INDEMNIFY AND HOLD CITY AND
ALL OF ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES HARMLESS FROM
ANY LOSS, DAMAGE, LIABILITY OR EXPENSES, ON ACCOUNT OF DAMAGE TO
PROPERTY AND INJURIES, INCLUDING DEATH, TO ANY AND ALL PERSONS,
INCLUDING BUT NOT LIMITED TO OFFICERS, AGENTS OR EMPLOYEES OF
ENGINEER OR ITS SUBCONSULTANTS, AND ALL OTHER PERSONS PERFORMING
ANY PART OF THE WORK AND IMPROVEMENTS, TO THE EXTENT CAUSED BY ANY
NEGLIGENT ACT, ERROR, OR OMISSION IN THE PERFORMANCE OF ENGINEER'S
PROFESSIONAL SERVICES OR IN THE PREPARATION OF EVALUATIONS, REPORTS,
SURVEYS, DESIGNS, WORKING DRAWINGS, SPECIFICATIONS AND OTHER
ENGINEERING DOCUMENTS INCORPORATED INTO ANY IMPROVEMENTS
CONSTRUCTED IN ACCORDANCE THEREWITH; ENGINEER SHALL DEFEND AT ITS
OWN EXPENSE ANY SUITS OR OTHER PROCEEDINGS BROUGHT AGAINST CITY AND
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES OR ANY OF THEM ON
ACCOUNT OF THE FOREGOING DESCRIBED NEGLIGENT ACTS, ERRORS OR
OMISSIONS, AND SHALL PAY ALL EXPENSES AND SATISFY ALL JUDGMENTS
WHICH MAYBE INCURRED BY OR RENDERED AGAINST CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES OR ANY OF THEM, IN CONNECTION WITH
THE FOREGOING DESCRIBED NEGLIGENT ACTS, ERRORS, OR OMISSIONS;
PROVIDED AND EXCEPT HOWEVER, THAT THIS INDEMNIFICATION PROVISION
SHALL NOT BE CONSTRUED AS REQUIRING ENGINEER TO INDEMNIFY OR HOLD
CITY OR ANY OF ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES HARMLESS
FROM ANY LOSS, DAMAGES, LIABILITY OR EXPENSE, ON ACCOUNT OF DAMAGE
TO PROPERTY OR INJURIES TO PERSONS CAUSED BY DEFECTS OR DEFICIENCIES
IN DESIGN CRITERIA AND INFORMATION FURNISHED TO ENGINEER BY CITY, OR
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 3 of 30
ANY SIGNIFICANT DEVIATION IN CONSTRUCTION FROM ENGINEER'S DESIGNS,
WORKING DRAWINGS, SPECIFICATIONS OR OTHER ENGINEERING DOCUMENTS.
Approval by CITY of contract documents shall not constitute or be deemed to be a release
of the responsibility and liability of ENGINEER, its officers, agents, employees and
subconsultants, for the accuracy and competency of the services performed under this
Agreement, including but not limited to evaluations, reports, surveys, designs, working
drawings and specifications, and other engineering documents. Approval by CITY shall not
be deemed to be an assumption of such responsibility and liability by CITY for any error,
omission, defect, deficiency or negligence in the performance of ENGINEER's professional
services or in the preparation of the evaluations, reports, surveys, designs, working drawings
and specifications or other engineering documents by ENGINEER, its officers, agents,
employees and subconsultants, it being the intent of the parties that approval by CITY signifies
CITY's approval of only the general design concept of the improvements to be constructed.
XI. INSURANCE
For the duration of this Agreement, ENGINEER shall maintain the following minimum
public liability and property damage insurance which shall protect ENGINEER, its
subcontractors, its subconsultants and CITY from claims for injuries, including accidental
death, as well as from claims for property damage which may arise from the performance of
work under this Agreement. ENGINEER shall provide a Certificate of Insurance verifying that
the following minimum limits of coverage are provided:
A. Worker's Compensation Insurance:
Statutory requirements ($ 300,000 minimum)
B. Comprehensive General Liability and Bodily Injury:
Bodily Injury $ 500,000 per person, or
$ 1,000,000 per occurrence; and
Property Damage $ 100,000 each occurrence; or
Combined Single Limit $ 1,000,000 aggregate
C. Comprehensive Automobile Liability:
Bodily Injury $ 500,000 per person, or
$ 1 000,000 per occurrence; and
Property Damage $ 100,000 each occurrence; or
Combined Single Limit $ 1,000,000 aggregate
D. Professional Liability:
Errors and Omissions $ 170007000
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 4 of 30
The Certificate of Insurance shall contain a provision that such insurance cannot be
canceled or modified without thirty (30) days prior written notice to CITY.
XII. ARBITRATION
No arbitration arising out of or relating to this Agreement shall occur without both parties'
written approval.
XIII. TERMINATION AND SUSPENSION
A. CITY may terminate this Agreement at any time for convenience or for any cause by a
notice in writing to ENGINEER. Either CITY or ENGINEER may terminate this
Agreement in the event the other party fails to perform in accordance with the
provisions of this Agreement. Upon receipt of such notice, ENGINEER shall
immediately discontinue all services and work and the placing of all orders or the
entering into contracts for supplies, assistance, facilities, and materials, in connection
with the performance of this Agreement and shall proceed to cancel promptly all
existing contracts insofar as they are chargeable to this Agreement.
B. If CITY terminates this Agreement under the foregoing Paragraph A, CITY shall pay
ENGINEER a reasonable amount for services performed prior to such termination,
which payment shall be based upon the payroll cost of employees engaged on the
work by ENGINEER up to the date of termination of this Agreement and for subcontract
and reproduction in accordance with the method of compensation stated in Section
VIII: "Compensation" hereof. In the event of termination, the amount paid shall not
exceed the amount appropriate for the percentage of work completed.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 5 of 30
XIV. SUCCESSORS AND ASSIGNS
CITY and ENGINEER each bind themselves and their successors, executors,
administrators and assigns to the other party of this Agreement and to the successors,
executors, administrators and assigns of such other party in respect to all covenants of this
Agreement; except as above, neither CITY nor ENGINEER shall assign, sublet or transfer its
interest in this Agreement without the written consent of the other. Nothing herein shall be
construed as creating any personal liability on the part of any officer or agent of CITY.
XV. AUTHORIZATION, PROGRESS, AND COMPLETION
CITY and ENGINEER agree that the PROJECT is planned to be completed in accordance
with the Exhibit A: "Project Schedule" which is attached hereto and made a part hereof.
ENGINEER shall employ manpower and other resources and use professional skill and
diligence to meet the schedule; however, ENGINEER shall not be responsible for schedule
delays resulting from conditions beyond ENGINEER's control. With mutual agreement, CITY
and ENGINEER may modify the Project Schedule during the course of the PROJECT and if
such modifications affect ENGINEER's compensation, it shall be modified accordingly,
subject to City Council approval.
For Additional Engineering Services, the authorization by CITY shall be in writing and shall
include the definition of the services to be provided, the schedule for commencing and
completing the services and the basis for compensation as agreed upon by CITY and
ENGINEER.
It is understood that this Agreement contemplates the full and complete Engineering
services for this PROJECT including any and all services necessary to complete the work as
outlined in Exhibit B: "Basic Engineering Services". Nothing contained herein shall be
construed as authorizing additional fees for services to provide complete services necessary
for the successful completion of this PROJECT.
XVI. SUBCONTRACTS
ENGINEER shall be entitled, only if approved by CITY, to subcontract a portion of the
services to be performed by ENGINEER under this Agreement.
XVII. RIGHT TO AUDIT
ENGINEER agrees that CITY shall, until the expiration of three (3) years after final
payment under this Agreement, have access to and the right to examine and photocopy any
directly pertinent books, design calculations, quantity take-offs, documents, papers and
records of ENGINEER involving transactions relating to this Agreement. ENGINEER agrees
that CITY shall have access during normal working hours to all necessary ENGINEER
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 6 of 30
facilities and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this section. CITY shall give ENGINEER
reasonable advance notice of intended audits.
ENGINEER further agrees to include in all its subconsultant agreements hereunder a
provision to the effect that the subconsultant agrees that CITY shall, until the expiration of
three (3) years after final payment under the subcontract, have access to and the right to
examine and photocopy any directly pertinent books, design calculations, quantity take-offs,
documents, papers and records of such subconsultant, involving transactions to the
subcontract, and further, that CITY shall have access during normal working hours to all
subconsultant facilities, and shall be provided adequate and appropriate work space, in order
to conduct audits in compliance with the provisions of this article. CITY shall give
subconsultant reasonable advance notice of intended audits.
XVIII. EXHIBITS
Both parties agree to the following exhibits and as such, the following exhibits are made a
part of this Agreement:
Exhibit "A" Project Schedule
Exhibit "B" Basic Engineering Services
Exhibit "C" Special Engineering Services
Exhibit "D" Additional Engineering Services
Exhibit "E" Services to be provided by the City
Exhibit "F" Compensation
Exhibit "G" Form 1295
XIX. MISCELLANEOUS
A. Authorization to Proceed. Signing this Agreement shall be construed as authorization
by CITY for ENGINEER to proceed with the work, unless otherwise provided for in the
authorization.
B. Legal Expenses. In the event legal action is brought by CITY or ENGINEER against
the other to enforce any of the obligations hereunder or arising out of any dispute
concerning the terms and conditions of this Agreement, the prevailing party in any
litigation between the parties to this agreement shall be entitled to reasonable attorney
fees.
C. Notices. Any notice or correspondence required under this Agreement shall be
sent by certified mail, return receipt requested, or by personal delivery and shall be
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 7 of 30
effective upon receipt, if addressed to the party receiving the notice or
correspondence at the following address:
If to ENGINEER:
Kimley-Horn and Associates, Inc.
Attn: Brian Shamburger, P.E.
801 Cherry Street, Unit 11, Suite 1300
Fort Worth, Texas 76102
If to CITY:
City of North Richland Hills
Attn: Caroline Waggoner, PE, CFM
Public Works & Engineering Department
4301 City Point Drive
North Richland Hills, Texas 76180
With Copies to the City Manager and City Attorney at the same address.
D. Independent Contractor. ENGINEER shall perform services hereunder as an
independent contractor, and not as an officer, agent, servant or employee of the
CITY and ENGINEER shall have the exclusive right to control services performed
hereunder by ENGINEER, and all persons performing same, and shall be
responsible for the negligent acts and omissions of its officers, agents, employees,
and subconsultants. Nothing herewith shall be construed as creating a partnership
orjoint venture between CITY and ENGINEER, its officers, agents, employees and
subconsultants; and the doctrine of respondent superior has no application as
between CITY and ENGINEER.
E. Venue. This Agreement shall be governed by the laws of the State of Texas, and
venue in any proceeding relating to this Agreement shall be in Tarrant County,
Texas.
F. Entire Agreement. This Agreement represents the entire agreement between CITY
and ENGINEER and supersedes all prior negotiations, representations or
agreements, either written or oral. This Agreement maybe amended only by written
instrument signed by both CITY and ENGINEER.
G. Severability. If any provision in this Agreement shall be held illegal by a valid final
judgment of a court of competent jurisdiction, the remaining provisions shall remain
valid and enforceable.
H. Disclosure. By signature of this Agreement, ENGINEER warrants to CITY that it
has made full disclosure in writing of any existing conflicts of interest or potential
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 8 of 30
conflicts of interest, including but not limited to personal financial interests, direct or
indirect, in property abutting the PROJECT and business relationships with abutting
property owners. ENGINEER further warrants that it will make disclosure in writing
of any conflicts of interest which develop subsequent to the signing of this
Agreement and prior to final payment under this Agreement.
This Agreement is executed in two (2) counterparts.
IN TESTIMONY WHEREOF, the parties hereto have executed this Agreement this the
day of 2021.
CITY OF NORTH RICHLAND HILLS KIMLEY-HORN AND ASSOCIATES,
INC.
(CITY) (ENGINEER)
By: By:
Mark Hindman, City Manager Scott R. Arnold, Vice President
Date: Date:
ATTEST: ATTEST:
Alicia Richardson, City Secretary Notary Public in and for the State of Texas
APPROVED TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney Type or Print Notary's Name
My Commission Expires:
CITY SEAL CORPORATE SEAL
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 9 of 30
EXHIBIT A
PROJECT SCHEDULE
FOR
BEDFORD EULESS ROAD PROJECT
PROJECT SCHEDULE
The Scope of Services for this PROJECT is based on the following schedule:
Activity Due Date
Notice To Proceed from City January 26, 2021
Submit Conceptual Design April 30, 2021
Receive City Review Comments May 14, 2021
Submit Preliminary 60% Plans August 13, 2021
Receive City Review Comments August 27, 2021
Submit 95% Plans November 5, 2021
Receive Final City Review Comments November 19, 2021
Submit Final Plans for Bid December 17, 2021
Advertise for Construction Bids January 4, 2022
Open Construction Bids February 8, 2022
Begin Construction March 14, 2022
Note: Due dates shown are submittal dates of task activities listed.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 10 of 30
EXHIBIT B
BASIC ENGINEERING SERVICES
FOR
BEDFORD EULESS ROAD PROJECT
The scope of services involves preparing conceptual, preliminary and final design plans,
specifications, and estimates for the reconstruction of Bedford Euless Road from Booth
Calloway Drive to just east (approximately fifty (50) feet) of Strummer Drive. Bedford
Euless Road will be reconstructed from five (5) lanes to three (3) lanes with integral curb
and sidewalk on the south side. The transition to Boulevard 26 intersection will be
evaluated and will include signing and pavement marking modifications. The project also
includes reconstruction of existing public water, sanitary sewer, and storm drain
infrastructure in the project limits.
1. PROJECT MANAGEMENT
1.1. Manage the Team:
• Lead, manage and direct design team activities.
• Conduct and document bi-weekly design team meetings.
• Communicate internally among team members.
• Allocate team resources.
• Ensure quality control is practiced in performance of the work.
1.2. Communications and Reporting:
• Attend a pre-design project kickoff meeting with CITY staff to confirm and
clarify scope, understand CITY objectives, and ensure economical and
functional designs that meet CITY requirements.
• Conduct and document up to four (4) project update meetings with CITY
Project Manager.
• Conduct review meetings with the CITY at the end of each design phase.
• Prepare and submit monthly invoices in the format acceptable to the CITY.
• Prepare and submit monthly progress reports.
• Prepare and submit baseline project schedule initially and project schedule
updates.
• Prepare project decision log with each submittal.
Assumptions:
• Project design duration assumed to be 12 months.
Deliverables:
• Meeting summaries with action items
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 11 of 30
• Monthly invoices
• Monthly progress reports
• Baseline project schedule
2. CONCEPTUAL DESIGN
2.1. Data Collection:
• Coordinate with CITY staff to obtain any additional design criteria, available
GIS information, pertinent utility plans, street plans, plats and right-of-way
maps, existing easement information, previous studies prepared by others,
as-built plans for portions of surrounding infrastructure, historical drainage
complaints, and other information available for the project area.
• Perform site visit to verify survey.
• Prepare design criteria chart for roadway, drainage, water and sewer
design.
2.2. Roadway:
• Prepare conceptual design existing and proposed typical sections for
Bedford Euless Road as a 3-lane undivided section. Typical sections will
include existing and proposed ROW, existing and proposed lane widths and
direction arrows, existing and proposed curbs, pavement, and sidewalks.
• Prepare conceptual plan layout of Bedford Euless Road 3-lane roadway
section. The limits of new pavement will be from the end of the concrete at
Booth Calloway Drive to approximately 50 feet east of Strummer Drive.
Conceptual exhibit to include the following:
o Existing and proposed horizontal roadway, existing ROW, existing and
proposed sidewalks and driveways, proposed lane dimensions and lane
arrows, existing drainage structures, CITY owned and franchise utilities.
o Transition pavement markings and signage for the westbound approach
to the Boulevard 26 intersection. Transition will be based upon Special
Engineering Services Task 1. Re-striping of the intersection of
Boulevard 26 and Bedford Euless is not included in this task.
o Transition pavement markings and signage to connect to the existing
concrete east of Strummer Drive. Re-striping of the NE Loop 820 On-
Ramp intersection east of Strummer Drive is not included in this task.
o Replace sidewalk with a wide trail from Nevada Trail to Strummer Drive.
o Midblock crosswalk location per Special Services Task 3 in Exhibit C.
2.3. Drainage and Utilities
• Research and draw all known public and private utilities onto a
topographical or planimetric drawing.
• Prepare conceptual plan layout of proposed water and sanitary sewer.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 12 of 30
• Delineate existing drainage area boundaries and prepare existing drainage
area map.
• Place inlets per CITY design criteria.
• Prepare conceptual plan layout of proposed storm drain (analysis to be
completed at Preliminary Design).
2.4. Opinion of Probable Construction Cost (OPCC)
• Prepare conceptual level OPCC, in accordance with AACE standards, for
the entire project using recent average unit bid prices which are
representative of similar types of construction in the local area. The
ENGINEER has no control over the cost of labor, materials, equipment, or
over the Contractor's methods of determining prices or over competitive
bidding or market conditions. OPCC provided herein are based on the
information known to ENGINEER at this time and represent only the
ENGINEER's judgment as a design professional familiar with the
construction industry. The ENGINEER cannot and does not guarantee that
proposals, bids, or actual construction costs will not vary from its OPCC.
Assumptions:
• Address up to one (1) round of comments from the CITY.
Deliverables:
• Conceptual design exhibits (.pdf and 2 hard copies)
• Drainage area map (.pdf and 2 hard copies)
• OPCC (.pdf and 2 hard copies)
• Project decision log (.pdf and 2 hard copies)
3. PRELIMINARY DESIGN
3.1. Roadway
• Prepare preliminary plans based on the approved conceptual plans.
• Prepare Cover Sheet, Index, and General Notes.
• Project Control Sheet, showing all Control Points, used or set while
gathering data.
• Updated existing and proposed typical sections.
• Removal plan sheets.
• Roadway profile and design cross sections. Profile will be based upon top
of curb.
• Prepare roadway plan and profile sheets depicting existing and proposed
horizontal roadway, existing ROW, existing and proposed sidewalks, curb
ramps, existing and proposed driveways, proposed lane dimensions and
lane arrows, storm drain, CITY owned and franchise utilities. Proposed
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 13 of 30
roadway profile labeling vertical curves station and elevation data of all
vertical profile P.C.'s, P.T.'s, P.I.'s, low points, and high points; lengths of
vertical curves, grades, K values, e, and vertical clearances where required.
• Prepare driveway and side street plan and profile sheets. Evaluate
opportunity for raised crosswalks/intersection tables along side streets.
• Prepare cross sections at fifty-foot intervals and driveways along the project
limits.
• Compile applicable CITY and TxDOT paving details.
3.2. Drainage
• Compile the hydrological and hydraulic data.
• Prepare existing and proposed drainage area maps.
• Determine conveyance paths, channel slopes, time of concentration, and
runoff coefficients as required to calculate design-year flows.
• Analyze the existing drainage system south of Bedford Euless Road to
determine modifications needed to accommodate the proposed storm drain
improvements. It is assumed that proposed storm system will connect to
the existing 66" storm system south of Bedford Euless Road, approximately
100 feet east of Nevada Trail.
• Analyze the proposed drainage improvements required to accommodate
the roadway modifications.
• Prepare a preliminary storm sewer and inlet plan with alignments and sizes.
• Prepare preliminary storm sewer profiles with design notes for stationing,
size, slope, flow lines, and pipe material.
• Temporary erosion control.
• Compile applicable CITY and TxDOT details.
3.3. Water
• Refine the plan alignment based on comments from the CITY.
• Prepare water line profile.
• Place fire hydrants, valves and service lines per CITY standards.
• Prepare plan and profile sheets.
• Compile applicable CITY details.
3.4. Sanitary Sewer
• Refine the plan alignment based on comments from CITY.
• Prepare sanitary sewer profile.
• Place service lines and manholes per CITY standards.
• Prepare plan and profile sheets.
• Compile applicable CITY details.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 14 of 30
3.5. Pavement Markings and Signage
• Prepare pavement marking and signage plans from Boulevard 26 to
Strummer Drive.
• Prepare midblock crossing pavement markings and signage identified in
Special Engineering Services Task 3 in Exhibit C.
• At Boulevard 26, pavement marking and signing plans will only be prepared
for the westbound approach.
• Compile applicable CITY and TxDOT paving details.
3.6. Illumination
• Prepare street lighting foundation and conduit layouts in accordance with
Oncor specifications (Oncor to furnish and install lighting poles, fixtures and
conductors). Foundation and conduit layout to be shown on paving plans.
• Coordinate with Oncor.
3.7. Traffic Control
• Prepare traffic control and sequencing narrative.
• Prepare cross sections for construction traffic control phasing.
• Prepare conceptual layout for the planned construction phasing. Up to two
(2) phases are assumed for the interior corridor. Up to three (3) phases are
assumed for the transition at each intersection.
• Compile applicable TxDOT standard details.
3.8. Compile and prepare an updated OPCC for Tasks 3.1-3.7.
3.9. Prepare project decision log documenting key design decisions.
3.10. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER will
schedule and attend a project site visit with the CITY Project Manager and
construction personnel to walk the project. The ENGINEER will summarize
the CITY's comments.
3.11. The preliminary design submittal plans will be half size — 11"x17" and will
consist of:
• Cover sheet
• Index sheet
• General notes sheets
• Project control sheet
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 15 of 30
• Typical sections sheets
• Preliminary removal sheets
• Preliminary roadway plan and profile sheets (7)
• Preliminary cross sections (4)
• Preliminary drainage area map and runoff calculations
• Inlet and preliminary storm calcs (1)
• Preliminary storm drain plan and profile sheets (6)
• Preliminary erosion control sheets (2)
• Preliminary water line plan and profile sheets (6)
• Preliminary sanitary sewer plan and profile sheets (6)
• Preliminary pavement marking and signage sheets (3)
• Preliminary traffic control sheets (5)
• OPCC
Assumptions:
• Address up to one (1) round of comments
Deliverables:
• 60% plans (11x17) (.pdf and 2 hard copies)
• 60% OPCC (.pdf and 2 hard copies)
• 60% project decision log (.pdf and 2 hard copies)
4. FINAL DESIGN
4.1. Final Plans and contract documents (90%)
• Finalize the plan sheets listed in Task 3.11 for 90% submittal.
• Prepare the following sheets, addition to the plan sheets listed in Task 3.11-
o Traffic Control Phase 1 Sheets (4)
o Traffic Control Phase 2 Sheets (4)
o Traffic Control Phase 3 Sheets (Intersections) (2)
• Prepare project manual and specifications.
• Prepare updated OPCC.
• Submit 90% plans, project manual and OPCC.
3.2 Final Plans and contract documents (100%)
• Address CITY 90% Comments.
• Finalize the plans, project manual, and specifications.
Assumptions:
• Address up to one (1) round of comments
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 16 of 30
Deliverables:
• 90% plans (11x17) (.pdf and 2 hard copies)
• 90% project manual (.pdf and 2 hard copies)
• 90% OPCC (.pdf and 2 hard copies)
• 90% project decision log (.pdf and 2 hard copies)
• 100% plans (11x17) (.pdf and 2 hard copies)
• 100% project manual (.pdf and 2 hard copies)
• 100% OPCC (.pdf and 2 hard copies)
• 100% project decision log (.pdf and 2 hard copies)
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 17 of 30
EXHIBIT C
SPECIAL ENGINEERING SERVICES
FOR
BEDFORD EULESS ROAD PROJECT
The scope of work for SPECIAL Engineering Services involves Traffic Study, , Crosswalk
Evaluation, , Surveys (Design), and Geotechnical Engineering. The scope of work for the
Special Engineering Services is more generally described as follows:
1. TRAFFIC STUDY
1.1. Data Collection
• Conduct weekday peak hour AM (7.00 AM — 9.00 AM) and PM (4.00 —6.00
PM) turning movement counts at the Bedford Euless Road and Boulevard
26/Davis Boulevard intersection.
• Prepare an exhibit illustrating the existing traffic counts.
• Gather existing traffic signal timing information from TxDOT.
1.2. Conduct field observations within the study area during the AM and PM peak
periods. For each study intersection, the ENGINEER will verify the number of
lanes on each approach and the required or permitted usage of each lane.
1.3. Intersection Evaluation at Boulevard 26/Davis Boulevard
Analyze the traffic count data collected in Task 1.1 and identify
improvements for the intersection of Bedford Euless Road and Boulevard
26/Davis Boulevard.
1.4. Prepare a technical memorandum outlining the traffic analysis results and
recommended intersection improvements for each intersection.
Assumptions:
• Address up to one (1) round of comments from the CITY
Deliverables:
• Traffic study technical memorandum (.pdf and 2 hard copies)
2. MIDBLOCK CROSSING EVALUATION
2.1. Perform site visit.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 18 of 30
2.2. Utilize conceptual design (Basic Engineering Services Task 3) and Access
Management Plan (Special Engineering Services Task 2) to make
recommendations for protentional midblock crossing locations.
2.3. Prepare a technical memorandum and exhibit illustrating the recommendations
for CITY review.
Assumptions:
• Address up to one (1) round of comments from the CITY
Deliverables:
• Technical memorandum (.pdf and 2 hard copies)
3. FIELD SURVEY
3.1. ENGINEER will perform an on the ground survey of the property under the
direct supervision of a Registered Professional Land Surveyor.
• Survey limits to be along Bedford Euless Road (north right of way to 20 feet
south of southern right of way) from Boulevard 26 to 100 feet east of
Strummer Drive.
• The survey will consist of: the location of the right-of-way lines and adjoining
property lines with existing easements readily available in the public record
(this does not include an abstract of title);elevations; contour lines
representing the surface of the existing ground at one foot intervals based
on a survey grid system and tied to existing control points; observed (only
if clearly visible from the surface) locations of existing water, sewer, storm
drain, franchised utility facility appurtenances, trees, shrubs, and
benchmarks established with the survey.
4. GEOTECHNICAL ENGINEERING
4.1. Perform a geotechnical analysis of the site utilizing a qualified geotechnical
laboratory to determine and characterize subsurface conditions and make
recommendations regarding subgrade preparation, pavement design guidelines,
backfill, embedment, compaction and conditions related to groundwater control.
The geotechnical analysis will consist of the following:
• Subsurface exploration including seven (7) borings to a depth of 10 feet.
• Laboratory tests for classification purposes and strength characteristics.
• Engineering services that address soil and groundwater conditions as well
as recommendations for paving, bedding and earthwork.
4.2. A geotechnical report will be furnished by the geotechnical engineer to present
the results of the field and laboratory data as well as analyses and
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 19 of 30
recommendations. The data contained in the geotechnical report will be made
available to contractors during the bidding process for information purposes.
Deliverables:
• Geotechnical report hard copy
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 20 of 30
EXHIBIT D
ADDITIONAL ENGINEERING SERVICES
FOR
BEDFORD EULESS ROAD PROJECT
The scope of work for ADDITIONAL Engineering Services involves Permitting,
Subsurface Utility Engineering, Bid and Construction Phase Services. The scope of work
for the ADDITIONAL Engineering Services is generally described as follows:
1. PERMITTING
1.1. Franchise Utility Coordination
• Identify franchise utility contacts.
• Send the conceptual plans to each franchise utility for their review. Request
each franchise utility to mark up the plans to show the size, type, and
location of their utilities.
• Send one set of plans for each submittal (90% and 100%) to each franchise
utility for their review.
• Attend up to two (2) coordination meetings with franchise utility companies
to coordinate design.
Assumptions:
• The budgeted fee for this task is based upon 25 hours of labor. If additional
effort is required beyond 25 hours, it will be considered an Additional
Service.
1.2. TxDOT Coordination
• Attend up to two (2) meetings with TxDOT as needed throughout design.
• Submit plans to TxDOT for review at 90% Submittal.
• Address TxDOT Comments.
Assumptions:
• The budgeted fee for this task is based upon 25 hours of labor. If additional
effort is required beyond 25 hours, it will be considered an Additional
Service.
1.3. Texas Department of Licensing and Regulation (TDLR) Permitting
• Identify and analyze the requirements of the Texas Architectural Barriers
Act, Chapter 68 Texas Administrative Code, and become familiar with the
governmental authorities having jurisdiction to approve the design of the
Project.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 21 of 30
• Submit construction documents to a TDLR licensed Registered
Accessibility Specialist (RAS) for review. This only applies if the project
pedestrian elements (sidewalk, curb ramps, and push buttons) cost exceed
$50,000.
• Completing all TDLR forms/applications necessary.
• The ENGINEER will request a final inspection from a TDLR licensed RAS
no later than 30 calendar days after construction substantial completion.
Final inspections will be conducted on all projects with pedestrian elements,
regardless of the cost of the items. The ENGINEER will obtain the final
inspection report from the RAS and submit to the CITY.
• Responding to agency comments and requests.
• Attend one (1) TDLR inspection post construction.
Assumptions:
• ENGINEER will pay TDLR project registration, plan review, and final
inspection costs.
2. SUBSURFACE UTILITY ENGINEERING
2.1. Quality Level B Designation
• Quality Level B. QL-B involves the application of appropriate surface
geophysical methods to determine the existence and horizontal position of
virtually all utilities within the project limits. This activity is called
"designating". The information obtained in this manner is surveyed to
project control. It addresses problems caused by inaccurate utility records,
abandoned or unrecorded facilities, and lost references.
• The limits of Level B SUE will be based upon Task 2.2. Level B SUE will be
performed to locate the utility to obtain the Level A test hole.
2.2. Quality Level A Test Hole Services
• Quality Level A. QL-A, also known as "locating", is the highest level of
accuracy presently available and involves the full use of the subsurface
utility engineering services. It provides information for the precise plan and
profile mapping of underground utilities through the nondestructive
exposure of underground utilities, and provides the type, size, condition,
material and other characteristics of underground features
• The Consultant will obtain up to 4 test holes within the limits of the
topographic survey area. Test hole information will be provided in the
construction drawings in a table format. Any additional test holes needed
will be considered additional services.
Assumptions:
• Up to four (4) Level A test holes are included.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 22 of 30
• Level B SUE will be performed to locate the utility to obtain the Level A test
hole.
3. BIDDING PHASE ASSISTANCE
3.1. Bidding Phase Services
• Attend pre-bid meeting, if required.
• Responses to questions submitted by plans holders.
• Attend bid opening facilitated by CITY.
• Preparation of bid tabulation.
• Preparation of recommendation of award letter.
Assumptions:
• The project will be bid only once and awarded to one contractor.
Deliverables:
• Bid Tabulation
• Award Letter
4. CONSTRUCTION PHASE ASSISTANCE
4.1. Construction Phase Services
• Attend a pre-construction conference prior to construction.
• Help address any construction requests for information (RFI).
• Visit the construction site up to three (3) times during construction to
perform construction observation.
• Attend final walkthrough with Contractor and CITY to determine if the
completed work of Contractor is generally in accordance with the Contract
Documents.
4.2. Record Drawings
• Obtain and review comments and field changes on the construction plans
from CITY and Contractor.
• Prepare record drawings based on comments and field changes. The
ENGINEER will not be providing resident engineering services and will not
be observing on a full-time basis and will therefore not seal the record
drawings. The record drawings will be provided in the following format.
o (1) hardcopy full-size (22"x34")
o PDF electronic copy
Assumptions:
• Three (3) site visits are assumed.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 23 of 30
• Four (4) RFI's are assumed.
• The budgeted fee for Task 4.1 is based upon 30 hours of labor. Additional
services beyond the hours budgeted will be an additional service outside
the scope of this contract.
Deliverables:
• Response to Contractor's request for information
• Record drawings submittal in .pdf format
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 24 of 30
EXHIBIT E
SERVICES TO BE PROVIDED BY THE CITY
FOR
BEDFORD EULESS ROAD PROJECT
The CITY will provide the following services to the ENGINEER in the performance of the
PROJECT upon request:
1. Provide any existing data the CITY has on file concerning the PROJECT, if available.
2. Provide any available as-built plans for existing streets and drainage facilities, if
available.
3. Provide any available as-built plans for existing water and sanitary sewer mains, if
available.
4. Assist the ENGINEER, as necessary, in obtaining any required data and information
from TxDOT and/or other local utility companies.
5. Provide standard details and specifications in digital format.
6. Assist the ENGINEER by requiring appropriate utility companies to expose
underground utilities within the ROW, when required.
7. Give prompt written notice to ENGINEER whenever CITY observes or otherwise
becomes aware of any development that affects the scope or timing of the
ENGINEER's services.
SERVICES NOT INCLUDED IN THE SCOPE OF SERVICES
CITY and ENGINEER agree that the following services are beyond the Scope of Services
described in the tasks above. However, ENGINEER can provide these services, if
needed, upon the CITY's written request. Any additional amounts paid to ENGINEER as
a result of any material change to the Scope of the Project shall be agreed upon in writing
by both parties before the services are performed. These additional services include, but
are not limited to the following:
• Right-of-way or easement documents.
• Landscape and irrigation design.
• Environmental permitting.
• Design of any offsite drainage improvements beyond the improvements identified
in the scope.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 25 of 30
• Design of retaining walls or specialized inlets.
• Preparation for and attendance at public meetings.
• Traffic signal design
• Intersection design
• Access Management Plan
• Bid Phase Services beyond scope listed above.
• Construction Phase Services beyond scope listed above.
• Redesign to reflect project scope changes requested by the CITY, required to
address changed conditions or change in direction previously approved by the
CITY, mandated by changing governmental laws, or necessitated by the CITY's
acceptance of substitutions proposed by the contractor.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 26 of 30
EXHIBIT F
COMPENSATION
FOR
BEDFORD EULESS ROAD PROJECT
I. COMPENSATION
For and in consideration of the services to be rendered by the ENGINEER, the CITY
shall pay, and the ENGINEER shall receive the compensation hereinafter set forth for
the Design and Construction Phases of the work and additionally for Special
Engineering Services and/or Additional Engineering Services that are in addition to
the Basic Engineering Services. All remittances by CITY of such compensation shall
either be mailed or delivered to the ENGINEER's home office as identified in the work
authorization.
A. Compensation for the Basic Engineering Services shall be completed for a lump
sum not to exceed fee of $316,600.00.
B. Compensation for Special Engineering Services not covered by the Basic
Engineering Services provided herein above shall be as follows:
Traffic Study: Lump Sum Fee of$10,000.00
Midblock Crossing Evaluation: Lump Sum Fee of$3,400.00
Design Surveys: Lump Sum Fee of$21,000.00
Geotechnical Engineering: Maximum not-to-exceed Fee of$12,000.00
C. Compensation for Additional Engineering Services not covered by Basic
Engineering Services or Special Engineering Services provided herein shall be as
follows:
Permitting: Maximum not-to-exceed Fee of$12,300.00
Subsurface Utility Engineering: Maximum not-to-exceed Fee of$8,200.00
Bidding Phase Assistance: Maximum not-to-exceed Fee of $5,000.00
Construction Phase Assistance: Maximum not-to-exceed Fee of$13,500.00
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 27 of 30
For all direct non-labor and/or subcontract expense, including mileage, travel and
living expenses at invoice or internal office cost times a multiplier of 1.1.
Payments to the ENGINEER for authorized Additional Engineering Services will
be due monthly, upon presentation of monthly statement by the ENGINEER for
such services.
II. AUDIT AND SCOPE CHANGE
Cost budgets are set forth above and are subject to the audit provisions of this
Agreement, Section XVIL "Right to Audit". It is also understood that the cost budgets
are based upon ENGINEER's best estimate of work and level of effort required for the
proposed scope of services. As the PROJECT progresses, it is possible that the level
of effort and/or scope may differ up or down from that assumed. If there are no scope
changes, the ENGINEER shall receive the full amount of lump sum and unit price fees,
regardless of the cost. If at any time it appears that the cost budget may be exceeded,
the ENGINEER shall notify the CITY as soon as possible in writing.
If there is a scope change, the ENGINEER shall notify the CITY as soon as possible
in writing and shall include a revised scope of services, estimated cost, revised fee
schedule, and a revised time of completion. Upon negotiation and agreement via a
signed amendment by both parties, the cost budget, fee schedule, and total budget
will be adjusted accordingly.
CITY shall not be obligated to reimburse the ENGINEER for costs incurred in excess
of the cost budget. The ENGINEER shall not be obligated to perform on any change
in scope of work or otherwise incur costs unless and until the CITY has notified the
ENGINEER in writing that the total budget for Engineering Services has been
increased and shall have specified in such notice a revised total budget which shall
thereupon constitute a total budget for Engineering Services for performance under
this Agreement.
A detailed scope of work, total budget, and schedule will be prepared by the
ENGINEER and executed by the CITY if the ENGINEER is authorized to perform any
Additional Engineering Service(s).
III. PAYMENT
Payments to the ENGINEER will be made as follows:
A. Invoice and Time of Payment
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 28 of 30
Monthly invoices will be issued by the ENGINEER for all work performed under
this Agreement. Invoices are due and payable on receipt. Invoices will be prepared
in a format approved by the CITY prior to submission of the first monthly invoice.
Once approved, the CITY agrees not to require changes in the invoice format, but
reserves the right to audit. Monthly payment of the fee will be in proportion to the
percent completion of the total work (as indicated in Exhibit B. "Basic Engineering
Services").
Upon completion of services enumerated in Exhibit B: "Scope of Basic Engineering
Services", the final payment of any balance will be due upon receipt of the final
invoice.
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 29 of 30
EXHIBIT G
FORM 1295
FOR
BEDFORD EULESS ROAD PROJECT
[Form 1295 is submitted as the following page]
AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF NORTH RICHLAND HILLS AND ENGINEERING FIRM.
BEDFORD EULESS ROAD PROJECT (01/13/2021)
Page 30 of 30
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1, 2,3, 5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2021-706061
Kimley-Horn and Associates, Inc.
Dallas,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/13/2021
being filed.
City of North Richland Hills, Texas Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
Bedford Euless Road Project
Roadway, Storm Drain,Water and Sewer Reconstruction Design
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
McEntee, David L Dallas, TX United States X
Lefton, Steve Dallas, TX United States X
Cook, Richard N Dallas, TX United States X
Atz, John Dallas, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Sarah Meza and my date of birth is
My address is 13455 Noel Road,Suite 700 Dallas TX 75240 US
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dallas County, State of Texas on the 13th day of January 120 21
(month) (year)
uT
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
Is
IN
Allp,
v
!"1711.........
VIA,
777,
sm/
f Im
�"/'/�,............
b,
f
16
05
R
4 4
wp®rm/
A--3
N/
7,
ool
11�0/(
a
pfy
'44
I
a M
S
11111 Mill
lv)� �v,0,
WS,91 1,44�
gf, NMI',
Flo
lit,
j
71
WE/',
NONE, ON
IN
4/7
SO
M
/Y
�w m,//,;ggmg
//a/m.
V,
T
f0l
"k,",r"Mm". W,
ON
lz
P?- YV v,as
ry W
,4" 'Off",
AV,; 1,
fpg//
%mp"m
uj
cr Ai
j/ �//,,. .....
U-
P/, C DY r, #g, 7,
P)
"rf
A
6?4 i6�,
ar
111 F �i
Alrill" VON
2,
Ell
JAIll",
&
T���l CL
IR,
OR/
�"d
gg mw
A,
6
M
�aaat
"o, PA,
F!",
f
F "j"
M',all M
fof,k9l
M/
F
PkIl
a
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1, 2,3, 5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2021-706061
Kimley-Horn and Associates, Inc.
Dallas,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/13/2021
being filed.
City of North Richland Hills, Texas Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
Bedford Euless Road Project
Roadway, Storm Drain,Water and Sewer Reconstruction Design
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
McEntee, David L Dallas, TX United States X
Lefton, Steve Dallas, TX United States X
Cook, Richard N Dallas, TX United States X
Atz, John Dallas, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Sarah Meza and my date of birth is
My address is 13455 Noel Road,Suite 700 Dallas TX 75240 US
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Dallas County, State of Texas on the 13th day of January 120 21
(month) (year)
uT
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
Street & Sidewalk Capital Projects
Bedford Euless Road Reconstruction
ST2111
PROJECT DESCRIPTION&JUSTIFICATION
The project consists of engineering and construction of approximately 2,800 linear feet of Bedford Euless Road from Booth
Calloway Road to just east of Strummer Drive. The improvements include reconstructing the existing roadway with reinforced
concrete, including the addition of pedestrian facilities. The road will be reconstructed within the existing right-of-way based on
the Transportation Plan recommendation that the section be reduced to a three-lane configuration;this is not a roadway
expansion.
Bedford Euless Road is a minor arterial in the City's roadway network, and this portion of the roadway carries approximately
12,000 vehicles per day. The current pavement condition rating is 8.9 on a scale of 1-100, and has deteriorated to the point
that full reconstruction is warranted. In the 2019 Citizen's Survey, Bedford Euless Road was one of often cited in response to
the question of which streets are in most need of repair.
PROJECT STATUS ORIGINAL 2020121 ORIGINAL 2020121
START DATE REVISION END DATE REVISION
Professional Services
Engineering 12/2020 12/2021
Land/ROW Acquisition
Construction 01/2021 05/2023
Other
REVISION EXPLANATION
Based on the final negotiated pricing for engineering design services with Kimley-Horn &Associates exceeding the original
allocation in the budget for engineering design services staff is requesting to shift$60,500 from construction into
engineering/design to offset the shortfall. Staff still anticipate the total cost of the project to meet the current budget estimate of
$3.415 million.
FINANCIAL DATA
ADOPTED �REVIS1014
REVISED TOTAL
BUDGET THRU BUDGET THRU REMAINING PROJECT
2020/21 2020/21 BALANCE COST
FUNDING SOURCES
General Obligation Bonds $3,415,000 $0 $3,415,000 $3,415,000
0 $0
0 $0
0 $0
0 $0
Total $3,415,000 $ $3,415,000 $0 $3,415,000
PROJECT EXPENDITURES
Professional Services $0 $0
Engineering/Design 341,500 60,500 402,000 $402,000
Land/ROW Acquistion 0 $0
Construction 3,073,500 (60,500) 3,013,000 $3,013,000
Other 0 $0
Total $3,415,000 1 $4' $3,415,000 1 $0 $3,415,000
IMPACT ON OPERATING BUDGET
ANNUAL OPERATING IMPACT 1 2020/21 1 2021/22 2022/23 1 2023/24 1 2024/25 1 TOTAL
Projected I I I I 1 1 $0
IrLp
NOKTH KICHLAN HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Consider Resolution 2021-006, appointing certain members to the
Board of Directors of Tax Increment Reinvestment Zone Number
1/1A; acknowledging the appointment of the other current members
of the Board and appointing a chairperson for the Board.
PRESENTER: Mark C. Mills, Director of Finance
SUMMARY:
The purpose of this item is for the City Council to appoint five (5) members to the Board
of Directors for Tax Increment Reinvestment Zone Number 1/1A and appoint a
chairperson to serve a one-year term.
GENERAL DESCRIPTION:
The City of North Richland Hills created Tax Increment Reinvestment Zone Number 1
("TIF 1") and its 2008 expansion ("TIF 1K) to promote the development and
redevelopment of a certain areas within its jurisdiction; as authorized by the Tax
Increment Financing Act, Chapter 311, Texas Tax Code, as amended. The bylaws and
the Ordinance that created TIF 1, Ordinance 2333, identify the number of directors that
shall comprise the zone and the process of appointment for each entity that levies tax on
real property identified within the zone.
Tax Increment Reinvestment Zone Number 1/1A
The board shall consist of nine (9) directors: five (5) of whom shall be appointed by the
North Richland Hills City Council ("the City"); one (1) appointed by Birdville Independent
School District ("BISD"); one (1) appointed by Tarrant County ("the County"); one (1)
appointed by the Tarrant County College District ("the College"); and one (1) appointed
by the Tarrant County Hospital District ("the Hospital"). If a taxing unit, other than the City,
waives its right to appoint a member to the board, as evidenced by written resolution by
the governing body of such taxing entity, the City may appoint such board member in its
stead. Each board member shall serve two-year terms or until his or her successor is
appointed.
IrLp
NOKTH KICHLAN HILLS
Based on each entity's previous appointments, TIF 1/1A's current membership is as
follows:
Name Entity
Oscar Trevino, Chair City of North Richland Hills
Rita Wright Oujesky City of North Richland Hills
Scott Turna e City of North Richland Hills
Vacant City of North Richland Hills
Vacant City of North Richland Hills
Joe Tolbert Birdville ISD
Rebecca Barksdale Tarrant Count
Susan Alanis Tarrant County College
Vacant Tarrant County Hospital
Staff has been in contact with BISD, the County, the College, and the Hospital. The
following have been appointed or reappointed by their respective entity:
Name Entity
Joe Tolbert* BISD
Rebecca Barksdale Tarrant Count
Susan Alanis Tarrant County College
Vacant** Tarrant County Hospital
Joe Tolbert's term has expired, but he will continue to service until his successor has been duly appointed and qualified. As TIF
1/1A is in the process of being closed, no reappointment is expected.
Tarrant County Hospital District is expected to appoint their representative at their February 11,2021 meeting.
In addition to appointing the City's board members, Council is requested to appoint the
Chairperson of the Board of Directors. Mayor Oscar Trevino currently serves as the
Chairperson for TIF 1/1A. The remaining officers, consisting of Vice-Chair and Secretary,
are to be elected by the Board of Directors.
RECOMMENDATION:
Approve Resolution 2021-006, appointing certain members to the Board of Directors of
Tax Increment Reinvestment Zone Number 1/1A; acknowledging the appointment of the
other current members of the Board and appointing a chairperson for the Board.
RESOLUTION NO. 2021-006
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NORTH
RICHLAND HILLS, TEXAS, APPOINTING CERTAIN MEMBERS
TO THE BOARD OF DIRECTORS OF TAX INCREMENT
REINVESTMENT ZONE NUMBER 1 / 1A; ACKNOWLEDGING THE
APPOINTMENT OF THE OTHER CURRENT MEMBERS OF THE
BOARD AND APPOINTING A CHAIRPERSON FOR THE BOARD
WHEREAS, the City Council of the City of North Richland Hills (the "City Council")
previously adopted Ordinance No. 2333 creating Tax Increment
Reinvestment Zone Number 1 (the "TIF"), and
WHEREAS, the City Council previously adopted Ordinance No. 3030, expanding Tax
Increment Reinvestment Zone Number 1 ("TIF 1A"); and
WHEREAS, Ordinance No. 2333 provides that the TIF is to be overseen by a nine (9)
member Board of Directors (the "Board"), of which each taxing unit that has
approved the payment for all or part of the tax increment produced by the
unit into the tax increment fund for the TIF has the right to appoint one (1)
member each and the City Council has the right to appoint all remaining
members; and
WHEREAS, House Bill 2853, which was passed by the 83nd Texas Legislature and took
effect on June 17, 2011, amended Section 311.009 of the Texas Tax Code
regarding the appointment of members of the Board of tax increment
reinvestment zones and prevails over any conflicting provision of Ordinance
No. 2333; and
WHEREAS, Section 311.009 (c) of the Texas Tax Code provides that Board members
shall be appointed for a term of two (2) years unless otherwise indicated;
and
WHEREAS, each member serves until their successor has been duly appointed and
qualified; and
WHEREAS, the City Council has the right, at any time and for any reason, to appoint an
individual to the Board to replace any current member appointed by the City
Council for the remainder of that person's term; and
WHEREAS, Section 311.009 (f) of the Texas Tax Code provides that the City Council
must appoint one (1) member of the Board to serve as the Board's
chairperson for a term of one (1) year beginning January 1 of the year.
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS:
Resolution No. 2021-006
Page 1 of 3
SECTION 1. The City Council hereby appoints the persons listed below to the Board for
terms beginning January 1, 2021, and expiring as indicated below:
Name Expiration of Term
December 31, 2022
December 31, 2022
December 31, 2022
December 31, 2022
December 31, 2022
SECTION 2. The City Council hereby acknowledges that the following persons have
been appointed to the Board by the following entities for terms expiring on
the dates indicated below:
Name Appointing Entity Expiration of Term
Joe Tolbert* Birdville ISD
Rebecca Barksdale Tarrant County December 31, 2022
Susan Alanis Tarrant County College District December 31, 2022
Vacant** Tarrant County Hospital District December 31, 2022
* Joe Tolbert's term has expired,but he will continue to serve unless and until his successor has been duly appointed
and qualified. As TIF 1/1A is in the process of being closed,not reappointment is expected.
** Tarrant County Hospital District is expected to appoint a representative at its February 11,2021 meeting.
SECTION 3. The City Council hereby appoints the following as the Board's chairperson
for calendar year 2021.
Name Expiration of Chair
December 31, 2021
SECTION 4. The City Council hereby reserves the right, at any time and for any reason,
to remove a Board member appointed by the City Council and to appoint
individuals to the Board to replace any of the City Council-appointed Board
members.
SECTION 5. This Resolution shall take effect and be in full force and effect from and after
the date of its adoption, and it is so resolved; and all Resolutions of the City
Council of the City in conflict herewith are hereby amended or repealed to
the extent of such conflict.
PASSED AND APPROVED this the 25t" day of January, 2021.
CITY OF NORTH RICHLAND HILLS
Resolution No. 2021-006
Page 2 of 3
By:
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson, City Secretary
APPROVED AS TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney
Resolution No. 2021-006
Page 3 of 3
IrLp
NOKTH KICHLAN HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Consider Resolution 2021-007, appointing certain members to the
Board of Directors of Tax Increment Reinvestment Zone Number 2;
acknowledging the appointment of the other current members of the
Board and appointing a chairperson for the Board.
PRESENTER: Mark C. Mills, Director of Finance
SUMMARY:
The purpose of this item is for the City Council to appoint six (6) members to the Board
of Directors for Tax Increment Reinvestment Zone Number 2 and appoint a chairperson
to serve a one-year term.
GENERAL DESCRIPTION:
The City of North Richland Hills created Tax Increment Reinvestment Zone Number 2
("TIF 2") to promote the development and redevelopment of a certain area within its
jurisdiction; as authorized by the Tax Increment Financing Act, Chapter 311, Texas Tax
Code, as amended. The bylaws and the Ordinance that created TIF 2, Ordinance 2420,
identify the number of directors that shall comprise the zone and the process of
appointment for each entity that levies tax on real property identified within the zone.
Tax Increment Reinvestment Zone Number 2
The board shall consist of nine (9) directors: six (6) of whom shall be appointed by the
North Richland Hills City Council ("the City"); one (1) appointed by Tarrant County ("the
County")- one (1) appointed by the Tarrant County College District ("the College")- and
one (1) appointed by the Tarrant County Hospital District ("the Hospital"). If a taxing unit,
other than the City, waives its right to appoint a member to the board, as evidenced by
written resolution by the governing body of such taxing entity, the City may appoint such
board member in its stead. Each board member shall serve two-year terms or until his or
her successor is appointed.
IrLp
NOKTH KICHLAN HILLS
Based on each entity's previous appointment, TIF 2's current membership is as follows:
Name Entity
Oscar Trevino, Chair City of North Richland Hills
Rita Wright Oujesky City of North Richland Hills
Scott Turnage City of North Richland Hills
Tito Rodriguez City of North Richland Hills
Vacant City of North Richland Hills
Vacant City of North Richland Hills
Rebecca Barksdale Tarrant County
Susan Alanis Tarrant County College
Vacant Tarrant County Hospital
Staff has been in contact with the County, the College, and the Hospital. The following
have been appointed or reappointed by their respective entity:
Name Entity
Rebecca Barksdale* Tarrant Count
Susan Alanis Tarrant County College
Vacant** Tarrant County Hospital
Rebecca Barksdale is the current representative for Tarrant County. She is expected to be reappointed at the Tuesday,January
26,2021 Commissioners Court.
Tarrant County Hospital District is expected to appoint their representative at their February 11,2021 meeting.
In addition to appointing the City's board members, Council is requested to appoint the
Chairperson of the Board of Directors. Mayor Oscar Trevino currently serves as the
Chairperson for TIF 2. The remaining officers, consisting of Vice-Chair and Secretary,
are to be elected by the Board of Directors.
RECOMMENDATION:
Approve Resolution 2021-007, appointing certain members to the Board of Directors of
Tax Increment Reinvestment Zone Number 2; acknowledging the appointment of the
other current members of the Board and appointing a chairperson for the Board.
RESOLUTION NO. 2021-007
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NORTH
RICHLAND HILLS, TEXAS, APPOINTING CERTAIN MEMBERS
TO THE BOARD OF DIRECTORS OF TAX INCREMENT
REINVESTMENT ZONE NUMBER 2; ACKNOWLEDGING THE
APPOINTMENT OF THE OTHER CURRENT MEMBERS OF THE
BOARD AND APPOINTING A CHAIRPERSON FOR THE BOARD
WHEREAS, the City Council of the City of North Richland Hills (the "City Council")
previously adopted Ordinance No. 2420 creating Tax Increment
Reinvestment Zone Number (the "TIF 2"), and
WHEREAS, Ordinance No. 2420 provides that TIF 2 is to be overseen by a nine (9)
member Board of Directors (the "Board"), of which each taxing unit that has
approved the payment for all or part of the tax increment produced by the
unit into the tax increment fund for TIF 2 has the right to appoint one (1)
member each and the City Council has the right to appoint all remaining
members; and
WHEREAS, House Bill 2853, which was passed by the 83nd Texas Legislature and took
effect on June 17, 2011, amended Section 311.009 of the Texas Tax Code
regarding the appointment of members of the Board of tax increment
reinvestment zones and prevails over any conflicting provision of Ordinance
No. 2420; and
WHEREAS, Section 311.009 (c) of the Texas Tax Code provides that Board members
shall be appointed for a term of two (2) years unless otherwise indicated;
and
WHEREAS, each member serves until their successor has been duly appointed and
qualified; and
WHEREAS, the City Council has the right, at any time and for any reason, to appoint an
individual to the Board to replace any current member appointed by the City
Council for the remainder of that person's term; and
WHEREAS, Section 311.009 (f) of the Texas Tax Code provides that the City Council
must appoint one (1) member of the Board to serve as the Board's
chairperson for a term of one (1) year beginning January 1 of the year.
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS:
SECTION 1. The City Council hereby appoints the persons listed below to the Board for
terms beginning January 1, 2021, and expiring as indicated below:
Resolution No. 2021-007
Page 1 of 3
Name Expiration of Term
December 31, 2022
December 31, 2022
December 31, 2022
December 31, 2022
December 31, 2022
December 31, 2022
SECTION 2. The City Council hereby acknowledges that the following persons have
been appointed to the Board by the following entities for terms expiring on
the dates indicated below:
Name Appointing Entity Expiration of Term
Rebecca Barksdale* Tarrant County December 31, 2022
Susan Alanis Tarrant County College District December 31, 2022
Vacant" Tarrant County Hospital District December 31, 2022
To be reappointed at the January 26,2021 Commissioners Court.
To be appointed at the February 11,2021 Hospital District Board Meeting.
SECTION 3. The City Council hereby appoints the following as the Board's chairperson
for calendar year 2021.
Name Expiration of Chair
December 31, 2021
SECTION 4. The City Council hereby reserves the right, at any time and for any reason,
to remove a Board member appointed by the City Council and to appoint
individuals to the Board to replace any of the City Council-appointed Board
members.
SECTION 5. This Resolution shall take effect and be in full force and effect from and after
the date of its adoption, and it is so resolved; and all Resolutions of the City
Council of the City in conflict herewith are hereby amended or repealed to
the extent of such conflict.
PASSED AND APPROVED this the 25th day of January, 2021.
CITY OF NORTH RICHLAND HILLS
By:
Oscar Trevino, Mayor
Resolution No. 2021-007
Page 2 of 3
ATTEST:
Alicia Richardson, City Secretary
APPROVED AS TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney
Resolution No. 2021-007
Page 3 of 3
IrLp
NOKTH KICHLAN HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Consider Resolution No. 2021-005, appointing a member to the
Planning and Zoning Commission and Capital Improvement Advisory
Committee.
PRESENTER: Alicia Richardson, City Secretary
SUMMARY:
The City Council is requested to consider Mayor Pro Tern Turnage's nomination of
Gregory Hoffa to Place 6 on the Planning and Zoning Commission and Capital
Improvement Advisory Committee.
GENERAL DESCRIPTION:
On January 11, 2021, the City Council approved Mayor Trevino's recommendation to
appoint Kelvin Deupree to fulfill the vacancy on City Council created by Mr. Timothy J.
Welch's resignation. Mr. Deupree served on the Planning and Zoning Commission and
upon his appointment by City Council, his seat on the Commission became vacant.
Mr. Gregory Hoffa currently serves as the ex-officio on the Planning and Zoning
Commission. Historically, the member serving as ex-officio is recommended for
appointment to a voting position on the Commission.
Mayor Pro Tern Turnage has submitted Mr. Hoffa as his nominee to fulfill the vacancy in
Place 6 on the Planning and Zoning Commission, term expiring June 30, 2022.
The appointment of Mr. Hoffa creates a vacancy in the position of ex-officio on the
Planning and Zoning Commission. Mayor Trevino's recommendation to fulfill the
vacancy will be provided at the meeting.
RECOMMENDATION:
Approve Resolution No. 2021-005.
RESOLUTION NO. 2021-005
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NORTH
RICHLAND HILLS; APPOINTING A MEMBER(S) TO THE
PLANNING AND ZONING COMMISSION AND THE CAPITAL
IMPROVEMENT ADVISORY COMMITTEE; ESTABLISHING
TERMS; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, City Council appoints members of the public to serve on various boards,
commissions, and committees; and
WHEREAS, appointed members serve a two-year term, unless appointed to fulfill an
unexpired term; and
WHEREAS, annual appointments coincide with City Council terms with Places 1, 37 57
and 7 being appointed in odd-numbered years and Places 2, 47 6, and
Mayoral appointments in even-numbered years; and
WHEREAS, each member serves until their successor has been duly appointed and
qualified; and
WHEREAS, Council desires to fulfill the vacancy in Place 6 and ex-officio on the
Planning and Zoning Commission and the Capital Improvement Advisory
Committee.
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS:
SECTION 1. The City Council hereby finds that the recitals set forth above are true and
correct and are incorporated into this Resolution as if written herein.
SECTION 2. The following member(s) has been submitted for nomination and approved
by a majority of the City Council.
Planning and Zoning Commission and Capital Improvement Advisory Committee
Gregory Hoffa Place 6 Term expiring June 30, 2022
Ex-Officio Term expiring June 30, 2022
SECTION 3. This Resolution shall take effect and be in full force and effect from and after
the date of its adoption, and it is so resolved; and all Resolutions of the City
Council of the City in conflict herewith are hereby amended or repealed to
the extent of such conflict.
PASSED AND APPROVED this the 25t" day of January, 2021.
Resolution No. 2021-005
Page 1 of 2
CITY OF NORTH RICHLAND HILLS
By:
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson
City Secretary/Chief Governance Officer
APPROVED AS TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney
Resolution No. 2021-005
Page 2 of 2
"I r*4w
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: December 14, 2020
SUBJECT: Consider Ordinance No. 3680, extending the temporary moratorium
on all door-to-door solicitation activities and distribution of handbills
authorized by the City Code of Ordinances, Chapter 18, Article VII,
Solicitors and Handbills.
PRESENTER: Alicia Richardson, City Secretary/Chief Governance Officer
SUMMARY:
City Council will consider an ordinance to extend the temporary moratorium on all door-
to-door solicitation activities and distribution of handbills.
GENERAL DESCRIPTION:
The City Council, at its May 4, 2020 meeting approved Ordinance No. 3645,
establishing a temporary moratorium on all door-to-door solicitation activities and
distribution of handbills to mitigate the effects and spread of COVID19. This moratorium
remained in effect through June 8, 2020.
On December 5, 2020, Tarrant County Judge Glenn Whitley received notice from the
Texas Department of State Health Services that Tarrant County is located in Trauma
Service Area E which has now been identified as an area with high hospitalizations as
defined by Governor Abbott's Executive Order GA-32. An area with high hospitalizations
is defined as "any Trauma Service Area that has had seven consecutive days in which
the number of COVID-19 hospitalized patients as a percentage of total hospital capacity
exceeds 15 percent, until such time as the Trauma Service Area has seven consecutive
days in which the number of COVID-19 hospitalized patients as a percentage of total
hospital capacity is 15 percent or less."
As a result, and pursuant to Governor Abbott's Executive Order GA-32, restaurants,
retailers and other businesses operating at 75 percent occupancy must immediately
reduce occupancy to 50 percent.
Given the increase in the number of cases, and to limit in person contact with persons
not in the same household, City Council approved Ordinance No. 3677 to establish a
temporary moratorium on all door-to-door solicitation activities and distribution of
handbills. The temporary moratorium shall expire at 11.59 p.m. on January 31, 2021,
unless further action is taken by City Council.
"I r*4W
NOLa`C`H KIC"HLAND HILLS
Since the adoption of Ordinance No. 3677, the number of cases in Tarrant County have
not declined. Staff brings forward an ordinance for consideration by City Council to
extend the temporary moratorium. If approved, the temporary moratorium on all door-to-
door solicitation activities and distribution of handbills shall expire at 11.59 p.m. on
February 28, 2021, unless further action is taken by City Council.
RECOMMENDATION:
Approve Ordinance No. 3680.
ORDINANCE NO. 3680
AN ORDINANCE OF THE CITY OF NORTH RICHLAND HILLS, TEXAS,
EXTENDING A TEMPORARY MORATORIUM ON ALL DOOR-TO-DOOR
SOLICITATION ACTIVITIES AND DISTRIBUTION OF HANDBILLS
AUTHORIZED BY CHAPTER 18, ARTICLE VII OF THE CODE OF
ORDINANCES OF THE CITY OF NORTH RICHLAND HILLS;
PROVIDING FOR A PENALTY; PROVIDING THAT THIS ORDINANCE
SHALL BE CUMULATIVE OF ALL ORDINANCES AND REPEAL OF
CONFLICTING PROVISIONS; PROVIDING SAVINGS CLAUSE;
PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the City of North Richland Hills, Texas ("the City") is a home rule city
acting under its power adopted by the electorate pursuant to Article XI, Section 5 of the
Texas Constitution and Chapter 9 of the Local Government Code; and
WHEREAS, on January 30, 2020, the World Health Organization Director
General declared the outbreak of COVID-19 as a Public Health Emergency of
International Concern and advised countries to prepare for the containment, including
active surveillance, early detection, isolation and case management, contact tracing, and
prevention of onward spread of the disease; and
WHEREAS, COVID-19 spreads between people who are in close contact with one
another through respiratory droplets produced when an infected person coughs or
sneezes; and
WHEREAS, on March 11, 2020, the World Health Organization declared COVID-
19 a worldwide pandemic; and
WHEREAS, continuous spread of the disease presents an imminent threat of
widespread illness or loss of life resulting from a global pandemic and other public
calamity resulting therefrom, which requires emergency action; and
WHEREAS, President Donald Trump declared a State of National Emergency for
the United States of America on March 13, 2020; and
WHEREAS, County Judge Glen Whitley issued a Declaration of Local Disaster
Due to Public Health Emergency for Tarrant County for COVID-19 on March 13, 20207
which was amended and continued through April 30, 2020; and
WHEREAS, the Mayor of the City of North Richland Hills issued a Declaration of
Local Disaster Due to Public Health Emergency on March 13, 2020, and subsequently
amended the Declaration to implement measures to help mitigate the impacts of COVID-
19 and stop its spread across the City and surrounding areas; and
Ordinance No. 3680
Page 1 of 4
WHEREAS, the North Richland Hills City Council approved actions to extend the
Mayor's Declaration of Public Health Emergency, as amended, through April 30, 2020;
and
WHEREAS, Governor Greg Abbott issued a State of Disaster for all Texas
counties for COVID-19 on March 13, 2020; and
WHEREAS, on April 27, 2020, after determining that additional measures and
guidelines are still needed to address the COVID-19 pandemic, Governor Abbott issued
Executive Orders GA-18 and GA-19 (referred to herein as "Order GA-18" and "Order
GA-19" respectively) to provide statewide measures to address the spread of COVID-
19 and to implement Phase I of the Open Texas strategic plan ("Open Texas Plan"); and
WHEREAS, on May 4, 20207 City Council approved Ordinance No. 3644, which
superseded all City of North Richland Hills Declarations of Public Health Emergency and
designated a Local Disaster for Public Health Emergency due to the COVID-19 pandemic
("Ordinance No. 3644"); and
WHEREAS, on May 4, 20207 City Council approved Ordinance No. 3645
establishing a temporary moratorium through June 8, 2020 on all door-to-door solicitation
activities and distribution of handbills to mitigate the effects and spread of COVID-19 ;
and
WHEREAS, on December 5, 2020, Governor Abbott's Executive Order GA-32
("Order GA-32") required many businesses in Tarrant County to reduce occupancy from
75% to 50% effective immediately due to high COVID-19 hospitalization rates in North
Texas; and
WHEREAS, on December 14, 2020, the City Council approved Ordinance No.
3677 establishing a temporary moratorium on all door-to-door solicitation activities and
distribution of handbills to mitigate the effects and spread of COVID-19; and
WHEREAS, Ordinance No. 3677 was set to expire at 11.59 p.m. on January 31,
2021 unless further action is taken by City Council; and
WHEREAS, the number of COVID-19 cases has not declined, and the City
Council finds it is in the best interest of the public to extend the temporary moratorium
through 11.59 p.m. on February 28, 2021.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
NORTH RICHLAND HILLS, TEXAS:
SECTION 1: The City Council hereby finds the recitals above to be true and correct,
and such recitals are hereby incorporated into this Ordinance as if written
herein.
Ordinance No. 3680
Page 2 of 4
SECTION 2: That this Ordinance hereby suspends all door-to-door solicitation activities
and distribution of handbills authorized by Chapter 18, Article VII, of the
Code of Ordinances of the City of North Richland Hills, Solicitors and
Handbills in accordance with the CDC guidelines to minimize all in-person
contact with persons not in the same household. No new permits shall be
issued for door-to-door solicitation or for the distribution of handbills for
the duration of the time in which Ordinance No. 3677 is in effect. Upon
expiration or termination of this moratorium, all current solicitor's permits
shall be extended by the time period equal to the length of time this
moratorium is in effect calculated beginning the day following expiration
of the permit. All current handbill permits shall be extended by the time
period equal to the length of the time this moratorium is in effect calculated
beginning the day following expiration of the handbill permit, except that
no handbill permit shall be extended for longer than thirty (30) days.
SECTION 3: That this moratorium shall expire at 11.59 p.m. on February 28, 2021 after
this ordinance becomes effective, unless further action is taken by the City
Council to modify or extend the moratorium.
SECTION 4: That this Ordinance hereby authorizes the use of all lawfully available
enforcement tools, including but not limited to, suspension or revocation
of a solicitor's and handbill permit, and civil or criminal penalties as set
forth in the North Richland Hills Code of Ordinances. Each offense is
considered a class C misdemeanor and each day the violation continues
shall be a separate offense punishable by a fine of not more than $500.00.
SECTION 5: This Ordinance shall be cumulative of all provisions of the Code of
Ordinances of the City of North Richland Hills, except where the provisions
of this Ordinance are in direct conflict with the provisions of such ordinances
and such Code, in which event conflicting provisions of such ordinances and
such Code are hereby repealed.
SECTION 6: All rights and remedies of the City of North Richland Hills are expressly
saved as to any and all violations of the provisions of any ordinances in
the Code of Ordinances of the City of North Richland Hills that have
accrued at the time of the effective date of this Ordinance; and, as to such
accrued violations and all pending litigation, both civil and criminal,
whether pending in court or not, under such ordinances, same shall not
be affected by this Ordinance but may be prosecuted until final disposition
by the courts.
SECTION 7: It is hereby declared to be the intention of the City Council that the
phrases, clauses, sentences, paragraphs and sections of this ordinance
are severable, and if any phrase, clause, sentence, paragraph or section
of this ordinance shall be declared unconstitutional by the valid judgment
Ordinance No. 3680
Page 3 of 4
or decree of any court of competent jurisdiction, such unconstitutionality
shall not affect any of the remaining phrases, clauses, sentences,
paragraphs and sections of this ordinance, since the same would have
been enacted by the City Council without the incorporation in this
ordinance of any such unconstitutional phrase, clause, sentence,
paragraph or section.
SECTION 8: That this Ordinance shall be filed promptly with the City Secretary, and
shall be given prompt and general publicity.
SECTION 9: This Ordinance shall be in full force and effect immediately from
and after its passage.
AND IT IS SO ORDAINED.
PASSED AND APPROVED on this 25t" day of January, 2021.
CITY OF NORTH RICHLAND HILLS
By:
Oscar Trevino, Mayor
ATTEST:
Alicia Richardson
City Secretary/Chief Governance Officer
APPROVED AS TO FORM AND LEGALITY:
Maleshia B. McGinnis, City Attorney
Ordinance No. 3680
Page 4 of 4
"I r*4W
NOLa`C`H KIC"HLAND HILLS
CITY COUNCIL MEMORANDUM
FROM: The Office of the City Manager DATE: January 25, 2021
SUBJECT: Announcements
PRESENTER:
GENERAL DESCRIPTION:
At each Council meeting a member of the governing body announces upcoming events
in the City and recognizes an employee that exemplifies the City's core values.
Announcements:
The City of North Richalnd Hills, in partnership with the Northeast Tarrant Chamber of
Commerce and others, has launched 1 Million Cups, a program that aims to mentor
local entrepreneurs. If you know someone who is thinking of starting a business or if you
might be starting a business yourself, 1 Million Cups may be able to help. Please
contact the NRH Economic Development Department for more information.
The City of NRH and Republic Services remind residents to have your garbage and
recycling on the curb by 7 a.m. on your day of service. Recent changes to collection
routes have changed the time of day that some neighborhoods are collected. To ensure
your garbage and recycling is picked up, you should always have them on the curb by 7
a.m.
Kudos Korner:
Every Council Meeting, we spotlight our employees for the great things they do. Tonight
we recognize:
Maintenance Staff in the Parks Department — A resident called to complement our
Parks & Recreation Department on how well they take care of Northfield Park. He walks
in the park daily and he always sees staff out there tending to the area. He just wanted
to say thank you all on a job well done!